2018/04/24 City Council Resolution 2018-049RESOLUTION NO. 2018-049
A RESOLUTION APPROVING THE PLANS AND SPECIFICATIONS FOR
THE CIRCLE DRIVE REHABILITATION PROJECT (PROJECT NUMBER
2017-16) AWARDING THE CONSTRUCTION CONTRACT TO ARGONAUT
CONSTRUCTORS AND RELATED ACTIONS
WHEREAS, the Circle Drive Rehabilitation Project (Project Number 2017-16) includes the
rehabilitation of the existing pavement surfaces on Circle Drive and the Circle Drive neighborhood
streets, striping work on Avram Avenue and Commerce Boulevard and parking lot repairs and
concrete and asphalt work in the Golis Park Parking Lot; and
WHEREAS, the plans and specifications for the Projects were prepared by the Development
Services Staff; and
WHEREAS, the City of Rohnert Park Municipal Code Title 3 Chapter 3.04 provides that the
City's purchasing functions shall be governed by the City's purchasing policy; and
WHEREAS, consistent with City of Rohnert Park Purchasing Policy Section 3.6.17 Contracts
for Public Projects and the Public Contract Code, an invitation for bids was posted/published on
February 16, 2018 for the Project; and
WHEREAS, four bids were received on the bid opening date of March 15, 2018; and
WHEREAS, Development Services staff determined that Argonaut Constructors
submitted the lowest cost bid and is the lowest responsive and responsible bidder with an amount
of $942,383.72;
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert Park as
follows:
1. The above recitals are true and correct and material to this Resolution.
2. The plans and specifications for the Circle Drive Rehabilitation Project (Project Number
2017-16) are hereby approved and adopted (Exhibits A and B).
3. The City Council finds that the Project is exempt from review under the California
Environmental Quality Act ("CEQA") because the scope of the project is pavement
rehabilitation, and is therefore categorically exempt under CEQA Guidelines section
15301 (Existing Facilities) and 15302 (Replacement or Reconstruction), and directs staff
to file a Notice of Exemption for the project.
4. In making its findings the City Council relied upon and hereby incorporates by reference
all of the bid materials, correspondence, staff reports and all other related materials.
5. In accordance with California Public Contract Code Section 20160 and any other
applicable laws, the City Council of the City of Rohnert Park hereby finds the bid of
Argonaut Constructors for the Project to be the lowest, responsive bid and waives any
irregularities in such bid in accordance with applicable law.
6. The City Manager is hereby authorized and directed to execute the contract with
Argonaut Constructors in substantially similar form to Exhibit C, which is attached
hereto and incorporated by this reference, for the sum of nine hundred forty-two thousand
three hundred eighty-three dollars and seventy-two ($942,383.72) for construction of the
Project in accordance with the bid documents and applicable law upon submission by
Argonaut Constructors of all documents required pursuant to the Project bid documents.
7. The City Manager is hereby authorized to execute change orders in an amount not to
exceed 15% of the bid or one hundred and forty-one thousand three hundred fifty-seven
dollars and fifty-six cents ($141,357.56).
8. City staff is hereby directed to issue a Notice of Award to Argonaut Constructors for this
project.
9. This Resolution shall become effective immediately.
10. All portions of this resolution are severable. Should any individual component of this
Resolution be adjudged to be invalid and unenforceable by a body of competent
jurisdiction, then the remaining resolution portions shall continue in full force and effect,
except as to those resolution portions that have been adjudged invalid. The City Council
of the City of Rohnert Park hereby declares that it would have adopted this Resolution
and each section, subsection, clause, sentence, phrase and other portion thereof,
irrespective of the fact that one or more section, subsection, clause, sentence, phrase or
other portion may be held invalid or unconstitutional.
DULY AND REGULARLY ADOPTED this 24th day of April, 2018.
ATTEST:
c nne Buergler, City Cler
Attachments: Exhibits A, B, and C
CITY OF ROHNERT PARK
Pam Stafford, Mayor
ARANO"1'IJ: �_
REi.FOlt7'E: A%1
MAC:iCFiWZIE: A41 e CALLINAN:
STAFFORD:
AYES: ( S
) NOES: ( p) ABSENT: ( 02 )
ABSTAIN: ( 0 )
(2)
2018-049
x
x
x
x
x
D
E
S
I
G
N
E
N
G
I
N
E
E
R
L
A
S
T
R
E
V
I
S
I
O
N
0
0
-
0
0
-
0
0
P
R
O
J
E
C
T
M
A
N
A
G
E
R
TO BE SUPPLEMENTED BY STANDARD PLANS DATED MAY 2006
INDEX OF PLANS
2/14/2018
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
No.
Exp.
CIVIL
PROJECT ENGINEER
REGISTERED CIVIL ENGINEER
DATE
RELATIVE BORDER SCALE
IS IN INCHES
0 2 31
CITY OF ROHNERT PARK
A
R
T
D
A
R
O
S
A
A
R
T
D
A
R
O
S
A
DA ROSA
ARTUR
C47185
12/31/19THE RELOCATION WITH THE UTILITY OR UTILITIES INVOLVED. IN ANY CHANCE
REQUIRE RELOCATION, THE CONTRACTOR SHALL CONTACT AND COORDINATE
COORDINATION WITH U.S.A. AND THE VARIOUS UTILITIES. SHOULD UTILITIES
LOCATIONS OF ALL UNDERGROUND AND OVERHEAD UTILITIES THROUGH HIS
THE CONTRACTOR'S FIRST ORDER OF WORK SHALL BE TO DETERMINE THE
811
D
U
O
Y
G
I
R
L L OFEB
A C
E
Call: TOLL FREE
TWO WORKING DAYS BEFORE YOU DIG
OF CONFLICT, HAND DIG TO VERIFY LOCATION.
Underground Service Alert
1 TITLE SHEET
2
3 - 7
SHEET
No.
TOTAL
SHEETS
1 16
PROJECT NUMBER
SIGN
S T OP
STOP STOP
STOP
STOP
STOP
S TOP
S T OP
STOP
STOP
STOP
STOP
S T OP
STOP
S TOP
S T OP
ST
OP
S T OP
CIRCLE DRIVE REHAB 2017-16,23
LOCATION 1
15
X-1 TYPICAL CROSS SECTIONS
L-1 TO L-5 LAYOUT
LOCATION 2
C-1 CONSTRUCTION DETAIL
GOLIS PARK PARKING LOT REPAIRS (PROJECT 2017-23)
CIRCLE DRIVE REHABILITATION (PROJECT 2017-16)
IMPROVEMENT PLANS FOR
S-1 TO S-7 STRIPING8 - 14
Q-1 QUANTITY16
LOCATION 3
(STRIPING ONLY)
AVRAM & COMMERCE
GOLIS PARK
CIRCLE DRIVE NEIGHBORHOOD
x
x
x
x
x
D
E
S
I
G
N
E
N
G
I
N
E
E
R
L
A
S
T
R
E
V
I
S
I
O
N
0
0
-
0
0
-
0
0
P
R
O
J
E
C
T
M
A
N
A
G
E
R
TO BE SUPPLEMENTED BY STANDARD PLANS DATED MAY 2006
INDEX OF PLANS
2/14/2018
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
No.
Exp.
CIVIL
PROJECT ENGINEER
REGISTERED CIVIL ENGINEER
DATE
RELATIVE BORDER SCALE
IS IN INCHES
0 2 31
CITY OF ROHNERT PARK
A
R
T
D
A
R
O
S
A
A
R
T
D
A
R
O
S
A
DA ROSA
ARTUR
C47185
12/31/19THE RELOCATION WITH THE UTILITY OR UTILITIES INVOLVED. IN ANY CHANCE
REQUIRE RELOCATION, THE CONTRACTOR SHALL CONTACT AND COORDINATE
COORDINATION WITH U.S.A. AND THE VARIOUS UTILITIES. SHOULD UTILITIES
LOCATIONS OF ALL UNDERGROUND AND OVERHEAD UTILITIES THROUGH HIS
THE CONTRACTOR'S FIRST ORDER OF WORK SHALL BE TO DETERMINE THE
811
D
U
O
Y
G
I
R
L L OFEB
A C
E
Call: TOLL FREE
TWO WORKING DAYS BEFORE YOU DIG
OF CONFLICT, HAND DIG TO VERIFY LOCATION.
Underground Service Alert
1 TITLE SHEET
2
3 - 7
SHEET
No.
TOTAL
SHEETS
1 16
PROJECT NUMBER
SIGN
S T OP
STOP STOP
STOP
STOP
STOP
S TOP
S T OP
STOP
STOP
STOP
STOP
S T OP
STOP
S TOP
S T OP
ST
OP
S T OP
CIRCLE DRIVE REHAB 2017-16,23
LOCATION 1
15
X-1 TYPICAL CROSS SECTIONS
L-1 TO L-5 LAYOUT
LOCATION 2
C-1 CONSTRUCTION DETAIL
GOLIS PARK PARKING LOT REPAIRS (PROJECT 2017-23)
CIRCLE DRIVE REHABILITATION (PROJECT 2017-16)
IMPROVEMENT PLANS FOR
S-1 TO S-7 STRIPING8 - 14
Q-1 QUANTITY16
LOCATION 3
(STRIPING ONLY)
AVRAM & COMMERCE
GOLIS PARK
CIRCLE DRIVE NEIGHBORHOOD
Exhibit A
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
DATE
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
2 16
NO SCALE
2%
SECTION
Exist STRUCTURAL
2%GUTTER, SIDEWALK
Exist CURB,
GUTTER, SIDEWALK
Exist CURB,
4'4'
PAVING MAT
2" AC (TYPE B)
X-1
TYPICAL CROSS SECTIONS
36'
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
AC OVERLAY
COLD PLANE (3" Max)
AC OVERLAY
COLD PLANE (3" Max)
CL
40'
CASA WAY
CORNELL AVENUE
CIRCLE DRIVE
SECTION
Exist STRUCTURAL
GUTTER, SIDEWALK
Exist CURB,
GUTTER, SIDEWALK
Exist CURB,
36'
CL
40'
CAPE SEAL
REGISTERED ENGINEER
CORAL COURT
CARRIAGE COURT
CASTILLE COURT
CORSICA COURT
CARIOCA COURT
CALCUTTA COURT
CORINTH COURT
CAIRO COURT
CADIZ COURT
2/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
DATE
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
2 16
NO SCALE
2%
SECTION
Exist STRUCTURAL
2%GUTTER, SIDEWALK
Exist CURB,
GUTTER, SIDEWALK
Exist CURB,
4'4'
PAVING MAT
2" AC (TYPE B)
X-1
TYPICAL CROSS SECTIONS
36'
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
AC OVERLAY
COLD PLANE (3" Max)
AC OVERLAY
COLD PLANE (3" Max)
CL
40'
CASA WAY
CORNELL AVENUE
CIRCLE DRIVE
SECTION
Exist STRUCTURAL
GUTTER, SIDEWALK
Exist CURB,
GUTTER, SIDEWALK
Exist CURB,
36'
CL
40'
CAPE SEAL
REGISTERED ENGINEER
CORAL COURT
CARRIAGE COURT
CASTILLE COURT
CORSICA COURT
CARIOCA COURT
CALCUTTA COURT
CORINTH COURT
CAIRO COURT
CADIZ COURT
2/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
3 16
L-1
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
LAYOUT
S
T
O
P
S T O P
S T O P
S
T
O
P
STOP
S T O P
S
T
O
P
S T O P
10
10
4
5
15
10
10
50
5
0
5 5
10
6
0
1
0
5
1
1
0
C
I
R
C
L
E
D
R
I
V
E
CASTILLE COURT
CORNELL AVENUE
CORSICA COURT
CASA WAY
C
A
R
RI
A
G
E
C
O
U
R
T
CORAL COURT
C
I
R
C
L
E
D
R
I
V
E
C
A
M
I
N
O
C
O
L
E
G
I
O
SCALE 1" : 50'
MATCH LINE (SHEET L-2)
WITH PAVING MAT
2" Min AC OVERLAY
3
6
'
3
6
'
3
6
'
R
E
D
C
U
R
B
1
5
'
R
E
D
C
U
R
B
1
5
'
DATEREGISTERED ENGINEER
STOP
S
T
O
P
AND REINSTALL
REMOVE Exist MARKING
LEGEND
CAPE SEAL
COLD PLANE (3" Max)
(INSTALL TRUNCATED DOME), UNLESS NOTED
RETROFIT CURB RAMP
LOCATION 1
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
3 16
L-1
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
LAYOUT
S
T
O
P
S T O P
S T O P
S
T
O
P
STOP
S T O P
S
T
O
P
S T O P
10
10
4
5
15
10
10
50
5
0
5 5
10
6
0
1
0
5
1
1
0
C
I
R
C
L
E
D
R
I
V
E
CASTILLE COURT
CORNELL AVENUE
CORSICA COURT
CASA WAY
C
A
R
RI
A
G
E
C
O
U
R
T
CORAL COURT
C
I
R
C
L
E
D
R
I
V
E
C
