Loading...
HomeMy WebLinkAboutStatewide Stripes Inc; 2013-02-12; PWM13-28TRANPWM13-28TRAN City of Carlsbad MINOR PUBLIC WORKS CONTRACT Project Manager: Maashoff. John (760) 434-2856 Mail or Deliver to: City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008-7314 Date Issued: December 21, 2012 DESCRIPTION Provide all labor, materials and equipment to necessary to install thermoplastic lines and legends per the current version of the California MUTCD, Caltrans Standard Plans, latest edition of the Greenbook, and the City of Carlsbad Engineering Standards. All work will be performed on El Camino Real and it's intersections with cross-streets, and Palomar Airport Road and it's intersections with cross-streets. A list of locations and estimated quantities are attached as Exhibit "A". No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Maashoff, John PhoneNo. 760-434-2856 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 5 ( ). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Name ^ Address Telephone Fax City/State/Zip E-Mail Address Revised 09/01/09 ^^^^^^i^^^Pereon^^u^^ ^os\gn Signature Name Title Date JOB QUOTATION ITEM NO. UNIT DESCRIPTION Unit Price Total Price 1 LR 11,624 12" Thermoplastic crosswalk / Stop Line (white or yellow) $2.80 $32,647.20 2 Each 8 Signal Ahead legend $200.00 $1,600.00 3 Each 10 Type 4 (L) or Type 4 (R) turning arrow $100.00 $1,000.00 4 LF 436 Limit Line $2.80 $1,220.80 5 Each 5 Bike Lane legend and Arrow $100.00 $500.00 Total $36,868.00 Quote Lump Sum, including all applicable taxes. Award is by total price. Total price in words for all proposed work: thirty six thousand eight hundred sixtv eight dollars. Total price in numbers for all proposed work: $36.868.00. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The City resen/es the right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bid. The City reserves the right to conduct a pre-award inquiry to determine the contractor's ability to perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance. The determination of the City as to the Contractor's ability to perform the contract shall be conclusive. Note: Please do not sign the contract document (last page) at this time. The successful contractor will execute the contract after bid award. SUBMITTED BY: STATEWIDE STRIPES. INC. Authorized Signature Contractor's License Number Classification(sj PrintedlMame and Title ' Expiration Date * TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 33-0915254 -2 Revised 09/01/09 Check a License - License Detail - Contractors State License Board Page 1 of2 DEPARTMENT OF CONSUMER AFFAIRS Contractors State License Board Contractor's License Detail - License # 788286 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this Information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number Business Information Entity Issue Pate Expire Pate License Status Classifications Extract Date 12/27/2012 Bonding 788286 STATEWIDE STRIPES INC Business Phone Number: (858) 560-6887 P 0 600710 SAN DIEGO, CA 92190 Corporation 12/05/2000 12/31/2014 ACTIVE This license is current and active. All information below should be reviewed. CLASS DESCRIPTION C33 PAINTING AND DECORATING C32 PARKING AND HIGHWAY IMPROVEMENT CONTRACTOR'S BOND This license filed a Contractor's Bond with INDEMNITY COMPANY OF CALIFORNIA. Bond Number: 525667C Bond Amount: $12,500 Effective Date: 01/01/2007 Contractor's Bond History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) BRILHANTE DAVID ANTHONY certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 02/21/2002 BQI's Bond History https://www2.cslb.ca.gov/0nlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=7... 