Loading...
HomeMy WebLinkAbout06358 - CHRISP COMPANY INSTALL BICYCLE LANES CP 12-08 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER i Date: August 21, 2013 To: Chrisp Company 2280 S. Lilac Ave. Bloomington CA 92316 I City Project No.: 12-08 Project: Bicycle Lanes Change Order No: One (1) Contract Purchase Order No. : 14-0335 Account Numbers: 138-127058033 Agreement No.: 6358 I CHANGES IN COST Decrease in Cost Bid Schedule"A" Itm. 3 Bike Lane Line, 6 inch -274 @ $0.45 /LF ($123.30) Itm. 4 Bike Lane Line, 4 Inch -2,158 @ $0.38/ LF ($820.04). Bid Schedule "C" ltm. 2 Traffic Control -34%of$1,400.00 / LS ($476.00) Itm. 3 Bike Lane Line, 6 inch -5,263 @ $0.45/ LF ($2,368.35)- Itm. 4 Bike Lane Line, 4 inch -5,341 @ $ 0.38 / LF ($2,029.58)- Itm. 5 Existing Stripe Removal -34% of$6,200/LS ($2,108.00)• Itm. 6 Paint Curbing Red -239 @ $1.00 / LF ($239.00)• Itm. 8 Bike Lane Signs - 4 @ $215.00 / EA ($860.00) Total Decrease in Cost ($9,024.27) . Increase in Cost Bid Schedule "A' Itm. 6 Bike Lane Markings 3 @ $30.00 / EA $90.00 Itm. 7 Bike Lane Signs 6 @ $215.00/ EA $1,290.00- Bid Schedule "B" Itm. 3 Bike Shared Lane Markings 12 @ $60.00 / EA $720.00° Bid Schedule "C" Itm. 7 Bike Lane Markings 1 @ $30.00/ EA $30.00 CP 12-08 Bicycle Lane Striping I CID#1 ORIGI(,JAi. bit) XNDtoR AGREEMENT New Items: Itm. A Drop Lane Signage Lump Sum/Agreed Price $1,520.00 Itm B Baristo Rd. Revision Lump Sum/Agreed Price $6,292.00 Itm. C Additional Markings Lump Sum/Agreed Price $3,814.00 Total Increase in Cost $13,756.00 > Net Change Order/Contract Increase Amount $4,731.73 REASONS FOR CHANGES Bid Schedule "A" Items 3 and 4, Bid Schedule "C" Items 2, 3, 4, 5, 6 and 8: The actual quantities required to complete the work was less then originally estimated. Bid Schedule "A" Items 6 and 7, Bid Schedule `V Item 3, Bid Schedule "C" Item 7: The actual quantities required to complete the work was more than originally estimated. New Item "A": Bike lane placements on Baristo Rd. and Avenida Caballeros required additional work to accommodate required details. This work will be completed at the lump sum/agreed price indicated above. New Item "B": Some of the bike lane installations on Baristo Rd. road resulted in the placement of red curb in front of residences. In response to homeowner complaints the original design was revised in order to restore street parking. This work will be completed at the lump sum/agreed price indicated above. New Item "C": It was requested by the City Manager that additional "bicycle symbols and arrows" be placed along the new bike route. This work will be completed at the lump sum/agreed price indicated above. Source of Funds Funds for the additional work indicated herein are available in account No.138-1270bWa3. I Summary of Costs: Original Contract Amount: $57,745.60 This Change Order: $4,731.73 Previous Change Orders: $0.00 Revised Contract Amount: $62,477.33 ' CP 12-08 Bicycle Lane Striping II CO#1 Contractor Approval I/We do hereby agree to the change(s)to the contract and prices as indicated herein. Chrisp Companyff/1// Signature of Authorized Representative 79im e Print Name Title City Approval Submitted by: -�- �' L6 -13 Sr. Public Work Inspector Date Approved by: City Engineer Date Approved by: (� City Manager Date Attested by: sDI tt ODt3 C' lerk Date Distribution: Original Executed Copies Conformed File Copv Contractor (1) Engineering File (1) City Clerk (1) Sr. Public Works Insp. (1) Finance (1) APPROVED BY DEPARMENT HEAD W nko✓ ����.� ���� CP 12-08 Bicycle Lane Striping III CID#1 DOC # 2013-0444470 09/12/2013 08:12A Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside Larry W. Ward Assessor, Countyllf Clerk 8 Recorder fj{ Recording IIIIIII IIIIIII I III III IIIIII IIII IIIIIII II II IIII III }r/ Requested by and After Recording Return to: S R U PAGE SIZE DA MISC LONG RFD COPY City Clerk City of Palm Springs M A L 465 1 426 IPCORINCORI SMF NCHG VEXAM Box2743 W-f. \C' _� .yL �� Palm SprinQs, CA 92263T: CTY UNI U Pursuant to Government Code Section 6103,this document is being recorded as a benefit to the City of Palm Springs and recording fees shall not apply. NOTICE OF COMPLETION NOTICE IS HEREBY given that: IT I. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. II. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. III. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California (P.O. Box 2743, Palm Springs, CA 92263-2743). IV. The public work of improvement on the hereinafter referred to real property within the city was completed on August 05, 2013 V. The name of the contractor(if named)for such work of improvement was: Chrisp Company. VI. The public work of improvement, which was completed in the City of Palm Springs, County of Riverside, State of California, is described as follows: Bicycle lane installations on streets within the City of Palm Springs. VII. Nature of Interest: Fee Owner VIII.The property address or location of said property is: Baristo Rd. between El Cielo and Sunrise Way. Avenida Cablleros between Viista Chino and San Rafael / between Tamarisk and Tahquitz Canyon Way. Via Escuela between Indian Canyon and Sunrise Way. IX. City Project: No. 12-08 Agreement Number: 6358, Minute Order No: N/A CITY OF PALM SPRINGS: BY: U= DATED: g 13 Senior Public Works Inspector, Michael K. Lytar BY: 4. 0 DATED: Director of Public orks/City Engineer David J. Barakian JAMES THOMPSON, being duly sworn, says: That he is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation, that he has read the foregoing Notice of Completion, and knows the contents thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said municipal corporation. Index No.0913 City Clerk-James Thompson AGREEMENT THIS AGREEMENT made this (a day of �UV\& in the year 2013, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and CHRISP COMPANY hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 — THE WORK The Contractor shall complete the Work as specked or indicated under the Bid Schedule(s)of the City s Contract Documents entitled: BICYCLE LANES CITY PROJECT NO. 12-08 The Work is generally described as follows: Construction of bicycle lanes on Avenida Caballeros, Via Escuela, and on Baristo Road. The work includes removal and replacement of existing traffic striping, installation of thermoplastic bike lane lines, thermoplastic bike lane markings, curb painting, and signs. ARTICLE 2 — COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $700 for each calendar day that expires after the time specified in Article 2, herein. ORIGINAL BID BICYCLE LANES ANDKIR AGREEMMT CITY PROJECT NO. 12-08 AGREEMENT FORM 02/20/2013 AGREEMENT AND BONDS-PAGE 13 ARTICLE 3 — CONTRACT PRICE ($57,745.60) The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4 —THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0 to 0 , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 — PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE B — NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 — MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal BICYCLE LANES CITY PROJECT NO.12-08 AGREEMENT FORM 02/26/2013 AGREEMENT AND BONDS-PAGE 14 representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: CITY OF PALM SPRINGS, CALIFORNIA y APPROVED BY THE CITY COUNCIL: City Clerk APPROVED AS TO FORM: Date BY AAgreement No. City Attomey Date /0S" 9a. �-o/3 CONTENTS APPROVED: r By City Engineer Date f 23 13 By M APPROVED BY CITY COUNCIL City Mana Date se � Not To EAf-,F d $, 5essi ;— .. withc"ae "7hs' F'-11 s Vlintten Autho+ization Of The CitY Nianagen BICYCLE LANES - CITY PROJECT NO.12-08 AGREEMENT FORM 02l28/2013 AGREEMENT AND BONDS-PAGE 15 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature MUg be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name: CRRM sP COMPA16 Y Check one:_Individual_Partnership t/Corporation Address: q365o oSGcoD Vp Fizemoart, CA 9y539 By: t14 By: Signature(notarized) Signature(notarized) Name: Name: UxeE PRESi�>r N'�' Title: or BuSxNESS DCVELtPMEN'T- Title: (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of ❑ State of C County of ❑ss County of I !ss On On before me, before me, personally appeared personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) evidence to be the person(s)whose name(s)is/are is/are subscribed to the within instrument and subscribed to the within instrument and acknowledged to me that helshe/they executed acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon Instrument the person(s), or the entity upon behalf behalf of which the person(s)acted, executed the of which the person(s) acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: BICYCLE LANES - AGREEMENT FORM CITY PROJECT NO. 12-08 AGREEMENT AND BONDS-PAGE 16 02/26t2013 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name: CNRzsP CcMPAIJV Check one:_Individual_Partnership Corporation Address: Y3650 o56coD eoAP FRemer'T, CA 9,V539 By: ):",o ` r By Signature(notarize 4 -Signature(notarized) Name: bAVZp 1WvoPAZs Name: Tr/mzE 1 XScA/ Title: VP op Title: ecd"TRctL6R (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of l¢ i Df G State of Nh\-' nor n;� I- County of vti tdkle ❑ss Countyof A\{ a ,, 1 Iss On t 5" � l On G before me, �� <beforeme, �a.. personallypp a ar L personally appeared- who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the personal whose names) evidence to be the persor04 whose name(e)is/are is/are subscribed to the within instrument and subscribed to the within instrument and acknowledged to me that he/aheflhey executed acknowledged to me that t1e/she/ttley- executed the same in hisftm?ft seT authorized capacity(iea), the same in his/her/their authorized capacity(", and that by hisMer/N1eR signatures(s)_ on the and that by his/her/their signatures(* on the instrument the person(e), or the entity upon instrument the person(ej or the entity upon behalf behalf of which the persons}acted, executed the of which the persons) acted, executed the Instrument. instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Se I: �unuunlumunu'u1°°0°°pllunmunnuummumnunlmlNMin NO ry al: mmnlnmmuunnnu°"0nnumnnwuunnnnnnnn nu KAY UKES KAY UKES COMM.#1g17650 NOTARY PUBLIC-CALIFORNIA y LL 4 NOTARYPUBLIC-CALIFDRNIA = ALAMEDA COUNTY = ALA MEDA COUNTY — My Comm.Exp.Dec.18,2014 My Camm.Exp.Dec.18,2014 `IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII� IIIItlIllilllllllllllllll!II!IIIIIIIIOIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIillll BICYCLE LANES HIM AGREEMENT FORM CITY PROJECT NO. 12-08 AGREEMENT AND BONDS -PAGE 16 02l'16=13 k t: A e t LIZ � ;'6 e3 Or H R . � F 2 d n n fr e y{ C F n 3; k } S � t ? d Y ' 5 ; 1 � �� S � � 3y, ( & f ( � �° hf kF '4�f »♦ y .W � � sl � p.3: Y l 6 �pit 4 '3 r � ��(!Y" ♦�"a .(%. A '.heck a License - License Detail - Contractors State License Board Page 1 of 1 r DEPARTMENT OF CONSUMER AFFAIRS . Contractors state License Board Contractor's License Detail - License # 374600 - ® DISCLAIMER:A Ifcenso status check Provides infomm i tion taken from the CSLB license database.Before relying on this information,you should be aware of the following limitations. CSLB complaint disclosure is restricted by law(g&P 7124.6)If this entity is subject to Public complaint disclosure.a link for complaint disclosure will appear below.Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071 17,only construction related civil judgmerns reported te 1he CSLB are diaCIO '>Arbleations are not listed unless the contractor fails to comp ly with the terms of the arbitration. Due to workload,there may be relevant information that has not yet been entered onto the Board's license database, License Number 374600 Extract Date 4/2/2013 CHRISP COMPANY Business Information Business Phone Number.(510)656-2840 PO BOX 1368 FREMONT,CA 94538 Entity Issue Date Corporation OS/16/19 9 79 w } This license is current and active.All information below Should be reviewed. CLASS DESCRIPTION Classlfications 'A GENERAL ENGINEERING CONTRACTOR ; 1!3. FENCING _032 PARKING AND HIGHWAY IMPROVEMENT CONTRACTOR'S BOND This license filed a Contractofs Bond with TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA. Bond Number.104092955 Bond Amount:$12,500 Bonding Effective Date:0110112007 Contractor's Bond History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer(RMO)CHRISP ROBERT PAUL certified that he/she owns 10 percent or more of the voting stock/equity,of the Corporation A bond of qualifying individual Is not required. Effective Date:01/01/1980 WORKERS'COMPENSATION This license has workers compensation insurance with OLD REPUBLIC GENERAL INSURANCE CORPORATION Workers'Compensation Policy Number:At CW99131202 Effective Date:1 210 1/2 0 12 t+� a5. 1f3 Aorkers'Compensation History Personnel listed on this license(parent or disassociated)are listed on other licenses. Conditions of Use)Privacy Policy Copyright 0 2010 State of Califomfa https://W WW2.cslb.ca.gov/OnlineScrvices/CheckLicenseII/LicenseDetail.asl)x?LicNum=374... 40011111 Personnel List - Contractor State License Board Page 1 of I DEPARTMENT OF CONSUMER AFFAIRS . Contractors State License Board Contractor's License Detail (Personnel List) Contractor License N:374600 Contractor Name: CHRISP COMPANY (dial(on the person's name to see a more detailed page of information on that person NAME TITLE ASSOCIATION DISASSOCIATION CLASS MORE DATE DATE CLASS DAVID LEE MORRIS OFFICER 05/16/1979 ROGJJ L E W I OFFICER 0 5/1 311 9 8 5 More PAUL MONROE CHRISP OFFICER 05fl6/1979 06/1211980 TOM A FANNIN OFFICER 03/03/1989 07/08/2008 PAMELA GRACE SMITH OFFICER 05/16/1979 06112/1980 BRIAN GUY TAYLOR OFFICER 05/03fl983 03/03/1989 ROBERT DONALD CAIN OFFICER 05/1111981 05/03/1983 MAUDE A EVANS OFFICER 06/12/1980 10/31/1980 RABINDRANATH JOSEPH - OFFICER 07/08/2oD8 02/02/2010 Conditions of Use I Privacy Policy Copyright®2010 State of California https://www2.cslb.ca.gov/OnlineSorvices/CheckLicenseII/PersonnelList.aspx?LicNum=374... 4/2/2013 Check a License or Horne Improvement Salesperson (HIS) Registration - Contractors Stat... Page I of 1 DEPARTMENT OF CONSUMER AFFAIRS Contractors State License Board Contractor's Bond History Contractor License#:374600 Contractor Name: CHRISP COMPANY SURETY COMPANY BOND# BOND EFFECTIVE CANCELLATION AMOUNT DATE DATE A 104092955 $12.500 CQMPAERSCASERI,ga SURETY 104092955 $10,000 01/01/2004 01/01/2007 COMPAI'L OF AMERICA TRAVELERS CASUALTY AND SURETY 104092955 $7,500 04/30/2002 01/01/2004 COMPANY OF AMERICA RELIANCE INSURANCE COMPANY B1828913 $7,500 07/01/1994 04/30/2002 RELIANCE INSURANCE COMPANY B1828913 $5,000 04/30/1993 07/01/1994 PACIFIC STATES CASUALTY COMPANY 2342 $5,000 04/30/1990 05/26/1993 FIDELITY AND DEPOSIT COMPANY OF MARYLAND 9716306 $5,000 04/30/1984 04/30/1990 Conditions of Use I Privacy Policy Copyright®2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/ContractorBondingHistory.aspx?... 4/2/2013 City of Palm Springs, CA Procunan l Contracting Oivislon Bid Abstract B I D ABSTRACT Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount PROJECT NO: CP 12-08 PROJECT NAME: Bicycle Lanes Baristo Road from Avenida Caballeros to El Cielo Road DUE DATE: 4/02/2013 . DD Total of Bid Schedules A-B-C Whitnessed By: Date: z BID DOCUMENTS Only the following listed documents, identified in the lower right comer as 'Bid Forms", shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedule(s) List of Subcontractors Non-collusion Affidavit Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. BICYCLE LANES CITY PROJECT NO.12-08 COVER SHEET 02/2 612 01 3 BID FORMS-PAGE 1 BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: BICYLE LANES— CITY PROJECT NO. 12-08 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will fumish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, at seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract BICYCLE LANES - - CITY PROJECT NO.12.08 BID(PROPOSAL) 0212812013 BID FORMS-PAGE 2 Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedul1e(_s)).. ^n Dated: Bidder �I,y By: (Signature) BICYCLE LANES CITY PROJECT NO.12-08 BID(PROPOSAL) 02/2612013 BID FORMS-PAGE 3 BID SCHEDULE A Schedule of Prices for the Construction of the: BICYCLE LANES CITY PROJECT NO. 12-08 AVENIDA CABALLEROS From Vista Chino to San Rafael Drive and From Tamarisk Road to Amado Road in Palm Springs, California Ito Description Estimated Unit Unit Amount In Quantity Price No. 1 Initial Mobilization --- LS $ co 2. Traffic Control --- LS $ A 3. Bike Lane Line(6"thermoplastic) 15,520 LF $6 $ L4 4. Bike Lane Line (4"thermoplastic) 15,520 LF $SLR $ g9� ,tsar 5. Removal and replacement of existing traffic striping - -- LS 6. Bike Lane Markings 30 EA $ ?p CD $ (]6 C3D 7' Bike Lane Sign 14 EA $2�'S,cso $ UD TOTAL OF ALL ITEMS OF THE BID SCHEDULE A: E. 1 $ , Con (Price in figures) (Price in words) Name of Bidder or Fim BICYCLE LANES CITY PROJECT NO.72-08 UNIT PRICE BID SCHEDULE 0 212 6/20 1 3 BID FORMS-PAGE 4 BID SCHEDULE B Schedule of Prices for the Construction of the: BICYCLE LANES CITY PROJECT NO. 12-08 VIA ESCUELA- From Indian Canyon Drive to Sunrise Way in Palm Springs, California Ite Description Estimated Unit Unit Amount rn Quantity Price No. 1' Initial Mobilization --- LS $ Om lr 2. Traffic Control --- LS $ cbc-) 3' Bike Sham Lane Markings 20 EA 4. Bike Route Sign 10 EA TOTAL OF ALL ITEMS OF THE BID SCHEDULE B: $ ✓ (Price in fi urea) a Name of Bidder or Fi BICYCLE LANES CITY PROJECT NO.12-08 UNIT PRICE BID SCHEDULE 0212 6/2 01 3 BID FORMS-PAGE 5 BID SCHEDULE C Schedule of Prices for the Construction of the: BICYCLE LANES, CITY PROJECT NO. 12-08 BARISTO ROAD From Avenida Caballeros to El Cielo Road in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization --- LS $ 1,1 sw i (V 2. Traffic Control --- LS $ 1 GO 3. Bike Lane Line(6"thermoplastic) 15,600 LF $ tOLD-to 4. Bike Lane Line (4"thermoplastic) 11,300 LF $ $ Q 5 Removal and Replacement of Traffic _-- LS $ 20b Striping �! ' � 6. Curb Painting (red) 2,000 LF $ $ :2— CV v 7. Bike Lane Markings 14 EA $ 60' $ .cO v 8. Bike Lane Sign 18 EA $ ZJS-lA TOTAL OF ALL ITEMS OF THE BID SCHEDULE C: F a 2�0 . �. YG� (Price in figures) r L (Price in words) TOTAL OF ALL ITEMS OF THE BID SCHEDULES A, B,and C (basis of award) $ (Prl in figures) 5 ^ yr Rue d (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid'Rem, by an amount up to 25 percent of increase or decrease,without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in�nt shown in the Bid Schedule for the deleted item of Wo Name ol Bidder or Fidn n� BICYCLE LANES CITY PROJECT N0.12-08 UNIT PRICE BID SCHEDULE 02/26=13 BID FORMS-PAGE 6 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, at seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50%of the Work identified in this Bid, the Bid shall be considered non-responsive. Bidders shall list the total % of Work to be performed by the Prime Contractor here: ICOY.(shall not be less than 50%). Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name &Address 1. 2. /U0 + v 3. 4. 5. BICYCLE LANES CITY PROJECT NO.12-08 LIST OF SUBCONTRACTORS 02/26=13 BID FORMS-PAGE 7 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) rriy K! C: j ss. Cou o 1, A being first d uly,sworn, deposes and says that he or she is — Of the party making the foreg ing Bid, that the Bid is not made in the Interest of, or on b alf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put In a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder By Title Organization �(� � � —(Ahci��Q oD Qfl_� Address_2 ©flrti;�[� OP qZ J (n _ BICYCLE LANES CITY PROJECT NO. 12-08 NON-COLLUSION AFFIDAVIT 02r2612013 BID FORMS-PAGE 8 ALL-PURPOSE ACKNOWLEDGMENT State of County of �L�'JtItK n On— V_2�1 before me, Date N me, rile of Offi�ceL_ personally appeared NAMES)OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by hlslher/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted,executed the Instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness nw-hand-aad official seal. Ste phantle Marie Acoste Signature of Notary comm.91989674 ARY IC RIVERS C Nf� � - Comm.F, iree Aug.30,2016 ATTENTION NOTARY: Although the information requested below is OPTIONAL,it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document jk —O/y,L 1^ rll f Ls nI,40LI MUST BE ATTACHED TO THE DOCUMENT Number of Pages 4--DATE of DOCUMENT LAA—�3 DESCRIBED AT RIGHT: Signers O er Than Named Above BICYCLE LANES CITY PROJECT NO.12-05 NON-COLLUSION AFFIDAVIT 02126/2013 BID FORMS-PAGE 9 BID BOND KNOW ALL MEN BY THESE PRESENTS, That . Chrisp Company as Principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the"City'in the sum of: Ten Percent(10%)of the Total Amount Bid--- dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s)of the City's Contract Documents entitled: BICYCLE LANES CITY PROJECT NO. 12-08 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the court: SIGNED AND SEALED, this 22nd day of March , 2013. PRINCIPAL: (Check one: kklivid�l,_)�rtnersrliP. .___....wrWralksn) (Corporations require two signatures;one from each of the following groups!A-Chairman of Hoard,President,many Vie President;AND S. Secretary,Assistant Secretary,Treaswer,Assistant Treasurer,or Chief Financial Officer} Chrisp Company SURETY: Signature(NOTAPJZED) Travelers Casualty and Surety Company of America Print Name and Title: VICE PRES=.eeuT By vF BaszNess DeycLoPMeNT By nature(NOTARIZEe) Sunature(NOTARIZED) Print Name and Title Paint Name and Title. Betty L. Tolentino,Attomey-In-Fact BICYCLE LANES CITY PROJECT NO,12-08 BID BOND (BID SECURITY FORM) 02120=13 BID FORMS-PAGE 10 r • ! CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ' County of San Francisco On March 22, 2013 before me, Katherine G.Zerounian Notary Public Dew rloro 1n Name.6 TM of the on", personally appeared Betty L. Tolentino N ..M of Signers) who proved to me on the basis of satisfactory evidence to be the person(:) whose name(s) is/aoe subscribed to the ___ within instrument and acknowledged to me that ]]+��+ KATHERINE G. ZEROUNIAN Ws/she/i#if3y executed the same in 6fA her/tffdlr authorized a Commission # 1853422 L capacity(ile6), and that by ht4tF/her/#Mr signature(%) on the i ;-o Notary Public-California > instrument the person(s), or the entity upon behalf of z San Francisco County which the person(g)acted, executed the instrument. My Comm.Expires Jun 29,2013 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my han an official seal. AF Signature Place Nolery Seal Above Sig ure d Nowry Public OPTIONAL Though the information below is not required by law,it may prove valuable to pe ons ing on the document and could prevent fraudulent removal and reattachmem of this form to a er document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s)Other Than Named Above. Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑Individual ❑ Corporate Officer—Title(s): ❑Corporate Officer—Tftle(s): ❑ Partner—❑Limited ❑General ❑Partner—F-Limited ❑General ❑ Attorney in Fact ❑Attorney in Fact ❑ Trustee Too&mumb here ❑Trustee TOP of thumb here ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: 020D]Naro�Ndary Assocetian•9YA De Sdo AVB.,PQBpa 2a�•Ch:WYpth,CA 913f32A02•'.vxw NellonelNolaY.er9 ann M590r aewaer CaATdFFree l-e06B]B-BB2] I . WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER iA POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 220612 Certificate No. 004795686 KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Suety Company of America me corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duty organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Susan Hecker,Maureen O'Connell, Robert Wrixon,Brian F.Cooper,M.Moody,Betty L.Tolentino,Janet C.Rojo,J.M.Alberta,and Virginia L. Black of the City of San Francisco , State of California ,their one and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their busyness of,guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pe7attedIto any ons of pf ceedings allowed by law. IN 29th day of TNEMaWIhIEREOF,the Compapjeg have caused this mshunt to be sp�ne8nd theitt'cyiporate seals to be hereto affixed,this LLUU ll2 fire*y3.� s, Hy Farmington Casualty C tyap - a` St.Paul Mercury Insurance Company Fidelity a ancg i#ndipagyr k' Travelers Casualty and Surety Company • Fidelity and Guaranty Insu e'Underwrlters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company°E�HOEA .P }� '(-�grol 19// S '4` aa% pit o. R�G.uce d� '<y.... AIN Slate of Connecticut By. City of Hartford ss. Georg Tbompsoq nior Tice President On this the 29th March 2012 day of ,himself to be the Senior Vice President of Farmington Casualty Company, before me personally appeared George W. Thompson, who acknowledged Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Memory Insurance Company, Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he,as such,being authorized so to do, executed the foregoing instmment for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. r„TET In Witness Whereof,I hereunto set my hand and official seal. ' TAq ( AA k C , � My Commission expires the 30th day of June,2016. * �1 Marie C.Tetreault,Notary Public 58440-6-11 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of�t(cf rr%e'A On �Jr �J u l3 before me, pate re Insert Name antl The d Uie fficer personally appeared _ r-�dv,4 L 1' tact: 'S Names)of Signer(a) who proved to me on the basis of satisfactory evidence to be the personal whose names) is/are subscribed to the within instrument and acknowledged to me that he/ehefMtey executed the same in his/herkheir authorized capacity(ies), and that by hisfpes44eir signature(s) on the instrument the person(o, or the entity upon behalf of which the person(4 acted, executed the instrument. �mnnnnmm�uuulinmuunuinnnnunnnuuuunnnnnmm�nnmut� KAY UKES - I certify under PENALTY OF PERJURY under the laws NOTARY MM PU6#191765. P of the State of California that the foregoing is NOTARY PUBLIC-CALIFORNIA 9 9 ALAMEDA COUNTY a true and correct. s My Comm.Exp.Dec.18,2014 �nnnmm�nnnnnwunminnnunnmm�nnmm�nxunnmmnmm�nG WITNESS-q d and official seal. Place Notary Seel Above Signature Signature o ary Ilc OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Off icer—Title(s): ❑ Corporate Off icer—Title(s): ❑ Partner—❑Limited ❑ General ❑ Partner—O Limited ❑ General _ ❑ Attorney in Fact • ❑Attorney in Fact ❑ Trustee Top of thumb here El Trustee Top of thumb here ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: 02pe]National Noiary Assogagon•9350 pa Solo Ave„P.O.eoz 2d02•Ctutswarih,CA 913132002•www.NatiaralNotary org Item p59D] Reorder.Cal Tdl-FreelE069]fiL82] CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of G y' ry- eft On �v 17 (aD L_3 before me, 2,a1.1 l A Ke (2 e r L� a �( Q Dame --�- Hera Insert Name anJ Title om Me personally appeared f cl m rni'e19 e(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s}whose name(a) is/are-subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity("), and that by 4is/herRheir signatures}-on the instrument the person(e)-; or the entity upon behalf of which the person(s}acted, executed the instrument. �nalDlmmamwr�mnrm € KAY UKES COMM.#19176SO I certify under PENALTY OF PERJURY under the laws NOTARY PUBLIC-CAUFORNIA of the State of California that the foregoing paragraph is ALAMEDA COUNTY true and correct. 9 My Comm.Exp.Dec.18,2014 Gmnnumnnnpnnmm�nmmnnnuummunnnnnnmuunmmwnli WITNESS mn;icial seal. Place Notar seat Above Signature 9 atured P " OPTIONAL Though the information below is not required bylaw,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signers Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑Corporate Officer—Title(s): ❑ Partner—❑Limited ❑ General _ _ ❑ Partner—❑ Limited ❑ General ❑ Attorney in Fact - ❑Attorney in Fact ❑ Trustee Top of thumb here Top of thumb here ❑Trustee ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: ®20D7Ma al Notary A.swdauon•gWDe5 oAre.,P.QeoM29 -Cha�,CA91313240 -• .Natior Mtaryorg Itemk5907 Rewtler.Catl TdbFmel�87e 7 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 9. List at least three related projects completed to date: a. Owner Address\V-6(A nrarce yA� I �`>'2 5 Contact's Class of Work '+ f Phone Q 0' (OAContractAmount Project a\ TY A Date Completed 2 Contact Person tee_ Telephone number di �54MLQ!A b. Owne Address l loqL�Ck r`c 'hg9�ca� ContactT Class of Wo ` Phone -(970-4 Contract Amount nraon Project�CaI?lf� Date Completed 1Z�7[711 Contact Person QM Telephone number C. Owner tFAddress-13510 :&fP Wa�of Contact Class of Work r�'(�G m4pL r Phone - 7 Contract Amount g0 000•CC) Project,�?bIcr2otl Annul spate Completed IZ 2©l Contact Person Telephone number -11A?7b-E'(]1�7 10. List the name and title of the person who wil supervise full-time the proposed work for your firm: _ C- �nL 11. Is full-time supervisor an employee contract services_? 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. BICYCLE LANES CITY PROJECT NO.12.08 BIDDER'S GENERAL INFORMATION 02/26/2013 BID FORMS-PAGE 12 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BID R/CONTRACTOR'S Name ano Street Address: 2cx ock q?s31 2. CONTRACTOR'S Telephone Number (010ci ) 71U b -0M&D Facsimile Number. (0105 ) -7 LA t 0-6:3S , ' 3. CONTRACTOR'S License: Primary Classification >A 32 State License Numbers) Z53 gcom Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonrls on this Contract: Name of Surety �C Q k e ey-2) CIC6 Address �1�07 , 07 Old Surety .Company Telephone Numbers: AgentWcaym2Ltj Surety(Q'O6 )�-(OZQF 5. Type of Firm (Individual, Partnership or Corporation): l 2 6. Corporation organized under the laws of the State of. \ Q N-br n I"1 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: BICYCLE LANES CITY PROJECT NO. 12-08 BIDDER'S GENERAL INFORMATION 02/26/2013 BID FORMS-PAGE 11 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. Co 7fb7�C - e{{azsp ecryraNY By pRv=c MCA2rs TcE P2ESIP£n3� Title OF 8uSLNFS5 P6VEL0PMENT BICYCLE LANES CITY PROJECT NO. 12-08 02/26/2013 WORKER'S COMPENSATION CERTIFICATE AGREEMENT AND BONDS-PAGE 17 S )x , I ,�� 'sy_''`ti'+vn.�§'t y ✓�". .�r`.x�^"�Rp '�`k a S.. Y j -•`N ;3 +y� —'a"q . R�.� t�s r ICE ��[�fiC��;��` � r�R���`���`�,��1�,�h �.�`�� ��� � s•r. � a�.�' ��il��;��, 4A$.'�i, 'Y'd a , $ z s R es 3R , y,*x`.;f4 da'"�'�°. tz v„ it t v,a +�5 a Y ` c � F sa 4 S 1 h'It p 4 try 3 �y o �.. ���^ {y'"�„` E �w'. � 9'�x�s+ �,c- '�xr �>'a.. 3 e •@ t � F' a y � • • • CITY PROJECT NO. 12-08 • • • The Special Provisions • contained herein have been • prepared by, or under the direct • supervision of, the following • Registered Civil Engineer: • QPpFESS/0 �Q�oPGE F.Fg9glF • George F. Farago, P.E. c God 9�022 Associate Civil Engineer — =L m • Civil Engineer C 62254 * No.C-62254 Exp:9-30-20!3 • `n CIV11- arc" • TgTFOF CALlFO� • • Approved by: Ipj/ ,/�'j • • • • -�e( David J. Barakian, Pt. • Director of Public Works/City Engineer • Civil Engineer C 28931 • • • • • • • • • • BICYCLE.LANES • CITY PROJECT NO.12-08 02f26/2013 SIGNATURE PAGE • • NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids • Instructions to Bidders Bid Forms Bid (Proposal) • Bid Schedule List of Subcontractors Non-collusion Affidavit Bidder's General Information . Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form . Worker's Compensation Certificate Performance Bond Payment Bond Certificate of Insurance PART II -- SPECIAL PROVISIONS Section 1 - Terms, Definitions, Abbreviations, and Symbols . Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities • Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment • Section 10 - Construction Details PART III —APPENDICES • APPENDIX A Vicinity Map Project Drawings APPENDIX B • City of Palm Springs Standard Drawing Caltrans Standard Plans California MUTCD • BICYCLE LANES • CITY PROJECT NO. 12-08 SPECIAL PROVISIONS 0 2/2 61201 3 GENERAL CONTENTS- PAGE 1 • • • • • CITY OF PALM SPRINGS • PUBLIC WORKS & ENGINEERING DEPARTMENT • • • • PART I - BIDDING AND CONTRACTUAL • DOCUMENTS AND FORMS • • BICYCLE LANES • CITY PROJECT NO. 12-08 • Notice Inviting Bids • Instructions to Bidders Bid Forms • Bid (Proposal) • Bid Schedule • List of Subcontractors Non-Collusion Affidavit • Bidder's General Information • Bid Bond (Bid Security Form) • Agreement and Bonds • Agreement Form • Worker's Compensation Certificate • Performance Bond Payment Bond • Certificate of Insurance • • • • • • • • • • • • BICYCLE LANES PART 1 CONTENTS • CITY PROJECT NO.12-08 PAGE 1 02I26I2013 • • CITY OF PALM SPRINGS • NOTICE INVITING BIDS For constructing BICYCLE LANES, City Project No. 12-08 • N-1 NOTICE IS HEREBY GIVEN that sealed bids for the BICYLE LANES will be received at the office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 3 P.M. on April 2, 2013 at which time they will be opened and read aloud. The Engineer's estimate is $287,000. N-2 DESCRIPTION OF THE WORK: The Work comprises the construction of bicycle lanes on Avenida Caballeros, Via Escuela and on Baristo Road. The work includes • removal and replacement of existing traffic striping, installation of thermoplastic bike lane • lines, thermoplastic bike lane markings, curb painting, and signs. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any • informality (non-responsiveness) in a bid, or to make award to the lowest responsive, • responsible bidder, on the basis of the total sum of Bid Schedules A, B, and C, and reject all other bids, as it may best serve the interest of the City. Bidders shall bid on all Bid Schedules. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm Springs. N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a a period of 210 calendar days from the date of bid opening. . N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a • valid Class A or C-32 Contractor license at the time of submitting bids. N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the . Department of Industrial Relations of the State of California for the locality where the work is to be performed. A copy of said wage rates is on file at the office of the City Engineer. The Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates at the project site. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without • retention of any portion of.the payment by the City, by depositing securities of equivalent • value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. • N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: • BICYCLE LANES NOTICE INVITING BIDS . CITY PROJECT NO.12-08 PAGE 1 02126/2013 • • (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Complete sets of said Contract Documents may be purchased at $15.00 per set by cash, check or credit card and are obtainable from the City of Palm Springs Engineering Department, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. No refund will be S made of any charges for sets of Contract Documents. Make checks payable to "City of Palm a Springs'. • (c) An additional mailing fee of $5.00 will be charged for sets of documents sent by mail. • Overnight, Federal Express, or other methods of delivery shall be the responsibility of the Bidder. If you have a FedEx No. or an On-Trac No, include that in your correspondence. If you do not have either of these, please include the mailing fee in your check for Bid Documents to cover the cost of shipping. If you have any questions, please call the Engineering Secretary @ . (760) 323-8253 x 8738 or by e-mail at kim.licon(d,)palmsprinQsca.gov. (d) Obtaining Bid Documents and registration as a Bidder. If you are interested in submitting a bid, you shall contact Kim Licon, Engineering Secretary, by e-mail at kim.licon@ • palmspringsca.gov, or by phone at (760) 323-8253 x 8738, to officially register as a Bidder for this project with your company name, address, phone, fax, contact person and e-mail address. Bidders must be registered to submit a Bid; failure to register may be cause to find a . Bid non-responsive. (e) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms found in the original Bid Documents shall be used to submit a bid. (f) This Notice Inviting Bids, the Plan Holders List, and other related information for this project can be found on-line at the City's webpage at www.paimspdngs-ca.gov/index.aspx?page=85. • (g) All questions about the meaning or intent of the Bid Documents are to be directed to the • City Engineer. Questions shall be submitted in writing to: Savat Khamphou, Assistant City Engineer, by fax to (760) 322-8325, or by e-mail to Savat.Khamphou@palmspdngsca.gov. Questions must be submitted by 2:00 PM, March 12, 2013. Questions received after this date • will not be accepted. N-10 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the Procurement and Contracting Manager at 3200 East Tahquitz Canyon Way, Palm Springs, • CA 92262. The envelope shall be plainly marked in the upper left hand comer with the name and address of the Bidder and shall bear the words 'Bid For.." followed by the title of the Project and the date and hour of opening Bids. The certified or cashier's check or Bid Bond • shall be enclosed in the same envelope with the Bid. BY OR O T Cl OF PALM SPRINGS iBy Date Z-z7-Z91 r Davld J. Barakdan, PE Director of Public Works/City Engineer • BICYCLE LANES . CITY PROJECT NO.12-08 NOTICE INVITING BIDS 02/26/2013 PAGE 2 • • CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the • General and Special Provisions. The term "Bidder' shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer" shall be as defined in the Special Provisions. • 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible . Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience • as of recent date on the form entitled "Bidder's General Information," bound herein. • Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be • considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. • 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE — a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local • laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports • of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such + reports are NOT a part of the Contract Documents. The interpretation of such technical • data, including any interpolation or extrapolation thereof, together with non-technical data, . interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. • (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. • BICYCLE LANES • CITY PROJECT NO. 12-08 INSTRUCTIONS TO 0 212 6/2 01 3 BIDDERS-PAGE 1 • • (d) Subject to the provisions of Section 4215 of the California Government Code, i information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others, and the City a♦ does not assume responsibility for the accuracy or completeness thereof unless it is . expressly provided otherwise in the Special Provisions. (e) Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground utilities and other physical . conditions, and possible changes in the Contract Documents due to differing conditions • appear in the Standard Specifications and Special Provisions. • (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or • obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with . the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems . necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and . equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract ' Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance • of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 days prior to the date of opening Bids may not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications • will be without legal or contractual effect. • BICYCLE LANES • CITY PROJECT NO. 12-08 INSTRUCTIONS TO 02/26/2013 BIDDERS-PAGE 2 • 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by • a certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the City and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will fumish the necessary insurance certificates, Payment Bond, and • Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as • the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond • as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it in form. • 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the • City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they • accompany. 8. BID FORM - The Bid shall be made on the Bid Schedule sheets bound herein. f Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of ` schedules. All bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and in the event of any conflict between the words and figures, the words shall govern. The envelope enclosing the . sealed bids shall be plainly marked in the upper left-hand comer with the name and • address of the Bidder and shall bear the words "BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to, and the date and hour of opening • of bids. The Bid Security shall be enclosed in the same envelope with the Bid. 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place . stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid • is received in proper time. Bids will not be accepted after the appointed time for opening . of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in • the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and . failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount" • indicated for a unit price Bid Item does not equal the product of the unit price and quantity • listed, the unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as provided in (a) or (b), as follows: . (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is . omitted, or is the same as the amount as the entry in the item total column, then the BICYCLE LANES . CITY PROJECT NO. 12.08 INSTRUCTIONS TO 02/26/2013 BIDDERS-PAGE 3 • • amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price . or item total, whichever most closely approximates percentage-wise the unit price or item total in the City of Palm Springs's Final Estimate of cost. . In the event that there is more than one Bid Item in a Bid Schedule and the total indicated • for the schedule does not agree with the sum of prices Bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be t' corrected accordingly, and the Contractor shall be bound by said correction, subject to the • provisions of Section 5100 et seq. of the California Public Contract Code. 11. QUANTITIES OF WORK— (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not . expressly or by implication agree that the actual amount of work or material will correspond therewith. (b) In the event of an increase or decrease in a bid item quantity of a unit price • contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in i Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a • written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized . conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless • expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids • or modifications will not be considered. 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as . set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any application for a substitute or "or-equal" item by the Contractor and consideration by the . Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, • responsible Bidder whose Bid complies with all the requirements prescribed. Unless . otherwise specified, any such award will be made within the period stated in the Notice BICYCLE LANES . CITY PROJECT NO.12.08 INSTRUCTIONS TO 02/26/2013 BIDDERS-PAGE 4 i • • Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of • the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more • than one Bid Schedule, the City may award schedules individually or in combination. In • the case of 2 or more Bid Schedules which are alternative to each other, only one of such • alternative schedules will be awarded. • 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall • execute a written Agreement with the City on the form of agreement provided, shall . secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 15 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of • the stipulated requirements in connection therewith shall be just cause for an annulment • of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the • second lowest responsive, responsible Bidder. If the second lowest responsive, • responsible Bidder refuses or fails to execute the Agreement, the City may award the • Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid • Securities shall be likewise forfeited to the City. ` 18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the • Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. - END OF INSTRUCTIONS TO BIDDERS- • • • • • • • • i • • • • • • ' BICYCLE LANES . CITY PROJECT NO. 12-08 INSTRUCTIONS TO 02/2W013 BIDDERS-PAGE 5 • • BID DOCUMENTS i 1 Only the following listed documents, identified in the lower right corner as 'Bid Forms", shall be fully executed and submitted with the Bid at the time of opening • of Bids. Bid (Proposal) Bid Schedule(s) List of Subcontractors Non-collusion Affidavit . Bid Bond (Bid Security Form) i Bidder's General Information i Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. i 40 i i • BICYCLE LANES CITY PROJECT NO.12-08 COVER SHEET 0212 6/2 0 1 3 BID FORMS-PAGE i i • • BID • • BID TO: CITY OF PALM SPRINGS, CALIFORNIA • The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an • Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: BICYLE LANES — CITY PROJECT NO. 12-08 Bidder accepts all of the terms and conditions of the Contract Documents, including . without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing • with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise . required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following • Addenda (receipt of which is hereby acknowledged): • Number Date • Number Date • • Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements • (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent • investigations as Bidder deems necessary. • In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: am aware of the provisions of Section 3700 of the Labor Code, which require • every employer to be insured against liability for worker's compensation, or to . undertake self-insurance in accordance with the provisions, before commencing . the performance of the Work of this Contract. • To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid • Forms, said Bidder further agrees to complete the Work required under the Contract BICYCLE LANES CITY PROJECT NO. 12-08 BID(PROPOSAL) 02/26/2013 BID FORMS-PAGE 2 • • a♦ Documents within the Contract Time stipulated in said Contract Documents, and to . accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid . Price(s) named in the aforementioned Bidding Schedule(s). • Dated: Bidder: . By: • (Signature) Title: BICYCLE LANES CITY PROJECT NO.12-08 BID(PROPOSAL) 0 212 6/2 01 3 BID FORMS-PAGE 3 • BID SCHEDULE A • Schedule of Prices for the Construction of the: BICYCLE LANES i CITY PROJECT NO. 12-08 AVENIDA CABALLEROS From Vista Chino to San Rafael Drive and From Tamarisk Road to Amado Road in Palm Springs, California Ite Description Estimated Unit Unit Amount m Quantity Price No. • 1' Initial Mobilization -- - LS $ • 2' Traffic Control - -- LS $ 3' Bike Lane Line (6"thermoplastic) 15,520 LF 4. Bike Lane Line (4"thermoplastic) 15,520 LF 5. Removal and replacement of existing traffic striping LS $ 6' Bike Lane Markings 30 EA $ $ i Bike Lane Sign 14 EA E I i i $ $ TOTAL OF ALL ITEMS OF THE BID SCHEDULE A: $ • (Price in figures) (Price in words) • • Name of Bidder or Firm • BICYCLE LANES CITY PROJECT NO.12-08 UNIT PRICE BID SCHEDULE . 02/2612013 BID FORMS-PAGE 4 • • BID SCHEDULE B Schedule of Prices for the Construction of the: BICYCLE LANES CITY PROJECT NO. 12-08 VIA ESCUELA- From Indian Canyon Drive to Sunrise Way in Palm Springs, California Ite Description Estimated Unit Unit Amount m Quantity Price No. 1' Initial Mobilization -- - LS $ • 2' Traffic Control - -- LS $ 3. Bike Shared Lane Markings 20 EA $ $ • 4' Bike Route Sign 10 EA $ $ TOTAL OF ALL ITEMS OF THE BID SCHEDULE B: • $ (Price in figures) (Price in words) • i i Name of Bidder or Firm . BICYCLE LANES UNIT PRICE BID SCHEDULE • CITY PROJECT NO.12.08 BID FORMS-PAGE 5 02/26/2013 • BID SCHEDULE C ti Schedule of Prices for the Construction of the: • BICYCLE LANES, CITY PROJECT NO. 12-08 BARISTO ROAD From Avenida Caballeros to El Cielo Road w in Palm Springs, California Item Description Estimated Unit Unit Amount • No. Quantity Price 1. Initial Mobilization - -- LS $ 2, Traffic Control -- - LS $ 3. Bike Lane Line (6"thermoplastic) 15,600 LF $ $ 4. Bike Lane Line (4° thermoplastic) 11,300 LF $ $ • 5 Removal and Replacement of Traffic _ __ LS $ Striping 6. Curb Painting (red) 2,000 LF $ $ 7. Bike Lane Markings 14 EA $ $ . 8, Bike Lane Sign 18 EA $ $ • TOTAL OF ALL ITEMS OF THE BID SCHEDULE C: $ • (Price in figures) • (Price In words) TOTAL OF ALL ITEMS OF THE BID SCHEDULES A, B, and C(basis of award) $ • (Price in figures) (Price in words) . QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease,without a change in the unit • prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. e Name of Bidder or Firm BICYCLE LANES UNIT PRICE BID SCHEDULE CITY PROJECT NO, 12-08 02/26/2013 BID FORMS-PAGE 6 • • INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS . As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below • the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or$10,000.00, whichever is ` greater, and shall also list the portion of the Work which will be done by such subcontractor. • After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50% of the Work identified in this Bid, the Bid shall be considered non-responsive. Bidders shall list the total % of Work to be performed by the Prime Contractor here: _ (shall not be less than 50%). Contractor's Percent License of Total i Work to be Performed Number Contract Subcontractors Name& Address 1. 2. 3. 4, 5. BICYCLE LANES • CITY PROJECT NO.12-08 LIST OF SUBCONTRACTORS 02/26/2013 BID FORMS-PAGE 7 • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID ` State of California ) ss. County of ) I, being first duly swom, deposes and says that he or she is of the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf • of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not • directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, • and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any . breakdown thereof, or the contents thereof, or divulged information or data relative • thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Bidder BY Title Organization Address BICYCLE LANES • CITY PROJECT NO.12-08 NON-COLLUSION AFFIDAVIT 0 2/2 612 01 3 BID FORMS-PAGE 8 • i • r • ALL-PURPOSE ACKNOWLEDGMENT i State of . County of iOn before me, i Date Name,Title of Officer personally appeared i NAME(S)OF SIGNER(S) iwho proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the i within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. i 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and icorrect. Witness my hand and official seal. Signature of Notary i ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent iattachment of this certificate to unauthorized document. i THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages DATE of DOCUMENT DESCRIBED AT RIGHT: Signers)Other Than Named Above • i • i BICYCLE LANES i CITY PROJECT NO.12-08 NON-COLLUSION AFFIDAVIT 02/28/2013 BID FORMS-PAGE 9 • • • BID BOND KNOW ALL MEN BY THESE PRESENTS, • That as Principal, and as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City' in the sum of: dollars (not less than 10 percent of the total amount of the bid) • for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. • WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s)of the City's Contract Documents entitled: i BICYCLE LANES • CITY PROJECT NO. 12-08 • NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the 'Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this i obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the court. SIGNED AND SEALED, this day of 2013. . PRINCIPAL: (Check one: Individual,partnership, _corporation) (Corporations require two signatures:one from each of the following groups:A.Chainnan of Board,President,or any Vice President:AND B. Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). • By SURETY: . Signature(NOTARIZED) i Print Name and Title: By • By Signature(NOTARIZED) • Signature(NOTARIZED) Print Name and Title Print Name and Title: BICYCLE LANES . CITY PROJECT NO.12-08 BID BOND(BID SECURITY FORM) 0 212 61201 3 BID FORMS-PAGE 10 BIDDER'S GENERAL INFORMATION • The Bidder shall fumish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: r S 2. CONTRACTOR'S Telephone Number: ( ) Facsimile Number. ( ) 3. CONTRACTOR'S License: Primary Classification • State License Numbers) • Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: t♦ Name of Surety Address Surety Company • Telephone Numbers: Agent ( ) Surety( ) 5. Type of Firm (Individual, Partnership or Corporation): a 6. Corporation organized under the laws of the State of: 7. List the names and addresses of the principal members of the firm or names and • titles of the principal officers of the Corporation or firm: r BICYCLE LANES • CITY PROJECT NO.12-08 BIDDER'S GENERAL INFORMATION 0 212 61201 3 BID FORMS-PAGE 11 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: • 9. List at least three related projects completed to date: a. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number • b. Owner Address • Contact Class of Work • Phone Contract Amount Project Date Completed Contact Person Telephone number C. Owner Address Contact Class of Work Phone Contract Amount • Project Date Completed • Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: 11. Is full-time supervisor an employee contract services ? 12. A financial statement or other information and references sufficiently comprehensive • to permit an appraisal of your current financial condition may be required by the • Engineer. • BICYCLE LANES • CITY PROJECT NO. 12-08 BIDDER'S GENERAL INFORMATION 02/26/2013 BID FORMS-PAGE 12 • • AGREEMENT THIS AGREEMENT made this day of in the year 2013, by and between the City of Palm Springs, a charter city, organized and existing in the County • of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and hereinafter designated as the Contractor. • The City and the Contractor, in consideration of the mutual covenants hereinafter set • forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: • BICYCLE LANES • CITY PROJECT NO. 12-08 The Work is generally described as follows: • Construction of bicycle lanes on Avenida Caballeros, Via Escuela, and on Baristo Road. The work includes removal and replacement of existing traffic striping, installation of thermoplastic bike lane lines, thermoplastic bike lane markings, curb painting, and signs. ARTICLE 2 -- COMMENCEMENT AND COMPLETION • The Work to be performed under this Contract shall commence on the date specified in . the Notice to Proceed by the City, and the Work shall be fully.completed within the time specified in the Notice to Proceed. • The City and the Contractor recognize that time is of the essence of this Agreement, and • that the City will suffer financial loss if the Work is not completed within the time specked in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable provisions of the Standard Specifications, as modified herein. They also recognize the • delays, expense, and difficulties involved in proving in a legal proceeding the actual loss • suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $700 for each • calendar day that expires after the time specified in Article 2, herein. • BICYCLE LANES • CITY PROJECT NO. 12.08 AGREEMENT FORM 02/2 612 01 3 AGREEMENT AND BONDS-PAGE 13 • • ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the • Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). • ARTICLE 4— THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California • Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers . to , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. • ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment • will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the • last business address known to the giver of the Notice. ARTICLE 7 — MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. No assignment by a party hereto of any rights • under or interests in the Contract Documents will be binding on another party hereto • without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited • by law), and unless specifically stated to the contrary in any written consent to an • assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. • The City and the Contractor each binds itself, its partners, successors, assigns, and legal • representatives, to the other party hereto, its partners, successors, assigns, and legal • BICYCLE LANES • CITY PROJECT NO. 12-08 AGREEMENT FORM 0 212 6/2 01 3 AGREEMENT AND BONDS-PAGE 14 • • • • • • • representatives, in respect of all covenants, agreements, and obligations contained in the • Contract Documents. • IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be • executed the day and year first above.written. • • ATTEST: CITY OF PALM SPRINGS, • CALIFORNIA • • By APPROVED BY THE CITY COUNCIL: • City Clerk • APPROVED AS TO FORM: Date By Agreement No. City Attorney • • Date • • • CONTENTS APPROVED: • • By • City Engineer • • Date • • By • City Manager • • Date • • • • • • • BICYCLE LANES • CITY PROJECT NO.12-08 AGREEMENT FORM 02126(2013 AGREEMENT AND BONDS-PAGE 15 • • • Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,or Chief Financial Officer. CONTRACTOR: Name: Check one:_Individual_Partnership_Corporation Address: • By: By: • Signature(notarized) Signature(notarized) Name: Name: Title: Title: • (This Agreement must be signed in the above This Agreement must be signed in the above • space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) • State of L State of 1_ • County of Css County of 1 SS • On On before me, before me, personally appeared personally appeared • who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory • evidence to be the person(s) whose name(s) evidence to be the person(s)whose name(s)is/are is/are subscribed to the within instrument and subscribed to the within instrument and acknowledged to me that he/she/they executed acknowledged to me that he/she/they executed • the same in his/her/their authorized capacity(ies), the same in his/her/their authorized capacity(ies), • and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon instrument the person(s), or the entity upon behalf behalf of which the person(s)acted, executed the of which the person(s) acted, executed the instrument. instrument. 1 certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. • WITNESS my hand and official seal. WITNESS my hand and official seal. • Notary Signature: Notary Signature: • Notary Seal: Notary Seal: • BICYCLE LANES AGREEMENT FORM . CITY PROJECT NO.12-08 AGREEMENT AND BONDS-PAGE 16 02/2 612 01 3 • I � WORKER'S COMPENSATION CERTIFICATE • (AS REQUIRED BY SECTION 1861 • OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the !, • provisions of said Code, and I will comply with such provisions before • commencing the performance of the Work of this Contract. Contractor By Title BICYCLE LANES CITY PROJECT NO. 12-08 • 02/26/2013 • WORKER'S COMPENSATION CERTIFICATE AGREEMENT AND BONDS-PAGE 17 i • PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, . That as Contractor, And as Surety, • are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the • County of Riverside, California, hereinafter called the "City," in the sum of: dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, • administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement • with said City to perform the Work as specified or indicated in the Contract Documents entitled: BICYCLE LANES • CITY PROJECT NO. 12-08 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, • then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes S in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said • Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said • Surety. • SIGNED AND SEALED,this day of 2013. CONTRACTOR: (Check one:_individual,__partnership,_corporation) • (Corporations require two signatures;one from each of the following groups:A.Chairman of Board,President,or any Vice President;AND • B.Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). j • By SURETY: signature(NOTARIZED) • Print Name and Title: By By • Signature(NOTARIZED) Title (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) Print Name and Title: • BICYCLE LANES CITY PROJECT NO. 12-08 PERFORMANCE BOND 02/26/2013 AGREEMENT AND BONDS-PAGE 18 • . PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, • That as Contractor, And as Surety, • are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in • the County of Riverside, State of California, hereinafter called the "City," in the sum of: dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, • executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Contractor has been awarded and is about to enter into the annexed • agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: BICYCLE LANES • CITY PROJECT NO. 12-08 NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the • Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the • Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, • companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person, company, or Corporation renting or • hiring implements or machinery or power for, or contributing to, said work to be done, or any • person who performs work or labor upon the same, or any person who supplies both work and materials therefore, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorney's fee as shall be . fixed by the Court. This Bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil"Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. . BICYCLE LANES PAYMENT BOND CITY PROJECT NO.12-06 AGREEMENT AND BONDS-PAGE 19 • 0 2/2 61201 3 • • . PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or • changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, +♦ nor shall any extensions of time granted under the provisions of said Contract Documents . release either said Contractor or said Surety, and notice of said alterations or extensions of • the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this day of 2013. • CONTRACTOR: (Check one: _individual, _partnership, _corporation) • (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, • President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). • By • Signature(NOTARIZED) . Print Name and Title: • BY • Signature(NOTARIZED) . Print Name and Title: SURETY • By . Title • (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) • BICYCLE LANES PAYMENT BOND CITY PROJECT NO.12-08 AGREEMENT AND BONDS-PAGE 20 . 02/26/2013 • • s s CERTIFICATE OF INSURANCE • THIS CERTIFICATE ISSUED TO THE OWNER/AGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A B s D D • TYPE OF WORK PERFORMED AND LOCATION sLIMITS OF LIABILITY IN THOUSANDS Ix10001 TYPE OF INSURANCE POLICY NUMBER • EACH OCCURRENCE AGGREGATE sCOMPREHENSIVE GENERAL • LIABILITY Including; • ❑ BODILY INJURY $ 5 EXPLOSION AND COLLAPSE ❑ UNDERGROUND DAMAGE § § . ❑ PROPERLY DAMAGE P110WCT5/COMFLETED OPERATIONS ❑ CONTRACTUAL INSURANCE m • ❑ BROAD FORM PROPERTY DAMAGE ❑ INDEPENDENT CONTRACTORS BODILY INJURY AND • ❑ PROPERTY $ 9 PERRONAL INJURY DAMAGE COMBINED sPERSONAL INJURY $ . COMPREHENSIVE AUTOMOBILE BODILY INJURY • LIABILITY EACH PERSON § Including: EACH ACCIDENT ❑ OWNED § ❑ PROPERTY DAMAGE INURED • ❑ NO"owNED or . ❑ MOTOR CARRIER ACT BODILY INJURY AND PFAFEFIY Q • DAMAGE COMBINED "DES$LIABILITY BODRI INJURY • Including: AND PROPERTY ❑ DAMAGE COMBINED $ EMPLOYER'S LIABILITY WORSER'S COMPENSATION STATUTORY • Mod EMPLOYER'S LIABILITY Including: EL S IEA[H • ❑ LONG SHOflEMEN'S AND ACCIDENTI • HARBOR WORKERS . OTHER ADDITIONAL INSURED ENDORSEMENT--CITY OF PALM SPRINGS . The undersigned Certifies that he Or she is the representative of the above-named insurance companies,that he or she has the authomy to execute and Issue this certificate to Certificate Holder,and accordingly,does hereby certify on behalf of said insurance companies that policies of insurance listed above have been issued TO the Insured named above and are in twos at this time. Notwithstanding any requirement,term,Or condition of any contract or other document with respect to • which this certificate may be issued or may pertain,the insurance afforded by the policies described herein a subject to at the terms,excWeionS,and Conditions Of such policies. Copies Of the policies shown will be furnished 10 the Certificate Holder upon request. sThis Certificate time not amend,extend,Or alter the coverage afforded by the policies listed. • Cancellation: Should any of the above described policies be cancelled before the expiration date thereof,the iSSUing company will mall 30 days written notice to the below-named certificate holder: • • NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED • BY .va«waeo.arsaEe...m or..w.11a r<...va.aea.a ww+.