Loading...
HomeMy WebLinkAboutAgenda Report - October 5, 1994 (64)� or CITY OF LODI �R COUNCIL COMMUNICATION AGENDA TITLE: Specifications and Advertisement for Bids for Lane Line Painting, Various Streets, 1994 MEETING DATE: October 5, 1994 PREPARED BY: Public Works Director RECOMMENDED ACTION: That the City Council approve the specifications for Lane Line Painting, Various Streets, 1994, and authorize advertising for bids to be received Thursday. October 20, 1994. BACKGROUND INFORMATION: This project provides painting of lane lines on arterial and collector streets on an annual basis, and approximately 50 percent of residential streets. Should the actual bid be less than the amount budgeted, the difference will be used to paint additional lane lines. A recap of lane line and quantities is shown below: LANE LINES Broken WhitelYellow MILE$ 40.04 Double Yellow 16.94 Eight -inch Solid White 3.09 4" Solid White 10.63 Continuous Left 4.38 Total Miles 75.08 FUNDING: Originally Budgeted: 1994-95 Budgeted Fund: 10.0-503.08-520 Amount Budgeted: 21,000 Total Project Estimate: 20,410 Bid Opening Date: October 20, 1994 '2'��C�� 1 X31 Jack L. Ronsko Public Works Director JLRIGMBIdsg Prepared by George Bradley, Street Superintendent cc: City Attorney Street Superintendent Purchasing Officer APPROVE) J THOMAS A. PETERSON �yc-W cilow City Manager C .APPRV DOC Cc- i w —Pw 2 7 1994 CITY OF LODI PUBLIC WORKS DEPARTMENT SPFC'.FICATIONS FOR LANE LINE PAINTING VARIOUS CITY STREETS, 1994 CITY OF LODI October 1994 SET No. IANEIINE.00C LANE LINE PAINTING, VARIOUS CITY STREETS, 1994 SECTION 1 NOTICE INVITING BIDS SECTION 2 INFORMATION TO BIDDERS SECTION 3 BID PROPOSAL SECTION 4 CONTRACT SECTION 5 GENERAL PROVISIONS Scope of Work Control of Work Control of Materials Legal Relations and Responsibilities Presecution and Progress Measurement. Acceptance and Payment Standard Specifications SECTION 6 SPECIAL PROVISIONS Description of Work Quantities Materials Scheduling Project Work Construction Right -of -Way Construction Details APPENDIX A LANE LINE. DOC TABLE OF CONTENTS FOR SPECIFICATIONS 5.1 5.1 5.3 5.3 5.6 5.7 5.8 6.1 6.1 6.1 6.1 6.1 6.2 6.2 SECTION 1 LANE LINE PAINTING, VARIOUS STREETS, 1994 NOTICE INVITING BIDS CITY OF LODI, CALIFORNIA Sealed proposals will be received by the Purchasing Officer, Lodi City Hall, 2.21 West Pine Street, P.O. Box 3006. Lodi, California, 95241-1910, until 11 a.m. on Thursday. October 20, 1994. At that time the proposals will be publicly opened and read in Lodi City Hall for performing the followina described work. The work consists of painting 75.08 miles of lane lines on various City streets and other incidental and related work, all as shown on the specifications for the above project. The streets to be painted are shown in the Specifications. The Contractor agrees to commence work within 15 calendar days after both parties have signed the contract and to complete the work within 1.0 working days. Upon signing the contract, Contractor agrees that length of time of contract is reasonable. In accordance with the provisions of Section 1770 of the Labor Cade, the Director of Department of Industrial Relations of the State of California has determined the general prevailing rates of wages and employer payments for health and welfare, pension, vacation, travel time, and subsistence pay as provided for in Section 1773.8, apprenticeship or other training programs authorized by Section 3093 and similar purposes applicable to the work to be done. Said wages are available through the Public Works Department, City of Lodi, City Hall, Lodi, California, 95240. The Contractor and any subcontractor shall pay each employee engaged in the trade or occupation not less than the hourly wage rate. As the wage determination for each craft reflects an expiration date, it shall be the responsibility of the prime contractor and each subcontractor to insure that the prevailing wage rates of concern are current and paid to the employee. The Contractor shall make travel and subsistence payments to each worker needed to execute the work as such travel and subsistence payments are defined in the applicable collective bargaining agreements in accordance with Section 1773.8 of the Labor Code. If a craft c :lassification used on the project is not shown on the wage determination, the Contrac% lay be required to pay the wage rate of that craft or classification most closely related to shown in the general determinations. LANELINE DOC 1.1 9/27r94 41 r The City of Lodi hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex or national origin in consideration for an award. For any monies earned by the Contractor and withheld by the City of Lodi to ensure the performance of the contract, the Contractor may, at Contractor's request and expense, substitute securities equivalent to the amount withheld in the form and manner and subject to the conditions provided in Chapter 13 (commencing with Section 4590). Division 5. Title 1 of the Government Code of the State of California. The Contractor shall submit copies of payroll records. The contract documents are available at the office of the Street Superintendent, Public Works Department, Municipal Service Center, 1331 South Ham Lane, Lodi, California, 95242, telephone (209) 333-6740. No bid will be considered unless it is submitted on a proposal form furnished by the City of Lodi. The prime contractor on this project shall possess a valid State of California Class C-32 contractor's license. The City Cc:ancil reserves the right to reject any or all bids and to waive any informality in the completion of such forms, and to award to the lowest responsible bidder. By Order of the City Council Jennifer Perrin City Clerk LANEUNE DOC 1.2 W21194 Y: SECTION 2 LANE LINE PAINTING, VARIOUS STREETS,1994 INFORMATION TO BIDDERS 2.100 BID OPENING The Purchasing Officer will receive sealed bids at Lodi City Hall, 221 West Pine Street, Lodi, California, 95240, until the time for opening bids as noted in the "Notice Inviting Bids". Bidders or their authorized representatives are invited to be present. The proposal shall be submitted as directed in the "Notice Inviting Bids" under sealed cover, plainly marked as a proposal and identifying the project to which the proposal relates and the date of the bid opening therefor. Proposals which are not properly marked may be disregarded. Only proposals actually received by the Purchasing Officer by the time set for the bid opening will be accepted. The Bidder is required to examine carefully the site, Information to Bidders, Bid Proposal, Contract, General Provisions, and Special Provisions, and it will be assumed that the Bidder ie has investigated and is satisfied as to the conditions to be encountered, as to the character, quality and quantities of work to be performed and materials to be furnished and as to the requirements of the General Provisions, the Special Provisions and the Contract. It is mutually agreed that submission of a bid proposal shall be considered prima facie evidence that the Bidder has made such examination. If omissions, discrepancies or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written request for a clarification, which will be given to the form of addenda to all bidders if time permits. Before submitting bids, contractors shall be licensed in California in accordance with the provisions of Chapter 9 of Division III of the Business and Professions Code. Wei : 1119 �• ,� ► A. Proposal Form - All proposals must be made on the forms provided with this set of specifications. Bids not presented in this form shall be disregarded. All proposals must be signed by the bidder. If the bidder is a corporation, the corporation's seal must be used. Each proposal shall include all addenda or clarifications issued during the bidding period acknowledged by the biddees signature thereon. f=ailure to so include or acknowledge an addendum or clarification will result in the proposal being rejected as not responsive. B. List of Proposed Subcontractors - Any subcontractor doing work in excess of 112 of 1 percent of the total contract price shall be designated on the form provided in accordance with Section 4100 et seq. of the Government Code. LANELINE DOC 2.1 9i22i94 C. Bidder's Guarantee - All bids shalt be presented under sealed cover and shall be accompanied by cash, cashier's check, certified check, or bidders bond, made payable to the City of Lodi, for an amount equal to at least ten percent of the amount of said bid, and no bid shall be considered unless such cash, cashiers check. certified check or bidders bond is enclosed therewith. All bidders guarantees will be returned to the respective bidders after the contract has been awarded, except for those bid guarantees of bidders who may be given further consideration if the low bidder does not elect to execute the contract. After the award, if the Contractor awarded the bid does not execute the contract, the bidders guarantee will be forfeited. All bidder guarantees of unsuccessful bidders will be returned upon receiving the executed contract. Proposals may be rejected if they show any alterations of form, additions not called for, conditional or alternative bids, incomplete bids, erasures or irregularities of any kind. The right is reserved to reject any and all proposals. A. Prevailing Wage Rates - Bidders are notified that the contractor to whom the contract is awarded, and any subcontractor under them, must pay the general prevailing wage rates as ascertained from time to time by resolution of the City Council. In accordance with the provisions of Section 1773 of the Labor Code, the Director of the Department of Industrial Relations of the State of California has determined the general prevailing rates of wages and employer payments for health and welfare, pension, vacation, travel time, and subsistence pay as provided for in Section 1773.8, apprenticeship or other training programs authorized by Section 3039, and similar purposes applicable to the work to be done. Said rates are available through the Public Works Department, City of Lodi, City Hall, 221 West Pine Street. Lodi, California, 95240. The contractor performing the work shall be responsible for obtaining a copy of the State wage rate determination_ The contractor shall be responsible for posting said wage rate at a prominent location at the work site and shall maintain same in a good, readable condition for the duration of the work. In those projects where Federal funds are involved, as indicated by the inclusion of Federal wage determinations in the project "Instructions to Bidders", the minimum wages to be paid shall be the highest of either the State of Federal prevailing wage rates. Should the contractor choose to work on a Saturday, Sunday or on a holiday recognized by the Labor Unions, the contractor shall reimburse the City of Lodi the actual cost of engineering, inspection, superintendence, and/or other overhead expenses which are directly chargeable to the contract. Should such work be undertaken at the request of the City, reimbursement will not be required. B. Payroll Records - The prime contractor to whom the contract is awarded shall insure that they and each subcontractor will, in accordance with Section 1776 of the Labor Code, maintain certified payroll records. It shall be the prime's responsibility to obtain IANEUNE DOC 2.2 9/22194 copies of the current prevailing wage rate determination for all subcontractors. the contractor shall submit copies of all weekly payrolls to the Engineer. C. Apprenticeship Standards - The prime contractor shall comply with the provisions established in Section 1777.5 of the Labor Code concerning the 1) certified approval by local joint apprenticeship committees for the employment and training of apprentices, and 2) contribution of funds to administrate and conduct apprenticeship programs. 1. Each contractor and 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. 2. The payroll records enumerated under subdivision (1) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the contractor on the following basis: a. A certified copy of an employee's payroll record shall be made available r•: for inspection or furnished to the employee or his or her authorized t representative on request. b A certified copy of all payroll records enumerated in subdivision (1) shall t be made available for inspection or furnished upon request to the City, { . the division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of Industrial Relations. Q A certified copy of all payroll records enumerated in subdivision (1) shall be made available upon request by the public for inspection or copies thereof made; provided, however, that a request by the public shall be made through the City, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to paragraph 1), the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the contractor, subcontractors, 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. 3. Each contractor shall file a certified copy of the records enumerated in subdivision (1) with the entity that requested the records within 10 days after receipt of a written request. 4. Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the City, 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. IANEIINE DOC 2.3 9/20/94 5. The contractor shall inform the City of the location of the records enumerated under subdivision (1), including the street address, city and county, and shall, within five working days, provide a notice of a change of location and address. 6. 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 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 fifty dollars ($50) for each calendar day. or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld form progress payments then due. The award of the contract, if it be awarded, will be to the lowest responsible Bidder whose bid proposal complies with all the requirements described. In case of tie bids, the tie will be broken by a coin toss, conducted by the City Purchasing Officer. The bidders will be notified and may be present. "Lowest responsible bidder" refers to not only the attribute of trustworthiness, but also to the quality, fitness, and capacity of the low monetary bidder to satisfactorily perform the proposed work. If the Council determines to award a contract to other than the lowest monetary bidder, the City shall: • Notify the lowest monetary bidder, • Give the lowest monetary bidder an opportunity to know the reason why he/she is not considered the lowest responsible bidder; • Give the lowest monetary bidder an opportunity to ask for a pre -award hearing before the City Council. Where alternative bids are received, the City Council reserves the right to select the bid most advantageous to the City. The award, if made, will be made within 45 days after opening of the bids. All bids will be compared on the basis of the Engineer's Estimate of quantit;es of work to be done. The contract shall be signed by the successful Bidder and returned, together with the contract bonds, within ten working days after the Bidder has received notice that the contract has been awarded. No proposal shall be considered binding upon the City until the execution of the contract. Failure to execute a contract and file acceptable bonds as provided herein within ten working days after the Bidder has received notice that the contract has been awarded shall be just cause for the annulment of the award and the forfeiture of the proposal deposit. The City may elect to adjust the start of working days as described in Section 6-04.03 to account for delays in executing the contract. IANELINE DOC 2.4 9/20194 The successful bidder acknowledges, upon signing the contract, that the time of completion of the contract is reasonable. The Contractor shall furnish two good and sufficient bonds: • A faithful performance bond in the amount of 100 percent of the contract price; and • A labor and materials bond in the amount of 50 percent of the contract price. These bonds will be required at the time the signed contract is returned to the City. The surety companies shall familiarize themselves with all the provisions and conditions of the contract. It is understood and agreed that they waive the right of special notification of any modifications or alterations, omissions or reductions, extra or additional work. extensions of time or any other act or acts by the City of Lodi or its authorized agents under the terms of the contract; and failure to so notify the surety companies of such changes shall in no way relieve the surety or sureties of their obligations under this contract. The Contractor shall furnish a certificate of insurance to the City of Lodi in accordance with Section 5.413, "Public Liability and Property Damage Insurance", and Section 5.414, "Compensation Insurance", of the General Provisions at the time the signed contract is returned to the City. The Contractor shall carry full Worker's Compensation Insurance coverage for all persons employed in carrying out the work, including subcontractor's employees, under this contract in accordance with the "Worker's Compensation and Insurance Act", Division IV of the Labor Code of the State of California and any acts amendatory thereof. LANELINE DOC 2.5 9/20%94 SECTION 3 LANE LINE PAINTING, VARIOUS STREETS, 1994 BID PROPOSAL CITY OF LODI, CALIFORNIA Date: October, 1994 TO: The Lodi City Council Lodi City Hall 221 West Pine Street Call Box 3006 Lodi, CA 95241-1910 The undersigned declares that the site has been carefully examined, Information to Bidders, Contract, General Provisions and Special Provisions for the construction of various items required for the above-named project and submits this schedule of prices for the items of the bid. If awarded the Contract, the undersigned agrees to furnish all labor, material and equipment necessary to complete said work for this project, excepting those items supplied by the City of Lodi, in strict accordance with the Information to Bidders, General Provisions, Special Provisions and Contract form adopted for the same and the requirements under them of the Engineer, and will take in full payment therefor the following unit and total prices, to -wit: Perform the work necessary to paint 75.08 miles of lane lines on various City streets and other incidental and related work, all as shown on the specificationsLANE LINE PAINTING, VARIOUS STREETS, 1994. ITEM NO. DESCRIPTION 1. Broken White/Yellow 2. Double Yellow 3. 8" Solid White 4. 4" Solid White 5. Continuous Left BID ITEMS EST'D QTY, UNIT UNIT PRICE TOTAL PRICE 211,413 LF $ $ 89.474 LF $ $ 16,357 LF $ $ 56,179 LF $ $ 23,137 LF $ $ TOTAL BID $ LANELINE DOC 3.1 W27194 The undersigned agrees that if this Bid Proposal is accepted, at the time of the signing of the contract, two good and sufficient bonds will be furnished: one in the amount of 100 percent of the contract price for faithful performance of all the terms and covenants and conditions of the contract; the other in the amount of 50 percent of the contract price to guarantee the payment for labor and materials used in performing the work embraced under this contract. All bidder's guarantees will be returned to the respective bidders after the contract has been awarded, except for those bid guarantees of bidders who may be given further consideration if the low bidder does not elect to execute the contract. After the award, if the Contractor awarded the bid does not execute the contract, the bidder's guarantee will be forfeited. All bidder guarantees of unsuccessful bidders will be returned upon receiving the executed contract. Accompanying this Bid Proposal is (INSERT THE WORDS "CASH," "CERTIFIED CHECK," "CASHIER'S CHECK," OR "BIDDER'S BOND," AS THE CASE MAY BE) payzile to the City of Lodi in the amount equal to at least ten percent of the total bid, which is to be deposited with the City of Lodi as required. The undersigned further agrees that in the case of default in executing the required contract, together with the necessary bonds, within ten working days after receiving the contract for signature, the proceeds of the deposit accompanying the bid shall become the property of the City of Lodi, California, and this Bid Proposal and the acceptance thereof may be considered null and void. However, if the undersigned shall execute the contract and furnish the bonds required within the time aforesaid, the deposit shall be returned forthwith. It is understood that no verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the terms or obligations of this Bid Proposal. It is understood that the City will not be responsible for any errors or omissions on the part of the undersigned in making up the bid, nor will bidders be released on account of errors. The undersigned declares that the only person or persons interested in this proposal as principal or principals is or are the undersigned, and that no person other than the undersigned has any interest in this Bid Proposal or in the contract proposed to be taken; that this proposal is made without any connection with any other person or persons making a bid or proposal for the same purpose; that the proposal is in all respects fair and in good faith and without collusion or fraud; that no City Officer, either elected or appointed, and no City Employee is, shall be or become directly or indirectly interested as principal or principals in this Bid