Loading...
1998-028 - Authorizing the Town Manager to execute an agreeement with Nichols Vallerga & Associates for Street Resurfacing ConsultingRESOLUTION 1998 - 28 RESOLUTION OF THE TOWN COUNCIL OF THE TOWN OF LOS GATOS AUTHORIZING THE TOWN MANAGER TO EXECUTE AN AGREEMENT WITH NICHOLS VALLERGA & ASSOCIATES FOR STREET RESURFACING CONSULTING SERVICES FOR A CONTRACT AMOUNT OF $187,190 RESOLVED, by the Town Council of the Town of Los Gatos, County of Santa Clara, State of California, that the Town of Los Gatos enter into an agreement with Nichols Vallerga & Associates for street resurfacing consulting services for a contract amount of $187,190, and that the Town Manager is authorized, and is hereby directed, to execute said contract /agreement attached hereto and incorporated by reference as Exhibit "A" in the name and on behalf of the Town of Los Gatos. PASSED AND ADOPTED at a regular meeting of the Town Council of the Town of Los Gatos, California, held on the 6th day of April, 1998 by the following vote: COUNCIL MEMBERS AYES: Randy Attaway, Joanne Benjamin, Steven Blanton, Jan Hutchins, Mayor Linda Lubeck NAYS: None ABSENT: None ABSTAIN: None SIGNED MAYOR OF THE TOWN OF LOS GATOS LOS GATOS, CALIFORNIA CE �k CLERK �RCE 8- AGREEMENT FOR STREET RESURFACING CONSULTf7ERVICES I THIS AGREEMENT is entered into this day of i9q, by and between the Town of Los Gatos, State of California, herein cal e�Town ", and NICHOLS VALLEGA & ASSOCIATES ENGINEERS, engaged in providing STREET RESURFACING consulting services herein called the "Consultant ". RECITALS A. The Town is considering undertaking activities to RESURFACE SEVERAL MAJOR ARTERIAL STREETS. B. The Town desires to engage a STREET RESURFACING Consultant to provide consulting services in conjunction with PAVEMENT INSPECTION AND TESTING OF STREET RESURFACING WORK. C. The Consultant represents and affirms that it is qualified and willing to perform the desired work pursuant to this Agreement. AGREEMENTS NOW, THEREFORE, THE PARTIES HERETO AGREE AS FOLLOWS: 1. Scope of Services. The Consultant shall provide the following services listed in Attachment 2, which is attached hereto and incorporated by reference. In case of conflict or inconsistency between THIS AGREEMENT and the attached proposal from consultant, including attachments to proposal and proposal's "General Conditions," and any other contract documents THIS AGREEMENT shall control. Time of Performance. The services of the Consultant are to commence upon the execution of this Agreement with completion of the program by December 31, 1998. 2. Compliance with Laws. The Consultant shall comply with all applicable laws, codes, ordinances, and regulations of governing federal, state and local laws. Consultant represents and warrants to Town that it has all licenses, permits, qualifications and approvals of whatsoever nature which are legally required for Consultant to practice its profession. Consultant represents and warrants to Town that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement any licenses, permits, and approvals which are legally required for Consultant to practice its profession. Consultant shall maintain a Town of Los Gatos business license pursuant to Chapter 14 of the Code of the Town of Los Gatos. Revised: March 11, 1997 Page 1 of 8 N: \B &E \M ILLIE \AGREEMEN \NICHOLS. AGR 3. Sole Responsibility_. Consultant shall be responsible for employing or engaging all persons necessary to perform the services under this Agreement. 4. Information/Report Handling. All documents furnished to Consultant by the Town and all reports and supportive data prepared by the Consultant under this Agreement are the Town's property and shall be delivered to the Town upon the completion of Consultant's services or at the Town's written request. All reports, information, data, and exhibits prepared or assembled by Consultant in connection with the performance of its services pursuant to this Agreement are confidential until released by the Town to the public, and the Consultant shall not make any of the these documents or information available to any individual or organization not employed by the Consultant or the Town without the written consent of the Town before such release. The Town acknowledges that the reports to be prepared by the Consultant pursuant to this Agreement are for the purpose of evaluating a defined project, and Town's use of the information contained in the reports prepared by the Consultant in connection with other projects shall be solely at Town's risk, unless Consultant expressly consents to such use in writing. Town further agrees that it will not appropriate any methodology or technique of Consultant which is and has been confirmed in writing by Consultant to be a trade secret of Consultant. 