HomeMy WebLinkAboutStaff Report 4226
City of Palo Alto (ID # 4226)
City Council Staff Report
Report Type: Consent Calendar Meeting Date: 11/12/2013
City of Palo Alto Page 1
Summary Title: Safe Routes to School Improvements
Title: Approval of Construction Contract to D&M Traffic in the amount not to
exceed $180,000 for Safe Routes to School Intersection Improvements at
Various Locations
From: City Manager
Lead Department: Planning and Community Environment
Recommendation
Staff recommends that Council authorize the City Manager or designee to execute a contract
with D&M Traffic Services, Inc. (Attachment A) in a total amount not to exceed $180,000.00 for
the Safe Routes to School Intersection Improvements project.
Background
The Palo Alto Safe Routes to School Program is a partnership between the City of Palo Alto, Palo
Alto Unified School District (PAUSD) and local Parent Teacher Association (PTA) groups to help
educate and encourage safe commuting habits for students. This is accomplished through in-
class curriculum, engineering improvements, enforcement in the field and on-going evaluation
measures to continually improve the program.
In 2010 the City received a grant from the Valley Transportation Authority (VTA) – Vehicle
Emissions Reductions Based at Schools (VERBS) program to develop Suggested Walking and
Biking (Walk and Roll) maps for each of the 17 public schools within the PAUSD boundary
including Gunn and Palo Alto High Schools. As part of the Walk and Roll map development
process the City also identified near-term and long-term field improvements within both the
City and PAUSD jurisdictions. The Safe Routes to School Intersection Improvements project
includes community-identified areas of improvement to help improve locations where school-
aged pedestrians cross streets. Improvements include, but are not limited to enhanced
crosswalk markings, pedestrian warning signage, bike route stencils, etc., for the following
schools:
City of Palo Alto Page 2
Elementary: Barron Park, Duveneck, El Carmelo, Fairmeadow, Hoover, Juana
Briones, Ohlone, Palo Verde, and Walter Hays Elementary Schools
Middle: JLS and Terman Middle Schools
High: Gunn High School
Additional Safe Route to School Intersection Improvements projects will be developed and
released as the Walk and Roll process for the additional schools are completed.
The City released the current Safe Routes to School Intersection Improvements project for
bidding and is recommending award of a construction project to D&M Traffic Services, the most
responsive low-bid for the project.
Summary of Land Use Action
All work within the project is within public right-of-way, except for one signage improvement
that is on the grounds of Palo Verde School. This signage improvement is near the edge of the
public right-of-way, is intended to restrict vehicular movement on a City street. Both the Palo
Verde School Administrators and PAUSD Staff have approvedthe sign installation.
Summary of Key Issues
The City released a Request for Quotation (RFQ) for the Safe Routes to School Intersection
Improvements on September 10, 2013. The City received three quotations in response to the
RFQ.
The solicitation and selection process is outlined below.
Quotation Description/Number Safe Routes to School
Intersection Improvements
Total Days to Respond to RFQ: 22 days
Pre-proposal Meeting Date: None
Number of Company Attendees at N/A
City of Palo Alto Page 3
Pre-proposal Meeting
Number of Quotations Received: 3
Quotations Received from: Location (City, State) Quote
D&M Traffic Services, Inc. Santa Clara, CA $174,811.45
Central Striping Service, Inc. Rancho Cordova, CA $191,810.50
Chrisp Company Fremont, CA $398,947.74
Quotations were evaluated based primarily on cost to the City but the following additional
criteria were also considered:
Qualifications and experience of the staff,
Quotation quality and completeness,
Response time and ability to perform the work,
D&M Traffic Services, Inc. submitted the lowest bid. D&M Traffic Services has direct work
experience in this area and has the experiences needed to complete the project. A contract
value of $180,000 is recommended to allow for contingency and additional minor
improvements if required.
Policy Implications
This project is consistent with key transportation goals in the City’s Comprehensive Plan,
including “Goal T-3: Facilities, Services and Programs that Encourage and Promote Walking and
Bicycling”, and “Goal 6: A High Level of Safety for Motorists, Pedestrians and Bicyclists on Palo
Alto Streets”. Specific relevant policies include:
Policy T-14: Improve pedestrian and bicycle access to and between local destinations,
including public facilities, schools, parks, open space, employment districts, shopping
centers and multi-modal transit stations.
Policy T-39: To the extent allowed by law, continue to make safety the first priority of
citywide transportation planning. Prioritize pedestrian, bicycle, and automobile safety
over vehicle level-of-service at intersections.
Policy T-40: Continue to prioritize the safety and comfort of school children in street
modification projects that affect school travel routes.
City of Palo Alto Page 4
Resource Impact
Funding for the Safe Routes to School Intersection Improvement project is included in the
Capital Improvement Program project, PL-00026, Safe Routes to School. There is sufficient
funding in the budget to cover the cost of the contract.
Timeline
The Safe Routes to School Intersection Improvement project includes improvements at 42
different intersections or locations around the City. Construction is anticipated to continue into
Spring 2014.
Environmental Review
All of the proposed improvements within the project include roadway marking and signage
improvements that are Categorically Exempt under CEQA Guidelines Section 15301.
Attachments:
Attachment A: Contract with D&M Traffic Services (PDF)
CITY OF PALO ALTO CONTRACT NO. C14150009
GENERAL SERVICES AGREEMENT
THIS AGREEMENT made and entered into on the day of November, 2013, by and between the CITY O~'
PALO ALTO, a caJlfornia Chartered Municipal Corporation ("CITY"), and D&M TRAFFIC SERVICES,
INC. a Califuruia eorporatiOll, located at 845 Reed Street, Santa Clara, CA, 95050, Telephone (408)591-3180
("CONTRACTOR"). In eonsideration ofthcir mutual covenants, the parties hereto agree as fullows:
1. SERVICES. CONTRACTOR shall provide or furnish the sen';,es ("Services") described in the Scope of
Services, attru:hed as Exhibit A.
2. EXHIBITS. The following exhibits are attaehed to and made a part ofthis Agreement:
IZI "A" -Scope of Services o "B" -Schedule of Performance IZI "C" -Compensation
~ liD" -Insurance Requirements
COIITRACT IS NOT COMPLETE UNLESS ALL EXHIBITS ARE ATTACHED.
3. TERM.
The term of this Agreement is from November ,20 13to June 30, 2014 inclusive, subject to the provisions
of Sections Q and V of the General Terms and Conditions.
4. SCHEDULE OF PERFORMANCE. CONTRACTOR sbaH complete the Services within the term of this
Agreement in a reasonably prompt alld timely manner based upon the circumstances and direction
communicated to CONTRACTOR, and if applicable, in accordance with the schedule set forth in the
Schedule of Performance, attached as Exhibit B. Time is of the essence in this Agreement.
5. COMPENSATION FOR ORIGINAL TERM. CITY sball pay and CONTRACTOR agrees to accept as
not to exceed compensation for the full performance oflhe Services and reimbursable expenses, if any:
Pi A sum calculated in accordance with the ree schedule set furth in Exhibit C, not to exceed a total
maximum compensation amount of One Hundred Eighty Thousand dollars (SI 80,000.00).
CONTRACTOR agrees that it can perform the Services for an a.tllount not 10 exceed the total maximum
compensation set furth above. Any hours worked or services perfonned by CONTRACTOR for which
payment would result in a lotal exceeding the maximum amount of compensation set forth above for
perfurmance of the Services shaU be at no cost to CITY.
6. COMPENSATION DURING ADDITIONAL TERMS.
PI CONTRACTOR'S compensation rates fur each additioIll!1 term shall be the same as the original
term.
7. INVOICING. Send all invoices to the CITY, Attention: Project Manager. The Project Manager is: Jaime
Rodrigues, Planning & Community Environment Dept.: Transportation Division, Telephone: (650) 329-
2136. Invoices shaH be submitted in arrears for Serviees perfurmed. Invoices shall not be submitted more
frequently than monthly. Invoices shall provide a detailed statement of Services performed during the
invoice period and are subject to verification by CITY. CITY shall pay the undisputed amount of invoices
within 30 days of receipt.
GENERAL TERMS AND CONDITIONS
A. ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of this Agreement. This
Agreement includes and is limited to the terms and conditions set fonh in sections 1 through 6 above, these
general terms and conditions and the attached exhibits.
B. QUALIFICATIONS. CO:-ITRACTOR represeots and warrants that it baa the expertise and qualifications
to complete the services described in Section 1 of this Agreement, entitled "SERVICES," and that every
individual cbarged with the performance of the serviees under this Agreement has sufficient skill and
experience and is duly licensed or eertified, to the extent such licensing or eertification is required by law,
to perform the Services. CITY expressly relies on CONTRACTOR's representations regarding its skills,
knowledge, and certifications. CONTRACTOR shall perform all work in accordance with generally
accepted business practices and performance standards of the industry, including all federal, state, and local
operation and safety regulations.