A
M
I
N
O
C
O
L
E
G
I
O
SCALE 1" : 50'
MATCH LINE (SHEET L-2)
WITH PAVING MAT
2" Min AC OVERLAY
3
6
'
3
6
'
3
6
'
R
E
D
C
U
R
B
1
5
'
R
E
D
C
U
R
B
1
5
'
DATEREGISTERED ENGINEER
STOP
S
T
O
P
AND REINSTALL
REMOVE Exist MARKING
LEGEND
CAPE SEAL
COLD PLANE (3" Max)
(INSTALL TRUNCATED DOME), UNLESS NOTED
RETROFIT CURB RAMP
LOCATION 1
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
4 16
L-2
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
LAYOUT
CALCUTTA COURT
S
T
O
P
S
T
O
P
S T O P
S T O P
S T O P 10101
5
3
5
4
0
10
10
10
6
5
1
1
5
120
C
I
R
C
L
E
D
R
I
V
E
C
A
M
I
N
O
C
O
L
E
G
I
O
CI
R
C
L
E
D
RI
V
E
CARIOCA COURT
CORSICA COURT
C
I
R
C
L
E
D
R
I
V
E
SCALE 1" : 50'
MATCH LINE (SHEET L-3)
MATCH LINE (SHEET L-1)
WITH PAVING MAT
2" Min AC OVERLAY
3
6
'
36'
36'
R
E
D
C
U
R
B
1 5 '
R
E
D
C
U
R
B
1
5
'
DATEREGISTERED ENGINEER
RECONSTRUCT CURB RAMP
RECONSTRUCT CURB RAMP
2 SIGNS AND POSTS
REMOVE & SALVAGE
LEGEND
CAPE SEAL
COLD PLANE (3" Max)
(INSTALL TRUNCATED DOME), UNLESS NOTED
RETROFIT CURB RAMP
LOCATION 1
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
4 16
L-2
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
LAYOUT
CALCUTTA COURT
S
T
O
P
S
T
O
P
S T O P
S T O P
S T O P 10101
5
3
5
4
0
10
10
10
6
5
1
1
5
120
C
I
R
C
L
E
D
R
I
V
E
C
A
M
I
N
O
C
O
L
E
G
I
O
CI
R
C
L
E
D
RI
V
E
CARIOCA COURT
CORSICA COURT
C
I
R
C
L
E
D
R
I
V
E
SCALE 1" : 50'
MATCH LINE (SHEET L-3)
MATCH LINE (SHEET L-1)
WITH PAVING MAT
2" Min AC OVERLAY
3
6
'
36'
36'
R
E
D
C
U
R
B
1 5 '
R
E
D
C
U
R
B
1
5
'
DATEREGISTERED ENGINEER
RECONSTRUCT CURB RAMP
RECONSTRUCT CURB RAMP
2 SIGNS AND POSTS
REMOVE & SALVAGE
LEGEND
CAPE SEAL
COLD PLANE (3" Max)
(INSTALL TRUNCATED DOME), UNLESS NOTED
RETROFIT CURB RAMP
LOCATION 1
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
5 16
L-3
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
LAYOUT
S T O P
S
T
O
P
S T O P
1
5
20
25
10
10
10
3
0
CI
R
C
L
E
D
RI
V
E
CADIZ COURT
C
I
R
C
L
E
D
R
I
V
E
CAIRO COURT
CORINTH COURT
S
O
U
T
H
W
E
S
T
B
L
V
D
MATCH LINE (SHEET L-2)
WITH PAVING MAT
2" Min AC OVERLAY
36'
3
6
'
+55
+
4 4
DETAIL 17
DETAIL 17
WITH PAVING MAT
2" Min AC OVERLAY
DATEREGISTERED ENGINEER
S
T
O
P
S
T
O
P
STOP
S
T
O
P
RECONSTRUCT CURB RAMP
LEGEND
CAPE SEAL
COLD PLANE (3" Max)
(INSTALL TRUNCATED DOME), UNLESS NOTED
RETROFIT CURB RAMP
LOCATION 1SCALE 1" : 50'
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
5 16
L-3
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
LAYOUT
S T O P
S
T
O
P
S T O P
1
5
20
25
10
10
10
3
0
CI
R
C
L
E
D
RI
V
E
CADIZ COURT
C
I
R
C
L
E
D
R
I
V
E
CAIRO COURT
CORINTH COURT
S
O
U
T
H
W
E
S
T
B
L
V
D
MATCH LINE (SHEET L-2)
WITH PAVING MAT
2" Min AC OVERLAY
36'
3
6
'
+55
+
4 4
DETAIL 17
DETAIL 17
WITH PAVING MAT
2" Min AC OVERLAY
DATEREGISTERED ENGINEER
S
T
O
P
S
T
O
P
STOP
S
T
O
P
RECONSTRUCT CURB RAMP
LEGEND
CAPE SEAL
COLD PLANE (3" Max)
(INSTALL TRUNCATED DOME), UNLESS NOTED
RETROFIT CURB RAMP
LOCATION 1SCALE 1" : 50'
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
R
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
6 16
L-4
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
DATEREGISTERED ENGINEERCALA
C
A
RI
D
A
D
C
T.
CA
MINO COLEGIO
CRISTOBAL
R
D
.
V
A
R
D
A
A
L
E
X
I
S
100
1
0
5
LAYOUTEAST COTATI AVE
CIVILST
A
T
E
O
F CALIFORNIA
SCALE 1" : 50'
LEGEND
COLD PLANE (3" Max)
DIGOUT REPAIR WITH
LOCATION 1
C
A
MI
N
O
C
O
L
E
GI
O
E COTATI AVE
100
105
95
95
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
R
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
6 16
L-4
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
DATEREGISTERED ENGINEERCALA
C
A
RI
D
A
D
C
T.
CA
MINO COLEGIO
CRISTOBAL
R
D
.
V
A
R
D
A
A
L
E
X
I
S
100
1
0
5
LAYOUTEAST COTATI AVE
CIVILST
A
T
E
O
F CALIFORNIA
SCALE 1" : 50'
LEGEND
COLD PLANE (3" Max)
DIGOUT REPAIR WITH
LOCATION 1
C
A
MI
N
O
C
O
L
E
GI
O
E COTATI AVE
100
105
95
95
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
7 16
L-5
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
LAYOUT
G
R
A
N
D
V
I
E
W
W
A
Y
SCALE 1" = 20'
LEGEND
INSTALL NEW CURB RAMP
COLD PLANE
WITH PAVING MAT
1.5" Min AC OVERLAY
GENESIS COURT
LOCATION 2
20'
CONFORM
4' Min
CURB RAMP
RECONSTRUCT A1 CURB
RECONSTRUCT CURB & GUTTER
APROX 6 LF
DATEREGISTERED ENGINEER
RECONSTRUCT 4' Conc LANDING
CONTROL CABINET (RELOCATE BY OTHERS)
RELOCATE 1 SIGN
REMOVE 4 LF OF CURB AND GUTTER
REPLACE 1 Conc PANEL ON EACH SIDE
RECONSTRUCT SIDEWALK, CURB & GUTTER
REMOVE OLD RAMP
REPLACE 1 Conc PANEL ON EACH SIDE
RECONSTRUCT SIDEWALK
DIMENSION DETAIL)
(SEE SHEET S-5 FOR
PAVE @ 2% CROSS SLOPE
NEW ADA ACCESS AREA
4' Min
8' Min
GOLIS PARK
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
7 16
L-5
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
LAYOUT
G
R
A
N
D
V
I
E
W
W
A
Y
SCALE 1" = 20'
LEGEND
INSTALL NEW CURB RAMP
COLD PLANE
WITH PAVING MAT
1.5" Min AC OVERLAY
GENESIS COURT
LOCATION 2
20'
CONFORM
4' Min
CURB RAMP
RECONSTRUCT A1 CURB
RECONSTRUCT CURB & GUTTER
APROX 6 LF
DATEREGISTERED ENGINEER
RECONSTRUCT 4' Conc LANDING
CONTROL CABINET (RELOCATE BY OTHERS)
RELOCATE 1 SIGN
REMOVE 4 LF OF CURB AND GUTTER
REPLACE 1 Conc PANEL ON EACH SIDE
RECONSTRUCT SIDEWALK, CURB & GUTTER
REMOVE OLD RAMP
REPLACE 1 Conc PANEL ON EACH SIDE
RECONSTRUCT SIDEWALK
DIMENSION DETAIL)
(SEE SHEET S-5 FOR
PAVE @ 2% CROSS SLOPE
NEW ADA ACCESS AREA
4' Min
8' Min
GOLIS PARK
2/14/20182/14/2018
x
x
x
x
x
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
STOP
S T O P10
50
5
0
5 5
1
0
5
C
A
R
RI
A
G
E
C
O
U
R
T
CORAL COURT
MATCH LINE (SHEET S-2)
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
DATE
Project
DA ROSA
ARTUR
47185
12/31/19
8 16CIRCLE DRIVE REHABILITATION
REGISTERED ENGINEER
S-1
1
0
5
STRIPING
SCALE 1" : 50'
LEGEND
PARKING TICK
INSTALL STRIPING IN RED
NOTE:
LOCATION 1
C
A
M
I
N
O
C
O
L
E
G
I
O
E COTATI AVE
CALA WAY
2/14/20182/14/2018
x
x
x
x
x
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
STOP
S T O P10
50
5
0
5 5
1
0
5
C
A
R
RI
A
G
E
C
O
U
R
T
CORAL COURT
MATCH LINE (SHEET S-2)
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
DATE
Project
DA ROSA
ARTUR
47185
12/31/19
8 16CIRCLE DRIVE REHABILITATION
REGISTERED ENGINEER
S-1
1
0
5
STRIPING
SCALE 1" : 50'
LEGEND
PARKING TICK
INSTALL STRIPING IN RED
NOTE:
LOCATION 1
C
A
M
I
N
O
C
O
L
E
G
I
O
E COTATI AVE
CALA WAY
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
9 16
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
S
T
O
P
S T O P
S T O P
S
T
O
P
STOP
S T O P
S
T
O
P
S T O P
10
10
4
5
15
10
10
50
5
0
5 5
10
6
0
1
0
5
1
1
0
C
I
R
C
L
E
D
R
I
V
E
CASTILLE COURT
CORNELL AVENUE
CORSICA COURT
CASA WAY
C
A
R
RI
A
G
E
C
O
U
R
T
CORAL COURT
C
I
R
C
L
E
D
R
I
V
E
C
A
M
I
N
O
C
O
L
E
G
I
O
SCALE 1" : 50'
MATCH LINE (SHEET S-3)
R
E
D
C
U
R
B
1
5
'
R
E
D
C
U
R
B
1
5
'
DATEREGISTERED ENGINEER
STOP
S
T
O
P
AND REINSTALL
REMOVE Exist MARKING
MATCH LINE (SHEET S-1)
S-2
STRIPING
LEGEND
PARKING TICK
INSTALL STRIPING IN RED
NOTE:
LOCATION 1
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
9 16
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
S
T
O
P
S T O P
S T O P
S
T
O
P
STOP
S T O P
S
T
O
P
S T O P
10
10
4
5
15
10
10
50
5
0
5 5
10
6
0
1
0
5
1
1
0
C
I
R
C
L
E
D
R
I
V
E
CASTILLE COURT
CORNELL AVENUE
CORSICA COURT
CASA WAY
C
A
R
RI
A
G
E
C
O
U
R
T
CORAL COURT
C
I
R
C
L
E
D
R
I
V
E
C
A
M
I
N
O
C
O
L
E
G
I
O
SCALE 1" : 50'
MATCH LINE (SHEET S-3)
R
E
D
C
U
R
B
1
5
'
R
E
D
C
U
R
B
1
5
'
DATEREGISTERED ENGINEER
STOP
S
T
O
P
AND REINSTALL
REMOVE Exist MARKING
MATCH LINE (SHEET S-1)
S-2
STRIPING
LEGEND
PARKING TICK
INSTALL STRIPING IN RED
NOTE:
LOCATION 1
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
10 16
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
CALCUTTA COURT
S
T
O
P
S
T
O
P
S T O P
S T O P
S T O P 10101
5
3
5
4
0
10
10
10
6
5
1
1
5
120
C
I
R
C
L
E
D
R
I
V
E
C
A
M
I
N
O
C
O
L
E
G
I
O
CI
R
C
L
E
D
RI
V
E
CARIOCA COURT
CORSICA COURT
C
I
R
C
L
E
D
R
I
V
E
SCALE 1" : 50'
MATCH LINE (SHEET S-4)
MATCH LINE (SHEET S-2)
R
E
D
C
U
R
B
1 5 '
R
E
D
C
U
R
B
1
5
'
DATEREGISTERED ENGINEER
1
1
5
S-3
STRIPING
LEGEND
PARKING TICK
INSTALL STRIPING IN RED
NOTE:
LOCATION 1
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
10 16
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
CALCUTTA COURT
S
T
O
P
S
T
O
P
S T O P
S T O P
S T O P 10101
5
3
5
4
0
10
10
10
6
5
1
1
5
120
C
I
R
C
L
E
D
R
I
V
E
C
A
M
I
N
O
C
O
L
E
G
I
O
CI
R
C
L
E
D
RI
V
E
CARIOCA COURT
CORSICA COURT
C
I
R
C
L
E
D
R
I
V
E
SCALE 1" : 50'
MATCH LINE (SHEET S-4)
MATCH LINE (SHEET S-2)
R
E
D
C
U
R
B
1 5 '
R
E
D
C
U
R
B
1
5
'
DATEREGISTERED ENGINEER
1
1
5
S-3
STRIPING
LEGEND
PARKING TICK
INSTALL STRIPING IN RED
NOTE:
LOCATION 1
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
11 16
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
S T O P
S
T
O
P
S T O P
1
5
20
25
10
10
10
3
0
CI
R
C
L
E
D
RI
V
E
CADIZ COURT
C
I
R
C
L
E
D
R
I
V
E
CAIRO COURT
CORINTH COURT
S
O
U
T
H
W
E
S
T
B
L
V
D
SCALE 1" : 50'
MATCH LINE (SHEET S-3)
+55
+
4 4
DETAIL 17
DETAIL 17
DATEREGISTERED ENGINEER
S
T
O
P
S
T
O
P
STOP
S
T
O
P
S-4
STRIPING
LEGEND
PARKING TICK
INSTALL STRIPING IN RED
NOTE:
LOCATION 1
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
11 16
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
S T O P
S
T
O
P
S T O P
1
5
20
25
10
10
10
3
0
CI
R
C
L
E
D
RI
V
E
CADIZ COURT
C
I
R
C
L
E
D
R
I
V
E
CAIRO COURT
CORINTH COURT
S
O
U
T
H
W
E
S
T
B
L
V
D
SCALE 1" : 50'
MATCH LINE (SHEET S-3)
+55
+
4 4
DETAIL 17
DETAIL 17
DATEREGISTERED ENGINEER
S
T
O
P
S
T
O
P
STOP
S
T
O
P
S-4
STRIPING
LEGEND
PARKING TICK
INSTALL STRIPING IN RED
NOTE:
LOCATION 1
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
DATE
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
12 16
S-5
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
9'9'9'9'9'9'9'9'9'9'9'9'9'9'9'
9'9'9'9'9'9'9'9'9'9'9'9'9'9'9'
1
9
'
10'10'10.510.5
1
9
'
1
9
'
Mi
n
2
1.