5. Compensation. Compensation for Consultant's professional services shall not exceed $187,190 without prior written approval from the Director of Parks, Forestry, Maintenance, Building, and Engineering Services, and payment shall be based upon Town approval of each task. Billing shall be accompanied by a detailed explanation of the work performed by whom at what rate and on what date. Also, plans, specifications, documents or other pertinent materials shall be submitted for Town review, even if only in partial or draft form. Invoices shall include Town P.O. # and be task specific. 6. Availability of Records. Consultant shall maintain the records supporting this billing for not less than three (3) years following completion of the work under this Agreement. Consultant shall make these records available to authorized personnel of the Town at the Consultant's offices during business hours upon written request of the Town. 7. Project Manager. The Project Manager for the Consultant for the work under this Agreement shall be John Coplantz, P. E. 8. Assignability and Subcontracting. The services to be performed under this Agreement are unique and personal to the Consultant. Except as provided in the proposal from Consultant dated March 16, 1998, no portion of these services shall be assigned or subcontracted without the written consent of the Town. Revised: March 11, 1997 Page 2 of 8 N: \B &E \MILLIE\AGREEMEN \NICHOLS. AGR 9. Notices. Any notice required to be given shall be deemed to be duly and properly given if mailed postage prepaid, and addressed to: To Town: Scott R. Baker Director of Parks, Forestry, Maintenance, Building, and Engineering Services Town of Los Gatos 110 East Main Street Los Gatos, CA 95030 To Consultant: John Coplantz, P. E. Nichols Consulting Engineers, Chid. 104 Walnut Avenue, Suite 201 Santa Cruz, CA 95060 Fax: (408) 469 -4589 or personally delivered to Consultant to such address or such other address as Consultant designates in writing to Town. 10. Independent Contractor. It is understood that the Consultant, in the performance of the work and services agreed to be performed, shall act as and be an independent contractor and not an agent or employee of the Town. As an independent contractor he /she shall not obtain any rights to retirement benefits or other benefits which accrue to Town employee(s). With prior written consent, the Consultant may perform some obligations under this Agreement by subcontracting, but may not delegate ultimate responsibility for performance or assign or transfer interests under this Agreement. Consultant agrees to testify in any litigation brought regarding the subject of the work to be performed under this Agreement. Consultant shall be compensated for its costs and expenses in preparing for, traveling to, and testifying in such matters at its then current hourly rates of compensation, unless such litigation is brought by Consultant or is based on allegations of Consultant's negligent performance or wrongdoing. 11. Conflict of Interest. Consultant understands that its professional responsibilities is solely to the Town. The Consultant has and shall not obtain any holding or interest within the Town of Los Gatos. Consultant has no business holdings or agreements with any individual member of the Staff or management of the Town or its representatives nor shall it enter into any such holdings or agreements. Revised: March 11, 1997 Page 3 of 8 N: \B &E \MILLIE \AGREEMEN \NICHOLS. AGR In addition, Consultant warrants that it does not presently and shall not acquire any direct or indirect interest adverse to those of the Town in the subject of this Agreement, and it shall immediately disassociate itself from such an interest should it discover it has done so and shall, at the Town's sole discretion, divest itself of such interest. Consultant shall not knowingly and shall take reasonable steps to ensure that it does not employ a person having such an interest in this performance of this Agreement. If after employment of a person, Consultant discovers it has employed a person with a direct or indirect interest that would conflict with its performance of this Agreement, Consultant shall promptly notify Town of this employment relationship, and shall, at the Town's sole discretion, sever any such employment relationship. 12. Equal Employment Qpl2ortunit y. Consultant warrants that it is an equal opportunity employer and shall comply with applicable regulations governing equal employment opportunity. Neither Consultant nor its subcontractors do and neither shall discriminate against persons employed or seeking employment with them on the basis of age, sex, color, race, marital status, sexual orientation, ancestry, physical or mental disability, national origin, religion, or medical condition, unless based upon a bona fide occupational qualification pursuant to the California Fair Employment & Housing Act. 13. Insurance. A. Minimum Scope of Insurance: i. Consultant agrees to have and maintain, for the duration of the contract, General Liability insurance policies insuring him/her and his /her firm to an amount not less than: one million dollars ($1,000,000) combined single limit per occurrence for bodily injury, personal injury and property damage. ii. Consultant agrees to have and maintain for the duration of the contract, an Automobile Liability insurance policy ensuring him/her and his /her staff to an amount not less than one million dollars ($1,000,000) combined single limit per accident for bodily injury and property damage. iii. Consultant shall provide to the Town all certificates of insurance, with original endorsements effecting coverage. Consultant agrees that all certificates and endorsements are to be received and approved by the Town before work commences. iv. Consultant agrees to have and maintain, for the duration of the contract, professional liability insurance in amounts not less than $1,000,000 which is sufficient to insure Consultant for professional errors or omissions in the performance of the particular scope of work under this agreement Revised: March 11, 1997 Page 4 of 8 N: \B &E \MILLIE \AGREEMEN \NICHOLS. AGR B. General Liability: i. The Town, its officers, officials, employees and volunteers are to be covered as insured as respects: liability arising out of activities performed by or on behalf of the Consultant; products and completed operations of Consultant, premises owned or used by the Consultant. This requirement does not apply to the professional liability insurance required for professional errors and omissions. ii. The Consultant's insurance coverage shall be primary insurance as respects the Town, its officers, officials, employees and volunteers. Any insurance or self - insurances maintained by the Town, its officers, officials, employees or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Town, its officers, officials, employees or volunteers. iv. The Consultant's insurance shall apply separately to each insured against whom a claim is made or suit is brought, except with respect to the limits of the insurer's liability. C. All Coverages: Each insurance policy required in this item shall be endorsed to state that coverage shall not be suspended, voided, cancelled, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the Town. current certification of such insurance shall be kept on file at all times during the term of this agreement with the Town Clerk. D. In addition to these policies, Consultant shall have and maintain Workers' Compensation insurance as required by California law and shall provide evidence of such policy to the Town before beginning services under this Agreement. Further, Consultant shall ensure that all subcontractors employed by Consultant provide the required Workers' Compensation insurance for their respective employees. 14. Indemnification. The Consultant shall save, keep and hold harmless indemnify and defend the Town its officers, agent, employees and volunteers from all damages, liabilities, penalties, costs, or expenses in law or equity that may at any time arise or be set up because of damages to property or personal injury received by reason of, or in the course of performing work which may be occasioned by a willful or negligent act or omissions of the Consultant, or any of the Consultant's officers, employees, or agents or any subconsultant. Revised: March 11, 1997 Page 5 of 8 N: \B &E \MILLIE \AGREEMEN \NICHOLS. AGR 15. Waiver. No failure on the part of either party to exercise any right or remedy hereunder shall operate as a waiver of any other right or remedy that parry may have hereunder, nor does waiver of a breach or default under this Agreement constitute a continuing waiver of a subsequent breach of the same or any other provision of this Agreement. 16. Qoyertring Law. This Agreement, regardless of where executed, shall be governed by and construed to the laws of the State of California. Venue for any action regarding this Agreement shall be in the Superior or Municipal Court of the County of Santa Clara. 17. Termination of Agreement. The Town and the Consultant shall have the right to terminate this agreement with or without cause by giving not less than fifteen (15) days written notice of termination. In the event of termination, the Consultant shall deliver to the Town all plans, files, documents, reports, performed to date by the Consultant. In the event of such termination, Town shall pay Consultant an amount that bears the same ratio to the maximum contract price as the work delivered to the Town bears to completed services contemplated under this Agreement pursuant to Exhibit A hereto, unless such termination is made for cause, in which event, compensation, if any, shall be adjusted in light of the particular facts and circumstances involved in such termination. 18. Amendment. No modification, waiver, mutual termination, or amendment of this Agreement is effective unless made in writing and signed by the Town and the Consultant. 19. Disputes. In any dispute over any aspect of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, as well as costs not to exceed $7,500 in total. 20. Entire Agreement. This Agreement constitutes the complete and exclusive statement of the Agreement between the Town and Consultant. No terms, conditions, understandings or agreements purporting to modify or vary this Agreement, unless hereafter made in writing and signed by the party to be bound, shall be binding on either party. Revised: March 11, 1997 Page 6 Of 8 N: \ B &E \MILLIE \AGREEMEN \NICHOLS.AGR IN WITNESS WHEREOF, the Town and Consultant have executed this Agreement as of the date indicated on page one (1). Town of Los Gatos David W. Knapp, Tow Manager Town of Los Gatos ATTEST: Clerk of the Town of Los Gatos Los Gatos, California Consultant: 414,e6br APP Print Name V/c6- P4t;- s<pCiJ Title Approved as to Form: Marian V. Cosgrove, To Jerk Ofry P. Korb, Town Attorney Revised: March 11, 1997 Page 7 of 8 N: \ B &E \MILLIE \AGREEMEN \NICHOLS.AGR Revised 3/16/98 Exhibit A - Scope of Work Engineering Services for 1998 Street Resurfacing and Reconstruction of Knowles Drive Task A. Pavement Designs Deflection testing will be performed by NV &A on the streets listed in Exhibit C using a Dynatest 8000 Falling Weight Deflectometer (FWD) to evaluate the structural capacity of the pavement. A 9,000 pound load shall be applied to simulate the effects of a dual tire truck load (standard 18 -kip axle). Briefly, all travel lanes shall be tested at 100 foot intervals, and staggered at 50 foot intervals. Some of the streets identified in Exhibit C were tested with the FWD in 1997 and will not need to be tested this year. It is expected that three days will be required to perform FWD testing for the remaining streets in Exhibit C. In order to perform overlay designs, it is necessary to determine the thickness and material types in the existing pavement structure. Therefore, NV &A will need to perform coring services on all pavement sections tested, unless the Town has recent data on the structural sections. We anticipate that approximately 40 cores will be required; typically, one core will be required every 1,500 feet. This equates to approximately two days of coring. Four -inch diameter cores will be removed at locations to be determined by NV &A, asphalt concrete thicknesses will be measured, and the core holes will be patched. For Knowles Drive, NV &A will also conduct borings and R -value testing. NV &A will subcontract with a geotechnical engineering firm to obtain borings at up to four locations. In addition, soil and aggregate base properties, including R- values, will be determined on existing materials to determine structural section requirements. All core and bore holes will be patched prior to opening to traffic. NV &A will be responsible for all traffic control necessary to perform FWD testing and coring. Waming signs will be placed at the beginning and end of each section, and arrow boards and flagmen will be utilized as necessary. Deflection data and laboratory test results will be analyzed and designs (overlay and reconstruction) prepared in accordance with Caltrans design procedures. Typical design considerations and issues such as those below shall be addressed and included in the designs: • Shall base repairs be required? If so, how much? • Milling requirements • Types of asphalt concrete to be used. • Use of crack sealants • Use of pavement geotextiles • Recommendations for failed areas (digouts) • Recommendations for intersection approaches • Recommendations for underlying PCC pavements as appropriate • Existing utilities and traffic loops. The recommendations will be summarized in a letter report and submitted to the Town for review and comment. A preliminary construction cost estimate will also be prepared to determine whether adjustments to budgets or work scope will be required. Following review of these items by the Town, any necessary adjustments will be made and the overlay recommendations will be used to prepare the construction plans, specifications and cost estimates. Attachment 2 Task B. Plans Revised 3/16/98 For this task, NV &A shall collect from the Town any available base map, aerial photos, and improvement plan information for all project streets. NV &A proposes to use the street right of way map on AutoCAD as a starting point for preparation of the plans. This information will then be augmented by street improvement plans, or aerial photos if they are available. It is our understanding that street improvement plans will not be available for all portions of the streets. Where improvement plans are not available, additional field work will be required to locate limits of work. For our cost estimate, we have assumed that improvement plans will be available for approximately 25 percent of the streets. Once all record information is collected, NV &A shall prepare base map sheets with all utilities (manholes, monuments, etc.) and striping located for field review. During the field review, the utility and traffic signal loop locations and striping dimensions will be verified. NV &A will also prepare typical sections and a cover sheet. Following field review, a draft set of plans will be prepared and submitted to the Town for review. All drawings will be prepared using AutoCAD Release 13. Any necessary changes requested by the Town will be incorporated and a final set of plans will be prepared. One original set of reproducible plans and the AutoCAD drawing files will then be submitted to the Town. Task C. Specifications To supplement the project plans from Task B, NV &A will prepare a set of specifications for the project. It is expected that only minimal modifications to the 1997 specifications will be required since NV &A prepared the 1997 specifications. However, any problems encountered in 1997 will be addressed in the 1998 specifications. The Town's contract boiler plate will be reviewed and edited, and technical specifications will be prepared that are consistent with the pavement design and project plans. Some examples of items which may be included in the technical specifications are: • Asphalt concrete • Aggregate base • Aggregate subbase • Pavement removal • Milling • Digout repairs • Pavement fabric • Crack sealants Particular attention will be paid to the following issues of concern: • Asphalt concrete mix design and material requirements • Surface preparation prior to overlay • Compaction requirements • Inspection requirements A draft set of specifications will be prepared and submitted to the Town for review. Any necessary Revised 3/16/98 changes requested by the Town will be incorporated and a final set of specifications will be prepared. The plans will be prepared with either Word for Windows or WordPerfect for Windows as required by the Town. Task D. Quantity and Cost Estimates For this task, NV &A will prepare estimates of construction quantities and cost. A field review shall be performed to: 1) document conditions prior to construction, 2) measure field quantities, 3) locate and verify all utilities and traffic loops within the limits of resurfacing, and 4) locate and determine quantities for striping. Based on the information gathered in the field review, a preliminary quantity and cost estimate for use in the bid documents will be prepared and submitted to the Town for review. As the designs are refined and adjusted, the quantity and cost estimates will also be updated. Any necessary changes requested by the Town will be incorporated and a final set of estimates will be prepared. Task E. Bidding /Award Construction Support NV &A will provide design support to the Town during the bidding period. NV &A shall also attend the preconstruction conference and will assist the Town with reviewing submittals, particularly the mix design and materials to be used, prior to construction. Task F. Pavement Inspection Services The scope of work for this task is preliminary and will need to be finalized prior to construction to define roles and responsibilities of NV &A and Town personnel. This task consists of full -time construction inspection for surface preparation, paving, striping, and incidental work associated with the 1998 street resurfacing project and the reconstruction of Knowles Drive. For this task, NV &A will act as an authorized representative for the Town and will inspect the Contractor's operations and traffic control procedures. We anticipate that the Contractor's work items will include (but not be limited to) pavement removal; surface preparation, such as milling, wedge cutting, base repair, crack sealing, and pavement fabric; aggregate base placement; asphalt concrete placement; raising utility structures to grade; and placing pavement markings /striping. Roles and responsibilities of NV &A's inspectors and Town inspectors (if utilized) need to be clearly defined, prior to the start of construction. We have assumed that the Town or its inspectors will be primarily responsible for reviewing public relations issues such as notification and interruption of local businesses, noise and dust control, etc. and that NV &A `s responsibilities will be primarily related to supervision of construction operations. We anticipate that NV &A's day -to -day inspection responsibilities will include: • Marking locations of surface preparation and limits of work, as required, • Inspecting pavement removal operations and preparation of subgrade, • Inspecting aggregate base placement, • Inspecting surface preparation and asphalt concrete laydown, including checking Revised 3/16/98 temperatures, • Inspecting the rolling and compaction operations, • Checking the Contractor's traffic control procedures, including temporary traffic control measures, • Inspecting utility and striping operations for conformance with plans and specifications, • Measuring pay quantities, • Prepare a daily diary to document observations • Assisting the Town with public relations For street resurfacing, we have estimated 320 hours of inspection, to be conducted on a full -time basis during surface preparation, paving, and striping activities and may make occasional visits at other times. This estimate assumes that surface preparation activities will be completed in a one -week period of 8- hour work days. We have assumed that paving will require approximately four weeks of 12 -hour work days. Finally, we have estimated that striping will require approximately one week of 8 -hour work days. We have also budgeted an additional 24 hours of time for meetings with the Town and Contractor or other tasks as required. For Knowles Drive, we have estimated 400 hours of inspection, to be conducted on a full -time basis during pavement removal and replacement with occasional visits at other times as required. This estimate assumes that work will be phased over four areas with approximately two weeks of activity for each phase. We have also budgeted an additional 16 hours of time for meetings with the Town and Contractor or other tasks as required. Task G. Sampling and Testing The scope of work for this task is currently unknown and will be better defined after the overlay and reconstruction designs have been finalized. A preliminary scope of work follows. This task will consist of sampling and testing the asphalt concrete for conformance with specification requirements. NV &A will team with Kleinfelder to perform a sampling and testing program to be broken into four phases: 1) job startup, 2) routine sampling/testing, 3) routine compaction testing, and 4) coring. During placement of the aggregate base, sampling and testing of aggregate base material will be conducted to measure relative compaction and gradation. At startup of paving, asphalt concrete samples will be taken for each mix design (3/4" medium, and %2" medium). Stability, asphalt content, gradation, and laboratory maximum density will be measured for each mix design. In addition, nuclear density tests will be conducted to check adequacy of the contractor's rolling pattern. Routine sampling and testing will consist of intermittent sampling and testing for asphalt content, gradation, and laboratory maximum density. Routine compaction tests will be conducted with a nuclear density gage at random locations throughout the project. An inspection of the hot -mix plant will be scheduled as required throughout the project. Finally, cores will be obtained to verify overlay thickness. Project Deliverables The project deliverables shall include the following: • Letter report of overlay designs and pavement designs for Knowles Drive • One set of reproducible plans on Mylar (24" x 36 ") (AutoCAD Release 13) • One hard and electronic copy of the specification (Word or WordPerfect for Windows) • One hard and electronic copy of the final estimate (Excel for Windows) • Inspector's daily reports • Test results from the sampling and testing program Schedule Task Description Weeks to Complete from Notice to Proceed A. Pavement Designs 4 weeks B. Plans 10 weeks C. Specifications 10 weeks D. Quantity and Cost Estimates 10 weeks E. Bidding /Award Construction Support As scheduled F. Pavement Inspection Services As scheduled G. Sampling and Testing As scheduled Revised 3/16/98 co M a N d C 3 O Q C cv m � F- C m � X � W C a0+ l9 y C d a 0 U v N O R 0 W O J O C O t.. �L N _d Y 3 O H r O N C N O O N O U � R J o C C U 3 o � Y H R � m � w N w 0 0 0 0 0 0 0 0 f0 f0 N N t7 i0 e} QI � N N N O n t• O r � O p Cl) N I r- N co U w w w w w w w w 0 0 0 0 0 0 0 0 O O O d' 0 O O A a+ c0 O M d N OCT d' N N Of O - N d O U <awwrflwdsvtw O N V N � 0 co V � N Y M d U w F= A Q N N N A U CL W O w T mw ° DLO m w n m r- o N 'O C w A m d m c w o T V N 7 F o S �L NM d O N W IL w O M io co (O M Q O N M O C p N W w 00co co 00 c w W) d � T d w r a a N C U ° .Z y E N J m H y W W O C C 0 o Ut5 d F C d C a 0 C o a c N 3 C N CU E= E o > y M a E m S � > M m F ¢ cm U 6 LLI u: C7 Exhibit C. Planned Street Maintenance for 1998 Revised 3/16/98 (Overlay and Reconstruction Program for Selected Arterials) ST NAME START LOCATION END LOCATION LENGTH NUMBER OF: LANES FWD TESTS CORES STREETS TO BE RESURFACED IN 1998: BLOSSOM HILL RD WINCHESTER BL OAK MEADOW DR 1088 4 44 1 BLOSSOM HILL RD OAK MEADOW DR HIGHWAY 880 (17) 924 4 37 1 BLOSSOM HILL RD HIGHWAY 880 (17) OAK RIM WY 1492 2 30 2 BLOSSOM HILL RD OAK RIM WY LOS GATOS BL 791 4 32 2 BROADWAY EXT. W. MAIN ST PRIVATE DRIVE 500 2 10 1 LARK AV WINCHESTER BL ARROYO GRANDE WY 1155 4 46 2 LARK AV ARROYO GRANDE WY GARDEN HILL DR 720 4 29 1 LARK/LGB INTERSE 300' N/O LARK AV 300' S/O LARK AV 800 6 Tested • 1997 Cored - 1997 POLLARD RD W. PARR AV KNOWLES DR 1100 2 22 2 WINCHESTER BL DIVISION ST POLLARD RD 1769 2 35 2 WINCHESTER BL POLLARD RD R.R. TRACKS 856 4 34 1 WINCHESTER BL R.R. TRACKS LARK AV 1481 4 59 2 WINCHESTER BL LARK AV WILDWAY 1589 2 32 2 WINCHESTER BL WILDWAY MILANI CT 1368 2 27 2 WINCHESTER BL MILANI CT EL RANCHO WY 1670 2 33 2 WINCHESTER BL EL RANCHO WY SHELLBURNE WY 1437 2 29 2 WINCHESTER BL SHELLBURNE WY BLOSSOM HILL RD 1070 2 21 2 Totals 521' 27 STREETS TO BE RECONSTRUCTED IN 1998: KNOWLES DR POLLARD RD DARDANELLI LN KNOWLES DR DARDANELLI LN WINCHESTER BL KNOWLES/WINCH 1 200/ N/O KNOWLES D 100' S/0 KNOWLES DR 521 4 21 4 1569 4 63 6 400 2 Tested - 1997 Cored - 1997 Totals 84 10 Grand Total 604 37