� • sBICYCLE LANES CERTIFICATE OF INSURANCE • CITY PROJECT NO. 12.08 AGREEMENT AND BONDS-PAGE 21 02/26/2013 • • • • • • • • • CITY OF PALM SPRINGS • • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • PART II -- SPECIAL PROVISIONS • • BICYCLE LANES CITY PROJECT NO. 12-08 • Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials • Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work • Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment • Section 10 - Construction Details • • • • • • BICYCLE LANES PART II --SPECIAL PROVISIONS . CITY PROJECT NO. 12-08 GENERAL CONTENTS-PAGE 1 02/26/2013 • • • • CITY OF PALM SPRINGS • PUBLIC WORKS AND ENGINEERING DEPARTMENT • • i SPECIAL PROVISIONS • • BICYCLE LANES CITY PROJECT NO. 12-08 SECTION 1 —TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS • 1-1 GENERAL 1-1.1 Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction ("Greenbook"), 2012 Edition, including all current supplements, addenda, and revisions thereof, these Special • Provisions, including the Standard Plans and drawings identified in the Appendixes, insofar as the same may apply to, and be in accordance with, the following Special • Provisions. In case of conflict between the Standard Specifications for Public Works Construction • ("Greenbook") and these Special Provisions, the Special Provisions shall take precedence over, and be used in lieu of, such conflicting portions. • 1-1.2 Supplementary Reference Specifications. - Insofar as references may be • made in these Special Provisions to the Caltrans Standard Specifications, such work shall conform to the referenced portions of the technical provisions only of said reference specifications, provided, that wherever the term "Standard Specifications" is used without • the prefix "Caltrans," it shall mean the Standard Specifications for Public Works • Construction ("Greenbook"), 2012 Edition, as previously specified in the above paragraph. • 1-2 LEGAL ADDRESS 1-2.1 Legal Address of the City. - The official address of the City shall be City of Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such . other address as the City may subsequently designate in written notice to the Contractor. • • BICYCLE LANES TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS . CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 1 -PAGE i 0 212 6/20 1 3 • • 1-2.2 Legal Address of the Engineer. - The official address of the Engineer shall be the Director of Public Works/City Engineer, City of Palm Springs, Engineering Department, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such • other address as the Engineer may subsequently designate in writing to the Contractor. 1-2.3 Legal address of the City's Project Representative. - The name and address of the City's designated Project Representative shall be the Senior Public Works Inspector, City of Palm Springs, Public Works and Engineering Department, 3200 E. . Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the Project Representative may subsequently designate in writing to the Contractor. 1-3 DEFINITIONS AND TERMS 1-3.1 Definitions and Terms. - Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: Agency -The City of Palm Springs, a charter city organized and existing in the County of Riverside, State of California. Engineer-The Director of Public Works/City Engineer of the City of Palm Springs, California. Liquidated Damages -The amount prescribed in the Special Provisions, pursuant to the authority of • Government Code Section 53069.85, to be paid to the City or to be deducted from any payments due, ' or to become due, the Contractor for each calendar days delay in completing the whole or any . specified portion of the Work beyond the time allowed in the Special Provisions. Standard Plans-The Standard Drawings and the Special Drawings of the City of Palm Springs. Owner-The Owner shall be the Agency, as defined above. Working Day-A Working Day is defined as any day, except as follows: • (a) Fridays, Saturdays, Sundays, and any designated legal holiday officially observed by the City of Palm Springs. Designated legal holidays are: New Year's Day(January 1) • Martin Luther King Jr. Day(Third Monday in January) President's Day(Third Monday in February) Memorial Day(Last Monday in May) Independence Day(July 4) . Labor Day(First Monday in September) Veteran's Day(November 11) . Thanksgiving Day(Last Thursday in November) • Day after Thanksgiving Day Christmas Eve Day(December 24) . Christmas Day(December 25) When a designated holiday falls on a Friday or Saturday, the Thursday before the holiday shall be a • designated legal holiday. When a designated holiday falls on a Sunday, the Monday after the holiday shall be a designated legal holiday. (b) Days on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or operations, as determined by • the Engineer, from proceeding with at least 75 percent of the normal labor and equipment force BICYCLE LANES TERMS, DEFINITIONS, ABBREVIATIONS,AND SYMBOLS • CITY PROJECT NO. 12-08 SPECIAL PROVISIONS- SECTION 1 -PAGE 2 . 0 2/2 61201 3 • • engaged on such operation or operations for at least 60 percent of the total daily time being • currently spent on the controlling operation or operations. - END OF SECTION - • BICYCLE LANES TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 1 -PAGE 3 • 02/26/2013 • SECTION 2 -- SCOPE AND CONTROL OF WORK i 2-1 GENERAL Particular attention is directed to the provisions of Section 6-1, "Construction Schedule and Commencement of Work," Section 6-7, "Time of Completion," and Section 6-9, . "Liquidated Damages" of the Standard Specifications. After the Contract has been approved by the City, and a written Notice to Proceed has been issued to the Contractor, the Contractor shall start the Work within 10 working days after the date specified in said Notice to Proceed. Said Work shall be diligently prosecuted to completion before the expiration of: 32 WORKING DAYS from the day specified in the Notice to Proceed issued by the City. Said time of completion does not include time associated with ordering long lead-time items. i Contractor shall refer to Section 4-2.2 of these Special Provisions for requirements associated with ordering long lead-time items. . In the event one or more Bid Schedules are not awarded and included in the Work, S the Work shall be completed as indicated below, with the contract time being the sum • of the allowable working days specified for the Bid Schedules awarded. The Work identified in Bid Schedule A shall be diligently prosecuted to completion • before the expiration of: 12 WORKING DAYS from the date specified in the Notice to Proceed from the City. The Work identified in Bid Schedule B shall be diligently prosecuted to completion before the expiration of: 8 WORKING DAYS • from the date specked in the Notice to Proceed from the City. I � • The Work identified in Bid Schedule C shall be diligently prosecuted to completion before the expiration of: 12 WORKING DAYS from the date specified in the Notice to Proceed from the City. As set forth in the Agreement, the Contractor shall pay to the City as liquidated damages the sum set forth in the Agreement per day for each and every calendar day's delay in finishing the Work in excess of the number of working days prescribed above. • BICYCLE LANES SCOPE AND CONTROL OF WORK CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 2 -PAGE i . 02/26/2013 • 2-1.1 Subcontracts. Subcontractors are required to be listed in accordance with Section 2-3.1 of the Standard Specifications. Each proposal shall have listed therein the name and address of all subcontractors, regardless of the amount of work. The list of . subcontractors shall also set forth the portion of work that will be done by each subcontractor listed. A sheet for listing the subcontractors is included in the Proposal. 2-2 CONTRACT BONDS 2-2.1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION The following shall be added at the end of Section 2-4 of the Standard Specifications: "The Contractor shall ensure that its Bonding Company is familiar with all of the terns and . conditions of the Contract Documents, and shall obtain a written acknowledgement by the • Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the Contract, or of extensions of time, or of decreased or . increased Work,or of cancellation of the Contract,or of any other act or acts by the City or any of its authorized representatives." 2-2.2 EXECUTION OF BONDS Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer, or(c) a combination of sufficient personal sureties . and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's • certificate evidencing that it is an admitted surety insurer shall be submitted with the bonds. If a personal surety is used, all requirements set out in Code of Civil Procedure Section 995.510 shall be met to the satisfaction of the City Engineer. • 2-3 PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read as follows: In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control. The order of . precedence shall be as listed below: . 1. Change Orders or Work Change Directives • 2. Agreement 3. Addenda • 4. Contractor's Bid(Bid Fortes) 5. Special Provisions 6. Notice Inviting Bids 7. Instructions to Bidders 8. Plans(Contract Drawings) 9. Standard Plans 10. Standard Specifications • 11. Reference Documents • With reference to the Drawings, the order of precedence shall be as follows: BICYCLE LANES SCOPE AND CONTROL OF WORK CITY PROJECT NO, 12-08 SPECIAL PROVISIONS-SECTION 2-PAGE 2 02/26/2013 • • • 1. Figures govem over scaled dimensions . 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over Contract Drawings 4. Contract Drawings govem over Standard Drawings • 5. Contract Drawings govern over Shop Drawings 2-4 SUBSURFACE DATA Section 2-7 of the Standard Specifications shall be revised to read as follows: • "2-7.1 Limited Reliance by Contractor. - Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The Contractor may . rely upon the general accuracy of the"technical data"contained in such reports and drawings only where such "technical data" are specifically identified in the Special Provisions. Except for such reliance on such"technical data,"the Contractor may not rely upon or make any claim against the City,the Engineer, nor any of the Engineer's Consultants with respect to any of the ifollowing: + 2.7.1.1. Completeness. - The completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto,or • 2-7.1.2. Other Information. - Any other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings,or ` 2-7.1.3. Interpretation. -Any interpretation by the Contractor of such "technical data,"or any conclusion drawn from any "technical data" or any such data, interpretations, opinions or information." 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY Unless indicated otherwise, all temporary access or construction rights-of-way which the Contractor may find it requires during progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its own expense. e 2-6 SURVEY MONUMENT PRESERVATION GUIDELINES 2-6.1 NEW AND RECONSTRUCTION PROJECTS All work is to be performed by a person or under the supervision of a person authorized • to practice Land Surveying, and shall adhere to the following guidelines: A. PRIOR TO CONSTRUCTION 1. The public survey records are to be researched for the location of all possible survey . monuments within the scope of the project and copies shall be furnished to the survey crew. 2. The survey crew shall diligently search for all survey monuments of record above or • below the surface, within the road right-of-way. It is suggested that this search would include the use of a metal detector. When the detector indicates the . BICYCLE LANES SCOPE AND CONTROL OF WORK CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 2-PAGE 3 • 02/26/2013 • possibility of a buried monument, than digging below the surface to uncover the r monument is required. 3. The survey crew shall properly reference all found survey monuments, which may be disturbed or covered during construction, to stable surface points. a 4. The authorized surveyor shall properly complete a Corner Record or Record of i Survey for the monuments noted in item 3, above. Prior to the start of any construction work, the original or a print of the Comer Record of Survey shall be submitted to the County Surveyor for review, signature, and filing. . B. AFTER CONSTRUCTION AND PRIOR TO RECORDING THE NOTICE OF COMPLETION 1. All covered and disturbed monuments shall be reset with the same or more durable type of monument as the original, in the surface of the construction. Key monuments shall be a minimum 1" inside diameter iron pipe of appropriate length. 2. A monument box or other protective structure is recommended to be placed around key monuments(section comers, quarter section comers). 3. The authorized surveyor shall properly complete a Comer Record or Record of • Survey for all set monuments with a change in character, including tag number, and • submit it to the County Surveyor for review, signature, and filing. 2-7 AUTHORITY OF THE ENGINEER The Engineer will decide all conflicts which may arise as to (1) the quality or acceptability of the materials or equipment furnished, (2) the performance of the Work, (3) the manner of performance and rate of progress of the Work, (4)the interpretation of A the Plans, Specifications, and Special Provisions, (5) the acceptable fulfillment of the Contract on the part of the Contractor, and (6) compensation of the Contractor. The Engineer's decision shall be final, and he shall have the authority to enforce and make effective such decisions and orders which the Contractor may fail to cant'out promptly. . 2-8 INSPECTION 0 • The Engineer shall have complete and safe access to the Work at all times during . construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans. All labor, materials, and equipment furnished shall be subject to the Engineer's inspection. When the Work is substantially completed, a representative of the Engineer will make the final inspection. 40 BICYCLE LANES SCOPE AND CONTROL OF WORK • CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 2 -PAGE 4 02/26/2013 • r 2-9 SITE EXAMINATION The Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work, and the general and local Conditions, such as, but not limited to, all other matters which could in any way affect the Work or the costs thereof. The failure of the Contractor to acquaint itself with all available information regarding . any applicable existing or future conditions shall not relieve it from the responsibility for properly estimating either the difficulties, responsibilities, or costs of successfully performing the Work according to the Contract Documents. 2-10 FLOW AND ACCEPTANCE OF WATER Storm, surface, nuisance, or other waters may be encountered at various times during construction of the Work. The Contractor, by submitting a Bid, hereby acknowledges • that it has investigated the risk arising from such waters, and has prepared its Bid . accordingly; and the Contractor, by submitting such a Bid, assumes all said risk. 2.11 SUBMITTALS The following provisions shall replace Section 9-2 "Lump Sum Work" of the Standard Specifications: On lump sum items, the Contractor shall submit, for approval by the Engineer, a Schedule of Values, or lump sum price breakdown, which will Is serve as the basis for progress payments and shall be incorporated into a form of Application for Payment acceptable to the Engineer. Such Schedule of Values shall be submitted for approval at the Pre- construction Conference and must meet the approval of the Engineer before any payments can be made to the Contractor. END OF SECTION - 40 BICYCLE LANES SCOPE AND CONTROL OF WORK CITY PROJECT NO. 12-08 SPECIAL PROVISIONS- SECTION 2-PAGE 5 0 02/26/2013 • • r SECTION 3 -- CHANGES IN WORK 3-1 EXTRA WORK The provisions of Section 3-3 of the Standard Specifications shall apply; provided, that the provisions for markup percentages for overhead and profit for extra work referenced in subparagraph 3-3.2.3 of the 2012 edition shall be deleted in its entirety and the following substituted: 3-2 PAYMENT 3-2.1 Markup: The provisions of Subsection 3-3.2.3 Markup, shall be amended to read as follows: (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit. 1) Labor 24 percent(includes bonding) 2) Materials 15 percent 3) Equipment rental 15 percent 4) Other items and expenditures 15 percent 5) Subcontracts (1st tier only) 5 percent . 6) lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for labor, one percent shall be added as compensation for bonding. 3-2.2 Contract Unit Prices: The provisions of Subsection 3-2.2.1 of the Standard Specifications shall be revised to read as follows: 3-2.2.1(a)Allowable Quantity Variations on Unit Price Contracts: In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit price established for such work under the Contract . Documents, wherever such unit price has been established; provided, that an adjustment in the Contract Unit Price may be made for changes which result in an increase or decrease in the quantity of any unit price bid item of the Work in ' excess of 25 percent, or for eliminated items of work. 3-2.2.1(b) Increases of More Than 25 Percent on Unit Price Contracts: On a unit price contract, should the total quantity of any item of work required under the Contract exceed the Engineer's Estimate therefore by more than 25 percent, . the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefore will be paid for by adjusting the Contract Unit Price, as hereinafter . provided, or at the option of the City, payment for the work involved in such i . BICYCLE LANES CHANGES IN WORK CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 3-PAGE 1 . 0212612013 • • • • excess will be made as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions. Such adjustment of the Contract Unit Price will be the difference between the Contract Unit Price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item. If the costs applicable to such item of work include fixed costs, such fixed costs shall be deemed to have been recovered by the Contractor by the payments made for 125 percent of the Engineer's Estimate of the quantity for such item, and in computing the actual unit cost, such fixed costs will be excluded. Subject to the above provisions, such . actual unit cost will be determined by the Engineer in the same manner as if the . work were to be paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. • When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer's Estimate is less than $5,000 at the applicable Contract Unit Price, the Engineer reserves the right to f make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. ! 3-2.2.1(c) Decreases of More Than 25 Percent on Unit Price Contracts: On . unit price contracts, should the total pay quantity of any item of work required ` under the contract be less than 75 percent of the Engineer's Estimate therefore, an adjustment in compensation pursuant to this Section will not be made unless ! the Contractor so requests in writing. If the Contractor so requests, the quantity • of said item performed, unless covered by an executed contract change order ' specifying the compensation payable therefore, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the Engineer, payment for the quantity of the work of such item performed will be made as if the work were to paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City; provided however, that in no case shall the payment for such work be less than that which would be made at the Contract Unit Price. • Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as . hereinafter provided, of the total pay quantity of the item, including fixed costs. Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Section 3-3.2 of the Standard Specifications, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the City. • The payment for the total pay quantity of such item of work will in no case . exceed the payment which would be made for the performance of 75 percent of • the Engineer's Estimate of the quantity for such item at the original Contract Unit Price. BICYCLE LANES CHANGES IN WORK . CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 3-PAGE 2 02/26/2013 . • . 3-2.2.1(d) Eliminated Items on Unit Price Contracts: On unit price contracts, should any contract item of the Work be eliminated in its entirety, in the absence of an executed contract Change Order covering such elimination, payment will be made to the Contractor for actual costs incurred in connection with such eliminated contract item if incurred prior to the date of notification in writing by the Engineer of such elimination. If acceptable material is ordered by the Contractor for the eliminated item prior to . the date of notification of such elimination by the Engineer, and if orders for such material cannot be canceled, it will be paid for at the actual cost to the Contractor. In such case, the material paid for shall become the property of the 40 City and the actual cost of any further handling will be paid for by the City. If the material is returnable to the vendor and if the Engineer so directs the Contractor, • the material shall be returned and the Contractor will be paid for the actual cost of charges made by the vendor for returning the material. The actual cost of 40 handling returned material will be paid for. The actual costs or charges to be paid by the City to the Contractor as provided in this Section 3-2 will be computed in the same manner as if the work were to be paid as extra work as provided in Section 3-3.2 of the Standard Specifications, . as amended in these Special Provisions, or such adjustment as will be as agreed • to by the Contractor and the City. - END OF SECTION - i • • • BICYCLE LANES CHANGES IN WORK CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 3-PAGE 3. 02/26/2013 i \10 r r SECTION 4 -- CONTROL OF MATERIALS 4-1 TRADE NAMES OR EQUALS 4-1.1 Substitutions. - Subparagraph 2 of Section 4-1.6 of the Standard Specifications shall be amended to read as follows: Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the name of the manufacturer, . such product shall be followed by the words "or equal." A Contractor may offer any material, process, or equipment considered as equivalent to that indicated, unless a sole source is specified. Failure of the Contractor to submit requests for substitution promptly after bid opening shall be deemed to signify that the Contractor intends to furnish one of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for 40 that which was originally specked. Unless otherwise authorized by the Engineer, the time for submission of data substantiating a request for . substitution of an "or equal" item shall be not more than 20 days after bid opening. 4-1.2 Submittals for Approval of "Or Equals." - Should the Contractor request approval for "or equal' products, it shall submit data substantiating such request to the Engineer as per Subsection 4-1.1, above. Data for approval of "or equal' products shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or a the City. 4.2 MATERIALS • 4-2.1 Quantities. - The Contractor shall submit with each of its billing invoices, a i corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. 4-2.2 Placing Orders. - The Contractor shall place the order(s) for all long-lead supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic control facilities within 3 working days after the award of Contract by the City. The Contractor shall furnish the Engineer with a statement from the vendors) that the order(s) for said supplies, materials, and equipment has been received and accepted by said vendors) within 15 working days from the date of said award of Contract. - END OF SECTION - • BICYCLE LANES CONTROL OF MATERIALS CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 4-PAGE 1 02/26/2013 r SECTION 5 -- UTILITIES 5-1 REMOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES r t (a) The following full text of Government Code Section 4215 shall replace the provisions of Section 5-5, subparagraph 4, of the Standard Specifications: "In any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunk-line utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in S the plans and specifications made a part of the invitation for bids. The contract . documents shall include provisions to compensate the contractor for the costs • of locating, repairing damage not due to the failure of the contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The contract documents shall include provisions that the contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for . removal or relocation of such utility facilities. Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence • of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk-lines in the plans • and specifications. Nothing herein shall preclude the public agency from pursuing any appropriate remedy against the utility company for delays which are the responsibility of the . utility company. Nothing herein shall be construed to relieve the utility company from any obligation as required either by law or by contract to pay the cost of removal or • relocation of existing utility facilities." (b) Removal, Relocation, or Protection of Existing Utilities. - The following provisions shall be added to the end of Section 5-5 of the Standard Specifications: "If the Contractor, while performing the Contract, discovers utility facilities not identified by the public agency in the Contract Plans or ` Specifications, he or she shall immediately notify the public agency and . utility company in writing. ' BICYCLE LANES UTILITIES CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 5-PAGE 1 02126/2013 r The utility companies, where they are the owner, shall have the sole discretion to perform repairs or relocation work, or permit the Contractor to do such repairs or relocation work at a reasonable price." Special Note: While the City endeavors to show all known utilities in the plans, the t City's inclusion of this special provision with reference to Government Code Section 4215 is made to advise the Contractor of the fact that not all utilities may be shown in the plans, and that by this reference included in the specifications, the Contractor assumes responsibility for protecting all known utilities that are shown in the plans OR identified by location in the project area by markings provided by Underground Service Alert prior to construction. The City will only compensate the Contractor, as • required by law, for locating utilities that are shown in the plans or identified by location in the project area by markings provided by Underground Service Alert, and which can not be found in the general location identified. The City will not • compensate the Contractor for locating and protecting utilities shown in the plans i OR marked by Underground Service Alert prior to construction. The Contractor is advised to investigate and review all existing utilities in the project area, and in submitting a Bid, acknowledges its responsibilities as referenced herein. 5-2 UTILITY LOCATION AND PROTECTION , The Contractor shall notify Underground Service Alert at 1-800-227-2600 a • minimum of 2 working days prior to any excavation in the vicinity of any potentially . existing underground facilities in order to verify the location of all utilities prior to the commencement of the Work. The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work. i All water meters, water valves, fire hydrants, Southern California Edison vaults, • General Telephone vaults, Southern California Gas Company valves, and other subsurface structures shall be protected by the Contractor as specified in the Special Provisions. END OF SECTION - BICYCLE LANES UTILITIES . CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 5-PAGE 2 02/26/2013 A _ r SECTION 6 — PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 LIQUIDATED DAMAGES 6-1.1 Amount. - The amount of liquidated damages as specified in Section 6-9 of the Standard Specifications shall not apply, but shall be as stated in the Agreement. 6-2 TIMES OF OPERATION 6-2.1 Hours of Operation. - It shall be unlawful for any person to operate, permit, . use, or cause to operate any of the following, other than between the hours of 7:00 a.m. to 3:30 p.m., Monday through Thursday, with no work allowed on City-observed holidays, unless otherwise approved by the Engineer: 1. Powered Vehicles 2. Construction Equipment 3. Loading and Unloading Vehicles All 4. Domestic Power Tools 6-3 NOTIFICATION f +♦ The Contractor shall notify the City and the owners of all utilities and . substructures not less than 2 working days prior to commencing the Work. The following list of names and telephone numbers is intended for the convenience of the Contractor only and is not guaranteed to be complete or correct: CITY OF PALM SPRINGS AI Mike Lytar,Senior Public Works Inspector (760)323-8253 Valerie Wagner, Streets Maintenance Superintendent (760)322-8364 Dave Barakian,City Engineer (760)323-8253 • VERIZON . Attention: Mr. Larry Moore (760)778-3603 DESERT WATER AGENCY Attention: Ms. Debbie Randall (760)323-4971 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr.Frank Jasso (760)202�278 SOUTHERN CALIFORNIA GAS COMPANY • Attention: Ken Kennedy (909)335-7716 TIME-WARNER CABLE Attention: Mr.Dale Scrivner (760)340-1312 W HITEWATER MUTUAL . Attention: Mr.Stan Clark (760)325-5880 SPRINT Attention: Mr. Lynn Durrett (909)873-8022 UNDERGROUND SERVICE ALERT (800)227-2600 PROSECUTION, PROGRESS, BICYCLE LANES AND ACCEPTANCE OF THE WORK CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 6- PAGE 1 02/26/2013 • • r 6-4 EMERGENCY INFORMATION • The names, addresses, and telephone numbers of the Contractor, sub- contractors, their owners, officers, and superintendents, shall be filed with the Engineer at the Pre-Construction Conference. - END OF SECTION - • r lie r • • • • • • • • • • • • • • • • • s PROSECUTION, PROGRESS, • BICYCLE LANES AND ACCEPTANCE OF THE WORK . CITY PROJECT NO.-12-08 SPECIAL PROVISIONS-SECTION 6- PAGE 2 02/26/2013 • 0 SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be revised to read as follows: "The Contractor shall keep itself fully informed of all existing and future State and Federal laws, and county and municipal ordinances and regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. He or she shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals having any or all authority over the Work, and shall indemnify the City and all officers and employees thereof connected with the Work, including, but not limited to, the City Engineer, against any claim or liability arising from, • or based on, the violation of any such law, ordinance, regulation, order, or decree, whether by itself or its employees. If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or S Contract for the Work in relation to any such law, ordinance, regulation, . order, or decree, the Contractor shall forthwith report the same to the Engineer in writing." 7-2 Hours of Labor. — Eight hours labor constitutes a legal day's work. The Contractor shall comply with all applicable provisions of Section 1810 to 1815, inclusive, • of the California Labor Code relating to working hours. The Contractor shall forfeit, as a penalty to the City, $25.00 for each worker employed in the execution of the contract by the Contractor or by any subcontractor under him for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day . or 40 hours in any one calendar week, unless such worker receives compensation for all hours worked in excess of 8 hours per day, or 40 hours during any one week at not less than one and one-half times the basic rate of pay. 7-3 Prevailing Wage. -As required by Sections 1770 and following, of the California Labor Code, the Contractor shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. . Copies of such prevailing rate of per diem wages are on file at the office of the • Engineer, which copies shall be made available to any interested party on request. The Contractor shall post a copy of such determination at each job site. • The Contractor shall, as a penalty to the City, forfeit $50.00 for each calendar day, or . portion thereof, for each worker paid less than the prevailing rates as determined by the Director for such work or craft in which such worker is employed for any public work done under the Contract by it or by any subcontractor under it. 4 BICYCLE LANES RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.-12-08 SPECIAL PROVISIONS-SECTION 7-PAGE 1 02/26/2013 • 7-4 Apprentices on Public Works. - The Contractor shall comply with all applicable provisions of Sections 1777.5 and 1777.6 of the California Labor Code relating to employment of apprentices on public works. 7-5 Unpaid Claims. - If, at any time prior to the expiration of the period for service of a Stop Notice, there is served upon the City a Stop Notice, as provided in Sections 3179 through 3210 of the Civil Code of the State of California, the City shall, until the discharge thereof, withhold from the moneys under its control so much of said moneys due or to become due the Contractor under this Contract, as shall be sufficient to answer the claim stated in such Stop Notice, and to provide for the reasonable cost of • any litigation thereunder, provided, that if the Engineer shall, in its discretion, permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice. . 7-6 Retainage From Monthly Payments. - Pursuant to Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any money withheld by the City to ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent, who shall return such securities to the Contractor upon satisfactory completion of the S Contract. Deposit of securities with an escrow agent shall be subject to a written . agreement for in-lieu construction payment retention, provided by the City between the escrow agent and the City, which provides that no portion of the securities shall be paid to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has + j been satisfactorily completed until at least 30 days after filing by the City of a Notice of • Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code, and to bank or savings and loan certificates of deposit. S 7-7 Resolution of Construction Claims. - As required under Section 20104, et seq., of the California Public Contract Code, any demand of $375,000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract, or payment of an amount which is disputed by the City, shall be processed in accordance with the provisions of said Section 20104, et seq., relating to informal conferences, non-binding judicially-supervised mediation, and judicial arbitration. . A single written claim shall be filed under this Article prior to the date of final payment for r all demands resulting out of the Contract. Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim, or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50,000, the Contractor shall respond to the request for additional information within 15 days after receipt of the request. The Contractor shall respond to the request within 30 days of receipt, if the amount of the claim exceeds $50,000, but is less than $375,000. BICYCLE LANES RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 7- PAGE 2 02/26/2013 • s • Unless further documentation is requested, the City shall respond to the claim within 45 a days, if the amount of the claim is less than $50,000, or within 60 days, if the amount of the claim is more than $50,000, but less than $375,000. If further documentation is requested, the City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information, if the claim is less than $50,000. If the claim is more than $50,000, but less than $375,000, and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond, or 30 days, r whichever is greater. 0 If the Contractor disputes the City's response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in • dispute. The demand shall be served on the City, within 15 days after the deadline of the City to respond, or within 15 days of the City's response, whichever occurs first. The City shall schedule the meet and confer conference within 30 days of the request. If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-8 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules . and Regulations. - The Contractor and each subcontractor shall keep an accurate . payroll record, showing the name, address, social security number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by ! him or her in connection with the public work. The payroll records, enumerated under paragraph one of this Section 7-10, shall be certified and shall be made available for inspection at all reasonable hours at the i principal office of the Contractor on the following basis: 1. A certified copy of an employee's payroll record shall be made available for inspection, or furnished to the employee, or his or her authorized representative on request. r 2. A certified copy of all payroll records, enumerated herein, shall be made available for inspection, or furnished upon • request, to a representative of the body awarding the Contract, or the Division of Labor Standards Enforcement, or the Division of Apprenticeship Standards of the California !I Department of Industrial Relations. 3. A certified copy of all payroll records, enumerated herein, shall be made available upon request to the public for • inspection, or copies thereof made, provided, however, that a request by the public shall be made through either the body awarding the Contract, or the Division of Apprenticeship Standards, or the Division of Labor BICYCLE LANES RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 7-PAGE 3 02/26/2013 • A Standards Enforcement. If the requested payroll records have not been provided pursuant to Section 7.10, paragraph 2, herein, the requesting party shall, prior to being provided S the records, reimburse the costs of preparation by the Contractor, sub-contractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the Contractor. The Contractor and each subcontractor shall file a certified copy of the records, enumerated in paragraph one of this Section 7-10, herein, with the entity that requested the records within 10 days after receipt of a written request. Any copy of records made available for inspection as copies, and furnished upon r request to the public or any public agency by the awarding body, the Division of • Apprenticeship Standards, or the Division of Labor Standards Enforcement, shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address, and social security number. The name and address of the Contractor awarded the Contract or performing the Contract shall not be marked or obliterated. The Contractor shall inform the body awarding the Contract of the location of the records enumerated under said Section 7-10, paragraph one, herein, including the street address, city and county, and shall, within 5 working days, provide a notice of any change of location and address. ' In the event of noncompliance with the requirements of this Section, the Contractor shall have 10 days in which to comply subsequent to receipt of a written notice specifying in what respects the Contractor must comply with this Section. Should noncompliance still . be evident after the 10-day period, the Contractor shall, as a penalty to the State or political subdivision on whose behalf the Contract is made or awarded, forfeit 25 dollars i for each calendar day, or portion thereof, for each worker, until strict compliance is S effectuated. Upon the request of the Division of Apprenticeship Standards or the • Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. a♦ A copy of all payrolls shall be submitted weekly to the Engineer. Payrolls shall contain the full name, address and social security number of each employee, his or her correct classification, rate of pay, daily and weekly number of hours worked, itemized deductions made, and actual wages paid. They shall also indicate all apprentices and ratio of apprentices to journeymen. The employee's address and social security number need only appear on the first payroll on which his or her name appears. The payroll shall be accompanied by a "Statement of Compliance," signed by the employer or its agent, indicating that the payrolls are correct and complete, and that the wage rates • contained therein are not less than those required by the Contract. The "Statement of Compliance" shall be on forms furnished by the City, or on any form with identical A wording. The Contractor shall be responsible for the submission of copies of payrolls from all subcontractors. ` BICYCLE LANES RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 7- PAGE 4 0 2/2 612 0 1 3 If, by the 15th of the month, the Contractor has not submitted satisfactory payrolls for all work performed during the monthly period ending on or before the 1 st of that month, the City will retain an amount equal to 10 percent of the estimated value of the work performed during the month from the next monthly estimate, except that such retention shall not exceed $10,000, nor be less than $1,000. Retentions for failure to submit satisfactory payrolls shall be in addition to all other retentions provided for in the Contract. The retention for failure to submit payrolls for any monthly period will be released for payment on the monthly estimate for partial payments next following the date that all the satisfactory payrolls for which the retention was made are submitted. 7-9 INSURANCE The limits of liability for insurance, as required by Section 7-3 and 7-4 of the Standard • Specifications, shall provide coverage for not less that the following amounts, or greater . where required by laws and regulations: INSURANCE AMOUNTS Prior to commencing any Work, all contractors, vendors and service providers shall procure and maintain, at their own cost and expense for the duration of their contract with the City, appropriate insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work or services. The types of insurance required and the coverage amounts are specified below: S A. Minimum Scope of Insurance Required 1. General Liability Insurance is required whenever the City is at risk of third-parry claims which may arise out of work or presence of a contractor, vendor and service provider on City premises. At a minimum this policy shall: • be written on a per occurrence basis; and • include products and completed operations liability, independent contractors liability, broad fonn contractual liability, and cross liability protection. 2. Automobile Liability Insurance is required only when vehicles are used by a contractor, vendor or service provider in their scope of work or when they are driven off-road on City property. Compliance with California law requiring auto liability insurance is mandatory and cannot be waived. At a minimum this policy shall: • be written on a per occurrence basis; and . • include coverage for Bodily Injury and Property Damage, Owned, Non-owned and Hired Vehicles; and include coverage for owned, non-owned, leased and hired vehicles. BICYCLE LANES RESPONSIBILITIES OF THE CONTRACTOR ' CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 7- PAGE 5 02/26/2013 • If an automobile is not used in connection with the services provided by the contractor, vendor or service provider, a written request to waive this requirement should be made to the City's Risk Manager. 3. Workers' Compensation and Employer's Liability Insurances is required for any contractor, vendor or service provider that has any employees at any time during the period of this contract. Contractors with no employees must complete a Request for Waiver of Workers' Compensation Insurance Requirement form available from the City's Risk Manager. At a minimum, this policy shall: • provide statutory requirements of the State of California; and • include $1,000,000 Employer's Liability. t B. Minimum Limits of Insurance Coverage Required $1 Million per Occurrence/ $2 Million Aggregate Umbrella excess liability may be used to reach the limits stated above. C. General Standards for Insurance Policies i All insurance policies shall meet the following standards: 1. Insurance carrier is to be placed with duly licensed or approved non-admitted insurers in the state of California. 2. Insurers must have a Best's rating of B++, Class VII, or higher (this rating i includes those insurers with a minimum policyholder's surplus of $50 Million to • $100 Million). Exceptions to the Best's rating may be considered when an insurance carrier meets all other standards and can satisfy surplus amounts equivalent to a B++, Class VII rating. 3. Certificate must include evidence of the amount of any deductible or self-insured retention under the policy. D. Verification of Insurance Coverage All individuals, contractors, agencies, and organizations conducting business for the City shall provide proof of insurance by submitting one of the following: (1) an • approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm'Springs, its officials, employees and agents are named as an additional insured" ("as it relates to a specific contract" or "for any and all work performed with the City" may be included in this statement). !. BICYCLE LANES RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 12-08 SPECIAL PROVISIONS- SECTION 7-PAGE 6 02/26/2013 • r 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have" ("as it relates to a specific contract" or"for any and e all work performed with the City" may be included in this statement). See Example A below. As an alternative to the non-contributory endorsement, the City will accept a A waiver of subrogation endorsement on the General Liability policy. At a minimum, this endorsement shall include the following language: "This insurance company agrees to waive all rights of subrogation against the City of Palm Springs, its officers, officials and employees for losses paid under the terms of this policy which arise from the work performed by the named insured for the City." 3. "The insurance afforded by this policy shall not be cancelled except after thirty a' days prior written notice by certified mail return receipt requested has been given to the City." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. See . Example B below. The Workers' Compensation and Employer's Liability policies shall contain waiver of • subrogation clause in favor of City, its elected officials, officers, employees, agents and volunteers. See Example C below. i In addition to the endorsements listed above, the City of Palm Springs shall be . named the certificate holder on the policy. All certificates and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of works hall not waiver the contractor's obligation to provide them. E. Acceptable Alternatives to Insurance Industry Certificates of Insurance 16 The City will accept either a CG 20 10 10 01 or a CG 20 33 10 01 (or some form . specific to a particular insurance company that has similar wording) as long as the form is accompanied by a CG 20 37 10 01. In addition, the City will accept the following: • A copy of the full insurance policy which contains a thirty (30) days' cancellation notice provision (ten (10) days for non-payment of premium) and additional insured and/or loss-payee status, when appropriate, for the City. 0 . Binders and Cover Notes are also acceptable as interim evidence for up to 90 46 days from date of approval f BICYCLE LANES RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 7-PAGE 7 02/26/2013 F. Endorsement Language for Insurance Certificates Example A: ` THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE INSURED SHOWN IN THE SCHEDULE ABOVE, OR IF EXCESS, SHALL STAND IN AN UNBROKEN CHAIN OF COVERAGE EXCESS OF THE NAMED INSURED'S SCHEDULED . UNDERLYING PRIMARY COVERAGE. IN EITHER EVENT,ANY OTHER INSURANCE MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN EXCESS OF THIS INSURANCE AND SHALL NOT BE CALLED UPON TO CONTRIBUTE WITH IT- Example B: SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE i CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TllT0 MAIL 30 DAYS' WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT SAIL I IDS TO MAIL SUCH NOTICE SHALL IMPOSE AIQ OBLIGATION OR I IARII ITV Or ANY KIND UPON THE INSURER, ITS AGENTS OR PCOOCC CAITATI\/CC `The broker/agent can include a qualifier stating "10 days notice for nonpayment of premium." • Example C: IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL INSURED(S), BUT ONLY WITH RESPECT TO THE JOB OR PREMISES . DESCRIBED IN THE CERTIFICATE ATTACHED HERETO. • G. Alternative Programs/Self-Insurance Under certain circumstances, the City may accept risk financing mechanisms such as Risk Retention Groups, Risk Purchasing Groups, off-shore carriers, captive insurance programs and self-insurance programs as verification of insurance coverage. These programs are subject to separate approval once the City has reviewed the relevant audited financial statements and made a determination that the program provides sufficient coverage to meet the City's requirements. The City has recently joined SPARTA (Service Providers & Artisans Trade Activities Program) to accommodate smaller contractors and service providers who have difficulty in meeting the City's insurance requirements. The SPARTA Program offers a general liability program that provides the $1 million limit and, upon request, will also provide auto insurance with the $1 million limit (only in conjunction with the purchase of general liability insurance). SPARTA is only available during the time your company is under contract with the City. BICYCLE LANES RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 7 - PAGE 8 02/26/2013 • Insurance is provided on a per project basis and is overseen by the Municipality Insurance Services, Inc. Essex Insurance Company provides coverage and is an • A++ rated company. There is a 24-hour response time and coverage is immediate. A quote may be obtained by calling 1-800-420-0555 or online at www.2sparta.com. Type of work covered: A. Personal services contracts; B. General contractors and their subcontractors(certain specialty trades excluded); C. Consultants; and • D. Providers of goods. H. Waiver of Modification of the Insurance Reauirements Any waiver or modification of the insurance requirements can only be made by the City's Risk Manager or designee at City's discretion. If you do not believe that the i insurance requirements apply to you (e.g., you do not have employees and are not subject to the State workers' compensation insurance requirements; you do not t drive an automobile in connection with the services you provide to the City; professional liability or errors and omissions liability insurance is not available for the type of services you are performing, etc.), please submit a written request for waiver or modification of the insurance requirements and the reasons underlying your request to the Risk Manager. All requests for waiver or modification will be reviewed and a final determination rendered by the Risk Manager. 7-10 PERMITS In accordance with the current Whitewater Region Stormwater Management Plan (2009), public works construction projects monitoring shall include site inspections prior to anticipated storm events and after actual storm events to identify areas contributing to discharges of stormwater from the construction site, and determine if adequate BMP's have been properly implemented and maintained, or whether additional BMPs are needed. 7-10.1 Business License. The Contractor and all of its subcontractors shall possess a current City business license issued by the City prior to commencement of the Work, in accordance with Title 3 of the City's Municipal Code. The Contractor shall obtain a Business License from the City of Palm Springs prior to commencement of work. The Business License can be obtained from the City of Palm Springs, Business License Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, (760) 323-8289. 7-10.2 City of Palm Springs Construction Permit. The Contractor shall be required to obtain and sign a City of Palm Springs Construction Permit prior to commencement of the Work, but the fee for this permit shall be waived. The Construction Permit can be • obtained from the office of the Engineer. BICYCLE LANES RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 7 -PAGE 9 02/26/2013 • 7 7-11 SITE CLEANUP i Throughout all phases of construction, including suspension of work, and until final • acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance, as required in Section 7-12 of these Special Provisions. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so as to present a satisfactory clean and neat appearance, as approved by the Engineer. All cleanup costs shall be absorbed in the Contractor's bid. Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work and no additional compensation will be allowed therefore. 7-12 DUST CONTROL 7-12.1 General A. The Contractor shall be responsible for stabilizing the disturbed soil during construction. The method which it will use must be approved by the Engineer. If a water meter is required by the Engineer during construction, the Contractor shall contact the Desert Water Agency at (760) 323-4971 to obtain said meter. The cost of this work shall be included in the price of various items in the Bid Schedule, and no additional payment will be made therefore. B. The Contractor shall be responsible for maintaining the project site and providing adequate dust control 24 hours a day, everyday, through the duration of the pro ject, in conformance with City requirements, Section 7-8 of the Standard • Specifications, and to the satisfaction of the City Engineer. 7-12.2 Payment. - Full compensation for providing 24 hour dust control and project maintenance shall be considered as included in the contract lump sum price paid for mobilization, and no additional compensation will be allowed therefore. i END OF SECTION - BICYCLE LANES RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO. 12-08 SPECIAL PROVISIONS- SECTION 7-PAGE 10 02126/2013 • ! M SECTION 8- FACILITIES FOR AGENCY PERSONNEL ! (BLANK) ! END OF SECTION - ! ' ! i ! ! ! 0 ! 0 0 ! A 0 BICYCLE LANES FACILITIES FOR AGENCY PERSONNEL CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 6-PAGE 1 0 02/26/2013 SECTION 9 - MEASUREMENT AND PAYMENT ` 9-1 GENERAL 9-1.1 Payment. - Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all • tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and • Payment in the Standard Specifications and these Special Provisions, and as shown on the Drawings, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational a Safety and Health Administration of the U.S. Department of Labor(OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Sheets, and all costs shall be included in the prices named in the Bid Sheets for the various appurtenant items of work. t 9-1.2 Partial and Final Payments. - Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgement by the i Contractor that the number of accumulated contract days shown on the associated statement of working days is correct. Progress payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages. Subject to the provisions of Section 22300 of the Public Contract Code, 5 percent retention will be withheld from each payment. All invoices and detailed pay requests shall be approved by the Engineer before submittal to the City for payment. All billings shall be directed to the Engineer. The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials included in any prior invoices; Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor's work, together with releases of lien from any subcontractor or material- men. Payments shall be processed in accordance with Section 9-3 "Payment" of the Greenbook Standard Specifications for Public Works Construction, provided, however, that the Contractor shall make an approximate measurement of the work performed prior to the closure date of each month to serve as the basis of an invoice for making monthly payments. The closure date shall be established as the last day of the month in which work is performed. The Engineer shall review the Contractors monthly measurement of the work, and shall either reject or approve the measurements. If M BICYCLE LANES MEASUREMENT AND PAYMENT CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 9-PAGE 1 02/26/2013 All 0 r rejected, the Contractor shall revise the monthly measurement of work according to the Engineer's measurements, and resubmit for approval by the Engineer. The Contractor i shall receive payment by mail to the Contractor's business address within 30 days of . the Engineers approval of the Contractor's monthly measurement of the work. Payments shall not be made more frequently than once per month. 9-1.3 Payment - The last subparagraph of Standard Specifications Section 9-3.1 shall • be DELETED and the following substituted therefore: a After 35 days of the Citys recordation of a Notice of Completion with the County Recorder, or as • prescribed by law, the amount deducted from the partial payments and retained by the City will be processed for payment to the Contractor, except for such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-2 PAYMENT SCHEDULE • 9-2.1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the Bid Sheets for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheets are supplied only to give an indication of the general scope of the Work. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of ` work, and shall have the right to delete any Bid item in its entirety, or to add additional Bid items. 9-2.2 Initial Mobilization. - Measurement for payment for initial mobilization will be • based upon completion of such work as a lump sum, non-proratable pay item, and shall • require completion of all of the listed 'Items during the first 10 days following the Notice to Proceed. Payment for Initial Mobilization will be made at the lump sum allowance named in the Bid Sheets under Item No. 1, which price shall constitute full compensation for all such work. Payment for Initial Mobilization will be made in the form of a single, lump-sum, non-proratable payment, no part of which will be approved for payment under the • Contract until all Initial Mobilization items listed herein have been completed as specified. The scope of the work included under Pay Item No. 1 shall include the obtaining of all bonds, insurance, and permits, moving onto the site of all plant and equipment, and the furnishing and erecting of plants, temporary buildings, and other construction facilities, all as required for the proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items: 1. Moving onto the site of all Contractor's plant and equipment required for the first month's operations. 2. Establishing fire protection systems. 3. Providing on-site communication facilities for the Contractor and the Engineer BICYCLE LANES MEASUREMENT AND PAYMENT CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 9- PAGE 2 02/26/2013 r 4. Providing on-site sanitary facilities and potable water facilities 5. Obtaining and paying for all required bonds, insurance, and permits. 6. Posting all OSHA-required notices, and establishment of OSHA- approved safety programs. 7. Having the Contractor's superintendent at the job site full-time. 8. Submitting of the required Construction Schedule, as specified in the Section 6-1, "Construction Schedule and Commencement of Work" of the Standard Specifications. In addition to the requirements specified above, all submittals shall conform to the applicable requirements of Section 2-5.3, "Submittals" of the Standard Specifications. No payment for any of the listed Initial Mobilization Work items will be made until all of • the listed items have been completed to the satisfaction of the Engineer. The aforementioned amount will be retained by the City as the agreed, estimated value of completing all of the mobilization items listed. Any such retention of money for failure to complete all such mobilization items as a lump-sum item shall be in addition to the retention of any payment pursuant to the provisions of Public Contract Code 22300. 1 END OF SECTION - to s • BICYCLE LANES MEASUREMENT AND PAYMENT CITY PROJECT NO. 12-08 SPECIAL PROVISIONS-SECTION 9 -PAGE 3 02/26/2013 • r e SECTION 10 -- CONSTRUCTION DETAILS 10-1 GENERAL 10-1.1 RECORD DRAWINGS The Contractor shall keep a complete set of record drawings at the job site. The plans shall be legibly marked showing each actual item of record construction including measured horizontal distances with details to clearly delineate the work. The Contractor shall maintain all record information daily and make this information available to the Project Inspector upon request. The Contractor's progress payment will i not be approved unless project record drawings are current. 10-1.2 LOCATION AND PROGRESSION OF THE WORK 10-1.2.1 Location of Work The Work comprises the construction of bicycle lanes on the following three streets in Palm Springs: 1. Avenida Caballeros from Vista chino to San Rafael Drive, and from Tamarisk Road to Amado Road. 2. Via Escuela from Indian Canyon Way to Sunrise Way, and 3. Baristo Road from Avenida Caballeros to El Cielo Road. The Work includes removal and replacement of existing traffic striping, installation of S thermoplastic bike lane lines, bike lane markings, curb painting, and signs. 10-1.2.2 Restrictions. The Contractor shall not work during the ingress and egress of children at school locations. 10-2 TRAFFIC CONTROL 10-2.1 Maintaining Traffic. -Attention is directed to Sections 7-10, "Public Convenience and Safety,"of the Standard Specifications. 10-2.2 Field Operations. -- The Engineer retains the authority to initiate field changes in traffic control to ensure public safety and minimize traffic disruptions. The Contractor shall maintain all traffic control devices in proper working condition 24 hours a day, 7 days a • week for the duration of the Work, regardless of whether the subject traffic control devices were originally included in'the Contract or were added at the discretion of the Engineer. All traffic control devices shall be removed from view and non-operational when not in use. BICYCLE LANES CITY PROJECT NO. 12-08 CONSTRUCTION DETAILS 2/26/2013 SPECIAL PROVISIONS-SECTION 10-PAGE 1 • i 10-2.3 Construction Signing, - Lighting and Barricading -- Construction signing, lighting a and barricading shall be provided on all projects as required by City Standards or as directed by the City Engineer. As a minimum, all construction signing, lighting and barricading shall be in accordance with State of California, Department of Transportation, MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) 2012 EDITION, or subsequent editions in force at the time of construction. These signs and barricades shall • be indicated on and be an integral part of the Traffic Control Plan. 10-2.4 Temporary No Parking Signs. - Temporary No Parking signs shall be posted at least 24 hours, but no more than 48 hours in advance of the work. The signs shall be placed no more than 100 feet apart on each side of the street and at shorter intervals if conditions warrant. The Contractor shall provide the signs and will be responsible for adding the dates and hours of closure to the signs. Removal of signs and furnishing and placing of barricades, if necessary, for posting of signs will be provided. All signs shall be . removed within 24 hours after the effective date. 10-2.5 Traffic Disruptions. -- For all road closures, road detours, lane closures, and all night operations, the Contractor shall obtain written approval from the Engineer a minimum of 2 working days prior to the commencement of the Work. All warning signs shall be manufactured with high intensity faces and legends, and shall be placed at least i 7 calendar days prior to the commencement of construction. All work done on major and secondary thoroughfares shall utilize solar powered flashing arrow boards. Any of the Contractor's work that may disrupt normal traffic signal operation shall be coordinated with the Engineer a minimum of 2 working days prior to the commencement of the Work. 10-2.6 Traffic Signal Operations. - The Contractor shall not modify the Signal Timing. The Contractor shall notify the City 24 hours in advance of any lane closures so that the City can modify the signal timing appropriately. 10-2.7 Travel Lanes. - In public streets, during working hours, the Contractor shall maintain not less than one lane of traffic open in each direction at all times. At night and during non-working hours, the Contractor shall leave the work site in a safe condition and allow for the full use of all lanes of traffic. Flaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses that may be affected. This work shall be included in the Bid Item price for traffic control in r the Bid Schedule, and no additional compensation will be allowed therefore. 10-2.8 Detours. - The Contractor shall provide, install, and remove any detours for the • routing of vehicular and pedestrian traffic, as specified in the Special Provisions, or as directed by the Engineer. Payment for such work shall be included in the Bid Item price for traffic control in the Bid Schedules, and no additional compensation will be allowed • therefore. i BICYCLE LANES CITY PROJECT NO. 12-08 CONSTRUCTION DETAILS 212 612 01 3 SPECIAL PROVISIONS- SECTION 10-PAGE 2 • • • • • i 10-2.9 Traffic Access and Control. - The Contractor shall provide and maintain all i necessary traffic control to protect and guide traffic around all work in the construction i zone, including solar-powered arrow boards. All traffic controls shall be clearly posted with signs prior to the commencement of the Work. All traffic restrictions listed herein shall supplement any other traffic control requirements of the City, and are not intended to replace any part of these requirements. Local access shall be maintained to all properties i fronting the Work at all times. 10-2.10 Parking and Access. - Access shall be maintained to all driveways within the construction zone, unless other prior arrangements have been made with the Engineer and the affected property owner. i 10-2.11 Pedestrians. - The Contractor shall erect signs and barricades to direct i pedestrians through or around the construction zone. These signs and barricades shall i be an integral part of the Contract, and shall be included as part of the Bid Item for traffic Control in the Bid Schedules, and no additional compensation will be allowed therefore. 10-2.12 Public Safety During Non-Working Hours. — Not-withstanding the Contractor's • primary responsibility for safety at the site of the Work when the Contractor is not present, the Engineer, at his option, after attempting to contact the Contractor, may direct City i forces to perform any functions he may deem necessary to ensure public safety at or in i the vicinity of the site of the Work. If such procedures are implemented, the Contractor i shall be responsible for all expenses incurred by the City. i 10-2.13 Measurement and Payment • Measurement for payment for traffic control will be based upon the completion of all planning, design, engineering, furnishing, and construction, and maintenance and removal, of all traffic control as a lump sum item, complete, as required under the provisions of any permits, and in accordance with the standard specifications and these i special provisions. i Payment for traffic control shall be made at the lump sum price Bid for "Traffic Control' in the Bid Schedules, and no additional compensation shall be allowed therefore. 10-3 EARTHWORK 10-3.1 Clearing and Grubbing. - All clearing and grubbing shall conform to Sections 300-1.1, 300-1.2, 300-1.3, and 300-1.4 of the Standard Specifications. i Clearing and grubbing shall consist of removing all existing objectionable natural materials in the area of the proposed Work to the satisfaction of the Engineer. Said i objectionable materials shall be hauled away and property disposed of. 10-3.1.1 Existing Facilities. - It shall be the Contractor's responsibility to protect all existing improvements not designated for removal. BICYCLE LANES CITY PROJECT NO.12-08 CONSTRUCTION DETAILS i 2/26/2013 SPECIAL PROVISIONS-SECTION 10- PAGE 3 i • The Contractor shall be responsible for any and all damage done to existing properties during all construction work under this contract, and the Contractor, at its expense, shall make any repairs that result from its operations, to the approval of the Engineer and the subject property owner. Damaged or removed traffic striping shall be replaced by the Contractor with permanent striping within 24 hours of damage or removal, or replaced with temporary striping at the • discretion of the Engineer. Any damaged traffic signal loop detectors shall be replaced by the Contractor within 72 • hours of any damage at no additional cost to the City. 10-3.1.2 Rights of Way. -The Contractor shall not do any work that would affect any oil, gas, sewer, or water pipeline; any telephone, television, telegraph, or electric transmission • line or cable; any fence; or any other structure, nor shall the Contractor enter upon the rights-of-way involved until noted by the Engineer that the City has secured authority therefore from the proper party. Maintaining in Service: All oil and gasoline pipelines, power, and telephone television, or other communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and Cables encountered along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the Engineer are made with • the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The Contractor shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such • damage is not discovered until after completion of the Work. • 10-3.1.3 Approval of Repairs. - All repairs to damaged improvements are subject to inspection and approval by an authorized representative of the owner. S 10-3.1.4 Payment. - Payment for Clearing and Grubbing shall be considered as included in the various bid items of work, and no additional compensation will be made therefore. 10-3.2 REMOVALS 10-3.2.1 Disposal Site. - The Contractor shall specify the route and the disposal site of the material that is required to be removed and hauled away. The Contractor shall provide this information at the Pre-Construction Conference. The Contractor shall not stockpile any removals on any adjacent lots, with or without the property owner's approval. 10-3.2.2 Existing Striping and Pavement Markings. Contractor shall remove the existing traffic striping and pavement markings which interfere with the proposed bike lane striping as shown on the Project Drawings (Typical cross sections and lane • delineations) included in Part III —Appendix A, or as directed by the Engineer. BICYCLE LANES CONSTRUCTION DETAILS CITY PROJECT NO.12-08 2/26/2013 SPECIAL PROVISIONS-SECTION 10-PAGE 4 • i S The Contractor shall completely remove from the pavement surface all conflicting pavement markings by such methods as sandblasting, scraping, or grinding. Where such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue, including dust, shall be removed immediately after sandblasting or grinding. Such removal shall be by sweeping concurrently with the sandblasting or grinding • operation. 10-3.2.3 Existing Pavement Markers. Contractor shall remove the existing traffic lane pavement markers within the limits of the project which interfere with the proposed bike lane striping as shown on the Project Drawings (Typical cross sections and lane • delineations) included in Part III —Appendix A, or as directed by the Engineer. 10-3.2.4 Payment. - Payment for removal of traffic striping, pavement markings and + pavement markers shall be considered as included in the lump sum bid price for • "Removal and Replacement of Existing Traffic Striping", and no additional compensation shall be allowed therefore. • 10-4 SIGNAGE 10-4.1 Bikeway Signage. The shape, size, color, design, and verbiage of the proposed signs shall conform to the MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) 2012 EDITION, and as shown on the details attached in Part III —Appendix B. • The material of the signs and installation shall conform to the City of Palm Springs Standard Drawing Number 624 "Sign Installation". • The Contractor shall install R81(CA) signs and R81(CA) signs with R81A(CA) or R81 B(CA) plaques per Section 96.04 of MUTCD. See attached Fig. 913-2 (CA) in Part III — Appendix B. Also, the Contractor shall install R7-9 signs (MUTCD Figure 913-2) where parking is not allowed at locations shown on the Project Drawings attached in Part III — Appendix A. On Via Escuela the Contractor shall install D11-1 signs per attached MUTCD • Figure 913-4. All signs used on bikeways shall be retroreflectorized (MUTCD Section 96.01-02). The exact location of all signs shall be determined in the field by the Engineer. 10-4.2 Sign Post and Sleeve Installation. — New signs shall be installed using new telespar posts and anchor sleeves. Sign posts shall be 2-inches wide by 2-inches deep and of sufficient length to extend from the top of the sign(s) to a minimum of 8 inches into the anchor sleeve, and shall provide a minimum of 7 feet of clearance between the finished grade elevation and the bottom of the lowest sign. The anchor sleeve shall extend from 1 to 2 inches above finished grade and shall be 2-1/4 inches wide by 2-1/4 inches deep by 30 inches long. The sign post shall be attached to the anchor sleeve utilizing 2 "Unistrut," No. TL 3806, or equal, drive rivets at right angles to each other. The Contractor shall attach any signs to all posts using the drive rivets specified herein. • BICYCLE LANES CITY PROJECT NO.12-08 CONSTRUCTION DETAILS • 212 612 01 3 SPECIAL PROVISIONS- SECTION 10- PAGE 5 10-4.3 Payment. Payment for bikeway signs on new telespar posts shall be made at the unit price bid for "Bike Lane Sign" or "Bike Route Sign" installed as specified in the standard specifications and these special provisions, and shall include full compensation for providing and installing new signs, providing new telespar post for installation, and all other appurtenant work. 10.5 STRIPING AND PAVEMENT MARKINGS • 10-5.1 Temporary Striping. — Whenever the Contractor's operations obliterate r pavement delineation (painted lines, raised pavement markers, painted markings, or legends), such pavement delineation shall be replaced in kind by the Contractor. Either permanent or temporary delineation shall be installed by the Contractor before opening the traveled way to public traffic. Temporary delineation shall consist of reflective raised pavement markers (Type "L") which shall be applied in accordance with the manufacturer's most current published instructions. Temporary delineation shall be of the • same color as the permanent delineation. Full compensation for temporary delineation shall be considered as included in the Bid Item prices paid for the various items of the Work in the Bid Schedule that obliterated the • existing delineation, and no additional compensation will be allowed therefore. All existing striping, markings, and symbols damaged by the Contractor shall be replaced with the same colors as existing. 10-5.2 Paint — Paint for curbs shall conform to section 214-1 "General" and section 214- 4 of the Standard Specifications. Curbs where parking is not allowed shall be painted red. Paint shall be tested prior to use, or the Contractor shall provide the Engineer with a • Certificate of Compliance from the manufacturer. Said certificate shall certify that the • paint complies with the State's specifications and that paint manufactured to the same formulation and process has previously passed State testing. A list of manufacturers that have produced paint meeting State specifications is available from the Department of • Transportation Laboratory. Payment for red painting of the curb shall be made at the unit price bid per linear foot for "Curb Painting (red)" and no additional compensation shall be allowed therefore. A 10-5.3 Bikeway Striping and Markings -- Pavement striping and markings for bike r lanes shall conform to the provisions in Section 214-1 "General" and 214-5 "Thermoplastic Material for Traffic Striping and Markings," of the Standard Specifications, and shall be applied in accordance with section 314-4 of the Standard Specifications and • these Special Provisions. Thermoplastic bike lane striping shall be in accordance with the details on Figure 9C-6. "Example of Pavement Markings for Bicycle Lanes on Two-Way Street" (Page 1388), , Figure 9C-101 "Marking Details for Bicycle Lanes" (Page 1391) and Figure 9C 102 "Examples of Bicycle Lane Treatment Where Vehicle Parking is Prohibited/Permitted" (Page 1392) of MLITCD, attached in Part III- Appendix B. • BICYCLE LANES CITY PROJECT NO. 12-06 CONSTRUCTION DETAILS 2/26/2013 - SPECIAL PROVISIONS-SECTION 10-PAGE 6 • • Bicycle lane treatment at intersections shall be in compliance with the details on Figures • 9C-4, 9C-4 (CA), and 9C-5 of MUTCD or as directed by the Engineer. Typical cross sections and lane delineations for Avenida Caballeros, Via Escuela, and Baristo Road are included in Part III —Appendix A of these Special Provisions. The Contractor shall reapply the existing painted bikeway striping (if any), designated to remain, with thermoplastic striping. Thermoplastic bikeway markings (arrows, bike lane symbols, words, and sharrows) shall be applied in accordance with Caltrans Standard Plans No. A24A "Pavement Markings— Arrows", Caltrans Standard Plan No. A24C 'Pavement Markings - Symbols and Numerals", Caltrans Standard Plan No. A24E "Pavement Markings - Words and • Crosswalks", Figure 9C-3. "Word, Symbol, and Arrow Pavement Markings for Bicycle Lanes", detail C-Word Legends (MUTCD Page 1384), and Figure 9C-9 "Shared Lane Marking" (MUTCD Page 1390). 10-5.4 Compatibility. — The Contractor shall contact the Traffic Maintenance Supervisor of the City at (760) 322-8369 a minimum of 2 working days before any markings are painted on City streets, to ensure that the patterns the Contractor is using match the i patterns used by the City. No other patterns will be allowed to be used. 10-5.5 Measurement and Payment • Thermoplastic bike lane stripes of 4" and 6" width will be measured by linear foot along • the bike lanes, without deductions for gaps in broken stripes. Thermoplastic pavement markings will be measured by each set of Bike Lane Arrow (A24A) and "Bike Lane" words (A24E) as shown on Figure 9C-3 of MUTCD. The • dimensions will be as shown on Figure 9C-3. Payment. The contract prices paid for thermoplastic bike lane lines and pavement i markings, shall include full compensation for furnishing all labor, materials, tools, • equipment, and incidentals, and for performing all the work involved in painting thermoplastic pavement markings, and bikeway lines, regardless of the thickness, number, widths, and patterns of individual stripes involved in each thermoplastic pavement marking, stripe, or legend, including any necessary cat or rabbit tracks, dribble • lines, and layout work, complete in place, as shown on the drawings, as specified in these Special Provisions and the Standard Specifications, and as directed by the Engineer. . Payment for 4" thermoplastic bike lane striping shall be made at the unit price bid per • linear foot for `Bike Lane Line (4" thermoplastic)" in the Bid Schedules, installed as specified in the Standard Specifications and these Special Provisions, and no additional compensation shall be allowed therefore. BICYCLE LANES CITY PROJECT NO. 12-08 CONSTRUCTION DETAILS • 212 612 01 3 SPECIAL PROVISIONS-SECTION 10-PAGE 7 • Payment for 6" thermoplastic bike lane striping shall be made at the unit price bid per linear foot for "Bike Lane Line (6" thermoplastic)" in the Bid Schedules, installed as • specified in the Standard Specifications and these Special Provisions, and no additional • compensation shall be allowed therefore. Payment for thermoplastic pavement markings shall be made at the unit price bid per • each set for "Bike Lane Markings" or 'Bike Shared Lane Markings" in the Bid Schedules, • installed as specified in the Standard Specifications and these Special Provisions, and no additional compensation shall be allowed therefore. 10-6 RAISED PAVEMENT MARKERS 10-6.1 Pavement Markers - Pavement markers shall conform to the provisions in Section 214-6, 'Pavement Markers", shall be removed in accordance with Section 314-3, • "Removal of Pavement Markers", and shall be installed in accordance with Section 314-5, • "Pavement Markers", of the Standard Specifications and these Special Provisions. All new non-reflective raised pavement markers shall be ceramic; no plastic pavement • markers shall be used. • Flexible bituminous adhesive, as specified by Section 214-7 of the Standard Specifications, or an alternative equal approved by the City Engineer, shall be used for • installation of all raised pavement markers. • An approved flexible bituminous adhesive shall be a hot-applied thermoplastic bituminous adhesive, product "HE184 — Flexible Dotstick", manufactured by Henry Company, 2911 • Slauson Avenue, Huntington Park, CA 90255; (800) 486-1278; www.henry.com; or "Hot- • Applied Flexible Pavement Marker Adhesive", Part No. 34270, manufactured by CrafCO, Inc., 420 N. Roosevelt Ave., Chandler, AZ 85226; (800) 528-8242; www.crafoo.com, or approved equal. • All removed raised pavement markers shall be replaced with new markers of either reflective or non-reflective type installed in accordance with the raised pavement marker traffic striping details from the State of California "Caltrans" Standard Plans attached in • Part III — Appendix B, matching the existing patterns. All traffic lane lines and centerlines • within the project will be delineated with pavement markers and not with paint or thermoplastic. All channelizers removed by the Contractor's operations shall be replaced in like kind, at its expense. • Raised pavement markers shall not be used for bike lane lines. The Contractor shall establish all traffic striping by string line and rabbit tracking to provide markings that will vary less than ''/cinch in 50 feet from the specified alignment. All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor. BICYCLE LANES • CITY PROJECT NO, 12-08 CONSTRUCTION DETAILS • 212WO13 SPECIAL PROVISIONS-SECTION 10-PAGE 8 • • • 10-6.2 Blue Hydrant Markers - Blue hydrant markers shall be "Bright Dot' round thermoset polymer pavement markers as manufactured by Clama Products, or approved • equal. The City will provide blue reflective markers to the Contractor. Blue hydrant markers shall be installed 6 inches from the centerline of the street and on a line perpendicular to each fire hydrant. When the fire hydrant is at an intersection, 2 blue • markers shall be installed. Each shall be placed 6 inches from the centerline of the half- street closest to the fire hydrant and on a line perpendicular to the fire hydrant. 10-6.3 Payment. Payment for raised pavement markers for traffic striping shall be ' made at the lump sum price bid for "Removal and Replacement of Traffic Striping", per • Project Drawings attached in Part III —Appendix A, and shall include full compensation for providing and installing new raised pavement markers and all other appurtenant work, and no additional compensation shall be allowed therefore. - END OF SECTION - BICYCLE LANES CITY PROJECT NO.12-08 CONSTRUCTION DETAILS • 2/2 612 0 1 3 SPECIAL PROVISIONS-SECTION 10-PAGE 9 • • • • • • • PART III - APPENDIX A • • BICYCLE LANES • CITY PROJECT NO. 12-08 • Vicinity Map • Project Drawings: Drawing No. 1/11 Avenida Caballeros from Vista Chino to Francis Drive • Drawing No. 2/11 Avenida Caballeros from Francis Road to San Rafael Drive • Drawing No. 3/11 Avenida Caballeros from Tamarisk Road to Alejo Road • • Drawing No. 4/11.Avenida Caballeros from Alejo Road to Amado Road • Drawing No. 5/11 Via Escuela from Indian Canyon Dr. to Milben Cir. • and from Ave. Caballeros to Sunrise Way Drawing No. 6/11 Via Escuela from Milben Cir. to Ave. Caballeros • Drawing No. 7/11 Baristo Road from Ave. Caballeros to Sunrise Way/Cerritos Dr. Drawing No. 8/11 Baristo Road from Sunrise Way to Pavilion Way • Drawing No. 9/11 Baristo Road from Pavilion Way to Farrell Drive Drawing No. 9A/11 Baristo Road at the existing bus stop location west of Farrell Drive • Drawing No. 10/11 Baristo Road from Farrell Drive to Compadre Road Drawing No. 11/11 Baristo Road from Compadre Road to El Cielo Road • • • • • • BICYCLE LANES CITY PROJECT NO. 12-08 CONTENTS • 2(26l2013 PART III • • • • • PRNE7 A1E • of PALM S,o • z • _ V Ll • OCR" Q ''14 1 FOMN\P PALAW W 10 10 • R� RAW M • Siu �¢ok. Q • . `i rRMM OR. •tau. B Rm TO SCARF • ewwW■ 4 y� ARACOWaua ROA emo w 10 • mlml • 111 � � A • xsrA oexo aan t 11 YeaA®o woo 10 =D • <`^``` it • � ieenr LIpRY,VI Q \` �� d aW 111{L 111 i i r\ • ae�@alImm AM • r] . cm" WAY �O A AO� • � leNSTa 11---t i r Iw pWvlw p'°� i 10 ='D RIYON w" Iwo1 • SN03 • 9aNT gaE4 ROA � � � � � • - d �r v v�0°u�r �A g, r ear mea r� soRaRA �A r�ns •Yv m�ir • LW PN fJf1M DRM ui w xa�J1 • VICINITY MAP ttl • BICYCLE LANES, CP. 12-08 • CITY OF PALM SPRINGS. CALIFORNIA t11 • LEGEND: BIKEWAY LOCATIONS • • • EXISTING . FRANCIS ROAD CL 20' 12' II 12' 20' q I II CURB • III IIAII FACE • TRAFFIC LANES • PARKING ALLOWED • VISTA CHIN❑ • NOT TO SCALE • PROPOSED tl FRANCIS ROAD BK I BK • II 8' 6' 18' II 18 6 8 OK CURB • PARKING I FACE • PARKING • BIKE LANE I 4' LINE (TYP) BIKE LANE • 6' LINE (TYP) TRAFFIC LANES • 64------------"1 CURB & GUTTER VISTA CHIN❑ S AVENIDA CABALLEROS FROM VISTA CHIN❑ TO FRANCIS ROAD . CITY OF PALM SPRINGS • i BICYCLE LANES - CLASS 2 CP. 12-08 TYPICAL CROSS SECTIONS AND LANE DELINEATIONS DWG. NO. 1/11 • • • EXISTING • SAN RAFAEL RD. • r 64' CL . 32 II 32 i CURB FACE • • TRAFFIC LANES • I PARKING ALLOWED . FRANCIS RD, • • NOT TO SCALE PROPOSED • SAN RAFAEL RD. i 8' 6' 18' II 18' 6' 8' cuRB PARKING I FACE PARKING BIKEBIKE LANE 4' LINE CTYP) BIKE LANE • 6' LINE (TYP) TRAFFIC LANES • � 64' CURB & GUTTER FRANCIS RD. • • • AVENIDA CABALLEROS • FROM FRANCIS RD. TO SAN RAFAEL RD, CITY OF PALM SPRINGS • • • BICYCLE LANES — CLASS 2 CP, 12-08 TYPICAL CROSS SECTIONS AND LANE DELINEATIONS DWG. NO. 2/11 i • • EXISTING • TAMARISK ROAD CL 6' GUTTER . 