5'
G
R
A
N
D
V
I
E
W
W
A
Y
SCALE 1" = 20'
LEGEND
R7-8b
R99 (CA)
R99 (CA)
GENESIS COURT
STRIPING
LOCATION 2
NOTE
4'9
'
U BIKE RACK
TOTAL 9 EACH
INSTALLED AT 3' OC
U BIKE RACK SHALL BE REGISTERED ENGINEER
S
I
G
N
,
2
F
A
C
E
SOUTH FACING: G93C (CA)
NORTH FACING: MOTORCYCLE PARKING;
2 FACE SIGN
ONLY
PARKING
MOTORCYCLE
TO NEW LOCATION (NEW ADA PARKING)
RELOCATE SIGN
WHEEL STOP
10'9'12'5'5'9'9'
STRIPE PARKING LINES & ISO
GOLIS PARK
2/14/20182/14/20182/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
DATE
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
12 16
S-5
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
9'9'9'9'9'9'9'9'9'9'9'9'9'9'9'
9'9'9'9'9'9'9'9'9'9'9'9'9'9'9'
1
9
'
10'10'10.510.5
1
9
'
1
9
'
Mi
n
2
1.
5'
G
R
A
N
D
V
I
E
W
W
A
Y
SCALE 1" = 20'
LEGEND
R7-8b
R99 (CA)
R99 (CA)
GENESIS COURT
STRIPING
LOCATION 2
NOTE
4'9
'
U BIKE RACK
TOTAL 9 EACH
INSTALLED AT 3' OC
U BIKE RACK SHALL BE REGISTERED ENGINEER
S
I
G
N
,
2
F
A
C
E
SOUTH FACING: G93C (CA)
NORTH FACING: MOTORCYCLE PARKING;
2 FACE SIGN
ONLY
PARKING
MOTORCYCLE
TO NEW LOCATION (NEW ADA PARKING)
RELOCATE SIGN
WHEEL STOP
10'9'12'5'5'9'9'
STRIPE PARKING LINES & ISO
GOLIS PARK
2/14/20182/14/20182/14/20182/14/2018
N
8
9
°2
3
'
4
0
"
E
COMMERCE BOULEVARD
122+00
123+00
124+00125+00126+00127+00
R
O
H
N
E
R
T
P
A
R
K
E
X
P
R
E
S
S
W
A
Y
C
L
E
A
R
K
E
E
P
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
DATE
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
13 16
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
REGISTERED ENGINEER
S-6
STRIPING
LOCATION 3
EXTENSIONS)
(ALL LANE LINE
REMOVE AND REINSTALL 40
INSTALL STRIPING IN RED
NOTE:
SCALE 1" : 50'
2/14/20182/14/2018
N
8
9
°2
3
'
4
0
"
E
COMMERCE BOULEVARD
122+00
123+00
124+00125+00126+00127+00
R
O
H
N
E
R
T
P
A
R
K
E
X
P
R
E
S
S
W
A
Y
C
L
E
A
R
K
E
E
P
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
DATE
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
13 16
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
REGISTERED ENGINEER
S-6
STRIPING
LOCATION 3
EXTENSIONS)
(ALL LANE LINE
REMOVE AND REINSTALL 40
INSTALL STRIPING IN RED
NOTE:
SCALE 1" : 50'
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
14 16
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
DATEREGISTERED ENGINEER
15'15'
15
'
120
'
15'15'
SCALE 1" : 50'
S-7
STRIPING
LOCATION 3
AVRAM AVE
C
O
M M E
R
C
E
B
L
V
D
SANTA ALICIA DR
LEGEND
PARKING TICK
INSTALL STRIPING IN RED
NOTE:
CITY HALL
100
1
0
0
105
110 100
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
14 16
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
DATEREGISTERED ENGINEER
15'15'
15
'
120
'
15'15'
SCALE 1" : 50'
S-7
STRIPING
LOCATION 3
AVRAM AVE
C
O
M M E
R
C
E
B
L
V
D
SANTA ALICIA DR
LEGEND
PARKING TICK
INSTALL STRIPING IN RED
NOTE:
CITY HALL
100
1
0
0
105
110 100
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
15 16
NO SCALE
C-1
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
DATEREGISTERED ENGINEER
TYPICAL LONGITUDINAL CONFORM DETAIL
COLD PLANE AC
20' TRANSITION
2" AC
C
O
N
F
O
R
M
TAPER
Exist AC PAVEMENT
4' CONCRETE LANDING DETAIL
4'
4
'
SAW CUT
Exist CURB & GUTTER
E
x
i
s
t
S
I
D
E
W
A
L
K
ONLY
12"
1
8
"
MOTORCYCLE
PARKING
MOTORCYCLE PARKING SIGN DETAIL
15'15'22'
8
'
AVRAM AVE PARKING TICK MARK DETAIL
15'15'22'
8
'
CAMINO COLEGION PARKING TICK MARK DETAIL
Exist CURB
Exist BIKE LANE LINE
1' Min
NOTE: GRIND OFF 1' Min NEXT TO TICK MARK
12"12"4"
1
2
"
1
2
"
4
"
CONSTRUCTION DETAILDIMENSION DETAIL
PARKING TICK MARK
1
8
"
PAVEMENT 3" Min
Exist Dwy
Exist UTILITY & COVER
CHIP SEAL
MICROSURFACING
CAPE SEAL TREATMENT NEAR TO UTILITY COVERS DETAIL
6"6"
CHIP SEAL
MICROSURFACING
Exist UTILITY & COVER
TOP VIEW
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
15 16
NO SCALE
C-1
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
DATEREGISTERED ENGINEER
TYPICAL LONGITUDINAL CONFORM DETAIL
COLD PLANE AC
20' TRANSITION
2" AC
C
O
N
F
O
R
M
TAPER
Exist AC PAVEMENT
4' CONCRETE LANDING DETAIL
4'
4
'
SAW CUT
Exist CURB & GUTTER
E
x
i
s
t
S
I
D
E
W
A
L
K
ONLY
12"
1
8
"
MOTORCYCLE
PARKING
MOTORCYCLE PARKING SIGN DETAIL
15'15'22'
8
'
AVRAM AVE PARKING TICK MARK DETAIL
15'15'22'
8
'
CAMINO COLEGION PARKING TICK MARK DETAIL
Exist CURB
Exist BIKE LANE LINE
1' Min
NOTE: GRIND OFF 1' Min NEXT TO TICK MARK
12"12"4"
1
2
"
1
2
"
4
"
CONSTRUCTION DETAILDIMENSION DETAIL
PARKING TICK MARK
1
8
"
PAVEMENT 3" Min
Exist Dwy
Exist UTILITY & COVER
CHIP SEAL
MICROSURFACING
CAPE SEAL TREATMENT NEAR TO UTILITY COVERS DETAIL
6"6"
CHIP SEAL
MICROSURFACING
Exist UTILITY & COVER
TOP VIEW
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
DATE
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
16 16
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
REGISTERED ENGINEER
Q-1
QUANTITY
2/14/20182/14/2018
x
x
x
x
x
SHEET
No.
TOTAL
SHEETS
No.
Exp.