C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of this
Agreement, CONTRACTOR and any person employed by CONTRACTOR shaIl at all times be considered
an independent CONTRACTOR and not an agent or employee of CITY. CONTRACTOR shall be
responsible for employing or engaging all persons necessary to complete the work required under this
Agreement
D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services under this
Agreement unless CONTRACTOR obtains prior written consent of CITY. CONTRACTOR shall be solely
responsible for directing the work of approved subcontractors and for any compensation due to
subcontractors.
E. TAXES AND CHARGES. CONTRACTOR sball be responsible for payment of all taxes, fees,
contributions or charges xpplicable to the .onduet of CO:-ITRACTOR's business.
F. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance ofthe Services comply with
all applicable federal, state and lo.allaws, ordinances, regulations, and orders.
G. DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR sball, at its sole expense, repair
in kind, or as the City Manager or designee shall direct, any damage to public or private property that
occurs in connection with CO:-ITRACTOR's performance of the Services.
CITY may decline to xpprove and may withhold payment in whole or in part to such extent as may be
necessary to protect CITY from loss because of defective work not remedied or other damage to the CITY
occurring in connection with CONTRACTOR's perfurmance of the Services. CITY shall submit written
documentation in support of such withholding upon CONTRACTOR's request. When the grounds
described above are removed, payment shall be made for amounts withheld because of them.
H. WARRANTIES. CONTRACTOR expressly warrants that all services provided under this Agreement shall
be perfurmed in a professional and workmanlike manner in accordance with generally aceepted business
practices and performance standards of the industry and the requirements of this Agreement.
CONTRACTOR expressly warrants that all materials, gnods and equipment provided by CONTRACTOR
under this Agreement shall be fit for the particular purpose intended, shall be free from defects, and shall
conform to the requirements of this Agreement. CONTRACTOR agrees to promptly replace or corrcet any
material or service not in compliance with these warranties, including incomplete, inaccurate, or defective
material or service, at nO further cost to CITY. The warranties set forth in this section shall be in effect for
a period of one year from completion of the Services and shall survive the completion of the Servic<>s or
termination of this Agreement.
I. MO:'iITORING OF SERVICES. CITY may monitor the Services performed under this Agreement to
determine whether CONTRACTOR's work is completed in a Salsfru;tory manner and complies with the
provlsions of this Agreement.
J. CITY'S PROPERTY. Any reports, infurmation, data or other material (including copyright interests)
developed, coUected, assembled, prepared, or caused to be prepared Ill1der this Agreement will become the
property of CITY without restriction or limitation upon their use and will not be made available to any
individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written
approval of the City Manager.
K. AUDITS. CONTRACTOR agrees to permit CITY and its authorized representatives to audit, at any
reasonable time during the term of this Agreement and fur three (3) years ftom the date of final payment,
CONTRACTOR', records pertaining to matters covered by this Agreement CONTRACTOR agrees to
maintain accurate books and records in accordance with generally accepted accounting principles for at
least three (3) following the terms of this Agreement.
L. !liO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance by CITY shall
operate as a waiver on the part of CITY of any of its rights under this Agreement.
M. INSURANCE. CONTRACTOR, at its sole cost, shall purchase IlJld maintain in full force during the term
of this Agreement, the insurance coverage described in Exhibit D. Insurance must be provided by
companies with a Best's Key rating of A·;VII or higher and which are otherwise acceprable to the City's
Risk Manager. The City's Risk Manager must approve deductible, and self·insured retentions. In addition,
all policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager as to
form and content. CONTRACTOR shall obtain a policy endorsement naming the City of Palo Alto as an
additional insured under any general liability or automobile policy. CONTRACTOR shall obtain an
endorsement stating that the insurance is primary coverage and will not be canceled or materially redueed
in coverage or limits until after providing 30 days prior written notice oftbe cancellation or modification to
the City's Risk Manager. CONTRACTOR shall provide certificates of such policies or other evidence of
coverage satisfactory to CITY's Risk Manager, together with the required endorsements and evidence of
payment of premiums, to CITY concurrently with the execution of this Agreement and shall throughout the
term of this Agreement provide current certificates evidencing the required insurance coverages and
endorsements to the CITY's Risk Manager. CONTRACTOR shall include all subcontractors as insured
under its policies or shall obtain and provide to CITY separate certificates and endorsements for each
subcontractor that meet all the requirements of this section. The procuring of such required policies of
insurance shall not operate to limit CONTRACTOR's liability or obligation to indemnifY CITY under this
Agreement
N. HOLD HARMLESS. To the fullest extent permitted by law and without limitation by the provisions of
section M relating to insurance, CONTRACTOR shall indemnify, defend and hold harmless CITY, its
Council members, officers, employees and agents ftom and against any and all demands, claims, injuries,
losses, or liabilities of any nature, including death or injury to any person, propertY damage or any nther
loss and including without limitation all damages, penalties, fines and judgments, associated investigation
and administrative .xpenses and defense costs, including, but not limited to reasonable attorney's rees,
courts costs and costs of alternative dispute resolution), arising out o( or resulting in any way ftom or in
conneetion with the performance ofthis Agreement. The CONTRACTOR's obligations under this Section
apply regardless of whether or not a liability is caused or contributed to by any negligent (passive or active)
act or omission of CITY, except that the CONTRACTOR shall not be obligated to indemnity for liability
arising ftom the sole negligence or willful misconduet of the CITY. The aceeptaoce of the Services by
CITY shall not operate as a waiver of the right of indemnifieation. The provisions of this Section survive
the completion of the Services or termination of this Contract.
O. NON· DISCRIMINATION. As set furth in Palo Alto Municipal Code section 2.30.510, CONTRACTOR
certifies that in the performance of this Agreement, it shall not discriminate in the employment of any
person because of the race, skin color, gender, age, religion, disability, national origin, ancestrY, sexual
orientation, housing status, marital status, familial stalus, weight or height of such person. CONTRACTOR
acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto
Municipal Code relating to Nondiserimilllltion Requirements and the penalties fur violation thereof, and
agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment.
P. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement, certifies that it is aware
of the provisions of the Labor Code of the State of California 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 certifies that it will eomply with such provisions, as applicable, before commencing and
during the performanee of the Services.
Q. TERMINATION. The City Manager may terminate this Agreement without cause by giving ten (10)
days' prior written notiee thereof to CONTRACTOR. If CONTRACTOR fuils to perform any of its
material obligations under this Agreement,' in addition to all otlter remedies provided by law, the City
Manager may terminate this Agreement immediately upon written notice of termination. upon receipt of
sueh notice of termination, CONTRACTOR shall immediately discontinue perfonnance. CITY, CITY
shall pay CONTRACTOR for services satisfactorily performed up to the effective date of termination. If
the termination if for cause, CITY may deduct from such payment tIte amount of aetual damage. if any,
sustained by CITY due to Contractor's fililme to perfurm its material obligations under this Agreement.
Upon termination, CONTRACTOR shall immediately deliver to the City Manager any and all copies of
studies, sketehes, drawings, computations, and other material or products, whether or not completed,
prepared by CONTRACTOR or given to CONTRACTOR, in connection with this Agreement. Such
materials shall become the property of CITY.
R.. ASSIGNMENTS/CHANGES. This Agreement binds the parties and tlteir successors and assigns to all
covenants of this Agreement. This Agreement shall not be assigned or transfurred without the prior written
consent of the CITY. No amendments, changes or variations of any kind are authorized without the written
consent of the CITY.
S. CONFLICT OF INTEREST, [n aceepting this Agreement, CO;>;TRACTOR covenants that it presently
has no interest. and will not acquire any interest, direct or indirect, financial or otherwise, which would
conflict in any manner or degree with the performance ofthis Contract. CONTRACTOR further covenants
that, in the perfonnanee of this Contract, it will not employ any person having such an interest.
CONTRACTOR certifies that no City Officer, employee, or authorized representative has any financial
interest in the business of CONTRACTOR and that no person associated with contractor has any interest,
direct or indirect, which could conflict with the filithful performance of this Contract. CONTRACTOR
agrees to advise CITY if any conflict arises.
T. GOVERNING LAW. This contract shall be governed and interpreted by the laws of the State of
California.
U. ENTIRE AGREEMENT. This Agreement, including all exhibits, represents the entire agreement
between the parties with respect to the services that may be the subject of this Agreement. Any variance in
the exhibits does not affect the validity of the Agreement and the Agreement itself controls over any
conflicting provisions in the exhibits. This Agreemeot supersedes all prior agreements, representations,
statements, negotiations and undertakings whether oral or wTitten.
V. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the Cityof
Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated fur tIte fullowing fiscal year, or (b) at any
time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and
funds for this Contraet are no longer available. This Seetion shall take precedenee in the event of a confliet
with any other covenant, term, condition, or provision of this Contract.
W. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS.