26' Ip 26' CURB • II FACE • NH I TRAFFIC LANES • II II PARKING ALLOWED • Y ALEJ❑ ROAD • NOT TO SCALE • PROPOSED TAMARISK ROAD • CL 6' GUTTER • II BK II BK N 8' 6' PARKI II 12' 12' 6' 8' i PARKING i � PARKING BIKE LANE • u BIKE LANE 4' LIN (TYP) � • 6' LINE (TYP) I TRAFFIC LANES • I- 58'---- CURB / - • m / ALEJ❑ ROAD • • • AVENIDA CABALLEROS • • FROM TAMARISK ROAD TO ALEJ❑ ROAD . CITY OF PALM SPRINGS • • BICYCLE LANES - CLASS 2 CP. 12-08 TYPICAL CROSS SECTIONS AND LANE DELINEATIONS DWG. NO. 3/11 i • • • EXISTING ALEJ❑ ROAD 64 • MEDIAN 26' 12' ii 26' q • CURB FACE • TRAFFIC LANES • PARKING ALLOWED AMAD❑ ROAD • NOT TO SCALE PROPOSED ALEJ❑ ROAD u MEDIAN BK • 8' 6' 12' 12' 9 12' 6' 8' • PARKING oe PARKING . BIKE LANE • LANE 4' LINE (TYP) • 6' LINE (TYP) TRAFFIC LANES r- 64' — y CURB AND GUTTER AMAD❑ ROAD AVENIDA CABALLEROS FROM ALEJ❑ ROAD TO AMAD❑ ROAD CITY OF PALM SPRINGS BICYCLE LANES - CLASS 2 CP. 12-08 TYPICAL CROSS SECTIONS AND LANE DELINEATIONS DWG. NO. 4/11 • • • EXISTING CL II 20' u 20' • II TRAFFIC LANES • PARKING ALLOWED • CURB AND GUTTER . - 40' • • • NOT TO SCALE PROPOSED • • I�11'---a II I-�-II'�I • • PARKING ALLOWED u II PARKING ALLOWED • � II • SHARROW (THERMOPLASTIC) II SHARROW (THERMOPLASTIC) • • SHARED BIKE ROUTES • I-�--- 40' CURB & GUTTER • • • • • VIA ESCUELA • FROM INDIAN CANYON DR. TO MILBEN CIR, AND • FROM AVE. CABALLEROS TO SUNRISE WAY • CITY OF PALM SPRINGS • BIKEWAYS - CLASS 3 CP. 12-08 TYPICAL CROSS SECTIONS AND LANE DELINEATIONS DWG. NO. 5/11 • • • EXISTING III MILBEN CIR. 18'-18.5' II 18'-18.5' ROLLED CURB II y I TRAFFIC LANES II PARKING ALLOWED ROLLED CURB I-- 36'-37' � AVE. CABALLEROS NOT TO SCALE PROPOSED CL MILBEN CIR. • �,/y`�]�/rI�' I ^ ROLLED CURB • PARKING ALLOWED I PARKING ALLOWED SHARROW (THERMOPLASTIC) I SHARROW (THERMOPLASTIC) . SHARE➢ BIKE ROUTES (--- 36'-37' ROLLED CURB AVE, CABALLEROS VIA ESCUELA FROM MILBEN CIR. TO AVE. CABALLEROS CITY OF PALM SPRINGS BIKEWAYS - CLASS 3 CP. 12-08 TYPICAL CROSS SECTIONS AND LANE DELINEATIONS DWG. NO. 6/11 EXISTING PROPOSED CL \ II AVE. CABALLEROS BK CL AVE, CABALLEROS NO A y� NO K II BK C&G CURB 4 1 12 II 12' 1 20 R C&G CURB 12' 12' 6' 4 EX. STRIPING EDGE OF EDGE OF 1 11 1 PARKING PAVEMENT II jPARKING PAVEMENT NO PARKING NO PARKING II \ STRIPING BIKE LANE I II BE -----48' \ I I NO NOT TO SCALE BK II BK NO 12' II 12' 14' CURB a4' 6' 4' CURB p C&G EDGE OF C&G EDGE OF PARKING 1 N I PAVEMENT PARKING II NO PAVEMENT PARKING NO PARKING BIKE LANE II BIKE LANE 4-- 48' -{ HERMOSA DR. 48' HERMOSA DR. \ EX. STRIPING BK BK - EX. STRIPING 20' 1 12' II 12' 1\20' 14' 6' 12' II 12' 6' 14' ��!!C&GC&G C&G C&G PARKING PARKING PARKING PARKING TRAFFIC LANES BIKE LANE �� TRAFFIC LANES a' LINE <TYP) SUNRISE WAY 4� 64' i SUNRISE WAY 6' LINE (TYP) 64' j BARISTO ROAD FROM AVE, CABALLEROS BICYCLE LANES - CLASS 2 CP. 12-08 TO SUNRISE WAY TYPICAL CROSS SECTIONS AND LANE DELINEATIONS DWG. NO. 7/11 IN PALM SPRINGS 00000000000000000000000000000000000000 * 0000 • • • • EXISTING • • SUNRISE WAY • MEDIAN z6' • II 26' I� � 1z' • • TRAFFIC LANES . PARKING ALLOWED • • CURB AND GUTTER I----- 64' -1 PAVILION WAY • NOT TO SCALE PROPOSED SUNRISE WAY • MEDIAN • 8' S' 13' 11 12' 13' 5' 8' • N PARKING II T_P�ATRKINIG" KENE . BIKE LANE • 4' LINE (TYP) 11 • 6' LINE (TYP) TRAFFIC LANES • -^ 64' -I CURB AND GUTTER PAVILI❑N WAY • • • BARISTO ROAD FROM SUNRISE WAY TO PAVILION WAY CITY OF PALM SPRINGS • • • BICYCLE LANES - CLASS 2 CP. 12-08 • TYPICAL CROSS SECTIONS AND LANE DELINEATIONS DWG. NO. 8/11 • • • • EXISTING • PAVILI❑N WAY • MEDIAN • 19' 12' 19' TRAFFIC LANES • II II • CURB AND GUTTER I 50' CURB AND GUTTER • • s FARRELL DRIVE • NOT TO SCALE PROPOSED • PAVILI❑N WAY • MEDIAN IBK BKI • 5' 14' 12' 14' 5' • NO PARKING � NO PARKING • BIKE LANE BIKE LANE • 6' LINE (TYP) _ TRAFFIC LANES CURB AND GUTTER S0 CURB AND GUTTER • FARRELL DRIVE • • BARISTO ROAD FROM PAVILI❑N WAY TO FARRELL DRIVE CITY OF PALM SPRINGS BICYCLE LANES - CLASS 2 CP. 12-08 TYPICAL CROSS SECTIONS AND LANE DELINEATIONS DWG. NO. 9/11 • EXISTING • MEDIAN PAVILI❑N WAY BUS• STOP 24' 12' 14' NO PARKING • TRAFFIC LANES CURB AND GUTTER FLOW LINE AT BUS TURNOT FARR�LLRIVE • apt")— NOT TO SCALE PROPOSED ' PAVILI❑N WAY MEDIAN • NO PARKING NBK� Y IBK BUS 51 18' 11' 11' 15' NO PARKING STOP i BIKE LANE I � � BIKE LANE . 6' LINE (TYP) I \ ` TRAFFIC LANES CURB AND GUTTER FLOW LINE AT BUS TURNOT FARRELL DRIVE a BARISTO ROAD AT THE EXISTING BUS STOP L❑CATI❑N WEST OF FARRELL DRIVE CITY OF PALM SPRINGS BICYCLE LANES - CLASS 2 CP. 12-08 TYPICAL CROSS SECTIONS AND LANE DELINEATIONS DWG. NO. 9A/11 EXISTING FARRELL DRIVE 20' II 12' 1 20' II CURB & GUTTER II PARKING PARKING • ALLOWED II I ALLOWED \\ IIpII II \" TRAFFIC LANES . C❑MPADRE ROAD • NOT TO SCALE • • PROPOSED FARRELL DRIVE NO IBK II BK • PARKING 5' 15' 19' 5' 8' CURB & GUTTER II BIKE LANE PARKING • II BIKE LANE • 6' LINE CTYP) \ \ II . \ \ TRAFFIC LANES • C❑MPADRE ROAD BARISTO ROAD FROM FARRELL DRIVE TO C❑MPADRE ROAD • CITY OF PALM SPRINGS . BICYCLE LANES - CLASS 2 CP. 12-08 TYPICAL CROSS SECTIONS AND LANE DELINEATIONS DWG. NO. 10/11 EXISTING C❑MPADRE ROAD 1 26'-32' II 12 1 20 CURB & GUTTER I \\ II R\I • I \ I \ \ TRAFFIC LANES I II PARKING ALLOWED I-- 58'-64' --� EL CIEL❑ ROAD NOT TO SCALE ,. PROPOSED C❑MPADRE ROAD • I BK II BK II 8' 5' 13'-19' 11 19' 5' 8' CURB & GUTTER PARKING 11 . BIKE LANEOK PARKING . II 4' LINE (TYP) BIKE LANE 6' LINE (TYP) II . \ TRAFFIC LANES EL CIEL❑ ROAD BARISTO ROAD FROM C❑MPADRE ROAD TO EL CIEL❑ ROAD • CITY OF PALM SPRINGS BICYCLE LANES - CLASS 2 CP. 12-08 TYPICAL CROSS SECTIONS AND LANE DELINEATIONS DWG. NO. 11/11 • PART III - APPENDIX B • • • BICYCLE LANES • CITY PROJECT NO. 12-08 . • City of Palm Springs Standard Drawing: • Drawing No. 624 Sign Installation Caltrans Standard Plans: . Standard Plan No. A20A Pavement Markers and Traffic Lines Typical Details Standard Plan No. A20B Pavement Markers and Traffic Lines Typical Details . Standard Plan No. A24A Pavement Markings - Arrows • Standard Plan No. A24C Pavement Markings - Symbols and Numerals Standard Plan No. A24E Pavement Markings -Words and Crosswalks • California MUTCD 2012 Edition: Table 913-1 (CA). California Bicycle Facility Sign and Plaque Minimum Sizes MUTCD Page 1375 Figure 913-2 Regulatory Signs and Plaques for Bicycle Facilities • MUTCD Page 1363 Figure 96-2 (CA). California Regulatory Signs for Bicycle Facilities MUTCD Page 1364 • Figure 9B-4 Guide Signs and Plaques for Bicycle Facilities (Sheet 2 of 2) . MUTCD Page 1367 Figure 9C-3. Word, Symbol, and Arrow Pavement Markings for Bicycle Lanes - MUTCD Page 1384 • Figure 9C-4. Example of Bicycle Lane Treatment at a Right Turn Only Lane • MUTCD Page 1385 Figure 9C-4 (CA). Example of Bicycle Lane Treatment at a Right Turn Only Lane MUTCD Page 1386 Figure 9C-5. Example of Bicycle Lane Treatment at Parking Lane into a Right Turn Only Lane - MUTCD Page 1387 • Figure 9C-6. Example of Pavement Markings for Bicycle Lanes on Two-Way Street- MUTCD Page 1388 , Figure 9C-101 (CA). Marking Details for Bicycle Lanes • MUTCD Pagel391 Figure 9C-102 (CA). Examples of Bicycle Lane Treatment Where Vehicle • Parking is Prohibited/Permitted —MUTCD Page 1392 • • BICYCLE LANES CONTENTS • CITY PROJECT NO.12-08 PART III 212612013 • • • NO. REVISIONS APPROVED DATE • . REGULATORY, WARNING OR GUIDE SIGN .080 GAUGE ALUM. SIGN VATH HI-INTENSITY LETTERS . AND BACKGROUND COVERED WITH 3M 1150 GRAFFITI • PROOF OVERLAY SIGNS SHALL BE ATTACHED TO • POST UTILIZING TW UNISTRUT 86. • DRIVE RIVETS NO. TL 3806. h 90° 0 • 2' % 2" X 0.12 CADGE IELESPAR . POST OF SUFFICIENT LENGTH TO_ EXTEND FROM TOP OF SIGN TO . 7" INTO SLEEVE AND PROVIDE 7' OF CLEARANCE. m w . 24' mg m SIF S/W > S' • w u � m 72' PLAN VMW IF S/W < S' • OR S/W w 5' EXIST. F.S. . FACE OF CURB _ 2- 0 o SEE LOWDET)ET o 0 BELOW "I 0 FRONT ELEVATION • FA OF • SIGN 2-1/4" x 2-1/4" x 30" 2 1/4" . TELESPAR SLEEVE PER POLE \I ABOVE THE EXISTING SURF SURFACE i EXISTING SURFACE / cI` 90` 88" • 0 �L POST INSTALLATION DETAIL SIDE ELEVATION CITY OF PALM SPRINTS APPROVED: DATE. . PUBLIC WORKS & ENGINEERING DEPARTMENT 28831 CITY ENGIN - R.C.E. SIGN INSTALLATION DRAWN BY. G.F.F. FILE NO. STANDARDS CHECKED BY: M.LF. DWG. NO. 624 CENTERLINES LANELINES (Cont) NO PASSING ZONES-TWO DIRECTION ,e �,Er, -'16. (2 LANE HIGHWAYS) (MULTILANE PIGNNAYS) — DETAIL 1 DETAIL 12 r, DETAIL 21 •a• v-p.' i•- _Q.� r-p. —� ._G. eta' II 41 r O e Nar zG,2011 ® ® om fl 'tIW1TR na«rwr.ar�.rmrssn .,.r DETAIL 2 48'-0" DETAIL 13 r- '• n•-a' r-a• e•-6° _� 1 ._.. 1W-G• DETAIL 22 29•_p.. I- 241-V - tsidu 0000 0 {1F_++.±�a• DETAIL 3 DELETED DETAIL 14 '- " 4IL-12 0 0 0 OR 0000 m 0000 m 0000 ® DETAIL 23 z9'-Q 9--Na• DETAIL 4 - DETAIL 14A - - - ®®®®®®®® ®®®®®—! p + II1z^D^. TYPICAL LANE LINE DELINEATION O ® ®®® 066 0 m o m o IN m IN ADVANCE OF EXIT RAMP O NO LEGENDPASSING ZONES-ONE DIRECTION DETAIL 19 NFRWERsADETAIL 5 •-G" 36'_p„ Jz=p DETAIL 15 O TreE A wPITE xaN-REPLEttIYE31 - Il'-p" 17_O'. i'-tl' ® TYPE AY YELLOW NON-RFLECTIVE�► ® TYPE C RED-CLEAR RETROFEFLECTIYE31. DETAIL 6 OB"-O" y ® TYPE D TYO-WAY YELLOW RETROREFLECTIVF WILE19 DETAIL 16 4 -D �)_�� II TYE£G 011E-WAY CLEAR RETRDREFLELTIVEla!ii ® W'-6" TYPE N ONE-WAY YELLOW RETRCREFLECt1VE - DETAIL 12 or 139•-D•' 9 -C� LINES r DETAIL 7 9 ® p9•_p•• ® 2A,-a• ®NI 0 4"WHITE NOTE' a DeraH 14 le to oe ue.a In a Inotlon z +� y°12.-0'HF W-O° •_Q•• 4'YELLOW with Detoll 13.Detail 14A le to be used 0 0000 ® DETAIL 17 n cemElnotion with Demo 12. 4•-0" ) �W_ "9•-O•I 29-0" t DIRECTION W iflAVEL a LANELINES 0 D Ha e ® D D e MA MARKER DETAILS � (MULTILANE HIGHWAYS) m e @ Do ®®®®®® ®®� 1D DETAIL T•-Q„ 17•-0" IT'-O" n'-a' T'-D" DETAIL 18 3'M1"-4'/i' Sel J_R„ 41h" X MOM DETAIL 9 y 7•-1 n r-m a•-W�•-a' DETAIL 19 T O T ® D� DerntL 10 4a•-D• ® 2r-Q^ ® zr-a• I= TYPE A AND TYPE AY TYPE C AND TYPED TYPE G AND TYPE H �r •-O•• WFMNIA 6•_D• 1 •_p" •-a' W'_p• IN STATE O TRANSPORT 0 O00 000 Il DETAIL 20 4 '-0" DEPARTMENT OF TRANSPORTATION RETRONEFLECTIVE FACE 4•-Q^ f 9'-D• � 1e-D' I +2•-D•y 1e•-o' PAVEMENT MARKERS ® 0060 ®_� AND TRAFFIC LINES DETAIL 11 A®®®®®0®®®®®0—T ,� 1r-a•H J6'-0" I2�-a' _W� � , a TYPICAL DETAILS _► o o ND SCALE AYOA LEGEND LINES LEFT EDGELINES MEDIAN ISLANDS MARKERS ."WRITE Lam,♦ ,F a• .�. w+ IDIYIDEO HIGHWAYS) ® TYPE AY YELLOW DETAIL 24 :J DETAIL 28 NGN-REEEc*rvE e'•YELLOW �- R TYPE D ;*D-WAY DIRECTION OF TRAVEL L �� ELL OW �EDCE OF TRAVEIEO WAY i RE DETAIL 25 TRgiEFLECLIVE pMaY 20.2011 40—, TYPE X ONE-WAYMY 7 MY fe ;� 1 MELOP ,>,;,,, RETaaREFLECIIYE INTERSECTION �T —� T TREATMENTS i_ ,e'-a• DETAIL 34 1 '_- +oo'-°•• DETAIL 25A ;,� DETAIL 29 24'-0' z4'-0" - e e • n„_ I lT 1T aim ® ®-1-L - a ■ ■ I ® R® �� ■ ■ ■TI-7 -Tl z.'-a' a'-a' I i +e•_p• +R'-°• I+z'-a1 DETAIL + z•- •• 35•_p• z•_ • gl op'-p• f \EDOE Lf•TRAWLING NAY -;I1 y DETAIL 26 to ® ®2I 1 .�—EDGE OF TRAYELEO MY y ry +oo•_°•• w-• M•_°• ,�J N T1 N._s.. I O �� ■ ■ rt:3 ® ® ® DETAIL 35 a•-s• - •• n AA-O• •1 � W._W.� _ 3 P DO DETAIL 27 DETAIL 30 a._ ,_ .. �-T ■ ■ ■ ® ®III ® ® ■ ®_� -4 W.-p. LODE Of TRAYFLED WAY 1L�- +00'-°" v1 C �a 0® 1 ■®®®®®®®®®®®®� DETAILS F r� J x._p.. s 0 ®®®®®®®®®®®®■ ® ® ® i ® ® ® c RIGHT EDGELINES ®®®®®®®®®®®®®-( �I y +oo•-a• Ir-a• TWO—WAY LEFT TURN LANES L MARKER DETAILS r "na..vi-244 DETAIL 27A DELETED DETAIL 31 �— Z DETAIL 27B -9 '� 3z•_ Y� 21. M._p.. �z._p.* os._y. 6 P/.. n�.._a�K � N �� - �� ED°E� T �r RIGHT EDGELINE EXTENSION THROUGH DETAIL 32 BE`0• - Oe INTERSECTIONS �� zv-°" zr-G^ N z.'-°^ zo-G- s.-G" 2.'-a' 6➢ ■ ® 10 ® ® ■�. b DETAIL 27C -Tm-i oam= TYPE AY TYPE D TYPE H ® +B'- -G'I 3s'-a• I2'-4 ®p• I12'-0• 6' ' O O cm O G" I�z' F M Em RETROREILE[TIVE FACE �T 3._D.. e L rs•-D• I DETAIL 33 gE'-D^ STATE OF CALIFORNIA 24"-0" I, 24'-0'• + 24'-0" 1 94'-0• 24'-a• +_ p'-y"_ ..yy b DEPARTMENT OF TRANSPORTATION ®®®®®®®®®®®®®®®®®®®®®®®®®®®®®®®®®®®®■1 PAVEMENT MARKERS AND ® Goes ®®®® ® sGGs— _F 4'- L +W'-ay r-o la,-o-o" +B'-a•�z•-aTe'-a• TRAFFIC LINES TYPICAL DETAILS eeGe ■ ®e Ge ee®® ®1—I NO SCALE � �- %•-p" I- A 20B AEc SI �Ea'.o ai�vl wiKEs 8,n aama4 x MaY 20,2011 xawo �"V rn�4' b N I 1•-o cRlg 1 A-14 W TYPE 110'-0" ARROW 1 1 ,•-v' O I W _ 1 Anm tt, O _ _TYPE MR ARROW a 1•-0••cRlo P45 fit r-Y TYPE I 18'-0" ARROW ry a 30` a C'cnm 1•_N� A=42 f11 N —� �— TYPE M ARROW A a A-31 f11 Right lam Erop orrov TYPE I 24'-0" ARROW "-I'W. r-o'• (For I.Tt lox, A-13 ft2 uee mirror image) TYPE N IL1 ARROW (For T,F7 Q 'ar uae r Imoge) A-33 It' TYPE I ARROW NOTE: Minor variations In Olmar.10'. STATE CF GLIFUWIA REPANryEXi OF TPANSPg1i4iICN maY Oe accept..., IM Engln¢er. s'cR+o Ile r-a•cRio � +'-o•' PAVEMENT MARKINGS A-21 WARROWS A=T T}t TYPE ffi IL7 ARROW BIKE LANE ARROW (For Ty"a(R)arrow, NO SCALE N.. mrror imog.l A24A • IIIIi11i1i1111lliliilfiii� / ilii1i1i1i1i1ii1 WHITE —WwE e. eeci acnEo uvi�� c�i.c[n— a�oy _ L4 um 20,2011 AA oc 71 vA'• H N O O . cglD a'DaD 1'-0..3BID r-s•• S A=T rrz A=T rrA A=11 f}z P (WHITE)=9 f1A BIKE LANE SYMBOL BIKE LANE SYMBOL DIAMOND SYMBOL A(BLUE)eu f}� y Ul WITHOUT PERSON WITH PERSON INTERNATIONAL SYMBOL 9 OF ACCESSIBILITY (ISA) MARKING 9 m � m 2 _ _ N 1c• A A=2 f1Y A BICYCLE LOOP i DETECTOR SYMBOL NOTE' Ll Moor r Iofions In Clmwvlme moy De acmp}eE Oy Ne Engineer. L L L STATE OF CALIFORFRANSFMu DEPIPTNEHT 6 IH4NSP0gi>iION �• PAVEMENT MARKINGS I � A=16.5 PfT a•-e• a'-B" o-n' SYMBOLS AND NUMERALS A=19d fip NUMERALS W SCALE — A24C 111111'1I I11111111i11 r, Il;llllllrllllll UTAII111111 111111 A 111111 , n,unnwurlruna ,� nnnaumnnln ����■� IIIIIIIIIIIIInIII IIIIIIIIIIIIIgtpJilllp Illllllnllllll , Idlllllll I lull llll d'1111II1 171'111t111111I1ppp�I INCIIIIIr1111111 rnuuluumililiu I111111111111111111 111illIIIIIIIIIIIIIIIIII Illlllllhllllllt IIIII111111111111'I'I 11111111I IIIIIII1111IIIIlIIt IIIJiIIIIIIIIIItllllllll Irllll 11111111 IIIIIIII IIIIIIIIIII 111111111 unnun11111u11 unrnnurn111n1rsr Ibnll!r null uuuiaulmnm Irnunl nnnnnnrlluul dun mn nlwn nuuliv{nun uunuuumint uiuun III111dIII11111IIll III I1111�{�11I II��I�IIIIIII111� 11;IIIIIIi,I111I1 Illllllllllllllllll�l 111111111 ,. unllvn�ulunum uunmillnlm uuuuuuuuluu wlunl — I uq I IIII I Jill II 0I I111 1.111 I I IJI11111111 II II I ldl l III I .. 11nuu1ulbum . Ilriunnunumtll,l,l usuuur111I" .. nUunnuunlun urnalr 11111111111111IIIII Id111IIIIIIII°IIIII119 {�%�{II�1111111! co�uannn11n11In1 eu�umnmllll nu o` Illnlllllllll IIiIVIIIGI {11 I,IIA511�11111 ununnnnulul IIC111IIIIC11d 11t11111111111 1111111111110 lil�nnlnuum IrIonIIIUIInm11' III11111u1m 11111111110111111 111111111111i1 IG1111111111111111 11111111111111111;1 IlIIIIII IIIIIIIIIIII fI Illillllllllll I IIIIIIIIIIIIIi11tI Ildillllllpll pll IIIIIIIIIItII� Irr11111111111 I 1 11 111 unnunm11m1 ullunum11n1 uslunulrn Inur�ruuu I{1{n n,1 - I ISI I I1111{II I I{11 II I II IJi I In 111Ir1 IIPn 1111.W 1 11111111111111 I In111 d n 111r, 1111;1111111111{111111 111I11r, I OFF 11111111111 111111iIIId11R1 I M I II 111111 II II !1 II;I I1111111P1 IIIIIJIII1111111 IIH1111111111111 ®ems•®ems 1111111111111111111 1114111 Fill 1Fill I III Illlllllllrlll IIIIIIIIIL1111111 I,Ir1111111111111 I llllln.11lJr.11lll I111'Illlllllllp Jit 11!IINr1111r1 .. IIIIIIILIIIIIIUII 11111 Jill 11111'1 1mm�m I IIIIIIIIIIIIII IIII I111111111111111111 Illrllllll1111 111111111111I 111111 ;117r111111111 I�mJir�Jiv 11111;1171;11711111 11111111111111r1111 IP 1`1171111'I �mJix>s® �mJiram \ son \ \`\011 a \`@,\lnommons ilt soon IIII\1111111�1t1\/��/I�4ll�\�\l�l►./lid\ . . .. . . . RIRIFlHlll I I18SPA I►r■/I LCll 1011f _P.■/11\ll lPi.Ol[too llLAI\l101PLE iiiiDIFIffilnii i1i=�11iiii11ANiii i l lll'�'ll'�'l/n/■■l\`\7■■/l\`l.7►11i II • California MUTCD 2012 Edition Page 1375 • (FHWA's MUTCD 2009 Edition,as amended for use in California) Table 9B-1 CA .California Bicycle Facility Sign and Plaque Minimum Sizes Sign Shared-Use . Sign or Plaque DesignationjSection Path Roadway Bicycle Parkin G93C CA B.23 24 x 18 24 x 18 Bike Path Exclusion R44A CA B.08 12 x 24 BICYCLES MOTOR-DRIVEN CYCLES R44B(CA) 101(CA) 30 x 36 MUST EXIT — BICYCLES MUST EXIT R44C CA 101 CA 30 x 30 Bike Lane R81 CA 9B.04 — 12 x 8 BEGIN R81A CA 9B.04 12 x 5 . END R81B CA 9B.04 — 8 x 5 Bic cle Route Number Marker I SG45(CAj I 9B.21 I 12 x 1B 1 1208 18 • Bicycle Route Name Marker S17 CA 9B.21 24 x 6 24 x 6 • • • • • I • • • • • • • Chapter 9B—Signs January 13,2012 . Part 9—Traffic Control for Bicycle Facilities • • • • California MUTCD 2012 Edition Page 1363 • (FHWA's MUTCD 2009 Edition,as amended for use in California) . Figure 913-2. Regulatory Signs and Plaques for Bicycle Facilities EA R3 FP � r1EEo NOT WITH E LA ND PASS CARE • • R1-1 R1.2 R3-17 R3-17bP 194-1 R4.2 • • BEGIN � • RIGHT TURN LANE SLOWER , MAY USE KEEP RIGHT • TRAFFIC EXCEPT • RIGHT YIELD TO BIKES FULL LANE TO PASS • R4-3 R4.4 R4-7 R4-11 R4-16 • • R5-1 b NO ' MOTOR PARKING BIKE BIKE M VEHICLESR9.3cP R5-3 R5-6 R7-9 R7-9a R9-3 . KEEP inGR - N� R9-5 R9.6 R9-7 R9.13 R9-14 R10-4 R10-22 • • CD m O 'Qp3RYnGM RR � '90TRACKS LOOKruAx RxxLIGHTS ❑6HE LIGHTS ' R10-24 R10-25 R10-26 R15-1 R15-2P R15-8 • • Chapter 9B—Signs January 13,2012 • Part 9—Traffic Control for Bicycle Facilities • • • • • • • . California MUTCD 2012 Edition Page 1364 • (FHWA's MUTCD 2009 Edition,as amended for use in Califomia) • Figure 9B-2 (CA). California Regulatory Signs for Bicycle Facilities • • C BICYCLES - RIRTR MOTOR-DRIVEN NO BICYCLES MOTOR CYCLES VEHICLES MUST MUST • O MoraRlzE° EXIT � EXIT #0BIKE LANE • �\. R E5 • R44A(CA) R44B (CA) R44C (CA) R81 (CA) • • BEGIN END • i • R81 A(CA) R81 B (CA) • • • • • • • • • i • • • • • • • • • Chapter 9B—Signs January 13,2012 . Part 9—Traffic Control for Bicycle Facilities • • • • • California MUTCD 2012 Edition Page 1367 • (FHWA's MUTCD 2009 Edition,as amended for use in California) 40 Figure 9B-4. Guide Signs and Plaques for Bicycle Facilities (Sheet 2 of 2) • • D11-1 Dll-la D11-lbP D11-1c • • v V • b � /. 23 • • D11-2 D11-3 DI 1-4 M1-8 M1-8a M1-9 • go � � ® ® ® ® • M2-1 M3.1 M3.2 M3-3 M3-4 M4-1 46 w • M4-1a M4-2 M4-3 M4.5 M4.6 M4-7 • • ® mom • M4-7a M4 8 M4-14 M5 1 M6-2 M6-3 M6-4 M6-5 M6-6 M6-7 • • • • • • • • • • Chapter 9B—Signs January 13,2012 0 Part 9—Traffic Control for Bicycle Facilities • • • 0 • • • • California MUPCD 2012 Edition Page 1384 • (F'HWA's MUTCD 2009 Edition,as amended for use in California) Figure 9C-3. Word, Symbol, and Arrow Pavement Markings for Bicycle Lanes I Normal Normal ; „ Normal white line • white line white line • d ., tr Legend • i 3 ` - 72 Inches * Optional • t iCj�k {1I h r 1 � • V Sri 72 inches 72 inches 72 inches • f tt1I i { tk !A • {'` ° ,. '�- >�4i} ;:; w 44inches 72 inches ( 72 inches ` • ;a A 64 inches • 18 72 inches : 72 inches 44 inches 3 ..i9e. �yt II SIN} �jroN`�y. Neif'"R • ik • i„ k 6 • j a{1 FFt i i wt A- Bike Symbol B-Helmeted Bicyclist Symbol C-Word Legends • • • • • • • • • Chapter 9C—Markings January 13,2012 Part 9—Traffic Control for Bicycle Facilities • • California MUTCD 2012 Edition Page 1385 • (FHWA's MUTCD 2009 Edition,as amended for use in California) • Figure 9C-4. Example of Bicycle Lane Treatment at a Right Turn Only Lane • SH4R Y • WI k � 4fi •Icx , } # 0s� • RIGHT LANE i i MUST t TURN RIGHT • g ( " R3-7R { P�1 Dotted lines + (optional) BEGIN (� + ��RIGHT TURN LANE E y� YIELD TKO BIKES ' # R4-4 at upstream end of w right turn only lane taper ,± E P# i it y �9 i f #� ig ii x • 5 T E # • Chapter 9C—Markings January 13,2012 40 Part 9—Traffic Control for Bicycle Facilities • • California MUTCD 2012 Edition Page 1386 . (FHWA's MUTCC 2009 Edition,as amended for use in California) Figure 9C-4 (CA). Example of Bicycle Lane Treatment at a Right Turn Only Lane lt�a10�*`1}i`ltxi�i6za,, . 3+� �HS€ix kr"J 1 � {�i#H '� tlLiS�igia sit,raiv wtaTMin , wuxe-nirpy+a, ina, o Ems:rn�"uu P**tt hr�C�p ;E 45i ` ;' ki ReWi AID 't Htx a A 4 l e �+ tint ai R0 Minimum 1 10011 i � r !n bis 4 s r ;I �}IVi ,{ {p z, 'K k '� 3 SpSq SN Pjii��33m 'i � ,i s ' }c;. � i GCFr' vaii¢jiglR Takiiit tic€rsv. rbik;{,2{ i"lH i c � NS i43� p� au�+_ i jrlTa' II• tax x+tfi n MILE', t to Lit 3�N }iD.' { $ � r f3rztrN�gc1 re " f +k n P 6" m,Iia . t 1>ki i r .T { a -Optional Through-Right b -Right Lane Becomes and Right-Tum-Only Lanes Right-Turn-Only Lane •a ft minimum width LEGEND —► Direction of Travel NOT TO SCALE • Chapter 9C—Markings January 13,2012 • Part 9—Traffic Control for Bicycle Facilities • • California MUTCD 2012 Edition Page 1387 • (FHWA's MUTCD 2009 Edition,as amended for use in California) • Figure 9C-5. Example of Bicycle Lane Treatment at Parking Lane into a RlghtTurn Only Lane ` t to t ti I t { r it •tt s { e RIGHT LANE . MUST TURN RIGHT • fit R3-7R i Gt • Dotted lines . (optional) • l i BEGIN RIGH LANE At YIELD TO BIKES I • R4-4 at upstream end of right turn only lane i a _: .a • i Chapter 9C—Marldngs January 13,2012 Part 9—Traffic Control for Bicycle Facilities • • • California MUTCD 2012 Edition Page 1388 • (FHWA's MUTCD 2009 Edition,as amended for use in California) Figure 9C-6. Example of Pavement Markings for Bicycle Lanes on a Two-Way Street J7 Oj R81(CA) UY BIXE IANF l opt R7 series sign iosvM as appropriate) • �x z 4 • R8-3 • R81 CA Bxn BNIB R3- Bx �:, -50 to 200 feet of dotted( ) line if bus stop or heavy right-turn volume Normal width !� solid white line • Example of application Example of application where parking is prohibited -i' where parking is permitted • b Normal width solid Normal width solid white line 3 white line(optional) ! �_ R61(CA) u t ir elXs i�inFes sign ropriate) Y Ik A R81(CA) �N( ,fl R3- Dotted line for bus stops 1, immediately beyond the 50 to t feet of dolled line- intersection is optional; x 2-foot line,6-foot space otherwise use normal width solid white line • • • • I Chapter 9C—Markings January 13,2012 Part 9—Traffic Control for Bicycle Facilities • • • California MUTCD 2012 Edition Page 1390 • (FHWA's MUTCD 2009 Edition,as amended for use in California) • Figure 9C-8. Examples of Obstruction Pavement Markings ton to A-Obstruction within the path L-- i B-Obstruction at edge of path or roadway • L=WS,where W is the offset in feet and S is bicycle approach speed in mph *Provide an additional foot of offset for a raised obstruction and use the formula • L=(W+t)S for the taper length • Figure 9C-9. Shared Lane Marking S `t Chapter 9C-Marlangs January 13,2012 Part 9-Traffic Control for Bicycle Facilities • r • California MUTCD 2012 Edition Page 1391 • (FHWA's MUTCD 2009 Edition,as amended for use in California) Figure 9C-101 (CA). Marking Details for Bicycle Lanes • DETAIL 39- Bike Lane Line • 6 in White Line • • DETAIL 39A-Bike Lane Intersection Line • 100 ft to 200 ft Intersection • � o � o 0 0 . 6 in White Line • • NOT 70 SCALE • • • • • • • • • • • • • • • • • • • • Chapter 9C—Markings January 13,2012 • Part 9—Traffic Control for Bicycle Facilities • • • r California NfUTCD 2012 Edition Page 1392 (FRWA's MUTCD 2009 Edition,as amended for use in Califomia) • Figure 9C-902 (CA). Examples of Bicycle Lane Treatment Where Vehicle Parking is Prohibited/Permitted WHERE VEHICLE PARKING IS PROHIBITED . Centerline or Lane Lin 100 rt to 200 rt • 'tyt See Figureil9C-101(CA) • a - si,s ��,. F R81(CA) • F �#Curb or Edge of Pavement 4 t M tGLrb ,J �, _ WitMi Gutter . � 5 rt Minimum ® •oa'PARKING Rzs(cat With Gutter RBI(CA) ANY ® , BIKE BIKE LANE LANE TIME • M61 D BIKE R81(CA) • WHERE VEHICLE PARKING IS PERMITTED • 100 It to 200 ft Centerline or Lane Lin • See Figure 9C 101 (CA rJ �. e��i i 6 r tst i '':gn'uaAr ni a nevi dtk '- i 81 F C r 13i i` .� v igg� u*E:•""p mveunl!� 4 NL CI af (in�4Av ik i I�n�i l�.k� d� r �" ��aiaE . � 91"M � af _ k�•��'�s�1>r .aet.. :i" 1���¢ .+ �+ n��s F R81 (CA) Curb or Edge of Pavement ,>, 4 in White Markings(Optional) R81(CA)&M8.1 4 in White Markings • WITHOUT PARKING STALLS WITH PARKING STALLS • NOT TO SCALE NOTE 1: 11 ff Minimum for Rolled Curb • 12 It Minimum for Vertical Curb 41 Chapter 9C—Markings January 13,2012 Part 9—Traffic Control for Bicycle Facilities • • •