12/27/2012 Check a License - License Detail - Contractors State License Board Page 2 of 2 WORKERS' COMPENSATION This license has workers compensation insurance with CALIFORNIA INSURANCE COMPANY Policy Number: 460085110108 Workers' Compensation Effective Date: 06/01/2012 Expire Date: 06/01/2013 Workers' Compensation Histon/ Personnel List Conditions of Use | Privacy Poiicv Copyright © 2010 State of California https://www2.cslb.ca.goy/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=7... 12/27/2012 DESIGNATION OF SUBCONTRACTORS Set forth below is the full name and location of the place of business of each sub-contractor whom the contractor proposes to subcontract portions of the work in excess of one-half of one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcontract. NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the work to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of the public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." PORTION OF WORK TO BE SUBCONTRACTED SUBCONTRACTOR* MBE Item No. Description of Work % of Total Contract Business Name and Address License No., Classification & Expiration Date Yes No Total % Subcontracted: i2Z Indicate Minority Business Enterprise (MBE) of subcontractor. 3-Revised 09/01/09 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT Labor: I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor. Guarantee: I guarantee all labor and materials furnished and agree to complete work in accordance with the Minor Public Works Project's Request for Bid dated October 31, 2012, and subject to inspection approval and acceptance by: John Maashoff, Proiect Manager. The Payment of Prevailing Wages is Not Required The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. Payment of prevailing wages is at contractor's discretion. False Claims Contract hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may be subject to the contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disgualify thg^ontract9J:^or subcontractor from participating in contract bidding. Signature: Print Name: '~V)OL\-)\ cf\>\f \ \ K0)jx^FO Revised 09/01/09 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the Califomia Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability Insurance are to be placed with insurers that have: (1) a rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than $500,000 Subject to the same limit for each person on account of one accident in an amount not less than $500,000 Property damage insurance in an amount of not less than $100,000 Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance ofthe contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clause providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Revised 09/01/09 Jurisdiction: The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: I agree to start within 60 working days after receipt of Notice to Proceed. Completion: I agree to complete work within 30 working days after receipt of Notice to Proceed. CONTRACTOR: STATEWIDE STRIPES. INC. (signhere)/j A (print name and title) By: (e-mail address)) (sign here) (print name and title) (address) (city/state/zip) (telephone no. (fax no.) CITY OF CARLSBAD a municipal corporationof the State of California: By: Dep. City Manager or Designee firJ>rc/ara S^ <^Ol3 (date) 37 y (address) (telephone no.) ATTEST: City Clerk -Of -y-i (e-mail address) (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.) APPROVED AS TO FORM: City Attorney BY: Deputy City Attorney 6-Revised 09/01/09 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On Date' before me, ^dr^ KSXlLPi^. fy t. I ' I, Here Insect Name and Title otfthe Officer / personally appeared Sj t. I • I , Here Insert Nar Name(s) of Signer(s) I 1 MARY P. S2UCH Commission # 1861137 Notary Public - California i San Diego County g ^ My Comm. Expires Aug 14.20131 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) 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. Place