CONTRACTOR shall comply with the City's Environmentally Prefurred PlU'Chasing policies whieh are
available at the City's Purchasing Department which are incorpornted by rererence and may be amended
from time to time. CONTRACTOR shall comply with waste reduction, reuse, recycling and disposal
requirements of the City'S Zero Waste Program. Zero Waste best practices include first minimizing and
reducing waste; second, reusing waste and third, recycling or composting waste. In particular, Contractor
shall eomply with the following zero waste requirements:
• All printed materials provided by Contractor to City generaled from a personal computer and
printer including but not limited to, proposals, quotes, invoices, reports, and public education
materials, shall be double-sided and printed on a minimum of 30% or greater post·consumer
content paper, unless otherwise approved by the City's Project Manager. Any submitted materials
ptimt!(] bY' a profess!pl)ql pr~ntjng cOJnp~nysllan be a' minl:nmtn of 3!Jt'/l) or gteater post-consumer
l1lilt<.,orial ,fl)itptu;~ed with vegetahle"bMedj.l1ks::
• Goods purcl\(lseQ by Conlmct~l' on helmlf of the City shilll be pmcllllS<XI in ""cordance with the
City>, l;\nyironmentuJ Putcn""mg Policy including but 1101 limited to Exlonded Prodll~er
Responsi\lilit;' require"i""!s tur produ<:!sand paokAging. A copy of tb.is pubcy is on iile at the
Pm'chnsjng Otlice,
• Reusabicll'ct~lt.nBb]e ,paUets shaJl be taken bilCk by:the .conti'nctor~ At no addirioIl'lJ ('oM to the City,
fur. 1't:!llSe, or recycling_ Conttaelor '8haU" provid~ 'dDcumelltation from !ht:! ffl("j lilY nccepljllg II~e
pullel's to vetify dmi paHc;lll !'lrC not he,\ng disposed"
X. AUTHORITY. The Indlviduat(s) eX<:lOulingtllis Ag":""tc'!!t rCI,re.OIH ane) wmren! Ihat they have the legal
capacity and authority tt", do $O~ (ill behnlf of their rc."pedivc legal emille5"
Y; CONTRACT TERMll; AIlllnch«:kedboxe, do "cit "PP1yt\> tb1$ CQotmct
INWlTNF~,S WHERHOF; the pattje, hcrelQhaw Ole Illj>ir dllly",utiloriz.ed ·rcp".,entallVesexcc'Uted ,Ius Agreement
011 the'dnte firs·f aboY.1! ;,.,.Tjuetl.
CITY OF PAW ALTO D&M TRAFFIC SERVICES, mc,
EXHIBIT "A"
SCOPE OF SERVICES
SUMMARY OF WORK
The work to be performed under this Contract shall consist of fumishing all tools,
equipment, materials, supplies, and manufactured articles and for furnishing all
transportation and services, including fuel, power, water, and essential communications,
and for the performance of all labor, work, or other operations required for the fulfillment
of the Contract in strict accordance with these SpecifICations and the Project Plans. The
work shall be complete, and all work, materials, and services not expressly shown or
called for in the Contract which may be necessary for the complete and proper
construction of the Work in good faith shall be performed, furnished and installed by the
Contractor, at no increase in cost to the City.
WORK COVERED BY CONTRACT
The work under this contract includes signing and striping, curb painting, and installing
rubber islands at various locations in the City of Palo Alto, as per the Project Plans and
these Specifications.
I: NOTIFICATION OF RESIDENTS AND BUSINESSES
PART 1 --GENERAL
1.01 DESCRIPTION
A. WORK INCLUDED
1. "No Parking -Tow Away" signs shall be posted on a street in whiCh the work
is to be performed in accordance with these Specifications.
2. Traffic Control per Section 01570.
3. "Driveway Closure Notice", shall be distributed only to those residences that
may have their driveway access closed due to pavement repair work.
PART 2 --PRODUCTS
2.01 "NO PARKING -TOW AWAY" SIGNS
A. "No Parking -Tow Away" signs will be provided at the Pre-Construction meeting
by the City for the Contractor to post. Work Description Notices are to be
stapled to barricades at all times indicating type of work being executed by the
Contractor.
PART 3 --EXECUTION
3.01 DISTRIBUTION
A. Dated "No Parking -Tow Away" signs shall be posted a minimum of 72 hours in
advance of all work, which requires that cars not be parked in the construction
area. The Contractor shall notify the CPA Police Department and the Project
Engineer of this posting at the time of posting. The date and time of work shall
be written on these signs in 1" high black letters with a 14" felt marker. These
signs shall be placed on either barricades per these specifications or tied to
street trees located near the curb and gutter, no higher than 3 feet from sidewalk.
Nails or staples may not be used to attach the signs to the trees. All signs must
be removed immediately after the specific Work has been completed and is
ready for release to the public. Any cars which remain parked on the street in
violation of the posted "No Parking Tow Away' sign shall be towed away under
direction of the Palo Alto Police Department. The Contractor shall be responsible
for notifying the Police Department at the Communications Dispatch Center at
(650) 329-2413 of all vehiCles that are to be towed away. The owner of the towed
vehicle may contact the Police Department at (650) 329-2406. If the "No Parking
Tow Away" signs have not been posted for the required 72 hours and the car is
towed, the Contractor shall be liable for the cost of towing.
B. The Contractor shall call the Palo Alto Police Department Communications
Dispatch Center and the Project Engineer, prior to the start of work each day, to
report all street closures for that day.
C. Posting of "No Parking -Tow Away Zone" signs:
1. Sign Posting -"No Parking -Tow Away Zone"
a. All signs indicating a "No Parking -Tow Away" zone shall be:
1) posted a minimum of 72 hours in advance,
2) properly and completely filled out and initialed by the
Contractor,
3) posted to the barricade ortied or taped to a tree, and
4) placed on both ends of the "No Parking" zone.
b. The contractor shall commence worK the same day the "No
Parking" signs are posted for. If the work does not commence on
the date or dates noted, the contractor shall repost the "No
Parking" signs which require a minimum of 72 hours advance
notice.
c. All signs and the barricades shall be removed the same day
that the Work is completed.
d. The "No Parking -Tow Away" signs (see above) will be provided
by the City, and shall be ordered immediately after the Notice To
Proceed is issued.
e. The Palo Alto Police Department and the Project Engineer shall
be notified of the "No Parking -Tow Away" zone, before the 72
hour period begins.
2. Use of Barricades
All barricades shall be:
a. Type II barricades,
b. At intersections and at locations where a difference in grade exists,
Type II barricades with properly working and maintained flashing
lights shall be used.
c. placed at intervals of no greater than 50 feet or as deemed
appropriate by the Engineer,
d. placed in the street or in the parkway as close to the street as
possible where it is easily visible, and
e. removed from the street the same day the work is completed.
PART 4 MEASUREMENT AND PAYMENT
4.01 NOTIFY RESIDENTS AND BUSINESSES
A. DESCRIPTION
Work for this bid item shall include all the work necessary to post "No Parking -
Tow Away" signs as required in these Specifications.
B. MEASUREMENT AND PAYMENT
This item shall be measured and paid as part of the Traffic Control lump sum bid
item. Payment shall include full compensation for furnishing all labor, eqUipment,
tools, and materials necessary to complete work in this section.
II: PROJECT SCHEDUL.ING
PART 1 GENERAL
END OF SECTION
A. This Section describes the scheduling procedures for the work in this project.
PART 2 PRODUCTS (Not Required)
PART 3 EXECUTION
3.01 WORK SCHEDULE
A. The Contractor is required to provide the Engineer and Inspector an accurate
schedule of construction activity at least two weeks in advance. This is critical
since all the transit, public safety, medical emergency, and other agencies
affected by the project need to be notified. The Contractor shall follow the overall
progress schedule that indicates the critical path to prepare the weekly
schedules. The schedules shall be submitted at each Weekly Project Meeting.
The schedules should indicate the timing for the distribution of notices and
posting of "No Parking -Tow Away' signs and all phases of construction planned
for the ne)(! two weeks.
B. The Contractor shall submit an updated baseline schedule attached to each
month's progress payment invoice. All invoices will be held until this requirement
is met to the satisfaction of the Engineer.
C. The Contractor shall provide an updated two-week schedule at each weekly
meeting showing work to be done and "No Parking" sign posting schedule.
PART 4 --MEASUREMENT AND PAYMENT
A. Payment for work required in this section shall be included in the prices paid for
the various items of work involved.
III: PROJECT MEETINGS
PART 1 --GENERAL
1.01 DESCRIPTION:
A. Work Included:
END OF SECTION
1. Pre-Construction Conference.
2. Weekly Project Meetings.
B. Related Work:
1. The Contractor's relations with his subcontractors and materials suppliers,
and discussions relative thereto, are the Contractor's responsibility as
described in the General Conditions and are not part of project meetings
content.
1.02 QUALITY ASSURANCE:
A. Persons designated by the Contractor to attend and participate in project
meetings shall have all required authority to commit the Contractor to solutions
as agreed upon in the project meetings.
1.03 SUBMITI ALS:
A. To the maximum e)(!ent possible, advise the Engineer at least 24 hours in
advance of the project meeting regarding all items to be added to the agenda.
