Loading...
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