Notary Seal and/or Stamp Above WITNESS Signature: OPTIONAL y hand and official sei SignatureJbf Notan Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capaclty(ies) Claimed by Signer(s) Signer's Name: • Corporate Officer — Title(s): • Individual • Partner— • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHT THUMBPRINT Oh SIGNER Top of thunnb here Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHT THDMBPRINT Ol SK.NtH Top of thumb here ©2008 National Notary Association • 9350 De Soto Ave., P.O.Box 2402* Chatsworth, CA 91313-2402 •www.NationalNotary.org Item #5907 Reorder: Call Toil-Free 1 -800-876^6827 MINUTES OF SPECIAL MEETING OF THE BOARD OF DIRECTORS OF STATEWIDE STRIPES, INC. A CALIFORNIA CORPORATION A special meeting of the Board of Director(s) of Statewide Stnpes, Inc., a California corporation ("Corporation"), was held on the date and at the time and place indicated below: DATE: January 15, 2013 TIME: 10:30 a.m. PLACE: Office of the Corporation The following Director(s) ofthe Corporation was/were present at the meeting, to wit: David Bnlhante David Bnlhante presided at the meeting as chairman ("Chairman") and acted as Secretary. WAIVER OF NOTICE On motion duly made, seconded and unanimously carried, it was resolved that by signature to these Minutes, notice of time and place of this meeting would be waived and the Minutes approved. AUTHORIZATION TO BIND CORPORATION The Chairman presented to the meeting that the Corporation was executing a contract with the City of Carfsbad and the City seeks confirmation of the Corporation's officer(s) authorized to execute contracts and bind the Corporation. The Chairman presented for discussion the proposal that a resolution be approved specifying that David Bnlhante, the Corporation's president, treasurer and secretary, by his signature alone, has authority to execute contracts and bind the Corporation. After due discussion and upon notice duly made, seconded and unanimously earned, the following resolution was adopted: Page 1 of 2 RESOLVED that David Bnlhante is the president, treasurer and secretary of this Corporation with authonty to execute contractual agreements on behalf of the Corporation and bind Corporation as to all and contracts including, but not limited to, contracts for/with the City of Carfsbad. ADJOURNMENT There being no further business to come before the meeting, upon motion duly made, seconded and unanimously earned, the meeting was adjourned. David Bnlhante, Secretary MINUTES APPROVED: David Bnlhante, Director Page 2 of 2 MINUTES OF SPECIAL MEETING OF THE BOARD OF DIRECTORS OF STATEWIDE STRIPES, INC. A CALIFORNIA CORPORATION A special meeting of the Board of Director(s) of Statewide Stripes, Inc., a California corporation ("Corporation"), was held on the date and at the time and place indicated below: DATE: January 15, 2013 TIME: 10:30 a.m. PLACE: Office of the Corporation The following Director(s) ofthe Corporation was/were present at the meeting, to wit: David Bnlhante David Bnlhante presided at the meeting as chairman ("Chairman") and acted as Secretary. WAIVER OF NOTICE On motion duly made, seconded and unanimously earned, it was resolved that by signature to these Minutes, notice of time and place of this meeting would be waived and the Minutes approved. AUTHORIZATION TO BIND CORPORATION The Chairman presented to the meeting that the Corporation was executing a contract with the City of Carlsbad and the City seeks confirmation of the Corporation's officer(s) authorized to execute contracts and bind the Corporation. The Chairman presented for discussion the proposal that a resolution be approved specifying that David Bnlhante, the Corporation's president, treasurer and secretary, by his signature alone, has authonty to execute contracts and bind the Corporation. After due