PART 2 -PRODUCTS (Not Required)
PART 3 -EXECUTION
3.01 MEETING SCHEDULE:
A. A Pre-construction conference will be held prior to the start of construction to
discuss the scope of work and sequence of operations. The Contractor, together
with the person to be designated as the Contractor's superintendent for the Work,
shall be present at this meeting, In addition, the Contractor may request the
attendance of other project supervisory personnel.
B, At this Pre-construction meeting, the Contractor shall present:
1 , A detailed construction schedule indicating the posting and distribution of
all notifications, and completion dates ofthe various stages of the work.
2. The proposed traffic control plans for any and all related multiple block
closureS. Typical plans will not be accepted.
3. The proposed construction schedUle and scheduling with as little
disruption to residents as possible.
4. The Contractor will not be allowed to proceed with construction until
the above items are submitted in an acceptable form to the
Engineer.
B, Weekly Project Meetings:
1. The Engineer will conduct weekly project meetings throughout the
construction period. The purpose of the weekly project meetings is to
review progress and resolve problems th at might arise between the City
and the Contractor relative to execution of the Work,
2. The Contractor shall provide an updated two-week schedule at each weekly
project meeting indicating but not limited to the following information per
street: proposed posting dates, tree trimming.
3. Work shall be stopped If a weekly schedule Is not provided to the City at
the cost of the Contractor.
3.02 MEETING MINUTES
A. The Contractor shall compile minutes of each project meeting and will distribute
copies to the City,
PART 4 -MEASUREMENT AND PAYMENT
A. Payment for work required in this section shall be included in the prices paid for
the various items of work involved.
IV: TRAFFIC CONTROL
PART 1 --GENERAL
1,01 WORK INCLUDED
END OF SECTION
A. Construction Parking Control
B. Traffic Control Plans
C. Traffic Control Devices (barricades, cones, signs, flashing arrow signs, etc.)
D. Traffic Control Personnel
E. Project Notification and Postings per Section 01030
1.02 SUBMITTALS
A. Traffic Control Plans
1. A licensed or certified C·31 traffic control agency shall prepare the traffic
control plans for each type of traffic control required in accordance with
these project specifications and submit these plans for review by the
City.
2. The Contractor shall submit all traffic control plans at or before the Pre
construction conference for review by the Engineer. Allow up to 14 days for
review, revision, and approval of temporary traffic control plans before
implementation.
3. The Contractor is required to submit a traffic control plan for each type of
traffic control required for each street project. This plan shall be designed to
maintain traffic circulation to abutting streets within the limits of the project.
These plans should show the following:
a. Signage and work area typical safety design for non-street closure
situations (i.e.: pavement repair, patching);
b. Signage and detour design for partial/full street closure situations
c. Proposed detour routing.
4. These traffic plans are required to detail all construction situations planned on
a given street project. If adjustment to tbese plans is required by the Resident
Project Inspector or Engineer due to safety concerns, it shall be considered as
conforming to the requirements of this Contract and is included in the lump
sum price of this Bid Item.
5. All traffic control plans shall show a detailed layout of work areas and all
traffic control devices required to control vehicular. pedestrian, and
bicycle traffic.
B. Signage Shop Drawings
1. Provide shop drewings for any notification or traffic signage to be fabricated or
utilized for approval by the Engineer. SUbmit the shop drawings with the traffic
control plans.
PART 2 --PRODUCTS
2.01 CONES, DELINEATORS AND BARRICADES
A. Cones, delineators and barricades used to direct traffic flow shall conform to Cattrans
Standard Specifications, Sections 12-3.02, 3.04 and 12-3.10. They are to be in good
condition and sufficiently clean so as to be easily visible to traffic.
B. Type II and III barricades wHh working flashers shall be used in locations of grade
changes, open pits, and at non-controlled traffic intersections. Type II non flashing
barricades shall be used for posting of signs.
C. At least one working flashing light must be installed on each barricade. Flashing lights
must be maintained in good working order throughout the duration ofthe work.
D. Crosswalk closing barricades shall be Type II with a 6" orange border at the base.
The Contractor shall submit the method of securing this border to the base of the
barricades to the Engineer for acceptance.
2.02 TRAFFIC CONTROL SIGNS
A. Signs to be used for traffic control shall conform to the reqUirements of the California
Manual on Uniform Traffic Control Devices (California MUTCD).
B. Signs that are attached to existing poles shall not cause any damage to the poles
when they are attached or removed.
C. All of the hardware that is used when attaching signs to existing poles shall be
completely removed from the poles when the signs are removed.
D. If a construction sign is required in an area where it cannot be attached to an existing
pole, it shall be attached to a pole that is connected to a moveable concrete block.
The distance from the ground surface to the bottom of the sign shall be seven (7) feet.
2.03 FLASHING ARROW BOARDS
A. Flashing arrow boards shall be Type A or Type II as described in the California
MUTCD when identified for use on the traffic control plans.
2.04 TRAFFIC CONTROL CREW
A. The Contractor shall provide a certified professional traffic control crew that is
independent from the construction activity. This traffic control crew Shall be
responsible to the Contractor for implementing the traffiC control measures detailed in
this Contract. Traffic control crews are to be present at all times as per the traffic
control plan. The crew is subject to the approval of the Engineer.
PART 3 -EXECUTION
3.01 CONSTRUCTION PARKING CONTROL
A. The Contractor's employees are subject to all parking regulations in effect in the City
of Palo Alto.
3.02 GENERAL TRAFFIC CONTROL REQUIREMENTS
A. Work must be completed by November 22, 2013.
B. Refer to the Table below for permitted work hours and permitted hours for lane
closures and/or sidewalk closures. Extended work and closure hours will not
be permitted unless previously approved by the City Engineer. Extended work
and closure hours will be approved on a case-by-case and Intersectlon-by
Intersection basis. Contractor shall maintain continuous safe passage for
pedestrians and bicyclists at all times.
Monday,
Monday-Tuesday, Wednesday Friday Thursday, &
Friday
Work Hours Hours for Lane Closures
and/or Sidewalk Closures
Arterial and collector
streets including:
Middlefield Road, East
Charleston Road,
Embarcadero Road, 9AM-4PM 9AM-2PM i 9AM-1 PM Arastradero Road, Loma
Verde Avenue, Coloraoo ! Avenue, East Meadow Drive,
Newell Road, Los Robles
Avenue, Amaranta Avenue,
and Louis Road
Loca I streets 9AM-6PM 9AM-2PM, 9AM-1 PM,
4PM-6PM 4PM-5PM
C. All signs anO other warning devices shall be provided by the Contractor and shall
.become his property after completion ofthe Contract. The cost of providing, installing
and maintaining signs, lights, caution tape, delineatora, flares, all temporary striping,
barricades and other facilities as directed by the Engineer for the convenience and
direction of public traffic shall be included in the lump sum price for the Traffic Control
Bid Item.
D. The Contractor shall supply, place, and maintain all necessary traffic control devices
during construction in accordance with the applicable requirements of the City of Palo
Alto Traffic Control Manual, the California MUTeD, the Caltrans Standard Plans and
Standard Specifications and the traffic control plans approved by the City.
E. All signs and other warning devices shall be provided by the Contractor and shall
become his property after completion of the Contract. The cost of providing, installing
and maintaining signs, lights, caution tape, delineators, flares, all temporary striping,
barricades and other facilHies as directed by the Engineer for the convenience and
direction of public traffic shall be included in the lump sum price for the Traffic Control
Bid Item.
F. The Contractor shall conduct his operations and schedule cleanup so as to cause the
least possible obstruction and inconvenience to traffic, pedestrians, bicyclists, and
adjacent property owners. All work areas shall be swept clean at the end of the day's
work and at other times when directed by the Engineer. A mobile street sweeper
shall be used when directed by the Engineer, Dust shall be suppressed to the
satisfaction of the Engineer, An additional street sweeper will be required along all
arterial and collector roads during the project,
G, The Contractor shall protect open excavations and trenches during construction with
fences, non-skid type steel plates and railings, as required, together with signs, lights,
and other warning devices sufficient to maintain safe pedestrian, bicycle and vehicular
traffic to the satisfaction of the Engineer.
H. Damage done by the Contractor during the course of his work to adjacent City or
private property shall be replaced in kind, or as directed by the Engineer, at the
Contractor's expense. This includes the repair of pavement, traffic loop detectors,
striping, signs, markings, curb & gutter, etc.
I. The Contractor shall remove all forms, debris, and undesirable material from the job
site at the end of each work day.
J. The Contractor shall not remove the barricades in the street at any given location until
the asphalt concrete patching adjacent to the gutter or the overlay has been done and
a hazard to bicycles, pedestrians and motorists no longer exists,
K. The Contractor shall notify the abutting property owners of the construction work in
accordance with Section 01030 of these Specifications.
L Spillage resulting from hauling operations along or across any public traveled way
shall be removed immediately by the Contractor at h is expense.
M. Even during permitted sidewalk closure hours, the Contractor shall keep sidewalks
open whenever possible. During sidewalk closures, an alternate pedestrian facility
shall be provided forthe duration of the closure.
N. Contractor shall maintain access to all driveways except when actually doing
construction within the driveway boundaries, at which time partial access will be
maintained unless alternate arrangements can be made with the property owners or
tenants in advance. If the driveway to any garage or parking area is to be closed for
construction work, this notice shall state the apprOximate time it will be reopened, The
notice will be posted 72 hours in advance. The Contractor shall post "No Parking -
Tow Away" signs as required.
O. Each pedestrian crosswalk and/or ramp that, when crossed by construction
excavation or demolition, is not accessible shall be provided with a safe pedestrian
crossing platform. The Contractor shall submit the types of temporary ramps and
temporary platforms for review and acceptance by the Engineer.
P. Work shall. not restrict visibility of any traffic control device and or restrict visibility at
intersections without stop signs,
Q, Flashing arrow boards shall be used for lane reductions on all applicable streets (i.e.
major collectors and arterials),
R, City of Palo Alto Truck Routes for all hauling shall be used when possible.
S. If complaints are received from the public regarding the performance of the traffic
control measures, the Palo Alto Police Department will review the Contractor's
operations. If the operations are determined to be unsafe and are not corrected after
a warning by the Police Department, police personnel will take over the traffic control
at the expense of the Contractor.
T. The Contractor assumes sole and complete responsibility for the job and site
conditions during the course of construction, including the safety of all persons and
property. This requirement shall apply continuously 24 hours/day and shall not be
limited to normal work hours.
U. If traffiC is detoured to another street, it is the Contractor's responsibility to provide
adequate control and signing through the detour route.
3.03 DETAILED TRAFFIC CONTROL REQUIREMENTS
A. TYPES OF TRAFFIC CONTROL REQUIRED -The Contractor's traffic control plans
shall contain provisions to maintain access for emergency vehicles at all times
throughout the project.
TYPE 1 --FULL STREET CLOSURE
The street shall be closed to all traffic during the construction operation. The street
shall be closed with cones or Type III barricades. Traffic control signs shall be placed
in appropriate locations both at, and in advance of, the closure points, informing
motorists that the stnset is closed and prohibiting all turns onto the street. This
signage shall indicate the approximate time of the reopening of the street. There
should also be signage to show an appropriate detour route for through traffic.
TYPE 2 --% STREET CLOSURE, MAINTAIN ONE-WAY TRAFFIC, PROVIDE FLAGMEN
The street shall remain partially open during the construction operation. The
Contractor shall work on one side of the street at a time. The street shall be closed to
traffic in one direction, leaving a minimum width of 11-feet open for traffic in the
opposite direction. The Contractor shall provide at least one flagman to direct public
traffic to detour routes. One side of the street shall be closed with cones or Type III
barricades. Traffic control signs shall be placed in appropriate locations both at, and
in advance of, the closure points, informing motorists that the street is closed and
prohibiting all turns onto the closed portion of the street. The Contractor shall use
cones to separate the remaining one-way traffic from the construction operation.
TYPE 3 --PARTIAL STREET CLOSURE, MAINTAIN TWO-WAY TRAFFIC, PROVIDE
FLAGMEN, ONE TRAFFIC LANE
This type of traffic control may be used for partial closures extending either the full
length or a portion of the length of a street. Street shall remain open during the
construction operation. Part of the street shall be coned off, leaving a minimum width
of 11-feet open for traffic. The Contractor shall rnaintein two-way traffiC on this street
by utilizing at least two flagmen (on cul-de-sacs and closures less than 100 feet in
length, one flagman will be acceptable). The flagmen shall allow one direction of
traffic at a time to travel in the one remaining 11-foot lane. Traffic control signs shall
be placed in appropriate locations both at, and in advance of, the closure points,
informing motorists of any detour and the presence of the flagmen. The Contractor
shall use cones to separate the traffic from the construction operation.
TYPE 4 --PARTIAL STREET CLOSURE, MAINTAIN TWO-WAY TRAFFIC, PROVIDE
TWO TRAFFIC LANES
This type of traffic control may be used for partial closures extending either the full
length or a portion of the length of a street Street shall remain open during
construction operation. Part of the street shall be coned off, and two-way traffic shall
be maintained at all times by dividing the remainder of the street into two 11'-wide
(minimum width) traffic lanes and directing traffic onto the detour with appropriate
cones and traffic control signs. Traffic control signs and reduced speed limit signs
shall be placed in appropriate locations both at and in advance of the closure pOints,
informing motorists of any detour and directing them to the proper lane. The
Contractor shall use cones to separate the traffic from the construction operation.
PART 4 -MEASUREMENT AND PAYMENT
4.01 TRAFFIC CONTROL, NOTIFICATION AND POSTINGS
A. DESCRIPTION
Work for this bid item includes all traffic control sign age, project signs, temporary
striping and all project notifications and postings per Section 01030 as required in
these specifications and in preparing the traffic control plans to be approved by the
Engineer and providing all the traffic controls required for the project as required in
these Specifications.
B. MEASUREMENT AND PAYMENT
This item shall be measured and paid on a lump sum basis. Payment shall include
full compensation for furnishing all labor, equipment, tools, and materials necessary to
provide traffic control as required by these specifications including independent traffic
control crew, barricades with flashers, traffic cones, signs, and traffic control plans.
END OF SECTION
V: SITE MAINTENANCE AND CLEANUP
PART 1 --GENERAL
1.01 DESCRIPTION
A. Work included:
1. Throughout the construction period, maintain the site in a standard of
cleanliness as described in this Section.
2. Tie-out marking removal.
B. Related Work:
1. Docurnents affecting work of this Section include, but are not necessarily
limited to, the City of Palo Alto Standard SpeCifications and pertinent
other Sections of these SpeCifications.
2. In addition to standards described in this Section, the Contractor shall
comply with requirements for cleaning as described in pertinent other
Sections of these Specifications.
1.02 QUALITY ASSURANCE
A. A daily inspection, and more often if necessary, shall be conducted by the
Engineer to verify that requirements for cleanliness are being met.
B. In addition to the standards described in this Section, the Contractor shall comply
with pertinent requirements of other governmental agencies having jurisdiction
over this Work.
PART 2 --PRODUCTS
2.01 CLEANING MATERIALS AND EQUIPMENT
A. The Contractor shall provide required personnel, equipment, and materials
needed to maintain the specified standard of cleanliness.
PART 3 --EXECUTION
3.01 PROGRESS CLEANING
A. General
1. Any stored items shall be placed in an orderly arrangement allowing
maximum access, not impeding traffiC or drainage, and providing required
protection of materials.
2. The accumulation of scrap, debris, waste material and other items not
required for construction of the Work shall not occur.
B. Site:
1. The Contractor shall inspect the site on a daily, and more often if necessary,
basis and ensure that all scrap, debris, and waste material is removed.
2. The Contractor shall maintain the site in a neat and orderly condition at all times.
80th public and private areas shall be cleaned of all materials attributed to or
involved in the Work on a daily basis. It is especially important for contractors
perfonming concrete work to ensure that the site is left in a safe condition every
day, especially from loose lumber and nails.
3. The Contractor shall use sandbags or other protective devices, approved by the
Engineer, to prevent the discharge of construction debris, such as, soil, concrete,
asphalt, and saw cut slurry, into the storm drains. Malerial that is stockpiled in
the street shall be located no closer than ten feet from a catch basin and, during
rainy weather, shall be covered with a waterproof covering. All loose malerial
shall be swept up and removed from gutters at the end of each workday.
4. The Contractor shall remove all utility, striping tie-oul and USA marking on
asphalt concrete pavement and P.C.C. curb & gutter, sidewalk, driveway and
curb ramp.
5. The method of tie-out and USA marking removal shall be approved by the
Engineer prior to commencement of the work.
3.02 FINAL CLEANING
A. The Contractor shall ensure that all tools, surplus materials and soil, equipment,
scrap. debris, and waste are removed from the project sites and storage area
prior to the final inspection. If this has not been done satisfactorily in the
Enginee~sestimation, the final progress payment and/or retention payment may
be held up until it has been satisfactorily resolved. If the Contractor does not
satisfactorily resolve this issue and it extends past the end of the contract time,
the Contractor may be liable for liquidated damages.
B. Site:
1. Unless otherwise specifically directed by the Engineer, clean paved areas
on the site with a mobile street sweeper.
2. Completely remove resultant debris.
C. SChedule final cleaning as approved by the Engineer to enable the City to accept
completely clean Work.
3.03 DUST CONTROL
A. The Contractor shall use all means as possibly feasible to reduce dust during the
asphalt milling processes of this Contract.
B. The Contractor will be required at the discretion of the Engineer to utilize vacuum
sweepers to help alleviate dust from the project site in addition to utilizing
additional applications of weter on the roadway prior to release of traffic.
PART 4-MEASUREMENT AND PAYMENT
A. Payment for work required in this section shall be included in the prices paid for
the various items of work involved.
END OF SECTION
VI: SITE PREPARATIONITREE TRIMMING
PART 1 --GENERAL
1.01. WORK INCLUDED
A. Removal of vegetation including weeds, low and medium ground cover, shnubs
and trees.
B. Removal of tree roots.
C. Trimming of tree branches
1.02 RELATED SECTIONS
A. Section 01030 -Notification of Residents and Businesses
B. Section 01710 -Site Maintenance and Cleanup
PART 2 -PRODUCTS (not required)
PART 3 -EXECUTION
3.01 SITE PREPARATION
A. At locations shown on the project plans, trees or other vegetation that limit
visibility of traffic control devices need to be trimmed.
B. The Contractor will be assessed charges for any damage to City trees and
foliage including, but not limited to, broken limbs and damaged trunks. Charges
will be determined by the City Arborist.
C. Pruning of Vegetation
1. When milling or overlay of a street is required, the Contractor shall prune
vegetation 6 inches from edge of pavement
2. When curb and gutter, sidewalk, driveway and walkway replacement is
required, the Contractor shall prune vegetation 6 inches from back of curb
and gutter, sidewalk, driveway or walkway.
D. Pruning of Tree Roots
1. If required, tree roots shall be removed to a depth of 24 inches below
proposed top of adjacent curb grade. When tree roots are greater than 2
inches in diameter are encountered, the Contractor shall contact the City
Arborist, prior to cutting, for a decision on treatment.
2. Root pruning method shall be approved by the Engineer.
3. Root pruning shall be by Vermeer saw or approved equal. Prior to their
removal, roots shall be completely severed between work area and the
tree. Tree roots shall not be torn or ripped by a backhoe or other by other
means. All final root pruning cuts shall be a clean cut.
4. When demolition exposes roots two inches or greater in diameter, take
care to preserve any and all roots not within the grading/excavation plane.
Take all reasonable steps as directed to protect exposed roots to remain,
such as covering with moistened soil or burlap to prevent drying of live
roots.
5. If roots to be cut are within 12" of the vertical portion of the tree trunk, the
Contractor shall contact the City Arborisl, prior 10 cutting, for a decision on
treatment.
6. Contractor shall repair all utility and irriga~on lines damaged during root
pruning at no cost to the City. All repairs must be done within seven {7l
calendar days.
E. Tree Branch Trimming
1. Where City street trees obstruct the Contractor's ability to perform the
Work in this Contract, the Contractor shall be responsible for all trimming
necessary to create clearance for construction operations.
2. When milling or overlay of a street is required, the Contractor shall trim
tree branches that extend over the back of curb line to ensure a minimum
clearance of 14 feet.
3. The trimming of these branches shall be performed by a certified (ISA)
tree trimmer.
4. If a cut is to be made on the branch which is larger than 4 inches in
diameter, the City Arborist must be notified prior to any cutting.
5. The schedule for tree trimming must be submitted to the CPA Arborist in
addition to the CPA Public Works Inspector and the Engineer at least one
week prior to commencing work.
6. The Contractor shall remove and dispose of all leaves, branches and
debris generated as the result of the work at the end of every work day.
F. During Construction
1. All trees that overhang the project site shall be protected from impact of
any kind.
2. The Contractor shall be responsible for the repair or replacement of any
publicly owned trees that are damaged during the course of construction,
pursuant to Section 8.04.070 of the Palo Alto Municipal Code.
3. The following tree preservation measures apply to all trees to be retained:
a. No storage of material, topSOil, vehicles or equipment shall be
permitted within the tree enclosure area.
b. The ground around the tree canopy area shall not be altered.
PART 4 --MEASUREMENT AND PAYMENT
A. Payment for work required in this section shall be included in the prices paid for
various items of work involved.
END OF SECTION
VII: STRIPING, LEGENDS, MARKERS AND SIGNAGE,CURB PAINTING, AND RUBBER
ISLANDS
PART 1 --GENERAL
1.01 WORK INCLUDED
A. Removal and Disposal of Yellow Thermoplastic and Yellow Painted Stripe
B. Removal and Disposal of WhITe Themnoplastic and White Painted Stripe and
Pavement Markings
C. Cat track
D. Installation of New Yellow and WhITe Pavement Striping and Pavement Markings
E. Removal of Signage
F. Installation of Signage
G. Curb Painting
H. Installation of Rubber ISlands
1.02 REFERENCES
A. Caltrans Standard Specifications.
B. Caltrans Standard Plans
C. California Manual on Uniform Traffic Control Devices (California MUTCD)
1.03 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and
experienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper perfomnance of the
Work of this Section.
B. All lane lines and striping shall confomn to the California MUTCD unless indicated
otherwise on the project plans.
1.04 SUBMITTALS
A. Within 14 calendar days after the Notice to Proceed, the Contractor shall submit:
1. Materials list of iterns proposed to be provided under this Section.
2. Manufacturer's recommended installation procedures which, when
approved by the Engineer, will become the basis for accepting or
rejecting actual installation procedures used on the work.
B. The Contractor shall submit striping tie-out drawings at the pre
construction meeting. The tie-out drawings need to show the locations of all
existing striping and at a legible scale and in legible writing for approval.
C. The Contractor shall submit a written abatement work plan for removal, storage,
and disposal of yellow themnoplastic and yellow painted traffic stripe and
pavement markings to the Engineer for approval not less than thirty (30) days
prior to the start of the removal operations. The work plan shall comply with all
state regulations including the Contractor's Lead Compliance Program. Removal
operations shall not be started until the Engineer has approved the work plan.
PART 2 --PRODUCTS
2.01 THERMOPLASTIC MATERIAL
A. The thermoplastic material and glass beads shall conform to the California
Standard Specifications Section 84-2 except as noted below.
S. The solid resin for the thermoplastic materials shall be "maleic-modified glycerol
ester resin" (alkyd binder). This binder shall consist of a mixture of synthetic
resins, at least one of which is solid at room temperature, and high boiling point
plasticizers. At least one-third of the binder composition shall be solid maleic
mod Hied glycerol ester resin and shall be no less than 8 percent by weight of the
entire material formulation. The binder shall not contain petroleum based
hydrocarbon resins.
2.02 PAVEMENT MARKERS
A. Reflective and non-reflective pavement markers shall conform to Section 85 of
the California Standard Specification.
B. Hot melt bituminous adhesive shall be used to cement pavement markers to the
pavement. .
PART 3 --EXECUTION
3.01 REMOVAL AND DISPOSAL OF YELLOW THERMOPLASTIC AND YELLOW PAINTED
TRAFFIC STRIPE AND PAVEMENT MARKING
A. Waste from removal of yellow thermoplastic and yellow painted traffic stripe and
pavement marking contains lead chromate. The removed yellow thermoplastic
and yellow paint shall be disposed of at a Class 1 disposal facility or a Class 2
disposal facility permitted by the Regional Water Quality COntrol Board in
conformance with the requirements of the disposal facility operator.
B. Prior to removing yellow thermoplastic and yellow traffic striping and pavement
marking, personnel who have no prior training, shall complete safety training
program provided by the Contractor that meets the requirements of Title 8,
California Code of Regulations, Section 1532.1, "Lead," and the Contractor's
Lead Compliance Program.
C. Where grinding or other methods approved by the Engineer are used to remove
yellow thermoplastic and yellow painted traffic stripe and pavement markings, the
removed residue, including dust, shall be contained and collected immediately.
Sweeping equipment shall not be used.
D. Collection shall be by a high efficiency particulate air (HEPA) filter equipped
vacuum attachment operated concurrently with the removal operations or other
equally effective methods approved by the Engineer.
3.02 REMOVAL OF ALL OTHER THERMOPLASTIC AND PAINTED STRIPE AND
PAVEMENT MARKING
A. All methods of removal shall be reviewed and approved by the Engineer.
B. The stripe and marking grinding shall be vacuumed for dust control. If the
Contractor decides to sweep the grinding causing dust, the Engineer shall
request that the Contractor use different methods of grinding removal.
3.03 PAVEMENT STRIPING AND PAVEMENT MARKINGS
A. If existing striping and pavement markings are not shown on the project
plans to be removed and are damaged due to the Contractor's activity, the
Contractor shall notify the Engineer and the striping and pavement
markings shall be' repaired or replaced, In kind, at the Contractor's
expense.
8. Temporary traffic striping and legends shall be placed per the following general
requirements:
1. All temporary stop bars and crosswalks shall be placed temporarily
at a width of 12" using reflective white tape.
C. Alignment lines shall be established by the application of cat tracks or dribble
lines, the use of laser guidance devices or a combination of both, as detailed in
Caltrans Specifications Section 84-1.01 through 1.03.
D. The Contractor shall provide the Engineer a schedule of striping work at least
one week in advance.
Thermoplastic material shall be applied only to dry pavement surfaces and only
when the pavement surface temperature is above 50 degree Fahrenheit.
F. Pavement markers shall be placed in accordance with the California Standard
Specifications, Section 85, and manufacturer's installation procedures.
G. Thermoplastic material shall be applied in accordance with the California
Standard Specifications, Section 84-2.04, and manufacturer's installation
procedures.
H. The Contractor must contact the CPA Utilities Department at (650) 496-6991 at
least 3 working days prior to field marking of proposed bicycle loop detector
stencils to have loops located in the field.
I. Install precast wheel stops by driving not less than two ;;." diameter (min.)
galvanized bars in predrilled holes in the concrete bumpers not less than 2'
through the existing pavement into the earth. These bars shall be epoxied into
place.
J. Themnoplastic maferial shall be applied in a Single uniform layer by extrusion
methods as per section 84-2.04 of the Caltrans Standard Specifications.
K. The work described in this section shall include striping and pavement markings
shown to be refreshed on the project plans.
L. Contractor shall notify Engineer at least 48 hours prior to striping removal
or placement to allow for adequate Inspection. Failure to do so may result
in partial or reduced payment of striping bid Items.
3.04 REMOVAL OF SIGNAGE
A. Contractor shall remove roadside signs at locations shown on the project plans.
B. Where the project plans call for the removal of an existing sign post, the sign post
removal shall include removal of the sign post footing and disposal and backfill of the
remaining posthole with Portland cement concrete set flush with existing concrete.
C. Existing roadside signs shall not be removed until replacement signs have been installed
or until the existing signs are no longer required for the direction of public traffic, unless
otherwise directed by the Engineer.
D. Per the project plans, the Contractor shall return all existing and salvageable signs to the
City of Palo Alto Municipal Service Center.
3.05 PROVIDE AND INSTALL SIGNAGE
A. Contractor shall provide and install new signage per the project plans.
B. Installation of a new sign post shall include coordination with U.S.A. Underground, the
use of a core drill with a a-inch bit to cut through existing concrete, installation of a new
2-inch sign post, and the use of a portland cement to secure post and finishing to grade.
Signs shall be installed so the bottom of the sign is a minimum of 7 feet from the
sidewalk or existing grade. New sign post installations shall not use any pole risers to
accommodate the new sign installation(s), unless otherwise stated on the project plans.
C. For locations shown on the plans where new signs will be installed on existing sign posts
and post risers are to be installed, addition of a riser shall include the threading of the
existing sign post, installation of a coupling bracket, and pole extension to support the
new sign.
D. Unless stated otherwise on the project plans, the City of Palo Alto Standard
Specifications, or these Specifications, the Contractor shall be responsible for providing
all sign materials, including sign bracketing materials. Signs shall be installed with the
sign hardware shown in Appendix A of these Specifications.
E. Contractor shall notify Engineer as least 72 hours before start of work to allow time for
Engineer to mark out sign locations in the field.
F. Contractor shall provide and install red retrorefJective casings on sign posts with STOP
signs at locations shown on the project plans.
3.06 PAINT RED CURB/EDGE OF PAVEMENT
A. Contractor shall paint or refresh curbs and edges of pavement, at
locations shown on the project plans, in conformance with the State
Standard Specification Section 59-6. Paint material used for street curbs
shall be Ennis Paint Company -Standard Dry paint, or approved equal,
that meets Federal specification TT-P-1952B.
3.07 INSTALL CITY-FURNISHED RUBEBER ISLAND
A. Contractor shall install City-furnished rubber island per the project plans.
PART 4 --MEASUREMENT AND PAYMENT
4.01 REMOVE YELLOW STRIPING
A. DESCRIPTION
Work for this bid item shall include the removal of yellow pavement
striping as shown on the project plans and as required in these
Specifications,
8. MEASUREMENT AND PAYMENT
This item shall be measured and paid on a per linear foot basis, Payment
shall include full compensation for furnishing all labor, equipment, tools,
and materials necessary to complete the work for this bid item, including
the removal of existing raised pavement markers included in the State's
traffic stripe details for the existing striping to be removed.
4,02 REMOVE WHITE STRIPING
A. DESCRIPTION
Work for this bid item shall include the removal of white pavement striping
as shown on the project plans and as required in these Specifications,
8. MEASUREMENT AND PAYMENT
This item shall be measured and paid on a per linear foot basis. Payment
shall include full compensation for furnishing all labor, eqUipment, tools,
and materials necessary to complete the work for this bid item, including
the removal of existing raised pavement markers included in the State's
traffic stripe details for the existing striping to be removed,
4.03 REMOVE WHITE PAVEMENT MARKINGS
A. DESCRIPTION
Work for this bid item shall include the ramoval of existing white
pavement markings as required in these Specifications,
8. MEASUREMENT AND PAYMENT
This item shall be measured and paid on a per square foot basis.
Payment shall include full compensation for furnishing all labor,
equipment, tools, and materials necessary to complete the work for this
bid item,
4,04 REMOVE ROADSIDE SIGN AND POST
A. DESCRIPTION
Work for this bid item shall include the removal of roadside signs and
existing sign posts as shown on the project plans and as required in these
Specifications.
8, MEASUREMENT AND PAYMENT
8
This item shall be measured and paid on a per each basis. Payment
shall include full compensation for furnishing all labor, equipment, tools,
and materials necessary to complete the work for this bid item, including.
the removal of the existing sign post footing and disposal and backfill of
the remaining posthole with Portland cement concrete set flush with
existing concrete.
4.05 REMOVE ROADSIDE SIGN
A. DESCRIPTION
Work for this bid item shall include the removal of roadside signs as
shown on the project plans and as required in these Specifications.
B. MEASUREMENT AND PAYMENT
This item shall be measured and paid on a per each basis. Payment
shall include full compensation for furnishing all labor, equipment, tools,
and materials necessary to complete the work for this bid item.
4.06 THERMOPLASTIC STRIPING, YELLOW, 12 INCHES WIDE
A. DESCRIPTION
Work for this bid item shall include the placement of a 12 inch wide yellow
thermoplastic stripe as required in these SpeCifications.
B. MEASUREMENT AND PAYMENT
This item shall be measured and paid 'on a per linear foot basis. Payment
shall include full compensation for furnishing all labor, equipment, tools,
and materials necessary to complete the work for this bid item.
4.07 THERMOPLASTIC STRIPING, WHITE, 12 INCHES WIDE
A. DESCRIPTION
Work for this bid item shall include placement of a 12 inch wide white
thennoplastic stripe as required in these Specifications.
B. MEASUREMENT AND PAYMENT
This item shall be measured and paid on a per linear foot basis. Payment
shall include full compensation for furnishing all labor, equipment, tools,
and materials necessary to complete the work for this bid item.
4.08 THERMOPLASTIC STRIPING, CAL TRANS (STATE) DETAILS 6, 21,28
A. DESCRIPTION
Work for these bid items shall include placement of thermoplastic striping
per the referenced Caltrans (State) Detail.
B. MEASUREMENT AND PAYMENT
These items shall be measured and paid on a per linear foot basis.
Measurement of any pavement marker linear footege will include the
9
space between the stripes, Payment shall include full compensation for
furnishing all labor, equipment, tools,and materials necessary to
complete the work for this bid item, including raised pavement markers
included as part of the Caltrans Detail.
4,09 PAINT RED CURB/EDGE OF PAVEMENT
A DESCRIPTION
Work for this bid item shall include painting existing curb or edge of
pavement with red paint per the project plans and as required in these
Specifications,
B, MEASUREMENT AND PAYMENT
This item shall be measured and paid on a per linear foot basis, Payment
shall include full compensation for furnishing all labor, equipment, tools,
and materials necessary to complete the work for this bid item,
4,10 PAINT STREET ADDRESS NUMERALS ON CURB OR EDGE OF PAVEMENT
A Payment for work required to paint street address numerals, per the
project plans, on existing curb or edge of pavement, shall be included in
the prices paid for the various items of work involved,
4,11 YELLOW AND WHITE PAVEMENT MARKINGS
A DESCRIPTION
Work for these bid items shall include the installation of pavement
markings as shown on the project plans and as required in these
Specifications,
B. MEASUREMENT AND PAYMENT
These items shall be measured and paid on a per square foot basis,
Payment shall include full compensation for furnishing all labor,
equipment, tools, and materials necessary to complete the work for this
bid item.
4,12 INSTALL ROADSIDE SIGN AND SIGN POST
A, DESCRIPTION
Work for this bid item shall include the installation of roadside signs and
sign posts as shown on the project plans and as required in these
Specifications,
B, MEASUREMENT AND PAYMENT
This item shall be measured and paid on a per each basis, Payment
shall include full compensation for furnishing all labor, equipment, tools,
and materials necessary to complete, the work for this bid item,
4,13 INSTALL ROADSIDE SIGN
A DESCRIPTION
10
Work for this bid item shall include the installation of roadside signs on
existing and new sign posts as shown on the project plans and as
required in these Specifications.
B. MEASUREMENT AND PAYMENT
This item shall be measured and paid on a per each basis. Payment
shall include full compensation for furnishing all labor, equipment, tools,
and materials necessary to complete the work for this bid item.
4.14 INSTALL RED RETRORELFECTIVE CASING ON SIGN POST
A. DESCRIPTION
Work for this bid item shall include the installation of red retroreflective
casings on sign posts as shown on the project plans and as required in
these Specifications.
B. MEASUREMENT AND PAYMENT
This item shall be measured and paid on a per each basis. Payment
shall include full compensation for furnishing all labor, equipment, tools,
and materials necessary to complete the work for this bid item.
4.15 INSTALL CITY-FURNISHED RUBBER ISLAND
A. DESCRIPTION
Work for this bid item shall include the installation of City-furnished rubber
island as shown on the project plans and as required in these
Specifications.
B. MEASUREMENT AND PAYMENT
This item shall be measured and paid on a per each basis. Payment
shall include full compensation for furnishing all labor, equipment, tools,
and materials necessary to complete the work for this bid item.
11
EXHIBITC
SCHEDULE OF FEES
CITY shall pay CONTRACTOR according to the following rate schedule. The maximum amount of
compensation to be paid to Contractor, including both payment for services and reimbursable ,expenses,
shall not exceed One Hundred Eighty Thousand Dollars ($180,000.00). Any services provided or hours
worked for which payment would result in a total exceeding the maximum amount of compensation set
forth herein shall be at no cost to City.
RATE SCHEDULE
ITE QTY. UNIT DESCRIPTION UNIT PRICE TOTAL PRICE
M
Provide necessary labor, equipment, materials and tools to
01 1 Lump provide traffic controt, including notifications/postings, per $59,400.00 $59,400.00
Sum the specifications.
Linear Provide necessary labor, equipment, materials and tools to
02 926 foot remove yellow striping per the specifications $2.50 $2,315.00
Linear Provide necessary labor, equipment, materials and tools to
03 538 foot remove white striping per the specifications $2.50 $1,345.00
Provide necessary labor, eqUipment, materials and tools to
04 14 Each remove roadside sign and sign post per the specifications. $1.50 $2,100.00
Provide necessary labor, equipment, materials and tools to
05 114 Each remove roadside sign per the specifications .. $80. $9,120.00
Square Provide necessary labor, eqUipment, materials and tools to
06 515 foot remove white pavement markings per the specifications $2.50 $1,287.50
Linear Provide necessary labor, equipment, materials and tools to
07 9836 foot install 12" yellow striping per the specifications $2.95 29,016.20
Linear Provide necessary labor, equipment, materials and tools to
08 7770 foot install 12" white striping perthe specifications. $2.95 $22,921.50
Linear Provide necessary labor, eqUipment, materials and tools to
09 130 foot install State Detail 6 per the specifications $2.25 $292.50
Linear Provide necessary labor, eqUipment, materials and tools to $2.25 $4,425.75
10 1967 foot install State Detail 21 per the specifications
Linear Provide necessary labor, equipment, materials and tools to $3.00 $150.00
11 50 foot install State Detail 28 per the specifications
Linear Provide necessary labor, eqUipment, materials and tools to $1.00 $2398.00
12 2398 foot paint red curb/edge of pavement per the specifications
Square Provide necessary labor, equipment, materials and tools to $5.00 $395.00
13 79 Foot install yellow pavement markings per the specifications.
12
. I I UNIT I ITE : QTY, : DESCRIPTION UNIT PRICE TOTAl PRICE
M
I
I s Provide necessary labor, equipment materials and tools to $5,00 : $7,495,00
14 1499' Quar. Install white pavement markings per the specifications, I : Foot I
!
: Provide necessary labor, equipment, materials and tools to $75,00 ' $13,725,00
! 15 183 Each I Install sign per the specifications
! I
I : Provide necessary labor, equipment, materials and tools to : $65,00 I $1,625,00 1
16 I 25 Each Install red retno-reflective casing on sign post per the
I i
specifications,
i
I I
Provide necessary labor, eqUipment, materials and tools to 1$220.00 $12,320,00
I 17 56 Each Install sign and sign post per the specifications, !
18 I Provide necessary labor, equipment, materials and tools to 1$850,00 $1,700.00
2 Each Install City-furnished rubber Island per the specifications.
I
1
19
I Provide necessary labor, equipment materials and tools to $160,00 . $1280
I 8 Hour I provide tree trimming per the specifications, I
13
EXIllBITD
INSURANCE REQUIREMENTS
CONTRACTORS TO TIlE CITY OF PALO ALTO (CITY), AT TIlEIR SOLE EXPENSE" SHALL FOR TIlE TERM
OF TIlE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN TIIE AMOUNTS FOR TIlE COVERAGE
SPECIFIED BELOW, AFFORDED BY COMPAI'<lES WITH AM BEST'S KEY RATING OF A-:VII, OR
HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF
CALIFORNIA.
AWARD IS CONTINGENT ON COMPLIANCE WITII CITY'S INSURA'ICE REQUIREMENTS, AS SPECIFIED,
BELOW'
MINIMUM LWITS
REQUIRED TYPE OF COVERAGE REQUIREMENT EACH
YES
YES
YES
,
YES
NO
: YES
l.
OCCURRENCE AGGREGATE
WORKER'S COMPENSATION STA1UTORY
EMPWYER'S UABILITY i STATUTORY
BODlL Y INJURY $1,000,000 81,000,000
GENERAL LL<illILITY, lNCLUDING
PERSONAL lNJURY, BROAD PeRM PROPERTY DAMAGE $1,000,000 81,000,000 •
PROPERTY DAMAGE BLANKET
CON1RACTUAL, AND FIRE LEGAL BODILY INJURY & PROPERlY $1,000,000 SI,OOO,OOO
LIABILITY DA.MAGE COMBINED. ,
BODILY lNJURY $1,000,000 $1,000,000
-EACH PERSON $1,000,000 $1,000,000
AUTOMOBILE LTABlLITY, -EACH OCCURRENCE $1,000,000 $1,000,000
iNCLUDING ALL OWNED, HIRED,
NON~Ow:-lED PROPERTY DAMAGE Sl,OOO,OOO $1,000,000
BODILY INJURY AND PROPERTY $1,000,000 • $1,000,00~
DAMAGE COMBlNED
PROFESSIONAL LIABILITY, I INCLUDING, ERRORB MID
OMISSIONS, MALPRACTICE (WIlEN
APPLICABLE), AND NEGLIGENT I PERFORMANCE ALL DAMAGES $1000 000
THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT.
Irs SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND .
EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE
INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND
ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS'
COMPENSATION, EMPWYER'S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS
ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES.
INSURANCE COVERAGE MlJSTINCLUDE:
A. A PROVISION FOR A WRITTEN TIIIRTY DAY ADV A'fCE r.;OTICE TO CITY OF CHA.'l"GE
IN COVERAGE OR OF COVERAGE CA.'<CELLATIOK; AND
B. A COKTRACTIJAL LIABILITY ENDORSEMEKT PROVIDING INSURANCE COVERAGE
FOR CONTRACTOR'S AGREEMEKT TO INDEMNIFY CITY.
C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY'S PRIOR AFPROV AL.
II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED
COVERAGE.
III. ENDORSEMENT PROVISIONS, V.1TH RESPECT TO TIlE INSURANCE AFFORDED TO
"ADDITIONAL INSUREDS"
12
A. PRIMARY COVERAGE
WI1li RESPECT TO CLAIMS ARlSING OUT OF TIlE OPERATIONS OF TIlE NAMED INSURED,
INSURANC'E AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDmONAL TO OR
CONTRIBUTING \\-11M ANY OlliER INSURANCE CARRIED BY OR FOR TIlE BENEFIT OF TIlE
ADDITIONAL INSUREDS.
B. CROSS LIABILITY
TIlE NAMING OF MORE 1HAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER TIlE
POLlCY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF HlE INSURED
AGAINST AN011lER, BUT HllS ENDORSEMENT, AND HlE NAMING OF MULTIPLF INSUREDS,
SHALL NOT INCREASE 11lE TOTAL IJABlLlTY OF 11lE COMPANY UNDER TIllS POLICY.
C. NOTICE OF CANCELLATION
L IF TIlE POLlCY IS CANCELED BEFORE ITS EXPIRATION DATE EOR ANY
REASON OlliER TIL<\}! TIlE NON·PA YMENT OF PREMIUM, TIlE ISSUING
COMPANY SHALL PROVIDE CITY AT LEAST A 11IlRTY (30) DAY WRITTEN
N011CE BEFORE TIlE EFFECTIVE DATE OFCA:'lCELLA TION ..
2. IF 11lE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR TIlE NON·
PAYblENT OF PREMIUM, TIlE ISSUING COMPANY SHALL PROVIDE CITY AT
LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE TIlE EFFECl1VE DATE OF
CANCELLATION.
NOTICES SHALL BE MAILED TO:
PURCIIASING ArID
COJl.'TRACT ADMINISTRA nON
CITY OF PALO ALTO
P.O. BOX 16250
PALOAL·ro,CA 94303
13