CIVIL
R
E
G
I
S
T
E
R EDPROFESS
I
O
N
A L
E
N
G
I
N
E
E
RST
A
T
E
O
F CALIFORNIA
C
H
E
C
K
E
D
B
Y
D
E
S
I
G
N
E
D
B
Y
C
A
L
C
U
L
A
T
E
D
-
R
E
V
I
S
E
D
B
Y
D
A
T
E
R
E
V
I
S
E
D
DATE
RELATIVE BORDER SCALE
IS IN INCHES
0 1 2 3
C
I
T
Y
O
F
R
O
H
N
E
R
T
P
A
R
K
,
C
A
L
I
F
O
R
N
I
A
Project
DA ROSA
ARTUR
47185
12/31/19
C
I
T
Y
E
N
G
I
N
E
E
R
M
A
R
Y
G
R
A
C
E
P
A
W
S
O
N
A
J
D
16 16
C
I
R
C
L
E
D
R
I
V
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
CIRCLE DRIVE REHABILITATION
REGISTERED ENGINEER
Q-1
QUANTITY
2/14/20182/14/2018
CITY OF ROHNERT PARK
CONTRACT DOCUMENTS, SPECIAL PROVISIONS AND
STANDARD SPECIFICATIONS
FOR
CIRCLE DRIVE REHABILITATION
PROJECT NO. 2017-16
Prepared by
City of Rohnert Park-
Development Services / Engineering
130 Avram Avenue, Second Floor
Rohnert Park, CA 94928
(707) 588-2232
CITY COUNCIL
Mayor Pam Stafford
Vice-Mayor Joseph Callinan
Council Member Amy Ahanotu
Council Member Gina Belforte
Council Member Jake Mackenzie
City Manager Darrin Jenkins
City Engineer Mary Grace Pawson
Bid Open: Thursday, March 15, 2018
Schedule Duration: 45 Working Days
License Requirement: A or C-32
Approved by: _____________________________________________
Deputy City Engineer
Exhibit B
LA #4834-0043-9827 v1
TABLE OF CONTENTS
Page
PART 1 - BID DOCUMENTS
Invitation for Sealed Bids 1-1
Instructions to Bidders 1-2
Bidder's Proposal 1-6
Schedule of Bid Prices 1-8
Bidder’s Qualification Form 1-10
List of Subcontractors 1-11
Bid Bond 1-12
Noncollusion Declaration 1-13
Declaration of Eligibility to Contract 1-14
Sample Contract 1-15
Insurance 1-22
Sample Certificate of Insurance and Endorsements 1-23
PART 2 - SPECIAL PROVISIONS
Paragraph Page
Project Owner 2.01 2-1
Location and Description of Work 2.02 2-1
Insurance 2.03 2-1
Bonds 2.04 2-6
Liquidated Damages 2.05 2-6
Withdrawals of Proposals 2.06 2-6
Drawings and Specifications 2.07 2-6
Cooperation and Collateral Works 2.08 2-7
Protection and Restoration of Existing Improvements 2.09 2-7
Permits and Licenses 2.10 2-7
Approved Debris Haulers 2.11 2-7
Field Review Prior to Bidding 2.12 2-8
Testing 2.13 2-8
Project Identification Sign 2.14 2-8
Notification 2.15 2-8
Submittal Requirements 2.16 2-9
Staging Area 2.17 2-9
Progress Meetings 2.18 2-9
Water Pollution BMP 2.19 2-9
LA #4834-0043-9827 v1
PART 3–STANDARD SPECIFICATIONS
SECTION 1 - DEFINITIONS AND TERMS
Paragraph Page
Definitions and Terms ............................................................................................. n/a 3-1
SECTION 2 - PROPOSAL REQUIREMENTS AND CONDITIONS
Intent ........................................................................................................................ 2.1 3-4
SECTION 3 - AWARD AND EXECUTION OF CONTRACT
Award of Contract ....................................................................................... .......... 3.1 3-5
Bid Protests ................................................................... ......................................... 3.2 3-5
Return of Proposal Guarantees ............................................................................... 3.3 3-6
Bonds ................................................................................. ..................................... 3.4 3-6
Execution of Contract ........................................................................ .................... 3.5 3-7
Failure to Execute Contract..................................................................................... 3.6 3-7
SECTION 4 - SCOPE OF WORK
Work to be Done by Contractor .................................................................. .......... 4.1 3-8
Final Clean-Up ............................................................................................ .......... 4.2 3-8
Changes in the Contract - Effect Between Parties ...................................... .......... 4.3 3-8
Maintenance of Detours .............................................................................. .......... 4.4 3-11
Use of Materials Found on the Work .......................................................... .......... 4.5 3-12
SECTION 5 - CONTROL OF THE WORK
Authority of City Engineer ....................................................................... ............. 5.1 3-13
Plans..................................................................................................... ................... 5.2 3-13
Conformity with Plans ................................................................................ .......... 5.3 3-13
Working Drawings ...................................................................................... .......... 5.4 3-13
Coordination of Plans, Specifications, and Special Provisions .................. .......... 5.5 3-14
Interpretation of Plans and Specifications .................................................. .......... 5.6 3-14
Superintendence .......................................................................................... .......... 5.7 3-14
Lines, Grades and Measurements ............................................................... .......... 5.8 3-15
Inspection .................................................................................................... ........... 5.9 3-15
Unauthorized Work and Defective Work or Materials ............................... ......... 5.10 3-16
Methods and Equipment ............................................................................. .......... 5.11 3-17
Final Inspection and Acceptance ................................................................ .......... 5.12 3-17
Clean-Up Work ........................................................................................... .......... 5.13 3-17
SECTION 6 - CONTROL OF MATERIALS
City-Furnished Materials ........................................................................ ............... 6.1 3-19
Materials to be Furnished by the Contractor ............................................... ......... 6.2 3-19
Source of Supply and Quality of Materials ................................................. ......... 6.3 3-20
Water and Electric Power ........................................................................... ........... 6.4 3-20
Materials and Workmanship ....................................................................... .......... 6.5 3-20
Storage of Materials .................................................................................... .......... 6.6 3-20
Samples and Specimens .............................................................................. .......... 6.7 3-21
Trade Names and Alternatives .................................................................... .......... 6.8 3-21
Removal of Equipment or Materials ........................................................... .......... 6.9 3-21
LA #4834-0043-9827 v1
Testing of Materials .................................................................................... ........... 6.10 3-21
SECTION 7 - LEGAL RELATIONS AND RESPONSIBILITY
Laws to be Observed ................................................................................... .......... 7.1 3-22
Permits ........................................................................................................ ........... 7.2 3-22
Patent Claims .............................................................................................. ........... 7.3 3-22
Sanitary Provisions ..................................................................................... ........... 7.4 3-23
Right of Way and Right of Access .............................................................. ......... 7.5 3-23
Public Convenience and Access ................................................................. .......... 7.6 3-23
Storage of Materials in Public Streets, Roads or Highways ....................... ......... 7.7 3-24
Public Safety ............................................................................................... ........... 7.8 3-24
Street Closures, Detours, Barricades ..................................................................... 7.9 3-24
Use of Explosives ....................................................................................... ........... 7.10 3-25
Preservation of Property ............................................................................. ........... 7.11 3-25
Preservation of Monuments ........................................................................ .......... 7.12 3-26
Safeguarding Excavations and Structures ................................................... ......... 7.13 3-26
Emergencies and Responsibility for Damage ............................................. .......... 7.14 3-26
Disposal of Material Outside of City's Right of Way ............................. ............. 7.15 3-27
Contractor's Responsibility for Work ......................................................... .......... 7.16 3-27
City Engineer Cannot Waive Obligations ................................................. ........... 7.17 3-28
Rights in Land Improvements ..................................................................... .......... 7.18 3-28
Personal Liability ........................................................................................ ........... 7.19 3-28
Repair of Equipment ................................................................................... .......... 7.20 3-28
Contractor's Legal Address ......................................................................... .......... 7.21 3-29
Cooperation and Collateral Works .............................................................. .......... 7.22 3-29
Utilities ........................................................................................................ ........... 7.23 3-29
SECTION 8 - PROSECUTIONS AND PROGRESS
Subcontracts ................................................................................................ ........... 8.1 3-33
Assignment .................................................................................................. .......... 8.2 3-33
Progress of the Work .................................................................................. ........... 8.3 3-33
Character of Workmen ................................................................................ .......... 8.4 3-33
Temporary Suspension of Work ................................................................. .......... 8.5 3-34
Time of Essence, Liquidated Damages, Extension of Time by City ...... ............. 8.6 3-34
Default By Contractor.. ....... 8.7 3-35
Work At Night ......................................................................................................... 8.8 3-36
Maximum Length of Open Trench ............................................................. .......... 8.9 3-36
Limited Acceptance of Work ...................................................................... .......... 8.10 3-36
SECTION 9 - MEASUREMENT AND PAYMENT
Measurement for Payment .......................................................................... .......... 9.1 3-38
Scope of Payment ....................................................................................... ........... 9.2 3-38
Deductions from Payments ......................................................................... .......... 9.3 3-38
Schedule of Values...................................................................................... ........... 9.4 3-39
Payments and Monthly Estimates ............................................................... .......... 9.5 3-39
Payment for Extra Work ....................................................................................... 9.6 3-40
Final Payment ............................................................................. ........................... 9.7 3-40
SECTION 10 - CLAIMS BY CONTRACTOR
Obligation to File Claims for Disputed Work....................................................... 10.1 3-42
Form and Content of Claim .................................................................................... 10.2 3-42
LA #4834-0043-9827 v1
Informal Conference after Claim Submission..................................................... .. 10.3 3-43
Mediation..................................................... ........................................................... 10.4 3-43
Other Matters..................................................... ..................................................... 10.5 3-44
Compliance with Statutory Procedures..................................................... ............. 10.6 3-45
PART 4 – TECHNICAL SPECIFICATIONS
Mobilization .............................................................................................. ............. 11.1 4-1
Traffic Control ......................................................................................................... 11.2 4-1
Existing Highway Facilities .................................................................................... 11.3 4-2
Cape Seal ................................................................................................................. 11.4 4-3
Asphalt Concrete ..................................................................................................... 11.5 4-15
Digout Repair .......................................................................................................... 11.6 4-17
Paving Mat ............................................................................................................... 11.7 4-17
Miscellaneous Concrete Construction .................................................................... 11.8 4-17
Thermoplastic Pavement Striping and Markings ................................................... 11.9 4-18
Pavement Markers ................................................................................................... 11.10 4-19
Bicycle Rack ............................................................................................................ 11.11 4-20
Raise Utility Cover .................................................................................................. 11.12 4-21
Signs ......................................................................................................................... 11.13 4-21
Paint Red Curb ........................................................................................................ 11.14 4-21
Wheel Stop ............................................................................................................... 11.15 4-22
PART 5 – DRAWINGS
LA #4834-0043-9827 v1
PART 1 - BID DOCUMENTS
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-1
LA #4834-0043-9827 v1
INVITATION FOR SEALED BIDS
CIRCLE DRIVE REHABILITATION
PROJECT NO. 2017-16
Notice is hereby given that on March 15, 2018, at 2:00 pm at 130 Avram Avenue, Rohnert Park, California, the
City of Rohnert Park will receive and open sealed bids for the Circle Drive Rehabilitation Project No. 2017-08.
Bids must be received by Development Services before 2:00:00 PM on Thursday, March 15, 2018, based on the
Official Bid Clock displayed in the area where bids are submitted on the Second Floor of City Hall. The work is
described generally as AC Overlay with Paving Mat, Digout Repair, Cape Seal, and Pavement Re-striping. The
Contractor must have a valid California contractor's license, a Class A or C-32. The Engineer’s estimate for this
project is $1,170,000.
Under California Labor Code section 1770 et seq., copies of the determination of the Director of the Department of
Industrial Relations of the general prevailing rate of per diem wages for each craft, classification and type of
workman needed to execute the work are on file in and available to any interested person on request at the
Department of Public Works, or on the Internet at http://www.dir.ca.gov/dlsr/PWD/index.htm, and are incorporated
herein. (Labor Code § 1773.2.) Prevailing wage determinations will also be posted at each job site.
SB 854 (Stat. 2014, Chapter 28) establishes that no contractor or subcontractor may be listed on a bid proposal for
a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes
only under Labor Code section 1771.1(a]. No contractor or subcontractor may be awarded a contract for public
work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of
Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and
enforcement by the Department of Industrial Relations. All contractors and subcontractors must furnish electronic
certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement).
Per California Civil Code Section 3247, a performance bond in the amount of 100% of the bid total will be required
from the successful bidder for bids exceeding $25,000. The bond must be provided within fourteen (14) calendar
days from notice of award and prior to the performance of any work.
For any moneys earned by the Contractor and withheld by the City of Rohnert Park to ensure the performance of
the contract, the Contractor may, at their request and sole expense, substitute certain securities equivalent to the
amount withheld in the form and manner and subject to the terms and conditions provided in the California Public
Contracts Code Section 22300.
This notice incorporates by reference the terms, conditions and requirements of the specifications approved by the
City, any and all changes or amendments to the specifications and special instructions or special notice issued to or
given to prospective bidders.
The City of Rohnert Park makes no representation or warranty of the condition of the jobsite. All prospective
bidders are requested to carefully review the plans and specifications and to examine and conduct tests or otherwise
satisfy themselves as to the conditions at the project site, subject to coordination with the office of the Rohnert Park
City Engineer.
Bids will be publicly opened, examined and declared on said day and hour and referred to and considered by the
City Council at a future City Council meeting. Each bid must be submitted on the bid forms furnished by the City,
and each bid must include all the items shown on these forms. Substitute forms may be used if specified in this
Notice.
A copy of the drawings and specifications may be obtained from the Draft Tech Blueprint, 1544 Terrace Way, Santa
Rosa, CA 95404, telephone: 707-578-9442. The cost for each set of plan and specifications shall be the cost of
reproduction set by Draft Tech Blueprint. All bidders must purchase a complete set in order to be considered
responsive and to receive addenda notification.
Posted Date: February 16, 2018 /s/ JOANNE M. BUERGLER
Published Date: February 16, 2018 City Clerk of the City of Rohnert Park
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-2
LA #4834-0043-9827 v1
INSTRUCTIONS TO BIDDERS
The bidder must file its bid with the City Engineer of the City of Rohnert Park, California, using the copy of
the Bidder's Proposal and Schedule of Bid Prices furnished with the specifications. These documents must
be placed in a sealed envelope marked,
CIRCLE DRIVE REHABILITATION
PROJECT NO. 2017-16
and addressed to the City Engineer of the City of Rohnert Park, California. Said sealed bids must be delivered
to the office of the City Engineer of said City located at City Hall, 130 Avram Avenue, Second Floor, Rohnert
Park, California, before 2:00:00 PM on Thursday, March 15, 2018, based on the Official Bid Clock displayed
in the area where bids are submitted. The bidder must not file the book of Special Provisions or the Contract
Drawings with his bid.
The bidders attention is directed to the schedule of bid prices that requires this project be bid as a fixed bid,
contract.
Bid Forms. The City will furnish to each bidder one additional bound set of Standard Proposal Forms which,
when filled out and executed, must be submitted as its proposal. Each proposal must conform and be
responsive to the Invitation, the Plans, Specifications and Contract documents.
Prices. All proposals must give the prices proposed, both in writing and in figures in the respective spaces
provided, and must be signed by the bidder, who must fill out all blanks in the proposal form as therein
required.
Rejection of Bids. Proposals may be rejected if they show any alterations of form, additions not called for,
conditional proposals, incomplete proposals, erasures, or irregularities of any kind, excepting that erasures or
delineations in the proposal will be accepted providing they are initialed by the signator of the proposal.
When proposals are signed by an agent, other than the officer or officers of a corporation authorized to sign
Contracts on its behalf or a member of a co-partnership, a Power of Attorney must be on file with the City
prior to opening proposals or must be submitted with the proposal; otherwise, the proposal may be rejected
as irregular and unauthorized.
Bid Security. All proposals must be presented under sealed cover and accompanied by one of the following
forms of bidder's security: Cashier's check, certified check, or a bidder's bond executed by an admitted surety
insurer authorized to transact business in this State, made payable to the City. Said bidder's bond submitted
must be the City's bid bond or a bid bond approved in advance by the City Attorney. The security must be in
an amount equal to at least 10 percent of the amount proposal. A proposal must not be considered unless one
of the forms of bidder's security is enclosed with it. A bidder's bond will not be accepted unless it has been
properly filled out and executed by the surety and by the bidder.
Withdrawal of Bid. Any bid may be withdrawn at any time prior to the time fixed in the public notice for
the opening of proposals only by written request for the withdrawal of bid filed with the City Engineer. The
request must be executed by the bidder or its duly authorized representative. The withdrawal of a bid does
not prejudice the right of the bidder to file a new bid. This article does not authorize the withdrawal of any
bid after the time fixed in the public notice for the opening of bids.
Means of Submittal. Proposals submitted by facsimile and proposals failing to reach the office of the City
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-3
LA #4834-0043-9827 v1
prior to the date and time set for receipt of same will not be considered.
Opening. Bids will be opened and read at the time and place indicated in the Invitation for Sealed Bids.
Bidders and the public are invited to be present.
Multiple Proposals. More than one proposal from an individual, a firm or partnership, a corporation or an
association under the same or different names, will not be considered. Reasonable grounds for believing that
any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all
proposals in which such bidder is interested. If there is reason for believing that collusion exists among the
bidders, none of the participants in such collusion will be considered in future proposals. Proposals in which
the prices obviously are unbalanced may be rejected.
License Requirement. No proposal will be accepted from a Contractor who is not licensed in accordance
with law under the provisions of Division III, Chapter 9, of the Business and Professions Code of the State
of California, or from a Contractor that has been deemed irresponsible or unresponsive by the City Council.
Subcontractors. Subcontractors listed by the bidder in accordance with the Special Provisions included
herein must be properly licensed under the laws of the State of California for the type of work which they are
to perform.
All bidders are hereby notified that they will be required to comply strictly with the provisions of Sections
4100 to 4113, inclusive, of the Government Code of the State of California.
Each bidder must file with its proposal the name and location of place of business of each Subcontractor who
will perform a portion of the Contract work in an amount in excess of one-half of one percent of the total
Contract price. In each such instance, the nature and extent of the work to be sublet must be described.
The General Contractor to whom the Contract is awarded will not be permitted, without the written consent
of the City, to substitute any person as Subcontractor in place of the Subcontractor designated in the original
proposal, or to permit any Subcontract to be assigned or transferred, or to allow it to be performed by anyone
other than the original Subcontractor. The City may consent to the substitution of another person as
Subcontractor if the original Subcontractor, after having reasonable opportunity so to do, fails or refuses to
execute the written Contract presented to it by the General Contractor, when said written Contract is based
upon the conditions of the general Contract and complies with the Subcontractor's written proposal.
The failure of the Contractor to specify a Subcontractor for any portion of the Contract work in excess of one-
half of one percent of the total Contract price, must be deemed to indicate that the Contractor intends to
perform such portion itself. The subletting or Subcontracting of work for which no Subcontractor was
designated in the original proposal and which is in excess of one-half of one percent of the total Contract
price will be allowed only with the written consent of the City and then only in cases of public emergency or
necessity as determined by said City. Under such circumstances, the City is required to establish the facts
constituting the emergency or necessity and reduce its findings to a written public record.
Violations of the provisions of these specified sections of the Code must be deemed to be a violation of the
Contract, and the City, because of any such violations, must have the right to cancel the Contract. The
Contractor, after any such violations, must be penalized to the extent of 20 percent of the amount of the
Subcontract involved.
Material. The bidder may be required to furnish, as part of the submittal process, a complete statement of
the origin, composition, and manufacture of any or all materials to be used in the construction of the work,
together with samples. Such samples may be subjected to the tests provided for in these specifications or in
the Special Provisions to determine their quality and fitness for the work.
Additional Requirements. The bidder's attention is directed to Section 3 of the General Provisions for
additional proposal requirements and conditions, and information regarding award and execution of the
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-4
LA #4834-0043-9827 v1
contract. Contractor submitting a bid to the City of Rohnert Park, a public entity, must state, under penalty
of perjury, the contractor's license number and the license's expiration date. This information must be entered
in the Schedule of Bid Prices. No contractor or subcontractor may be awarded a contract for public work on
a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5.
Explanations and Addenda. Any explanation desired by the bidders regarding the meaning or interpretation
of the drawings and specifications must be requested in writing and in sufficient time to allow for a written
reply to reach them and all other potential bidders before the date and time for submission of bids. Oral
explanation or instructions given before award of the contract will not be binding. Any interpretations made
will be in the form of an addendum to the specifications or drawings and will be furnished to all bidders and
its receipt by the bidder must be acknowledged. Any explanation that makes a material change, addition, or
deletion to the terms of the Invitation for Sealed Bids shall be issued no less than 72 hours before the date and
time for submission of bids. If an explanation making a material change, addition, or deletion must be issued
less than 72 hours before the scheduled date and time for submission of bids, the date and time for submission
shall be extended so that a full 72 hours is provided for analysis of the change, addition, or deletion.
Quantity of Work. The quantity of work for the unit price items to be done under the contract as noted in
the Bid Schedule is but an estimate and is not to be taken as an expressed or implied statement that the actual
quantity of work will correspond to the estimate. The right is reserved to increase or decrease, or to entirely
eliminate items from the work if found desirable or expedient. The Contractor will be allowed no claims for
anticipated profits, loss of profits, or for any damages of any sort because of any difference between the
estimated and the actual quantities of work done.
The quantities given in the schedule, for unit price items, are for comparing proposals and may vary from the
actual final quantities. Some quantities may be increased and others may be decreased or entirely eliminated,
and no claim must be made against the City for damage occasioned thereby or for loss of anticipated profits,
the Contractor being entitled only to compensation for the actual work done at the unit prices proposal.
The City reserves and must have the right to increase or decrease the quantities of work to be performed under
a scheduled unit item or to entirely omit the performance thereof and upon decision of the City to so do, the
City Engineer will direct the Contractor to proceed with the said work as so modified. If an increase in the
quantity of work so ordered should result in delay to the work, the Contractor will be given an equivalent
extension of time.
All estimates and all measurements used in determining the quantities of unit price items of work done, the
percentage of completion of lump sum items of work, and the quantity of materials furnished under the
Contract at various times during the progress of the work must be the Engineer's estimates and measurements.
The planimeter must be considered an instrument of precision adapted to the measurements of all areas.
Insurance. The bidder’s attention is drawn to Section 2.02 of the Special Provisions, Location and
Description of Work, and to Section 2.03B of the Special Provisions, Minimum Limits of Insurance.
Inspection of Site. The bidder must examine carefully the site of the work contemplated and the proposal,
plans, specifications, and the Contract form therefor. It will be assumed that the bidder 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 these specifications, the special
provisions, and the Contract.
Where investigation of subsurface conditions has been made by the City in respect to foundation or other
design, bidders may inspect the records of the City as to such investigation, including examination of samples,
if available. When the Plans include a log of test borings showing a record of the data obtained by the City's
investigation of subsurface conditions, said log represents only the opinion of the City as to the character of
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-5
LA #4834-0043-9827 v1
material encountered by it in its test borings and is only included for the convenience of bidders.
Investigations of subsurface conditions are made for the purpose of design. The City assumes no
responsibility whatever in respect to the sufficiency or accuracy of borings or of the log of test borings or
other preliminary investigations, or of the interpretation thereof, and there is no guaranty, either expressed or
implied, that the conditions indicated are representative of those existing throughout the work, or any part of
it, or that unlooked for developments may not occur.
Making such information available to the bidders is not to be construed in any way as a waiver of the
provisions of the first paragraph of this article and bidders must satisfy themselves through their own
investigations as to conditions to be encountered.
No information derived from such inspection of the records of preliminary investigations made by the City
or from the maps, plans, specifications, profiles or drawings will in any way relieve the Contractor from any
risk from properly fulfilling all the terms of the Contract.
Records of such preliminary investigations as may have been made by the City may be inspected at the office
of the Engineer.
Pre-construction Meeting. At the pre-construction meeting, the successful bidder must submit a CPM
progress schedule which will show the time he/she proposes to occupy in prosecuting the various major
divisions of work and his/her proposed sequence of operations. The CPM progress schedule must be subject
to the approval of the City Engineer.
Adjustment of Schedule. If at any time the construction schedule is inadequate to secure completion of the
work within the time specified, and the work is being prosecuted inadequately or improperly, the Engineer
must have the right to require the Contractor to submit a revised progress schedule, providing for proper and
timely completion of the work.
The Contractor must not be entitled to additional compensation on account of revisions required by the City.
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-6
LA #4834-0043-9827 v1
BIDDER'S PROPOSAL
CIRCLE DRIVE REHABILITATION
PROJECT NO. 2017-16
To: City Council, City of Rohnert Park
The undersigned hereby declares:
(a) That the only persons or parties interested in this proposal as principals are the following:
________________________________________________________________________.
(If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer,
and manager. If a co-partnership, give the name under which the co-partnership does business, and the names
and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.)
(b) That this proposal is made without collusion with any other person, firm, or corporation.
(c) That he/she has carefully examined the locations of the proposed work, and has familiarized himself/herself with
all of the physical and climatic conditions, and makes this bid solely upon his/her own knowledge.
(d) That he/she has carefully examined the drawings and specifications and makes this proposal in accordance
therewith.
(e) That, if this bid is accepted, he/she agrees to enter into an agreement with City in the form included in the
Contract Documents to complete all work as specified in the Contract for the contract price and within the
contract time indicated in this bid and in accordance with the Contract Documents.
(f) That this bid will remain open and not be withdrawn for the period specified in the Instructions to Bidders.
(g) That he/she has read the insurance requirements in Section 2.03, Insurance in the Special Provisions section of
this bid document;
(h) That he/she has conferred with his/her insurance carriers or brokers to determine in advance of the bid submission
the availability of insurance certificates and endorsements as prescribed and provided herein;
(i) That if the bid is accepted, he/she will enter into a written contract and within fifteen (15) calendar days furnish
the required proof of insurance including certificates and endorsements;
(j) That failure to comply strictly with the insurance requirements may result in forfeiture of the bid security and
withdrawal of the bid proposal.
(k) That he/she is properly licensed in accordance with California Business and Professions Code section 7000 et
seq. Bidder acknowledges that if the bidder is not properly licensed at the time the bid is awarded or as
otherwise required by law, the bid will be considered non-responsive and will be rejected.
(l) That he/she and any subcontractor relied on by him/her will 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 the contractor or subcontractor in connection with the public work, as more fully set forth in the
Contract. All contractors and subcontractors must furnish electronic certified payroll records directly to the
Labor Commissioner (aka Division of Labor Standards Enforcement).
(m) That in compliance with the Subletting and Subcontracting Fair Practices Act, California Public Contracts
Code section 4100 et seq., he/she has listed on the attached “List of Subcontractors” each subcontractor who
will perform work or labor or render service to the bidder in or about the construction of the work or will
specifically fabricate and install a portion of the work in an amount in excess of one half of one percent (0.5%)
of the total bid sum or in the case of bids or offers for the construction of streets or highways, including
bridges, in excess of one-half of one percent (0.5%) of the total bid or $10,000, whichever is greater, and that
no subcontractors may be used other than those specified without written approval of the City Engineer.
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-7
LA #4834-0043-9827 v1
(n) That in the case of any inadvertent error in the listing of the subcontractor’s license number for any
subcontractor listed on the attached “List of Subcontractors,” he/she will provide a corrected license
number in writing within 24 hours after bid opening or, if he/she does not, he/she agrees that this bid
will be deemed nonresponsive.
Accompanying this proposal is a certified or cashier's check, or bidder's bond payable to the order of the City Clerk of
the City of Rohnert Park, in the sum of _______________________ Dollars ($_________________). Said bidder's
bond submitted is the City's bid bond form or a bid bond approved in advance by the City Attorney. Said bidder's bond
has been duly executed by the undersigned bidder and by a financially sound surety company authorized to transact
business in the State of California.
It is understood and agreed that should the bidder fail within fifteen (15) calendar days after the date of mailing written
notice to the successful bidder that the contract has been awarded, to enter into the contract and furnish acceptable surety
bonds and insurance on forms included herein, then the proceeds of said check, or bidder's bond, must become the
property of the City. But if the contract is entered into and said bonds are furnished or if the bid is not accepted, then
said check must be returned to the undersigned or the bidder will be released from the bidder's bond.
_______________________________________________
Bidder/Company Name
___________________________________ ______________________________
Address of Bidder Telephone Number of Bidder
___________________________________ ______________________________
City Signature of Bidder
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-8
LA #4834-0043-9827 v1
SCHEDULE OF BID PRICES
CIRCLE DRIVE REHABILITATION
PROJECT NO. 2017-16
In accordance with the plans and specifications therefor approved by the City of Rohnert Park, the
undersigned bidder is herewith submitting the following bid prices for the performance of the entire proposed
work as described in these specifications and attached drawings:
ITEM
NO. ITEM DESCRIPTION QUANTITY UNIT
UNIT
PRICE
TOTAL
COST
1 Mobilization 1 LS
2 Traffic Control 1 LS
3 Cold Plane 70,247 SF
4 AC 4,701 Ton
5 Paving Mat 210,226 SF
6 Curb Ramp 5 EA
7 Retroft Ramp 26 EA
8 Cape Seal 135,940 SF
9 Street Sweeping 1 LS
10 Signs 4 SF
11 Thermoplastic striping 1,580 LF
12 Thermoplastic marking 772 SF
13 Thermoplastic Parking Tick 101 EA
14 Raise MH cover to grade 36 EA
15 Raise water valve to grade 57 EA
16 Raise Survey Monument cover 26 EA
17 Raise Cleanout Cover 3 EA
18 Bike Rack 9 EA
19 Reflective Marker 135 EA
20 Misc Conc, Curb & Gutter 140 LF
21 Wheel Stop 3 EA
22 Misc Conc, Sidewalk & Landing 279 SF
23 Paint, Red Curb 60 LF
City Furnished Material
A Sewer MH Lids 36 EA
Total Amount of Bid (written in words) is:
Dollars and Cents
In the event of discrepancy between words and figures, the words shall prevail.
$______________________________________(Figures)
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-9
LA #4834-0043-9827 v1
______________________________ ______________________________
Address of Bidder Signature of Bidder
______________________________ ______________________________
City Name of Bidder (Print)
______________________________ ______________________________
Telephone Number of Bidder FAX Number of Bidder
______________________________
Contractor's License Number License's Expiration Date
Contractor’s email address:
ADDENDUM ACKNOWLEDGEMENT
ADDENDUM #1 Date Signature acknowledging receipt:
ADDENDUM #2 Date Signature acknowledging receipt:
ADDENDUM #3 Date Signature acknowledging receipt:
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-10
LA #4834-0043-9827 v1
BIDDERS QUALIFICATION FORM
Bidders shall supply the following information for projects of similar scope to that described in the
Instruction to Bidders that has been completed in the past five years under the direction of the
superintendent proposed for this project.
Name and Contact
Information for Owner
Name and Total Construction
Cost for project
Description of Work
Performed
Owner Name:
Owner’s Representative:
Phone Number:
Owner Name:
Owner’s Representative:
Phone Number:
Owner Name:
Owner’s Representative:
Phone Number:
Owner Name:
Owner’s Representative:
Phone Number:
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-11
LA #4834-0043-9827 v1
LIST OF SUBCONTRACTORS
In accordance with the Public Contract Code of the State of California, each bidder must list below the name
and location of place of business of each subcontractor who will perform a portion of the contract work in an
amount in excess of one-half of one percent of the total contract price. In each such instance, the nature and
extent of the work to be sublet must be described.
Name, State, Public
Works Contractor
Registration Number,
and Contractor’s
License Number of
Subcontractor
Address of Office, Mill or
Shop
Description of Work to be
Performed (also show bid
Schedule Item No.)
Percentage of
Total Contract
Work to be
Performed
**Note, the Subletting and Subcontracting Fair Practices Act also requires inclusion of any subcontractor
who specially fabricates and installs a portion of the work according to detailed drawings.
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-12
LA #4834-0043-9827 v1
BID BOND Bond No. _________
WHEREAS, ______________________________________________ ("Principal") intends to submit a bid
to the City of Rohnert Park ("City") for the above-referenced Project, and the terms of the bid require the
Principal to submit bidder's security.
NOW, THEREFORE, Principal and , a
corporation organized and existing under the laws of the State of and
duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly
bond unto City in the sum of
dollars ($_______________) lawful money of the United States of America, such sum being not less than ten
percent (10%) of the bid amount for the payment of which sum to be made, the Principal and Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
presents. .
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the Principal submits a bid for the above-
referenced Project, the terms and conditions of which are incorporated herein by reference, and if said bid is
rejected by the City, or if said bid is accepted by the City and the Bidder properly executes and submits to
the City the Agreement and all required documents (including the Faithful Performance bond, the Labor and
Material Bond, and the proof of insurance), then this obligation must be null and void; otherwise it must be
and remain in full force and effect.
The Surety hereby agrees, for value received, that its obligations under this bond must in no way be impaired
or modified by an agreement between the City and the Principal to extend the time within which the City
may accept the Principal's bid, and the surety hereby waives notice of any such extension.
In the event suit is brought upon this bond, the surety must pay reasonable attorneys' fees and costs incurred
by the prevailing parties in such suit, which fees and costs must be in addition to the face amount of the
bond.
IN WITNESS WHEREOF, the undersigned represent and warrant that they have the right, power, legal
capacity, and authority to enter into and execute this document on behalf of the Principal and the Surety, and
have caused this document to be executed by setting hereto their names, titles and signatures.
Principal: _________________________ Surety: _____________________________
(Name of Firm) (Name of Firm)
By: ______________________________ By: ________________________________
Title: _____________________________ Title: ______________________________
Date: _____________________________ Date: ______________________________
Address for Notices to Surety:
___________________________________
___________________________________
___________________________________
Note: Notary acknowledgment for Surety and Surety's Power of Attorney must be attached.
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-13
LA #4834-0043-9827 v1
NONCOLLUSION DECLARATION
TO BE EXECUTED BY BIDDER
AND SUBMITTED WITH BID
The undersigned declares:
I am the _________________ of ______________, the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association,
organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly
induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded,
conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. 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. All statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to
any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person
or entity for such purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited
liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power
to execute, and does execute, this declaration on behalf of the bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.
Executed this ________ day of ___________________, 20___, at _____________________, California.
Firm (print or type) Signature
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-14
LA #4834-0043-9827 v1
DECLARATION OF ELIGIBILITY TO CONTRACT
The undersigned, a duly authorized representative of the bidder, certifies and declares that:
1. The bidder is aware of California Labor Code sections 1771.1 and 1777.7, which prohibit a contractor or
subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to
be in violation of certain provisions of the Labor Code from bidding on, being awarded, or performing
work as a subcontractor on a public works project for specified periods of time.
2. The bidder is not prohibited from bidding on, being awarded, or performing work as a contractor or
subcontractor on a public works project under Labor Code sections 1771.1 and 1777.7, or any other
provision of law.
3. The bidder is aware of California Public Contract Code section 6109, which states:
"(a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a
contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works
project pursuant to Section 1771.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform
work as a subcontractor on, a public works project. Every public work project shall contain a
provision prohibiting a contractor from performing work on a public works project with a
subcontractor who is ineligible to perform work on the public works project pursuant to Section
1777.1 or 1777.7 of the Labor Code.
(b) Any contract on a public works project entered into between a contractor and a debarred
subcontractor is void as a matter of law. A debarred subcontractor may not receive any public
money for performing work as a subcontractor on a public works contract, and any public money
that may have been paid to a debarred subcontractor by a contractor on the project will be
returned to the awarding body. The contractor is responsible for the payment of wages to
workers of a debarred subcontractor who has been allowed to work on the project."
4. The bidder has investigated the eligibility of each and every subcontractor that bidder intends to use on
this public works project, and determined that none of them is ineligible to perform work as a
subcontractor on a public works project by virtue of Public Contract Code section 6109, Labor Code
sections 1771.1 and 1777.7, or any other provision of law.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.
Executed this ________ day of ___________________, 20___, at ______________________, California.
Signature and Title of Authorized Official
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-15
LA #4834-0043-9827 v1
C O N T R A C T
CIRCLE DRIVE REHABILITAITON
PROJECT NO. 2017-16
THIS AGREEMENT, made and entered into this _____ day of______________, 20___, by and
between _____________________, hereinafter called "Contractor", and the City of Rohnert Park, hereinafter
called "City".
W I T N E S S E T H :
WHEREAS, the City Council of said City has awarded a contract to Contractor for performing the
work hereinafter mentioned in accordance with the sealed proposal of said Contractor.
NOW, THEREFORE, IT IS AGREED, as follows:
1. Scope of Work: The Contractor must perform all the work and furnish all the labor, materials,
equipment and all utility and transportation services required to complete all of the work of construction and
installation of the improvements more particularly described in the Resolution adopted by the City Council
of said City on <<MONTH DAY, YEAR>>, the items and quantities of which are more particularly set forth
in the Contractor's bid therefor on file in the office of the City Clerk, except work to be performed by
subcontractors as set forth in the Contractor’s bid and for which the Contractor retains responsibility.
2. Time of Performance and Liquidated Damages: The Contractor must begin work within
fifteen (15) calendar days after official notice by the City Engineer to proceed with the work and must
diligently prosecute the same to completion within forty-five (45) working days of that Notice. The
Contractor acknowledges and agrees that time is of the essence with respect to Contractor’s work and that
Contractor shall diligently pursue performance of the work.
In the event the Contractor does not complete the work within the time limit so specified or within
such further time as said City Council must have authorized, the Contractor must pay to the City liquidated
damages in the amount of $500 per day for each and every day's delay in finishing the work beyond the
completion date so specified. Additional provisions with regard to said time of completion and liquidated
damages are set forth in the specifications, which provisions are hereby referred to and incorporated herein
by reference.
3. Payments: Payments will be made by City to the Contractor for said work performed at the
times and in the manner provided in the specifications and at the unit prices stated in Contractor's bid.
The award of the contract is for a total amount of <<AMOUNT>>.
4. Component Parts and Interpretation: This contract must consist of the following documents,
each of which is on file in the office of the City Clerk and all of which are incorporated herein and made a
part hereof by reference thereto:
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-16
LA #4834-0043-9827 v1
a) This Agreement
b) Notice Inviting Sealed Proposals
c) Instruction and Information to Bidders
d) Accepted Proposal, with all attachments and certifications
e) Faithful Performance Bond
f) Labor and Material Bond
g) Special Provisions
h) Standard Specifications
i) Technical Specifications
j) Design Standards
k) Plans, Profiles and Detailed Drawings
In the event of conflict between these documents, the following order of precedence will govern:
this contract; change orders; supplemental agreements and approved revisions to plans and specifications;
special conditions; standard specifications; detail plans; general plans; standard plans; reference
specifications. In the absence of a controlling or contrary provision in the foregoing, the Standard
Specifications (2010 edition) of the California Department of Transportation shall apply to this project.
5. Independent Contractor. Contractor is and will at all times remain as to City a
wholly independent contractor. Neither City nor any of its officers, employees, or agents will have control
over the conduct of Contractor or any of Contractor’s officers, employees, agents or subcontractors, except
as expressly set forth in the Contract Documents. Contractor may not at any time or in any manner
represent that it or any of its officers, employees, agents, or subcontractors are in any manner officers,
employees, agents or subcontractors of City.
6. Prevailing Wages: Copies of the determination of the Director of the Department of
Industrial Relations of the prevailing rate of per diem wages for each craft, classification or type of worker
needed to execute this Contract will be on file in, and available at City Hall.
Contractor must post at the work site, or if there is no regular work site then at its principal office,
for the duration of the Contract, a copy of the determination by the Director of the Department of Industrial
Relations of the specified prevailing rate of per diem wages. (Labor Code § 1773.2.)
Contractor, and any subcontractor engaged by Contractor, may pay not less than the specified
prevailing rate of per diem wages to all workers employed in the execution of the contract. (Labor Code
§ 1774.) Contractor is responsible for compliance with Labor Code section 1776 relative to the retention
and inspection of payroll records.
Contractor must comply with all provisions of Labor Code section 1775. Under Section 1775,
Contractor may forfeit as a penalty to City up to $200.00 for each worker employed in the execution of
the Contract by Contractor or any subcontractor for each calendar day, or portion thereof, in which the
worker is paid less than the prevailing rates. Contractor may also be liable to pay the difference between
the prevailing wage rates and the amount paid to each worker for each calendar day, or portion thereof,
for which each worker was paid less than the prevailing wage rate.
With each application for payment, Contractor shall also deliver certified payrolls to Owner as set
forth above in these General Conditions, and concurrently therewith (but in no event less frequently than
monthly) directly to the Labor Commissioner in the format prescribed by the Labor Commissioner
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-17
LA #4834-0043-9827 v1
Nothing in this Contract prevents Contractor or any subcontractor from employing properly
registered apprentices in the execution of the Contract. Contractor is responsible for compliance with
Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that contractors and
subcontractors must submit contract award information to the applicable joint apprenticeship committee,
must employ apprentices in apprenticeable occupations in a ratio of not less than one hour of apprentice’s
work for every five hours of labor performed by a journeyman (unless an exception is granted under §
1777.5), must contribute to the fund or funds in each craft or trade or a like amount to the California
Apprenticeship Council, and that contractors and subcontractors must not discriminate among otherwise
qualified employees as apprentices solely on the ground of sex, race, religion, creed, national origin,
ancestry or color. Only apprentices defined in Labor Code section 3077, who are in training under
apprenticeship standards and who have written apprentice contracts, may be employed on public works in
apprenticeable occupations.
If federal funds are used to pay for the Work, Contractor and any subcontractor agree to comply,
as applicable, with the labor and reporting requirements of the Davis-Bacon Act (40 USC § 276a-7), the
Copeland Act (40 USC § 276c and 18 USC § 874), and the Contract Work Hours and Safety Standards
Act (40 USC § 327 and following).
7. Hours of Labor: Contractor acknowledges that under California Labor Code sections 1810
and following, eight hours of labor constitutes a legal day’s work. Contractor will forfeit as a penalty to
City the sum of $25.00 for each worker employed in the execution of this Contract by Contractor or any
subcontractor for each calendar day during which such worker is required or permitted to work more than
eight hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions
of Labor Code section 1810.
8. Apprentices: Attention is directed to the provisions in Sections 1777.5 (Chapter 1411,
Statutes of 1968) and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor
or any Subcontractor under him.
Section 1777.5, as amended, requires the Contractor or Subcontractor employing tradesmen in any
apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works
project and which administers the apprenticeship program in that trade for a certificate of approval. The
certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the
Contract. The ratio of apprentices to journeymen in such cases must not be less than one to five except:
A. When unemployment in the area of coverage by the joint apprenticeship committee has
exceeded an average of 15 percent in the 90 days prior to the request for certificate, or
B. When the number of apprentices in training in that area exceeds a ratio of one to five, or
C. When the trade can show that it is replacing at least 1/30 of its membership through
apprenticeship training on an annual basis statewide or locally, or
D. When the assignment of an apprentice to any work performed under a public works Contract
would create a condition which would jeopardize his life or the life, safety, or property of
fellow employees or the public at large, or if the specified task to which the apprentice is to
be assigned is of such a nature that training cannot be provided by a journeyman, or
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-18
LA #4834-0043-9827 v1
E. When the Contractor provides evidence that he employs registered apprentices on all of his
Contracts on an annual average of not less than one apprentice to eight journeymen.
The Contractor is required to make contributions to funds established for the administration of
apprenticeship program if he employs registered apprentices or journeymen in any apprenticeable trade on
such Contracts and if other Contractors on the public works site are making such contributions.
The Contractor and any Subcontractor under him must comply with the requirements of Section
1777.5 and 1777.6 in the employment of apprentices.
Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained
from the Director of Industrial Relations, ex officio the Administrator of Apprenticeship, San Francisco,
California, or from the Division of Apprenticeship Standards and its branch offices. .
9. Labor Discrimination: Attention is directed to Section 1735 of the Labor Code, which reads
as follows:
"A contractor must not discriminate in the employment of persons upon public
works on any basis listed in subdivision (a) of Section 12940 of the Government Code, as those
bases are defined in Sections 12926 and 12926.1 of the Government Code, except as otherwise
provided in Section 12940 of the Government Code. Every contractor for public works who
violates this section is subject to all the penalties imposed for a violation of this chapter. "
10. Workmen's Compensation Insurance: In accordance with the provisions of Article 5, Chapter
1, Part 7, Division 2 (commencing with Section 1860) and Chapter 4, Part 1, Division 4 (commencing with
Section 3700) of the Labor Code of the State of California, the Contractor is required to secure the payment
of compensation to his employees and must for that purpose obtain and keep in effect adequate Workmen's
Compensation Insurance.
The undersigned Contractor is aware of the provisions of Section 3700 of the Labor Code which
requires every employer to be insured against liability for workmen's compensation or to undertake self-
insurance in accordance with the provisions of that Code, and will comply with such provisions before
commencing the performance of the work of this contract.
11. Indemnity and Insurance: To the fullest extent permitted by law, Contractor must indemnify,
hold harmless, release and defend City, its officers, elected officials, employees, agents, volunteers, and
consultants from and against any and all actions, claims, demands, damages, disability, losses, expenses
including, but not limited to, attorney's fees and other defense costs and liabilities of any nature that may be
asserted by any person or entity including Contractor, in whole or in part, arising out of Contractor’s activities
hereunder, including the activities of other persons employed or utilized by Contractor including
subcontractors hired by the Contractor in the performance of this Agreement excepting liabilities due to the
active negligence of the City. This indemnification obligation is not limited in any way by any limitation on
the amount or type of damages or compensation payable by or for Contractor under Worker's Compensation,
disability or other employee benefit acts or the terms, applicability or limitations of any insurance held or
provided by Contractor and must continue to bind the parties after termination/completion of this Agreement.
Contractor shall procure and maintain throughout the time for performance of the work under this
Contract the insurance required by the Special Provisions. The requirement that Contractor procure and
maintain insurance shall in no way be construed to limit the Contractor’s duty to indemnify City as provided
in the paragraph above.
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-19
LA #4834-0043-9827 v1
Failure of City to monitor compliance with these requirements imposes no additional obligations
on City and will in no way act as a waiver of any rights hereunder.
12. City Right of Termination and Right to Complete the Work. The City may terminate the
Contract when conditions encountered during the work make it impossible or impracticable to proceed,
or when the City is prevented from proceeding with the Contract by act of God, by law, or by official
action of a public authority. In addition, the occurrence of any of the following is a default by Contractor
under this Contract:
A. Contractor refuses or fails to prosecute the Work or any part thereof with such
diligence as will insure its completion within the time specified or any permitted extension.
B. Contractor fails to complete the Work on time.
C. Contractor is adjudged bankrupt, or makes a general assignment for the benefit of
creditors, or a receiver is appointed on account of Contractor’s insolvency.
D. Contractor fails to supply enough properly skilled workers or proper materials to
complete the Work in the time specified.
E. Contractor fails to make prompt payment to any subcontractor or for material or
labor.
F. Contractor fails to abide by any applicable laws, ordinances or instructions of City
in performing the Work.
G. Contractor breaches or fails to perform any obligation or duty under the Contract.
Upon the occurrence of a default by Contractor, the Director will serve a written notice of default
on Contractor specifying the nature of the default and the steps needed to correct the default. Unless
Contractor cures the default within 10 days after the service of such notice, or satisfactory arrangements
acceptable to City for the correction or elimination of such default are made, as determined by City, City
may thereafter terminate this Contract by serving written notice on Contractor. In such case, Contractor
will not be entitled to receive any further payment, except for Work actually completed prior to such
termination in accordance with the provisions of the Contract Documents.
In event of any such termination, City will also immediately serve written notice of the termination
upon Contractor’s surety. The surety will have the right to take over and perform pursuant to this Contract;
provided, however, that if the surety does not give City written notice of its intention to take over and
perform this Contract within five days after service of the notice of termination or does not commence
performance within 10 days from the date of such notice, City may take over the Work and prosecute the
same to completion by contract or by any other method it may deem advisable for the account and at the
expense of Contractor. Contractor and the surety will be liable to City for any and all excess costs or other
damages incurred by City in completing the Work.
If City takes over the Work as provided in this Section, City may, without liability for so doing,
take possession of, and utilize in completing the Work, such materials, appliances, plant, and other
property belonging to Contractor as may be on the site of the Work and necessary for the completion of
the Work.
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-20
LA #4834-0043-9827 v1
13. Substitution of Securities for Withheld Amounts: Pursuant to California Public Contracts
Code Section 22300, securities may be substituted for any moneys withheld by a public agency to ensure
performance under a contract. At the request and sole expense of the Contractor, securities equivalent to the
amount withheld must be deposited with the public agency, or with a state or federally chartered bank as the
escrow agent, who must pay such moneys to the Contractor upon satisfactory completion of the contract.
Securities eligible for substitution under this section must include those listed in the California Public
Contracts Code Section 22300 or bank or savings and loan certificates of deposit. The Contractor must be
the beneficial owner of any securities substituted for moneys withheld and must receive any interest thereon.
Alternatively, the Contractor may request and the City shall make payment of retentions earned
directly to the escrow agent at the expense of the Contractor. At the expense of the Contractor, the
Contractor may direct the investment of the payments into securities and the Contractor shall receive the
interest earned on the investments upon the same terms provided for in Section 22300 for securities
deposited by the Contractor. Upon satisfactory completion of the Contract, the Contractor shall receive
from the escrow agent all securities, interest, and payments received by the escrow agent from the City,
pursuant to the terms of this section.
Any escrow agreement entered into pursuant to this section must contain as a minimum the following
provisions:
a. The amount of securities to be deposited;
b. The terms and conditions of conversion to cash in case of the default of the Contractor; and
c. The termination of the escrow upon completion of the contract.
14. General Provisions
A. Authority to Execute. Each Party represents and warrants that all necessary action
has been taken by such Party to authorize the undersigned to execute this Contract and to bind it to the
performance of its obligations.
B. Assignment. Contractor may not assign this Contract without the prior written
consent of City, which consent may be withheld in City’s sole discretion since the experience and
qualifications of Contractor were material considerations for this Contract.
C. Binding Effect. This Agreement is binding upon the heirs, executors,
administrators, successors and permitted assigns of the Parties.
D. Integrated Contract. This Contract, including the Contract Documents, is the entire,
complete, final and exclusive expression of the Parties with respect to the Work to be performed under
this Contract and supersedes all other agreements or understandings, whether oral or written, between
Contractor and City prior to the execution of this Contract.
E. Modification of Contract. No amendment to or modification of this Contract will
be valid unless made in writing and approved by Contractor and by the City Council or City Manager, as
applicable. The Parties agree that this requirement for written modifications cannot be waived and that
any attempted waiver will be void.
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-21
LA #4834-0043-9827 v1
F. Counterparts, Facsimile or other Electronic Signatures. This Contract may be
executed in several counterparts, each of which will be deemed an original, and all of which, when taken
together, constitute one and the same instrument. Amendments to this Contract will be considered
executed when the signature of a party is delivered by facsimile or other electronic transmission. Such
facsimile or other electronic signature will have the same effect as an original signature.
G. Waiver. Waiver by any Party of any term, condition, or covenant of this Contract
will not constitute a waiver of any other term, condition, or covenant. Waiver by any Party of any breach
of the provisions of this Contract will not constitute a waiver of any other provision, or a waiver of any
subsequent breach or violation of any provision of this Contract. Acceptance by City of any Work
performed by Contractor will not constitute a waiver of any of the provisions of this Contract.
H. Interpretation. This Contract will be interpreted, construed and governed according
to the laws of the State of California. Each party has had the opportunity to review this Contract with
legal counsel. The Contract will be construed simply, as a whole, and in accordance with its fair meaning.
It will not be interpreted strictly for or against either party.
I. Severability. If any term, condition or covenant of this Contract is declared or
determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining
provisions of this Contract will not be affected and the Contract will be read and construed without the
invalid, void or unenforceable provision.
J. Venue. In the event of litigation between the parties, venue in state trial courts will
be in the County of Sonoma. In the event of litigation in a U.S. District Court, venue will be in the
Northern District of California.
IN WITNESS WHEREOF, the City of Rohnert Park has caused these presents to be executed by its
officers, thereunto duly authorized, and Contractor has subscribed same, all on the day and year first above
written.
CITY OF ROHNERT PARK _____________________________
____________________________________
City Manager Date Name/Title Date
Per Resolution No. __________adopted by the Rohnert Park
City Council at its meeting of _________
ATTEST:
____________________________________
City Clerk
APPROVED AS TO FORM:
City Attorney
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-22
LA #4834-0043-9827 v1
INSURANCE
Bidder's attention is directed to the following insurance forms and to Section 2.03 of the Special
Provisions, located on Pages 2-1 through 2-6 in the Special Provisions section. It is highly
recommended that bidders confer with their respective insurance carriers or brokers to determine
in advance of bid submission the availability of insurance certificates and endorsements as
prescribed and provided herein. Failure to comply strictly with the insurance requirements may
result in forfeiture of the bid security and withdrawal of the bid proposal.
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-23
LA #4834-0043-9827 v1
CERTIFICATE OF INSURANCE ISSUE DATE MM/DD/YY)
CITY OF ROHNERT PARK (the "City")
PRODUCER
THIS CERTIFICATE OF INSURANCE IS NOT AN INSURANCE POLICY AND DOES NOT
AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW.
BEST'S
COMPANIES RATING
COMPANY
LETTER A ________________________________ ______________
COMPANY
LETTER B________________________________ ______________
COMPANY
LETTER C ________________________________ ______________
COMPANY
LETTER D ________________________________ ______________
COMPANY
LETTER E ________________________________ ______________
INSURED
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. 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 IS SUBJECT TO ALL TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVEN BEEN REDUCED BY PAID CLAIMS.
CO
LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE
DATE (MM/DD/YY)
POLICY EXPIRATION
DATE (MM/DD/YY) ALL LIMITS IN THOUSANDS
GENERAL LIABILITY
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-24
LA #4834-0043-9827 v1
INSURERISO FORM CG 20 10 11 85 (MODIFIED)
POLICY NO: COMMERCIAL GENERAL LIABILITY
ENDORSEMENT NO:
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY
ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Organization:
The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers are
named as additional insured.
(If no entry appears above, the information required to complete this endorsement will be shown
in the Declarations as applicable to this endorsement).
WHO IS INSURED (Section II) is amended to include as an insured the person or organization
shown in the Schedule but only with respect to liability arising out of “your work” performed for
that insured.
Modifications to ISO for CG 20 10 11 85
1. The insured scheduled above includes the insured's elected or appointed officers, officials,
employees, agents and volunteers.
2. This insurance must be primary as respects the insured shown in the schedule above, or if excess,
must 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
must be in excess of this insurance and must not be called upon to contribute with it.
3. The insurance afforded by this policy must not be canceled except after thirty (30) days prior written
notice by certified mail, return receipt requested, has been given to the Entity.
4. Coverage must not extend to any indemnity coverage for the active negligence of the additional
insured in any case where an agreement to indemnify the additional insurance would be invalid under
Subdivision (b) of Section 2782 of the Civil Code.
_________________________________
Signature-Authorized Representative
_________________________________
_________________________________
Address
_________________________________
CG 20 10 11 85 Insurance Services Office, Inc. Form (Modified)
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-25
LA #4834-0043-9827 v1
SUBMIT IN DUPLICATE
AUTOMOBILE LIABILITY SPECIAL ENDORSEMENT
FOR CITY OF ROHNERT PARK (the "City")
ENDORSEMENT NO.
ISSUE DATE (MM/DD/YY)
PRODUCER POLICY INFORMATION:
Insurance Company:
Policy No.:
Policy Period: (from) (to)
LOSS ADJUSTMENT EXPENSE
Circle Drive Rehabilitation Part 1: Bid Documents
Rohnert Park City Proj. No. 2017-16 Page 1-26
LA #4834-0043-9827 v1
SUBMIT IN DUPLICATE
WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY
SPECIAL ENDORSEMENT
FOR CITY OF ROHNERT PARK (the "City")
ENDORSEMENT NO.
ISSUE DATE (MM/DD/YY)
PRODUCER POLICY INFORMATION:
Insurance Company:
Policy No.:
Policy Period: (from) (to)
Telephone OTHER PROVISIONS
NAMED INSURED
CLAIMS: Underwriter’s representative for claims pursuant to this insurance.
Name: _________________________________________________________________
Address: _________________________________________________________________
_________________________________________________________________
Telephone: (______)__________________________________________________________
EMPLOYERS LIABILITY LIMITS
$ ____________________________ (Each Accident)
$_____________________________ (Disease - Policy Limit)
$_____________________________ (Disease - Each Employee)
In consideration of the premium charged and notwithstanding an inconsistent statement in the policy to which this endorsement is attached or any endorsement now or
hereafter attached thereto, it is agreed as follows:
1. CANCELLATION NOTICE. This insurance must not be cancelled, except after thirty (30) days prior written notice by receipted delivery has been given to the City.
2. WAIVER OF SUBROGATION. This insurance Company agrees to waive all rights of subrogation against the City, its officers, officials, employees, agents and volunteers
for losses paid under the terms of this policy which arise from the work performed by the Named Insured for the City.
Except as stated above nothing herein must be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement
is attached.
ENDORSEMENT HOLDER
CITY
CITY OF ROHNERT PARK
130 AVRAM AVENUE
ROHNERT PARK, CA 94928
AUTHORIZED Broker/Agent Underwriter _________________
REPRESENTATIVE
I _______________________ (print/type name), warrant that I have
authority to bind the above-mentioned insurance company and by my
signature hereon do so bind this company to this endorsement.
Signature ________________________________________
(original signature required)
Telephone: ( ) Date signed: __________________
REV. 11/08
LA #4834-0043-9827 v1
PART 2 – SPECIAL PROVISIONS
Circle Drive Rehabilitation Part 2: Special Provisions
Rohnert Park City Proj. No. 2017-16 Page 2-1
LA #4834-0043-9827 v1
SPECIAL PROVISIONS
2.01 PROJECT OWNER
The Project Owner is the City of Rohnert Park, California. Wherever in these or the Standard
Specification the word "Owner" appears, it must be interpreted to mean the City of Rohnert Park.
2.02 LOCATION AND DESCRIPTION OF WORK
Location of work is within the City of Rohnert Park, at Circle Drive, Camino Colegio, E. Cotati
Avenue, Golis Park, Avram Avenue and intersection of Commerce and Rohnert Park
Expressway.
The work generally consists of, but is not limited to, AC Overlay with Paving Mat, Digout
Repair, Cape Seal, and Pavement Re-striping as shown on the plans and specified in these Special
Provisions.
2.03 INSURANCE
INSURANCE REQUIREMENTS FOR CONTRACTORS
The following parties or entities must be listed as additional insured by endorsement:
A. The City of Rohnert Park, its officers, elected officials, employees, agents and
volunteers
BIDDER'S ATTENTION IS DIRECTED TO THE INSURANCE REQUIREMENTS BELOW.
IT IS HIGHLY RECOMMENDED THAT BIDDERS CONFER WITH THEIR RESPECTIVE
INSURANCE CARRIERS OR BROKERS TO DETERMINE IN ADVANCE OF BID
SUBMISSION THE AVAILABILITY OF INSURANCE CERTIFICATES AND
ENDORSEMENTS AS PRESCRIBED AND PROVIDED HEREIN. IF AN APPARENT LOW
BIDDER FAILS TO COMPLY STRICTLY WITH THE INSURANCE REQUIREMENTS,
THAT BIDDER MAY BE DISQUALIFIED FROM AWARD OF THE CONTRACT.
Contractors must procure and maintain for the duration of the contract insurance against claims
for injuries to persons or damages to property which may arise from or in connection with the
performance of the work hereunder by the Contractor, the contractor’s agents, representatives,
employees or subcontractors. The coverage of the above-named parties as additional insureds
shall be “primary and non-contributory” and must state that it will not seek contribution from
the City’s insurance or self-insurance. The cost of Contractor’s insurance must be included in
the Contractor's bid. The Notice to Proceed with the Work will not be issued, and the Contractor
must not commence work, until such insurance has been approved by the City. Such insurance
must remain in full force and effect at all times during the prosecution of the Work and until the
Circle Drive Rehabilitation Part 2: Special Provisions
Rohnert Park City Proj. No. 2017-16 Page 2-2
LA #4834-0043-9827 v1
final completion and acceptance thereof. In addition, the Commercial General Liability
Insurance must be maintained for a minimum of three (3) years after final completion and
acceptance of the Work. It must be the Contractor’s responsibility to ensure that proof of
insurance is sent to the City during this time. The Notice to Proceed does not relieve the
Contractor of the duty to obtain such insurance as required herein.
A. Minimum Scope of Insurance
Coverage must be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage (Occurrence
Form CG 0001).
2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile
Liability, Code 1 "any auto" or the exact equivalent. If Contractor owns no
vehicles, this requirement may be satisfied by a non-owned auto endorsement to
the general liability policy described above. If Contractor or Contractor’s
employee(s) will use personal autos in any way on this project, Contractor must
provide evidence of personal auto liability coverage for each such person.
3. Workers' Compensation and Employers Liability: Workers' Compensation on a
state-approved policy form providing statutory benefits as required by law with
employer’s liability insurance, with minimum limits of One Million Dollars
($1,000,000) per occurrence.
4. Course of Construction insurance coverage must provide “all risk” coverage for
the completed value of the project. Policies must contain the following
provisions:
a. The City must be named as loss payee, and
b. The insurer must waive all rights of subrogation against the City.
5. Pollution Exposure and/or Asbestos Pollution Liability
Coverage must not extend to any indemnity coverage for the active negligence of
the additional insured in any case where an agreement to indemnify the additional
insured would be invalid under Subsection (b) of Section 2782 of the Civil Code.
B. Minimum Limits of Insurance
Contractor must maintain limits no less than:
1. Commercial General Liability: $2,000,000 per occurrence for bodily injury,
personal injury and property damage and $2,000,000 general aggregate. It is
permissible to use excess/umbrella coverage to meet limit requirements provided
the umbrella policies are appropriately endorsed and meet all other requirements.
Circle Drive Rehabilitation Part 2: Special Provisions
Rohnert Park City Proj. No. 2017-16 Page 2-3
LA #4834-0043-9827 v1
Additionally, a letter clearly identifying the primary policy or policies to which
the excess umbrella coverage applies must be submitted attesting to the
following: “Umbrella or excess liability policies must provide coverage at least
as broad as specified for underlying coverages and covering those insured in the
underlying policies. Coverage must be “pay on behalf”, with defense costs
payable in addition to policy limits. There must be no cross liability exclusion of
claims or suits by one insured against another, and such coverage must also apply
on a primary and non-contributory basis for the benefit of the City before the
City’s own insurance or self-insurance shall be called upon to protect it as a
named insured.”
2. Automobile Liability: $2,000,000 combined single limit per accident for bodily
injury and property damage.
3. Workers' Compensation and Employers Liability: Workers' Compensation
providing statutory benefits as required by the Labor Code of the State of
California with employers liability insurance, with minimum limits of $1,000,000
per accident or disease.
4. Course of Construction insurance coverage must provide “all risk” coverage for
the completed value of the project. Policies must contain the following
provisions:
a. The City must be named as loss payee, and
b. The insurer must waive all rights of subrogation against the City.
5. Pollution and/or Asbestos Pollution Liability: $1,000,000 each occurrence/
$1,000,000 policy aggregate. If coverages are written on a Claims Made form:
a. The “Retro Date” must be shown and must be before the date of the
contract or the beginning of contract work.
b. Insurance must be maintained and evidence of insurance must be provided
for at least five (5) years after completion of contract work.
c. If coverage is canceled or non-renewed, and not replaced with another
claims made policy form with a “Retro Date” prior to the contract
effective date, