View
10
Download
0
Category
Preview:
Citation preview
REQUEST FOR COUNCIL ACTION CITY OF SAN DIEGO
CERTIFICATE NUMBER
(FOR COMPTROLLER’S USE ONLY)
3000009269
TO:
CITY COUNCIL
FROM (ORIGINATING DEPARTMENT):
Transportation&Storm Water Dept
DATE:
9/8/2016
SUBJECT: Authorize Change Order #3 to Slurry Seal Group 1502
PRIMARY CONTACT (NAME, PHONE):
Edgar Puente,619-527-7527, MS 44
SECONDARY CONTACT (NAME, PHONE):
Kristy Reeser, 619-527-7504, MS 44
COMPLETE FOR ACCOUNTING PURPOSES FUND 200306
FUNCTIONAL AREA OTHR-00000000-
TR
COST CENTER 2116110013
GENERAL LEDGER
ACCT
512025
WBS OR INTERNAL
ORDER
21003499
CAPITAL PROJECT No. N/A
AMOUNT $619,262.00 0.00 0.00 0.00 0.00
FUND
FUNCTIONAL AREA
COST CENTER
GENERAL LEDGER
ACCT
WBS OR INTERNAL
ORDER
CAPITAL PROJECT No.
AMOUNT 0.00 0.00 0.00 0.00 0.00
COST SUMMARY (IF APPLICABLE): Original Contract: $2,642,810.00
Prior Change Orders: $607,138.55
Change Order #3: $619,262.00
Total Construction Contract: $3,869,210.55
Prior Council Authorization: $4,120,00.00
ROUTING AND APPROVALS
CONTRIBUTORS/REVIEWERS:
APPROVING
AUTHORITY
APPROVAL
SIGNATURE
DATE
SIGNED
Environmental
Analysis
ORIG DEPT. McFadden, Kris 09/09/2016
Financial Management CFO
Comptroller DEPUTY CHIEF Villa, Ron 11/23/2016
Equal Opportunity
Contracting
COO
Liaison Office CITY ATTORNEY
COUNCIL
PRESIDENTS OFFICE
PREPARATION OF: RESOLUTIONS ORDINANCE(S) AGREEMENT(S) DEED(S)
1. The Mayor or his designee is authorized to execute Change Order #3 to Slurry Seal Group 1502 with American
Asphalt South, Inc. for an amount not to exceed $619,262.00; and
2. The Chief Financial Officer is authorized to expend an additional amount not to exceed $619,262.00 from
Slurry Seal Group 1502, Fund 200306-Prop 42 Replacement, for Change Order #3 for the construction of Slurry
Seal Group 1502; contingent upon the Chief Financial Officer furnishing a certificate certifying that funds
necessary for expenditure are, or will be, on deposit with the City Treasurer.
STAFF RECOMMENDATIONS:
Approve the requested action.
SPECIAL CONDITIONS (REFER TO A.R. 3.20 FOR INFORMATION ON COMPLETING THIS SECTION)
COUNCIL DISTRICT(S): 1 thru 9
COMMUNITY AREA(S): Various
ENVIRONMENTAL IMPACT: This activity is not a 'project' and is therefore not
subject to the California Environmental Quality Act
(CEQA) pursuant to state CEQA guidelines sections
15060(c) (3) and 15378(b) (5).
CITY CLERK
INSTRUCTIONS:
Please send copy of the authorization resolutions to Edgar Puente, M.S. #44
COUNCIL ACTION
EXECUTIVE SUMMARY SHEET CITY OF SAN DIEGO
DATE: 9/8/2016
ORIGINATING DEPARTMENT: Transportation&Storm Water Dept
SUBJECT: Authorize Change Order #3 to Slurry Seal Group 1502
COUNCIL DISTRICT(S): 1 thru 9
CONTACT/PHONE NUMBER: Edgar Puente/619-527-7527, MS 44
DESCRIPTIVE SUMMARY OF ITEM:
Council authorization to execute Slurry Seal Group 1502, Change Order #3 with American
Asphalt South, Inc. in the amount of $619,262.00 for additional asphalt repair and traffic control
necessary to complete the slurry seal of streets included in Slurry Seal Group 1502.
STAFF RECOMMENDATION:
Approve the requested action.
EXECUTIVE SUMMARY OF ITEM BACKGROUND:
The City’s Resurfacing Program executes several contracts each year to slurry seal City streets.
Slurry seal is a maintenance treatment that preserves the condition of existing pavement. To
properly prepare some streets for this maintenance treatment, minor asphalt repair is performed
on patches within the road. The roads selected for Slurry Seal Group 1502 required more asphalt
repair than originally anticipated during the contracts process. As such, the traffic control and
asphalt repair quantities exceeded the original contract quantities. Per City Council Resolution
309465, the total not-to-exceed amount authorized for construction is $4,120,000. The original
construction contract was awarded for $2,642,810. After all change orders, the construction
contract amount will total $3,869,210.55. This change order will not require additional funds.
This change order it is to authorize the expenditure of additional monies previously authorized in
the contract but will not exceed the amount authorized for construction of $4,120,000. Funding
for this change order is available in Slurry Seal Group 1502, Prop 42 Replacement Fund Number
200306.
City Charter, Article VII, Section 98; Municipal Code, Chapter II, Division 30, Section 22.3018,
requires City Council authorization of change orders exceeding $500,000. Change Order #1,
processed in December 2015, increased Bid Item No. 1, “Asphalt Pavement Repair” by 4,700
tons at $104.50 per ton for $491,150. Change Order #2 for $115,988.55 accounted for additional
field orders needed on Friars Road. Change Order #3, pending City Council approval in the
amount of $619,262, includes increases to Bid Item No. 13, “Traffic Control, Including Permits”
by $317,201.61 and Bid Item No. 1, “Asphalt Pavement Repair” by 2,890 tons for $302,060.39.
Slurry Seal Group 1502 original estimates included 900 tons of asphalt repair; subsequent slurry
seal contracts have been increased to include 3,000 to 5,000 tons, which better accounts for
normal preparatory street repair. This project provided 40.1 miles of slurry seal on streets
throughout the City.
CITY STRATEGIC PLAN GOAL(S)/OBJECTIVE(S):
Goal #2: Work in partnership with all of our communities to achieve safe and livable
neighborhoods.
Objective #3: Invest in infrastructure.
Objective #4: Foster services that improve quality of life.
FISCAL CONSIDERATIONS:
Per City Council Resolution 309465, the total not-to-exceed amount authorized for construction
is $4,120,000. The original construction contract was awarded for $2,642,810. After all change
orders, the construction contract amount will total $3,869,210.55. This change order will not
require additional funds. This change order it is to authorize the expenditure of additional monies
previously authorized in the contract but will not exceed the amount authorized for construction
of $4,120,000. Funding for this change order is available in Slurry Seal Group 1502, Prop 42
Replacement Fund Number 200306.
EQUAL OPPORTUNITY CONTRACTING INFORMATION (IF APPLICABLE):
This agreement is subject to the City’s Equal Employment Opportunity Outreach Program (San
Diego Ordinance No. 18173, Section 22.2701 through 22.2708) and Non-Discrimination in
Contracting Ordinance (San Diego Municipal Code Sections 22.3501 through 22.3517).
PREVIOUS COUNCIL and/or COMMITTEE ACTION (describe any changes made to the item
from what was presented at committee):
City Council approved award of the contract via R-309465 on January 30, 2015.
COMMUNITY PARTICIPATION AND PUBLIC OUTREACH EFFORTS:
Residents were notified by the contractor when slurry sealing began on their specific street.
KEY STAKEHOLDERS AND PROJECTED IMPACTS:
Residents, businesses, and visitors benefit from the repair and preservation of streets throughout
the City.
McFadden, Kris
Originating Department
Villa, Ron
Deputy Chief/Chief Operating Officer
L:\All EOC Docs\1472 B pages\RW\FY15\EOC Program Evaluation - K151331-Slurry Seal Group 1502-Change Order 3 - Am Asphalt South - 101816.doc
GENERAL CONTRACTOR INFORMATION Recommended Contractor: American Asphalt South (Not Certified, M Cauc) Amount of this Action: $ 619,262.00 (Change Order #3, Not to Exceed) Total Contract Amount: $ 3,249,948.55 (Original contract and Change Order 1 & 2) Total Contract Amount: $ 3,869,210.55 Funding Source: Prop 42 Replacement Fund Goal: 15.10% Mandatory SLBE ELBE SUBCONTRACTOR PARTICIPATION * This Action Cumulative ATP General (Not certified, M Cauc) $ 619,262.00 100.00% $ 1,462,728.19 37.80% CTE Inc (ELBE, M Cauc) $ 0.00 0.00% $ 15,675.00 0.41% LSI Road Marking (SLBE, M Cauc) $ 0.00 0.00% $ 200,401.24 5.18% Native Soils (ELBE, M Native Am) $ 0.00 0.00% $ 632,420.00 16.34% Total Certified Participation $ 0.00 0.00% $ 848,496.24 21.93% Total Non-Certified Participation $ 619,262.00 100.00% $ 1,462,728.19 37.80% Total Subcontractor Participation $ 619,262.00 100.00% $ 2,311,224.43 59.73% EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Equal Opportunity: Required American Asphalt South Inc submitted a Work Force Report for their San Diego County employees dated, September 12, 2016 indicating 13 employees in the Administrative Work Force and 53 employees in the Trade Work Force. The firm has fewer than 15 employees in their Work Force and, therefore, is exempt from the employment category goals. The Trade Work Force indicates under representations in the following categories; Asian, Filipino and Female in Painters, Construction & Maintenance This agreement is subject to the City’s Equal Employment Opportunity Outreach Program (San Diego Ordinance No. 18173, Section 22.2701 through 22.2708) and Non-Discrimination in Contracting Ordinance (San Diego Municipal Code Sections 22.3501 through 22.3517) ADDITIONAL COMMENTS *Actual Sub participation for the project is 7.22% SLBE/ELBE based on calculation method addressed in 2012 Whitebook, Chapter 11, Section C, Subcontracor Participation, Item 3.
DOCKET SUPPORTING INFORMATION CITY OF SAN DIEGO
EQUAL OPPORTUNITY CONTRACTING PROGRAM EVALUATION
DATE: October 18, 2016
SUBJECT: Authorize Change Order #3 to Slurry Seal Group 1502
L:\All EOC Docs\1472 B pages\RW\FY15\EOC Program Evaluation - K151331-Slurry Seal Group 1502-Change Order 3 - Am Asphalt South - 101816.doc
(K-15-1331-DBB-3) Change Order #3 Per Whitebook RW
Mr. Jeff Petty, Vice-President American Asphalt South, Inc.
14436 Santa Ana Avenue Fontana,CA g2337
P: (gog) 427-8276 F: (gog) 427-827g
City 01 ~an u1ego CONTRACTOR'S NAME: _____________________ _ ADDRESS: __________________________ _ TELEPHONE NO.: _________ FAX NO.: ____________ _ CITY CONTACT: Damian Singleton- Contract Specialist, Emailcontrcts: DSingleton@sandiego.gov
Phone No. (619) 533-3482, Fax No. (619) 533-3633 A.Erikat/RTaleghani/LaD
CONTRACT DOCUMENTS
FOR ORIGINAL
SLURR\) SEAL GROUP 1502
VOLUME 1 OF 2
BID NO. :-......,.------------"K=-~1.:::..5-~1"'"'31"""'3--"-D=B=B::::...-..:::.3 ________ _ SAP NO. (WBS/IO/CC): _____ ---==2""-'10"'""0=34"""'9'-""9 __________ _
CLIENTDEPARTMENT: _____ ---"2"""'1-"'--16"'---------------
COUNCIL DISTRICT: ______ ---::::.C~IT'""""Y'-W'-'-I=D=E"-------------
PROJECT TYPE: ________ --=ID=-'-/=II'--------------
THIS CONTRACT IS SUBJECT TO THE FOLLOWING:
> THE CITY'S SUBCONTRACTING PARTICIPATION REQUIREMENTS FOR SLBE PROGRAM.
> PREVAILING WAGE RATES: STATE I:Si FEDERAL 0 > APPRENTICESHIP
> THIS IS A PROP. 42 REPLACEMENT FUNDED CONTRACT THROUGH THE STATE CONTROLLERS OFFICE.
BID DUE DATE:
2:00PM MARCH 19, 2015
CITY OF SAN DIEGO· PUBLIC WORKS CONTRACTS
1010 SECOND A VENUE, 14th FLOOR, MS 614C SAN DIEGO, CA 92101
ENGINEER OF WORK
The engineeth'ig Specifications and Special Provisions contained herein bi:we beep p1·epared :by o1· trnder the direction ofthe followl.ng Regi:;;tered Engineer: ,
Bid No. K.·i5~I313-DBB-3 Shmy Seal GrouJ5 1502 Volume 1 of2 (Rev. Feb. 2015)
2)
I
I
I I !
I
I
/ i I
TABLE OF CONTENTS DESCRIPTION PAGE NUMBER
1. NOTICE INVITING BIDS .............................................................................................................. 4
2. CONTRACT FORMS AGREEMENTS:
1. Contract F ortns ........................................................................................................................ 19
3. CONTRACT FORMS ATTACHMENTS:
2. Performance Bond and Labor and Materialmen's Bond ......................................................... 22
3. Drug-Free Workplace .............................................................................................................. 24
4. American with Disabilities Act (ADA) Compliance Certification ......................................... 25
5. Contractor Standards - Pledge of Compliance Certificate .................................................... 26
6. Affidavit of Disposal Certificate ............................................................................................. 27
4. ATTACHMENTS:
A. SCOPE OF WORIZ ................................................................................................................. 29
B. INTENTIONALLY LEFT BLANK ... : ...... : ............................................................................. 31
C. EQUAL OPPORTUNITY CONTRACTING PROGRAM .................................................... 32
D. INTENTIONALLY LEFT BLANK ........................................................................................ 36
E. SUPPLEMENTARY SPECIAL PROVISIONS ..................................................................... 37
SUPPLEMENTARY SPECIAL PROVISIONS APPENDICES ............................................ 55
1. Appendix A - Fire Hydrant Meter Program ............................................................... 56
2. Appendix B - Materials Typically Accepted by Certificate of Compliance .............. 70
3. Appendix C- Sample City Invoice ............................................................................ 72
4. Appendix D- Locations List ...................................................................................... 74
F. INTENTIONALLY LEFT BLANK ...................................................................................... 212
Slurry Seal Group 1502 Table of Contents Volume 1 of2 (Rev. Feb. 2015)
31 Page
CITY OF SAN DIEGO, CALIFORNIA
1. RECEIPT AND OPENING OF BIDS: Bids will be received at the Public Works Contracts at the location, time, and date shown on the cover of these specifications for performing work on Slurry Seal Group 1502 (Project).
2. SUMMARY OF WORK: The Work involves fumishing all labor, materials, equipment, services, and other incidental works and appurtenances for the construction of the Project as described in ATTACHMENT A.
3. BIDS ARE PUBLIC RECORDS: Upon receipt by the City, Bids shall become public records subject to public disclosure. It is the responsibility of the respondent to clearly identify any confidential, proprietary, trade secret or otherwise legally privileged information contained within the Bid. General references to sections of the California Public Records Act (PRA) will not suffice. If the Contractor does not provide applicable case law that clearly establishes that the requested information is exempt from the disclosure requirements of the PRA, the City shall be free to release the information when required in accordance with the PRA, pursuant to any other applicable law, or by order of any court or govermnent agency, and the Contractor will hold the City harmless for release of this information.
4. SUBCONTRACTING PARTICIPATION PERCENTAGES:
4.1. The City has incorporated mandatory SLBE-ELBE subcontractor participation percentages to enhance competition and maximize subcontracting opportunities. For the purpose of achieving the mandatory subcontractor participation percentages, a recommended breakdown of the SLBE and ELBE subcontractor participation percentages based upon certified SLBE and ELBE firms has also been provided to achieve the mandatory subcontractor participation percentages:
1. SLBE participation 2. ELBE pmiicipation 3. Total mandatory participation
5.3% 9.8% 15.1%
4.2. The Bidders are strongly encouraged to attend the Pre-Bid Meeting to better understand the Good Faith Effoti requirements of this contract. See the City's document titled "SLBE Program, Instructions For Bidders Completing The Good Faith Effort Submittal" available at: http://www.sandiego.gov/eoc/
4.3. The Bid will be declared non-responsive if the Bidder fails the following mm1datory conditions:
4.3.1. Bidder's inclusion of SLBE-ELBE certified subcontractors at the overall mandatory participation percentage identified in this document; OR.
4.3.2. Bidder's submission of Good Faith Effort documentation, saved in searchable Potiable Document Format (PDF) and stored on Compact Disc (CD) or Digital Video Disc (DVD), demonstrating the Bidder made a good faith effort to outreach to and include SLBE-ELBE Subcontractors required in this document within 3 Worldng Days of the Bid opening if the overall mandatory participation percentage is not met.
Sluny Seal Group 1502 Notice Inviting Bids Volume 1 of2 (Rev. Feb. 2015)
41 Page
\
4.4. For additional Equal Opportunity Contracting Program requirements, see Attachment C.
5. PRE-BID MEETING:
5.1. There will be a Pre-Bid Meeting to discuss the scope of the Project, bidding requirements, pre-qualification process, and Equal Oppmiunity Contracting Program requirements and repotiing procedures in the Public Works Contracts, Conference Room at 1010 Second Avenue, 141
h Floor, San Diego, CA 92101 at 10:00 A.M., on March 3, 2015.
5.2. All potential bidders are encouraged to attend.
5.3. To request a copy of the agenda on an alternative format, or to request a sign language or oral interpreter for this meeting, call the Public Works Contracts at (619) 533-3450 at least 5 Working Days prior to the Pre-Bid Meeting to ensure availability.
6. CONTRACTOR REGISTRATION AND ELECTRONIC REPORTING SYSTEM:
6.1. Prior to the Award of the Contract or each Task Order, you and your Subcontractors and Suppliers must register with the City's web-based vendor registration and bid management system, BidsOnlineTM hosted by PlanetBids System. For additional information go to:
http://www .sandiego. gov /purchasing/bids-contracts/vendorreg.shtml.
6.2. The City may not award the contract until registration of all subcontractors and suppliers is complete. In the event this requirement is not met within the time frame specified in the Notice of Intent to Award letter, the City reserves the right to rescind the Notice of Award I Intent to A ward and to make the award to the next responsive and responsible bidder I proposer.
7. JOINT VENTURE CONTRACTORS: Provide a copy of the Joint Venture agreement and the Joint Venture license to the City within 10 Working Days after receiving the Contract forms. See 2-1.1.2, "Joint Venture Contractors" in The WHITEBOOK for details.
8. PREVAILING WAGE RATES: Pursuant to San Diego Municipal Code section 22.3019, construction, alteration, demolition, repair and maintenance work performed under this Contract is subject to State prevailing wage laws. For construction work performed under this Contract cumulatively exceeding $25,000 and for alteration, demolition, repair and maintenance work performed under this Contract cumulatively exceeding $15,000, the Contractor and its subcontractors shall comply with State prevailing wage laws including, but not limited to, the requirements listed below.
8.1. Compliance with Prevailing Wage Requirements. Pursuant to sections 1720 through 1861 of the California Labor Code, the Contractor and its subcontractors shall ensure that all workers who perform work under this Contract are paid not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations (DIR). This includes work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work.
Slurry Seal Group 1502 Notice Inviting Bids Volume 1 of2 (Rev. Feb. 2015)
SJ Page
8.1.1.
8.1.2.
Copies of such prevailing rate of per diem wages are on file at the City and are available for inspection to any interested party on request. Copies of the prevailing rate of per diem wages also may be found at http://www .dir.ca.gov /OPRL/DPre W ageDetermination.htm. Contractor and its subcontractors shall post a copy of the prevailing rate of per diem wages determination at each job site and shall make them available to any interested party upon request
The wage rates determined by the DIR refer to expiration dates. If the published wage rate does not refer to a predetermined wage rate to be paid after the expiration date, then the published rate of wage shall be in effect for the life of this Contract. If the published wage rate refers to a predetermined wage rate to become effective upon expiration of the published wage rate and the predetermined wage rate is on file with the DIR, such predetermined wage rate shall become effective on the date following the expiration date and shall apply to this Contract in the same manner as if it had been published in said publication. If the predetermined wage rate refers to one or more additional expiration dates with additional predetermined wage rates, which expiration dates occur during the life of this Contract, each successive predetermined wage rate shall apply to this Contract on the date following the expiration date of the previous wage rate. If the last of such predetermined wage rates expires during the life of this Contract, such wage rate shall apply to the balance of the Contract.
8.2. Penalties for Violations. Contractor and its subcontractors shall comply with California Labor Code section 177 5 in the event a worker is paid less than the prevailing wage rate for the work or craft in which the worker is employed.
8.3. Payroll Records. Contractor and its subcontractors shall comply with California Labor Code section 1776, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require its subcontractors to also comply with section 1776. Contractor and its subcontractors shall submit weekly cetiified payroll records online via the City's web-based Labor Compliance Program. Contractor is responsible for ensuring its subcontractors submit certified payroll records to the City.
8.3.1. For contracts entered into on or after April I, 2015, Contractor and their subcontractors shall furnish records specified in Labor Code section 1776 directly to the Labor Commissioner in the manner required by Labor Code section 1771.4.
8.4. Apprentices. Contractor and its subcontractors shall comply with California Labor Code sections 1777.5, 1777.6 and 1777.7 concerning the employment and wages of apprentices. Contractor is held responsible for the compliance of their subcontractors with sections 1777.5, 1777.6 and 1777.7.
8.5. Working Hours. Contractor and their subcontractors shall comply with California Labor Code sections 1810 through 1815, including but not limited to: (i) restrict working hours on public works contracts to eight hours a day and forty hours a
Slurry Seal Group 1502 Notice Inviting Bids Volume 1 of2 (Rev. Feb. 2015)
61 Page
week, unless all hours worked in excess of 8 hours per day are compensated at not less than 1 Yz times the basic rate of pay; and (ii) specify penalties to be imposed on design professionals and subcontractors of $25 per worker per day for each day the worker works more than 8 hours per day and 40 hours per week in violation of California Labor Code sections 1810 through 1815.
8.6. Required Provisions for Subcontracts. Contractor shall include at a minimum a copy of the following provisions in any contract they enter into with a subcontractor: California Labor Code sections 1771, 1771.1, 1775, 1776, 1777.5, 1810, 1813, 1815, 1860 and 1861.
8.7. Labor Code Section 1861 Certification. Contractor in accordance with California Labor Code section 3700 is required to secure the payment of compensation of its employees and by signing this Contract, Contractor certifies that "I am aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this Contract."
8.8. Labor Compliance Program. The City has its own Labor Compliance Program authorized in August 2011 by the DIR. The City will withhold contract payments when payroll records are delinquent or deemed inadequate by the City or other governmental entity, or it has been established after an investigation by the City or other govermnental entity that underpayment(s) have occurred. For questions or assistance, please contact the City of San Diego's Equal Oppmiunity Contracting Department at 619-236-6000.
8.9. Contractor and Subcontractor Registration Requirements. This project is subject to compliance monitoring and enforcement by the DIR. As of March 1, 2015, no contractor or subcontractor may be listed on a bid or proposal for a public works project unless registered with the DIR pursuant to Labor Code section 1725.5. As of April 1, 2015, a contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, or enter into any contract for public work, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5 By submitting a bid or proposal to the City, Contractor is certifying that he or she has verified that all subcontractors used on this public work project are registered with the DIR in compliance with Labor Code sections 1771.1 and 1725.5, and Contractor shall provide proof of registration to the City upon request.
8.9.1. A Contractor's inadvertent .error in listing a subcontractor who is not registered pursuant to Labor Code section 1725.5 in response to a solicitation shall not be grounds for filing a bid protest or grounds for considering the bid non-responsive provided that any of the following apply: (1) the subcontractor is registered prior to bid opening; (2) within twenty~ four hours after the bid opening, the subcontractor is registered and has paid the penalty registration fee specified in Labor Code section 1725.5; or (3) the subcontractor is replaced by another registered subcontractor pursuant to Public Contract Code section4107.
Slurry Seal Group 1502 Notice Inviting Bids Volume 1 of2 (Rev. Feb. 2015)
71 Page
9. INSURANCE REQUIREMENTS:
9.1. All certificates of insurance and endorsements required by the contract are to be provided upon issuance of the City's Notice of Intent to Award letter.
9.2. Refer to sections 7-3, "LIABILITY INSURANCE", and 7-4, "WORKERS' COMPENSATION INSURANCE" of the Supplementary Special Provisions (SSP) for the insurance requirements which must be met.
10. PREQUALIFICATION OF CONTRACTORS:
10.1. Contractors submitting Bid must be pre-qualified for the total amount proposed, inclusive of all alternate items prior to the date of submittal. Bids from contractors who have not been pre-qualified as applicable and Bids that exceed the maximum dollar amount at which contractors are pre-qualified will be deemed non-responsive and ineligible for award. Complete information and prequalification questionnaires are available at:
http://www.sandiego.gov/cip/bidopps/prequalification.shtml
10.2. The completed questionnaire, financial statement, and bond letter or a copy of the contractor's SLBE-ELBE certification and bond letter, must be submitted no later than 2 weeks prior to the bid opening to the Public Works Contracts, Prequalification Program, 1010 Second Avenue, 14111 Floor, San Diego, CA 92101. For additional information or the answer to questions about the prequalification program, contact David Stucky at 619-533-3474 or dstucky@sandiego.gov.
11. REFERENCE STANDARDS: Except as otherwise noted or specified, the Work shall be completed in accordance with the following standards:
Standard Specifications for Public Works Construction ("The GREENBOOK")
City of San Diego Standard Specifications for Public Works Construction ("The WHITEBOOK")*
City of San Diego Standard Drawings*
Caltrans Standard Specifications
Caltrans Standard Plans
California MUTCD
City Standard Drawings- Updates Approved For Use (when specified)*
Standard Federal Equal Employment Opportunity Construction Contract Specifications and the Equal Opportunity Clause Dated 09-11-84
Slurry Seal Group 1502 Notice Inviting Bids Volume 1 of2 (Rev. Feb. 2015)
2012 PITS070112-0l
2012 PITS070112-02
2012 PITS070112-03
2010 PITS070112-04
2010 PITS070112-05
2012 PITS070112-06
Varies Varies
1984 769023
8[ Page
NOTE: *Available online under Engineering Documents and References at: http://www.sandiego.gov/publicworks/edocref/index.shtml
12. CITY'S RESPONSES AND ADDENDA: The City at its option, may respond to any or all questions submitted in writing, via letter, or FAX in the form of an addendum. No oral comment shall be of any force or effect with respect to this solicitation. The changes to the Contract Documents through addendum are made effective as though originally issued with the Bid. The Bidders shall acknowledge the receipt of Addenda on the form provided for this purpose in the Bid.
13. CITY'S RIGHTS RESERVED: The City reserves the right to cancel the Notice Inviting Bids at any time, and further reserves the right to reject submitted Bids, without giving any reason for such action, at its sole discretion and without liability. Costs incurred by the Bidder(s) as a result of preparing Bids under the Notice Inviting Bids shall be the sole responsibility of each bidder. The Notice Inviting Bids creates or imposes no obligation upon the City to enter a contract.
14. CONTRACT PRICING FORMAT: This solicitation is for a Lump Sum contract with Unit Price provisions as set forth in the Bid Proposal Form(s), Volume 2.
15. SUBMITTAL OF "OR EQUAL" ITEMS: See Section 4-1.6, "Trade Names or Equals" in The WHITEBOOK and as amended in the SSP.
16. AWARD PROCESS:
16.1. The Award of this contract is contingent upon the Contractor's compliance with all conditions precedent to Award.
16.2. Upon acceptance of a Bid, the City will prepare contract documents for execution within approximately 21 days of the date of the Bid opening and award the Contract approximately within 7 days of receipt of properly executed Contract, bonds, and insurance documents.
16.3. This contract will be deemed executed, and effective, only upon the signing of the Contract by the Mayor or designee of the City.
17. SUBCONTRACT LIMITATIONS: The Bidder's attention is directed to Standard Specifications for Public Works Construction, Section 2-3, "SUBCONTRACTS" in The GREENBOOK and as amended in the SSP which requires the Contractor to self-perform not less than the specified amount. Failure to comply with this requirement shall render the bid non-responsive and ineligible for award.
18. AVAILABILITY OF PLANS AND SPECIFICATIONS: Contract Documents may be obtained by visiting the City's website: http://www.sandiego.gov/cip/. Plans and Specifications for this contract are also available for review in the office of the City Clerk or Public Works Contracts.
Slurry Seal Group 1502 Notice Inviting Bids Volume 1 of2 (Rev. Feb. 2015)
91 Page
19. SUBMISSION OF QUESTIONS:
19.1. The Director (or designee), of the Public Works Department is the officer responsible for opening, examining, and evaluating the competitive Bids submitted to the City for the acquisition, construction and completion of any public improvement except when otherwise set forth in these documents. All questions related to this solicitation shall be submitted to:
Public Works Contracts 1010 Second Avenue, 141
h Floor San Diego, California, 9210 1 Attention: [Contract Specialist listed on the front cover hereof]
OR:
Email address of the Contract Specialist listed on the front cover hereof.
19.2. Questions received less than 14 days prior to the date for opening of Bids may not be considered.
19.3. Clarifications deemed by the City to be material shall be issued by Addenda and uploaded to the City's online bidding service.
19.4. Only questions answered by formal written addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. It is the Bidder's responsibility to become informed of any Addenda that have been issued and to include all such information in its Bid.
20. ELIGIBLE BIDDERS: No person, firm, or corporation shall be allowed to make, file, or be interested in more than one (1) Bid for the same work unless alternate Bids are called for. A person, firm or corporation who has submitted a sub-proposal to a Bidder, or who has quoted prices on materials to a Bidder, is not hereby disqualified from submitting a sub-proposal or quoting prices to other Bidders or fi:om submitting a Bid in its own behalf Any Bidder who submits more than one bid will result in the rejection of all bids submitted.
21. SAN DIEGO BUSINESS TAX CERTIFICATE: The Contractor and Subcontractors, not already having a City of San Diego Business Tax Certificate for the work contemplated shall secure the appropriate certificate from the City Treasurer, Civic Center Plaza, first floor and submit to the Contract Specialist upon request or as specified in the Contract Documents. Tax Identification numbers for both the Bidder and the listed Subcontractors must be submitted on the City provided forms with the Notice Inviting Bids and Contract forms.
22. PROPOSAL FORMS: Bid shall be made only upon the Bidding Documents i.e., Proposal form attached to and forming a part of the specifications. The signature of each person signing shall be in longhand.
22.1. Bidder shall complete and submit all pages in the "Bidding Document" Section (see Volume 2) as their Bid per the schedule given under "Required Documents Schedule," (see Volume 1). Bidder is requested to retain for their reference other portions of the Contract Documents that are not required to be submitted with the
Slurry Seal Group 1502 Notice Inviting Bids Volume 1 of2 (Rev. Feb. 2015)
10 I Page
Bid. The entire specifications for the bid package do not need to be submitted with the bid.
22.2. The City may require any Bidder to furnish a statement of experience, financial responsibility, technical ability, equipment, and references.
22.3. Bids and certain other fonns and documents as specified in the Volume 2 of 2 of the Contract Documents shall be enclosed in a sealed envelope and shall bear the title of the work and name of the Bidder and the appropriate State Contractors License designation which the Bidder holds.
22.4. Bids may be withdrawn by the Bidder prior to, but not after, the time fixed for opening of Bids.
23. BIDDEWS GUARANTEE OF GOOD FAITH (BID SECURITY):
23.1. Bidders shall submit Bid Security at bid time. Bid Security shall be in one of the following forms: a cashier's check, or a properly certified check upon some responsible bank; or an approved corporate surety bond payable to the City of San Diego for an amount of not less than 10% of the total bid amount.
23.2. This check or bond, and the monies represented thereby, will be held by the City as a guarantee that the Bidder, if awarded the contract, will in good faith enter into the contract and furnish the required final performance and payment bonds.
23.3. The Bidder agrees that in the event of the Bidder's failure to execute this contract and provide the required final bonds, the money represented by the cashier's or certified check will remain the property of the City; and the Surety agrees that it will pay to the City the damages, not exceeding the sum of 10% of the amount of the Bid, that the City may suffer as a result of such failure.
23.4. A Bid received without the specified bid security may be rejected as non-responsive.
24. A WARD OF CONTRACT OR REJECTION OF BIDS:
24.1. This contract may be awarded to the lowest responsible and reliable Bidder.
24.2. Bidders shall complete the entire Bid schedule (also referred to as "schedule of prices" or Proposal form). Incomplete price schedules will be rejected as being nonresponsive.
24.3. The City reserves the right to reject any or all Bids, and to waive any informality or teclmicality in Bids received and any requirements of these specifications as to bidding procedure.
24.4. Bidders will not be released on account of their errors of judgment. Bidders may be released only upon receipt by the City from the Bidder within 3 Working Days,
Slurry Seal Group 1502 Notice Inviting Bids Volume 1 of2 (Rev. Feb. 2015)
111 Page
excluding Saturdays, Sundays, and state holidays, after the opening of Bids, of written notice which includes proof of honest, credible, clerical error of material nature, free from fraud or fraudulent intent, and of evidence that reasonable care was observed in the preparation of the Bid.
24.5. A non-selected Bidder may protest award of the Contract to the selected Bidder by submitting a written "Notice of Intent to Protest" including supporting documentation which shall be received by Public Works Contracts no later than 10 days after the City's announcement of the selected Bidder or no later than 10 days from the date that the City issues notice of designation of a Bidder as non-responsible in accordance with San Diego Municipal Code Chapter 2, § 22.3029, "Protests of Contract A ward."
24.6. The City of San Diego will not discriminate with regard to race, religious creed, color, national origin, ancestry, physical handicap, marital status, sex or age, in the award of contracts.
24.7. Each Bid package properly executed as required by these specifications shall constitute a firm offer, which may be accepted by the City within the time specified in the Proposal.
24.8. The City reserves the right to evaluate all Bids and determine the lowest Bidder on the basis of any proposed alternates, additive items or options, at its discretion that will be disclosed in the Volume 2 of 2.
25. BID RESULTS:
25.1. The Bid opening by the City shall constitute the public announcement of the Apparent Low Bidder. In the event that the Apparent Low Bidder is subsequently deemed non-responsive or non-responsible, a public atmouncement will be posted in the City's web page http://www.sandiego.gov/cip/index.shtml, with the name of the newly designated Apparent Low Bidder.
25.2. To obtain Bid results, either attend Bid opening, review the results on the City's web site, or provide a self-addressed, stamped envelope, referencing Bid number, and Bid tabulation will be lnailed to you upon verification of extensions. Bid results cannot be given over the telephone.
26. THE CONTRACT:
26.1. The Bidder to whom award is made shall execute a written contract with the City of San Diego and furnish good a11d approved bonds a11d insurance certificates specified by the City within 14 days after receipt by Bidder of a form of contract for execution unless an extension of time is granted to the Bidder in writing.
26.2. If the Bidder takes longer than 14 days to fulfill these requirements, then the additional time taken shall be added to the Bid guarantee. The Contract shall be made in the form adopted by the City, which includes the provision that no claim or suit whatsoever shall be made or brought by Contractor against any officer, agent, or employee of the City for or on account of anything done or omitted to be done in
Slurry Seal Group 1502 Notice Inviting Bids Volume 1 of2 (Rev. Feb. 2015)
121 Page
connection with this contract, nor shall any such officer, agent, or employee be liable hereunder.
26.3. If the Bidder to whom the award is made fails to enter into the contract as herein provided, the award may be annulled and the Bidder's Guarantee of Good Faith will be subject to forfeiture. An award may be made to the next lowest responsible and reliable Bidder who shall fulfill every stipulation embraced herein as if it were the party to whom the first award was made.
26.4. Pursuant to the San Diego City Charter section 94, the City may only award a public works contract to the lowest responsible and reliable Bidder. The City will require the Apparent Low Bidder to (i) submit infonnation to determine the Bidder's responsibility and reliability, (ii) execute the Contract in form provided by the City, and (iii) furnish good and approved bonds and insurance certificates specified by the City within 14 Days, unless otherwise approved by the City, in writing after the Bidder receives notification from the City, designating the Bidder as the Apparent Low Bidder and formally requesting the above mentioned items.
26.5. The award of the Contract is contingent upon the satisfactory completion of the above mentioned items and becomes effective upon the signing of the Contract by the Mayor or designee. If the Apparent Low Bidder does not execute the Contract or submit required documents and infonnation, the City may award the Contract to the next lowest responsible and reliable Bidder who shall fulfill every condition precedent to award. A corporation designated as the Apparent Low Bidder shall furnish evidence of its corporate existence and evidence that the officer signing the Contract and bond for the corporation is duly authorized to do so.
27. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK: The Bidder shall examine carefully the Project Site, the Plans and Specifications, other materials as described in the Special Provisions, Section 2-7, and the proposal forms (e.g., Bidding Documents). The submission of a Bid shall be conclusive evidence that the Bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and scope of Work, the quantities of materials to be furnished, and as to the requirements of the Bidding Documents Proposal, Plans, and Specifications.
28. CITY STANDARD PROVISIONS: This contract is subject to the following standard provisions. See The WHITEBOOK for details.
28.1. The City of San Diego Resolution No. R-277952 adopted on May 20, 1991 for a Drug-Free Workplace.
28.2. The City of San Diego Resolution No. R-282153 adopted on June 14, 1993 related to the Americans with Disabilities Act.
28.3. The City of San Diego Municipal Code §22.3004 for Pledge of Compliance.
Slurry Seal Group 1502 Notice Inviting Bids Volume 1 of2 (Rev. Feb. 2015)
131 Page
28.4. The City of San Diego's Labor Compliance Program and the State of California Labor Code §§ 1771.5(b) and 1776.
28.5. Sections 1777.5, 1777.6, and 1777.7 of the State of California Labor Code concerning the employment of apprentices by contractors and subcontractors performing public works contracts.
28.6. The City's Equal Benefits Ordinance (EBO), Chapter 2, Article 2, Division 43 of The San Diego Municipal Code (SDMC).
28. 7. The City's Information Security Policy (ISP) as defined in the City's Administrative Regulation 90.63.
29. PRE-AWARD ACTIVITIES:
29.1. The selected contractor by the City to execute a contract for this Work shall provide the information required within the time specified in "Required Documents," of this bid package. Failure to provide the information within the time specified may result in the Bid being rejected as non-responsive.
29.2. If the Bid is rejected as non-responsive, the selected contractor by the City to execute a contract for this Work shall forfeit the required Bid. The decision that the selected contractor by the City to execute a contract for this Work is non-responsive for failure to provide the information required within the time specified shall be at the sole discretion of the City.
30. OPTION TO RENEW:
30.1. The City of San Diego expects to have additional miles of streets Slurry Coated by contract with additional funding this fiscal year or next fiscal year. The City of San Diego reserves the right to exercise one option to renew this contract at the City's sole discretion under the terms and conditions herein stated, with the work to be performed commencing no later than 180 days after completion of the original contract work. The option to renew must be exercised by the City within 365 days after the date of the bid opening for this project. By submitting this bid, the bidder agrees that it shall not decline the City's option to renew.
30.2. The option to renew, if exercised, will be for one or more of the line items noted above as determined by the City, for quantities to be specified by the City that will be within %25 of the quantities listed, with the total price to be adjusted in propmiion to the quantities specified. The time for performance of the additional work shall be the same as the time for completion of the original contract work, adjusted proportionately by the amount of the additional work compared to the amount of the original contract work.
30.3. The option to renew shall be made at the bid pricing structure of the Bidder's original bid. In the event that the California Statewide Paving Asphalt Price Index (Index)
Slurry Seal Group 1502 Notice Inviting Bids Volume 1 of2 (Rev. Feb. 2015)
141 Page
has changed plus or minus(±) 10% between the date of Bid opening ("Bid Opening Date") and the date the option to renew is exercised by the City ("Option Exercise Date"), the City may, at the Bidder's request, and at the City's sole discretion, grant a change to the pricing structure commensurate with the percentage change in the Index.
30.4. If deemed necessary by the City, the option to renew will be exercised in writing by the City within 1 year of the date of the Bid opening for this project. The following conditions apply to the option to renew:
1. The total price of the option to renew shall not exceed the original contract amount. The option to renew will be for one or more of the listed Bid items as determined by the City, for quantities to be specified by the City that will be within twenty five percent(± 25%) of the quantities listed in the Bid.
2. The increase in lump sum Bid amounts e.g., bond, mobilization, storm water protection, and traffic control shall be in prop01iion to the amount of the added quantities. Allowance Bid items have been provided for this purpose where needed.
3. The Contract Time to perform the additional Work will be the same as for the original Work, adjusted proportionately to the amount of the added Work compared to the amount of the original Work.
4. The Retention for both original and added Work will be administered in accordance with 9-3.2, "Partial and Final Payment."
5. A separate NTP will be issued for the added Work.
6. A separate NOC may be filed for the added Work if the time between completion of the original Work and the commencement of the added Work exceeds 60 days.
30.5. The option to renew may be declined by the Bidder only if the California Statewide Paving Asphalt Price Index has increased by more than 10% from the date of Bid opening to the date the option to renew is exercised by the City.
31. ·. REQUIRED DOCUMENT SCHEDULE:
31.1. The Bidder's attention is directed to the City's Municipal Code §22.0807(e), (3)-(5) for important information regarding grounds for debarment for failure to submit required documentation.
31.2. The specified Equal Opportunity Contracting Program (EOCP) forms are available for download from the City's web site at:
http:/ /www.sandiego.gov I eoc/fonns/index.shtml
Slurry Seal Group 1502 Notice Inviting Bids Volume 1 of2 (Rev. Feb. 2015)
151 Page
ITEM WHEN DUE
1. BID SUBMITTAL DATE/TIME
2. BID SUBMITTAL DATE/TIME
3. BID SUBMITTAL DATE/TIME
4. BID SUBMITTAL DATE/TIME
5. BID SUBMITTAL DATE/TIME
6. BID SUBMITTAL DATE/TIME
7. BID SUBMITTAL DATE/TIME
8. WITHIN 3 WORKING DAYS OF BID OPENING
9. WITHIN 3 WORKJNG DAYS OF BID OPENING WITH GOOD FAITH EFFORT DOCUMENTATION
10. WITHIN 3 WORKING DAYS OF BID OPENING WITH GOOD FAITH EFFORT DOCUMENTATION
11. WITHIN 10 WORKING DAYS AFTER RECEIPT BY BIDDER OF CONTRACT FORMS
12. WITHIN 10 WORKING DAYS AFTER RECEIPT BY BIDDER OF CONTRACT FORMS
13. WITI-llN 10 WORKING DAYS AFTER RECEIPT BY BIDDER OF CONTRACT FORMS
14. WITHIN 10 WORKING DAYS AFTER RECEIPT BY BIDDER OF CONTRACT FORMS
Sluny Seal Group 1502 Notice Inviting Bids Volume 1 of2 (Rev. Feb. 2015)
FROM DOCUMENT TO BE SUBMITTED
ALL BIDDERS Bid
ALL BIDDERS Bid Bond
ALL BIDDERS Non-collusion Affidavit to be Executed By Bidder and Submitted with Bid under 23 USC 112 and PCC 7106
ALL BIDDERS Contractors Certification ofPending Actions
ALL BIDDERS Equal Benefits Ordinance Certification of Compliance
ALL BIDDERS Form AA35- List of Subcontractors
ALL BIDDERS Form AA40 -Named Equipment/Material Supplier List
ALL BIDDERS SLBE Good Faith Efforts Documentation
ALL BIDDERS Form AA60- List of Work Made Available
ALL BIDDERS Proof of Valid DBE-MBE-WBE-DVBE Certification Status e.g., Certs.
APPARENT Names of the principal individual owners LOW BIDDER of the Apparent Low Bidder
APPARENT If the Contractor is a Joint Venture: LOW BIDDER
• Joint Venture Agreement
• Joint Venture License
APPARENT Form BB05- Work Force Repmi LOW BIDDER
APPARENT Contract Forms -Agreement LOW BIDDER
161 Page
ITEM WHEN DUE
15. WITHIN 10 WORKING DAYS AFTER RECEIPT BY BIDDER OF CONTRACT FORMS
16. WITHIN 10 WORKING DAYS AFTER RECEIPT BY BIDDER OF CONTRACT FORMS
17. WITHIN 10 WORKING DAYS AFTER RECEIPT BY BIDDER OF CONTRACT FORMS
18. WITHIN 10 WORK.ING DAYS AFTER RECEIPT BY BIDDER OF CONTRACT FORMS
19. WITHIN 10 WORKING DAYS AFTER RECEIPT BY BIDDER OF CONTRACT FORMS
Slurry Seal Group 1502 Notice Inviting Bids Volume 1 of2 (Rev. Feb. 2015)
FROM DOCUMENT TO BE SUBMITTED
APPARENT Contract Forms - Payment and LOW BIDDER Performance Bond
APPARENT Certificates of Insurance and LOW BIDDER Endorsements
APPARENT Contractor Certification- Drug-Free LOW BIDDER Workplace
APPARENT Contractor Certification - American with LOW BIDDER Disabilities Act
APPARENT Contractors Standards - Pledge of LOW BIDDER Compliance
171 Page
Slurry Seal Group 1502 Contract Forms Agreement Volume 1 of2 (Rev. Feb. 2015)
CONTRACT FORMS
AGREEMENT
181 Page
CONTRACT FORMS
CONSTRUCTION CONTRACT
This contract is made and entered into between THE CITY OF SAN DIEGO, a municipal corporation, herein called "City", and AMERICAN ASPHALT SOUTH, INC. , herein called "Contractor" for construction of Slurry Seal Group 1502 Bid No. K-15-1313-DBB-3 in the amount ofTWO MILLION SIX HUNDRED FORTY-TWO THOUSAND EIGHT HUNDRED TEN DOLLARS AND 00/100 ($2,642,810.00), which is comprised ofthe Base Bid alone.
IN CONSIDERATION of the payments to be made hereunder and the mutual undertakings of the parties hereto, City and Contractor agree as follows:
1. The following are incorporated into this contract as though fully set forth herein:
(a) The attached Faithful Perfonnance and Payment Bonds.
(b) The attached Proposal included in the Bid documents by the Contractor.
(c) Reference Standards listed in the Notice Inviting Bids and the Supplementary Special Provisions (SSP).
(d) That certain documents entitled Slurry Seal Group 1502 on file in the office of the Public Works Department as Document No. 21003499 as well as all matters referenced therein.
2. The Contractor shall perform and be bound by all the terms and conditions of this contract and in strict confonnity therewith shall perform and complete in a good and workmanlike manner Slurry Seal Group 1502 Bid Number K-15-1313-DBB-3, San Diego, California.
3. For such performances, the City shall pay to Contractor the amounts set forth at the times and in the manner and with such additions or deductions as are provided for in this contract, and the Contractor shall accept such payment in full satisfaction of all claims incident to such performances.
4. No claim or suit whatsoever shall be made or brought by Contractor against any officer, agent, or employee of the City for or on account of anything done or omitted to be done in connection with this contract, nor shall any such officer, agent, or employee be liable hereunder.
5. This contract is effective as of the date that the Mayor or designee signs the agreement.
Slurry Seal Group 1502 Contract Forms Volume 1 of2 (Rev. Feb. 2015)
191 Page
CONTRACT FORMS (continued)
IN WITNESS WHEREOF, this Agreement is signed by the City of San Diego, acting by and through its Mayor or designee, pursuant to Municipal Code §22.3102 authorizing such execution.
THE CITY OF SAN DIEGO
Print Name: Stephen Samara Principal Contract Specialist (Acting)
Date:_.__;Jft_7'--71.___/_;::_:?-:.~-/'--""-m~V'~C __
CONTRACTOR
By~ Print Name: 4d J;dn(.
J
Title: s~O?.bJrq ./
Date: tPr/1 f'/j *'tJ/.?
City of San Diego License No.: ./Jt1t1Jt)(Jd'/7(,f
State Contractor's License No.: ?9.1r'P',(9
APPROVED AS TO FORM
Jan I. Goldsmith, City Attorney
Print Name: 12-'tf\~ P. bE::,t2l-CL'j Deputy City Attorney ·
Date: __ 5__,_· ~--""""tJ-1-{_. ( s-~--1 I Pi;
Slurry Seal Group 1502 20 I Page Contract Forms Volume 1 o£2 (Rev. Feb. 2015)
Slurry Seal Group 1502 Contract Forms Attachments Volume 1 of2 (Rev. Feb. 2015)
CONTRACT FORMS
ATTACHMENTS
211 Page
Bond Number: 12116466
Premium: $14,178.00
CONTRACT FORMS ATTACHMENTS PERFOR1\1ANCE BOND AND LABOR AND MATERIALMEN'S BOND
FAJXHFUL PERFORMANCE BONO AND LABOR AND MATERIALMEN'S BONJ):
AMJ}RlCAN ASPHALT SOUTH. INC. , a corporation, as pr.io.cJ.pal~ and
....:T.:.:.he=-G=-u=a....:ra=nt:.::...ee=-C=-o:..:.:m.I.p:.:;.anJ...y..::..of:...:.N.:..:o.:..::rth~A..::.m:.;.;e;.;.;ri.;..;ca;..;U;..;S~A'-----------' a corporation. authorized to do business
in the State of Califomia, as Sun;:ty, her¢by obUgate themselves, their successors and assigns, jointly and
scvera)ly, to The City of Sm Diego a :m.u:nJ.cipa.J. corporation in the sum of
TWO MILLION SIX HUNDRED FORTY-TWO THQUSAND EIGHt HUNDRED TEN DOLLARS
AND 00/100 ($2,642.81.0.00) for the faithful perfo.nnance of the annexed contract, and in the sum of
TWO MlLLlON SIX HJJNRREQ.LORTY"TWO THOUSAND EIGHT HUNDRED TEN .DOLLARS
.6ND 00/100 ($2.642.810.00) for the benefit oflaboms an.d.matc;:rialmcn designated below.
Conditions:
If the Principal shall faithf'\llly perform. the at'I:O.exed contract Slur!'.Y Seal Group 1502 Bid. Nmnber K-l.S-1313-DBB-3, San Di~go, California then the obligai:lo:n herein wjth re$pect to a faithful perfonnance shall be void; otherwise it shalt remain :in full force.
If the 'Principal shall promptly pay all persons, firms and corporations fu.rnisblng materials :for or perfomiing labor in the execution of this contract, and shall pay all amounts due under the California Unemployment Insurance Act then the obligation herein with respect to laborers and materialmen shall be void; otherw:i.se i.t sball.rema..i.:n in full force.
The obligation herein with respect to laborers and materialmen shall inure to the benefit of all ;porsons, fun1s and corporations entitled to file claims tmder the provisions of Chapter 3 of Division 5 of Title l of the Q(lvc.tnment Code of the State of California or 1.:mder the provisions of Section 3082 et seq. of the Civil Code of the State ofCal.1fo.mia.
Cba:n.gcs in the tenns of the aJ1Il.exed contract or specifications accompanying same o.r .referred to therein shall not affect the Suretis obligation on. this bond~ and the Surety hereby wa.iv¢s notlc¢ of same.
"'''"'' "'
Slu,rry Seal Group 1502 Contraat Fonn~ Atta')hiXI.~I.l.t!\ Volum0l of2 (Rev. Feb, 2015)
lllhge
CONTRACT FORMS ATTACHMENTS (conth?.ued) l'ERFORMANCE BOND AND .LABOR AND MATERIALMEN'S BOND
The Surety shall pay reasonable attomey's fees should suit be b.rought to enforce the provisi.ons ofthi.s bond.
Dated April 8, 2015
Approved as to Form
Approved:
4---r- ~ By AI~~
Stephen Samara Principal Contract Specialist (Acting)
Slurry Seal Group 1502 Contraot Fom1s Attachments Volmile 1 of2 (Rev. Feb. 20J.S)
American Asphalt South, Inc. Principal
By _4~ .
£~~~forPrincipW The Guarantee Company of North America USA
Surety
Attorncy-Jn.-:f.aot , .
~ 1800 Sutter Street1 Suite 880
Local Address of Surety
Concord, CA 94520 Local Address (City, State) of Surety
(925) 566-6040
Local Telephone No. of Surety
Premimn $ . ...:1...:.!4...:.!17~8.:.:::.0.:::..0 --~~~---
Bond No.h1_21_1.;.64,;.;;6.;.6 ---------
23[ Page
ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California County of Butte
On April 8, 2015 before me, Elizabeth Collodi, Notary Public (insert name and title of the officer)
personally appeared _B_o_b_b_ie_B_e_en--:y~-----'--___;_---=------:--:---:------:-:-:--:--who proved to me on the basis of satisfactory evidence to be the person(s:) whose name(s) ishilxe: subscribed to the within instrument and acknowledged to me that hue/she/~ executed the same in
XNs/her/NJeix:authorized capacity(m), and that by :ktisiher/tmm:signature(s) on the instrument the person(s), or the entity upon behalf of which the person(:~) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.
WITNESS my hand and official seal. ELIZABETH COLLODI GOMM. # 2056602 ?ii
NOTAHY PUBLIC · CALIFOHNIA fn COUNTY OF BUHE (J'l
Comm. Expires FEB. 1, 2018
THE GUARANTEE'M
The Guarantee Company of North America USA Southfield, Michigan
POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint
Barbara Midstokke, Renee Ramsey, Richard W. Pratt, John Hopkins, Elizabeth Collodi, Bobble Beeny, Nancy Luttenbacher Phillip 0. Watkins, Keith T. Schuler, Melissa D. Diaz, Shawna Johnson, Patricia M. Simas
lnterwest Insurance Services, Inc.
its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise.
The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office.
The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31st day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority:
1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and
2. To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it Is agreed that the power and authority hereby given
to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond.
4. In connection with obligations in favor of the Kentucky Department of Highways only, It is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the CommissionerDepartment of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following Is a true excerpt:
RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by Its authorized officer, this 23rd day of February, 2012.
STATE OF MICHIGAN County of Oakland
THE GUARANTEE COMPANY OF NORTH AMERICA USA
Stephen C. Ruschak, President & Chief Operating Officer Randall Musselman, Secretary
On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of
Cynthia A. Taka/ Notary Public, State of Michigan
County of Oakland My Commission Expires February 27, 2018
Acting in Oakland County
IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written.
I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which Is still in full force and effect.
IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 8 day of April •2015
Randall Musselman, Secretary
CONTRACTOR CERTIFICATION
DRUG-FREE WORKPLACE
PROJECT TITLE: ______ ---"'S=lu=r=r'"'-y-=Sc.=.e=al"""'G=r::....:o::...::u=p'--'1=5=0=2 ___________ _
I hereby certify that I am familiar with the requirements of San Diego City Council Policy No. 100-17 regarding Drug-Free Workplace as outlined in the WHITEBOOK, Section 7-13.3, "Drug-Free Workplace", of the project specifications, and that;
(Name under which business is conducted)
has in place a drug-free workplace program that complies with said policy. I further certify that each subcontract agreement for this project contains language which indicates the subcontractor's agreement to abide by the provisions of subdivisions a) through c) of the policy as outlined.
SignOO ?2~ Printed Name Luh SriJ~e
./
Title £~Cn'~
Slurry Seal Group 1502 24 I Page Drug-Free Workplace Volume 1 of2 (Rev. Feb. 2014)
CONTRACTOR CERTIFICATION
AMERICAN WITH DISABILITIES ACT (ADA) COMPLIANCE CERTIFICATION
PROJECT TITLE: ______ _..:::S~lu~r~r..z...v...:::S~e=al:....:G:::.r~o::..::u:.a:p~l~5~0~2 ___________ _
I hereby certify that I am familiar with the requirements of San Diego City Council Policy No. 100-4 regarding the American With Disabilities Act (ADA) outlined in the WHITEBOOK, Section 7-13.2, "American With Disabilities Act", of the project specifications, and that;
(Name under which business is conducted)
has in place workplace program that complies with said policy. I further certify that each subcontract agreement for this project contains language which indicates the subcontractor's agreement to abide by the provisions of the policy as outlined.
Slurry Seal Group 1502 ADA Compliance Certification Volume 1 of2 (Rev. Feb. 2014)
Signed._~~'-----""-"~ ............ ~----Printed Name __ ~~~~~='t!!'--------'~~-W._..t-________ _
o...7
251 Page
CONTRACTOR CERTIFICATION
CONTRACTOR STANDARDS- PLEDGE OF COMPLIANCE
PROJECT TITLE: _______ S=l=u~rr:...ly'--'S=e=a"'-1 G="-ro=u:o.~p""""'1""'5"""0c:2 __________ _
I decla~ under pe4 of ~~ti am authorized to make this certification on behalf of #Hier/mJ? ~htl//- Ziic , as Contractor, that I am familiar with the
requirements of City of San Diego Municipal Code § 22.3224 regarding Contractor Standards as outlined in the WHITEBOOK, Section 7-13.4, ("Contractor Standards"), of the project specifications, and that Contractor has complied with those requirements.
I further certify that each of the Contractor's subcontractors whose subcontracts are greater than $50,000 in value has completed a Pledge of Compliance attesting under penalty of petjury of having complied with City of San Diego Municipal Code § 22.3224.
Dated this _ __._?_~-~- Day of~~~!r._z-'-V __
Signed._;A-----"---2F--=----=----:. ~~-"'-----=--------Printed Name . 4~ ..9?111~
f7
Title ~cn.~H/ _/
Slurry Seal Group 1502 261 Page Contractor Standards- Pledge of Compliance Volume 1 of2 (Rev. Feb. 2014)
AFFIDAVIT OF DISPOSAL
WHEREAS, on the DAY OF , 2 the undersigned entered into and executed a contract with the City of San Diego, a municipal corporation, for:
Slurry Seal Group 1502 (Name of Project)
as particularly described in said contract and identified as Bid No. K-15-1313-DBB-3 SAP No. (WBS/IO/CC) 21003499 and WHEREAS, the specification of said contract requires the Contractor to affirm that "all brush, trash, debris, and surplus materials resulting from this project have been disposed of in a legalmmmer"; ·and WHEREAS, said contract has been completed and all surplus materials disposed of:
NOW, THEREFORE, in consideration of the final payment by the City of San Diego to said Contractor under the terms of said contract, the undersigned Contractor, does hereby affirm that all surplus materials as described in said contract have been disposed of at the following location(s)
and that they have been disposed of according to all applicable laws and regulations.
Dated this _____ DAY OF _____________ _
_______________ Contractor by
ATTEST:
State of ___________ _ County of __________ _
On tllis DAY OF 2 __ , before the undersigned, a Notary Public in and for said County and State, duly commissioned and sworn, personally appeared'-----------known to me to be the Contractor named in the foregoing Release, and
whose name is subscribed thereto, and acknowledged to me that said Contractor executed the said Release.
Notary Public in and for said County and State
Slurry Seal Group 1502 Affidavit of Disposal Volume 1 of2 (Rev. Feb. 2014)
271 Page
Slurry Seal Group 1502 Attachments Volume 1 of2 (Rev. Feb. 2014)
ATTACHMENTS
281 Page
Slurry Seal Group 1502 Attachment A- Scope of Work Volume 1 of2 (Rev. Mar. 2014)
ATTACHMENT A
SCOPE OF WORK
291 Page
SCOPE OF WORK
1. SCOPE OF WORK: Slurry Seal Group 1502 includes but not limited to, crack sealing, milling various materials, pavement repair, sweeping, application of slurry seal, replacing traffic striping I markings I markers, replacing vehicle detector loops, possible weekend work, traffic control drawings & permits, and storm drain inlet protection on various asphalt streets Citywide.
1.1. The Work shall be performed in accordance with:
1.1.1. The Notice Inviting Bids, inclusive.
2. CONSTRUCTION COST: The City's estimated construction cost for this contract is $3,7 50,000.00
3. LOCATION OF WORK: The location of the Worl{ is as follows: See Appendix D.
4. CONTRACT TIME: The Contract Time for completion of the Work shall be 130 Working Days.
5. CONTRACTOR'S LICENSE CLASSIFICATION: In accordance with the provisions of California Law, the Contractor shall possess valid appropriate license(s) at the time that the Bid is submitted. Failure to possess the specified license(s) shall render the Bid as nonresponsive and shall act as a bar to award of the Contract to any Bidder not possessing required license(s) at the time of Bid.
5.1. The City has determined the following licensing classifications for this contract:
Option Classifications 1 CLASS A 2 CLASS C12 3 CLASS C32
5.2. The Bidder shall satisfy the licensing requirement by meeting at least one of the listed options.
Slurry Seal Group 1502 Attachment A- Scope of Work Volume I of2 (Rev. Mar. 2014)
30 I Page
ATTACHMENT B
INTENTIONALLY LEFT BLANK
Slurry Seal Group 1502 Attachment B- Scope of Work Volume 1 of2 (Rev. Nov. 2013)
311 Page
ATTACHMENT C
EQUAL OPPORTUNITY CONTRACTING PROGRAM
Slurry Seal Group 1502 Attachment C- Equal Opportunity Contracting Program Volume 1 of2 (Rev. Nov. 2013)
321 Page
EQUAL OPPORTUNITY CONTRACTING PROGRAM REQUIREMENTS
1. To The WHITEBOOK, Chapter 10, Sections D and E, DELETE each in its entirety, and SUBSTITUTE with the following:
D. CITY'S EQUAL OPPORTUNITY COMMITMENT.
1. Nondiscrimination in Contracting Ordinance.
1. The Contractor, Subcontractors and Suppliers shall comply with requirements of the City's Nondiscrimination in Contracting Ordinance, San Diego Municipal Code §§22.3501 through 22.3517.
The Contractor shall not discriminate on the basis of race, gender, religion, national origin, etlmicity, sexual orientation, age, or disability in the solicitation, selection, hiring, or treatment of subcontractors, vendors, or suppliers. The Contractor shall provide equal opportunity for subcontractors to participate in subcontracting opportunities. The Contractor understands and agrees that violation of this clause shall be considered a material breach of the contract and may result in contract termination, debarment, or other sanctions.
The Contractor shall include the foregoing clause in all contracts between the Contractor and Subcontractors and Suppliers.
2. Disclosure of Discrimination Complaints. As part of its Bid or Proposal, the Bidder shall provide to the City a list of all instances within the past 10 years where a complaint was filed or pending against Bidder in a legal or administrative proceeding alleging that Bidder discriminated against its employees, subcontractors, vendors, or suppliers, and a description of the status or resolution of that complaint, including any remedial action taken.
3. Upon the City's request, the Contractor agrees to provide to the City, within 60 days, a truthful and complete list of the names of all Subcontractors and Suppliers that the Contractor has used in the past 5 years on any of its contracts that were undertaken within San Diego County, including the total dollar amount paid by the Contractor for each subcontract or supply contract.
4. The Contractor further agrees to fully cooperate in any investigation conducted by the City pursuant to the City's Nondiscrimination in Contracting Ordinance, Municipal Code §§22.3501 through 22.3517. The Contractor understands and agrees that violation of this clause shall be considered a material breach of the Contract and may result in remedies being ordered against the Contractor up to and including contract termination, debarment and other sanctions for violation of the provisions of the Nondiscrimination in Contracting Ordinance. The Contractor further understands and agrees that the procedures, remedies and sanctions provided for in the Nondiscrimination in Contracting Ordinance apply only to violations of the Ordinance.
Slurry Seal Group 1502 Attachment C - Equal Opportunity Contracting Program Volume 1 of2 (Rev. Nov. 2013)
331 Page
E. EQUAL EMPLOYMENT OPPORTUNITY OUTREACH PROGRAM.
1. The Contractor, Subcontractors and Suppliers shall comply with the City's Equal Employment Opportunity Outreach Program, San Diego Municipal Code §§22.2701 through 22.2707.
The Contractor shall not discriminate against any employee or applicant for employment on any basis prohibited by law. Contractor shall provide equal opportunity in all employment practices. Prime Contractor shall ensure their subcontractors comply with this program. Nothing in this section shall be interpreted to hold a prime contractor liable for any discriminatory practice of its subcontractors.
The Contractor shall include the foregoing clause in all contracts between the Contractor and Subcontractors and Suppliers.
2. If the Contract is competitively solicited, the selected Bidder shall submit a Work Force Report (Form BBOS), within 10 Working Days after receipt by the Bidder of Contract forms to the City for approval as specified in the Notice of Intent to A ward letter from the City.
3. If a Work Force Report is submitted, and the City determines there are underrepresentations when compared to County Labor Force Availability data, the selected Bidder shall submit an Equal Employment Opportunity Plan.
4. If the selected Bidder submits an Equal Employment Opportunity Plan, it shall include the following assurances:
1. The Contractor shall maintain a working environment free of discrimination, harassment, intimidation and coercion at all sites and in all facilities at which the Contractor's employees are assigned to work.
2. The Contractor reviews its EEO Policy, at least annually, with all on-site supervisors involved in employment decisions.
3. The Contractor disseminates and reviews its EEO Policy with all employees at least once a year, posts the policy statement and EEO posters on all company bulletin boards and job sites, and documents every dissemination, review and posting with a written record to identifY the time, place, employees present, subject matter, and disposition of meetings.
4. The Contractor reviews, at least annually, all supervisors' adherence to and performance under the EEO Policy and maintains written documentation of these reviews.
5. The Contractor discusses its EEO Policy Statement with subcontractors with whom it anticipates doing business, includes the EEO Policy Statement in its subcontracts, and provides such documentation to the City upon request.
Slurry Seal Group 1502 Attachment C - Equal Opportunity Contracting Program Volume 1 of2 (Rev. Nov. 2013)
341 Page
6. The Contractor documents and maintains a record of all bid solicitations and outreach efforts to and from subcontractors, contractor associations and other business associations.
7. The Contractor disseminates its EEO Policy externally through various media, including the media of people of color and women, in advertisements to recruit, maintains files documenting these efforts, and provides copies of these advertisements to the City upon request.
8. The Contractor disseminates its EEO Policy to union and community organizations.
9. The Contractor provides immediate written notification to the City when any union referral process has impeded the Contractor's efforts to maintain its EEO Policy.
10. The Contractor maintains a current list of recruitment sources, including those outreaching to people of color and women, and provides written notification of employment opportunities to these recruitment sources with a record of the organizations' responses.
11. The Contractor maintains a current file of names, addresses and phone numbers of each walk-in applicant, including people of color and women, and referrals from unions, recruitment sources, or community organizations with a description of the employment action taken.
12. The Contractor encourages all present employees, including people of color and women employees, to recruit others.
13. The Contractor maintains all employment selection process information with records of all tests and other selection criteria.
14. The Contractor develops and maintains documentation for on-the-job training opportunities, participates in training programs, or both for all of its employees, including people of color and women, and establishes apprenticeship, trainee, and upgrade programs relevant to the Contractor's employment needs.
15. The Contractor conducts, at least annually, an inventory and evaluation of all employees for promotional opportunities and encourages all employees to seek and prepare appropriately for such opportunities.
16. The Contractor ensures the company's working environment and activities are non-segregated except for providing separate or single-user toilets and necessary changing facilities to assure privacy between the sexes.
Sluny Seal Group 1502 Attachment C - Equal Opportunity Contracting Program Volume 1 of2 (Rev. Nov. 2013)
351 Page
ATTACHMENT D
INTENTIONALLY LEFT BLANK
Slurry Seal Group 1502 Attachment D- Intentionally Left Blank Volume 1 of2 (Rev. Jul. 2014)
361 Page
ATTACHMENT E
SUPPLEMENTARY SPECIAL PROVISIONS
Slurry Seal Group 1502 Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
371 Page
SUPPLEMENTARY SPECIAL PROVISIONS
The following Supplementary Special Provisions (SSP) modifies the following documents:
1) Standard Specifications for Public Works Construction (The GREENBOOK) currently in effect.
2) The City of San Diego Standard Specifications for Public Works Construction (The WHITEBOOK).
SECTION 1- TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS
1-2
2-3.2
2-5.3.1
TERMS AND DEFINITIONS.
Normal Worli.ing Hours. To the City Supplement, ADD the following:
The Normal Working Hours are 8:30AM to 3:30PM.
SECTION 2 - SCOPE AND CONTROL OF WORK
Self Performance. DELETE in its entirety and SUBSTITUTE with the following:
1. You must perform, with your own organization, Contract work amounting to at least 50% of the base bid alone or base bid and any additive or deductive alternate(s) that together when added or deducted form the basis of award.
2. The self performance percentage requirement will be waived for contracts when a "B" License is required or allowed.
General. To the City Supplement, ADD the following
7. For products for which an AML is available, products listed in the AML shall be used. A submittal review will be conducted for products not identified on an AML on a case-by-case basis when:
a) The product type or category is not in the AML.
b) The AML does not list at least two available manufacturers of the product.
c) The material or manufacturer listed in the AML is no longer available. Documentation to substantiate the product is no longer available or in production is required as part of the submittal.
Slurry Seal Group 1502 381 Page Attachment E- Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
3-2.1
3-2.2.1
4-1.3.6
4-1.6
7-3
In the case of conducting a submittal review when required by the Plans or Special Provisions, or when requested by the Engineer, all submittals shall be accompanied by the City's submittal form.
The Product Submittal Form is available for download at:
http://www.sandiego.gov/publicworks/edocref/index.shtml
SECTION 3 -CHANGES IN WORK
General. ADD the following:
The Bid quantities are for estimating purposes only and will vary due to continued deterioration of the streets, such as streets quantified as having no tons of AC required, may in fact need AC repair (see 302-3).
General. To the City Supplement, DELETE in its entirety and SUBSTITUTE with the following:
Unit Bid prices for Crack Seal, Removal of Humps, Traffic Detector Loop, Traffic Conduit Stub, Raise Appurtenance to Grade, and Inlet Markers shall not be subject to adjustment regardless of quantity used or if none are used.
SECTION 4- CONTROL OF MATERIALS
Preapproved Materials. To the City Supplement, ADD the following:
3. You shall submit in writing a list of all products to be incorporated in the Work that are on the AML.
Trade Names or Equals. ADD the following:
You must submit your list of proposed substitutions for "an equal" ("or equal") item(s) no later than 5 Worldng Days after the determination of the Apparent Low Bidder and on the City's Product Submittal Form available at.
http://www.sandiego.gov/publicworks/edocref/index.shtml
SECTION 7- RESPONSIBILITIES OF THE CONTRACTOR
LIABILITY INSURANCE. DELETE in its entirety and SUBSTITUTE with the following:
The insurance provisions herein must not be construed to limit your indemnity obligations contained in the Contract.
Slurry Seal Group 1502 391 Page Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
7-3.1
7-3.2
7-3.2.1
Policies and Procedures.
1. You must procure the insurance described below, at its sole cost and expense, to provide coverage against claims for loss including injuries to persons or damage to property, which may arise out of or in connection with the performance of the Work by you, your agents, representatives, officers, employees or Subcontractors.
2. Insurance coverage for property damage resulting from your operations is on a replacement cost valuation. The market value will not be accepted.
3. You must maintain this insurance for the duration of this contract and at all times thereafter when you are correcting, removing, or replacing Work in accordance with this contract. Your liabilities under the Contract, e.g., your indemnity obligations, is not deemed limited to the insurance coverage required by this contract.
4. Payment for insurance is included in the various items of Work as bid by you, and except as specifically agreed to by the City in writing, you are not entitled to any additional payment. Do not begin any work under this contract until you have provided and the City has approved all required insurance.
5. Policies of insurance must provide that the City is entitled to 30 days (1 0 days for cancellation due to non-payment of premium) prior written notice of cancellation or non-renewal of the policy. Maintenance of specified insurance coverage is a material element of the Contract. Your failure to maintain or renew coverage or to provide evidence of renewal during the term of the Contract may be treated by the City as a material breach of the Contract.
Types of Insurance.
Commercial General Liability Insurance.
1. Commercial General Liability Insurance must be written on the current version of the ISO Occurrence form CG 00 01 07 98 or an equivalent form providing coverage at least as broad.
2. The policy must cover liability arising from premises and operations, XCU (explosions, underground, and collapse), independent contractors, products/completed operations, personal injury and advertising injury, bodily injury, property damage, and liability assumed under an insured's contract (including the tort liability of another assumed in a business contract).
3. There must be no endorsement or modification limiting the scope of coverage for either "insured vs. insured" claims or contractual liability. You must maintain the same or equivalent insurance for at least 10 years following completion of the Work.
4. All costs of defense must be outside the policy limits. Policy coverage must be in liability limits of not less than the following:
Slurry Seal Group 1502 40 I Page Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
7-3.2.2
7-3.3
7-3.3.1
7-3.4
7-3.5
7-3.5.1
7-3.5.1.1
General A1mual Aggregate Limit
Other than Products/Completed Operations Products/Completed Operations Aggregate Limit Personal Injury Limit Each Occurrence
Commercial Automobile Liability Insurance.
Limits of Liability
$2,000,000 $2,000,000 $1,000,000 $1,000,000
1. You must provide a policy or policies of Commercial Automobile Liability Insurance written on the current version of the ISO form CA 00 01 12 90 or later version or equivalent form providing coverage at least as broad in the amount of $1,000,000 combined single limit per accident, covering bodily injury and property damage for owned, non-owned, and hired automobiles ("Any Auto").
2. All costs of defense must be outside the limits of the policy.
Rating Requirements. Except for the State Compensation Insurance Fund, all insurance required by this contract as described herein must be carried only by responsible insurance companies with a rating of, or equivalent to, at least "A-, VI" by A.M. Best Company, that are authorized by the California Insurance Commissioner to do business in the State, and that have been approved by the City.
Non-Admitted Carriers. The City will accept insurance provided by non-admitted, "surplus lines" carriers only if the carrier is authorized to do business in the State and is included on the List of Approved Surplus Lines Insurers (LASLI list).
All policies of insurance carried by non-admitted carriers must be subject to all of the requirements for policies of insurance provided by admitted carriers described herein.
Evidence of Insurance. Furnish to the City documents e.g., certificates of insurance and endorsements evidencing the insurance required herein, and furnish renewal documentation prior to expiration of this insurance. Each required document must be signed by the insurer or a person authorized by the insurer to bind coverage on its behalf. We reserve the right to require complete, certified copies of all insurance policies required herein.
Policy Endorsements.
Commercial General Liability Insurance.
Additional Insured.
a) You must provide at your expense policy endorsement written on the current version of the ISO Occurrence form CG 20 10 11 85 or an equivalent form providing coverage at least as broad.
b) To the fullest extent allowed by law e.g., California Insurance Code § 11580.04, the policy must be endorsed to include the City and its respective elected officials, officers, employees, agents, and representatives as additional insured.
Slurry Seal Group 1502 411 Page Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
7-3.5.1.2
7-3.5.1.3
7-3.5.2
7-3.5.2.1
7-3.6
7-3.7
7-3.8
c) The additional insured coverage for projects for which the Engineer's Estimate is $1,000,000 or more must include liability arising out of: (a) Ongoing operations performed by you or on your behalf, (b) your products, (c) your work, e.g., your completed operations performed by you or on your behalf, or (d) premises owned, leased, controlled, or used by you.
d) The additional insured coverage for projects for which the Engineer's Estimate is less than $1,000,000 must include liability arising out of: (a) Ongoing operations performed by you or on your behalf, (b) your products, or (c) premises owned, leased, controlled, or used by you.
Primary and Non-Contributory Coverage. The policy must be endorsed to provide that the coverage with respect to operations, including the completed operations, if appropriate, of the Named Insured is primary to any insurance or selfinsurance of the City and its elected officials, officers, employees, agents and representatives. Further, it must provide that any insurance maintained by the City and its elected officials, officers, employees, agents and representatives must be in excess of your insurance and must not contribute to it.
Project General Aggregate Limit. The policy or policies must be endorsed to provide a Designated Construction Project General Aggregate Limit that will apply only to the Work. Only claims payments which arise from the Work must reduce the Designated Construction Project General Aggregate Limit. The Designated Construction Project General Aggregate Limit must be in addition to the aggregate limit provided for the products-completed operations hazard.
Commercial Automobile Liability Insurance.
Additional Insured. Unless the policy or policies of Commercial Auto Liability Insurance are written on an ISO form CA 00 01 12 90 or a later version of this form or equivalent form providing coverage at least as broad, the policy must be endorsed to include the City and its respective elected officials, officers, employees, agents, and representatives as additional insured, with respect to liability arising out of automobiles owned, leased, hired or borrowed by you or on your behalf. This endorsement is limited to the obligations permitted by California Insurance· Code §11580.04.
Deductibles and Self-Insured Retentions. You must pay for all deductibles and self-insured retentions. You must disclose deductibles and self-insured retentions to the City at the time the evidence of insurance is provided.
Reservation of Rights. The City reserves the right, from time to time, to review your insurance coverage, limits, deductibles and self-insured retentions to determine if they are acceptable to the City. The City will reimburse you, without overhead, profit, or any other markup, for the cost of additional premium for any coverage requested by the Engineer but not required by this contract.
Notice of Changes to Insurance. You must notify the City 30 days prior to any material change to the policies of insurance provided under this contract.
Slurry Seal Group 1502 421 Page Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
7-3.9
7-4
7-4.1
7-4.1.1
7-8.6
7-9.1
Excess Insurance. Policies providing excess coverage must follow the form of the primary policy or policies e.g., all endorsements.
WORKERS' COMPENSATION INSURANCE. DELETE in its entirety and SUBSTITUTE with the following:
Worliers' Compensation Insurance and Employers Liability Insurance.
1. In accordance with the provisions of §3700 of the California Labor Code, you must provide at your expense Workers' Compensation Insurance and Employers Liability Insurance to protect you against all claims under applicable state workers compensation laws. The City, its elected officials, and employees will not be respoi'lsible for any claims in law or equity occasioned by your failure to comply with the requirements of this section.
2. Limits for this insurance must be not less than the following:
Workers' Compensation
Bodily Injury by Accident Bodily Injury by Disease Bodily Injury by Disease
Statutory Employers Liability
$1,000,000 each accident $1,000,000 each employee $1,000,000 policy limit
3. By signing and returning the Contract you certify that you are aware of the provisions of §3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code and you must comply with such provisions before commencing the Work as required by § 1861 of the California Labor Code.
Waiver of Subrogation. The policy or policies must be endorsed to provide that the insurer will waive all rights of subrogation against the City, and its respective elected officials, officers, employees, agents, and representatives for losses paid under the tenns of the policy or policies and which arise from work performed by the Named Insured for the City.
Water Pollution Control. ADD the following:
1. Based on a preliminary assessment by the City, the Contract is subject to WPCP.
Video Recording of Existing Conditions. To the City Supplement, ADD the following:
3. In slurry seal or asphalt overlay contracts, the purpose of the video recording of the pre-existing Site conditions is to document the minimum traffic striping, markings, markers, and traffic control devices (delineators or "safehits") for which the Contractor shall be responsible to replace.
Slurry Seal Group 1502 431 Page Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
7-10.2.2.5
7-10.5.3
7-15
7-16
ADD: 7-16
7-16.1
Traffic Control Signs and Notices for Resurfacing and Slurry Sealing. To the City Supplement, item 1, ADD the following:
The "NO PARKING- TOW-AWAY ZONE" shall include "NO DRIVING" on streets that are closed to all traffic during construction. For each street segment, in addition to resurfacing and slurry sealing, the Contractor shall post "NO PARKING" signs for any required preparatory work such as, but not limited to, asphalt pavement repair (mill & pave), crack seal, and tree trimming.
Steel Plate Covers. Table 7-10.5.3(A), REVISE the plate thickness for 5'-3" trench width to read 1 %''.
INDEMNIFICATION AND HOLD HARMLESS AGREEMENT. To the City Supplement, fomih paragraph, last sentence, DELETE in its entirety and SUBSTITUTE with the following:
Your duty to indemnify and hold hannless does not include any claims or liability arising from the established active or sole negligence, or willful misconduct of the City, its officers, or employees.
COMMUNITY LIAISON. To the City Supplement, DELETE in its entirety and SUSBTITUTE with the following:
COMMUNITY OUTREACH.
General.
1. To ensure consistency with the City's community outreach plan for the project, the City will work with the Contractor to inform the public (which includes, but is not limited to, property owners, renters, homeowners, business owners, recreational users, and other community members and stakeholders) of construction impacts. Efforts by the Contractor to mitigate construction impacts by communicating with the public require close coordination and cooperation with the City.
2. The Contractor will perform the community outreach activities required throughout the Contract Time.
3. The Contractor shall closely coordinate the Work with the businesses, institutions, residents and property owners impacted by the Project. Example duties of the Contractor include notification to the businesses, institutions and residents of the commencement of construction activities not less than 5 days in advance, coordination of access for vehicular and pedestrian traffic to businesses, institutions and residences impacted by the Project, reporting of Contractor activities at all Project progress meetings scheduled by the Engineer, attendance to the Project Pre-construction Meeting, attendance at 2 community meetings, response to community questions and complaints related to Contractor activities, and written documentation including logging in all inquiries and complaints received into the City's Public Contact Log located on the City's SDShare site:
http:/ I sdshare/forums/ ecp/PITS/pi cr/Lists/Pub li c %20Contact%20Log/ Allltem s .aspx
Slurry Seal Group 1502 441 Page Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
7-16.2
4. The Contractor shall execute the Information Security Policy Acknowledgement Form - For Non-City Employees within 15 days of the award of the Contract if:
a) The contact information for the Contractor is made available on any outreach materials or;
b) The Contractor will be the primary point of contact to resolve project related inquiries and complaints.
5. Electronic Communication.
All inquiries and complaints will be logged in to the City's SDShare site within 24 hours of receipt of inquiries and complaints.
Any updates or a resolution of inquiries, and complaints shall be documented in the City's SDShare site within 24 hours.
Copies of email communications shall be saved on to the City's SDShare site as individually as an Outlook Message Format(* .msg).
All graphics, photos, and other electronic files associated with the inquiries and or complaints shall be saved into the individual record.
6. When specified, present your Exclusive Community Liaison io the Engineer, in writing, within 15 days of the award of the Contract.
Submittals.
1. The Contractor shall submit to the Resident Engineer, for review and approval, all drafts of letters, notices, postcards, door hangers, signs, mailing lists, proposed addresses for hand-delivery, and any other notices and letters that are to be mailed and or distributed to the public.
a. Prior to distributing or mailing, the Contractor shall submit final drafts of letters, notices, postcards, door hangers, signs, and any other notices and letters to the Resident Engineer for final review and approval.
b. After distributing or mailing, the Contractor shall submit verification of delivery and any copies of returned notices to the Resident Engineer.
2. The Contractor will use the City's SDShare site to identify and summarize communications (via phone, in person, and email) with the public the within 24 hours of receipt, even if the Contractor's response to the individual is still incomplete. The Contractor will upload to the City's SDShare site copies of all written, electronic, and verbal communications and conversations with the public.
Slurry Seal Group 1502 45J Page Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
7-16.3
7-16.4
7-16.5
Public Notice by Contractor.
· 1. Furnish and distribute public notices in the form of door hangers using the City's format to all occupants and/or property owners along streets where Work is to be performed at least 5 days before starting the Work as directed by the Resident Engineer.
2. For all Work on private property, contact each owner and occupant individually a minimum of 15 days prior to the Work. If the Worlc has been delayed, re-notifY owners and occupants of the new Work schedule, as directed by the Resident Engineer.
Quality Assurance.
1. During the course of community outreach, the Contractor shall ensure the character of all persons that conduct community outreach (distributing door hangers, attending community meetings, interacting with the public, etc.), on behalf of the Contractor:
a. Have the ability to speak and comprehend English and/or Spanish, as appropriate for the community or public they are informing,
b. Possess and display easily verifiable and readable personal identification that identifies the person as an employee of the Contractor,
c. Have the interpersonal skills to effectively, professionally, and tactfully represent the project, Contractor, and City to the public.
Communications with the Public.
1. The Contractor shall provide updates on construction impacts to the Resident Engineer. The Contractor shall notifY the Resident Engineer in advance about time-sensitive construction impacts and may be required to distribute construction impact notices to the public on short notice.
2. The Contractor shall incorporate community outreach activities related to construction impacts in the baseline schedule and update the Resident Engineer with each week's submittal of the Three-Week Look Ahead Schedule.
3. At the request of the Resident Engineer, the Contractor shall attend and participate in project briefings at community meetings.
4. The Contractor shall coordinate with the Resident Engineer on all responses and actions taken to address public inquiries and complaints within 24-hours that they are received.
Slurry Seal Group 1502 461 Page Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
7-16.6
7-16.7
Communications with Media.
1. The City may allow members of the media access to its construction site(s) on a case-by-case basis only.
2. Occasionally, members of the media may show up at construction sites, uninvited. Members of the media (including, but not limited to newspaper, magazine, radio, television, bloggers, and videographers) do not have the legal right to be in the construction site without the City's permission.
3. In the event media representatives arrive near or on the construction site(s ), the Contractor shall keep them off the site(s ), in a courteous and professional mmmer, until a Public Information Officer is available to meet them at an approved location.
4. The Contractor shall report all members of the media visits to the Resident Engineer as quickly as possible, so that the City's Public Information Officer can meet with the members of the media at the construction site(s).
5. If the City allows members of the media to access a construction site, the Contractor shall allow the City to escort the media representatives while they are on the construction site and shall ensure their safety.
6. The Contractor shall require media representatives to sign in and out of the Site Visitor Log and to use Personal Protective Equipment.
7. The Contractor has a right to speak to members of the media about its company and its role on the project. All other questions shall be referred to the City.
Exclusive Community Liaison Services.
If directed to conduct Exclusive Community Liaison Services, the Contractor shall retain an Exclusive Community Liaison for the Project whose sole responsibilities will be as follows:
1. Develop a contact list of community, tenants, property owners, and agencies with a stake in the project.
2. NotifY businesses, institutions, property owners, and residents of the commencement of construction activities and utility service interruptions not less than 5 days in advance.
3. Coordinate access for vehicular and pedestrian traffic to businesses, institutions and residences impacted by the Project.
4. Prepare and present of materials in coordination with the Resident Engineer (the City's standards and guidelines for the communication materials are available for review by Bidders by sending a request to the Contract Specialist).
Slurry Seal Group 1502 471 Page Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
7-16.7.1
7-16.8
7-20
9-3.2.5
ADD:
5. Respond to community questions and complaints related to Contractor activities.
6. Write, edit, update, or produce brochures, pamphlets and news releases.
7. Provide standard telephone inquiries and e-mail responses:
a) Respond to telephone calls and e-mails from the public.
b) Record calls and e-mails on the City's SDShare site.
8. Report Exclusive Community Liaison activities at all progress meetings scheduled by the Resident Engineer.
9. Attendance at pre-construction, community and stakeholders meetings.
Exclusive Community Liaison Work Plan. The Work plan for the Exclusive Community Liaison shall address the items of Work specified in these specifications. Present your Exclusive Community Liaison and submit your exclusive community outreach plan (in writing) as specified within 15 days of the Award of the Contract.
Payment. The Payment for the community outreach and public notices is included in the various Bid items. The payment for exclusive community liaison is in the bid item for "Exclusive Community Liaison Services."
ELECTRONIC COMMUNICATION. ADD the following:
Virtual Project Manager will be used on this contract.
SECTION 9- MEASUREMENT AND PAYMENT
Withholding of Payment. To the City Supplement, item i), DELETE in its entirety and SUBSTITUTE with the following:
i) Your failure to comply with 7-2.3, "PAYROLL RECORDS" and 2-16, "CONTRACTOR REGISTRATION AND ELECTRONIC REPORTING SYSTEM."
9-3.7 Compensation Adjustments for Price Index Fluctuations. This Contract is subject to the provisions of The WHITEBOOK for Compensation Adjustments for Price Index Fluctuations for the paving asphalt.
Slurry Seal Group 1502 Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
481 Page
203-15
SECTION 203- BITUMINOUS MATERIALS
RUBBER POLYMER MODIFIED SLURRY (RPMS). To the City Supplement, CORRECT section numbering as follows:
OLD TITLE NEW SECTION SECTION NUMBER NUMBER
203-15 RUBBER POLYMER MODIFIED SLURRY 203-16 (RPMS)
203-15.1 General 203-16.1
203-15.2 Materials 203-16.2
203-15.3 Composition and Grading 203-16.3
203-15.4 Mix Design 203-16.4
ADD the following:
RPMS shall be used on this contract.
SECTION 214- TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS
214-1 GENERAL. ADD the following:
Materials for traffic striping, pavement markers, pavement markings, and devices for this contract shall be in accordance with the Standard Specifications, State of California, Business, Transportation and Housing Agency, Department of Transportation, 2010 edition and the current MUTCD. Pertinent SUPPLEMENTARY SPECIAL PROVISIONS can be found in the Contract Appendix.
SECTION 301- TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS
301-1.7 Payment. To the City Supplement, ADD the following:
Payment for raising appurtenance to grade, including manholes, valve and monument covers, or monuments, shall be made at the Contract unit price for each appurtenance raised.
Slurry Seal Group 1502 Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
491 Page
302-1.1
302-1.6
302-1.9
302-1.12
302-3
302-3
SECTION 302- ROADWAY SURFACING
General. ADD the following:
The outside edges of the milled pavement may have a radius transition on the sides parallel to the cutting drum.
The presence of pavement fabric, concrete, rubberized material or steel reinforcement within the depth to be cold milled have not been noted.
Cold Milling of Composite Pavements. ADD the following:
The areas and depths of composite pavement to be cold milled, sawn or cut have not been identified.
Traffic Signal Loop Detectors. To the City Supplement, item 4, ADD the following:
"Q" loops may be required at bicycle lanes.
Payment. To the City Supplements, ADD the following:
4. No additional payment shall be made for milling, grinding, or saw cutting PCC or other material.
PREPARATORY REPAIR WORK. To the City Supplement, DELETE in its entirety and SUBSTITUTE with the following:
PREPARATORY REPAIR WORK.
1. Prior to roadway resurfacing or the application of slurry, the Contractor shall complete all necessary preparation and repair work to the road segment e.g., tree trimming, weed spray, weed abatement, crack sealing, asphalt repair, hump removal, miscellaneous asphalt patching, removal of raised pavement markers, removal of pavement markings, etc. and as specified in the Special Provisions.
2. Preparatory work shall include, but not be limited to, tree trimming, weed spray, weed abatement, crack sealing, asphalt repair i.e., mill and pave, hump removal, miscellaneous asphalt patching, removal of raised pavement markers, removal of pavement markings, etc.
3. The Contractor shall repair areas of distressed asphalt concrete pavement by milling or removing damaged areas of pavement to a minimum depth of 2" for Residential streets, and a minimum depth of 3" for all others to expose firm and unyielding pavement. The Contractor shall prepare subgrade as needed and install a minimum of 2" for residential streets, and a minimum of 3" for all others, of compacted asphalt concrete pavement over compacted native material as directed by the Engineer.
Slurry Seal Group 1502 50 I Page Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
4. If, in order to achieve the mmnnum specified depth, the base material is exposed, the material shall be compacted to 95% relative compaction to a depth 10" below the finished grade (dig out). Compaction tests shall be made to ensure compliance with the specifications. The Engineer will determine when and where the test will occur. The City will pay for the soils testing required by the Engineer, which meets the required compaction. The Contractor shall reimburse the City for the cost of retesting failing compaction tests. If additional base material is required, the Contractor shall use Class 2 Aggregate Base in accordance with 200-2.2, "Crushed Aggregate Base."
5. Recycled base material shall conform to Crushed Miscellaneous Base Material in accordance with 200-2.4, "Crushed Miscellaneous Aggregate Base."
6. Prior to replacing asphalt, the area shall be cleaned by removing all loose and damaged material, moisture, dirt, and other foreign matter and shall be tack coated in accordance with 302-5.4 "Tack Coat."
7. The Contractor shall install new asphalt within the repair area or for patches in accordance with 302-5, "ASPHALT CONCRETE PAVEMENT." Asphalt concrete shall be C2-PG 64-10 in compliance with 400-4, "ASPHALT CONCRETE."
8. No preparatory asphalt work shall be done when the atmospheric temperature is below 50 °F or during unsuitable weather.
9. Following the asphalt placement, the Contractor shall roll the entire area of new asphalt in both directions at least twice. The finished patch shall be level and smooth in compliance with 302-5.6.2 "Density and Smootlmess." After placement and compaction of the asphalt patch, the Contractor shall seal all finished edges with a 4" wide continuous band of SS-1H.
10. The minimum dimension for each individual repair shall be 4' x 4' and shall be subject to the following conditions:
Slurry Seal Group 1502
a) If the base material is exposed to achieve the required minimum removal thickness, the base material shall be prepared conforming to 301-1, "SUBGRADE PREPARATION."
b) When additional base material is required, then the contractor shall use Class 2 Aggregate Base in accordance with 200-2.2, "Crushed Aggregate Base." Recycled base material shall conform to Crushed Miscellaneous Base Material in accordance with 200-2.4, "Crushed Miscellaneous Base."
c) The Contractor may use grinding as a method for removal of deteriorated pavement when the areas indicated for removal are large enough (a minimum of the machine drum width) and when approved by the Engineer.
d) For both scheduled and unscheduled base repairs, failed areas may be removed by milling or by excavation provided that the edges are cut cleanly with a saw. The areas shall be cleaned and tack coated in accordance with 302-5.4, "Tack Coat" before replacing the asphalt. The areas for scheduled repairs have been marked on the street.
511 Page Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
302-3.1
302-3.2
Asphalt Patching.
1. Asphalt patching shall consist of patching potholes, gutter-line erosion, and other low spots in the pavement that are deeper than W' per 302-5.6.2, "Density and Smoothness." These areas are generally smaller and more isolated than those areas in need of mill and pave.
2. The areas requiring patching have been identified in the Contract Documents, marked on the streets, or as directed by the Engineer. The Contractor shall identify any new areas that may require patching prior to slurry work to ensure the smoothness and quality of the finished product.
3. The Contractor shall identify and repair any areas that may require patching, prior to the placement of slurry seal for smooth finished product.
4. Asphalt overlay shall not be applied over deteriorated pavement. Preparatory asphalt work shall be completed and approved by the Engineer before proceeding with asphalt overlay.
5. The Contractor shall remove distressed asphalt pavement either by saw cutting or milling, to expose firm and unyielding pavement; prepare subgrade (as needed); and install compacted asphalt concrete pavement over compacted native material as directed by the Engineer.
6. Prior to replacing asphalt, the area shall be cleaned and tack coated per 302-5.4, "Tack Coat".
7. Following the asphalt placement, the Contractor shall roll the entire patch in both directions covering the patch at least twice.
8. After placement and compaction of the asphalt patch, the Contractor shall seal all finished edges with a 4" wide continuous band of SS-lH.
9. Base repairs shall not exceed 20% RAP in content.
Payment.
1. Payment for replacement of existing pavement when required shall be included in the unit bid price for Asphalt Pavement repair for the total area replaced and no additional payment shall be made regardless of the number of replacements completed. No payment shall be made for areas of over excavation or outside trench areas in utility works unless previously approved by the Engineer. No payment for pavement replacement will be made when the damage is due to the Contractor's failure to protect existing improvements. The Contractor shall reimburse the City for the cost of retesting all failing compaction tests.
2. The areas and quantities shown on the road segments and in appendices are given only for the Contractor's aid in planning the Work and preparing Bids. The Engineer will designate the limits to be removed and these designated areas shall be considered to take precedent over the area shown in an Appendix to the Contract Documents. The quantities shown in the appendices are based on a street assessment survey and may vary.
Slurry Seal Group 1502 521 Page Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
302-5.1.1
302-5.1.2
302-14.5
302-14.5
3. At the end of each day, the Contractor shall submit to the Engineer an itemized list of the asphalt pavement repair work completed. The list shall include the location of the work and the exact square footage of the repair.
4. Preparatory repair work and tack coating will be paid at the Contract unit price per ton for Asphalt Pavement Repair. No payment shall be made for areas of over excavation unless previously approved by the Engineer.
5. Milling shall be included in the Bid item for Asphalt Pavement Repair unless separate Bid item has been provided.
6. Payment for miscellaneous asphalt patching shall be included in the Contract unit price for slurry and no additional payment shall be made therefore.
Damaged AC Pavement Replacement. To the City Supplement, DELETE in its entirety.
Measurement and Payment. To the City Supplement, DELETE in its entirety.
Measurement and Payment. To the City Supplement, ADD the following:
3. The contract price paid per square foot for 'Type I Over Type III Slurry' shall include full compensation for furnishing all labor, materials, equipment and incidentals, vegetation removal, pre-sweeping, post-sweeping, posting no parking signs, notifying property owners and for doing all the work involved in constructing the 'Type I Over Type III Slurry', complete-in-place, including cleaning of the surface, mixing and applying the emulsion sealer on the pavement and protecting the seal coat until it has set as specified in these specifications and the special provisions, and as directed by the Engineer.
Payment. To the City Supplement, DELETE in its entirety and SUBSTITUTE with the following:
The payment for Crack Seal shall be paid at the Contract unit price per linear foot as shown on the Bid. The unit price for Crack Seal shall include the removal of vegetation and weeds, cleaning, and sealing.
SECTION 314- TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS
314-1 GENERAL. ADD the following:
Methods for traffic striping, pavement markers, pavement markings, and devices for this contract shall be in accordance with the Standard Specifications, State of California, Business, Transportation and Housing Agency, Department of Transportation, 2010 edition and the current MUTCD. Pertinent SUPPLEMENTARY SPECIAL PROVISIONS can be found in the Contract Appendix.
Slurry Seal Group 1502 531 Page Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
701-11
705-2.6.1
705-2.6.3
705-2.6.3
SECTION 701- WATER POLLUTION CONTROL
POST-CONSTRUCTION REQUIREMENTS. To the City Supplement, second paragraph, ADD the following:
Comply with the following post-construction requirements:
1. Inlet Markers.
SECTION 705- WATER DISCHARGES
General. Paragraph (3), CORRECT reference to Section 803 to read "Section 703."
Community Health and Safety Plan. To the City Supplement, DELETE in its entirety and SUBSTITUTE with the following:
Community Health and Safety Plan. See 703-2, "Community Health and Safety Plan."
END OF SUPPLEMENTARY SPECIAL PROVISIONS (SSP)
Slurry Seal Group 1502 541 Page Attachment E - Supplementary Special Provisions Volume 1 of2 (Rev. Dec. 2014)
SUPPLEMENTARY SPECIAL PROVISIONS
APPENDICES
Slurry Seal Group 1502 Attachment E - Supplementary Special Provisions Appendices Volume 1 of2 (Rev. Dec. 2014)
551 Page
APPENDIX A
FIRE HYDRANT METER PROGRAM
Sluny Seal Group 1502 Appendix A -Fire Hydrant Meter Program Volume 1 of2 (Rev. Dec. 2014)
561 Page
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE PAGE 10F 10
FIRE HYDRANT METER PROGRAM October 15, 2002 (FORMERLY: CONSTRUCTION METER PROGRAM)
SUPERSEDES DATED DI 55.27 April 21, 2000
1. PURPOSE
1.1 To establish a Departmental policy and procedure for issuance, proper usage and charges for fire hydrant meters.
2. AUTHORITY
2.1 All authorities and references shall be current versions and revisions.
2.2 San Diego Municipal Code (NC) Chapter VI, Article 7, Sections 67.14 and 67.15
2.3 Code ofFederal Regulations, Safe Drinking Water Act of 1986
2.4 California Code of Regulations, Titles 17 and 22
2.5 California State Penal Code, Section 498B.O
2.6 State of California Water Code, Section 110, 500-6, and 520-23
2. 7 Water Department Director
Reference
2.8 State of California Guidance Manual for Cross Connection Programs
2.9 American Water Works Association Manual M-14, Recommended Practice for Backflow Prevention
2.10 American Water Works Association Standards for Water Meters
2.11 U.S.C. Foundation for Cross Connection Control and Hydraulic Research Manual
3. DEFINITIONS
3.1 Fire Hydrant Meter: A portable water meter which is connected to a fire hydrant for the purpose of temporary use. (These meters are sometimes referred to as Construction Meters.)
Slurry Seal Group 1502 Appendix A - Fire Hydrant Meter Program Volume 1 of2 (Rev. Dec. 2014)
571 Page
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT DEPARTMENT INSTRUCTIONS DI55.27 Water Department
SUBJECT EFFECTIVE DATE PAGE20F 10
FIRE HYDRANT METER PROGRAM October 15, 2002 (FORMERLY: CONSTRUCTION METER PROGRAM)
SUPERSEDES DATED DI 55.27 April 21, 2000
3.2 Temporary Water Use: Water provided to the customer for no longer than twelve (12) months.
3.3 Backflow Preventor: A Reduced Pressure Principal Assembly connected to the outlet side of a Fire Hydrant Meter.
4. POLICY
4.1 The Water Depatiment shall collect a deposit from every customer requiring a fire hydrant meter and appurtenances prior to providing the meter and appurtenances (see Section 7.1 regarding the Fees and Deposit Schedule). The deposit is refundable upon the termination of use and return of equipment and appurtenances in good working condition.
4.2 Fire hydrant meters will have a 2 Yz" swivel connection between the meter and fire hydrant. The meter shall not be connected to the 4" port on the hydrant. All Fire Hydrant Meters issued shall have a Reduced Pressure Principle Assembly (RP) as part of the installation. Spanner wrenches are the only tool allowed to turn on water at the fire hydrant.
4.3 The use of private hydrant meters on City hydrants is prohibited, with exceptions as noted below. All private fire hydrant meters are to be phased out of the City of San Diego. All customers who wish to continue to use their own fire hydrant meters must adhere to the following conditions:
a. Meters shall meet all City specifications and American Water Works Association (A WW A) standards.
b. Customers currently using private fire hydrant meters in the City of San Diego water system will be allowed to continue using the meter under the following conditions:
Slurry Seal Group 1502
1. The customer must submit a current certificate of accuracy and calibration results for private meters and private backflows annually to the City of San Diego, Water Department, Meter Shop.
581 Page
Appendix A - Fire Hydrant Meter Program Volume 1 of2 (Rev. Dec. 2014)
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE PAGE 30F 10
FIRE HYDRANT METER PROGRAM October 15, 2002 (FORMERLY: CONSTRUCTION METER PROGRAM)
Slurry Seal Group 1502
SUPERSEDES DATED DI 55.27 April 21, 2000
2. The meter must be properly identifiable with a clearly labeled serial number on the body of the fire hydrant meter. The serial number shall be plainly stamped on the register lid and the main casing. Serial numbers shall be visible from the top of the meter casing and the numbers shall be stamped on the top of the inlet casing flange.
3. All meters shall be locked to the fire hydrant by the Water Department, Meter Section (see Section 4.7).
4. All meters shall be read by the Water Depmiment, Meter Section (see Section 4.7).
5. All meters shall be relocated by the Water Department, Meter Section (see Section4.7).
6. These meters shall be tested on the anniversary of the original test date and proof of testing will be submitted to the Water Department, Meter Shop, on a yearly basis. If not tested, the meter will not be allowed for use in the City of San Diego.
7. All private fire hydrant meters shall have backflow devices attached when installed.
8. The customer must maintain and repair their own private meters and private backflows.
9. The customer must provide current test and calibration results to the Water Department, Meter Shop after any repairs.
10. When private meters are damaged beyond repair, these private meters will be replaced by City owned fire hydrant meters.
591 Page
Appendix A - Fire Hydrant Meter Program Volume 1 of2 (Rev. Dec. 2014)
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE PAGE40F 10
FIRE HYDRANT METER PROGRAM October 15, 2002 (FORMERLY: CONSTRUCTION METER PROGRAM)
SUPERSEDES DATED DI 55.27 April 21, 2000
11. When a private meter malfunctions, the customer will be notified and the meter will be removed by the City and returned to the customer for repairs. Testing and calibration results shall be given to the City prior to any reinstallation.
12. The register shall be hermetically sealed straight reading and shall be readable from the inlet side. Registration shall be in hundred cubic feet.
13. The outlet shall have a 2 Yz "National Standards Tested (NST) fire hydrant male coupling.
14. Private fire hydrant meters shall not be transferable from one contracting company to another (i.e. if a company goes out of business or is bought out by another company).
4.4 All fire hydrant meters and appurtenances shall be installed, relocated and removed by the City of San Diego, Water Department. All City owned fire hydrant meters and appurtenances shall be maintained by the City of San Diego, Water Department, Meter Services.
4.5 If any fire hydrant meter is used in violation of this Department Instruction, the violation will be reported to the Code Compliance Section for investigation and appropriate action. Any customer using a fire hydrant meter in violation of the requirements set forth above is subject to fines or penalties pursuant to the Municipal Code, Section 67.15 and Section 67.3 7.
4.6 Conditions and Processes for Issuance of a Fire Hydrant Meter
Process for Issuance
a. Fire hydrant meters shall only be used for the following purposes:
1. Temporary irrigation purposes not to exceed one year.
Slurry Seal Group 1502 Appendix A - Fire Hydrant Meter Program Volume 1 of2 (Rev. Dec. 2014)
60 I Page
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE PAGE 50F 10
FIRE HYDRANT METER PROGRAM October 15, 2002 (FORMERLY: CONSTRUCTION METER PROGRAM)
SUPERSEDES DATED DI 55.27 April 21, 2000
2. Construction and maintenance related activities (see Tab 2).
b. No customer inside or outside the boundaries of the City of San Diego Water Department shall resell any portion of the water delivered through a fire hydrant by the City of San Diego Water Department.
c. The City of San Diego allows for the issuance of a temporary fire hydrant meter for a period not to exceed 12 months (365 days). An extension can only be granted in writing from the Water Department Director for up to 90 additional days. A written request for an extension by the consumer must be submitted at least 30 days prior to the 12 month period ending. No extension shall be granted to any customer with a delinquent account with the Water Department. No further extensions shall be granted.
d. Any customer requesting the issuance of a fire hydrant meter shall file an application with the Meter Section. The customer must complete a "Fire Hydrant Meter Application" (Tab 1) which includes the name of the company, the party responsible for payment, Social Security number and/or California ID, requested location ofthe meter (a detailed map signifying an exact location), local contact person, local phone number, a contractor's license (or a business license), description of specific water use, duration of use at the site and full name and address of the person responsible for payment.
e. At the time of the application the customer will pay their fees according to the schedule set forth in the Rate Book of Fees and Charges, located in the City Clerk's Office. All fees must be paid by check, money order or cashiers check, made payable to the City Treasurer. Cash will not be accepted.
f. No fire hydrant meters shall be furnished or relocated for any customer with a delinquent account with the Water Department.
g. After the fees have been paid and an account has been created, the
Slurry Seal Group 1502 611 Page
Appendix A - Fire Hydrant Meter Program Volume 1 of2 (Rev. Dec. 2014)
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE PAGE 60F 10
FIRE HYDRANT METER PROGRAM October 15, 2002 (FORMERLY: CONSTRUCTION METER PROGRAM)
SUPERSEDES DATED DI55.27 April 21, 2000
meter shall be installed within 48 hours (by the second business day). For an additional fee, at overtime rates, meters can be installed within 24 hours (within one business day).
4.7 Relocation of Existing Fire Hydrant Meters
a. The customer shall call the Fire Hydrant Meter Hotline (herein referred to as "Hotline"), a minimum of 24 hours in advance, to request the relocation of a meter. A fee will be charged to the existing account, which must be current before a work order is generated for the meter's relocation.
b. The customer will supply in writing the address where the meter is to be relocated (map page, cross street, etc). The customer must update the original Fire Hydrant Meter Application with any changes as it applies to the new location.
c. Fire hydrant meters shall be read on a monthly basis. While fire hydrant meters and backflow devices are in service, commodity, base fee and damage charges, if applicable, will be billed to the customer on a monthly basis. If the account becomes delinquent, the meter will be removed.
4.8 Disconnection of Fire Hydrant Meter
a. After ten (1 0) months a "Notice of Discontinuation of Service" (Tab 3) will be issued to the site and the address of record to notify the customer of the date of discontinuance of service. An extension can only be granted in writing from the Water Department Director for up to 90 additional days (as stated in Section 4.6C) and a copy of the extension shall be forwarded to the Meter Shop Supervisor. If an extension has not been approved, the meter will be removed after twelve (12) months of use.
b. Upon completion of the project the customer will notify the Meter Services office via the Hotline to request the removal of the fire hydrant meter and appurtenances. A work order will be generated
Slurry Seal Group 1502 Appendix A - Fire Hydrant Meter Program Volume 1 of2 (Rev. Dec. 2014)
621 Page
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE PAGE 70F 10
FIRE HYDRANT METER PROGRAM October 15, 2002 (FORMERLY: CONSTRUCTION METER PROGRAM)
SUPERSEDES DATED DI 55.27 April 21, 2000
for removal of the meter.
c. Meter Section staff will remove the meter and backflow prevention assembly and return it to the Meter Shop. Once returned to the Meter Shop the meter and backflow will be tested for accuracy and functionality.
d. Meter Section Staff will contact and notify Customer Services of the final read and any charges resulting from damages to the meter and backflow or its appurtenance. These charges will be added on the customer's final bill and will be sent to the address of record. Any customer who has an outstanding balance will not receive additional meters.
e. Outstanding balances due may be deducted from deposits and any balances refunded to the customer. Any outstanding balances will be turned over to the City Treasurer for collection. Outstanding balances may also be transferred to any other existing accounts.
5. EXCEPTIONS
5.1 Any request for exceptions to this policy shall be presented, in writing, to the Customer Support Deputy Director, or his/her designee for consideration.
6. MOBILE METER
6.1 Mobile meters will be allowed on a case by case basis. All mobile meters will be protected by an approved backflow assembly and the minimum requirement will be a Reduced Pressure Principal Assembly. The two types of Mobile Meters are vehicle mounted and floating meters. Each style of meters has separate guidelines that shall be followed for the customer to retain service and are described below:
a) Vehicle Mounted Meters: Customer applies for and receives a City owned Fire Hydrant Meter from the Meter Shop. The customer mounts the meter on the vehicle and brings it to the Meter Shop for
Slurry Seal Group 1502 Appendix A - Fire Hydrant Meter Program Volume 1 of2 (Rev. Dec. 2014)
631 Page
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE PAGE80F10
FIRE HYDRANT METER PROGRAM October 15, 2002 (FORMERLY: CONSTRUCTION METER PROGRAM)
SUPERSEDES DATED DI 55.27 April 21, 2000
inspection. After installation is approved by the Meter Shop the vehicle and meter shall be brought to the Meter Shop on a monthly basis for meter reading and on a qualierly basis for testing of the backflow assembly. Meters mounted at the owner's expense shall have the one year contract expiration waived and shall have meter or backflow changed if either fails.
b) Floating Meters: Floating Meters are meters that are not mounted to a vehicle. (Note: All floating meters shall have an approved backflow assembly attached.) The customer shall submit an application and a letter explaining the need for a floating meter to the Meter Shop. The Fire Hydrant Meter Administrator, after a thorough review of the needs of the customer, (i.e. number of jobsites per day, City contract work, lack of mounting area on work vehicle, etc.), may issue a floating meter. At the time of issue, it will be necessary for the customer to complete and sign the "Floating Fire Hydrant Meter Agreement" which states the following:
1) The meter will be brought to the Meter Shop at 2797 Caminito Chollas, San Diego on the third week of each month for the monthly read by Meter Shop personnel.
2) Every other month the meter will be read and the backflow will be tested. This date will be determined by the start date of the agreement.
If any of the conditions stated above are not met the Meter Shop has the right to cancel the contract for floating meter use and close the account associated with the meter. The Meter Shop will also exercise the right to refuse the issuance of another floating meter to the company in question.
Any Fire Hydrant Meter using reclaimed water shall not be allowed use again with any potable water supply. The customer shall incur the cost of replacing the meter and backflow device in this instance.
Slurry Seal Group 1502 641 Page
Appendix A - Fire Hydrant Meter Program Volume 1 of2 (Rev. Dec. 2014)
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE PAGE 90F 10
FIRE HYDRANT METER PROGRAM October 15, 2002 (FORMERLY: CONSTRUCTION METER PROGRAM)
SUPERSEDES DATED DI 55.27 April 21, 2000
7. FEE AND DEPOSIT SCHEDULES
7.1 Fees and Deposit Schedules: The fees and deposits, as listed in the Rate Book of Fees and Charges, on file with the Office of the City Clerk, are based on actual reimbursement of costs of services performed, equipment and materials. Theses deposits and fees will be amended, as needed, based on actual costs. Deposits, will be refunded at the end of the use of the fire hydrant meter, upon return of equipment in good working condition and all outstanding balances on account are paid. Deposits can also be used to cover outstanding balances.
All fees for equipment, installation, testing, relocation and other costs related to this program are subject to change without prior notification. The Mayor and Council will be notified of any future changes.
8. UNAUTHORIZED USE OF WATER FROM A HYDRANT
8.1 Use of water from any fire hydrant without a properly issued and installed fire hydrant meter is theft of City property. Customers who use water for unauthorized purposes or without a City of San Diego issued meter will be prosecuted.
8.2 If any unauthorized connection, disconnection or relocation of a fire hydrant meter, or other connection device is made by anyone other than authorized Water Department personnel, the person making the connection will be prosecuted for a violation of San Diego Municipal Code, Section 67.15. In the case of a second offense, the customer's fire hydrant meter shall be confiscated and/or the deposit will be forfeited.
8.3 Unauthorized water use shall be billed to the responsible party. Water use charges shall be based on meter readings, or estimates when meter readings are not available.
8.4 In case of unauthorized water use, the customer shall be billed for all applicable charges as if proper authorization for the water use had been obtained, including but not limited to bi-monthly service charges, installation charges and removal charges.
Slurry Seal Group 1502 Appendix A - Fire Hydrant Meter Program Volume 1 of2 (Rev. Dec. 2014)
651 Page
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE PAGE 100F 10
FIRE HYDRANT METER PROGRAM October 15, 2002 (FORMERLY: CONSTRUCTION METER PROGRAM)
SUPERSEDES DATED DI 55.27 April 21, 2000
8.5 If damage occurs to Water Department property (i.e. fire hydrant meter, backflow, various appurtenances), the cost of repairs or replacements will be charged to the customer of record (applicant).
Larry Gardner Water Department Director
Tabs: 1. 2.
Fire Hydrant Meter Application Construction & Maintenance Related Activities With No Return To Sewer
3. Notice of Discontinuation of Service
Administering Division:
Subject Index:
Distribution:
Slurry Seal Group 1502
APPENDIX
Customer Support Division
Construction Meters Fire Hydrant Fire Hydrant Meter Program Meters, Floating or Vehicle Mounted Mobile Meter Program, Fire Hydrant Meter
DI Manual Holders
Appendix A - Fire Hydrant Meter Program Volume I of2 (Rev. Dec. 2014)
66J Page
. (EXHIBIT A) . (For Office Use Only)
Application for Fire Hydrant Meter 1-N_s_RE_Q_~---=rAc#~:~~~
DATE -·--=~---=~ METER SHOP (619) 527·7449 Application Date
Meter Information
Fire Hydrant Location: (Attach Detalfecl Map//Thomas Bros. Map Location or Construction draWing.)
Specific Use of Water:
Any Return to Sewer or Storm Drain, If so ,.explain: .-----... Estimated Duration of Meter Use:
Company Information
Company Name:
6lru
Reqmlsted Install Date:
Check Box if Reclaimed Water.
~-----------------------------------------·~------------~----------------~--------~ Mailing Address:
cl't_y_: ---------------r,-5-ta-te_:_· ----~Zlp: I Phone.: ( )
1------------------·--------------~~-------.---L--------------L-------~--~---~--~~-1 *Business license# I *Contractor license#
~-------------------------------------~---------------~---------------------~ A Copy of the Contractor's license OR Business License is. required at the time of meter Issuance. Name and Title of Billing Agent: . . . I Phone: ( )--------1 (PERSON IN ACCOUNTS PAYABLE') .
Site Contact Name and Title: Phone: ( ) --
Responsible Party Name: Title: ----------------------------------4---------------------~
Cal ID# Phone: ( .. )
Signature: Date:
Guarantees Payment of all Charge~ Resulting fl'om the use. of this Meter.lnsures thatemJ>Ioyees.of this Organ14atlon understand the pro pet' use of Fire Hydrant Motet·
,,
r.£lle Hydrant Meter Removal Request Requested Removal Date:
Provide Current Meter Location If Different from Above:
Signature:
Phone: ( }
I City Meter I I Private Meter
' Contract Acct #:
Meter Serial#
Backflow # .. ·---·-Name:
Slurry Seal Group 1502 Appendix A - Fire Hydrant Meter Program Volume 1 of2 (Rev. Dec. 2014)
..
'·
I Title: I Date:
I Pager: { ) ·'
Deposit Amount: $936.00 Fees Amount: $ 62.00 - - .. _
Meter Size: 05 Meter Make and Style: 6-7 Sackflow
Backflow Slz!l: Make and Style: Signature: I Date:
671 Page
~
Tab 2 to DI 55.27
WATER USES WiTHOUT ANTICIPATED CHARGES FOR RETURN TO SEWER
Auto Detailing Backfilling Combination Cleaners (Vactors) Compaction Concrete Cutters Construction Trailers Cross Connection Testing Dust Control Flushing Water Mains Hydro Blasting Hydro Seeing Irrigation (for establishing irrigation only; not continuing irrigation) Mixing Concrete Mobile Car Washing Special Events Street Sweeping Water Tan1cs Water Trucks Window Washing
Note: 1. If there is any return to sewer or storm drain, then sewer and/or stonn drain fees will be charges.
Slurry Seal Group 1502 Appendix A - Fire Hydrant Meter Program Volume 1 of2 (Rev. Dec. 2014)
681 Page
Date
Name of Responsible Party Company Name and Address Account Number: ---------------------
Subject: Discontinuation of Fire Hydrant Meter Service
Dear Water Department Customer:
Tab 3 to DI 55.27
The authorization for use of Fire Hydrant Meter # , located at (Meter Location Address) ends in 60 days and will be removed on or after (Date Authorization Expires). Extension requests for an additional 90 days must be submitted in writing for consideration 30 days prior to the discontinuation date. If you require an extension, please contact the Water Department, or mail your request for an extension to:
City of San Diego Water Department Attention: Meter Services 2797 Caminito Chollas San Diego, CA 92105-5097
Should you have any questions regarding this matter, please call the Fire Hydrant Hotline at (619) __ _
Sincerely,
Water Department
Slurry Seal Group 1502 Appendix A -Fire Hydrant Meter Program Volume 1 of2 (Rev. Dec. 2014)
691 Page
APPENDIXB
MATERIALS TYPICALLY ACCEPTED BY CERTIFICATE OF COMPLIANCE
Slurry Seal Group 1502 Appendix B -Materials Typically Accepted by Certificate of Compliance Volume 1 of2 (Rev. Dec. 2014)
70 I Page
Materials Typically Accepted by Certificate of Compliance
1. Soil amendment
2. Fiber mulch
3. PVC or PE pipe up to 16 inch diameter
4. Stabilizing emulsion
5. Lime
6. Preformed elastomeric joint seal
7. Plain and fabric reinforced elastomeric bearing pads
8. Steel reinforced elastomeric bearing pads
9. Waterstops (Special Condition)
10. Epoxy coated bar reinforcement
11. Plain and reinforcing steel
12. Structural steel
13. Structural tiniber and lumber
14. Treated timber and lumber
15. Lumber and timber
16. Aluminum pipe and aluminum pipe arch
17. Corrugated steel pipe and corrugated steel pipe arch
18. Structural metal plate pipe arches and pipe arches
19. Perforated steel pipe
20. Aluminum underdrain pipe
21. Aluminum or steel entrance tapers, pipe downdrains, reducers, coupling bands and slip joints
22. Metal target plates
23. Paint (traffic striping)
24. Conductors
25. Painting of electrical equipment
26. Electrical components
27. Engineering fabric
28. Portland Cement
29. PCC admixtures
30. Minor concrete, asphalt
31. Asphalt (oil)
32. Liquid asphalt emulsion
33. Epoxy
Slurry Seal Group 1502 Appendix B - Materials Typically Accepted by Certificate of Compliance Volume 1 of2 (Rev. Dec. 2014)
711 Page
Sluny Seal Group 1502 Appendix C - Sample City Invoice Volume 1 of2 (Rev. Dec. 2014)
APPENDIXC
SAMPLE CITY INVOICE
f_
721 Page
Slurry Seal Group 1502 Appendix C - Sample City Invoice Volume 1 of2 (Rev. Dec. 2014)
731 Page
Slurry Seal Group 1502 Appendix D - Location List Volume 1 of2 (Rev. Dec. 2014)
APPENDIXD
Locations List
741 Page
APPENDIXD
PROPOSED WORK FOR: 51502
TB Map Page
Street Name
1188-CS DUNHAM CT
· Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
From
DUNHAMWY
AC Repair Area
AC Repair
1188-DG CARMEL KNOLLS DR CHAN DON CT
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1189-AG DORMOUSE RD
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I
AC Repair Area
AC Repair
ECLIPSE RD
AC Repair Area
AC Repair
Sluny Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
END
To
0 ft2
0 ton
SEABREEZE FARMS DR
0 ft2
0 ton
DORMOUSECT
0 ft 2
0 ton
Council Funct1"onal Class L th District eng Width Area Trash Day
1 Residential 362ft 30ft 10860 ft2
Crack Seal 1086 ft
1 Major 771ft 36ft 27756 ft2
Crack Seal 2776 ft
6 Residential 460ft 33ft 15180 ft2
Crack Seal 1518 ft
751 Page
1189-A6 ROAN RD ROANWY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1189-A6 ECLIPSE RD DORMOUSE RD
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1189-A6 GOLDFISHWY GOLDFISH CT
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1189-A6 ECLIPSE PL BEGIN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
Slurry Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
END 6 Residential 360ft 29ft 10440 ft2
0 ft2 Crack Seal 1044 ft
0 ton
ECLIPSE PL 6 Residential 1202 ft 17ft 20434 ft2
0 ft2 Crack Seal 2043 ft
0 ton
ROANWY 6 Residential 390ft 27ft 10530 ft2
100 ft2 Crack Seal 1053 ft
1 ton
ECLIPSE RD 6 Residential 370ft 28ft 10360 ft2
100 ft2 Crack Seal 1036 ft
1 ton
761 Page
1189-A6 CICADACT DORMOUSE RD
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1189-A6 ROAN RD SALVIAWY
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1189-A6 GOLDFISHWY ROANWY
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops@
Comments Type I
1189-A6 GOLDFISHWY SALVIAWY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
Slurry Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
END 6 Residential 403ft 27ft 10881 ft2
0 ft2 Crack Seal 1088 ft
0 ton
ROANWY 6 Residential 730ft 29ft 21170 ft2
0 ft2 Crack Seal 2117 ft
0 ton
END 6 Residential 370ft 27ft 9990 ft2
0 ft2 Crack Seal 999ft
0 ton
GOLDFISH CT 6 Residential 225ft 27ft 6075 ft2
80 ft2 Crack Seal 608 ft
1 ton
771 Page
1189-A6 DORMOUSECT DORMOUSE RD
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1189-A6 SALVIAWY GOLDFISHWY
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1189-A6 DORMOUSERD SALVIAWY
Hump Removal AC Repair Area
Inlet Marker 2 ea AC Repair
Inlet Protection 2 ea
Traffic Loops @
Comments Type I
1189-A6 DORMOUSE RD CICADACT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Commen1ts Type I
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
END 6 Residential 260ft 27ft 7020 ft2
0 ft2 Crack Seal 702 ft
0 ton
ROAN RD 6 Residential 240ft 28ft 6720 ft2
0 ft2 Crack Seal 672 ft
0 ton
ECLIPSE RD 6 Residential 1100 ft 33ft 36300 ft2
0 fF Crack Seal 3630 ft
0 ton
RUFUS CT 6 Residential 470ft 37ft 17390 ft2
0 ft2 Crack Seal 1739 ft
0 ton
781 Page
1189-A6 ROANWY GOLDFISHWY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1189-AG DORMOUSERD DORMOUSECT
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1189-A7 SAUXWY BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops@
Comments Type I
1189-A7 UCIAWY SALIX PL
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
ROAN RD 6 Residential 245ft 29ft 7105 ft2.
0 ft2. Crack Seal 710ft
0 ton
CICADACT 6 Residential 340ft 37ft 12580 ft2.
0 ft2. Crack Seal 1258 ft
0 ton
SALIX PL 6 Residential 380ft 27ft 10260 ft2.
0 fF Crack Seal 1026 ft
0 ton
PARK VILLAGE RD 6 Residential 282ft 33ft 9306 ft2.
0 ft2. Crack Seal 931 ft
o ton
791 Page
1189-A7 PIPIT PL PIPIT CT
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1189-A7 SALVIA WY KATYDID CR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1189-A7 PIPIT PL LICIA WY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1189-A7 SALIX Pl DORMOUSERD
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
LICIAWY 6 Residential 502ft 32ft 16064 ft2
0 ft2 Crack Seal 1606 ft
0 ton
GOLDFISHWY 6 Residential 602ft 28ft 16856 ft2
0 ft2 Crack Seal 1686 ft
0 ton
PIPITWY 6 Residential 132ft 27ft 3564 ft2
0 ft2 Crack Seal 356 ft
0 ton
SALIXCT 6 Residential 520ft 33ft 17160 ft2
0 ft2 Crack Seal 1716 ft
0 ton
80 I Page
1189-A7 DORMOUSE RD PIPIT PL
Hump Removal AC Repair Area
Inlet Marker 2 ea AC Repair
Inlet Protection 2 ea
Traffic Loops @
Comments Type I
1189-A7 LICIA WY PARK VILLAGE RD
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1189-A7 SALIX PL LICIA WY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1189-A7 DORMOUSE RD SALIX PL
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Sluny Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
SALVIAWY 6 Residential 1700 ft 33ft 56100 ft2
150 ft2 Crack Seal 5610 ft
12 ton
PIPIT PL 6 Residential 211ft 33ft 6963 ft2
0 fF Crack Seal 696 ft
0 ton
SALIXWY 6 Residential 182ft 32ft 5824 ft2
0 ft2 Crack Seal 582ft
0 ton
PARK VILLAGE RD 6 Residential 320ft 33ft 10560 ft2
0 ft2 Crack Seal 1056 ft
o ton
811 Page
1189-A7 PIPIT PL PIPITWY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1189-A7 DORMOUSERD RUFUSCT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1189-A7 PIPIT CT PIPIT PL
Hump Removal AC Repair Area
Inlet Marker AC Repair
;Iniet Protection
Traffic Loops @
Comments Type I
1189-A7 PIPIT PL DORMOUSE RD
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
END 6 Residential 386ft 27ft 10422 ft2
0 ft2 Crack Seal 1042 ft
0 ton
CAM DEL SUR 6 Residential 205ft 37ft 7585 ft2
0 ft2 Crack Seal 758 ft
0 ton
END 6 Residential 121ft 27ft 3267 ft2
0 ft2 Crack Seal 327 ft
0 ton
SALVIAWY 6 Residential 311ft 32ft 9952 ft2
0 ft2 Crack Seal 995 ft
o ton
821 Page
1189-A7 SALIXWY SALIX PL
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1189-A7 DORMOUSE RD PARK VILLAGE RD
Hump Removal AC Repair Area
Inlet Marker 2 ea AC Repair
Inlet Protection 2 ea
Traffic Loops @
Comments Type I
1189-A7 RUFUSCT BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1189-A7 SALIXCT BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Slurry Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
END 6 Residential 220ft 27ft 5940 ft2
0 ft2 Crack Seal 594 ft
0 ton
PIPIT PL 6 Residential 190ft 33ft 6270 ft2
0 ft2 Crack Seal 627 ft
0 ton
DORMOUSERD 6 Residential 160ft 27ft 4320 ft2
0 ft2 Crack Seal 432 ft
0 ton
SALIX PL 6 Residential 101ft 27ft 2727 ft2
0 ft2 Crack Seal 273 ft
0 ton
831 Page
1189-A7 DORMOUISERD SEGIN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1189-A7 GOLDFISH CT BEGIN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1189-A7 PIPIT PL SALVIAWY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1189-A7 SALVIAWY PIPIT PL
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
SALIX PL 6 Residential 215ft 27ft 5805 ft2
0 ft2 Crack Seal 580ft
0 ton
GOLDFISHWY 6 Residential 205ft 27ft 5535 ft2
40 ft2 Crack Seal 554 ft
3 ton
PIPIT CT 6 Residential 542ft 32ft 17344 ft2
0 ft2 Crack Seal 1734 ft
0 ton
KATYDIDCR 6 Residential 201ft 28ft 5628 ft2
0 ft2 Crack Seal 563 ft
o ton
841 Page
1189-A7 PIPITWY BEGIN PIPIT PL
Hump Removal AC Repair Area 0 ft2
Inlet Marker AC Repair 0 ton
Inlet Protection
Traffic Loops @
Comments Type I
1189-A7 KATYDIDCR SALVIAWY END
Hump Removal AC Repair Area 140 ft2
Inlet Marker 1 ea AC Repair 2 ton
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1189-A7 SALIX PL SALIXCT LICIA WY
Hump Removal AC Repair Area 0 ft2
Inlet Marker AC Repair 0 ton
Inlet Protection
Traffic Loops @
Comments Type I
1208-E6 MIRA SORRENTO PL BEGIN SCRANTON RD
Hump Removal 0 ft AC Repair Area 0 ft2
Inlet Marker 0 ea AC Repair 0 ton
Inlet Protection 5 ea
Traffic Loops @ 0 ea
Comments 1YPE I. UMITS: VISTA SORRENTO PKWYTO SCRANTON RD.
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
6 Residential 82ft 27ft 2214 ft2
Crack Seal 221 ft
6 Residential 840ft 28ft 23520 ft2
Crack Seal 2352 ft
6 Residential 521ft 32ft 16672 ft2
Crack Seal 1667 ft
6 Residential 1707 ft 69ft 117783 ft2
Crack Seal 11778 ft
851 Page
1208-E6 SCRANTONRD MOREHOUSE DR
Hump Removal 0 ft AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops@ 0 ea
Comments Type I over Type III
1208-G3 PEINADOWY LOPEZ RIDGE WY
Hump Removal 0 ft AC Repair Area
Inlet Marker 0 ea AC Repair
Inlet Protection 0 ea
Traffic Loops @ 0 ea
Comments TYPE I.
1228-E6 LODI PL BEGIN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1228-GS LAKEWOODST CORLITACT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
MIRA SORRENTO PL 6 Major 524ft 65ft 34060 ft2
1,030 ft2 Crack Seal 3406 ft
82 ton
END 6 Prime 689ft 34ft 23426 ft2 Monday
0 ft2 Crack Seal 2343 ft
0 ton
LODI ST 6 Residential 222ft 27ft 5994 ft2
0 ft2 Crack Seal 599 ft
0 ton
VIA LAPIZ 1 Residential 320ft 37ft 11840 ft2
0 ft2 Crack Seal 1184 ft
0 ton
861 Page
1228-GS LAKEWOODST LAKEWOODCT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1228-GS VIA REGLA VIA PAPEL
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1228-GS NANETTE LN VIA PAPEL
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1228-GS REGLACT VIA REGLA
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Slurry Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
AC Repair
CORLITACT 1 Residential 511ft 37ft 18907 ft2
0 ft2 Crack Seal 1891 ft
0 ton
REGLACT 1 Residential 199ft 37ft 7363 ft2
0 ft2 Crack Seal 736 ft
0 ton
END 1 Residential 106ft 37ft 3922 ft2
0 ft2 Crack Seal 392ft
0 ton
END 1 Residential 110ft 27ft 2970 ft2
0 ft2 Crack Seal 297 ft
0 ton
871 Page
1228-GS CORLITACT BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1228-GS WOLFSTARCT BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1228-GS VIA REGLA REGLACT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1228-GS LAKEWOODST VIA LAPIZ
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
LAKEWOODST 1 Residential 150ft 27ft 4050 ft2
80 ft2 Crack Seal 405 ft
6 ton
MAYNARDST 1 Residential 590ft 33ft 19470 ft2
40fF Crack Seal 1947 ft
3 ton
DORENACT 1 Residential 475ft 37ft 17575 ft2
0 ft2 Crack Seal 1758 ft
0 ton
GOVERNOR DR 1 Residential 260ft 37ft 9620 ft2
0 ft2 Crack Seal 962 ft
0 ton
88J Page
1228-GS LAKEWOOD CT
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I
1228-GS VIA LAPIZ
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
BEGIN
AC Repair Area
AC Repair
VIA REGLA
AC Repair Area
AC Repair
Comments Type I over Type III
1228-GS MAYNARD ST
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
WOLFSTARCT
AC Repair Area
AC Repair
Comments Type I over Type III
1228-GS LAKEWOOD ST
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
VIA PAPEL
AC Repair Area
AC Repair
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
LAKEWOODST
0 ft2
0 ton
LAKEWOODST
END
0 ft2
0 ton
0 ft2
0 ton
LAKEWOODCT
0 ft2
o ton
1 Residential
Crack Seal 327 ft
1 Residential
Crack Seal 1026 ft
1 Residential
Crack Seal 278 ft
1 Residential
Crack Seal 1924 ft
121ft 27ft 3267 ft2
285ft 36ft 10260 ft2
75ft 37ft 2775 ft2
520ft 37ft 19240 ft2
891 Page
1228-GS DORENACT VIA REGLA
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments 1YPE 1
1228-GS VIA REGLA DORENACT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1228-G6 VIA PAPEL LAKEWOODST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1228-G6 VIACINTA CINTACT
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502 -Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
END 1 Residential 120ft 27ft 3240 ft2
50 ft2 Crack Seal 324 ft
1 ton
VIA LAPIZ 1 Residential 480ft 36ft 17280 ft2
0 ft2 Crack Seal 1728 ft
0 ton
NANETTE LN 1 Residential 322ft 36ft 11592 ft2
0 ft2 Crack Seal 1159 ft
0 ton
VIA PAPEL 1 Residential 1186 ft 36ft 42696 ft2
0 ft2 Crack Seal 4270 ft
0 ton
90 I Page
1228-66 VIA PAPEL MAYNARDST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1228-66 VIAPAPEL NANETTELN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1228-66 MAYNARDST VIA RE6LA
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1228-66 VIA PAPEL VIA RE6LA
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
VIACINTA 1 Residential 242ft 37ft 8954 ft2
0 ft2 Crack Seal 895 ft
0 ton
MAYNARDST 1 Residential 440ft 37ft 16280 ft2
0 ft2 Crack Seal 1628 ft
0 ton
VIA PAPEL 1 Residential 1177 ft 33ft 38841 ft2
0 ft2 Crack Seal 3884 ft
0 ton
LAKEWOODST 1 Residential 430ft 36ft 15480 ft2
0 fF Crack Seal 1548 ft
0 ton
911 Page
1228-G6 VIA REGLA MAYNARDST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1228-G6 VIA REGLA CINTA CT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1228-G6 MAYNARDST VIA PAPEL
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1228-G6 CINTACT BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Slurry Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
VIA PAPEL 1 Residential 352ft 36ft 12672 ft2
0 ft2 Crack Seal 1267 ft
0 ton
MAYNARDST 1 Residential 232ft 36ft 8352 ft2
0 ft2 Crack Seal 835 ft
0 ton
WOLFSTARCT 1 Residential 752ft 37ft 27824 ft2
0 ft2 Crack Seal 2782 ft
0 ton
VIACINTA 1 Residential 116ft 27ft 3132 ft2
0 ft2 Crack Seal 313ft
0 ton
921 Page
1229-G7 LA MORAD ACT
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
BEGIN
Comments Type I over Type III
AC Repair Area
AC Repair
1229-G7 MUCHACHA WY ROBUSTO RD
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
1229-G7 MATADOR CT ANTIGUABL
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
1229-G7 ROBUSTO RD MUCHACHAWY
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
LAMORADADR
0 ft2
0 ton
AMARO DR
END
PEREZCT
7 Residential
Crack Seal 446 ft
7 Residential
Crack Seal 1653 ft
7 Residential
Crack Seal 2145 ft
7 Residential
Crack Seal 468 ft
165ft 27ft 4455 ft2
501ft 33ft 16533 ft2
650ft 33ft 21450 ft2
130ft 36ft 4680 ft2
931 Page
1229-G7 GUINCHOCT BEGIN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1229-G7 GUINCHORD ANTIGUABL
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1229-G7 AVNDA CIRCO OROZCO RD
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1229-G7 LA MORADADR BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502 -Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
ANTIGUABL 7 Residential 250ft 27ft 6750 ft2
0 ft2 Crack Seal 675 ft
0 ton
HERMANOS RD 7 Residential 245ft 33ft 8085 ft2
Crack Seal 808 ft
OROZCO RD 7 Residential 798ft 33ft 26334 ft2
50 Crack Seal· 2633 ft
4
LA MORADACT 7 Residential 301ft 27ft 8127 ft2
0 ft2 Crack Seal 813 ft
0 ton
941 Page
1229-G7 BRAVOCT BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1229-G7 ROBUSTO RD ANTIGUABL
Hump Removal AC Repair Area
Inlet Marker 2 ea AC Repair
Inlet Protection 2 ea
Traffic Loops @
Comments Type I over Type III
1229-G7 AMAROCT BEGIN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
1229-G7 EL HONCHOPL AMARO DR
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
ANTIGUABL 7 Residential 520ft 27ft 14040 ft2
50 Crack Seal 1404 ft
4
MUCHACHAWY 7 Residential 761ft 36ft 27396 ft2
Crack Seal 2740 ft
AMARO DR 7 Residential 280ft 28ft 7840 ft2
Crack Seal 784 ft
END 7 Residential 480ft 33ft 15840 ft2
500 ft2 Crack Seal 1584 ft
7 ton
951 Page
1229-G7 LADUENAWY AMARO DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1229-G7 PEREZ CT BEGIN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1229-G7 ROBUSTO RD PEREZ CT
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1229-G7 LA MORADADR LA MORADACT
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
GUINCHO RD 7 Residential 540ft 33ft 17820 ft2.
0 ft2. Crack Seal 1782 ft
0 ton
ROBUSTO RD 7 Residential 210ft 27ft 5670 ft2
Crack Seal 567 ft
AVNDACIRCO 7 Residential 182ft 36ft 6552 ft2.
Crack Seal 655 ft
0 ton
AMARO DR 7 Residential 282ft 27ft 7614 ft2.
0 ft2. Crack Seal 761 ft
0 ton
961 Page
1229-G7 OROZCO RD
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
AVNDACIRCO
AC Repair Area
AC Repair
Comments Type I over Type III
1229-G7 OROZCO RD
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
AVNDACIRCO
AC Repair Area
AC Repair
Comments Type I over Type III
1229-H7 TORTUGA CT
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
BEGIN
AC Repair Area
AC Repair
Comments Type I over Type III
1229-H7 OROZCO RD
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
TORTUGARD
AC Repair Area
AC Repair
AVNDACIRCO
AMARO DR
0 ft 2
0 ton
ANTIGUABL
AVNDA SANCHEZ
Comments Type I over Type III---ADDED TO SLURRY PER DAVID LAMAR
Slurry Seal Group 1502 -Appendix D -Location List
Volume 1 of2 (Rev. Dec. 2014)
7 Residential 525ft 32ft 16800 ft2
Crack Seal 1680 ft
7 Residential 420ft 32ft 13440 ft2
Crack Seal 1344 ft
7 Residential 986ft 33ft 32538 ft2
Crack Seal 3254 ft
7 Residential 240ft 32ft 7680 ft2
Crack Seal 768 ft
971 Page
1229-H7 GUINCHO PL GUINCHO RD
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1229-H7 SALACOTCT LA MORADADR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1229-H7 LAMORADADR TORCACT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1229-H7 TORTUGARD AVNDA SANCHEZ
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
END 7 Residential 140ft 37ft 5180 ft2
150 ft2 Crack Seal 518 ft
2 ton
END 7 Residential 240ft 27ft 6480 ft2
0 ft2 Crack Seal 648 ft
0 ton
ELCOMALDR 7 Residential 505ft 33ft 16665 ft2
0 ft2 Crack Seal 1666 ft
0 ton
OROZCORD 7 Residential 630ft 33ft 20790 ft2
0 ft2 Crack Seal 2079 ft
0 ton
981 Page
1229-H7 LA MORADADR DESPEJO PL
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1229-H7 GUINCHO RD HERMANOSRD
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1229-H7 DESPEJO PL LA MORADADR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1229-H7 HERMANOSCT HERMANOSRD
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
AC Repair
SALACOTCT 7 Residential 210ft 33ft 6930 ft2
0 ft2 Crack Seal 693 ft
0 ton
LADUENAWY 7 Residential 411ft 33ft 13563 ft2
Crack Seal 1356 ft
END 7 Residential 215ft 27ft 5805 ft2
50 ft2 Crack Seal 580 ft
4 ton
END 7 Residential 190ft 27ft 5130 ft2
0 ft2 Crack Seal 513 ft
o ton
991 Page
1229-H7 HERMANOSRD GUINCHO RD
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1229-H7 LAMORADADR SALACOTCT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1229-H7 LA MORADADR AMARO DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1229-H7 TORTUGARD ANTIGUABL
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
ELCABOCT 7 Residential 351ft 33ft 11583 ft2
40 ft2 Crack Seal 1158 ft
3 ton
TORCACT 7 Residential 180ft 33ft 5940 ft2
0 ft2 Crack Seal 594 ft
0 ton
DESPEJO PL 7 Residential 880ft 33ft 29040 ft2
0 ft2 Crack Seal 2904 ft
0 ton
HERMANOSCT 7 Residential 261ft 33ft 8613 ft2
0 ft2 Crack Seal 861 ft
0 ton
100 I Page
1229-H7 OROZCO RD
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
GUINCHO RD
AC Repair Area
AC Repair
Comments Type I over Type III
1229-H7 TORCA CT
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
LAMORADADR
AC Repair Area
AC Repair
Comments Type I over Type III
1229-H7 EL CO MAL DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
LAMORADADR
AC Repair Area
AC Repair
Comments Type I over Type III
1229-H7 TORTUGA RD
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
HERMANOSCT
AC Repair Area
AC Repair
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
TORTUGARD
END
0 ft2
0 ton
SANTO RD
AVNDA SANCHEZ
0 ft2
0 ton
7 Residential 502ft 32ft 16064 ft2
Crack Seal 1606 ft
7 Residential 190ft 27ft 5130 ft2
Crack Seal 513 ft
7 Residential 220ft 37ft 8140 ft2
Crack Seal 814 ft
7 Residential 241ft 33ft 7953 ft2
Crack Seal 795 ft
lOll Page
1229-H7 AVNDA SANCHEZ
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
TORTUGARD
AC Repair Area
AC Repair
Comments Type I Over Type III
1229-H7 EL CO MAl DR
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
AMARO DR
AC Repair Area
AC Repair
Comments Type I over Type III
1229-H7 HERMANOS RD
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
ELCABO CT
AC Repair Area
AC Repair
Comments Type I over Type III
1229-H7 GUINCHO RD
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
LA DUENAWY
AC Repair Area
AC Repair
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
OROZCORD
60
5
LAMORADADR
HERMANOSCT
0 ft2
0 ton
GUINCHO PL
7 Residential 922ft 33ft 30426 ft2
Crack Seal 3043 ft
7 Residential 1250 ft 37ft 46250 ft2
Crack Seal 4625 ft
7 Residential 235ft 33ft 7755 ft2
Crack Seal 776 ft
7 Residential 175ft 33ft 5775 ft2
Crack Seal 578 ft
1021 Page
1229-H7 EL CABO-CT
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
HERMANOSRD
AC Repair Area
AC Repair
Comments Type I over Type III
1229-H7 OROZCO RD
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
AMARO DR
AC Repair Area
AC Repair
Comments Type I over Type III
1229-H7 GUINCHO RD
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
GUINCHO PL
AC Repair Area
AC Repair
Comments Type I over Type III
1248-H2 BAKEWELL ST
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
MT ABERNATHY AV
AC Repair Area
AC Repair
Comments Type I Over Type III
Sluny Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
END
100 ft2
1 ton
GUINCHO RD
OROZCORD
CHARING PL
0 ft2
0 ton
7 Residential 220ft 27ft 5940 ft2
Crack Seal 594 ft
7 Residential 422ft 32ft 13504 ft2
Crack Seal 1350 ft
7 Residential 250ft 33ft 8250 ft2
Crack Seal 825 ft
6 Residential 245ft 33ft 8085 ft2
Crack Seal 808ft
1031 Page
1248-H2 CHARING PL
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
CHARINGST
AC Repair Area
AC Repair
Comments Type I over Type III
1248-H2 BAKEWELL ST
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
CHARING PL
AC Repair Area
AC Repair
Comments Type I Over Type III
1248-H2 CHARING ST
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
CHARING PL
AC Repair Area
AC Repair
Comments Type I over Type III
1248-H2 CHATEAU DR
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
MT ABERNATHY AV
AC Repair Area
AC Repair
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
BAKEWELLST
END
0 ft 2
0 ton
0 ft2
0 ton
CHELFORDST
0 ft2
0 ton
CHARINGST
6 Residential 195ft 33ft 6435 ft2
Crack Seal 644 ft
6 Residential 172ft 33ft 5676 ft2
Crack Seal 568 ft
6 Residential 450ft 33ft 14850 ft2
Crack Seal 1485 ft
6 Residential 1030 ft 30ft 30900 ft2
Crack Seal 3090 ft
1041 Page
1248-11 HANNON CT CANNINGTON DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-Jl JAMAR DR MT ABERNATHY AV
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-11 LIEBEL CT BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1248-Jl CANNINGTON DR PRINTWOOD WY
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
END 6 Residential 180ft 27ft 4860 ft2
Crack Seal 486 ft
JAMARCT 6 Residential 240ft 33ft 7920 ft2
Crack Seal 792 ft
0
CANNINGTON DR 6 Residential 340ft 27ft 9180 ft2
0 ft2 Crack Seal 918 ft
0 ton
HANNONCT 6 Residential 240ft 37ft 8880 ft2
Crack Seal 888 ft
1051 Page
1248-Jl JAMAR DR JAMARCT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-J1 LANA LN BEGIN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-Jl LANA DR LANA LN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-Jl CANNINGTON DR HANNON CT
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
LANA DR 6 Residential 341ft 33ft
40 Crack Seal 1125 ft
3
LANA DR 6 Residential 101ft 27ft
0 ft2 Crack Seal 273ft
0 ton
JAMAR DR 6 Residential 101ft 33ft
0 ft2 Crack Seal 333ft
0 ton
LIEBELCT 6 Residential 870ft 37ft
Crack Seal 3219 ft
="··"'········ .. - ........ ·--·- .... z ..... ~ .. - ......... =-=·= .. =--=--=· .. -= .. ·~-·=-·=--=-=--··=· =···= .. =·-·=--· =·=·=· = .. ·=··=-~-·=--=···=·· .. -= ... = ... ~=~~~~~~~~~~~-~~~~~--~~-~------
11253 ft2
2727 ft2
3333 ft2
32190 ft2
1061 Page
1248-Jl HANNON CT BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1248-Jl REDBROOKRD REDBROOKCT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-Jl REDBROOKRD MT ABERNATHY AV
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-ll JAMARCT BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
CANNINGTON DR 6 Residential 480ft 27ft 12960 ft2
40 Crack Seal 1296 ft
3
PRINTWOOD CT 6 Residential 272ft 32ft 8704 ft2
0 ft2 Crack Seal 870 ft
0 ton
REDBROOKCT 6 Residential 280ft 32ft 8960 ft2
0 ft2 Crack Seal 896ft
0 ton
JAMAR DR 6 Residential 130ft 27ft 3510 ft2
60 ft2 Crack Seal 351 ft
5 ton
1071 Page
1248-11 CANNINGTON DR LIEBEL CT
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1248-11 REDBROOKCT REDBROOKRD
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-Jl LANA DR MT ABERNATHY AV
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-12 CASTLETON DR MT ABERNATHY AV
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
KESLING ST 6 Residential 1185 ft 37ft 43845 ft2
100 Crack Seal 4384 ft
8
END 6 Residential 172ft 27ft 4644 ft2
0 ft2 Crack Seal 464ft
0 ton
LANALN 6 Residential 441ft 33ft 14553 ft2
0 ft2 Crack Seal 1455 ft
0 ton
CLAYFORDST 6 Residential 1040 ft 33ft 34320 ft2
60 ft2 Crack Seal 3432 ft
0 ton
1081 Page
1248-J2 CLAYFORDST CHELFORDST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-J2 BAMBURGH PL BOXFORD DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type 1
1248-J2 CANNINGTON DR CASTLETON DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-J2 BERWICK DR BEADNELLWY
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments TYPE 1
Slurry Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
CASTLETON DR 6 Residential 260ft 27ft 7020 ft2
0 ft2 Crack Seal 702 ft
0 ton
BAMBURGH DR 6 Residential 221ft 27ft 5967 ft2
0 ft2 Crack Seal 597 ft
0 ton
CHANDLER DR 6 Residential 245ft 37ft 9065 ft2
40 ft2 Crack Seal 906 ft
3 ton
BETTYHILL DR 6 Residential 800ft 33ft 26400 ft2
0 ft2 Crack Seal 2640 ft
o ton
1091 Page
1248-J2 BERWICK DR BOXFORD DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments 1YPE I
1248-J2 CHELFORD ST CAMBER DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments 1YPE I
1248-J2 ECKSTROMAV AMOROSOST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1248-J2 CANNINGTON DR CHARINGST
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
ARUNDELPL 6 Residential 1005 ft 33ft 33165 ft2
0 ft2 Crack Seal 3316 ft
0 ton
CLAYFORDST 6 Residential 270ft 27ft 7290 ft2
60 ft2 Crack Seal 729 ft
5 ton
MUSTANGST 6 Prime 240ft 37ft 8880 ft2
40 ft2 Crack Seal 888ft
3 ton
CASTLETON DR 6 Residential 760ft 37ft 28120 ft2
0 ft2 Crack Seal 2812 ft
0 ton
110 I Page
1248-J2 CLAYFORDST CHARINGST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-J2 BAMBURGH DR CHARGERBL
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops@
Comments Type 1
1248-J2 CLEEVEWY CANNINGTON DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-J2 CANNINGTON DR ARUNDELPL
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502 -Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
CHELFORDST 6 Residential 520ft 27ft 14040 ft2
0 ft2 Crack Seal 1404 ft
0 ton
BAMBURGH PL 6 Residential 710ft 27ft 19170 ft2
0 ft2 Crack Seal 1917 ft
0 ton
END 6 Residential 160ft 27ft 4320 ft2
0 ft2 Crack Seal 432 ft
0 ton
CHEAMESWY 6 Residential 235ft 37ft 8695 ft2
0 ft2 Crack Seal 870 ft
0 ton
1111 Page
1248-J2 BAMBURGHDR CHARINGST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type 1
1248-J2 CAMBER DR MT ABERNATHY AV
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments TYPE I
1248-J2 CHARINGST BAMBURGH DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-J2 ECKSTROMAV COSMOST
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
AC Repair
CHARGERBL 6 Residential 572ft 27ft 15444 ft2
0 ft2 Crack Seal 1544 ft
0 ton
CHELFORDST 6 Residential 780ft 27ft 21060 ft2
so ft2 Crack Seal 2106 ft
4 ton
END 6 Residential 245ft 27ft 6615 ft2
0 ft2 Crack Seal 662 ft
0 ton
AMOROSOST 6 Prime 240ft 37ft 8880 ft2
Crack Seal 888 ft
1121 Page
1248-J2 CANNINGTON DR CHEAMESWY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-J2 ECKSTROMAV HATHAWAYST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1248-J2 CANNINGTON DR CHANDLER DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1248-J2 CANNINGTON DR FOYLEWY
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
CLEEVEWY 6 Residential 230ft 37ft 8510 ft2
0 ft2 Crack Seal 851ft
0 ton
COSMOST 6 Prime 330ft 37ft 12210 ft2
0 ft2 Crack Seal 1221 ft
0 ton
FOYLEWY 6 Residential 230ft 37ft 8510 ft2
0 ft2 Crack Seal 851 ft
0 ton
ARUNDELPL 6 Residential 310ft 37ft 11470 ft2
50 ft2 Crack Seal 1147 ft
4 ton
1131 Page
1248-J2 BARN HURST DR CHARGERBL
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1248-J2 BETTYHILL DR CHARGERBL
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-J2 CHARINGST CHELFORDST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-J2 CHARINGST CANNINGTON DR
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
BARN HURST PL 6 Residential 735ft 27ft 19845 ft2
0 ft2 Crack Seal 1984 ft
0 ton
BERWICK DR 6 Residential 700ft 27ft 18900 ft2
0 ft2 Crack Seal 1890 ft
0 ton
CHATEAU DR 6 Residential 240ft 33ft 7920 ft2
0 ft2 Crack Seal 792 ft
0 ton
BARN HURST DR 6 Residential 365ft 33ft 12045 ft2
0 ft2 Crack Seal 1204 ft
0 ton
1141 Page
1248-12 CANNINGTON DR CLEEVEWY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-12 BERWICK DR ARUNDELPL
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments 1YPE I
1248-12 BOXFORD DR CHARGERBL
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1248-12 BARN HURST DR CHARINGST
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
Slurry Seal Group 1502 - Appendix D - Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
PRINTWOOD WY 6 Residential 241ft 37ft 8917 ft2
0 ft2 Crack Seal 892 ft
0 ton
PRINTWOOD WY 6 Residential 790ft 33ft 26070 ft2
0 fP Crack Seal 2607 ft
0 ton
BAMBURGH PL 6 Residential 682ft 33ft 22506 ft2
0 ft2 Crack Seal 2251 ft
0 ton
CHARGERBL 6 Residential 855ft 33ft 28215 ft2
60 ft2 Crack Seal 2822 ft
5 ton
1151 Page
1248-J2 CHEAMES WY
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
CANNINGTON DR
AC Repair Area
AC Repair
Comments Type I over Type III
1248-J2 ARUNDEL PL
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type 1
1248-J2 CASTLETON DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
CANNINGTON DR
AC Repair Area
AC Repair
CLAYFORDST
AC Repair Area
AC Repair
Comments Type I over Type III
1248-J2 ARUNDEl... PL
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type 1
BARN HURST PL
AC Repair Area
AC Repair
Slurry Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
END
0 ft2
o ton
BARNHURST PL
0 ft2
0 ton
CANNINGTON DR
0 ft2
0 ton
BERWICK DR
0 ft2
0 ton
6 Residential 300ft 27ft 8100 ft2
Crack Seal 810 ft
6 Residential 455ft 33ft 15015 ft2
Crack Seal 1502 ft
6 Residential 285ft 33ft 9405 ft2
Crack Seal 940 ft
6 Residential 218ft 33ft 7194 ft2
Crack Seal 719ft
1161 Page
1248-J2 BERWICK DR BETTYHILL DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments 1YPE I
1248-J2 BARN HURST PL BARN HURST DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-J2 FOYLEWY CANNINGTON DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-J2 CHARINGST CHATEAU DR
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
BOXFORD DR 6 Residential 275ft 33ft 9075 ft2
0 ft2 Crack Seal 908ft
0 ton
ARUNDELPL 6 Residential 365ft 27ft 9855 ft2
0 ft 2 Crack Seal 986ft
0 ton
END 6 Residential 398ft 27ft 10746 ft2
0 ft2 Crack Seal 1075 ft
0 ton
CANNINGTON DR 6 Residential 250ft 33ft 8250 ft2
0 ft2 Crack Seal 825 ft
0 ton
1171 Page
1248-J2 CHELFORD ST CHARINGST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments 1YPE I
1248-J2 BOXFORD DR BAMBURGH PL
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-J3 ARDMORE DR ARDMORECT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type 1
1248-J3 COSMOST COSMO CT
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
CAMBER DR 6 Residential 465ft 27ft 12555 ft2
50 fF Crack Seal 1256 ft
4 ton
BERWICK DR 6 Residential 190ft 33ft 6270 ft2
0 ft 2 Crack Seal 627 ft
0 ton
COSMOST 6 Residential 140ft 27ft 3780 ft2
0 ft2 Crack Seal 378 ft
0 ton
ECKSTROMAV 6 Residential 275ft 33ft 9075 ft2
60 ft2 Crack Seal 908 ft
5 ton
118J Page
1248-J3 BIDDLE ST FORUM ST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1248-J3 ANASTASIA ST COSMOST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type 1
1248-J3 HATTONST SALIZARST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1248-J3 BIDDLE CT BROADLAWN ST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments 1YPE I
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
BATISTAST 6 Residential 240ft 33ft 7920 ft2
0 ft2 Crack Seal 792 ft
0 ton
AMOROSOST 6 Residential 250ft 27ft 6750 ft2
50 ft2 Crack Seal 675 ft
4 ton
FORUMST 6 Residential 240ft 33ft 7920 ft2
80 ft2 Crack Seal 792 ft
1 ton
BIDDLE ST 6 Residential 209ft 33ft 6897 ft2
0 ft2 Crack Seal 690ft
0 ton
1191 Page
1248-13 COSMOST ARDMORE DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-)3 HATHAWAYST PETIT ST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1248-)3 ANASTASIA ST PETITST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1248-)3 ELCO ST ROCKGLENAV
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Slurry Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
AC Repair
ANASTASIA ST 6 Residential 320ft 27ft 8640 ft2
0 ft2 Crack Seal 864 ft
0 ton
ECKSTROMAV 6 Residential 751ft 37ft 27787 ft2
40 ft 2 Crack Seal 2779 ft
3 ton
COSMOST 6 Residential 400ft 33ft 13200 ft2
0 ft2 Crack Seal 1320 ft
0 ton
SALIZARST 6 Residential 305ft 33ft 10065 ft2
150 ft2 Crack Seal 1006 ft
2 ton
120 I Page
1248-J3 BROADLAWN ST BIDDLE CT
Hump Removal AC Repair Area
Inlet Mar.ker AC Repair
Inlet Protection
Traffic loops @
Comments TYPE I
1248-J3 ARDMORECT ARDMORE DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic loops @
Comments Type I Over Type III
1248-J3 FORUM ST AUBURNDALE ST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1248-J3 COSMOST ANASTASIA ST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
PETIT ST 6 Residential 250ft 33ft 8250 ft2
0 ft2 Crack Seal 825 ft
0 ton
END 6 Residential 70ft 27ft 1890 ft2
0 ft2 Crack Seal 189 ft
0 ton
STRONG DR 6 Residential 860ft 33ft 28380 ft2
80 ft2 Crack Seal 2838 ft
1 ton
COSMO CT 6 Residential 315ft 33ft 10395 ft2
0 ft2 Crack Seal 1040 ft
o ton
1211 Page
1248-13 ARVERNECT ARVERNEST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
1248-13 HATTONST BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1248-13 FORUM ST BIDDLEST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1248-13 ARDMORE DR ANASTASIA ST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
Sluny Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
END 6 Residential 285ft 27ft 7695 ft2
0 ft2 Crack Seal 770 ft
0 ton
SALIZARST 6 Residential 360ft 33ft 11880 ft2
0 ft2 Crack Seal 1188 ft
0 ton
HATTON ST 6 Residential 640ft 27ft 17280 ft2
60 ft2 Crack Seal 1728 ft
1 ton
ARDMORECT 6 Residential 580ft 27ft 15660 ft2
0 ft2 Crack Seal 1566 ft
0 ton
1221 Page
1248-J3 HATTON ST FORUM ST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1248-J3 COSMO CT BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1248-J3 SALIZARST ELCOST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1248-J4 ROCKGLENAV AUBURNDALE ST
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
AC Repair
BATISTAST 6 Residential 240ft 33ft 7920 ft2
100 ft2 Crack Seal 792 ft
1 ton
COSMOST 6 Residential 135ft 27ft 3645 ft2
0 ft2 Crack Seal 364ft
0 ton
HATTON ST 6 Residential 430ft 27ft 11610 ft2
Crack Seal 1161 ft
TANGLEWOOD WY 6 Residential 920ft 33ft 30360 ft2
0 ft2 Crack Seal 3036 ft
o ton
1231 Page
1248-14 ROCKGLENAV TANGLEWOOD WY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1249-A1 ENGINEER RD RUFFNERST
Hump Removal AC Repair Area
Inlet Marker 2 ea AC Repair
Inlet Protection 2 ea
Traffic Loops @
Comments Type I over Type III
1249-A1 RUFFNERST ENGINEERRD
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1249-A1 CARDIN ST ENGINEERRD
Hump Removal AC Repair Area
Inlet Marker 2 ea
Inlet Protection 2 ea
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volwne 1 of2 (Rev. Dec. 2014)
AC Repair
ELCO ST 6 Residential 180ft 33ft 5940 ft2
0 ft2 Crack Seal 594 ft
0 ton
CONVOYST 6 Major 1100 ft 16ft 17600 ft2
120 ft2 Crack Seal 1760 ft
10 ton
RONSON RD 6 Major 610ft 46ft 28060 ft2
150 ft2 Crack Seal 2806 ft
2 ton
RONSON RD 6 Prime 650ft 47ft 30550 ft2
150 Crack Seal 3055 ft
12
1241 Page
1249-A2 ECKSTROMAV MUSTANGST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1249-A2 OPPORTUNITY RD RUFFNERST
Hump Removal AC Repair Area
Inlet Marker 2 ea AC Repair
Inlet Protection 2 ea
Traffic Loops @
Comments Type I over Type III
1249-A3 ANTIEMST SALIZARST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type 1
1249-A3 MARLESTADR BEGIN
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
ASHFORDST 6 Prime 135ft 37ft 4995 ft2
0 ft2 Crack Seal 500ft
0 ton
CONVOYST 6 Prime 785ft 46ft 36110 ft2
0 ft2 Crack Seal 3611 ft
0 ton
BATISTAST 6 Residential 1020 ft 33ft 33660 ft2
0 ft2 Crack Seal 3366 ft
0 ton
BATISTAST 6 Prime 631ft 37ft 23347 ft2
Crack Seal 2335 ft
1251 Page
1249-A3 MARLESTA DR
Hump Removal
Inlet Marker 2 ea
Inlet Protection 2 ea
Traffic Loops @
BATISTAST
AC Repair Area
AC Repair
Comments Type I over Type III
1249-A3 ARMSTRONG ST
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
BATISTAST
AC Repair Area
AC Repair
Comments Type I Over Type III
1249-A3 SALIZAR ST
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I
1249-A3 MARLESTA DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
ANTIEMST
AC Repair Area
AC Repair
ASHFORDST
AC Repair Area
AC Repair
Comments Type I over Type III
ASHFORDST
80
6
SALERNOST
60 ft2
5 ton
CAMTO DE OI VAY
END
0 ft2
0 ton
6 Prime 1421 ft 37ft 52577 ft2
Crack Seal 5258 ft
6 Residential 240ft 37ft 8880 ft2
Crack Seal 888 ft
6 Residential 100ft 27ft 2700 ft2
Crack Seal 270 ft
6 Residential 320ft 37ft 11840 ft2
Crack Seal 1184 ft
Sluny Seal Group 1502 -Appendix D -Location List 126 I Page Volume 1 of2 (Rev. Dec. 2014)
1249-A3 SAUZARST ASHFORDST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1249-A3 ANTIEMST BATISTAST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type 1
1249-A3 ARMSTRONG ST SALERNOST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1249-Gl CARIOCACT VERACRUZCT
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
ANTIEMST 6 Residential 231ft 27ft 6237 ft2
80 ft2 Crack Seal 624ft
1 ton
ARMSTRONG ST 6 Residential 470ft 33ft 15510 ft2
0 ft2 Crack Seal 1551 ft
0 ton
ASHFORDST 6 Residential 975ft 37ft 36075 ft2
80 ft2 Crack Seal 3608 ft
6 ton
END 7 Residential 642ft 33ft 21186 ft2
40 ft2 Crack Seal 2119 ft
3 ton
1271 Page
1249-G1 VERACRUZ CT
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
BEGIN
Comments Type I over Type III
AC Repair Area
AC Repair
1249-G1 CARIOCA CT ANTIGUABL
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
1250-02 ROYAL GORGE DR ROYAL GORGE CT
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
1250-03 HEMINGWAYAV HEMINGWAY CT
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
Sluny Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
CARIOCACT
0 ft2
0 ton
VERACRUZCT
60 fF
5 ton
MISSION GORGE RD
0 ft2
0 ton
CIBOLA RD
0 ft2
0 ton
7 Residential 1100 ft 33ft 36300 ft2
Crack Seal 3630 ft
7 Residential 140ft 33ft 4620 ft2
Crack Seal 462 ft
7 Residential 151ft 33ft 4983 ft2
Crack Seal 498 ft
7 Residential 510ft 33ft 16830 ft2
Crack Seal 1683 ft
1281 Page
1250-D3 HEMINGWAY AV CIBOLARD
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1250-D3 ROYAL GORGE CT BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1250-D3 ROYAL GORGE DR CAFANZARA CT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-D3 WINDING CREEK DR JACKSON DR
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 Of2 (Rev. Dec. 2014)
AC Repair
END 7 Residential 315ft 33ft 10395 ft2
0 ft2 Crack Seal 1040 ft
0 ton
ROYAL GORGE DR 7 Residential 190ft 27ft 5130 ft2
0 ft2 Crack Seal 513 ft
0 ton
ROYAL GORGE CT 7 Residential 331ft 33ft 10923 ft2
0 ft2 Crack Seal 1092 ft
0 ton
BELL BLUFF AV 7 Residential 501ft 47ft 23547 ft2
0 ft 2 Crack Seal 2355 ft
0 ton
1291 Page
1250-04 OFRIACT FORRESTAL RD
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1250-E3 DICENZA WY DICENZA LN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-E3 MELOTTEST ROWENAST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-E3 EL EXTENISO CT BEGIN
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
END 7 Residential 80ft 26ft 2080 ft2
0 ft 2 Crack Seal 208 ft
0 ton
EL EXTENSO CT 7 Residential 310ft 33ft 10230 ft2
0 ft2 Crack Seal 1023 ft
0 ton
RUANEST 7 Residential 411ft 33ft 13563 ft2
0 ft2 Crack Seal 1356 ft
0 ton
DICENZAWY 7 Residential 280ft 27ft 7560 ft2
0 ft2 Crack Seal 756 ft
0 ton
130 I Page
1250-E3 WINDING CREEK DR BELL BLUFF AV
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
1250-E3 EL EXTENSO CT DICENZAWY
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
1250-E3 DICENZA LN SHADY SANDS RD
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
1250-E3 RUANE ST GOLFCREST DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
Sluny Seal Group 1502 -Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
HIGH MEADOW CT
END
50 ft2
4 ton
0 ft 2
0 ton
DICENZAWY
0 ft2
0 ton
VOLCLAYDR
0 ft2
0 ton
7 Residential 340ft 33ft 11220 ft2
Crack Seal 1122 ft
7 Residential 220ft 27ft 5940 ft2
Crack Seal 594 ft
7 Residential 370ft 33ft 12210 ft2
Crack Seal 1221 ft
7 Residential 302ft 36ft 10872 ft2
Crack Seal 1087 ft
1311 Page
1250-E3 EL BANQUERO CT
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
BEGIN
AC Repair Area
AC Repair
Comments Type I over Type III
1250-E3 MELOTTE ST
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
MONTE VERDE DR
AC Repair Area
AC Repair
Comments Type I over Type III
1250-E3 ROWENA ST
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I
1250-E3 CAFANZARA CT
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
TUXEDO RD
AC Repair Area
AC Repair
ROYAL GORGE DR
AC Repair Area
AC Repair
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
EL BANQUERO PL
0 ft2
0 ton
ROWENAST
80 ft2
6 ton
MONTE VERDE DR
END
0 ft2
0 ton
100 ft2
8 ton
7 Residential 95ft 29ft 2755 ft2
Crack Seal 276 ft
7 Residential 1411 ft 33ft 46563 ft2
Crack Seal 4656 ft
7 Residential 610ft 33ft 20130 ft2
Crack Seal 2013 ft
7 Residential 160ft 27ft 4320 ft2
Crack Seal 432 ft
1321 Page
1250-E3 WINDING CREEK DR HIGH MEADOW CT
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-E3 HIGH MEADOW CT
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
BEGIN
Comments Type I over Type III
AC Repair Area
AC Repair
AC Repair Area
AC Repair
1250-E3 RUANE ST VOLCLAYDR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
AC Repair Area
AC Repair
Comments Type I over Type III
1250-E3 ROWENA ST
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
MONTE VERDE DR
AC Repair Area
AC Repair
Slurry Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
ROYAL GORGE DR
100 ft2
8 ton
WINDING CREEK DR
0 ft2
0 ton
JENNITE DR
0 ft2
0 ton
MELOTTEST
7 Residential 180ft 33ft 5940 ft2
Crack Seal 594 ft
7 Residential 170ft 27ft 4590 ft2
Crack Seal 459 ft
7 Residential 403ft 36ft 14508 ft2
Crack Seal 1451 ft
7 Residential 1610 ft 33ft 53130 ft2
Crack Seal 5313 ft
1331 Page
1250-E3 CALIFA CT
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
ROYAL GORGE DR
AC Repair Area
AC Repair
Comments Type I over Type III
1250-E3 MONTE VERDE DR
Hump Removal
Inlet Marker 2 ea
Inlet Protection 2 ea
Traffic Loops @
TUXEDO RD
AC Repair Area
AC Repair
Comments Type I over Type III
1250-E3 SHADY SANDS RD
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
DICENZA LN
AC Repair Area
AC Repair
Comments Type I over Type III
1250-E3 EL BANQUERO PL
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
EL BANQUERO CT
AC Repair Area
AC Repair
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
END
60 ft2
5 ton
ROWENAST
0 ft2
0 ton
ROYAL GORGE DR
0 ft2
0 ton
MISSION GORGE RD
0 ft2
0 ton
7 Residential
Crack Seal 675 ft
7 Residential
Crack Seal 8073 ft
7 Residential
Crack Seal 1323 ft
7 Residential
Crack Seal 759ft
250ft 27ft 6750 ft2
2182 ft 37ft 80734 ft2
401ft 33ft 13233 ft2
230ft 33ft 7590 ft2
1341 Page
1250-E3 ROYAL GORGE DR CALIFA CT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-E3 RUANEST MELOTTEST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-E3 MELOTTEST RUANEST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1250-E3 ROYAL GORGE DR EL BANQUERO PL
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
CAFANZARA CT 7 Residential 220ft 33ft 7260 ft2
0 ft2 Crack Seal 726 ft
0 ton
GOLFCREST DR 7 Residential 265ft 33ft 8745 ft2
0 ft2 Crack Seal 874 ft
0 ton
END 7 Residential 441ft 27ft 11907 ft2
0 ft2 Crack Seal 1191 ft
0 ton
CALIFA CT 7 Residential 172ft 33ft 5676 ft2
0 ft2 Crack Seal 568 ft
0 ton
1351 Page
1250-E3 DICENZA LN
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
DICENZAWY
AC Repair Area
AC Repair
Comments Type I over Type III
1250-E3 EL BANQUERO PL
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
ROYAL GORGE DR
AC Repair Area
AC Repair
Comments Type I over Type III
1250-E3 MONTE VERDE DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
ROWENAST
AC Repair Area
AC Repair
Comments Type I over Type III
1250-E4 PARK RIDGE BL
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
LAURELRIDGE RD
AC Repair Area
AC Repair
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
END
0 ft2
0 ton
EL BANQUERO CT
0 ft2
0 ton
MELOTTEST
0 ft2
0 ton
FORRESTAL RD
0 ft2
o ton
7 Residential 250ft 27ft 6750 ft2
Crack Seal 675 ft
7 Residential 862ft 33ft 28446 ft2
Crack Seal 2845 ft
7 Residential 281ft 37ft 10397 ft2
Crack Seal 1040 ft
7 Prime 240ft 36ft 8640 ft2
Crack Seal 864ft
1361 Page
1250-E4 STEVENSON WY BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops@
Comments Type I over Type III
1250-E4 FORRESTAL RD OFRIAAV
. Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1250-E4 PARK RIDGE BL FORRESTAL RD
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1250-E4 PARK RIDGE BL CAMTO DEL GRECO
Hump Removal AC Repair Area
Inlet Marker 2 ea
Inlet Protection 2 ea
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
AC Repair
PARK RIDGE BL 7 Residential 550ft 33ft 18150 ft2
0 ft2 Crack Seal 1815 ft
0 ton
OFRIACT 7 Residential 790ft 33ft 26070 ft2
0 fP Crack Seal 2607 ft
0 ton
JACKSON DR 7 Prime 320ft 37ft 11840 ft2
0 ft2 Crack Seal 1184 ft
0 ton
STEVENSON WY 7 Prime 860ft 53ft 45580 ft2
0 ft2 Crack Seal 4558 ft
0 ton
1371 Page
1250-IE4 PARK RIDGE BL STEVENSON WY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-E4 ARPEGE RD BIRCH CREEK RD
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
1250-E4 FORRESTAL RD BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1250-E4 HEMINGWAY AV OFRIAAV
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
LAURELRIDGE RD 7 Prime 201ft 36ft 7236 ft2
0 ft2 Crack Seal 724 ft
0 ton
RONDELCT 7 Residential 810ft 33ft 26730 ft2
40 ft2 Crack Seal 2673 ft
3 ton
PARK RIDGE BL 7 Residential 522ft 33ft 17226 ft2
60 ft2 Crack Seal 1723 ft
5 ton
HEMINGWAYCT 7 Residential 560ft 33ft 18480 ft2
0 ft2 Crack Seal 1848 ft
0 ton
1381 Page
1250-E4 BIRCHCREEK RD
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
JACKSON DR
AC Repair Area
AC Repair
Comments Type I over Type III
1250-E4 FORRESTAL CT
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
FORRESTAL RD
AC Repair Area
AC Repair
Comments Type I over Type III
1250-E4 FORRESTAL RD
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
PARK RIDGE BL
AC Repair Area
AC Repair
Comments Type I over Type III
1250-E4 OFRIA AV
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
FORRESTAL RD
AC Repair Area
AC Repair
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
ARPEGE RD
END
80 ft2
6 ton
0 ft2
0 ton
FORRESTAL CT
0 ft2
0 ton
HEMINGWAY AV
80 ft2
1 ton
7 Residential
Crack Seal 2479 ft
7 Residential
Crack Seal 535 ft
7 Residential
Crack Seal 759 ft
7 Residential
Crack Seal 792 ft
670ft 37ft 24790 ft2
198ft 27ft 5346 ft2
230ft 33ft 7590 ft2
240ft 33ft 7920 ft2
1391 Page
1250-E4 BIRCHCREEK RD ARPEGE RD
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-E4 FORRESTAL RD FORRESTAL CT
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1250-E4 OFRIAAV LAURELRIDGE RD
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1250-E4 HEMINGWAY AV BEGIN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
RONDELCT 7 Residential 245ft 37ft 9065 ft2
50 ft2 Crack Seal 906ft
4 ton
OFRIAAV 7 Residential 840ft 33ft 27720 ft2
0 ft2 Crack Seal 2772 ft
0 ton
FORRESTAL RD 7 Residential 280ft 32ft 8960 ft2
0 ft2 Crack Seal 896 ft
0 ton
OFRIAAV 7 Residential 515ft 33ft 16995 ft2
0 ft2 Crack Seal 1700 ft
o ton
140 I Page
1250-E4 ADIOSCT BEGIN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
1250-F3 MONTE VERDE DR MELOTTEST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-F3 JENNITE DR BEGIN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-F3 STONEVIEW CT TUXEDO RD
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Sluny Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
AC Repair
RONDELCT 7 Residential 230ft 28ft 6440 ft2
0 ft2 Crack Seal 644 ft
0 ton
GOLFCREST DR 7 Residential 280ft 37ft 10360 ft2
0 ft2 Crack Seal 1036 ft
0 ton
SANTARAV 7 Residential 390ft 33ft 12870 ft2
0 ft2 Crack Seal 1287 ft
0 ton
END 7 Residential 320ft 27ft 8640 ft2
0 ft2 Crack Seal 864ft
o ton
1411 Page
1250-F3 TUXEDO RD STONEVIEW CT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1250-F3 TUXEDO RD VOLCLAYDR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1250-F3 JENNITE DR SANTARAV
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1250-F3 SANTARAV VOLCLAYDR
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
END 7 Residential 144ft 36ft 5184 ft2
0 ft2 Crack Seal 518 ft
0 ton
STONEVIEW CT 7 Residential 301ft 36ft 10836 ft2
0 ft 2 Crack Seal 1084 ft
0 ton
RUANEST 7 Residential 940ft 33ft 31020 ft2
0 ft2 Crack Seal 3102 ft
0 ton
JENNITE DR 7 Residential 250ft 33ft 8250 ft2
0 ft2 Crack Seal 825 ft
0 ton
1421 Page
12SO-F3 RUANE ST
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
JENNITE DR
AC Repair Area
AC Repair
Comments Type I over Type III
1250-F3 VOLCLAY DR
Hump Removal
Inlet Marker 2 ea
Inlet Protection 2 ea
Traffic Loops @ j
Comments Type I
1250-F3 MELOTTE ST
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
SANTARAV
AC Repair Area
AC Repair
TUXEDO RD
AC Repair Area
AC Repair
Comments Type I over Type III
12SO-F3 VOLCLAY DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
TUXEDO RD
AC Repair Area
AC Repair
Comments Type I over Type III
Slurry Seal Group 1502 -Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
END
0 ft2
0 ton
RUANEST
0 ft2
0 ton
MONTE VERDE DR
0 ft2
0 ton
SANTARAV
0 ft2
0 ton
7 Residential 240ft 36ft 8640 ft2
Crack Seal 864ft
7 Residential 1291 ft 33ft 42603 ft2
Crack Seal 4260 ft
7 Residential 689ft 33ft 22737 ft2
Crack Seal 2274 ft
7 Residential 1000 ft 33ft 33000 ft2
Crack Seal 3300 ft
1431 Page
1250-F4 TUXEDO RD ROWENAST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1250-F4 MELOTTEST BIRCHCREEK RD
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1250-F4 VOLCLAYDR BEGIN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1250-F4 ADONISCT BIRCHCREEK RD
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
Slurry Seal Group 1502 -Appendix D - Location List Volmne 1 of2 (Rev. Dec. 2014)
MELOTTEST 7 Residential 271ft 33ft 8943 ft2
0 ft2 Crack Seal 894ft
0 ton
TUXEDO RD 7 Residential 1581 ft 33ft 52173 ft2
0 ft 2 Crack Seal 5217 ft
0 ton
CROWLEYCT 7 Residential 130ft 33ft 4290 ft2
0 ft2 Crack Seal 429 ft
0 ton
END 7 Residential 90ft 38ft 3420 ft2
100 ft2 Crack Seal 342 ft
8 ton
1441 Page
1250-F4 VOLCLAY DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I
1250-F4 CROWLEY CT
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I
1250-F4 BIRCHCREEK RD
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
CROWLEYCT
AC Repair Area
AC Repair
VOLCLAYDR
AC Repair Area
AC Repair
ADONISCT
AC Repair Area
AC Repair
Comments Type I over Type III
1250-F4 MELOTTE ST
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
GOLFCREST DR
AC Repair Area
AC Repair
Comments Type I over Type III
Slurry Seal Group 1502 -Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
TUXEDO RD
END
0 ft2
0 ton
OfF
0 ton
BASSOCT
0 ft2
0 ton
BIRCHCREEK RD
0 ft2
o ton
7 Residential
Crack Seal 1597 ft
7 Residential
Crack Seal 648 ft
7 Residential
Crack Seal 740 ft
7 Residential
Crack Seal 954 ft
484ft 33ft 15972 ft2
240ft 27ft 6480 ft2
200ft 37ft 7400 ft2
289ft 33ft 9537 ft2
145IPage
1250-F4 TUXEDO RD MELOTTEST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1250-F4 BIRCHCREEK RD BASSO CT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-F4 BASSO CT BIRCH CREEK RD
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-F4 ALUANCECT BEGIN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
GOLFCREST DR 7 Residential 272ft 33ft 8976 ft2
0 Crack Seal 898 ft
0 ton
MELOTTEST 7 Residential 315ft 37ft 11655 ft2
100 ft2 Crack Seal 1166 ft
8 ton
END 7 Residential 130ft 33ft 4290 ft2
0 ft2 Crack Seal 429 ft
0 ton
RONDELCT 7 Residential 460ft 27ft 12420 ft2
80 ft2 Crack Seal 1242 ft
6 ton
1461 Page
1250-F4 BIRCHCREEK RD RONDELCT
Hump Removal AC Repair Area
Inlet Marker 3 ea AC Repair
Inlet Protection 3 ea
Traffic Loops @
Comments. Type I over Type III
1250-H4 TOMMY DR COWLES MTN BL
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-H4 RENKRIBAV HUDSON DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1250-H4 RENKRIBAV WHELAN DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Slurry Seal Group 1502 -Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
ADONISCT 7 ·Residential 1860 ft 37ft 68820 ft2
100 ft2 Crack Seal 6882 ft
8 ton
BALUNGERAV 7 Residential 520ft 33ft 17160 ft2
0 ft 2 Crack Seal 1716 ft
0 ton
WHELAN DR 7 Residential 480ft 32ft 15360 ft2
0 ft2 Crack Seal 1536 ft
0 ton
BARDONIAST 7 Residential 230ft 32ft 7360 ft2
80 ft2 Crack Seal 736 ft
1 ton
1471 Page
1250-H4 BALLINGERAV WILLAWY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
1250-H4 TALISMAN CT WINGSPAN DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-H4 COWLES MTN CT BEGIN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III AC PAVED AREA ONLY
1250-H4 BALLINGERAV WHELAN DR
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
WHELAN DR 7 Residential 985ft 33ft 32505 ft2
0 ft2 Crack Seal 3250 ft
0 ton
END 7 Residential 240ft 27ft 6480 ft2
0 ft2 Crack Seal 648ft
0 ton
COWLES MTN BL 7 Residential 160ft 36ft 5760 ft2
80 ft2 Crack Seal 576 ft
6 ton
BOULDER LAKE AV 7 Residential 742ft 33ft 24486 ft2
0 ft2 Crack Seal 2449 ft
0 ton
1481 Page
1250-H4 WING SPAN DR
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
TALISMAN CT
AC Repair Area
AC Repair
Comments Type I over Type III
1250-H4 BARDONIA ST
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
WHELAN DR
AC Repair Area
AC Repair
Comments Type I Over Type III
1250-H4 WING FLIGHT CT
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I
1250-H4 BARDONIA ST
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
TOMMYST
AC Repair Area
AC Repair
TOMMY DR
AC Repair Area
AC Repair
Comments Type I Over Type III
Slurry Seal Group 1502 -Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
END
0 ft2
0 ton
RENKRIBAV
END
0 ft2
0 ton
0 ft2
0 ton
HUDSON DR
0 ft2
0 ton
7 Residential
Crack Seal 1119 ft
7 Residential
Crack Seal 2145 ft
7 Residential
Crack Seal 672ft
7 Residential
Crack Seal 799 ft
386ft 29ft 11194 ft2
650ft 33ft 21450 ft2
240ft 28ft 6720 ft2
242ft 33ft 7986 ft2
1491 Page
1250-H4 WHELAN DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
COWLES MTN BL
AC Repair Area
AC Repair
Comments Type I over Type III
1250-H4 WING SPAN DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops@
TOMMYST
AC Repair Area
AC Repair
Comments Type I over Type III
1250-H4 WHELAN DR
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
RENKRIBAV
AC Repair Area
AC Repair
Comments Type I over Type III
1250-H4 RENKRIB AV
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I
MINERAL DR
AC Repair Area
AC Repair
Sluny Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
BALLINGER AV
0 ft2
0 ton
TALISMAN CT
0 ft2
0 ton
BARDONIAST
0 ft2
0 ton
BOULDER LAKE AV
0 ft2
0 ton
7 Residential 252ft 33ft 8316 ft2
Crack Seal 832 ft
7 Residential 440ft 29ft 12760 ft2
Crack Seal 1276 ft
7 Residential 580ft 33ft 19140 ft2
Crack Seal 1914 ft
7 Residential 230ft 32ft 7360 ft2
Crack Seal 736 ft
150 I Page
1250-H4 BANTAM LAKE CR
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
BANTAM LAKE AV
AC Repair Area
AC Repair
Comments Type I Over Type III
1250-H4 HUDSON PL
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
HUDSON DR
AC Repair Area
AC Repair
Comments Type I over Type III
1250-H4 WHELAN DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
BALLINGERAV
AC Repair Area
AC Repair
Comments Type I over Type III
1250-H4 HUDSON DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I
RENKRIBAV
AC Repair Area
AC Repair
Sluny Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
BANTAM LAKE AV
END
0 ft2
0 ton
0 ft2
0 ton
RENKRIBAV
0 ft2
0 ton
HUDSON PL
100 ft2
1 ton
7 Residential 990ft 27ft 26730 ft2
Crack Seal 2673 ft
7 Residential 140ft 27ft 3780 ft2
Crack Seal 378 ft
7 Residential 261ft 33ft 8613 ft2
Crack Seal 861 ft
7 Residential 390ft 33ft 12870 ft2
Crack Seal 1287 ft
151[ Page
1250-H4 HUDSON DR HUDSON PL
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1250-H4 TOMMY ST WING FLIGHT CT
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1250-H4 TOMMY DR TOMMYST
Hump Removal AC Repair Area
Inlet Marker AC Repair
:Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-H4 RENKRIBAV BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Slurry Seal Group 1502 -Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
BARDONIAST 7 Residential 430ft 33ft 14190 ft2
80 ft2 Crack Seal 1419 ft
1 ton
TOMMY DR 7 Residential 362ft 36ft 13032 ft2
0 ft2 Crack Seal 1303 ft
0 ton
COWLES MTN BL 7 Residential 340ft 33ft 11220 ft2
0 ft2 Crack Seal 1122 ft
0 ton
HUDSON DR 7 Residential 185ft 32ft 5920 ft2
0 ft2 Crack Seal 592 ft
0 ton
1521 Page
1250-H4 WILLAWY BEGIN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-H4 BARDONIAST HUDSON DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1250-H4 BANTAM LAKE AV BANTAM LAKE CR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
1250-H4 BALLINGERAV TOMMY DR
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
Slurry Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
BALLINGERAV 7 Residential 100ft 27ft 2700 ft2
0 ft2 Crack Seal 270 ft
0 ton
WHELAN DR 7 Residential 242ft 33ft 7986 ft2
0 ft2 Crack Seal 799ft
0 ton
BANTAM LAKE CR 7 Residential 330ft 27ft 8910 ft2
0 ft2 Crack Seal 891 ft
0 ton
WILLAWY 7 Residential 220ft 33ft 7260 ft2
0 ft2 Crack Seal 726 ft
0 ton
1531 Page
1250-H4 TOMMY ST WING SPAN DR
Hump Removal
Inlet Marker
Inret Protection
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
1250-H4 TOMMY DR BALLINGERAV
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
1250-HS LAKE KATHLEEN AV JUNE LAKE DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
1250-HS LAKE BADIN AV LAKE CAYUGA DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
WINGFLIGHT CT
0 ft 2
0 ton
BARDONIAST
0 ft2
0 ton
LAKE CAYUGA DR
0 ft 2
0 ton
BEAVER LAKE DR
0 ft2
0 ton
7 Residential 690ft 36ft 24840 ft2
Crack Seal 2484 ft
7 Residential 1200 ft 33ft 39600 ft2
Crack Seal 3960 ft
7 Residential 311ft 33ft 10263 ft2
Crack Seal 1026 ft
7 Residential 340ft 37ft 12580 ft2
Crack Seal 1258 ft
1541 Page
1250-H5 SAN CARLOS DR LAKE BADIN AV
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1250-H5 BOON LAKEAV SAN CARLOS DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-H5 JUNE LAKE DR COWLES MTN BL
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1250-H5 BEAVER LAKE DR LAKE BADIN AV
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
BOULDER LAKE AV 7 Prime 1186 ft 36ft 42696 ft2
0 ft2 Crack Seal 4270 ft
0 ton
END 7 Residential 135ft 33ft 4455 ft2
0 ft2 Crack Seal 446 ft
0 ton
LAKE KATHLEEN AV 7 Residential 1100 ft 33ft 36300 ft2
200 ft2 Crack Seal 3630 ft
3 ton
BOULDER LAKE AV 7 Residential 1220 ft 33ft 40260 ft2
0 ft2 Crack Seal 4026 ft
0 ton
155! Page
1250-H5 SAN CARLOS DR BOON LAKEAV
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1250-H5 LAKE BADIN AV BEAVER LAKE DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1250-HS BANTAM LAKE AV SAN CARLOS DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1250-HS SAN CARLOS DR BANTAM LAKE AV
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
BANTAM LAKE AV 7 Prime 586ft 36ft 21096 ft2
OfF Crack Seal 2110 ft
0 ton
SAN CARLOS DR 7 Residential 261ft 37ft 9657 ft2
0 ft2 Crack Seal 966 ft
0 ton
BANTAM LAKE CR 7 Residential 242ft 27ft 6534 ft2
0 ft2 Crack Seal 653ft
0 ton
LAKE BADIN AV 7 Prime 320ft 36ft 11520 ft2
0 ft2 Crack Seal 1152 ft
0 ton
156J Page
1250-H5 LAKE BADIN AV LAKE AD LON DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1250-H5 LAKE CAYUGA DR LAKE KATHLEEN AV
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops@
Comments Type I
1250-H5 LAKE CAYUGA DR COWLES MTN BL
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1250-H5 SAN CARLOS DR COWLES MTN BL
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
LAKE CAYUGA DR 7 Residential 621ft 37ft 22977 ft2
0 ft2 Crack Seal 2298 ft
0 ton
LAKE BADIN AV 7 Residential 240ft 33ft 7920 ft2
60 ft2 Crack Seal 792 ft
1 ton
LAKE KATHLEEN AV 7 Residential 1006 ft 33ft 33198 ft2
80 ft2 Crack Seal 3320 ft
1 ton
BOON LAKEAV 7 Prime 251ft 36ft 9036 ft2
0 ft2 Crack Seal 904ft
o ton
1571 Page
1250-HS BEAVER LAKE DR
Hump Removal
Inlet Marker 3 ea
Inlet Protection 3 ea
Traffic Loops @
COWLES MTN BL
AC Repair Area
AC Repair
Comments Type I over Type III
1250-J4 LAKE BEN AV
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
BOULDER LAKE AV
AC Repair Area
AC Repair
Comments Type I over Type III
1250-J4 MINERAL DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
WHELAN DR
AC Repair Area
AC Repair
Comments Type I over Type III
1250-J4 WHELAN DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
MINERAL DR
AC Repair Area
AC Repair
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
LAKE BADIN AV
0 ft2
0 ton
BISBY LAKE AV
50 ft2
4 ton
RENKRIBAV
0 ft2
0 ton
BOULDER LAKE AV
0 ft2
o ton
7 Residential 1220 ft 33ft 0 ft2
Crack Seal 0 ft
7 Residential 1201 ft 33ft 0 ft2
Crack Seal 0 ft
7 Residential 841ft 33ft 27753 ft2
Crack Seal 2775 ft
7 Residential 251ft 33ft 8283 ft2
Crack Seal 828 ft
1581 Page
1250-J4 WHELAN DR
Hump Removal
Inlet Marker
'Inlet Protection
Traffic Loops @
BARDONIAST
AC Repair Area
AC Repair
Comments Type I over Type III
1250-J4 HUDSON DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
BARDONIAST
AC Repair Area
AC Repair
Comments Type I over Type III
1250-J4 TOMMY DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
BARDONIAST
AC Repair Area
AC Repair
Comments Type I over Type III
1250-J4 LAKE GABY AV
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
BOULDER LAKE AV
AC Repair Area
AC Repair
Comments Type I over Type III
Sluny Seal Group 1502 -Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
MINERAL DR
0 ft2
0 ton
BOULDER LAKE AV
0 ft2
0 ton
BOULDER LAKE AV
0 ft2
0 ton
BISBY LAKE AV
0 ft2
0 ton
7 Residential 241ft 33ft 7953 ft2
Crack Seal 795 ft
7 Residential 502ft 33ft 16566 ft2
Crack Seal 1657 ft
7 Residential 485ft 33ft 16005 ft2
Crack Seal 1600 ft
7 Residential 1201 ft 33ft 39633 ft2
Crack Seal 3963 ft
1591 Page
1250-JS LAKE BACA DR
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
BOULDER LAKE AV
AC Repair Area
AC Repair
Comments Type I over Type III
1250-J5 LAKE ARIANA AV
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
LAKE ATLIN AV
AC Repair Area
AC Repair
Comments Type I over Type III
1250-J5 BEAVER LAKE DR
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
BOULDER LAKE AV
AC Repair Area
AC Repair
Comments Type I over Type III
1250-JS LAKE ARALAV
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
LAKE ANGELA DR
AC Repair Area
AC Repair
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
LAKE MURRAY (NW FTG) BL
70 ft2
6 ton
LAKE ANGELA DR
0 ft2
0 ton
BEAVER LAKE CT
0 ft2
0 ton
7 Residential
Crack Seal 3637 ft
7 Residential
Crack Seal 2148 ft
7 Residential
Crack Seal 2244 ft
LAKE MURRAY (SE FTG) BL 7 Residential
0 ft2
o ton
Crack Seal 2643 ft
1102 ft 33ft 36366 ft2
651ft 33ft 21483 ft2
680ft 33ft 22440 ft2
801ft 33ft 26433 ft2
160 I Page
1250-15 SAN CARLOS DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
BOULDER LAKE AV
AC Repair Area
AC Repair
Comments Type I over Type III
1250-15 AMBER LAKE AV
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops@
LAKE ANGELA DR
AC Repair Area
AC Repair
Comments Type I Over Type III
1250-15 BASHAN LAKE AV
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
BOULDER LAKE AV
AC Repair Area
AC Repair
Comments Type I over Type III
1250-JS LAKE ARAGO AV
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
LAKE ANGELA DR
AC Repair Area
AC Repair
Comments Type I over Type III
Sluny Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
BISBY LAKE AV
0 ft2
0 ton
7 Prime
Crack Seal 4000 ft
LAKE MURRAY (SE FTG) BL 7 Residential
0 ft2
0 ton
BISBY LAKE AV
0 ft2
0 ton
Crack Seal 1980 ft
7 Residential
Crack Seal 4026 ft
LAKE MURRAY (SE FTG) BL 7 Residential
0 ft2
0 ton
Crack Seal 2838 ft
llllft 36ft 39996 ft2
600ft 33ft 19800 ft2
1220 ft 33ft 40260 ft2
860ft 33ft 28380 ft2
1611 Page
1250-15 BEAVER LAKE CT
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
BEAVER LAKE DR
AC Repair Area
AC Repair
Comments Type I over Type III
1250-15 LAKE ARIANA AV
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
LAKE ANGELA DR
AC Repair Area
AC Repair
Comments Type I Over Type III
1250-JS BEAVER LAKE DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops@
BEAVER LAKE CT
AC Repair Area
AC Repair
Comments Type I over Type III
1250-15 MONO LAKE DR
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
BOULDER LAKE AV
AC Repair Area
AC Repair
Slurry Seal Group 1502 -Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
END
0 ft2
0 ton
7 Residential
Crack Seal 351ft
LAKE MURRAY (SE FTG) BL 7 Residential
0 ft2
0 ton
BISBY LAKE AV
0 ft2
0 ton
LAKE MURRAY (NW FTG) BL
0 ft2
0 ton
Crack Seal 3260 ft
7 Residential
Crack Seal 792 ft
7 Residential
Crack Seal 3254 ft
130ft 27ft 3510 ft2
988ft 33ft 32604 ft2
240ft 33ft 7920 ft2
986ft 33ft 32538 ft2
1621 Page
·····-"'" ....................................................... ~-=-=···=---=-·=--=== .. ·====-·-=· .. =··=--=·-=--=-=-.. =·-=.-·=·-=···=··-=··""=""=·--=···=-... = .... =-·=-= .. -= .. = .. -·=--.. =····=··--=--·=-·=·-====~====-=-= .. --=··=-=·· .. ·-~-=-.. =--·=··"·=··-=""~~=~~=~~~~~~~-~~~~~=~~~~~~·
1250-J5 JUNE LAKE DR BOULDER LAKE AV
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1250-J6 LAKE ANGELA DR AMBER LAKE AV
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1250-]6 LAKE ANGELA DR ANVIL LAKE AV
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1250-]6 LAKEARALAV BLUE LAKE DR
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
LAKE MURRAY (NW FTG) 7 Residential 880ft 33ft 29040 ft2
BL
100 fF Crack Seal 2904 ft
1 ton
ANVIL LAKE AV 7 Residential 215ft 37ft 7955 ft2
0 ft2 Crack Seal 796 ft
0 ton
LAKEARALAV 7 Residential 222ft 37ft 8214 ft2
0 ft2 Crack Seal 821 ft
0 ton
LAKE ANGELA DR 7 Residential 1022 ft 33ft 33726 ft2
40 ft2 Crack Seal 3373 ft
3 ton
1631 Page
1250-J6 AMBER LAKE AV
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
BLUE LAKE DR
AC Repair Area
AC Repair
Comments Type I Over Type III
1250-J6 LAKE ALTURAS AV
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
BLUE LAKE DR
AC Repair Area
AC Repair
Comments Type I over Type III
1250-J6 LAKE ALBANO AV
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
BLUE LAKE DR
AC Repair Area
AC Repair
Comments Type I over Type III
1250-J6 LAKE ARIANA AV
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
BLUE LAKE DR
AC Repair Area
AC Repair
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
LAKE ANGELA DR
0 ft2
0 ton
7 Residential
Crack Seal 2640 ft
LAKE MURRAY (SE FTG) BL 7 Residential
0 ft2
0 ton
Crack Seal 3168 ft
LAKE MURRAY (SE FTG) BL 7 Residential
LAKE ATLIN AV
0 ft2
0 ton
Crack Seal 3861 ft
7 Residential
Cra.ck Seal 1990 ft
800ft 33ft 26400 ft2
960ft 33ft 31680 ft2
1170 ft 33ft 38610 ft2
603ft 33ft 19899 ft2
164j Page
1250-]6 LAKE ARAGO AV BLUE LAKE DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1251-A5 LAKE APOPKA PL LAKE MERE CT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1251-A5 LAKE ANGELA DR SOUTH LAKE CT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops@
Comments Type I over Type III
1251-A5 CHATHAM ST EAST LAKE DR
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
LAKE ANGELA DR 7 Residential 1142 ft 33ft 37686 ft2
60 ft2 Crack Seal 3769 ft
5 ton
LAKE ASH MERE DR 7 Residential 890ft 33ft 29370 ft2
0 ft2 Crack Seal 2937 ft
0 ton
EAST LAKE DR 7 Residential 185ft 36ft 6660 ft2
0 ft2 Crack Seal 666 ft
0 ton
CITY BOUNDARY 7 Residential 155ft 33ft 5115 ft2
0 ft2 Crack Seal 512 ft
o ton
1651 Page
1251-AS LAKE APOPKA PL LAKE ANGELA DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1251-A5 LAKE ATHABASKA LAKE ASH MERE DR WY
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1251-A5 LAKE ANGELA DR LAKE APOPKA PL
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1251-A5 LAKE MERE CT LAKE APOPKA PL
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
LAKE MERE CT 7 Residential 1003 ft 33ft 33099 ft2
0 fF Crack Seal 3310 ft
o ton
LAKE ATHABASKA PL 7 Residential 245ft 33ft 8085 ft2
Crack Seal 808 ft
SOUTH LAKE CT 7 Residential 235ft 37ft 8695 ft2
0 ft2 Crack Seal 870 ft
0 ton
LAKE ASHMERE DR 7 Residential 981ft 33ft 32373 ft2
so ft2 Crack Seal 3237 ft
4 ton
1661 Page
1251-AS LAKE ATHABASKA PL LAKE ANGELA DR
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
1251-A6 LAKE ATHABASKA PL BLUE LAKE DR
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
1251-A6 LAKE APOPKA PL BLUE LAKE DR
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1269-A7 QUINCE ST
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
OSTHAV
Comments Type I over Type III
AC Repair Area
AC Repair
AC Repair Area
AC Repair
Slurry Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
LAKE ATHABASKA WY
40
3
LAKE ANGELA DR
60
5
LAKE ANGELA DR
06TH AV
0 ft2
0 ton
7 Residential 1310 ft 33ft 43230 ft2
Crack Seal 4323 ft
7 Residential 1301 ft 33ft 42933 ft2
Crack Seal 4293 ft
7 Residential 1150 ft 33ft 37950 ft2
Crack Seal 3795 ft
3 Residential 260ft 48ft 12480 ft2
Crack Seal 1248 ft
1671 Page
1269-E7 BURLINGAME DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
BEGIN
Comments Type I over Type III
1269-E7 MAPLE ST
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
PAMOAV
Comments Type I over Type III
AC Repair Area
AC Repair
AC Repair Area
AC Repair
1269-E7 LAUREL ST SAN MARCOS AV
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
1269-E7 LAUREL ST CAPITAN AV
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
AC Repair Area
AC Repair
Sluny Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
SAN MARCOS AV
32ND ST
0 ft2
0 ton
40 ft2
3 ton
CAPITANAV
0 ft2
0 ton
DULZURAAV
0 fF
0 ton
3 Residential 610ft 22ft 13420 ft2
Crack Seal 1342 ft
3 Residential 260ft 37ft 9620 ft2
Crack Seal 962ft
3 Residential 306ft 37ft 11322 ft2
Crack Seal 1132 ft
3 Residential 240ft 37ft 8880 ft2
Crack Seal 888 ft
1681 Page
1269-E7 NUTMEGST 32NDST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1269-E7 MAPLEST BURLINGAME DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1269-E7 MAPLEST 32NDST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1269-E7 PAMOAV LAURELST
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
BANCROFTST 3 Collector 240ft 26ft 6240 ft2
Crack Se.al 624 ft
PAMOAV 3 Residential 229ft 37ft 8473 ft2
0 ft2 Crack Seal 847 ft
0 ton
BANCROFTST 3 Residential 222ft 37ft 8214 ft2
60 Crack Seal 821 ft
5
MAPLEST 3 Residential 239ft 36ft 8604 ft2
0 ft2 Crack Seal 860 ft
o ton
1691 Page
1269-E7 BURLINGAME DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
SAN MARCOSAV
AC Repair Area
AC Repair
Comments Type I over Type III
1269-E7 NUTMEG ST
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
NUTMEG PL
AC Repair Area
AC Repair
Comments Type I over Type III
1269-E7 NUTMEG PL
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
NUTMEGST
AC Repair Area
AC Repair
Comments Type I over Type III
1269-f7 MAPLE ST
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
BANCROFTST
AC Repair Area
AC Repair
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
MAPLEST
32NDST
0 ft2
0 ton
0 ft2
0 ton
OLIVE ST
33RD ST
0 ft2
0 ton
3 Residential 260ft 37ft 9620 ft2
Crack Seal 962ft
3 Residential 260ft 26ft 6760 ft2
Crack Seal 676 ft
3 Residential 330ft 26ft 8580 ft2
Crack Seal 858 ft
3 Residential 261ft 37ft 9657 ft2
Crack Seal 966 ft
170 I Page
1269-F7 NUTMEGST BANCROFTST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1269-F7 NUTMEGST 33RD ST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-C3 62NDST MADELINEST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1270-C4 62NDST ESTELLEST
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
Sluny Seal Group 1502 -Appendix D -Location List Volume 1 of 2 (Rev. Dec. 20 14)
AC Repair
33RD ST 3 Collector 260ft 46ft 11960 ft2
Crack Seal 1196 ft
33RD ST 3 Residential 50ft 24ft 1200 ft2
0 ft2 Crack Seal 120 ft
0 ton
ACORN ST 9 Residential 280ft 34ft 9520 ft2
0 ft2 Crack Seal 952ft
0 ton
MADELINEST 9 Residential 300ft 33ft 9900 ft2
0 ft2 Crack Seal 990 ft
0 ton
1711 Page
1270-C4 CARLING DR ADELAIDEAV
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-C4 ADELAIDEAV TARRAGONA DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1270-C4 ESTELLEST 62NDST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-C4 TARRAGONA DR LORCADR
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
LORCA DR 9 Residential 230ft 38ft 8740 ft2
0 ft2 Crack Seal 874 ft
0 ton
CARLING DR 9 Residential 480ft 28ft 13440 ft2
0 ft2 Crack Seal 1344 ft
0 ton
LACO DR 9 Residential 360ft 33ft 11880 ft2
0 ft2 Crack Seal 1188 ft
0 ton
ADELAIDEAV 9 Residential 120ft 36ft 4320 ft2
0 ft 2 Crack Seal 432 ft
0 ton
1721 Page
1270-C4 TARRAGONA DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
ADELAIDEAV
AC Repair Area
AC Repair
Comments Type I over Type III
1270-C4 ADELAIDE AV
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
COLLEGEAV
AC Repair Area
AC Repair
ADELAIDEAV
0 ft2
0 ton
TARRAGONA DR
60ft2
5 ton
9 Residential
Crack Seal 360 ft
9 Residential
Crack Seal 874ft
Comments Type I Over Type III---DON'T OVERLAY INTERSECTION OF COLLEGE DUE TO GJ 940
1270-C4 ESTELLE ST
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops@
MADELINEST
AC Repair Area
AC Repair
Comments Type I over Type III
1270-C4 LORCA DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
TARRAGONA DR
AC Repair Area
AC Repair
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List
Volume 1 of2 (Rev. Dec. 2014)
62NDST
0 ft2
0 ton
CARLING DR
0 ft2
o ton
9 Residential
Crack Seal 858ft
9 Residential
Crack Seal 1269 ft
100ft 36ft 3600 ft2
230ft 38ft 8740 ft2
260ft 33ft 8580 ft2
470ft 27ft 12690 ft2
1731 Page
1270-C4 MADELINE ST
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
ESTELLEST
AC Repair Area
AC Repair
Comments Type I over Type III
1270-D3 ACORN ST
Hlump Removal
Inlet Markell"
Inlet Protection
Traffic Loops @
SEMINOLE DR
AC Repair Area
AC Repair
62NDST
60
5
CATHERINE AV
80 ft2
6 ton
9 Residential
Crack Seal 1242 ft
9 Residential
Crack Seal 924 ft
Comments Type I Over Type III-----DON'T OVERLA INTERSECTION OF SEMINOLE DR GJ 616
1270-D3 ARAGON DR ROLANDOBL
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1270-D3 ACORN ST
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
63RDST
Comments Type I Over Type III
AC Repair Area
AC Repair
AC Repair Area
AC Repair
Slurry Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
MATARODR
50 ft2
4 ton
SEMINOLE DR
9 Residential
Crack Seal 2268 ft
9 Residential
Crack Seal 896 ft
460ft 27ft 12420 ft2
330ft 28ft 9240 ft2
840ft 27ft 22680 ft2
280ft 32ft 8960 ft2
1741 Page
1270-D3 FIUPO ST
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
SOUTAAV
AC Repair Area
AC Repair
Comments Type I over Type III
1270-D3 REVILLO DR
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
REVILLOWY
AC Repair Area
AC Repair
Comments Type I over Type III
1270-D3 SHANNON AV
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I
1270-D3 ROLANDO BL
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
VALENCIA DR
AC Repair Area
AC Repair
MATARODR
AC Repair Area
AC Repair
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
ELCAJON BL
END
0 ft2
0 ton
0 ft2
0 ton
LENORE DR
0 ft2
0 ton
ALAMO DR
0 ft2
0 ton
9 Residential
Crack Seal 2727 ft
9 Residential
Crack Seal 729 ft
9 Residentia I
Crack Seal 936 ft
9 Collector
Crack Seal 1377 ft
1010 ft 27ft 27270 ft2
270ft 27ft 7290 ft2
260ft 36ft 9360 ft2
510ft 27ft 13770 ft2
1751 Page
1270-03 ARAGON DR MATAROOR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
1270-03 PATRIA DR MATAROOR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-03 STANLEYAV 63RO ST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-03 STANLEY AV 63ROST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
SOLITAAV 9 Residential 660ft 27ft 17820 ft2
0 ft2 Crack Seal 1782 ft
0 ton
ALAMO DR 9 Residential 320ft 27ft 8640 ft2
0 ft2 Crack Seal 864 ft
0 ton
63RO ST 9 Residential 95ft 33ft 3135 ft2
0 ft2 Crack Seal 314 ft
0 ton
SEMINOLE DR 9 Residential 314ft 36ft 11304 ft2
0 ft2 Crack Seal 1130 ft
0 ton
176J Page
1270-D3 ROLANDO BL
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
ARAGON DR
AC Repair Area.
AC Repair
Comments Type I over Type III
1270-D3 SOLITA AV
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops@
Comments Type I
1270-D3 MATARO DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
ROLANDOBL
AC Repair Area
AC Repair
ARAGON DR
AC Repair Area
AC Repair
Comments Type I over Type III
1270-D3 STANLEY AV
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
CATHERINE AV
AC Repair Area
AC Repair
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
MATARODR
0 ft2
0 ton
VALENCIA DR
END
0 ft2
0 ton
0 ft2
0 ton
VIRGINIAAV
0 ft2
0 ton
9 Collector 701ft 27ft 18927 ft2
Crack Seal 1893 ft
9 Residential 280ft 27ft 7560 ft2
Crack Seal 756 ft
9 Residentia I 530ft 27ft 14310 ft2
Crack Seal 1431 ft
9 Residential 201ft 27ft 5427 ft2
Crack Seal 543 ft
1771 Page
1270-D3 ACORN ST
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
CATHERINE AV
AC Repair Area
AC Repair
Comments Type I Over Type III
1270-D3 VALENCIA DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I
1270-D3 SOLITA AV
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
SOLITAAV
AC Repair Area
AC Repair
FILIPOST
AC Repair Area
AC Repair
Comments Type I over Type III·
1270-D3 STANLEY AV
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
SEMINOLE DR
AC Repair Area
AC Repair
VIRGINIAAV
100
8
SHANNONAV
0 ft2
0 ton
ARAGON DR
0 ft2
0 ton
CATHERINE AV
0 ft2
0 ton
9 Residential
Crack Seal 700 ft
9 Residential
Crack Seal 2241 ft
9 Collector
Crack Seal 918 ft
9 Residential
Crack Seal 864 ft
Comments Type I over Type III----- DON'T OVERLAY INTERSECTION OF SEMINOLE DR WATER GROUP 616
Sluny Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
250ft 28ft 7000 ft2
830ft 27ft 22410 ft2
340ft 27ft 9180 ft2
320ft 27ft 8640 ft2
1781 Page
1270-D3 ALAMO DR TOLEDO DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1270-D3 MATARODR ROLANDOBL
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-D3 VIRGINIAAV ACORN ST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-D3 ARAGON DR SERRANO PL
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
Slurry Seal Group 1502 -Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
ROLANDO BL 9 Residential 705ft 27ft 19035 ft2
80 ft2 Crack Seal 1904 ft
6 ton
ARAGON DR 9 Residential 251ft 27ft 6777 ft2
0 ft2 Crack Seal 678 ft
0 ton
STANLEYAV 9 Residential 510ft 28ft 14280 ft2
0 ft2 Crack Seal 1428 ft
0 ton
EL CAJON BL 9 Residential 540ft 27ft 14580 ft2
0 ft2 Crack Seal 1458 ft
0 ton
1791 Page
1270-03 ROLANDO BL SOLITAAV
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1270-03 SOLITAAV ARAGON DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops@
Comments Type I over Type III
1270-D3 MATARODR PATRIADR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-D3 CATHERINEAV ACORN ST
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
SERRANO PL 9 Collector 820ft 40ft 32800 ft2
0 ft2 Crack Seal 3280 ft
0 ton
ROLANDO BL 9 Residential 271ft 27ft 7317 ft2
0 ft2 Crack Seal 732ft
0 ton
ROLANDO BL 9 Residential 690ft 27ft 18630 ft2
Crack Seal 1863 ft
STANLEYAV 9 Residential 550ft 27ft 14850 ft2
0 ft2 Crack Seal 1485 ft
0 ton
180 I Page
1270-D3 ACORNST VIRGINIAAV
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
1270-D3 VALENCIA DR LENORE DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-D3 SHANNONAV ROLANDOBL
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1270-D3 ARAGON DR SOLITAAV
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
END 9 Residential 180ft 28ft 5040 ft2.
60 Crack Seal 504 ft
5
SOLITAAV 9 Residential 650ft 28ft 18200 ft2.
0 ft2 Crack Seal 1820 ft
0 ton
VALENCIA DR 9 Residential 520ft 36ft 18720 ft2.
0 ft2 Crack Seal 1872 ft
0 ton
SERRANO PL 9 Residential 750ft 27ft 20250 ft2.
0 ft2 Crack Seal 2025 ft
0 ton
1811 Page
1270-D3 SERRANO PL
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
ARAGON DR
AC Repair Area
AC Repair
Comments Type I over Type III
1270-D3 REVILLO WY
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
REVILLO DR
AC Repair Area
AC Repair
Comments Type I over Type III
1270-D4 ARENDO DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
LORCADR
AC Repair Area
AC Repair
Comments Type I Over Type III
1270-D4 LERIDA DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
BONILLODR
AC Repair Area
AC Repair
Comments Type I over Type III
Slurry Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
ROLANDO BL
END
0 ft 2
0 ton
0 ft 2
0 ton
ESTELLE ST
0 ft 2
0 ton
MARRACODR
0 ft2
0 ton
9 Residential 285ft 27ft 7695 ft2
Crack Seal 770 ft
9 Residential 830ft 27ft 22410 ft2
Crack Seal 2241 ft
9 Residential 535ft 27ft 14445 ft2
Crack Seal 1444 ft
9 Residential 341ft 27ft 9207 ft2
Crack Seal 921 ft
182J Page
1270-D4 MARRACO DR
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
MARRACOWY
AC Repair Area
AC Repair
BRADFORDST
0 ft2
0 ton
9 Residential
Crack Seal 1634 ft
Comments Type I over Type III ------ DON'T SLURRY INTERSECTION OF ESTELLE ST GJ 616
1270-D4 LOGRONO DR
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
LORCA DR
AC Repair Area
AC Repair
Comments Type I over Type III
1270-D4 TARRAGONA DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
CARTAGENA DR
AC Repair Area
AC Repair
Comments Type I over Type III
1270-D4 ARAGON DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
MALCOLM DR
AC Repair Area
AC Repair
Comments Type I Over Type III
Sluny Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
BONILLODR
0 ft2
0 ton
RODRIGO DR
0 ft2
0 ton
MATARODR
0 ft2
o ton
9 Residential
Crack Seal 1323 ft
9 Residential
Crack Seal 1377 ft
9 Residential
Crack Seal 700 ft
605ft 27ft 16335 ft2
490ft 27ft 13230 ft2
510ft 27ft 13770 ft2
250ft 28ft 7000 ft2
183! Page
1270-D4 MARRACODR LERIDADR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-D4 LORCADR LOGRONODR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1270-D4 CARTAGENA DR MALCOLM DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1270-D4 BONILLO DR LERIDA DR
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
MARRACOWY 9 Residential 520ft 27ft 14040 ft2
0 ft2 Crack Seal 1404 ft
0 ton
RODRIGO DR 9 Residential 540ft 28ft 15120 ft2
0 ft2 Crack Seal 1512 ft
0 ton
TARRAGONA DR 9 Residential 390ft 27ft 10530 ft2
100 ft2 Crack Seal 1053 ft
8 ton
LOGRONODR 9 Residential 780ft 27ft 21060 ft2
120 ft2 Crack Seal 2106 ft
10 ton
1841 Page
1270-D4 BONILLO DR MALCOLM DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-D4 LACO DR LORCADR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1270-D4 MARRACO WY MARRACO DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1270-D4 REVILLO DR MALCOLM DR
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502 -Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
TARRAGONA DR 9 Residential 345ft 27ft 9315 ft2
0 ft2 Crack Seal 932 ft
0 ton
ESTELLEST 9 Residential 171ft 27ft 4617 ft2
50 ft 2 Crack Seal 462 ft
1 ton
BONILLO DR 9 Residential 551ft 27ft 14877 ft2
0 ft2 Crack Seal 1488 ft
0 ton
ROLANDO BL 9 Residential 260ft 27ft 7020 ft2
Crack Seal 702 ft
1851 Page
1270-D4 MALCOLM DR REVILLO DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-D4 LORCADR LACO DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-D4 ESTELLE ST LACO DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1270-D4 ROLANDO BL MALCOLM DR
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
ARAGON DR 9 Residential 652ft 27ft 17604 ft2
0 ft2 Crack Seal 1760 ft
0 ton
ARENDO DR 9 Residential 515ft 28ft 14420 ft2
0 ft2 Crack Seal 1442 ft
0 ton
ARENDO DR 9 Residential 460ft 33ft 15180 ft2
0ft2 Crack Seal 1518 ft
0 ton
REVILLO DR 9 Collector 321ft 27ft 8667 ft2
0 ft2 Crack Seal 867 ft
0 ton
1861 Page
1270-D4 LERIDADR MARRACODR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-D4 BONILLODR TARRAGONA DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-D4 REVILLO DR LERIDADR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-D4 LORCADR BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
REVILLO DR 9 Residential 746ft 28ft 20888 ft2
0 ft2 Crack Seal 2089 ft
0 ton
LERIDADR 9 Residential 115ft 27ft 3105 ft2
0 ft2 Crack Seal 310 ft
0 ton
REVILLOWY 9 Residential 730ft 27ft 19710 ft2
Crack Seal 1971 ft
LACO DR 9 Residential 230ft 28ft 6440 ft2
0 ft2 Crack Seal 644 ft
o ton
1871 Page
1270-D4 TARRAGONA DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
RODRIGO DR
AC Repair Area
AC Repair
Comments Type I over Type III
1270-D4 ARENDO DR
Hump Removal
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
ESTELLEST
AC Repair Area
AC Repair
BONILLODR
0 ft 2
0 ton
ESTELLEST
9 Residential
Crack Seal 918 ft
9 Residential
Crack Seal 462 ft
Comments Type I Over Type III ..... DON'T OVERLAY INTERSECTION OF ESTELLE ST GJ 616.
1270-D4 CARTAGENA DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
TARRAGONA DR
AC Repair Area
AC Repair
Comments Type I over Type III
1270-D4 RODRIGO DR
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
LORCADR
AC Repair Area
AC Repair
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
RODRIGO DR
150
12
CARTAGENA DR
9 Residential
Crack Seal 1364 ft
9 Residential
Crack Seal 864 ft
340ft 27ft 9180 ft2
140ft 33ft 4620 ft2
505ft 27ft 13635 ft2
320ft 27ft 8640 ft2
188j Page
1270-D4 LORCA DR ARENDODR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-D4 CARTAGENA DR RODRIGO DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-D4 RODRIGO DR TARRAGONA DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1270-E3 67TH ST SHANNONAV
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
Slurry Seal Group 1502- Appendix D -Location List Volurpe 1 of2 (Rev. Dec. 2014)
AC Repair
LOGRONODR 9 Residential 302ft 28ft 8456 ft2
0 ft2 Crack Seal 846 ft
0 ton
END 9 Residential 320ft 27ft 8640 ft2
60 Crack Seal 864 ft
5
LORCADR 9 Residential 280ft 27ft 7560 ft2
0 ft2 Crack Seal 756 ft
0 ton
AMHERSTST 9 Residential 300ft 24ft 7200 ft2
0 ft2 Crack Seal 720 ft
0 ton
1891 Page
1270-E3 SHANNONAV 67TH ST
Hump Removal AC Repair Area
Inlet Marker AC Repair
:Inlet Protection
Traffic Loops @
Comments Type I
1270-E3 SOLITAAV LENORE DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1270-E3 SHANNONAV LENORE DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1270-E3 TOLEDO DR 67TH ST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
END 9 Residential 60ft 36ft 2160 ft2
0 ft2 Crack Seal 216 ft
0 ton
67TH ST 9 Residential 282ft 27ft 7614 ft2
0 ft2 Crack Seal 761 ft
0 ton
67THST 9 Residential 250ft 36ft 9000 ft2
0 ft2 Crack Seal 900 ft
0 ton
ALAMO DR 9 Residential 485ft 27ft 13095 ft2
0 ft2 Crack Seal 1310 ft
0 ton
190 I Page
1270-E3 LENORE DR SOLITAAV
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1270-E3 67TH ST SOLITAAV
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1270-E3 ALAMO DR PATRIADR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
1270-E3 PATRIA DR ALAMO DR
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
AC Repair
SHANNONAV 9 Residential 803ft 27ft 21681 ft2
0 ft2 Crack Seal 2168 ft
0 ton
ROSEFIELD DR 9 Residential 800ft 30ft 24000 ft2
50 Crack Seal 2400 ft
4
TOLEDO DR 9 Residential 545ft 27ft 14715 ft2
so ft2 Crack Seal 1472 ft
4 ton
67TH ST 9 Residential 481ft 32ft 15392 ft2
0 ft2 Crack Seal 1539 ft
0 ton
1911 Page
1270-E3 LENORE DR VALENCIA DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-E3 SOLITAAV VALENCIA DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1270-E3 67TH ST ROSEFIELD DR
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1270-E3 SOLITAAV 67TH ST
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
SOLITAAV 9 Residential 542ft 27ft 14634 ft2
0 ft2 Crack Seal 1463 ft
0 ton
LENORE DR 9 Residential 260ft 27ft 7020 ft2
0 ft2 Crack Seal 702 ft
0 ton
SHANNONAV 9 Residential 150ft 28ft 4200 ft2
0 ft2 Crack Seal 420 ft
0 ton
68TH ST 9 Residential 646ft 24ft 15504 ft2
0 ft2 Crack Seal 1550 ft
0 ton
1921 Page
1270-E3 68TH ST SOLITAAV
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1270-E4 ALAMO DR UNIVERSITY AV
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1270-E4 MATARODR ARAGON DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-E4 ALAMOWY ALAMO DR
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
AC Repair
ROSEFIELD DR 9 Residential 810ft 34ft 27540 ft2
0 ft2 Crack Seal 2754 ft
0 ton
MALCOLM DR 9 Residential 700ft 27ft 18900 ft2
150 ft2 Crack Seal 1890 ft
12 ton
PATRIADR 9 Residential 907ft 27ft 24489 ft2
0 ft2 Crack Seal 2449 ft
0 ton
CITY BOUNDARY 9 Residential 810ft 27ft 21870 ft2
0 ft2 Crack Seal 2187 ft
o ton
1931 Page
1270-E4 ALAMO DR ALAMOWY
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1270-E4 MALCOLM DR ARAGON DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1270-E4 VIGO DR ALAMO DR
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1270-E4 ALAMO DR MALCOLM DR
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
PATRIADR 9 Residential 750ft 27ft 20250 ft2
80 ft2 Crack Seal 2025 ft
6 ton
ALAMO DR 9 Residential 401ft 27ft 10827 ft2
0 ft2 Crack Seal 1083 ft
0 ton
CITY BOUNDARY 9 Residential 135ft 28ft 3780 ft2
0 ft2 Crack Seal 378 ft
0 ton
ALAMOWY 9 Residential 100ft 27ft 2700 ft2
60 ft2 Crack Seal 270 ft
5 ton
1941 Page
1270-E4 ARAGON DR UNIVERSITY AV
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I Over Type III
1289-E1 PAMOAV KALMIAST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments
1289-E1 LAURELST PAMOAV
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1289-E1 CAPITANAV KALMIAST
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
MALCOLM DR 9 Residential 448ft 28ft 12544 ft2
40 ft2 Crack Seal 1254 ft
3 ton
LAURELST 3 Residential Oft Oft 0 ft2
0 ft2 Crack Seal 0 ft
0 ton
32NDST 3 Residential 241ft 37ft 8917 ft2
0 ft2 Crack Seal 892 ft
0 ton
LAURELST 3 Residential 622ft 37ft 23014 ft2
0 ft2 Crack Seal 2301 ft
o ton
1951 Page
1289-E1 DULZURAAV KALMIAST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1289-E1 KALMIAPL 29TH ST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1289-E1 LAURELST 30TH ST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1289-E1 LAURELST DULZURAAV
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
LAURELST 3 Residential 505ft 37ft 18685 ft2
40 ft2 Crack Seal 1868 ft
3 ton
29THST 3 Residential 702ft 22ft 15444 ft2
400 ft2 Crack Seal 1544 ft
6 ton
SAN MARCOS AV 3 Residential 320ft 37ft 11840 ft2
0 ft2 Crack Seal 1184 ft
0 ton
PAMOAV 3 Residential 249ft 37ft 9213 ft2
0 ft2 Crack Seal 921 ft
0 ton
196! Page
1290-02 KLAUBERAV 65TH ST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1290-02 KLAUBERAV WREN ST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1290-E2 KLAUBERAV SPARROWST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1330-C6 KAANAPAUWY BEYER BL
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volume I of2 (Rev. Dec. 2014)
WRENST 4 Collector 300ft 20ft 6000 ft2
0 ft2 Crack Seal 600 ft
0 ton
SPARROWST 4 Collector 530ft 20ft 10600 ft2
Crack Seal 1060 ft
BITTERN ST 4 Collector 360ft 20ft 7200 ft2
0 ft2 Crack Seal 720 ft
0 ton
MOLOKAIWY 8 Residential 160ft 33ft 5280 ft2
0 ft2 Crack Seal 528 ft
o ton
1971 Page
1330-C6 KAANAPALI WY MOLOKAIWY
Hump Removal AC Repair Area
Inlet Marker 0 ea AC Repair
Inlet Protection 0 ea
Traffic Loops @
Comments Type I over Type III
1330-C6 BINDAYWY SUBOLCT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1330-C6 AGNOCT BINDAYWY
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I Over Type III
1330-C6 CAGAYANAV LANAO LN
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
MAKAHAWY 8 Residential 490ft 33ft 16170 ft2
OfF Crack Seal 1617 ft
0 ton
AGNO CT 8 Residential 200ft 29ft 5800 ft2
0 ft2 Crack Seal 580ft
0 ton
END 8 Residential 400ft 27ft 10800 ft2
0 ft2 Crack Seal 1080 ft
0 ton
BINDAYWY 8 Residential 201ft 37ft 7437 ft2
0 ft2 Crack Seal 744 ft
0 ton
1981 Page
·-.::;;;..~>.~--~•·•= .. ···"-·~··==~"'~·AA=··==-wwmmm=•==•·--~~~-=-==m=~=-=-~~.,--=. =-==·=-==--=-•===~·"'"====~~==-·=·-=·•===-=··""=· =· -=-=·=·-=--=•~-=--=·"'=·=··=---=--~-=---=-~--===========~~=~~~~-~~~~~
1330-C6 SUBOLCT BINDAYWY
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1330-C6 BINDAYWY AGNO CT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1330-C6 CAGAYANAV BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1330-C6 MOLOKAIWY KAANAPALI WY
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
END 8 Residential 265ft 27ft 7155 ft2
0 ft2 Crack Seal 716 ft
0 ton
CAGAYANAV 8 Residential 275ft 29ft 7975 ft2
100 ft2 Crack Seal 798 ft
8 ton
LANAO LN 8 Residential 105ft 37ft 3885 ft2
0 ft2 Crack Seal 388ft
0 ton
MAKAHAWY 8 Residential 452ft 33ft 14916 ft2
80 ft2 Crack Seal 1492 ft
1 ton
1991 Page
1330-C7 MINDANAOWY CAGAYANAV
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1330-C7 LUNGOSCT MINDANAOWY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1330-C7 MOLOKAIWY MAKAHAWY
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1330-C7 CAGAYANAV MINDANAOWY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Commen1ts Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
LUNGOSCT 8 Residential 320ft 29ft 9280 ft2
0 ft2 Crack Seal 928 ft
0 ton
END 8 Residential 531ft 29ft 15399 ft2
0 ft2 Crack Seal 1540 ft
0 ton
LEILANIWY 8 Residential 511ft 33ft 16863 ft2
80 ft2 Crack Seal 1686 ft
1 ton
BEYER BL 8 Residential 560ft 37ft 20720 ft2
0 ft2 Crack Seal 2072 ft
0 ton
200 I Page
1330-C7 CAGAYANAV BINDAYWY
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1330-C7 LANAO LN CAGAYANAV
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1330-C7 LANAO LN LUNGOSCT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1330-C7 LUNGOS CT LANAO LN
Hump Removal AC Repair Area
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
MINDANAOWY 8 Residential 182ft 37ft 6734 ft2
0 ft2 Crack Seal 673 ft
0 ton
LUNGOSCT 8 Residential 401ft 28ft 11228 ft2
0 ft2 Crack Seal 1123 ft
0 ton
PALM (SB) AV 8 Residential 170ft 28ft 4760 ft2
0 ft2 Crack Seal 476ft
0 ton
MINDANAOWY 8 Residential 221ft 29ft 6409 ft2
0 ft 2 Crack Seal 641 ft
0 ton
2011 Page
1330-C7 LEILANIWY MOLOKAIWY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1330-06 MABUHAYWY KAANAPALI WY
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1330-06 MAKAHAWY KAANAPALI WY
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1330-06 POIPUWY MABUHAYWY
Hump Removal AC Repair Area
Inlet Marker 2 ea AC Repair
Inlet Protection 2 ea
Traffic Loops @
Commen1ts Type I
Slurry Seal Group 1502 -Appendix D -Location List Vohune 1 of2 (Rev. Dec. 2014)
POIPUWY 8 Residential 251ft 33ft 8283 ft2
0 ft2 Crack Seal 828 ft
0 ton
POIPUWY 8 Residential 201ft 33ft 6633 ft2
0 ft2 Crack Seal 663ft
0 ton
MOLOKAIWY 8 Residential 730ft 29ft 21170 ft2
0 ft2 Crack Seal 2117 ft
0 ton
LEILANIWY 8 Residential 1206 ft 28ft 33768 ft2
0 ft2 Crack Seal 3377 ft
0 ton
2021 Page
1330-06 WAILEAWY MABUHAYWY
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1330-06 KAANAPAUWY MAKAHAWY
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1330-06 MABUHAYWY POIPUWY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1330-07 KAPALUACT WAILEA WY
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
KAPALUACT 8 Residential 430ft 33ft 14190 ft2
0 ft2 Crack Seal 1419 ft
0 ton
MABUHAYWY 8 Residential 610ft 33ft 20130 ft2
0 ft2 Crack Seal 2013 ft.
0 ton
WAILEAWY 8 Residential 232ft 33ft 7656 ft2
0 ft2 Crack Seal 766 ft
0 ton
END 8 Residential 210ft 28ft 5880 ft2
0 ft2 Crack Seal 588 ft
0 ton
2031 Page
1330-07 LEILANIWY POIPUWY
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1330-07 MABUHAYWY WAILEAWY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1330-07 WAILEA WY LEILANIWY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1330-07 LEILANIWY WAILEA WY
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Commen1ts Type I over Type III
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
WAILEAWY 8 Residential 222ft 33ft 7326 ft2
0 ft2 Crack Seal 733 ft
0 ton
LEILANIWY 8 Residential 465ft 33ft 15345 ft2
60 ft2 Crack Seal 1534 ft
1 ton
PALM (SB) AV 8 Residential 159ft 33ft 5247 ft2
0 ft2 Crack Seal 525 ft
0 ton
MABUHAYWY 8 Residential 502ft 33ft 16566 ft2
0 ft2 Crack Seal 1657 ft
0 ton
2041 Page
1330-F6 RIOSAV CITY BOUNDARY
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1330-J6 SEA HOLLYCT TOPSIDE LN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1330-J6 TOPSIDE LN DENNERYRD
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1331-A6 WHALERSCT QUARTERDECK LN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
END 8 Residential 720ft 27ft 19440 ft2
0 ft2 Crack Seal 1944 ft
0 ton
END 8 Residential 152ft 27ft 4104 ft2
0 ft2 Crack Seal 410ft
0 ton
SEA HOLLYCT 8 Residential 445ft 27ft 12015 ft2
0 ft2 Crack Seal 1202 ft
0 ton
END 8 Residential 251ft 27ft 6777 ft2
0 ft2 Crack Seal 678 ft
0 ton
2051 Page
1331-A6 QUARTERDECK LN SEA COVE PT
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1331-A6 SEACOVIE PT QUARTERDECK LN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1331-A6 TOPSIDE LN SEA HOLLYCT
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1331-A6 TOPSAIL DR DENNERYRD
Hump Removal AC Repair Area
Inlet Marker 2 ea AC Repair
Inlet Protection 2 ea
Traffic Loops @
Commen1l:s Type I
Slurry Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
WHALERSCT 8 Residential 192ft 27ft 5184 ft2
0 ft2 Crack Seal 518 ft
0 ton
END 8 Residential 141ft 27ft 3807 ft2
0 ft2 Crack Seal 381 ft
0 ton
QUARTERDECK LN 8 Residential 500ft 27ft 13500 ft2.
0 ft2 Crack Seal 1350 ft
0 ton
QUARTERDECK LN 8 Residential 1590 ft 27ft 42930 ft2
0 ft2 Crack Seal 4293 ft
0 ton
2061 Page
1331-A6 QUARTERDECK LN WHALERSCT
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1331-A6 QUARTERDECK LN BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1331-A6 QUARTERDECK LN TOPSIDE LN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1350-C3 INTERNATIONAL RD ORO VISTA RD
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Sluny Seal Group 1502- Appendix D- Location List Volwne 1 of2 (Rev. Dec. 2014)
TOPSAIL DR 8 Residential 280ft 27ft 7560 ft2
0 ft2 Crack Seal 756ft
0 ton
TOPSIDE LN 8 Residential 100ft 27ft 2700 ft2
0 ft2 Crack Seal 270 ft
0 ton
SEA COVE PT 8 Residential 262ft 27ft 7074 ft2
0 ft2 Crack Seal 707 ft
0 ton
PIKAKE ST 8 Prime 260ft 37ft 9620 ft2
0 ft2 Crack Seal 962 ft
0 ton
2071 Page
1350-C3 INTERNATIONAL RD PIKAKE ST
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1350-C3 WARDLOWCT WARDLOWAV
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1350-C3 INTERNATIONAL RD DALISAYST
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I over Type III
1350-E2 VIA ENCANTADORAS BOCA DEL TULE
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
Sluny Seal Group 1502- Appendix D- Location List Volume 1 of2 (Rev. Dec. 2014)
DAUSAYST 8 Prime 240ft 36ft
0 fF Crack Seal 864 ft
0 ton
END 8 Residential 180ft 27ft
0 ft2 Crack Seal 486 ft
0 ton
WARDLOWAV 8 Prime 240ft 36ft
0 ft2 Crack Seal 864 ft
0 ton
TEQUILA WY 8 Residential 1003 ft 33ft
Crack Seal 3310 ft
0 ton
~« ........ 4 .-.......... -AA·••·--•·•==·· • • .. mm.< .. ,=-·=-~~=-=·-=···=·==• =··-==--=···=-=·-=--=--··=···=--··=··=-···=··•=··=····=·•·=·=•·~·=· .~ .. =· =···=·· •=···=· -~~~~=····=·-··=·-~-··=-··=··=····=···~ .. ·=·=·· ~-~ .. ~~~~~~~~~~~~·
8640 ft2
4860 ft2
8640 ft2
33099 ft2
2081 Page
1350-E3 ISLA DEL ISLA DE LA GAIT A CAMPANERO
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1350-E3 ISLA DE LA GAIT A ISLA DEL CAMPANERO
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
1350-E3 VISTA (SB} LN ISLA DE LA GAIT A
Hump Removal AC Repair Area
Inlet Marker 1 ea AC Repair
Inlet Protection 1 ea
Traffic Loops@
Comments Type I
1350-E3 VIA LAS TONADAS CTE LAS TONADAS
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
Slurry Seal Group 1502- AppendixD- Location List Volume 1 of2 (Rev. Dec. 2014)
VISTA (SB) LN 8 Residential 551ft 33ft 18183 ft2
Crack Seal 1818 ft
0 ton
VISTA (SB) LN 8 Residential 920ft 33ft 30360 ft2
120 ft2 Crack Seal 3036 ft
2 ton
ISLA DEL CAMPANERO 8 Prime 240ft 36ft 8640 ft2
Crack Seal 864 ft
VISTA (SB) LN 8 Residential 241ft 27ft 6507 ft2
Crack Seal 651 ft
2091 Page
1350-E3 VISTA (SB) LN ISLA DEL CAMPANERO
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1350-E3 VISTA (SB) LN DAIRY MART RD
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I
1350-E3 VIA LAS TONADAS BEGIN
Hump Removal AC Repair Area
Inlet Marker AC Repair
Inlet Protection
Traffic Loops @
Comments Type I over Type III
1350-E3 PEACEFULCT BEGIN
Hump Removal AC Repair Area
Inlet Marker 1 ea
Inlet Protection 1 ea
Traffic Loops @
Comments Type I
Sluny Seal Group 1502 -Appendix D -Location List Volume 1 of2 (Rev. Dec. 2014)
AC Repair
VIA ENCANTADORAS 8 Prime 260ft 36ft 9360 ft2
Crack Seal 936 ft
ISLA DE LA GAIT A 8 Prime 180ft 36ft 6480 ft2
Crack Seal 648 ft
CTE LAS TONADAS 8 Residential 204ft 27ft 5508 ft2
Crack Seal 551 ft
VISTA (SB) LN 8 Prime 192ft 36ft 6912 ft2
0 ft2 Crack Seal 691 ft
0 ton
210 I Page
1350-E3 CTE LAS TONADAS
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
VIA LAS TONADAS
AC Repair Area
AC Repair
Comments Type I over Type III
1350-E3 VISTA (SB) LN
Hump Removal
Inlet Marker
Inlet Protection
Traffic Loops @
Comments Type I
VIA ENCANTADORAS
AC Repair Area
AC Repair
Total Number of locations: 545
Slun:y Seal Group 1502- Appendix D- Location List Volwne 1 of2 (Rev. Dec. 2014)
END 8 Residential 215ft 27ft 5805 ft2
Crack Seal 580 ft
VIA DEL TANIDO 8 Prime 305ft 36ft 10980 ft2
Crack Seal 1098 ft
2111 Page
ATTACHMENT F
INTENTIONALLY LEFT BLANK
Slurry Seal Group 1502 Attachment F- Intentionally Left Blank Volume 1 of2 (Rev. Nov. 2013)
212/ Page
City of San Diego CITY CONTACT: Damian Singleton - Contract Specialist, Email: DSingleton@sandiego.gov
Phone No. (619) 533-3482, Fax No. (619) 533-3633
ADDENDUM "A"
FOR
SLURRY SEAL GROUP 1502
BID NO.: __________ ....=l~(~....!c1-"'-5--"'-1-"'-31~3~-D~B~B~-.;;:..3 ________ _
SAP NO. (WBS/IO/CC): _____ --=2~1 0"-"'0-=-34""""9-"-9 __________ _
CLIENT DEPARTMENT: _____ ~2~1-!o..16~------------
COUNCIL DISTRICT: ______ ---'C"""I'""'-T-"-Y--'-'W'-'!ciD=E=-------------
PROJECT TYPE: _______ ----'I=D"---'/--"'I"'-I ------------
March 11, 2015
BID DUE DATE:
2:00PM MARCH 19,2015
CITY OF SAN DIEGO PUBLIC WORKS CONTRACTS
1010 SECOND A VENUE, 14t11 FLOOR, MS 614C SAN DIEGO, CA 92101
ADDENDUM "A" Slurry Seal Group 1502
Page 1 of7
ENGINEER OF WORK
The engineering Specifications and Special Provisions contained herein have been prepared by or under the direction of the following Registered Engineer:
March II, 2015 ADDENDUM "A" Page 2 of7 Slurry Sect! Group 1502
A. CHANGES TO CONTRACT DOCUMENTS
The following changes to the Contract Documents are hereby made effective as though originally issued with the bid package. Bidders are reminded that all previous requirements to this solicitation remain in full force and effect.
B. VOLUME 1
1. To Attachment E, Supplementary Special Provision Appendices, ADD Appendix E, Typical Continental Crosswalk Markings, pages 4 through 7 of this Addendum.
James Nagelvoort, Director Public Works Department
Dated: March 11, 2015 San Diego, California
JN/BD/Lad
March 11, 2015 Slurry Seal Group 1502
ADDENDUM "A" Page 3 of7
JYPICAL CONTINENTAL CHOSSWA~K MARKINGS
2' 3'
ll"*- l r. ;j_llllll~ r
SINGLE RAMP CORNER
MIN 12'' I .; RAMP TYP.
\: LI~INE AT CONTROLLED CROSSINGS
DUAL RAMP CORNER
MIN ·12" ~~~ -----J:·r\
''''1"'1"'1'\ FLARE TYP. FLARE TYP.
\
CENTER OF CURB RAMP .. . ..~;1 >---~-~-----~EG'~
· · · · · · CONSTRUCTION LINE :::::-:: CURB & GUTTER lilillilllillll CROSSWALK BAR (24" WIDE)
GENERAL NOTES: 'L ALL MARKED CROSSWALKS SHALL HAVE CONTINENTAL MARKINGS UNLESS APPROVED OTHERWISE. 2. MARKED CROSSWALK LOCATIONS CONSISTING OF BRICK PAVERS OR OHiER DECORATIVE PAVING SHALL
BE PROVIDED WITH A LIMIT LINE ONLY. 3. SIGNALIZED INTERSECTIONS SHALL BE PROVIDED WITH A MARI<ED CROSSWALK ACROSS EACH LEG WHERE
PEDESTRIANS ARE PERMITTED TO CROSS. 4, CONTINENTAL CROSSWALK MARI<JNGS SHALL BE ALIGNED PARALLEL TO THE DIRECTION OF VEHICULAR
TRAVEL. . 5. LIMIT LINES SHALL BE INSTALLED A MINIMUM OF 4 FEET IN ADVANCE OF MARKED CROSSWALKS FOR
THE APPROACH LANES AT ALL CONTROLLED CROSSIN'GS. 6, MARKED CROSSWALKS SHOULD BE A MINIMUM OF iO FEET IN WIDTH. PLACEMENT OF CONTINENTAL
CROSSWALKS SHALL COMPLY WITH ACCESSIBILITY REGULATIONS PER THE MOST RECENT VERSION OF AMERICANS WITH DISABILITIES ACT (ADA) STANDARDS.
7, THE CROSSWALK BETWEEN A DUAL RAMP CORNER AND A SINGLE RAMP CORNER SHALL BE AT LEAST iO FEET WIDE AND SATISFY THE MINIMUM OF 2 FEET BEYOND THE FLARE REQUIREMENT FOR THE SINGLE RAMP.
8. CONTINENTAL CHOSSWALK BARS SHALL BE UNIFORM WITHIN THE SAME CROSSING. NO PARTIAL BARS SHALL BE INSTALLED.
9. A CFlOSSWALK BAR SHALL BE CENTERED IN THE CENTER OF THE CROSSING. ·10. CROSSWALK MARKINGS SHALL BE CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES
(CA-MUTCD) RE;TROREFLECTIVITY COMPLlANT AND SI<ID RESISTANT.
CITY OF SAN DIEGO - STANDARD DRAWING
EHRET 1 OF 3
215/201& OAT'
CONTINENTAL CROSSWALK MARKJNGS LAYOUT AND NOTES DRAWING
NUMBER SDM·116
March 11, 2015 ADDENDUM "A" Slurry Seal Group 1502
ADDENDUM "A" Page 5 of7
----·-··---··--------·
CASE 1- SINGLE RAMP ORTHOGONAL CASE 2 - SINGLE RAMP SKEWED
I I
I I
I
J I I
~~/ 111111111 \~~ - -- - - ~ - -
-- - - - .::;.o---- - --.-. -----~ _;:.·r~-~~~--- - =t:"""'~ ~ - -3 - -- -- - - ... ...._ - -- .- -- -~ - -........... ~ ~~
=:3 = £ _______ _ ::,.
"\J 11111111// ,.:.--) 11111111 ~&' I
1 r I I
I I I I
I I I I
1 I I I I
I I I I
I I I • ., I I I
CASE 3 - DUAL RAMP ORTHOGO!'::!A~ CASE 4 - DUAL RAMP . SKEWED
I ' I
I I
I I
f1EV!$10N tlY APPHOVED OAtE
011101NAL JF J. NAOELVOOAT 02/15
---LEGEND · · · · · · CONSTRUCTION LINE =:::: CURB & GUTIER
----
!lillllllli!'!l CROSSWAU< BAR (24" WIDE)
CITY OF SAN DIEGO - STANDARD DRAWING
CONTINENTAL CROSSWALK MARKINGS LAYOUT AND NOTES
I
I I
• I
DRAWING
NUMBEii
==c--- -------
SHEET 2 OF 3
SDM-116
~~M~a-rc~h~J~.1~,2~~0715~A~D~D~E~N~D~U~M~"~A~"---------J~\DnnnE~N~IDrrumr~'---------------------~rnw~~~~
Slurry Seal Group 1502
.------------------------------·----------------------------------------------------~
CASE 5 - DUAL AND SINGLE RAMP ORTHOGONAL
---- -------.- -""""'----- -- --- -_---_--_---_-~\ 1111111 /~~-------~-
!;~ I ! : ~
CASE 6 - DUAL AND SINGLE RAMP SKEWED
----]-_~~ _~ ----~,11111111 / -.---=~·--
I I LEGEND I · · · · · · CONSTRUCTION LINE I I ==:: CURB & GUTIER I ~ CROSSWALI< BAR (24" WIDE)
AEVISION BY APPROVED DATE
ORIGINAL JF J. NAGELVOORT 02/15
March 11, 2015 ADDENDUM "A" Slurry Seal Group 1502
I • I
CITY OF SAN DIEGO - STANDARD DRAWING
CONTINENTAL CROSSWALK MARKINGS LAYOUT AND NOTES DRAWING
NUMBeR
SHEET 3 OF 3
SDM-116
Page 7 of 7
CITY CONTACT: Damian Singleton- Contract Specialist, Email: DSingleton(@sandiego.rwv Phone No. (619) 533-3482. Fax No. (619) 533-3633 A.Erikat IRTaleghani,LaD
CONTRACT DOCUMENTS
FOR
SLURRY SEAL GROUP 1502
VOLUME20F2
BID NO. : ________ -:--_""""l=(-"-1"""'5-"-1=3=13~~D=B=B=--"'3 ________ _ SAP NO. (WBS/IO/CC): _____ --=2-"-1 0~0=34-'-'9::..::.9 __________ _
CLIENT DEPARTMENT: _____ ...:2=1;...:o..1.:;:_6 -------------COUNCIL DISTRICT: ______ _;:;C=IT;:;...;Y;:;...;WI~D=E;:__ __________ _ PROJECTTYPE: ________ ID~/~I~I ___________ ___
THIS CONTRACT IS SUBJECT TO THE FOLLOWING:
);- THE CITY'S SUBCONTRACTING PARTICIPATION REQUIREMENTS FOR SLBE PROGRAM.
);- PREVAILING WAGE RATES: STATE IZJ FEDERAL 0 > APPRENTICESHIP
> THIS IS A PROP. 42 REPLACEMENT FUNDED CONTRACT THROUGH THE STATE CONTROLLERS OFFICE.
~; !,"~--~;,;~·~,-~"c:;_;tiils i3imoOOEt:t1tJ-tmi<JNfE:Nlli ~Qfi31fsiNI3Niii3m.EJi[~r1sn8 E'IN-itl&li1fiiY ~:-::r~ ~ ~'· -~- ·.: ': ;;c:~: .-~,;.:tjt\_iiif!iE'R1ri€f~@EtiNi'EJi tJ{)MER RAGE -¥0Rfffirvt_E;·o·~j~:'~tniif~~@~~~row:-.~- ~ '/~. -~-~--~ _ '- > < ~ --• -• • - -'"-- i <" ' .-r O ,.-,_. _, - ~ ~,~ - r - < o < ~· "" ~- ~- ~ T- • ~ ~ ,- , , "--" ' J-~ < ~
TABLE OF CONTENTS DESCRIPTION PAGE NUMBER
Volume 2 - Bidding Documents
The follo\:ving fonns must be completed in their entirety and submitted Yvith the Bid. Include the form(s) even if the information does not apply. Where the infonnation does not apply write inN/A. Failure to include any of the fonns may cause the Bid to be deemed non-responsiYe. If you are m1certain or have any questions about any required infonnation, contact the City no later than 14 days prior to Bid due date.
1. Bid/Proposal. .................................................................................................................................... 3
2. Bid Bond .......................................................................................................................................... 6 3. Non-Collusion Affidavit to be executed by Bidder and Submitted with Bid under 23 USC 112
and PCC 7106 .................................................................................................................................. 7 4. Contractors Certification of Pending Actions .................................................................................. 8 5. Equal Benefits Ordinance Certification of Compliance ................................................................... 9
6. Proposal (Bid) ................................................................................................................................ 10 7. Form AA35 -List of Subcontractors ............................................................................................. 14 8. Fonn AA40 -Named Equipment/Material Supplier List .............................................................. 15
Slmry Seal Group 1502 Table of Contents Volume 2 of2 (Rev. Oct. 2014)
21 Page
BIDDING DOCUMENTS
PROPOSAL
Bidder's Gener·al Information
To the City of San Diego:
Pursuant to "Notice Inviting Bids", specifications, and requirements on file with the City Clerk, and subject to all provisions of the Charter and Ordinances of the City of San Diego and applicable laws and regulations of the United States and the State of Califomia, the undersigned hereby proposes to fumish to the City of San Diego, complete at the prices stated herein, the items or services hereinafter mentioned. The undersigned further warrants that this bid is not made in the interest of, or on behalf of, any undisclosed person, part11ership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or shmn bid, and has not directly or indirectly c.olluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
The undersigned bidder(s) further warrants that bidder(s) has thoroughly examined and understands the entire Contract Documents (plans and specifications) m1d the Bidding Docmnents therefore, and that by submitting said Bidding Documents as its bid proposal, bidder(s) acknowledges and is bound by the entire Contract Documents, including any addenda issued thereto, as such Contract Documents incon.._Jorated by reference in the Bidding Documents.
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(1) Name under which business is conducted. ___________________ _
(2) Signature (Given and surname) ofproprietor __________________ _
(3) Place of Business (Street & Number)-------------------
( 4) City and State--------------------Zip Code--~
(5) Telephone No.------------ Facsimile No. _______ _
(6) Email Address--------------------------
Slurry Seal Group 1502 Bid I Proposal Volume 2 of2 (Rev. Oct. 2014)
31 Page
BIDDING DOCUMENTS
IF A PARTNERSHIP, SIGN HERE:
(1) Name under which business is conducted------------------
(2) Name of each member of partnership, indicate character of each partner, general or special (limited):
(3) Signature (Note: Signature must be made by a general partner)
Full Name and Character ofpart11er
( 4) Place of Business (Street & Number)-------------------
(5) City and State-----------------Zip Code _____ _
(6) Telephone No.------------ Facsimile No.----------
(7) Email Address-------------------·-------
IF A CORPORATION, SIGN HERE:
(1) Name tmder '"' hich business is conducted ---"~...;;..<..;71/l-'-'e.:...f"......:~.=::::ht""-'-'Y>---8.ntt~!S':7'A~ia~J:..:.......;.:-'-;J--'.,%:::...:;;..:t)::....:A'-"~">' .. ""· .:;..h_PI_.;_:r.::........_
(Title of Officer) (Impress Corporate Seal Here)
(3) T. d d 1 1 f 1 S f c !,•!_,.,·~. ulcorporate un er t 1e aws o · t 1e tate o · __ ..,.l,&={j~fi..u..:...:• ~:..:..:...:·~::.L--------·
Slurry Seal Group 1502 Bid I Proposal Volume 2 of 2 (Rev. Oct. 2014)
4[ Page
BIDDING DOCUMENTS
(4) Place of Business (Street & Number) /f'f/~6 .faJJ" /J?Q ,/y~WG (5) City and State r:j~~Q~ C £ Zip Code 9,f.?5P , (6) Telephone No. &~/ 1/J'?--91 ?tf Facsimile No.rYtJ&/ ~;l.-t9 :/.?J
(7) Email Address lv/e..1 eqmtYJ'tt:Mt:lf~k/,1 J. £()11? \7 ,
THE FOLLOWING SECTIONS MUST BE FILLED IN BY ALL PROPOSERS:
In accordance 'vith the "NOTICE INVITING BIDS", the bidder holds a California State Contractor's license for the following classification(s) to peliorm the work desctibed in these specifications:
LICENSE CLASSIFICATION ___ ~~-=------------------LICENSE NO. "/8 f',9/9 EXPIRES
This license classification must also be shown on the front of the bid envelope. Failure to show license classification on the bid envelope may cause return of the bid unopened.
TAX IDENTIFICATION NUMBER (TIN):
Email Address: ~WeS €4mef"iC4¥1CI.I/k/!.!lJIJ!I. cOP?
THIS PROPOSAL MUST BE NOTARIZED BELOW:
I certify, under penalty of pe:t:jury, that the representations made herein regarding my State Contractor's license number, classification and expiration date are true and cotrect.
Signature. __ 7.,.~~_:.__r;~-------- Title ____,n~'..!:'ti~e__:,_,!Jta='--=-~:._t_YJ_I-__ _
I cr+..h- m , " SUBSCRIBED AND SWORN TO BEFORE ME, THIS _ _. _ _,.o__:_'--- DAY OF 1'/C..Ccb , o-D[').
Slurry Seal Group 1 Bid I Proposal Volume 2 of 2 (Rev. Oct. 2014)
--'="-'-.LO...:::.!..-:-'-=~c:...w."""--' State of C>..J i b ( n i cv
51 Page
SIDDING DOCUMENTS
lHD BOND
KNOW ALL MEN BY THESE l?RESENTS,
Tht.~t .____;.A..:.:.m:.:..:e:..:.c.ri.:....:ca.;,;.:n-'-A"-Jsp"-h...;.al-'-t S_o_u_th""", _ln_c·-----~-----------a:s Principal, and ___ Th_e_G_u_ar_a_nt_ee_c_o_m_p_an_y.._o_f N_o_rt_h_A_m_en_·c_a ~U~SA _____________ as Surety, ru·c held and firrn.l.y bound unto The City of San Diego herei.na:ftor called "OWNER,1
' in the sum of~ OF THE TQJ'AL BID AMOUNT for the paymenL of which ~UlJl, well and tmly to be made, WeJ
bind oursi;ilvos, our heir$~ cx!!!cutors, administrators, stlCCI,;\SSOl's,. and assigns, jointly ;md scv1:.1rally, tirmly by these presents.
WHEREAS, sai.ct Principal ha$ $11bm.itted a .B.id to said OWNER to per±bnn the WORK r:-equired under the bidding schedule(s) of tho OWNER's Contract .Documents ontitk:d
Slurry Seal Group 1502
NOW THEREFORE, if said Pti.ncipal is awarded "'· contract by said OWNER and. within the dmc;: and in tho manner required in the "Noti.ce Inviting Bid$'' ¢1J.ters J.nto a written Agreement on the fonn of agreement bound with said Contracl Documents, furnishes the .required certificates of l:nsunmce, and furnishes the required Perfonnancc Bond M.d Payment Bond, tl1.en this obligation shaH be null and void, oilie:rwise it shall rcm(ti)l J.1J. full forc.e and cffoct, In the event suit is brought upon this bo:n.d by s<~id 0\VNER a11.d O'VtNER preva.ils, s~id Surety shall pay all costs incurred by said OWNER in. st1ch suit. including a reasonable o.ttomey's fcc lobe :fix~d. by the court.
SIGNED AND SEALED, this _ __:::6~~-~--- day of March zo 15 ·~
The Guarantee Company of
_,_A~m.l:<e""ric""'a,..n A""'s'""'p""'ha""'lt-=S..;:,ou;;.;;th~1 -l n~c·----~ (SEAL) North America USA _,(SEAL) (Principal) (Surdy)
By: -&4'-641if4<:;.u;.:::~:.=..J~~=~(Sigaa.tu re)
th Collodi, Attorney-in-Fact
(SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY)
Slut't'y S~,;al Gmup 1.502 Bid Bond Vo 1 ume 2 nO. (Rev. Oct. 2.0 J 4)
r. I Page
ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California County of Butte
On March 6, 2015 before me, Derek Gould, Notary Public
(insert name and title of the officer)
personally appeared~E~I~iz~a~be~t~h~C~o~l~lo~d~i~~~~~~~~~~~~~~~~~~~ who proved to me on the basis of satisfactory evidence to be the person(s:) whose name(:s) is/:l!IX!lf subscribed to the within instrument and acknowledged to me that are/she/~ executed the same in
:ID4:s/her/:tbaix authorized capacity(m), and that by mher/mlC signature(s:) on the instrument the person(.s), or the entity upon behalf of which the person(11) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature .1}::;;;/:1 (Seal)
THE GUARANTEE'M
The Guarantee Company of North America USA Southfield, Michigan
POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint
Barbara Midstokke, Renee Ramsey, Richard W. Pratt, John Hopkins, Elizabeth Collodi, Susan Lee, Barbara Beeny, Nancy Luttenbacher, Phillip 0. Watkins, Keith T. Schuler, Melissa D. Diaz, Shawna Johnson, Patricia M. Simas
lnterwest Insurance Services, Inc.
its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise.
The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office.
The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31'1 day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority:
1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and
2. To revoke, at any time, any such Attorney-In-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given
to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. II is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond.
4. In connection with obligations in favor of the Kentucky Department of Highways only, II is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the CommissionerDepartment of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt:
RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012.
THE GUARANTEE COMPANY OF NORTH AMERICA USA
STATE OF MICHIGAN County of Oakland
Stephen C. Ruschak, Sr. Vice President, COO Randall Musselman, Secretary
On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of
Cynthia A. Taka/ Notary Public, State of Michigan
County of Oakland My Commission Expires February 27, 2018
Acting in Oakland County
IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written.
I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect.
IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 6 day of March 2015
Randall Musselman, Secretary
BIDDING DOCUMENTS
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED 'VITH BID UNDER 23 UNITED STATES CODE 112 AND
PUBLIC CONTRACT CODE 7106 State of Califomia · )
) ss.
County of Sm f3ertXJrr:l;wo ) ______ --lllf_""-loe~.frL-LiC-L~:::::.~Lo/1-J----------' being first duly sworn, deposes and
says that he or she is 0 ce :4eJ ldel1f of the party making the foregoing
bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham;
that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or
sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder
or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not
in any mmmer, directly or indirectly, sought by agreement, communication, or conference with
anyone to fix the bid price of the bidder or any other bidder; or to fix any overhead, profit, or cost
element of the bid price, or of that of any other bidder, or to secure any advantage against the public
body awarding the contract of anyone interested in the proposed contract; that all statements
contained in the bid are ime; and further, that the bidder has not, directly or indirectly, submitted his
or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data
relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to m1y member or agent thereof to e:ffect1mte a collusive
or sham bid.
Signed:_.,~F--~~----/
Title: -----=~-'..::..:h!o<:..--:~Jk!.-=-=-.:....::; c/c~evJ~f _________ _
Slurry Seal Group 1502 Non-collusion Affidavit Volume 2 of2 (Rev. Oct. 2014)
(SEAL)
r;;W#A~~;;, ; · COMM. # 2031882 z ~ NOTAf~Y PUBLIC ~CALIFORNIA :S:
SAN BERNARDINO COUNTY ... My Comm. Expires June 30,2017
,20JS'
71 Page
BIDDING DOCUMENTS
CONTRACTORS CERTIFICATION OF PENDING ACTIONS
As part of its bid or proposal (Non-Price Proposal in the case of Design-Build contracts), the Bidder shall provide to the City a list of all instances within the past 10 years where a complaint was filed or pending against the Bidder in a legal or administrative proceeding alleging that Bidder discriminated against its employees, subcontractors, vendors or suppliers, and a description of the status or resolution of that complaint, including any remedial action taken.
CHECK ONE BOX ONLY.
'J81 The undersigned certifies that within the past 10 years the Bidder has NOT been the subject of a complaint or pending action in a legal administrative proceeding alleging that Bidder discriminated against its employees, subcontractors, vendors or suppliers.
0 The undersigned certifies that within the past 10 years the Bidder has been the subject of a complaint or pending action in a legal administrative proceeding alleging that Bidder discriminated against its employees, subcontractors, vendors or suppliers. A description of the status or resolution of that complaint, including any remedial action taken and the applicable dates is as follo·ws:
Certified By Title ---L.n~~c,~,'-'A~'feJ.~i=~=-=~-=J-
Date 14rcl 18~1 ,1/J/5
USE ADDITIONAL FORMS AS NECESSARY
Sluny Seal Group 1502 Contractors Certification of Pending Actions Volume 2 of2 (Rev. Oct. 2014)
8 I Page
BIDDING DOCUMENTS
EQUAL BENEFITS ORDINANCE CERTIFICATION OF COMPLIANCE
For additional information, contact:
CITY OF SAN DIEGO EQUAL BENEFITS PROGRAM
202 C Street, MS 9A, San Diego, CA 92101 Phone (619) 533-3948 Fax (619) 533-3220
TI1e Equal Benefits Ordinance [EBO] requires the City to enter into contracts only with contractors who certify they will provide and maintain equal benefits as defined in SDMC §22.4302 for tl1e duration of the contract. To comply:
1111 Contractor shall offer equal benefits to employees with spouses and employees with domestic partners.
• Benefits include health, dental, vision insurance; pension/40 1 (k) plans; bereavement, family, parental leave; discOtmts, child care; travel/relocation expenses; employee assistance programs; credit 1mion membership; or any other benefit.
• Any benefit not offer an employee with a spouse, is not required to be offered to an employee with a domestic partner.
Ill Contractor shall post notice of finn's equal benefits policy in the workplace and notifY employees at time of hire and during open emollment petiods.
II Contractor shall allow City access to records, when requested, to confinn compliance with EBO requirements.
• Contractor shall submit EBO Certification of Compliance, signed under penalty of perjury, prior to award of contract.
NOTE: This summmy is provided for convenience. Full text of the EBO and Rules Implementing the EBO are available at lVWw.sandiego.gov!administration.
Please indicate your finn's compliance status with the EBO. The City may request supporting documentation.
~ I affmn compliance with tl1e EBO because my firm (contractor must select one reason):
.)(Provides equal benefits to spouses and domestic partners. 0 Provides no benefits to spouses or domestic partners.
0 Has no employees.
D Has collective bargaining agreement(s) in place prior to January 1, 2011, that has not been renewed or expired.
D I request the City's approval to pay affected employees a cash equivalent in lieu of equal benefits and verify my firm made a reasonable effort but is not able to provide equal benefits U1)0tl contract award. I agree to notify employees of the availability of a cash equivalent for benefits available to spouses but not domestic partners and to continue to make every reasonable effort to extend all available benefits to domestic partners.
It is unlawful for any contractor to knowingly submit any false infonnation to the City regarding equal benefits or cash equivalent associated with the execution, award, amendment, or administration of any contract. [San Diego Municipal Code §22.4307(a)]
Under penalty of perjury under laws of the State of California, I certify the above infonmtion is tme and correct. I further certify that my fmn understands the requirements of the Equal Benefits Ordinance and will provide and maintain equal benefits for the duration of the
"if£tr:, )1;~~:~:r" City r1et &_ ogh4, ~ ~;e!Title of Si nator ~ S · nature
Slurry Seal Group 1502 Equal Benefits Ordinance Certification of Compliance Volume 2 of2 (Rev. Oct. 2014)
(Rev 02/15/2011)
91 Page
BIDDING DOCUMENTS
PROPOSAL (BID)
The Bidder agrees to the construction of Slurry Seal Group 1502 for the City of San Diego, in accordance -with these contract documents for the prices listed below. The Bidder guarantees the Contract Price for a period of 120 days (90 days for federally funded contracts and contracts valued at $500,000 or less) from the date of Bid opening to Award of the Contract. The duration of the Contract Price guarantee shall be extended by the number of days required for the City to obtain all items necessary to fulfill all conditions precedent e.g., bond and insurance.
Item Quantity Unit
1 900 TONS
2 400,000
3 500
4 5,970,000
5 2,110,000
6 50
7 40
Slurry Seal Group 1502 Proposal (BID)
LF
LF
SF
SF
EA
EA
Volume 2 of2 (Rev. Oct. 2014)
NAICS
237310
237310
237310
237310
237310
237310
237310
Payment Description Unit Price Extension
Reference
BASE BID
302-3.4 Asphalt Pavement Repair $ !Dlf.5o $ 14/)50.00
302-14.5 Crack Seal $ o. ~0 $ })01 0M.O<
302-1.12 Removal of Humps & Pavement Irregularities $~. ~0 $ L.j 40o.oo \
302-4.12.4 Rubber Polymer Modified Slurry Type 1 over Rubber $ Q.~~ $ l 7 3J 300.00 Polymer Modified Slurry Type 3 I I
302-4.12.4 Rubber Polymer Modified Slurry Type I $ o. \0 $?,.,\1ooo.cc
301-1.7 Adjust Manhole Frame & Cover $ ?30,(10 $ fl. ,5oa.oo
302-1.12 Replace Vehicle Detectors (Signal Loops) $ '?J}D, 00 $ J31 ~00.0D
10 I Page
Item Quantity
8 5
9 1
10 250
11 1
12 1
13 1
14 1
15 1
Slurry Seal Group 1502 Proposal (BID)
Unit
EA
LS
EA
LS
LS
LS
LS
AL
Volume 2 of2 (Rev. Oct. 2014)
NAICS Payment
Reference
237310 302-1.12
237310 314-2.3
237990 701-13.9.5
541310 701-13.9.5
237310 701-13.9.5
237310 7-10.2.6
524126 2-4.1
9-3.5
BIDDING DOCUMENTS
Description Unit Price Extension
Replace Loop Conduit Stubs $ ~15 _oo $ 2 Lf 75.00 I
Remove/Replace Traffic Striping & Pavement Markings C>< $ \ ~,)~0.00
Post-Construction Requirements - Inlet Markers $ 10-50 $ t.{ f),S. DO I
Water Pollution Control Program Development C>< $ 1 5oo.oo I
Water Pollution Control Program Implementation C>< $ I 51 oou, oo
Traffic Control, Including Permits X $ fO{ oao.o6 I
Bonds (Payment and Performance) C>< $ ~C)1Duo.ao
Field Order- Type II X $200,000.00
ESTIMATED TOTAL BASE BID: $ 'J. f,/19.. <tJO.oo I J
111 Page
BIDDING DOCUMENTS
TOTAL BID PRICE FOR BID (Items 1 through 15 inclusive) amount written in words:
The Bid shall contain an acknowledgment of receipt of all addenda, the numbers of which shall be filled in on the Bid form. If an addendum or addenda has be.en issued by the City and not noted as being received by e Bidder, this proposal shall be rejected as being non-responsive. The following addenda have been received and are acknowledged in this bid:~£.#.-----------------------------
The names of all persons interested in the foregoing proposal as principals are as follows:
c/&1 Jk11deritJJ? - /ref;de "I _ frrriJo~r
IMPORTANT NOTICE: If Bidder or other interested person is a corporation, state secretary, treasurer, and manager thereof; if a co-partnership, state true name of firm, also names of all individual co-partners composing :ftrm; if Bidder or other interested person is an individual, state frrst and last names in full. .
Bidder: ~er/cqJ? A;,?k// ..$dt1~ /v/t; Title: Je,.7 A4k, J'i'c-e ~~~c&~/ BusinessAddress: /f/f'_?tf JQq" ~ ~//~ / ~~~ C~ _9/_:?_?/ , ..,
Place of Business: /f~#f?, L~ ,:9_/_?g/ ,
Place ofResidence: -.,.-------------------------------------------
Signature: ~",..~#'------1/
Slurry Seal Group 1502 Proposal (BID) Volume 2 of2 (Rev. Oct. 2014)
121 Page
BIDDING DOCUMENTS
NOTES:
A. The City shall determine the low Bid based on the Base Bid alone:
B. Prices and notations shall be in ink or typewritten. All corrections (which have been initiated by the Bidder using erasures, strike out, line out, or "white-out") shall be typed or written in with ink adjacent thereto, and shall be initialed in ink by the person signing the bid proposal.
C. Failure to initial all corrections made in the bidding documents may cause the Bid to be rejected as non-responsiv,e and ineligible for further consideration.
D. Blank spaces must be filled in, using figures. Bidder's failure to submit a price for any Bid item that requires the Bidder to submit a price shall render the Bid non-responsive and shall be .cause for its rejection.
E. Unit prices shall be entered for all unit price items. Unit prices shall not exceed two (2) decimal places. If the Unit prices entered exceed two (2) decimal places, the City will only use the frrst two digits after the decimal points without rounding up or down.
F. All extensions of the unit prices bid will be subject to verification by the City. In the case of inconsistency or conflict between the product of the Quantity x Unit Price and the Extension, the product shall govern.
G. In the case of inconsistency or conflict, between the sums of the Extensions with the estimated total Bid, the sum of the Extensions shall govern.
H. Bids shallnqt contain any recapitulation of the Work. Conditional Bids will be rejected as being non-responsive. Alternative proposals will not be considered unless called for:
. . .
I. Subcontractors' License Number must be filled in: Failure to provide the information specified may deem the bidder non-responsive.
Slurry Seal Group 1502 Proposal (BID) Volume 2 of2 (Rev. Oct. 2014)
131 Page
BIDDING DOCUMENTS
LIST OF SUBCONTRACTORS
In accordance with the requirements provided in the "Subletting and Subcontracting Fair Practices Act", Division 2, Part l, Chapter 4 of the Public Contract Code, the Bidder shall list below the name and address of each Subcontractor who will perform work, labor, render services or specially fabricates and installs a portion [type] ofthe work or improvement, in an amount in excess of 0.5% of the Contractor's total Bid. The Bidder shall also list below the portion of the work which will be done by each subcontractor under this Contract. The Contractor shall list only one Subcontractor for each portion of the Work. The DOLLAR VALUE of the total Bid to be performed shall be stated for all subcontractors listed. Failure to comply with this requirement shall result in the Bid being rejected as non-responsive and ineligible for award. The Bidder's attention is directed to the Special Provisions - General; Paragraph 2-3 Subcontracts, which stipulates the percent of the Work to be performed with the Bidders' own forces. The Bidder shall list all SLBE, ELBE, DBE, DVBE, MBE, WBE, OBE, SDB, WoSB, HUBZone, and SDVOSB Subcontractors that Bidders are seeking recognition towards achieving any mandatory, voluntary, or both subcontracting participation percentages.
Subcontractors' License Number must be filled in. Failure to provide the information specified may deem the bidder non-responsive.
1. DOLLAR VALUE MBE, WBE, DBE,
·SUBCONTRACTOR.··· OF. DVBE,OBE, WHERE
CHECK IF NAt'\1E; ADDRESS AND TELEPHOJ\'E NITMBER CONSTRUCTOR TYPE OF
SlJBCONTRACT ELBE, SLBE, SDB, CERTIFIED JOINT
OF SlJBCONTRACTOR OR DESIGNER · LICENSE 1'-.'lJl\IDER · WORK.· VENTURE (MUST BE WoSB, HlJBZone, @
P ARTh"ERSHIP FILLED OUT) OR SDVOSB<D
Name: AlP (n('ll\eff-) l?v. ~ h~ t ~ "" ;:1 Ase\01\i-,,)'"Address: J3] flu.C(... 5~(a+ f>er-•!flll"l' t ( qo.il a
C4 [..6f'\.S tr~~c;+ot ~o~5o0 ft'MN~I c>{ \ 0 J...j I 5 C/0. Ob
tl
City: £::~~~ lm ~i>-l <\ State: DB f Zip: )f1f( Phone: &J'f )11 3'11-f~ huf(lf ~ q,'('t\
Email: Fco.-AlL re p~..;e;t-qcltl'l, (AIIV\ i rre;"' a{• tl t
~~Jv~ """l-'no e>
:,..Name: C1B $'() (,. ~fl'"'re Address: 'I :In Po.>.> .. ~ cra.lL Lat'lt. v~"';,,l!. qt.,
£LBE City: ~~ koiw~ State: cA t cr'l5 rrv.tfor 7~1t>6 't '6 Oefrc.t-oc 1 ) £11 ~ 5 (L 06 (.;+i \lc plote
Zip: jJDJJ J Phone: ~l\ 5_1ol .U.33 1.00() C(jM\.If:r Email: [. b~t\ 561\ e c1G- c.f'r,c..,otr~ S4 ... 'os
CD As appropriate, Bidder shall identify Subcontractor as one of the following and shall include a valid proof of certification (except for OBE, SLBE and ELBE):
Certified Minority Business Enterprise Certified Disadvantaged Business Enterprise Other Business Enterprise Certified Small Local Business Enterprise Woman-Owned Small Business Service-Disabled Veteran Owned Small Business
<bl As appropriate, Bidder shall indicate if Subcontractor is certified by:
City of San Diego California Public Utilities Commission State of California's Department of General Services State of California
MBE DBE OBE SLBE WoSB SDVOSB
CITY CPUC CADoGS CA
Certified Woman Business Enterprise Certified Disabled Veteran Business Enterprise Certified Emerging Local Business Enterprise Small Disadvantaged Business HUBZone Business
State of California Department ofT ransportation San Diego Regional Minority Supplier Diversity Council City of Los Angeles U.S. Small Business Administration
WBE '1). 0<{; j<zs DVBE ELBE
SDB HUBZone
CAL TRANS SRMSDC
LA SBA
The Bidder will not receive any subcontracting participation percentages if the Bidder fails to submit the required proof of certification.
Slurry Seal Group 1502 Form AA 35- List of Subcontractors Volume 2 of2 (Rev. Oct. 2014)
141 Page
BIDDING DOCUMENTS
LIST OF SUBCONTRACTORS 1
In accordance \vith the requirements provided in the "Subletting and Subcontracting Fair Practices Act", Division 2, Part 1, Chapter 4 of the Public Contract Code, theiBidder shall list below the name and address of each Sub~1tractor w~o will perform ~ork, labor, rende~ services or special~y fab?cates and installs a portion [type] of the "':'ork or improvementr in an amount !n excess of 0.5% of the Contractor's total Bid. The Bidder shall also list below the portion of the work wluch v1nll be done by each subcontractor under tlus Contract. The Cd,ntractor shall hst only one Subcontractor for each portion of the Work. The DOLLAR VALUE of the total Bid to be performed shall be stated for all subcontractors listed. Failure to comply ~vith this requirement shall result in the Bid being rejected as non-responsive and ineligible for award. The Bidder's attention is directed to the Special Provisions - General; Paragraph 2-3 SuBcontracts, which stipulates the percent of the Work to be performed v .. 1th the Bidders' own forces. TI1e Bidder shall list all SLBE, ELBE, DBE, DVBE, MBE, WBE, OBE, SDB, WoSB,IHUBZone, and SDVOSB Subcontractors that Bidders are seeking recognition tov.'ards achieving any mandatory, voluntary, or both subcontracting participation percentages.
1
I Subcontractors' License Number must be tilled in. Failure to provide the infonnation specified may deem the bidder non-responsivr.
DOLLAR VALUE !\<IDE, \:'\!BE, DBE, OF DVBE,OBE, Wil !ERE
CHECK IF NA.c'VIE, ADDRESS AND TELEPHONE NUMBER CONSTRUCTOR SUBCONTRACTOR TYPE OF .JOINT SUBCONTRACT ELBE, SLBE, SDB, CER ~FlED OF SlJBCO:NTR"\.CTOR OR DESIGNER liCENSE NlJl\!BER WORK VENTlJRE
(MUST BE WoSB, HlJRZone, ~ PARTNERSHIP ORSDVOSB<D FILLED OUT)
Name: ~5! Ro ~~~ f) a C~i~ Rer1ove I I v po Ga i ~1.1le {Ztf,Oite. 1l .; Address: I
City: ~~ Co ·jol\ State: C. A- (oil\) h~~tt)ro( 7 7 5 if g~ tcr.ff.t 5+n ~ 17, loJJ.(:P 'SL8~ [~13£ c:_;)P' Zip: j202 t J
~):! lfig U'SJ "'""t.l KO~fi!Pn Phone: {"<&<( k· ~£, i Email: Est:fi\Q(}J~ e_ L 5! l'l} .. d r-t~c}.(;~ • C<~"' \Ilk.} fl\ocll~)>
I
Name:
Address:
City: State:
Zip: Phone:
Email:
CD As appropriate, Bidder shall identify Subcontractor as one of the following and shallmclude a valid proof of certificatiOn (except for OBE, SLBE and ELBEJ
Certified Minority Business Enterprise MBE Certitied Woman Business Enterprise I Certified Disadvantaged Business Enterprise DBE Certified Disabled Veteran Business Enterprise I Other Business Enterprise OBE Certified Emerging Local Business Enterprise !
WBE DVBE ELBE
SDB Certified Small Local Business Enterprise SLBE Small Disadvantaged Business 11
Woman-0>\ncd Small Business WoSB HUBZone Business I-IUBZonc Service-Disabled Veteran Owned Small Business SDVOSB I
As appropriate, Bidder shall indicate if Subcontractor is certified by: 1
City of San Diego CITY State of California Department of Transportation ~ALTRANS California Public Utilities Commission CPUC San Diego Regional Minority Supplier Diversity Council 1 SRMSDC State ofCalifomia's Department of General Services CADoGS City of Los Angeles LA State ofCalifomia CA. U.S. Small Business Administration SBA
The Bidder will not receive liiDY subcontracting participation percent;Iges if the Bidder fails to submit the required proof of certificafi. n.
Slurry Seal Group 1502 Form AA 35- List of Subcontractors Volume 2 of2 (Rev. Oct. 2014)
I I !
141 Page
BIDDING DOCUMENTS
LIST OF SUBCONTRACTORS l In accordance with the requirement<; provided in the "Subletting and Subcontracting Fair Practices Act", Division 2, Pa1t 1, Chapter 4 of the Public Contract Code, the Bidder shall list below the name and address of each Subcontractor who ·will perform work, labor, render services or specially fabricates and installs a portion (type] of the work or improvement in an amount in excess of 0.5% of the Contractm's total Bid. The Bidder shall also list below the portion of the work which will be done by each subcontractor under this Contract. The C 1tractor shall list only one Subcontractor for each portion of the Work .. The DOLLAR VALUE of the total Bid to be performed shall be stated tor all subcontractors listed. Failure to comply iwith this requirement shall result in the Bid being rejected as non-responsive and ineligible for award. The Bidder's attention is directed to the Special Provisions- General: Paragraph 2-3 Subcontracts, which stipulates the percent of the Work to be performed with the Bidders' own forces. The Bidder shall list all SLBE, ELBE, DBE, DVBE, MBE, WBE, OI3E, SDB, WoSI3,1HUI3Zone, and SDVOSB Subcontractors that Bidders are seeking recognition towards achieving any mandatory, voluntary, or both subcontracting participation percentages.
1
S b t 'I. N b b fill d. F ·1 'd I . f) . .fi d d h b'dd , u contrac ors ,Jcense urn er must e 1 e Ill. m ure to pro vi e t 1e 111 onnatJon spec1 Ie may eem t e I er non-responsivr.
DOLLAR VALUE !VID~ ''>'BE, DBE, OF DVBE,OBE, ~~RE CIIECKIF
NAME,ADDRESSANDTELEPHONENCMBER CONSTRUCTOR SUBCONTRACTOR TYPE OF .JOINT SUBCONTRACT ELBE, SLHE, SDB, OF SUBCONTRACTOR OR DESIGNER UCENSE NUIVIDER WORK VENTlil.'lli CER1$FIED (MUST .BE WoSB, HlJBZonc,
PARTNERSIIIP OR SDVOSB@ FILU!:DOUT)
Name: Address:
City: State:
Zip: Phone:
Email:
Name:
Address:
City: State:
Zip: Phone:
Email:
As appropriate, Bidder shall identiiy Subcontractor as one of the following and shall include a valid proof of certification (except for OBE, SLBE and ELBEl:
Certified Minority Business Enterprise MBE Certified Woman Business Enterprise 1 WBE DVBE ELBE
Certified Disadvantaged Business Enterprise DBE Certified Disabled Veterm1 Business Enterprise I Other Business Enterprise OBE Certified Emerging Local Business Enterprise II
Certified Small Local Business Enterprise SLBE Small Disadva11taged Business Woman-~ned Small Business WoSB HUBZone Business j HUBZone Service-Disabled Veteran Ovvned Small Business SDVOSB
As appropriate, Bidder shall indicate if Subcontractor is certified by: I
SDI3
I
City of San Diego CITY State of California Department of Transportation ¢ALTRANS California Public Utilities Commission CPUC San Diego Regional Minority Supplier Diversity Council f SRMSD
1 .AC
State ofCalifomia's Department of General Services CADoGS City of Los Angeles f -
State ofCalifomia CA U.S. Small Business Administration ' SBA
The Bidder will not receive any subcontracting participation percent:tges if the Bidder fails to submit the required proof of certificati·+·
Slurry Seal Group 1502
I I I
Form AA 35- List of Subcontractors Volume 2 of2 (Rev. Oct. 2014)
I
I I
141 Page
BIDDING DOCUMENTS
NAMED EQUIPMENT/MATERIAL SUPPLIER LIST
TI1e Bidder seeking the recognition of equipment, materials, or supplies obtained from Suppliers towards achieving any mandatory, voluntary, or both subcontracting participation percentages shall list the Supplier(s) on the Nan1ed Equipment/Material Supplier List. The Named Equipment/Material Supplier List, at a minimum, shall have the nan1e, locations (City) and the DOLLAR VALUE of the Suppliers. The Bidder will be credited up to 60% of the an1ountto be paid to the Suppliers for such materials and supplies unless vendor manufactures or substantially alters materials and supplies in which case 100% will be credited. The Bidder is to indicate (Yes/No) whether listed firm is a supplier or manufacturer. In calculating 1he subcontractor participation percentages, vendors/suppliers will receive 60% credit of the listed DOLLAR VALUE, whereas manufacturers will receive 100% credit. If no indication provided, listed firm will be credited at 60% of the listed dollar value for purposes of calculating the Subcontractor Participation Percentage, Suppliers will receive 60% credit of the listed DOLLAR VALUE, vvhereas manufacturers will receive 100% credit. If no indication provided, listed firm will be credited at 60% of the listed DOLLAR VALUE for purposes of calculating the subcontractor participation percentages.
DOLtARVALUE OF MA'J:'ERIAI., OR
·sUPPLIER. l\tiANUFACTURER i\-ffiE, ·wnE, DBE, DVBE,
NAME, ADDRESS AND.TELEPHONE NUMBER <MATERIALS O;R . .. ·sUPPLIES OBE., ELBE, SLBE, SDR, WHERE OF VENDOR!SliPPLIER SUPPLIES"" .. ·.
(Yes/No) (Yes/No) WoSR, HUBZone, OR CERTIFIED® . : .: (MlJsT BE FILLED SDVOSBG)
OUI')
Name: Notivc So;)~ Address: }tpO rA.iJr-trJ,.1 Oc S \I.\ cry )eCA I City: ,A\f!}1e. State: cA 5 56 1000. o6 Yt7 No Hgf C.ify Zip: grjol Phone: l£:lj ~~5 tj/55 ~M~o~).S~Of' Email: g ~, no~-}iV( S. o:\5 @ d IY'JA;[ . {LOI'f'
Name:
Address:
City: State:
Zip: Phone:
Email:
CD As appropriate, Bidder shall identif)' Vendor/Supplier as one of the following and shall include a valid proof of certification (except for OBE,SLBE and ELBE):
Certified Minority Business Enterprise Certified Disadvantaged Business Enterprise Other Business Enterprise Certified Small Local Business Enterprise Woman-Owned Small Business Service-Disabled Veteran Owned Small Business
As appropriate, Bidder shall indicate if Vendor/Supplier is certified by:
City of San Diego California Public Utilities Commission State of California's Department of General Services State of California
MBE DBE OBE SLBE WoSB SDVOSB
CITY CPUC CADoGS CA
Certified Woman Business Enterprise Certified Disabled Veteran Business Enterprise Certified Emerging Local Business Enterprise Small Disadvantaged Business HUBZone Business
State of California Department of Transportation San Diego Regional Minority Supplier Diversity Cotmcil City of Los Angeles U.S. Small Business Administration
WBE DVBE ELBE
SDB HUBZone
CAL TRANS SRMSDC
LA SBA
The Bidder will not receive my subcontracting participation percentages if the Bidder fails to submit the required proof of certification.
Slurry Seal Group 1502 Form AA 40 -Named Equipment I Material Supplier List Volume 2 of2 (Rev. Oct 2014)
151 Page
(R-2015-329)COR. COPY 2
RESOLUTION NUMBER R - _ 3 0 9 4 6 5 '
DATE OF FINAL PASSAGE JAN 3 0 2015
A RESOLUTION OF THE COUNCIL OF THE CITY OR SAN DIEGO AUTHORIZING CONTRACTS AND EXPENDING FUNDS FOR THE SLURRY SEAL OF STREETS PROJECTS, FISCAL YEAR 2015, GROUPS 1501 AND 1502.
WHEREAS, the Slurry Seal Groups 1501 and 1502 are part of the City's Annual Street
Maintenance Program for Fiscal Year 2015; and
WHEREAS, the contracts will provide for the repair and slurry sealing of approximately
70 miles of various asphalt streets located throughout the City; and
WHEREAS, locations for the Annual Street Maintenance Program are chosen through
the use of pavement condition surveys and the City's Pavement Management System using the
following criteria: age, oxidation, cracking, amount of patching, street classification, average
daily traffic, and avoiding conflicts with any planned underground utility work; NOW,
THEREFORE,
BE IT RESOLVED, by the Council of the City of San Diego, as follows:
1. Approving the specifications for the construction of "Slurry Seal Group 1501"
and "Slurry Seal Group 1502" as advertised by Public Works Department;
2. That the Mayor or his designee is authorized to award and execute construction
contracts for Slurry Seal Group 1501 with the lowest responsible and reliable bidder in an
amount not to exceed $4,120,000 and for Slurry Seal Group 1502 with the lowest responsible
and reUable bidder in an amount not to exceed $4,120,000.
3. That the Chief Financial Officer is authorized to expend funds in an amount not to
exceed $9,000,000.00, solely and exclusively to provide funds for the above projects and related
-PAGE 1 OF 3-
(R-2015-329)COR. COPY 2
costs, contingent upon the Chief Financial Officer first certifying that the funds are, or will be on
deposit with the City Treasurer, as follows:
(a) An amount not to exceed $4,500,000.00, Fund 200306, Prop 42 Replacement
Fundi Transportation and Storm Water (2116), for the purpose of construction of
Slurry Seal Group 1501.
(b) An amount not to exceed $4,500,000.00, Fund 200306, Prop 42 Replacement
Fund, Transportatioii and Storm Water (2116), for the purpose of construction of
Slurry Seal Group 1502.
APPROVED: JAN I. GOLDSMITH, City Attorney
By Ryan P. Qtrrity Deputy City Attorney
RPG:jls 12/17/2014 01/09/15 Cor. Copy 01/13/15 Cor. Copy 2 Or.Dept:Transportation & Storm Water Doc. No. 918451
-PAGE 2 OF 3-
(R-2015-329)COR. COPY 2
I hereby certify that the foregoing Resolution was passed by the Council of the City of San Diego, at this meeting of JAN 1 3 2015 .
Approved: (date)
ELIZAB City
YIN L. FAULCONER, MayC
Vetoed: (date) KEVIN L. FAULCONER, Mayor
-PAGE 3 OF 3-
Passed by the Council of The City of San Diego on JAN 1 3 2015 _, by the following vote:
Councilmembers Yeas Nays Not Present Recused
Sherri Lightner • • •
Lorie Zapf 0' • • •
Todd Gloria • • •
Myrtle Cole • • •
Mark Kersey • • •
Chris Gate • • •
Scott Sherman • • •
. David Alvarez • - • •
Marti Emerald • • •
Date of final passage. JAN 3 0 2015
(Please note: When a resolution is approved by the Mayor, the date of final passage is the date the approved resolution was returned to the Office of the City Cleric.)
AUTHENTICATED BY:
(Seal)
KEVIN L. FAULCONER Mayor of The City of San Diego, California.
ELIZABETH S. MALAND City Clerk of The City of San Diego, CaHfomia.
By f f l ^ ^ ^ C y t ^ M Q ^ , Deputy
Office of the City Clerk, San Diego, California
Resolution Number R- 309465
14.2511..
City of San Diego
EQUAL OPPORTUNITY CONTRACTING (EOC) 1200 Third Avenue • Suite 200 • San Diego, CA 92101 Phone: (619) 236-6000 • Fax: (619) 236-5904
WORK FORCE REPORT The objective of the Equal Employment Opportunity Outreach Program, San Diego Municipal Code Sections 22.3501 through 22.3517, is to ensure that contractors doing business with the City, or receiving funds from the City, do not engage in unlawful discriminatory employment practices prohibited by State and Federal law. Such employment practices include, but are not limited to unlawful discrimination in the following: employment, promotion or upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rate of pay or other forms of compensation, and selection for training, including apprenticeship. Contractors are required to provide a completed Work Force Report (1VFR)
NO OTHER FORMS WILL BE ACCEPTED CONTRACTOR IDENTIFICATION
Type of Contractor: Ei Construction 0 Vendor/Supplier 0 Financial Institution 0 Lessee/Lessor 0 Consultant 0 Grant Recipient 0 Insurance Company 0 Other
Name of Company: American Asphalt South, Inc.
ADA/DBA:
Address (Corporate Headquarters, where applicable): 14436 Santa Ana Ave. City: Fontana County: San Bernardino state . CA z i p . 92337
909427-276 ) 909-427-8279 Telephone Number: ( ) Fax Number:
Name of Company CEO: Allan Henderson
Address(es), phone and fax number(s) of company facilities located in San Diego County (if different from above):
Address:
City: County: State: ZipS
Telephone Number: ( ) Fax Number: ( ) Email:
Type of Business: Road Maint. Type of License . A
The Company has appointed: Richard Entrikin
As its Equal Employment Opportunity Officer (EE00). The EE00 has been given authority to establish, disseminate and enforce equal
employment and affirmative action policies of this company. The EE00 may be contacted at:
Address same as above
Telephone Number: ( ) Fax Number: ( Email:
I@ One San Diego County (or Most Local County) Work Force - Mandatory
El Branch Work Force *
CI Managing Office Work Force
Check the box above that applies to this 11 1FR.
*Submit a separate Work Force Report for all participating branches. Combine fVFRs if more than one branch per county .
I, the undersigned representative of American Asphalt South Inc (Firm Name)
San Bernardino CA hereby certify that information provided
(County) (State)
herein is true and correct. This document was executed on this 12th
day of September
ekat o l ='1•• 412;
(Print Authorized Signature Name)
(Authorized Signature)
1 of 6 Form Number BB05 EOC Work Force Report (rev. 01/2016)
City of San Diego EQUAL OPPORTUNITY CONTRACTING (EOC) 1200 Third Avenue • Suite 200 • San Diego, CA 92101 Phone: (619) 236-6000 • Fax: (619) 236-5904
WORK FORCE REPORT The objective of the Equal Employment Opportunity Outreach Program, San Diego Municipal Code Sections 22.3501 through 22.35 I 7, is to ensure that contractors doing business with the City, or receiving funds from the City, do not engage in unlawful discriminatory employment practices prohibited by State and Federal law. Such employment practices include, but are not limited to unlawful discrimination in the following: employment, promotion or upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rate of pay or other forms of compensation, and selection for training, including apprenticeship. Contractors are required to provide a completed Work Force Report (WFR).
NO OTHER FORMS WILL BE ACCEPTED CONTRACTOR IDENTIFICATION
Type of Contractor:
IR Construction
El Vendor/Supplier
0 Financial Institution
El Lessee/Lessor 0 Consultant
El Grant Recipient
El Insurance Company
0 Other
Name of Company: American Asphalt South, Inc.
ADA/DBA:
Address (Corporate Headquarters, where applicable): 14436 Santa Ana Ave.
City . Fontana San Bernardino County: State: CA Zip: 92337
Telephone Number: ( ) 909427-8276 Fax Number: ( ) 909427-8279
Name of Company CEO: Allan Henderson
Address(es), phone and fax number(s) of company facilities located in San Diego County (if different from above):
Address:
City: County: State: Zip:
Telephone Number: ( ) Fax Number: ( ) Email:
Type of Business. Road Maint. Type of License. A
The Company has appointed: Richard Entrikin
As its Equal Employment Opportunity Officer (EE00). The EE00 has been given authority to establish, disseminate and enforce equal
employment and affirmative action policies of this company. The EE00 may be contacted at: Address. same as above
Telephone Number; ( ) Fax Number: ( )
Email .
El One San Diego County (or Most Local County) Work Force - Mandatory
0 Branch Work Force * 0 Managing Office Work Force
Check the box above that applies to this WFR. *Submit a separate Work Force Report for all participating branches Combine WFRs if more than one branch per county .
I, the undersigned representative of American Asphalt South Inc
(Firm Name) San Bernardino CA hereby certify that information provided
(County) (State)
herein is true and correct. This document was executed on this 12th day of September
(Authorized Signature)
(Print Authorized Signature Name)
1 of 6 Form Number BEI05 EOC Work Force Report (rev. 01/2016)
WORK FORCE REPORT — Page 2
iNANIE OF FIRM: American Asphalt South, Inc.
OFFICE(S) or BRANCH(ES): Office & Branches
DATE. 9112/2016 CouNTy. San Bernardino
INSTRUCTIONS: For each occupational category, indicate number of males and females in every ethnic group. Total columns in row provided. Sum of all totals should be equal to your total work force. Include all those employed by your company on either a full or part- time basis. The following groups are to be included in ethnic categories listed in columns below:
(1) Black, African-American
(5) Filipino, Asian Pacific Islander (2) Hispanic, Latino, Mexican-American, Puerto Rican
(6) White, Caucasian (3) Asian
(7) Other ethnicity; not falling into other groups (4) American Indian, Eskimo
ADMINISTRATION OCCUPATIONAL CATEGORY
( 1 ) African
American
(2) Hispanic or
Latino (3)
Asian (4)
American Indian
(5) Asian Pacific
Islander
(6) Caucasian
(7) Other
Ethnicity I
(M) : (F) (M)
■ : (F)
e
(M) : (F) MD I, (r) (M) 1, (F) (M) : (F) 1
(M) : (F)
Management & Financial s . e •
I . I I
$ . I I
e e 1 I
I . $ I
2 e
: s 1 . I
Professional e . , .
e . I .
I . , .
I . I .
I . I . 1
I
, ' I . , .
A&E, Science, Computer I
I • . e . .
I I s .
. I 11 .
. e e .
. I o .
. I o .
Technical • 1 P •
I • 1 .
I • 1 .
I 1 I .
I 1 e
I 0 I
1 e I
Sales I
. e .
•I
I . .
I 1 e .
e i e .
: 1
i e .
2 : •
S . s .
Administrative Support 1 1 •
I I I
s
1 e
I
0 I
t
' I
: 1 e I
0
• e I
Services • s 1 I
3 I
: . I . • II
P I • e
. r t •
e s I
0 s P
Crafts • 0 . e
4 I
: e e . •
I e 0 I
I I r I
I e 1 I
I e 1 I
Operative Workers I s • .
$ I I ,
e e I .
e e I .
I I I .
I $ e .
e s 0 .
Transportation I I I .
I I I .
6 I I .
• I I .
I I I .
e I s .
e I I .
Laborers* • e I
I 1 I
I I I
I p
I I I I
e I
*Construction laborers and other field employees are not to be included on this page
Totals Each Column
7
5 1
Grand Toial All Employees
13
Indicate by Gender and Ethnicity the Number of Above Employees Who Are Disabled
Disabled
Non-Profit Organizations Only
Board of Directors I • I
I I I
I 1 I
I I •
I I I
I 1 I
I I I .
Volunteers I e 1
I
• e
I
• I
1 • e
. e 1 e
. I 1 /
I 1 I
Artists I 1 •
I • I
I • I
I e I
I e i
I I I
1 I I
EOC Work Force Report (rev. 01/2016)
2 f
Form Number BB05
WORK FORCE REPORT — Page 3 NAME OF FIRM: DATE.
OFFICE(S) or BRANCH(ES) . COUNTY:
INSTRUCTIONS: For each occupational category, indicate number of males and females in every ethnic group. Total columns in row provided. Sum of all totals should be equal to your total work force. Include all those employed by your company on either a full or part- time basis. The following groups are to be included in ethnic categories listed in columns below:
(1) Black, African-American
(5) Filipino, Asian Pacific Islander (2) Hispanic, Latino, Mexican-American, Puerto Rican
(6) White, Caucasian
(3) Asian (7) Other ethnicity; not falling into other groups
(4) American Indian, Eskimo
TRADE OCCUPATIONAL CATEGORY
(I) African
American
(2) Hispanic or
Latino
(3 ) Asi an
(4) American
Indian
(5) Asian Pacific
Islander
(6) Caucasian
(7) Other
Ethnicity
(M) (F) (M) (F) ,
(M) : (F) (M) : (F) (M) (F) .
(M) : (F) (M) ! (F)
Brick, Block or Stone Masons . . . .
Carpenters . . . . ' • '
. . . ,
'
Carpet, Floor & Tile Installers Finishers
Cement Masons, Concrete Finishers . . . .
. . . . . . . .
Construction Laborers ' . .
Drywall Installers, Ceiling Tile hut . . ' .
. , ' .
Electricians . , ,
Elevator Installers . . '
. . ' .
First-Line Supervisors/Managers . . . . '
.
. . Glaziers
.
. ' . . : ,
Helpers; Construction Trade • . . . . .
•
Millwrights . . . . .
. . , ' .
Misc. Const. Equipment Operators . ,
.
Painters, Const. & Maintenance 1 39 12 i 1
Pipelayers, Plumbers, Pipe & Steam Fitters .
Plasterers & Stucco Masons , '
Roofers .
Security Guards & Surveillance Officers '
Sheet Metal Workers
Structural Metal Fabricators & Fitters '
Welding, Soldering & Brazing Workers '
Workers, Extractive Crafts, Miners '
Totals Each Column
1
39
Grand Total All Employees
53 !indicate By Gender and Ethnicity the Number of Above Employees Who Are Disabled
Disabled
EOC Work Force Report (rev. 01/2016) 3 of 6
Form Number BB05
CITY OF SAN DIEGO WORK FORCE REPORT
HISTORY The Work Force Report (WFR) is the document that allows the City of San Diego to analyze the work forces of all firms wishing to do business with the City. We are able to compare the firm's work force data to County Labor Force Availability (CLFA) data derived from the United States Census. CLFA data is a compilation of lists of occupations and includes the percentage of each ethnicity we track (African-American, Hispanic or Latino, Asian, American Indian, Asian Pacific Islander, Caucasian, and Other Ethnicities) for each occupation. Currently, our CLFA data is taken from the 2010 Census. In order to compare one firm to another, it is important that the data we receive from the consultant firm is accurate and organized in the manner that allows for this fair comparison.
WORK FORCE & BRANCH WORK FORCE REPORTS When submitting a WFR, especially if the WFR is for a specific project or activity, we would like to have information about the firm's work force that is actually participating in the project or activity. That is, if the project is in San Diego and the work force is from San Diego, we want a San Diego County Work Force Report.' By the same token, if the project is in San Diego, but the work force is from another county, such as Orange or Riverside County, we want a Work Force Report from that county. 2 If participation in a San Diego project is by work forces from San Diego County and, for example, from Los Angeles County and from
Sacramento County, we ask for separate Work Force Reports representing your firm from each of the three counties.
MANAGING OFFICE WORK FORCE Equal Opportunity Contracting may occasionally ask for a Managing Office Work Force (MOWF) Report. This may occur in an instance where the firm involved is a large national or international firm but the San Diego or other local work force is very small. In this case, we may ask for both a local and a MOWF Report." In another case, when work is done only by the Managing Office, only the MOWF Report may be necessary. 3
TYPES OF WORK FORCE REPORTS: Please note, throughout the preceding text of this page, the superscript numbers one 1 , two 2 & three 3 . These numbers coincide with the types of work force report required in the example. See below:
1 One San Diego County (or Most Local
County) Work Force — Mandatory in most
cases
2 Branch Work Force *
3 Managing Office Work Force
*Submit a separate Work Force Report for all participating branches. Combine WFRs f more than one branch per county.
Exhibit A: Work Force Report Job categories-Administration Refer to this table when completing your firm's Work Mana2ement S: Financial Advertising, Marketing, Promotions, Public Relations, and Sales Managers Business Operations Specialists Financial Specialists Operations Specialties Managers Other Management Occupations Top Executives
Professional Art and Design Workers
Counselors, Social Workers, and Other Community and Social Service Specialists Entertainers and Performers, Sports and Related Workers Health Diagnosing and Treating Practitioners Lawyers, Judges, and Related Workers Librarians, Curators, and Archivists Life Scientists Media and Communication Workers Other Teachers and Instructors Postsecondary Teachers Primary, Secondary, and Special Education School Teachers
EOC Work Force Instructions (rev. 01/15) 4 of 6 Form Number 8805
Crafts Construction Trades Workers Electrical and Electronic Equipment Mechanics, Installers, and Repairers Extraction Workers Material Moving Workers Other Construction and Related Workers Other Installation, Maintenance, and Repair Occupations Plant and System Operators Supervisors of Installation, Maintenance, and Repair Workers Supervisors, Construction and Extraction Workers Vehicle and Mobile Equipment Mechanics, Installers, and Repairers Woodworkers
Operative Workers Assemblers and Fabricators Communications Equipment Operators Food Processing Workers Metal Workers and Plastic Workers Motor Vehicle Operators Other Production Occupations Printing Workers Supervisors, Production Workers Textile, Apparel, and Furnishings Workers
Transportation Air Transportation Workers Other Transportation Workers Rail Transportation Workers Supervisors, Transportation and Material Moving Workers Water Transportation Workers
Laborers Agricultural Workers Animal Care and Service Workers Fishing and Hunting Workers Forest, Conservation, and Logging Workers Grounds Maintenance Workers Helpers, Construction Trades Supervisors, Building and Grounds Cleaning and Maintenance Workers Supervisors, Farming, Fishing, and Forestry Workers
Religious Workers Social Scientists and Related Workers
Architecture & Engineering, Science, Computer Architects, Surveyors, and Cartographers Computer Specialists Engineers Mathematical Science Occupations Physical Scientists
Technical Drafters, Engineering, and Mapping Technicians Health Technologists and Technicians Life, Physical, and Social Science Technicians Media and Communication Equipment Workers
Sales Other Sales and Related Workers Retail Sales Workers Sales Representatives, Services Sales Representatives, Wholesale and Manufacturing Supervisors, Sales Workers
Administrative Support Financial Clerks Information and Record Clerks Legal Support Workers Material Recording, Scheduling, Dispatching, and Distributing Workers Other Education, Training, and Library Occupations Other Office and Administrative Support Workers Secretaries and Administrative Assistants Supervisors, Office and Administrative Support Workers
Services Building Cleaning and Pest Control Workers Cooks and Food Preparation Workers Entertainment Attendants and Related Workers Fire Fighting and Prevention Workers First-Line Supervisors/Managers, Protective Service Workers Food and Beverage Serving Workers Funeral Service Workers Law Enforcement Workers Nursing, Psychiatric, and Home Health Aides Occupational and Physical Therapist Assistants and Aides Other Food Preparation and Serving Related Workers Other Healthcare Support Occupations Other Personal Care and Service Workers Other Protective Service Workers Personal Appearance Workers Supervisors, Food Preparation and Serving Workers Supervisors, Personal Care and Service Workers Transportation, Tourism, and Lodging Attendants
EOC Work Force Instructions (rev. 01/15)
5 of 6 Form Number 8805
Exhibit B: Work Force Report Job categories-Trade
Millwrights Heating, Air Conditioning and Refrigeration Mechanics and Installers Mechanical Door Repairers
Control and Valve Installers and Repairers
Other Installation, Maintenance and Repair Occupations
Misc. Const. Equipment Operators Paving, Surfacing and Tamping Equipment Operators Pile-Driver Operators Operating Engineers and Other Construction Equipment Operators
Painters, Cong. Maintenance Painters, Construction and Maintenance Paperhangers
Brick, Block or Stone Masons Brickmasons and Blockmasons Stonemasons
Carpenters
Carpet, floor and Tile Installers and Finishers Carpet Installers Floor Layers, except Carpet, Wood and Hard Tiles Floor Sanders and Finishers Tile and Marble Setters
Cement Masons, Concrete Finishers Cement Masons and Concrete Finishers Terrazzo Workers and Finishers
Construction Laborers
Drywall Installers, Ceiling Tile Inst Drywall and Ceiling Tile Installers Tapers
Pipelayers and Plumbers Pipelayers Plumbers, Pipefitters and Steamfitters
Electricians
Elevator Installers and Repairers
First-Line Supervisors/Managers First-line Supervisors/Managers of Construction Trades and Extraction Workers
Glaziers
Helpers. Construction Trade Brickmasons, BIockmasons, and Tile and Marble Setters Carpenters Electricians Painters, Paperhangers, Plasterers and Stucco Pipelayers, Plumbers, Pipefitters and Steamfitters Roofers All other Construction Trades
Plasterers and Stucco Masons
Roofers
Security Guards & Surveillance Officers
Sheet Metal Workers
Structural Iron and Steel Workers
Welding, Soldering and Brazing Workers Welders, Cutter, Solderers and Brazers Welding, Soldering and Brazing Machine Setter, Operators and Tenders
Workers, Extractive Crafts, Miners
6 of 6 Form Number EIB05 EOC Work Force Instructions (rev. 01/15)
The City of San Diego COMPTROLLER'S CERTIFICATE
CERTIFICATE OF UNALLOTTED BALANCE ORIGINATING
CC 3000009269 DEPT.
NO.: 2116
I HEREBY CERTIFY that the money required for the allotment of funds for the purpose set forth in the foregoing resolution is available in the Treasury, or is anticipated to come into the Treasury, and is otherwise unallotted.
Amount:
Fund:
Purpose:
By: Francisco Lopez COMPTROLLERS DEPARTMENT
ACCOUNTING DATA
Doc. Item Fund Funded Program Internal Order Functional Area G/L Account
Business Area Cost Center WBS Original Amount
TOTAL AMOUNT $0.00
FUND OVERRIDE
CERTIFICATION OF UNENCUMBERED BALANCE
I HEREBY CERTIFY that the indebtedness and obligation to be incurred by the contract or agreement authorized by the hereto attached resolution, can be incurred without the violation of any of the provisions of the Charter of the City of San Diego; and I do hereby further certify, in conformity with the requirements of the Charter of the City of San Diego, that sufficient moneys have been appropriated for the purpose of said contract, that sufficient moneys to meet the obligations of said contract are actually in the Treasury, or are anticipated to come into the Treasury, to the credit of the appropriation from which the same are to be drawn, and that the said money now actually in the Treasury, together with the moneys anticipated to come into the Treasury, to the credit of said appropriation, are otherwise unencumbered.
Not to Exceed:
Vendor:
Purpose:
$619,262.00
American Asphalt South, Inc.
Change Order No. 3 (through e1472 Council Action) - Authorize change order expenditures not to exceed $619,262 for Slurry Seal Group
1502 Protect.
Date:
ACCOUNTING DATA
Doc. Item Fund Funded Program Internal Order Functional Area G/L Account
Business Area Cost Center WBS Original Amount
001 200306 21003499 OTHR-00-TR 512025 2116 2116110013 $619,262.00
TOTAL AMOUNT $619,262.00
Date:
FUND OVERRIDE
CC 3000009269 CC-361 (REV 7-09)
CHANGE ORDER FORM
Contract Change Order No: 3 21003499
1 of 3
9/8/2016
Description:
$4,500,000.00
$2,642,810.00
$607,138.55
C.I.P. No.: $619,262.00
$3,869,210.55
Ref. Dwg. No.:
( )
( X ) $619,262.00
( )
6/16/2016
American Asphalt South, Inc - Contractor Date
Print Name Contractor
Edgar Puente, P.E. - Deputy City Engineer Date
Street Division - Transportation and Storm Water Department
Auditor Date
Return To: Street Division, MS 44 Copy To: EOCP/Cheryl Stadille/MS 56P
PURCHASING, MS 56P
ACCT CLERK (Nora Ebert) MS 44
ASSOCIATE MANAGER (Natalia Torres) MS 44
PROJECT MANAGER (Chris Hudson) MS 44
RESIDENT ENGINEER (Natalia Torres) MS 44
COMPTROLLER, MS 6A
EMILY PERRONE, MS 908A
C.C. No.
Approved By:
Deputy City Attorney Date
Funds -Cert. By: Appr. As To Form:
Original/Previous Contract duration: 170 working days. Requested by this change order 60 working days. NEW CONTRACT DURATION 230 working days.
Contract Doc.:
The cost of the Change Order ( X ) is ( ) is not available from the contingency funds authorized for the contract. $0.00
additional funds are requested.
K-15-1313-DBB-3
R-309465
unit prices agreed upon totaling
Total Construction Contract
Amount This Change Order200306Fund: N/A
Accepted By:
The change order will ( ) not change ( X ) increase ( ) decrease the amount of the contract based on:
Original/Previous CONTRACT COMPLETION DATE: 3/22/2016 NEW CONTRACT COMPLETION DATE:
an agreed upon lump sum of
P.O. No:
2116110013
4500064676 Prior Change Orders
Resolution No:
Cost plus as provided in section 3-3 of the Standard Specification for an amount not to exceed
Contract Amount Authorized Through Phase
Funding
N/A
3000007798Comptroller Cert. No.:
WBS
Cost Center
Project: Slurry Seal Group 1502
Contractor:
Vendor No. 10016553
G/L Account 512025
CONTRACT INFORMATION
CITY of SAN DIEGO - TRANSPORTATION & STORM WATER
Project Definition
Original Contract Amount
Payment to the contractor for these change order items shall provide full compensation for all equipment, materials, labor, field and home office overhead, indirect and
consequential costs, mark-ups and profit necessary to complete the work. By executing this contract change order, the contractor agrees to proceed with this work as a
change order per section 3-2.1 of the Standard Specifications for Public Works Construction (2012 Edition) and waives any rights to additional compensation arising out
of work listed in this change order, including without limitation, any claims relating to any cumulative effect of change orders, delays, productivity impact or interruption.
21003499
Total Project Amount Authorized
Sheet:
American Asphalt South Inc. Date:
Project Name: Page 2 of 3
Contractor:
Change Order No. 3
INCREASE DECREASE
1.
$302,060.39
$317,201.61
$619,262.00
$619,262.00
2. Increase Bid Item No. 13, "Traffic Control, including Permits" by an agreed LS amount
of $317,201.61 for a total cost of ………
Sixty [ 60 ] working days added to the contract to allow for the construction to be
completed. This is at no cost to the City for these days.
American Asphalt South Inc.
Slurry Seal Group 1502
Item Nos.
Increase Bid Item No. 1, "Asphalt Pavement Repair" by 2890.53 TON at the contract
unit price of $104.50 per TON, at an agreed upon total cost of ………
Description:
Net Increase
Net Decrease
Total Increase for this Change Order
Project Name: Page 3 of 3
Contractor:
Change Order No. 3
1.
2.
For Bid Item No. 1, "Asphalt Pavement Repair", the quantity did not account for all the damaged pavement areas as identified in the
contract documents. The City’s Resurfacing Program executes several contracts each year to slurry seal City streets. Slurry seal is a
maintenance treatment that preserves the condition of existing pavement. To properly prepare some streets for this maintenance
treatment, minor asphalt repair is performed on patches within the road. The roads selected for Slurry Seal Group 1502 required more
asphalt repair than originally anticipated during the contracts process. As such, the traffic control and asphalt repair quantities
exceeded the original contract quantities.
For Bid Item No. 13 "Traffic Control, Including Permits", the Lump Sum increased for additional Traffic Control required to place
7,590.53 tons of asphalt city wide.
Item Nos.
American Asphalt South Inc.
Justification for Entitlement:
Slurry Seal Group 1502
Cit
y of
San
Die
go
Slu
rry
Sea
l Gro
up
150
2
Co
ntr
ac
t N
o.
K-1
5-13
13-1
388-
3
Su
bco
ntr
acti
ng
Su
mm
ary
Item
D
escr
ipti
on
Tot
al T
ask
Am
oun
t S
tatu
s tr
...ri
keic
sns,
w.ii
AT
P G
ener
al
En
gin
eeri
ng
L51
Roa
d
Mar
king
C
TE
In c.
S
ub
con
trac
tor
Nam
e
Su
bco
ntr
acto
r
Nam
e
Su
bco
ntr
acto
r
Nam
e
Am
eric
an A
sph
alt
Sou
th,
I nc.
N
IP R
ecei
ved
Fro
m
Cit
y (M
M/D
D/'f
Y)
PO II
1 A
sph
alt
Pav
emen
t R
epai
r 5
94,0
50.0
0 A
war
ded
5
94,0
50.0
0
5 -
5 -
5 -
5 -
S -
5 -
7/9
/2015
45
00
06
46
76
2 C
rack
Sea
l 5
120,
000.
00
Aw
ard
ed
5 -
S -
5 -
5 -
S -
5 -
5 12
0,00
0.00
7/9
/2015
45
00
06
46
76
3 R
emov
al o
f H
um
ps
& P
avem
ent
Irre
gula
rtie
s 5
4,40
0.00
A
war
ded
$
4,4
00
.00
5
- 5
- 5
- 5
- 5
- $
- 7/9
/2015
45
00
06
46
76
4
Ru
bb
er P
olym
er M
odif
ied
Slu
rry
Typ
e 1
over
Ru
bb
er P
olym
er M
odif
ied
Slu
rry
Typ
e 3
$ 1,7
31,3
00.0
0
Aw
ard
ed
$ -
$ .
$ -
5 -
$ -
5 -
5 1.
731,
300.
00
71
9/2
01
5
45
00
06
46
76
5 R
ub
ber
Pol
ymer
Mod
ifie
d S
lurr
y T
ype
1 5
211,0
00.0
0
Aw
ard
ed
$ -
$ -
S -
5 -
5 -
5 -
5 211,0
00.0
0
7/9
/2015
45
00
06
46
76
6 A
dju
st M
anh
ole
Fra
me
& C
over
$
16,5
00.0
0 A
war
ded
5
16,5
00.0
0 $
- 5
- S
• 5
- 5
- 5
. 7
/9/2
01
5
45
00
06
46
76
7 R
epla
ce V
ehic
le D
etet
ecto
rs (
Sig
nal
Loo
ps)
$
13,2
00.0
0 A
war
ded
5
- $
13,2
00.0
0 5
- S
- 5
- $
- $
- 7
/9/2
01
5
45
00
06
46
76
8 R
epla
ce L
oop
Con
du
it S
tub
s 5
2,4
75.0
0
Aw
ard
ed
5 -
5 2,
475.
00
5 -
5 -
5 -
$ -
5 -
7/9
/20
15
4
50
00
64
67
6
9
Rem
ove/
Rep
lace
Tra
ffic
Str
ipin
g &
Pav
emen
t
Mar
king
s $
103,
260.
00
Aw
ard
ed
5 -
5 -
$ 10
3,26
0.00
5
- 5
- 5
- 5
- 7
/9/2
01
5
45
00
06
46
76
10
Pos
t-C
onst
ruct
ion
Req
uir
emen
ts-l
nie
t M
ark
ers
S 4
,12
5.0
0
Aw
ard
ed
S -
5 _
5 4
,12
5.0
0
$ -
$ -
$ -
S -
7/9
/20
15
4
50
00
64
67
6
11
Wat
er P
ollu
tion
Con
trol
Pro
gram
Dev
elop
men
t 5
1,5
0100
Aw
ard
ed
S 5
. $
- 5
- $
-
5 -
5 1,
500.
00
719/2
015
4500
0646
76
12
Wat
er P
ollu
tion
Con
trol
Pro
gram
Imp
lem
enta
tion
$
15,0
00.0
0 A
war
ded
$
- 5
- 5
- $
- 5
- 5
- $
15,0
00.0
0 7
/9/2
01
5
4500
0646
76
13
Tra
ffic
Con
trol
, In
clu
din
g P
erm
its
5 10
1,00
0.00
A
war
ded
5
- 5
- 5
- $
- 5
- 5
- 5
101,
000.
00
7/9
/20
15
45
0006
4676
14
Bon
d (
Pay
men
t an
d P
erfo
rman
ce)
5 2
5,0
00
.00
A
war
ded
5
- $
- S
- $
- 5
- 5
- 5
25,0
00.0
0 7
/9/2
01
5
4500
0646
76
15
Fie
ld O
rder
-Typ
e II
$
200,0
00.0
0
Aw
ard
ed
S -
$ -
5 74
,973
.80
$ -
5 -
5 -
5 12
5,02
6.20
7
/9/2
01
5
4500
0646
76
16
moo
. 5
491,1
50.0
0
Aw
ard
ed
5 491,1
50.0
0
5 -
$ -
5 -
$ -
S -
S -
7/9
/20
15
4
50
00
64
67
6
17
CC
OSI
2 5
115,9
8835
Aw
ard
ed
5 237,3
66.1
9
5 -
5 18
,042
.44
S -
5 -
5 -
5 (1
39,4
20.0
8)
7/9
/2015
45
00
06
46
76
18
CC
ON
3 5
619,2
62.0
0
Aw
ard
ed
5 619,2
62.0
0
$ -
5 -
S -
5 -
5 -
5 -
7/9
/2015
45
00
06
46
76
19
5 -
5 -
$ -
5 -
5 -
5 -
5 -
$ -
20
5 -
5. -
5 -
$ -
5 -
$ -
$ -
5 -
21
$ -
S -
$ -
$ -
5 -
5 -
5 -
$
22
5 5
- 5
- $
- 5
- 5
- $
- 5
-
73
5 -
$ -
5 -
5 -
5 -
5 -
S -
5 -
24
5 -
5 -
5 -
$ -
$ -
5 -
5 -
$ -
25
5 _
5 -
5 -
5 -
$ -
$ -
5 -
$ -
26
5 -
5 -
S -
5 -
5 -
$
- 5
- 5
-
27
$ -
$ -
5 -
S -
S -
$ -
5
28
S -
5 -
5 -
5 -
S -
$ -
5 -
5 -
30
5
- $
- $
- 5
- $
- 5
- $
- 5
-
31
5 -
5 -
$ -
$ -
5 -
5 -
S -
5 -
32
- S
- $
- 5
- 5
- $
- 5
- 5
-
34
5 -
5 -
5 -
5 -
5 -
$ -
S -
5 -
AP
PR
OV
ED
TA
SKS
11.3
41 T
OT
AL
FE
ES
$ 3,8
69,2
1055
5 1
,46
2,7
28
.19
$
15
,67
5.0
0
$ 200,4
01.2
4
5 -
$ -
5 -
5 2
,19
0,4
06
.12
Per
cen
t of
Tot
al F
ees
- A
pp
rove
d T
ask
Ord
ers
37.8
0%
0.41
%
5.18
%
0.00
%
0.00
%
0.00
%
to/M
/rn
s W
AR
V01
5, U
sers
Fle
s R
kkE
‘My
Doc
umen
ts 'I
, Cop
y of
SL
UR
RY
SE
AL
GR
OU
P 1
502
. Su
bco
ntr
acti
ng
Su
mm
ary
pd
f
Recommended