Proposal or in the contract proposed to be made, or in the supplies, work or business to which it relates or in any portions of the profits thereof. All representations made herein are true and are made under penalty of perjury. The following information is furnished relative to each subcontractor who will perform work or labor or render services to the undersigned in and about the construction of the project in an amount in excess of one-half of one percent of the total amount of this bid or, on a street, highway or bridge project, work in excess of one-half of one percent or $10,000, whichever is greater. The undersigned agrees that any portions of the work in excess if the specified amounts shown above and for which no subcontractor is designated herein, will be performed by the undersigned. LANELME DOC 3.2 9120194 , I �99; I - I (ATTACH ADDITIONAL SHEETS IF NEEDED) The undersigned is licensed in accordance with the laws of the State of California, License No. Classification , License Expiration Date Federal Contractor/Employer I.D. No. Bidder Authorized Signature Title TYPE OF ORGANIZATION (Individual, Partnership, or Corporation) Address Dated 19 Telephone (Affix Corporate Seal if Corporation) LANELINE.DOC 3.3 WO/94 SECTION 4 LANE LINE PAINTING, VARIOUS CITY STREETS, `1994 CONTRACT THIS CONTRACT, made by and between the CITY OF LODI, State of California, herein referred to as "City" and herein called "Contractor." WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other, as follows: The complete contract consists of the following documents which are incorporated herein by this reference, to -wit: Notice Inviting Bids Information to Bidders General Provisions Special Provisions Bid Proposal Contract Contract Bonds The July 1992 Edition Standard Specifications. State of California Business and Transportation Agency, Department of Transportation All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are intended to cooperate so that any work called for in one and not mentioned in the other is to be executed the same as if mentioned in all said documents. ARTICLE I That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City and under the condition expressed in the two bonds bearing even date with these presents and hereunto annexed, the Contractor agrees with the City, at contractor's cost and expense, to do all the work and furnish all the materials except such as are mentioned in the specifications to be furnished by the City, necessary to construct and complete in a good workmanlike and substantial manner and to the satisfaction of the City the proposed improvements as shown and described in the Contract Documents which are hereby made a part of the Contract. ARTICLE It The City hereby promises and agrees with the Contractor to employ, and does hereby employ, the contractor to provide all materials and services not supplied by the City and to do the work according to the terms and conditions for the price herein, and hereby contracts to pay the same as set forth in Section 5.600, "Measurement, Acceptance and Payment," of the General Provisions, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE III The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the prime contractor. ARTICLE IV And the Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced LANELINE DOC 4.1 9/20/94 in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until it's acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work; and for well and faithfully completing the work, and the whole thereof, in the manner and according to the Contract Documents and the requirements of the Engineer under them, to -wit: Perform the work necessary to paint 75.08 miles of lane lines on various City streets and other incidental and related work, all as shown on the specifications for LANE UNE PAINTING, VARIOUS STREETS, 1994. ITEM NO. DESCRIPTION 1. Broken White/Yellow 2. Double Yellow 3. 8" Solid White 4. 4" S^;id White 5. Continuous Left BID ITEMS EST'D QTY_ UNIT UNIT PRICE TOTAL PRICE 211,413 LF $ $ 89,474 LF $ $ 16,357 LF $ $ 56,179 LF $ $ 23,137 LF $ $ TOTAL BID LANELINE DOC 4.2 9/27/94 ARTICLE V By my signature hereunder, as Contractor. I certify that I am aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE A It is further expressly agreed by and between the parties hereto that, should there be any conflict between the terms of this instrument and the Bid Proposal of the Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE VII The city is to furnish the necessary rights-of-way and easements and to establish lines and grades for the work as specified under the special Provisions. All labor or materials not mentioned specifically as being done by the City will be supplied by the contractor to accomplish the work as outlined in the specifications. ARTICLE Vill The Contractor agrees to commence work pursuant to this contract within 15 calendar days after the Mayor has executed the contract and to diligently prosecute to completion within 10 WORKING DAYS. LANEUNE DOC 4-3 9r20196 WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 6-04.03 OF THE SPECIAL PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date first above written. Contractor Authorized Signature Title TYPE OF ORGANIZATION (Individual, Partnership, or Corporation) Address CITY OF LODI, A Municipal Corporation Mayor Attest: Jennifer M. Perrin City Clerk Date: 19 (Affix Corporate Seal if Corporation) i ) Telephone Approved as to Form - Bobby W. McNatt City Attorney LANELINE DOC 4.4 9/21/94 5-101, Work b be Data The work b be done consists of furnishing all labor, materials. melbods and processes, Implements. tools end machinalyexcept as otherwise specified. which are necessary and required to construct and complete the work deslWalled In tte&e speaGcadans and I nprovemeW plana, and to leave *a Wounds In a neat eontdition 5,102 Atelalions ft nit" consent In wiling of the, paries signatory to the contract, atsrallons W devialtore, Increases aw decreases, and additions or omissions In the plans and specifications maty a Insects erect tM same shat In no coy affecr a make void the contract. The City of Lodi reserves the right to Increase or decrease the quantity of any Ilan or porion of the work, or b omit ponalk" d the work as am be deemed -co-y « experfw d by the City Engineer. 5-103 Extra Work Now" unforeseen work wilt be Wssed as wire work when such work cannot be covered by any of the various Aetna for which there k a contract bid price. The Contractor shat do no stairs work except upon it written change order ban the City Engineer. For such extra work. the Contractor shat rocetve payment as prerhausly agreed upon in the change order or as provided In Section 5.604. 'Extra Wok'. of these General Provisions. 5.101 Cleanirw Up The Contractor shall not allow the site rf the work to became littered with trash and Waste material, but shall maintain the earths In a neat and orderly condition throughout the eonsuu tion period. The Engineer shat have the right to determine vvthal is or is not watts material or rubbish and the place and manner d disposal. The Contractor &halt remove and dispose of at trees designated by the City Engineer as obstructions to the proper completion of the work Upon completion and before making application for final acceptance of the work, the Contractor shat clean the street or road. borrow pits. and at ground occupied by Contractor in connection with the work of all rubbish, excess materials. temporary structures, and equipment; and all parts of the work shall be let In a neat and presentable condition, acceptable to the Engineer. 6-:00 CONTROL OF WORK 5201 Authority of the City Engineer The City Engineer shag decide any and all questions which may arise as to the qual,y of acceptability of materials furnished and work performed, and as to IM manner of performance and tale of progress or the work; all questions which arise as to the interpretation of the plans and specifications; all questions as to the acceptable fulfillment of the contract on the part of the Contractor; and all questions js to claims and compensation. The City Enjineera decision shag be final. The Ciy Engineer shall have n•eeutive authority to enforce and make etfeetive such decisions And orders as the Contractor fails to carry out promptty. SECTION 5 GENERAL PROVISIONS 5.202 Plans At sulhortie0 aENationo affecting the requirements and Intonation given on the approved ph" aid be In waitng. No changes shalt be made of silty plan or drawArtp after the same has been approved by the City Engineer, -CW by direction of to 04 El%inser. The contract plans Shap be supplemented by such waking drawings pepared by the Cawacb► as We RKASWY b adequaleh control the work These plana a1haM be approved by the City Engineer before any work invobing Mew plsrr dM be Performed . No change stet be made by the Contractor In any working drawing after it has been approved by the Enower. Fun compensation for f-ri"Ing all working drawings shall be considered as int:tuded in me prices paid for the contract Items of work b which such drawings relats and oro additional compensation will be allowed therefor, It is mutually agreed. howeher, that approval by the City Engineer at the Cen raetofs waking plane does not refeve the Contractor of any responsibility for accuracy of dimensions and details, and that the Contractor &hat be responsible for agreement and conformity of Contractor's working plans with the approved ptan& and specifications. 5,203 Conformiltr with CorilMd Documents and Allowable Deviatiae work and materials shat conform to the foes. Wades. cross sections. dimensions and material requiremarhts. Including tolerances. shown on the plans or indicated In the specifhcadrna. Deviations from the approved plans. as may be required by the urgencies of construction. wit be dsermined in at cases by the City Engineer and authorized in writing. 55-204 Coordination of Plans and Specifhcatias The plans and specifications including at supplementary documents are essential pans of the contract and a requirement occurring in one is as binding as though occurring in all. They are intended to be cooperative, to describe, and to provide for a complete work Plans shati govern over Special Provisions. Special Provisions shat govern over General Provisions. General Provisions shat govern over Standard Specifications and Standard Plans. 5.205 Inferpretafion of Plans and Spgifhcalions Should It appear that the work w be done, or any manor relative thereto, is not sufficiently detailed or explained in the plans and specifications, the Contractor shall appy to the City Ergineer for such further explanations as may be necessary. and shag conform to such exp analion or interpretation as par of the contract so far as may be consistent with the intent of the original specifications. In the event of doubt or questions relative to the true mean.,V of the conlra^_l docc..nents, reference shall be made to the City Engineer, whose decision thereon shall be final. In the event of any discrepancy between any drawing and the figures written thereon, the figures shall be taken as correct. 5-206 Order of Work When requited by the Special Provisions or plans, the Contractor shall follow the sequence of operations as set forth therein. SPE C5 GCC 5.1 (Rev. V 94) Full compensation for conforming with such requirements wird be considered as included in the prices paid for this various centra* - Name of work, and eo additional cornpanxion vrid be adew ld thence. 5-201 plans and Specifications on Job Site A corn~. approved W of plans. specs ations and change orders shag be kept on the job site and amiable st ad times. Non ovsabiGty shall be doomed a cause for temporary suspension of wank 5,206 suoertntendenee Before starting work, She Contractor shall designate in viriling on atthorUed t r;: easntatiwe vale shall bow the sulhorNy to represent and ad for :he Contractor. Said authorized represaMatiw chap be present at the sic of She work at all lines while work is actually M progrsss on the contract. When wuk is not M progress and doming periods white work to suspended, srrangemennts acceptable to the Engineer shad be made for any emergency wok which may be required. Whwwww the Contractor at Cafraetols oulho zed top esentaliw Is not present on wry particular part of the work v+Aere N may be desired to give direction. orders will be given by the Engineer. which shad be received and obeyed by the superintendent or supervisor who may have doge of the particular work In reference to which the orders are given. Any order given by the Engineer, not otherwise required by the specifications to be in writing, will, on request of the Contractor, be given or confirmed in writing. 5.209 Lines and Grades AN distances and measurements are given and will be made in a horizontal plans. Grades are given from the top of stakes or nails, unless otherwise noted. Such stakes of points will be sen as the Engineer determws to be necessary to establish the taros and grades required for She completion of the work specified in the plans and specifications. Three consecutive points shown on the same rate of slips must be used in common in order to detect any variation from a straight grade; sad in case any such discrepancy esisls, N must be reported to the City Engineer. It such s discrepancy is not reported to the City Engineer, the Contractor shad be responsible for any error in the finished work. The Contractor shall give at least 2e hours notice when the services of the City Engineer are required for laying out any portion of the work Stakes and points sat by the Engineer shall be carefully preserved by the Contractor until authorized to remove them by due City Engineer. In case such stakes and pants are destroyed or damaged, they will be replaced at the Engineers earliest convenience. The Contractor will be charged for the cost of necessary replacement or restoration of stakes and ;pints which, in the judgment of the Engineer, were carelessly or wi0fully destroyed or damaged by the Contractors operations, This charge will be deducted from any moneys due or 10 become due IM Contractor. 5.210 Inspection The Engineer shall at all times have access to the work during its construction, and shall be furnished .veh every reasonable facility lot ascertaining that the materials and the workmanship are to accordance with the requirements and intentions of the specifications, the General Provisions. and the plans. An work done and all materials furnished shall be subject to the Engineers inspection. The Contractor shad prowl* owarabons for Oro Engineer for are purpose of taking compaction tests in stem below, *meting grade where *mbankmerlts or trench and structure backfill las not been tested. Whenever the Contractor varies the period awing "Inch work is carried on each day. dor notice shall be 9ivin to thio City Engineer eo that proper inspection may be presided. The inspection of the wont or materials shall not relieve arse Contractor of any obligations to RM the contract as prescribed. Work and materials not meeting such requirements shelf be made good. and unsuitable work or malsdals may be noded. nolvithstanding that such work or materials have been previously Inspected by She Engineer or gat payment therelor !as been Included in a progress estimate. The projects financed in whole or in parts with State funds shad be subject to inspea oo at all limes by the designated agents of the state of Cowan". Portions of the work done under a San Joaquin Counly en ctowhment permit tthalt be subject to County inspection. 5.2,11 Removal of Defective and Unauthorized Wolk M work which is defective in its construction or deficient in any of the requirements of these specifications shad be remedied. or removed and replaced by the Contractor in an acceptable manner. and no compensation will be allowed for such correction. Ad work done beyond the lines and grades shown on She plans or established by the City Engineer. or any extra work done without written awheriy, will be considered as unauthorized and will not be paid for. Upon failure on :hs part of the Contractor to comply forthwith with any order of the City Engineer made under the provisions of this section. this City Engineer shad have authority to cause defective work to be remedied, or removed and replaced. and unauthorized work to be removed and to deduct the costs thereof from any moneys dor or to become dor to the Contractor_ 5.212 Final Inspection Whenever She work provided and contemplated by the contract shall have been satisfactorily completed and the final cleaning up performed, and She City Engineer notified in writing, the City Engineer will make the final inspection. 5-300 CONTROL OF MATERIALS 5-301 §ource of Supply and Quality of Materials The Contractor shalt furnish all materials required to complete the work, except materials that are designated in the specifications to be furnished by the City. Only materials conforming to the requirements of the specifications shall be incorporated in the work. The materials furnished and used shalt be new, except as may be provided elsewhere in these specifications or the plans. The materials shall be manufactured, handled and used in a manner to insure completed work in accordance with the plans and specifications. Manufacturers warranties. guarantees, instruction sheets and pans lists, which ars furnished with certain articles or materials incorporated in the work, shall be delivered to the Engineer before commencement of the work. SPECS DOC 5.2 (Rev. }l IS91) 5-3Q2 Samples end Tests Al t» option of tee City Erginser, the source of *up* of each of the mallonaah stat) be approved by ttrw Cdyt Enghlefer before def+wry k "sod and befog such material is wad in dis work. Repireiriardallivis preliminary samples of the eharader rend quality prescribed @hat be submitW by the Contractor or producer of and matnfals to be used in the work for feeling or examination as desired by tr City Engineer. AN tests of materiak Wmislhed by the Cantrador shag be made in accordance wits commonly recognized standards of national algal izations, and such special methods and lest* as are prescribed in these speaiatiora. The Contractor stall furnish such sampies of materials as we requested by pts City Engbaer. without charge. No material Shap be used will t has been approved by to City Erp&taer. Samples Wit be secured and tested Wt1eMVN necessary to deternwis the qualify of material. 5303 Defective Materials At materials not cadomwV to the requirements of these speciGeatons shat be considered as defective. and rep such maledats. wAether in place or not, shall be rejected and shag be removed immedalely from the site of the work whets WwWiss permitted by nue Cly Engineer. No rejected materials. the defects of which have been subsequently contacted. shall be used W44 approved in writing by "fe, city Engineer. Upon failure on the part of the Contractor to campy with an order of the City Eng'trteer made under the provisions of this section, the City Engineer shah have authority to femow and replace defective malarial and to deduct the cost of removal and replacement from any moneys due or to become due the Contractor. 5_3W CilwfumWied Materia Abeeriah furnished by the City will be available at locations designated in the Special Provisions, or t not designated therein they will be deaveeed to the project. They stag be hauled to the site of the wort by the Contractor a; his/her expense, including any necessary loading and unloading that may, be involved. The cost of handling and placing City' furnished materials shat be considered as included in the price paid for the contract Hems involving such Cily4urnished materials. City -furnished materials lost or damaged from any cause whatsoever shag be replaced by the Contractor. The Contractor will be fable to the City for the cost at replacing City -furnished materials and such costs may be deducted from any moneys due or to became due the Contractor. 5-M Trade Names and Atematives For convenience in designs•ion on the plans or in the specdwatiom, certain articles or materials to be incorporated in the work may be designated under a Irads trams or the name of the manufacturer and the catalogue information. The use of an alternative artacle or materials which are of equal quality and of the required characlerislics for the purpose intended will be permitted, subject to the following requirements. The burden of proof as to the quality and surtabdry of alternatives shat be upon the Contractor, who shat furnish all inlormation necessary as required by the Engineer. The Engineer shall on the sole judge as to the quality and suitability of alternative articles or materials and such decision shall be fol. Whenever the speeifiealions permit the subsuWwn of a similar o• equivalent material or article, no tests or a:bon #elating to the approval of such substitute material will be made until the :equesl for substitution is made in writing by the Contractor accompanied by complete data as to the equal,ty of the material or article proposed. Such request shay be made in ample time to permit approval "UWA debvirng the Vvork 5-01 Laws to be tJbsarved The Contractor et" keep bunilherset fully Informed at rept etdstirg wnd kk" SU" and National taws and at municipal ordmam" and regulations of" City of Lod which in any manner aged those engaged or employed in the work or the materials used in the work, or which in any way aged the connd6d of the work. and of and suds arders and decrees of bodies or tribunals having will Jurisdiction or authority over, tlhe same. 5.402 Labor Discrkmil ion Aterrliom Is drseted to Section 1735 of to Labor code which reads a* follows: 1735. No dsoMwitabon send be made In to employment of persons upon public works because of the race,. religious creed. color. national origin. ancestry. physical handicap. medcat condition, maraal talus. or sea of such persons. except as provided in Sectors 1420, and every Contractor for public works violating thio section is subject to at Ile, penalties imposed for • violation of this chapter. 5-403 Permits and licenses Except as otherwise provided. the Contractor stat procure all pemwls and licenses. pay at charges and fees. and give all notices necessary and incidental to the due and lawful prosecution Of tate wok 5,404 Contractors licensing laws Attention is directed to the provisions of Chapter 9 of Division 3 of the Business and Professions Code concerning the kensing of codractom At hidden and contractors shat be licensed in accordance with the laws of the State of California and any bidder of contractor not to licensed is subject to the penalties imposed by such laves. 5405 Patents The Contractor shat assume at responsibilities arising from the use of patented materials, equipment, devices or processes used on at incorporated in the work 5-408 Safety Provisions The Contractor shat conform b tthe rules and regulations pertaining to safety established by the California Division of Industrial Safety. 5407 Public Convenience and Safety The Contractor shat so conduct the operation as to cause the least possible obstruction and inconvenience to public traffic. Unless other existing streets are stipulated in the Special Provisions to be used as detours, all traffic shaft be permuted to pass through the work. Residents along the road or street shall be provided passage as tar as practicable. Convenient access to driveways, houses and buildings along the road or street shall be maintained and temporary crossing shat be provided and maintained to good condition. Not more than one cross or intersecting street or road shall be closed at any one time without the approval of the City Engineer. The Contractor shall furnish, erect snd maintain such fences, barriers, lights, signs and tag persons as are necessary to give adequate warning to the public at at times that the road or stt" is under consitucbon and of ant dangerous conditions to be encountered as a result thereof, ar,d shall also erect and maintain such vrarring and directional signs as may be furnished by the Cry. SPECS DOC 5.3 (Rev 3r15,94) Signs, lights, flaps and other warning and safety, devices shah cadomh to the requirements sly forth in the current Iftnual of Waming Sigrm Light* and Devices for Use in Pella mance of Work upon Highways.* issued by the State of California Department of Transportation. Copies d this mamtal an on rds with the Pubic works Deparimord. No material or equipment shall be stored where s wilt interfere with the free and safe passage of pubic traffic, and at the end of each days work and at other times when conslnrdion operations are suspwhded for any reason, the Contractor shalt remove an equipment and other obstructions from that portion of the roadway open for use by public traffic. Full compensation for doing the above-rne Mned work shag be Included In the price paid for to various contract items of work. and no additional compensation wit be slowed therefor. 5408 lareservalfon of Pro oerN Due pre shat be exercised to avoid kjury to adrift Improvements or facilities. witty facilitim adjacent property. and uses, shrubs and other plants that are nil to be removed. Trees, shrubs and other plants that are not to be removed, and pole lines. fences, signs. markers and monuments, buildings and structures, and any other above ground Improvements or facilities and alt undergiow,! facilities shown on 1M plans or brought to the ConliscWs Mention during the contract.. within of adjacent to the highwa+r, within or adjacent to the highway. shall be protected from injury, or damage; and if ordered by the Engineer, is Contractor shag provide and instal suitable safeguards, approved by the Engineer, to protect such objects from Injury or damage. Such objets Injured or damaged by reason of the Coraractofs operations shat be replaced or restored to a condition as good as when the Contractor entered upon the work, or as good as required by the Specifications accompanying the contract. The Engineer may make or cause to be made such temporary ro hairs as we necessary to restore to service any damaged facility. The cost of such repaint shall be bare by the Contractor and may be deductnd from any moneys due at to become due to the Contractor under Itle contract. Fun compensation for furnishing all labor, materials, toots. equipment and Incidentals, and for doing all the work involved in protecting or repairing prop" as specified in this section, shall be considered as included in the prices paid for the various contract 'gems of wok, and no additional compensation will be showed therefnr, 5-409 Resoonsibitity for Damaae The City of Lod, the City Council, all officers and employees or agent stop not be ansvverable or accountable in any manner for any loss or damage that may happen to the work or arry part thereof; of for any material or equipment used in performing the work; or fa injury at damage k any person or persons, either work personnel of the public; la damage 'o adjoining property from any cause whalsoever during the progress of the work at any tine before final acceptance. The Contractor chap hnderemry, and save harmless the C.h of Lodi, the City Council, all oft -ors and empluyees or agent from any suits, claims w actions bought by any person or persons for or on account of any injuries at damages sustained at arising in the conslruchon of the work or in consequence thereof. The City Council may retain es much of the money due the Contractor as shall be considered necessary until disposition has been made of such suits or claims lot damages as aforesaid 5.110 Contradofs R!1222Mibh'klt► for Wolk Excepts as prohr* 1 show."the foetal acceptance of the work by the Cry Council, the Contractor shalt have the charge and pre thereof and shalt bear the risk of injury or damage to any, part thereof by the action of the elements or from any other ease. whether arising from the .=ecu ion or from the non.a.cwon at the work The Contractor shall rebuild. repair. testae and make good alt Injuries or damages to will, portion of the work occasioned by any d the above causes before final acceptance and shall ben► the expenses thereof, except such Ir juries or damages occasioned by ads of Ute Federal Goveminsent a the pubic sn iny. 5.111 No Personal LiabiKfv Neither the City Canes, the Cr7y Engineer. tar, arty other officer or authorized assistant or agent or employee Best be persomaltr responsible for any gobhrty arising under the corrdrrad. 5.412 Resoonsibrlitlfor CM The City of Lod shat not be held responsible for the care or protection of any material or parts of the work prier to final acceptance. except as expressly provided In these specifications. 5-413 Insurance Requirements fur Contractor The Contractor Shan take aur and maintain during the life of On contras. Insurance coverage as listed below. These Insurance policies shall protect the Contractor and any subcontractor performing work covered by this contract from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from Contrectoes operations under this contract, whether such operations be by Contractor or by any wbconlracor, or by anyone directly or Indirectly employed by either of them, and the amount of such Insurance shall be as follows: COMPREHENSIVE GENERAL LIABILITY 51.000.000 Bodily Injury - Ea. OccurrencdAggregate $1.000.000 Property Damage - Ea. Occ utrance/Aggregate of $1.000.000 Combined Single Limits 2. CAPREHENSIVE AUTOM081LE LIABILITY $1,000.000 Bodily Injury - Ea. Person $1,000,000 Bodily Injury - Ea. Occurrence $1,000,000 Property Damage - Ea. Occurrence or $1,GW.000 Combined Single limits NOTE. Contractor agrees and stipulates that any insurance coverage provided to the City of Lod. shall provide for a claims period following termination of coverage which is at bast consistent with the claims period or statutes of limilalions found in the California Tom Claims Act (California government Code Section 510 at seq ). A copy of the certdeale of insurance with the following endorsements shall be furnished to the City: (a) Additional Named Insured Endorsement Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed Boards. Commissions, Officers. Agents and Employees as additional named insureds insofar as work performed by SPECS DOC 5.4 (Rev. 7/15.94) the insured under written contract with the Cite et Lodt. (this endorsement shag be on a forth furnished to the City and shall be included with Contractors policies.) (b) Primary Insurance Endorsement Such insurance as is afforded by the endorserrwM for Me AddAWW Insareds shag apply as primary Insurance. Any other i it renee maintained by the City of Lodi a its officers and eamptoyeae chap be excess only and not contributing with the maurance afforded by this endoreemwi. (c) Sevend" of Interest Clause The tern 'Insured Is used severally and net collectively. but the Inclusion herein o(more Man one insured shag not operate to increase the "of the eo iparys Sabi*. (d) This poky may not be canceled her the coverage reduced by the company without 30 days prior written notice of such cancellation or reduction in coverage to the City Attom ry. City, of Lodi. P.O. Boa 3008. Lodi. CA 95241. (e) Contractor arses and stipulates that any insusncCe coverage provided to the City of Lodi shag provide la a claims period knowing termination of coverage which is d lead consistent with the claims period of statutes of limitations found in the California Ton Claims Act (California Government Code Section 810 M seq ). 'Claims made' coverage requiring the insureds to give notice of any potential liability during a time period shorter than that found in the Tort Claims Act shall be unacceptable. JA14 Compensation Insurance The Contractor shall take out and maintain during the two of this contract. Workers Compensation Insurance for al of Contractors employees employed at the sAe or the project and. N any work is sublet. Contractor shag require the subcontractor similarly to provide Workers Compensation insurance for all of the tatters employees unless such employees are covered by the prdechon afforded by the Contractor. In case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Workers Compensation Statute, the Contractor shag provide and shall cause each subcontractor to provide insurance for the protection of said employees- This policy may red be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the City Attorney. City of Lodi. P.O. Box 3006, Lodi, CA 95241. 5415 Guarantee and Warranty In addition to guarantees required in other provisions of the contract. Contractor shall, and hereby does, guarantee and warrant all work li period of one year alts date of acceptance or work by the City and shall repair or replace any or all such work, together with any other work which may be displaced in so doing, that may prove dele0ve in workmanship ardfor materials wiNin one-year period from dais of acceptance writhxwt expense whatsoever to the City, ordinary wear and tear, unusual abuse or neglect excepted. The Engineer will give notice of observed defects with reasonable promptness. The Contractor shall notify the Engineer upon completion of repairs, In the event of failure of the Contractor Io comply with the above- mentioned conditions wdhm one week after being notified in writing, the City is hereby authorized to proceed to have defects repaired and made good at expense of the Contractor who %areby glees to pay costsa penalties and charges therefor krdrted'tately on demand. it. in the opinion of Me Engineer, defectis wort aeatea a dangerous eoradibon or requires Immediate correction or attention to prevent pxttter Joss to the City at to prewrtl interruption of operations of Me City. the City wrig attempt Lo pie the notice required. 9 the Contractor cannot be contacted or dolt not comply with the Engineers request for ooffectioe will a reasonable time as determined by the Ei nginew. the City may. notw lthstand ling " provisions of this section, proceed to nuke such eorteelicn of provide such attention and the code of such correction or attention shall be charged apa6nt the Ca ithid r. Such action by tin City will not titillative Me Contractor of *4 guarantees provided in this section at elsewhere in this contract. This section does not In any way limit the guarantee on any items for which longer guarantee is specified nor on any gems for wblch a manufacturer gives a guarantee for a longer period. her does It limit other remedies of the City In respect to UWM defects, fraud or implied warranties. 5 418 Cooperation Should construction be underway by o8nr agencies or by other contractors within or adjacent to"limits for Me work specified. at should work of any other nature be underway by other forces within a adjacent to said Frits, " Conitactor shag schedule and coordinate the work with Ow other, contractors and agencies so there is Me least amount of car" during all phases of construction. The Contractor is also responsible la making all necessary agreements with other contractors as required during construction. $-SOO PROSECUTION ANO PROGRESS 5-51 Subcontracting The Contractor shall give personal attention to the fulfillment of the contract and shag keep the work under control. Subcontractor will not be recognized as such and all persons engaged in the work of construction will be considered as employees of the Contractor, and their wait shag be subject to the provisions of the contract and specifications. Where a portion of the work subcontracted by this Contractor is not being prosecuted in a manner satisfactory to the City Engineer. the subcontractor shall be removed Immediately, an the requisition of the City Engineer and shall not aga.n be employed on the work. 5.502 Assignment The performance of the contract may not be assigned, except upon written consent of the City. Consent will not be given to any proposed assisnmenl which would relieve this original Contractor or Conlractors surely of their responsibilities under the contract. not will the City consent to any assignment of a pail or the work under the contract. 5-54I.S1 MIttt, 5.504 fdeloredt 5.Wj Character of Work Personnel d any subcontractor or person employed by the Contractor Faits or refuses to carry out the dnectnons ot the City Engineer or appears to the Gy Engineer to be incompetent or to act in a disorderty or improper manna, that person shall be discharged immediately on the requisition of the City Engineer, and such person shall not again be employed on the work. SPECS DOC 5.55 (Rev 311594) S-50 Temporary Suspension of Work The City Engineer Shap have the authority to suaperW the work wholly or in part, for such period as �City Engineer nay deers necessary. due b unsuitable weather `p to such other oondilions as are considered unfavorable for the suitable prosecution of the work. or for such time as City Engineer real deem necessary. dor b the failure on the part of the Contractor to carry out orders given. or to perform any prvvisiora of ger coMrad. The Contractor chap inune"tritt obey such order, of ftte City Engineer and &hap not resume the work until ordered in vwiting by the City Engineer. In Me went that suspension of work is ordered as provided above. and should such suspension be ordered by reason of the failure of to Contractor to carry oul otde s at b perform any provision of the contract: or by reason of weather conditions being unsuitable for performing any Hem or Mems of work which. to the sole opinion of the Engineer. could haw been performed prior to the occurrence of such unsuitable weather conditions lad the Corand r ddlgentty prosecuted the work when weather conditions were suitable. the Contractor. at Contractors expense, shad do all the work necessary b provide a safe, smooth and unobstructed passageway through construction for use by public tral6c during Nie period of such suspension as providd in Section 7-1.08. 'Public Convenience." and 7-1.09. 'Public Safety.* of the Standard Specifications. and as provided in the Contract Specifications. In Ow event that the Contractor fails to perform this work above specified. the city may perform such work and the cost thereof will be deducted from moneys dux or to become dor the Contractor. 5.507 Tere of Completion and Liouidated Damages pis agreed by the Contractor that in case ad the work called for under the contract Is nit completed before or upon the expiration of the time fanil as ed Borth in the contract. damage will be sustained by the City of Lod, and that If Is and will be Impracticable to determine Ste adual damage which the City will sustain In the even) of and by reason of such deW. and it Is therefore agreed that the Contactor will pay to the City of Lodi the sum as specified in Section 6-61.03 'Beginning of Work. Time of Completion and Liquidated Damages' per day for each and every days delay beyond the time prescribed to complete the work; and the Contractor agrees to pay such liquidated damages as herein provided. and in case the same are not paid, agrees that the City of Lodi may deduct the amount thereof from any moneys due or that may become due the Contractor under the contract. A is further agreed that in case the work called for under the contract is ret finished and completed in all parts and roquiremeras within this time specified, the City Council shall have the right to edend the lime toe completion or not, as may seem best to sent the h..erast of the Cily; and if 0 decides to extend the one limit ler the completion of the contract, it shad further have the right to charge to the Contractor, Contractor's heirs, assigns or sureties, and to deduct from the final payment for the work, all or any pan as it may deem proper, of the actual cost of engineering, inspection, superintendence. and other overhead expenses which are directly Chargeable to the contract, and which accrue during the period of such extensions, except that the cost of final surveys ad preparation of final estimate shall not be included in such charges. The Contractor shall not be assessed with liquidated damages nor the cost of engineering and inspoction during any delay in the completion of the work caused by acts of God or of the public enemy, ads of the City, fire, foods, epidemics, quarantine reshictioos, strikes, freight a ibaigoes, and unusually severe weather or delays of subcontractors due to such causes; provided that the Contractor shall, within 10 days from the beginning of any such delay, notity the City Engineer in writing of the causes of delay. who shall ascertain the facts and the a.tent of the delay, and the Cay Engineers &rdings of Ihe fads thereon shall be Aral and conclusive. 5.506 Terminarwn of Conti FaAme b prosecute " work diligently is grounds ler lamination of the Contactors control over Me work by the City d Lads as provided in Section 14394 at No Government Code of the Stale of California. 5.509 Rightof•Wav The necessary righlsofwrsy and easements for Me work will be provided by the Ciy of LodL The Contractor &hap make arrangements and pay all expenses For additional area required by Contractor outside of Ute limits d rigW of -way, unless otherwise provided in the Special Provislons. JJ00 MEASUREMENT, ACCEPTANCE AND PAYMENT 5.601 Progress Payments The City Engineer. arce each month after actual con:auceon work Is stand. shall make an esamaM as to the total amount of the work dors and materials furnished by 0e Contractor to the last day of the preceding month. The Ciy of Lora shag retain 10 percent of the estim ailed vakre of said work and ger balance Mas arty previous payments chap be paid to the Contractor. The retained percentage as specified above will be held by Hie City and will be due and payable to the Contractor 30 days after tiling of notice of completion. provided no hens have bent food. 5¢02 Substitution of Securties lot Withhold 8MOnt Pursuant to Section 22300 of the Public Contract Code of the Stale of California, securities may be substituted for any moneys withheld by a public agency to ensure performance under a contract. At the request and expense of the Contractor. securities equivil"M to the amount withheld shag be deposited with the public agency, of with a state or federally chartered bank as the escrow agent, who shall pay such moneys to the Contractor upon satisfactory completion 0 the contract. 5.603 Final Acceptance of the Worr The Contractor will notify the Engineer to wtiung of the completion. The Engineer will check as to the actual completion, and when satisfied will recommend acceptance to the City Council. The dale of completion will be the dale of acceptance of the work by the City Council. 5.604 Exta Work Extra work shall conform to Section 4.1.03D, of the Standard Specifications. Payment for extra work will be established by agreement between the Contractor and the City. If no agreement can be reached, as to the exact cost of the extra work, payment will be made by force account as provided in Section 9-1.03 of the Stwdatd Specifications. 5--605 Notice of Potential Claim This section supersedes Section 9.1.04 of the January 1988 Edition of the Stale of California. Business and Transportation Agency, Department of Transportation, Standard Specifications. The Contractor shall not be entitled 10 the payment of any additional compensation for any cause including any act or failure to act by the Fngineer to the happening of any event, thing, or occurrence unr ss the Engineer has been notified in writing of a potential claim as hereinalter specified; prodded. however, that compliance with this Section 5.605 shall not be a prerequisite as to matters within the scope of the protest provisions in Section 5- 102, 'Alterations', or the notice provisions in Section 5-507, 'Time of Completion and Liquidated Damagei , not to any claim which is based on ddlerences in measurements or errors of computation as to contract quanlitins. SPECS DOC 5.6 (Rev. 30S."941) S.94) The written ratio of potential claim shall state the reasons Nue Contractor believes additional compensation will w may be due, the nature d the costs involved. and. brsofar as possible. the emoted of the polar" claim. The notice as above required must have been given to Me Engineer prior to the time that the Contractor shah have performed the work giving rise to the potential claim for additional compensation. if based on an ad or failure to ad try the Engineer. or in all other cases within IS days after the happening of Me went, Ming, or occurrence giving rise to the potential claim. N Is the (Mention of this Section 5-605 that differences between the parties atisinp under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be willed. M possible. or other appropriate action promptly taken. The Contractor bereby agrees that Mere shall be no right to additional compensation for any claim Nest may be based w any, such ad. failure to ad, event. Ming. or occurrence for which no written notice of potential claim was filed. '.1-605.5 Determination of Riohs N the monetary amount of all the CoMracior's claims arising wider or by virtue of the contract don not exceed $25.000. such claims we subject to determination or rights under the contract by a hearing offices of the City Council of the City of Lodi. The party seeking a determination of rights shah give notice in writing of the claim b the other party and to the City Council of the Cif of Lodi, seting forth the facts on which the claim is based. Such notice shall be given no later than ser months after the issuance of the final estimate. The City Council of the City of Lod will appoint a hearing officer to hear such claim within 60 days after such notice before completion of the contract, unless the City consents to ewfier appointment. The hearing officer will hear and determine the controversy and render a decision in writing within 60 days after appointment, unless otherwise agreed to by the parties or unless for good cause the hearing officer extends such time Each party shall lead its own costs and shall pay one-half of the cost of the hearing. Rules and regulations adopted by the City Council of the City of Lodi pursuant to Section 1480 of the Government Code will govern the conduct of the hearings, including requirements as to pleadings and other documents to be filed. The rules and regulations may be obtained from the City Council of the City of Lodi. Compliance with the notice requirements of this seclion does not relieve the Contractor at responsibility [or complying with any notice or protest requirement specified in these specifications (e.g.. Sections 5.102, *Alterations.- 5.507, 'Time of Completion and Liquidated Damages'. and 5-605, 'Notice of Potential Claim'), not does compliance with the notice requirements of this section relieve the Conlractor of responsibddy for complying with the claims submission requirements in Section 5.606, 'Final Payment'. The notices required by this section shall be sent as follows. (a) to the City Council of the City of Lodi. P O Box 3006. Lodi, California. 95241.1910; (b) to the Departmont of Public Works, City of Lodi, P.O. Boa 3006. Lodi, California, 95:41-1910, and (e) to the Contractor such notices will be sent to the business address set forth in the proposal 11 the address to which the notice to the Cav Cooncal of the City of Lodi or to the Department rs to to changed, the Department will notify the Contractor in wrAing of such change. The Conhadw may change etre address I*which no4ees are to be aent by Owing the Department: written notification of such change of address. 5 -GM Final Pa MMM The Cif Enoinw shah, Met, the satisfactory completion of the contract mala • OW estimate of the amourd of work done thereunder. and Me value of such work. and the City of Lodi shall pay the entire sum so round 10 be dor after deducting Merebam all previous payments end ON amounts to be kept and all amounts to, be retained wrier the provisions of the conaract. AN prior partial estimate and payments shall be subject to correction in the final estimate and payment. The anal payment shad not be dor and payable until the e*rattae of 30 days after filing of notice of completion provided no Sens have been filed. N is-%Aua0y agreed between Me parties to the conked Mat any payments made under the eatract, evicepl the final payment. shall not be conclusive evidence of the performance of the contract either wholly w in part against any claim of the CAV of Lod, and no payment " be construed to be an acceptance of any defective work or improper materials. And the Contractor further agrees pial the payment of etre feel amount dor under the contract. and the adiuslmert and payment for any walk done in accordance with any anerations of the same. Mall release the Cif of Lodi, the Cif Council, and all of cim and employees from any and all claims or liability on account of work performed under the contract or any alteration thereof. 9700 STANOARD SPECIFICATIONS The work embraced herein shah be done in accordance with the appropriate provisions of construction details of the specifications entitled. *State of California, Business and Transportation Agency. Department of Transportation. Standard Specifications. January 1966; insolar as the same may appy, which specifications are hereinafter referred to as the Standard Specifications and in accordance with the following Special Provisions. Whenever in the contract documents of the Standard Specifications the following farms are used, they shall be understood to mean and refer to the following: Department of Transportation, or Caltrans . Department of Public Works of the City of Lodi, e.cept where the reference clearly refers to that department City Engineer • City Engineer of the City of Lodi L irector or Public Works - Public Works Ditector or designated agent of the City of Lodi Engineer . City Engineer or designated agent Laboratory - The designated laboratory authorised by the City or Lodi to test matenats and worts involved in the contract State - The City of Lodi, California Other items appearing in the Standard Specifications, the General Provisions, and the Special Provisions, shall have the intent and moan,nn apec,fied in Section 1, DeGmtron of Terms of the Standard Speci icahons SPECS DOC 57 (Rev 3;ISy4) SECTION 6 LANE LINE PAINTINGo. VARIOUS STREETS, 1994 SPECIAL PROVISIONS The work consists of painting 76.08 miles of lane lines on various City streets and other incidental and related work, all as shown on the specifications for the project. The streets to be painted are shown in Appendix A. The preliminary estimate of the quantities of work to be done and materials to be furnished as shown in the proposal are approximate only. being given as a basis for the comparison of bids. The City of Lodi does not expressly or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work that may be deemed necessary or expedient by the City Engineer. Additions or deletions in the quantity of work as set forth in these specifications and accompanying drawings for lump sum items may be ordered by the Engineer after the contract price has been adjusted accordingly to the satisfaction of both the Contractor nd the City of Lodi, and they have been accepted in writing by the Engineer. 6-03 MATERIALS The Contractor shall furnish for use under these Special Provisions all materials required to complete the project, except those materials specifically shown on the Plans or listed in these Special Provisions as "City furnished." Whenever any material is specified by name and/or number thereof, such reference shall be deemed to be used for the purpose of facilitating a description of the materials and establishing quality, and shall be deemed and construed to be followed by the words "or approved equal." No substitution will be permitted which has not been submitted ten days prior to installation for approval by the Engineer. Sufficient descriptive literature and/or samples must be furnished for any materials submitted as "equal' substitutes. The City will furnish: • City of Lodi map showing various streets to be painted. 6-04.01 Scheduling Work Prior to any work, the Contractor shall furnish the Street Superintendent with a work progress schedule delineating the anticipated work procedure. This schedule shall be kept current and the Street Superintendent shall be notified in writing 48 hours in advance of any variation thereof. The contractor shall also supply the Street Superintendent with a telephone number or numbers where a duly authorized representative of the Contractor may be reached at any time. Prior to construction, a conference with the Contractor and Street Superintendent concerning the scht Jule, traffic control and job safety shall be held. LANE•LINE DOC 6.1 9127t94 The Contractor's attention is directed to Soction 8-1.05 "Temporary Suspension of Work" of the Standard Specifications. It is the City's intention to delay start of work until weather conditions are suitable. 6-o4.02 - Deleted. 6404.03 Beginning of Work_ Time of Completion and Liquidated Damages Attention is directed to the Provisions in Section 8-1.03, "Beginning of Work," in Section 8-1.06, 'Time and Completion," and in Section 8-1.07, "Liquidated Damages," of the Standard Specifications and these special Provisions. The Contractor may begin work after receiving notice that the contract has been approved by the Mayor. The work shall be diligently prosecuted to completion before the expiration of 10 WORKING DAYS Working day count shall begin 15 calendar days after the Mayor approves the contract. The Contractor shall pay to the City of Lodi the sum of $50 per day, for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above. The City of Lodi has acquired the rights-of-way and easements in which the improvements and appurtenances shall be located and constructed. The contractor shall be responsible for making arrangements and paying all expenses for any additional working or storage area outside of the limits of right-of-way, unless otherwise provided in the Special Provisions. The city will allow the Contractor to park two vehicles in the City's Corporation Yard. However, the City will assume no liability for damage or loss. . r..:11 :Lei I a 161A•],F Sections 6-10 through 6-95 of these Specifications (Special Provisions) correspond with the State of California Department of Transportation Standard Specifications. Not all the sections are used. Therefore, there are gaps in the numbering sequence. Sections used contain either: • Changes from the Standard Specifications • Additions to the Standard Specifications • Repetition of the Standard Specifications for clarity and/or emphasis. The Contra,,tor shall install painted traffic stripes as shown on the plans and in accordance with these Special Provisions, and applicable portions of Section 84 'Traffic• Stripes and Pavement Markings" of the Standard Specifications. Materials - Paint and glass spheres shall conform to the following Caltrans Specifications: IANELINE DOC 6.2 9!21/w Paint fast dry solvent base low volatile organic compound - white. yellow and black. Glass Spheres - 8010-513-22 type II Upon request, the Contractor shall submit a copy of Caltrans Laboratory approval for the type of paint and glass spheres proposed for this project and a certification that the that the proposed materials meet or exceed the Specifications. 2. Maintaining Traffic - Attention is directed to Sections 7-1.08, "Public Convenience." and 7-1.09, "Public Safety." of the Standard Specifications and these Special Provisions. All delineators used on the project shall conform to the requirements of the Caltrans Manual of Traffic Controls for Construction and Maintenance Work Zones. 3. Paint Traffic Stripes - This work shall consist of painting traffic stripes and applying glass spheres on asphalt concrete pavement at locations shown on the plans or designated by the Engineer in conformance with these Special Provisions. Stop bars, legends and tum arrows will be painted by the City. The skip pattern and alignment shall match that of the existing line to be repainted except as otherwise approved by the Engineer. Traffic stripes shall be painted on pavement surfaces by mechanical means with a surface application of glass spheres, except glass spheres shall not be applied to black paint. All additional work necessary to establish satisfactory lines for stripes shall be performed by the Contractor at Contractor's expense, including correction of minor irregularities in the line established by the Engineer and spotting with cat tracks. All painting is over existing striping; no cat -tracking is required. Traffic stripes shall be applied only on dry surfaces and during periods of favorable weather. Painting shall not be performed when the atmospheric temperature is below 40°F, or when freshly painted surfaces may become damaged by rain, fog or condensation, or when it can be anticipated that the atmospheric temperature will drop below 40°F during the drying period. Surfaces which are to receive traffic stripes shall be dry and shall be cleaned of all dirt and loose material. Paint may be heated to a maximum temperature of 125°F. The completed stripe shall have clean and well-defined edges and its maximum deviation shall not exceed 1/4 -inch in width of one inch in length from the dimensions shown on the plans. Drips, overspray, excessive tracking, or improper markings shall be immediately removed from the pavement surface by blast cleaning or methods approved by the Engineer at the Contractor's expense. Paint shall be applied to provide the following minimum thicknesses: WM lint 0.015" 0.008" LANELINE DOC 6.3 921 44 Glass spheres shall be applied at a rate of five to six pounds per gallon of paint. 4. Equipment and operation - All of the equipment used in the application of traffic stripes shall produce stripes of uniform quality that conform to the specified requirements. The striping machine shall be capable of operating at a speed of at least three miles per hour and it shall be thusly operated. Two colors of paint, including glass spheres where required, shall be applied in one pass of the striping machine. Double stripes. consisting of two four -inch wide yellow stripes separated by a three-inch wide commercial quality black traffic paint shall be applied simultaneously. The striping machine shall consist of a rubber -tired vehicle with a wheel base of at least 100 inches and it shall be maneuverable to the extent that straight tines can be followed and normal curves can be made in true arcs. It shall be capable of applying traffic paints at the rate specified above and it shall be equipped with the following: • A point or sighting device not less than five feet long and extending from the front thereof; • A point or sighting device extending from the side of the machine to gauge the distance from centerline for shoulder stripes; • Accurate gauges or dials to indicate the rates at which the paint and spheres are being applied; • Positive acting cutoff device to prevent deposition of paint in gaps of dashed stripes; • Shield or an adjustable air curtain for line control; • Pressure regulators and gauges (if pneumatically operated ) in full view of the operator at all times; • Paint strainer in the paint supply line; • Paint Storage tank with mechanical agitator operating continuously; and Attached glass sphere dispenser located approximately 18 inches behind, and controlled simultaneously with, the paint applicator nozzle. The glass sphere dispenser shall be equipped with a gauge showing the rate of application of the glass spheres and it shall uniformly distribute the glass spheres upon the traffic paint. Spheres shall be imbedded in the coat of traffic paint to a depth of at least one-half their diameters. Spray equipment shall be of a proper and adequate type for the work arid shall include oil and water extractors, pressure regulators, and adequate air volume and compressor recovery capacity. Spray gun tip needle assemblies and orifices shall be of the proper size. Where the traffic stripe is of such a nature, either due to configuration or location, as to render the striping machine unsuitable for use, traffic paint and glass spheres may be applied by other approved methods and equipment. The Engineer will determine if the striping machine is unsuitable for a particular use. Upon completion of the project, the Engineer shall be furnished with the following information: • The number of gallons of black, white and yellow paint used; • Certificate of compliance regarding all materials used; Pounds of beads used. IANEUNE DOC 6.4 9/21194 5. Measurement - Traffic stripe's will be measured by the linear foot along the line of the traffic stripes, including gaps in broken traffic stripes. Double traffic stripes will be measured as one. 6. payment - The contract prices per linear foot for the traffic stripes applied or removed shall include full compensation for furnishing all labor, materials (including paint and glass spheres), mixing paint, tools, equipment and incidentals, and for doing all the work involved complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. tANEIINE DOC 6.5 9/21/94 ANNUAL CONTRACT STRIPING 1994 STREET LIMITS DOUBLE YELLOW CONTINUOUS SKIP W/Y 8" WHITE 4"SOLID RPM'S *Lower Sacramento Rd. Kettleman Ln. to 900'S. 465 216 438 436 1,387 yes 'Lower Sacramento Rd. Kettleman to Lodi 2,138 1,114 678 9,809 yes *Lower Sacramento Rd. Lodi to Turner 6,119 986 959 11,062 yes 'Lower Sacramento Rd. Turner to N/City Limits 790 569 282 2,620 yes Eilers Ln. Lwr.Sac. to Woodhaven 604 588 Lilac St. Eilers to N/City Limits 480 'Woodhaven Ln. WID canal to Turner 1,205 600 yes Mills Ave. Turner to Elm 50 2,514 102 1,025 'Mills Ave. Tokay to Vine 100 730 200 Rutledge Dr. Turner to Elm 234 2,834 Oxford W . Lwr. Sac. to Allen 45 1,192 Allen Dr. Oxford to Allen 58 1,365 Walnut St. Ham to Pacific 45 365 Pacific Ave. Walnut to Elm 601 1 285 Fairmont Ave. Kettleman to Brandywine 103 626 Fairmont Ave. Kettleman to Holly_1,310 6,911 *Hutchins St. California to Harney 518 4,882 12,545 1,735 yes Wimbledon Dr. Hutchins to Ham 138 1,883 Scarborough Dr. Wimbledon to Brand ine 227 2,600 Brandywine Dr. Hutchins to Ham 186 2,074 *Ham Ln. Harney to Kettleman 131 9,934 1,301 yes 'Ham Ln. Kettleman to Lodi 5,212 45 10,212 1,001 yes 'Ham Ln. Lodi to Ed ewood 3,582 870 7,563 742 yes California St. Turner to Elm 655 2,074 Sacramento St. Lodi to Tumer 486 1,831 69 yes Church St. Turner to Century 5,681 10,701 659 Century Blvd. Church to 300'w/o Sae 2,531 8,419 384 135 Sylvan Dr. Mills to Kettleman 1161 2,5311 Lakeshore Dr. Kek1eman to Mills 1221 1 2,582 94LNLINE OOr: PAGE 1 ANNUAL CONTRACT STRIPING 1994 STREET LIMITS DOUBLE YELLOW CONTINUOUS LEFT SKIP WN 8" WHITE 4"SOLID RPM'S Century Blvd. Cherokee to Stockton 1,710 74 278 'Stockton St. Harney to Kettleman 1,055 3,882 389 4,269 yes 'Stockton St. Kettleman to Lodi 492 3,068 1,294 528 yes 'Stockton St. Lodi to Lockeford 485 1,825 •Stockton St. Loc��iord to Turner 1,020 1,068 432 106 yes 'Cherokee Ln. Pioneer tci Lockeford 1,422 2,087 52 yes 'Cherokee Ln. Lockeforu to Lodi 278 1,943 4,959 173 yes 'Cherokee Ln. Lodi to Kettleman 3,033 3,234 10,263 231 1,138 yes •Cherokee Ln. 'Kettleman Ln. Kettlen-,an to s/o Century i WY 99 OP to E/City Limits 4,512 377 5,259 2,116 729 2,607 4,128 yes yes •Beckman Rd. 'Beckman Rd. Kettleman to Victor Lockeford to Turner 2,023 914 5,359 1,908 109 208 yes yes Guild Ave. Victor to Lodi 247 2,116 •Lodi Ave. Guild to SPRR 3,782 7,837 138 yes •Lodi Ave. SPRR to W/city limits 9,061 409 19,116 1.461 785 yes Tejon St. Lwr. Sac. to Rutledge 112 547 Elm St. Ever reen to Cherokee 310 960 46 yes Lockeford St. E/Cit Limits to SPRR 1,828 4,316 147 yes _ Lockeford St. SPRR to Mills 3,180 406 6,089, 732 yes •Turner Rd. WID canal to Lwr. Sac. 778 1,726 52 3,865 yes •Turner Rd. Lwr. Sac. to SPRR 8,115 1,163 18,832 1,130 yes 'Tumer Rd. SPRR to E/City limits 4,001 1,243 3,707 994 493 yes *Tokay St. Chjrokee to SPRR 886 2,004 yes *Tokay St. SPRR to Lwr. Sac. 2,211 6 512 128 •Harne Ln. W/City Limits to SPRR 2,185 1,921 2,521 354 9,955 yes *Hamey Ln. SPRR to E/City limits 1,525 162 2,563 yes DOWNTOWN Walnut St. Church to Sacramento 633 Oak St. Church to Sacramento 642 TOTAL LINEAL FEET 89,474 23,137 211,413 16,357 56,179 94LNLO+E DOC PAGE 2