discussion and upon notice duly made, seconded and unanimously earned, the following resolution was adopted: Page 1 of 2 STATEWIDE STB.IPES, INC. P.O. BOX 600710 SAN DIEGO, CA 92160-0710 ««««««««««««««««»»»»»»»»»»»»»»»» 858.560.6887 858.560.0158 FAX TAX ID #33-0915254 MB/SB# 40421 DBE# 32232 EEO/AA EMPLOYER. ESTIMATE DATE NO. 12/17/2012 11846 t l ;ST< >M101* INFO City of Carlsbad Purchasing Dept. 1635 Faraday ave Carlsbad CA 92008 PROJECT Thermoplastic Legends 12-17-12 REP BF CA Uc. #788286 Since 1990 SWS QTY DESCRIPTION COST TOTAL 11,624 Ln. Ft. 12" Thermoplastic Crosswalk/ Limit Line white or yellow 2.80 32,547.20 8 Thermoplastics' "SIGNAL AHE AD" 200.00 1,600.00 10 Type IV Thermoplastic Arrows left or right 100.00 1,000.00 436 Ln. Ft. 12" Thermoplastic Limit Line 2.80 1,220.80 5 Thermo bike Lane legend and arrow 100.00 500.00 ***NOTES*** Multiple moves If work orders are to be created for this work we ask that the amount to be a minimum of $ 5000.00 Includes traffic control for our work TOTAI. $36,868.00 EXCLUDES: Waiver of Subrogation on Worker's Comp per party/policy @ $150.00 ea., Additional Insured Endorsements on Auto Liability $75.00 ea., mast arm signs, electrical or FLASHING BEACON SIGNS, bonds, notary, night work, prevailing wages (unless included above). Not responsible for A.D.A. compliance. Items not specifically included are excluded and require an additional bid. STATEWIDE STRIPES INC. REQUIRES TWO WEEKS WRITTEN NOTICE PRIOR TO SCHEDULING. Acceptance of Estimate and Agreement The undersigned hereby contracts for the services noted above and agrees to pay for the services upon completion and receipt of an invoice. The undersigned agrees to pay reasonable attorneys' fees and costs if incurred in the enforcement of this contract. Co. Name: Date: By: (Print Name and Title) Signature: Direction Street Cross Street El Camino Real locatiori Descrtption Material Color Length Quantity EB Plaza ECR 2 legs crosswalk thermo white 156 WB Plaza ECR 2 legs crosswalk 1/2 & 1/2 white 137 WB Plaza ECR E of ECR type 4 r paint white WB Plaza ECR E of ECR type? I paint white WB Marron Rd ECR 1 leg crosswalk and 6 misc crosswalk thermo white 127 EB Marron Rd ECR 1 leg crosswalk and 6 misc crosswalk thermo white 121 NB ECR Chestnut Av 2 legs crosswalk thermo white 217 WB Chestnut Av ECR 1 leg and 3 misc crosswalk thermo white 69 SB ECR Chestnut Av S of chestnut av type 61 thermo white SB ECR Tamarack Av N of tamarack av for tamarack av signal ahead thermo white NB ECR Tamarack Av 2 legs crosswalk thermo yellow 244 EB Tamarack Av ECR 2 legs crosswalk thermo yellow 152 SB ECR Tamarack Av 2 legs crosswalk thermo yellow 259 WB Tamarack Av ECR 2 legs crosswalk thermo yellow 157 SB SB SB SB ECR ECR ECR ECR Tamarack Av S of tamarack for kelley dr Kelly Dr S of tamarack for kelley dr Crestview Dr N of crestview for crestview Crestview Dr N of crestview signat ahead thermo white type 4 r paint white type 4 r paint white bike lane/arrow paint white SB ECR Crestview Dr 5 of crestview for cannon rd signal ahead thermo white NB ECR Cannon Rd 2 legs crosswalk thermo white 231 WB Cannon Rd ECR 2 legs crosswalk thermo white 193 EB Cannon Rd ECR 2 legs crosswalk thermo white 185 SB ECR Jackspar Dr S of cannon rd for Jackspar dr signal ahead paint white SB NB EB ECR ECR PAR College Blvd 2 legs College Blvd 2 legs ECR 2 legs crosswalk thermo white crosswalk thermo white crosswalk thermo white 226 242 272 SB ECR PAR 2 legs crosswalk thermo white 324 NB ECR PAR 2 legs crosswalk thermo white 329 SB ECR Town Garden Rd 2 legs crosswalk paint white 254 WB Town Garden Rd ECR 2 legs crosswalk paint white 124 NB ECR Town Garden Rd 2 legs crosswalk paint white 239 EB SB NB Town Garden Rd ECR 2 legs ECR Poinsettia Ln 2 legs ECR Poinsettia Ln 2 legs crosswalk thermo white crosswalk 1/2 & 1/2 white crosswalk 1/2&1/2 white 142 178 216 WB NB Poinsettia Ln ECR ECR Dove Ln 2 legs 2 legs crosswalk crosswalk 1/2 & 1/2 thermo white white 180 233 EB Dove Ln ECR 2 legs crosswalk thermo white 125 SB ECR Dove Ln 2 legs crosswalk thermo white 226 WB Dove Ln EGR 2 legs crosswalk thermo white 107 SB EGR Alga Rd/Aviara Pkwfy 2 legs crosswalk thermo white 248 NB ECR Alga Rd/Aviara Pkwy 2 legs crosswalk thermo white 218 SB EGR Costa Del Mar N of costa del mar signalahead thermo white 2 SB ECR Costa Del Mar 2 legs crosswalk thermo white 197 NB ECR Costa Del Mar stop bar stop bar thermo white ..... 45 SB ECR La Costa Av 2 legs crosswalk thermo white 248 EB La Costa Av ECR 2legs crosswalk thermo white 218 NB EGR La Gosta Av 2 legs crosswalk thermo white 239 WB La Costa Av EGR 2legs crosswalk thermo white 176 SB ECR La Gosta Av S of la costa av bike lane/arrow thermo white 1 SB ECR La Costa Towne Centei 2 legs crosswalk thermo white 212 NB ECR La Costa Towne Centei stop bar stop bar thermo white 45 SB ECR Levante St 21/2 legs crosswalk thermo white 120 NB ECR Levante St 2 1/2 legs crosswalk thermo white 113 SB ECR Calle Barcelona 21/2 legs crosswalk thermo white 134 EB Calle Barcelona ECR 2 legs crosswalk thermo white 175 NB ECR Calle Barcelona 2 1/2 legs crosswalk thermo white 104 NB ECR La Costa Av between la costa av & costa del mar bike lane/arrow thermo white 3 NB ECR La Costa Av N of la costa av type 4 r thermo white , 1 NB EGR Costa Del Mar N of costa del mar bike lane/arrow thermo white 1 NB EGR Dove Ln Nofdoveln bike lane/arrow thermo white 1 NB ECR Poinsettia Ln S of poinsettia In type 4 r thermo white 1 NB EGR PAR S of par bike lane/arrow thermo white 1 NB EGR Gannon Rd 5 of cannon rd for cannon rd signal ahead thermo white 3 NB EGR Usa St for lisa st type 41 thermo white 1 NB ECR Lisa St N of lisa st at dirt driveway for farm bike lane/arrow paint white 1 NB ECR Kelly Dr S of kelly dr for kelly dr signal ahead thermo white 2 NB ECR Chestnut Av S of chestnut av for chestnut av signal ahead thermo white 2 3/. 3 Direction Street Cross Street Palomar Airport Rd Location Description Type Material Color Length Quantity SB Loker Av E PAR limit line and thermo Island limit line/island thermo white 109 WB PAR EGR W of ecr bike lane/arrow thermo white WB PAR McClellan 2 legs crosswalk thermo white 233 SB McClellan PAR 2 legs crosswalk thermo white 150 WB PAR Camino Vida Roble WB PAR Palomar Oaks Way WB PAR Aviara Pk/College Bl limit line thermo white 76 NB Aviara Pkwy PAR limit line thermo white 64 EB PAR Aviara Pk/Gollege Bl limit line thermo white 81 WB PAR Hidden Valley/Cross E of hidden valley rd/the crossings dr signal thermo white WB PAR Hidden Valiey/Cross 2 legs crosswalk thermo white 229 SB The Crossings Dr PAR 2 legs crosswalk thermo white 153 EB PAR Hidden Valley/Cross 2 legs crosswalk thermo white 250 NB Hidden Valley Rd PAR 2 legs crosswalk thermo white 122 WB PAR Armada Dr 2 legs crosswalk thermo white 256 SB Armada Dr PAR 2 legs crosswalk thermo white 187 EB PAR Armada Dr 2 legs crosswalk thermo white 2S4 EB PAR Paseo Del Norte 2 legs crosswalk thermo white 247 NB Paseo Del Norte PAR 2 legs crosswalk thermo white 184 WB PAR 1-5 NB on ramp limit line thermo white 66 NB 1-5 SB on ramp PAR 2 legs crosswalk thermo white 129 WB EB PAR Avenida Encinas 2 legs crosswalk thermo white PAR Avenida Encinas 2 legs crosswalk thermo white 234 134 NB SB Avenida Encinas PAR 2 legs crosswalk thermo white 151 Avenida Encinas PAR type 41 thermo white SB SB EB NB EB EB Avenida Encinas PAR type 4 r thermo white Avenida Encinas PAR type 7 thermo white PAR 1-5 SB on ramp limit line thermo white 40 118 1-5 NB off ramp PAR crosswalk thermo white PAR Paseo Del Norte N of paseo del norte bike lane/arrow thermo white PAR Palomar Oaks Way W of palomar oaks way type 4 paint white 3467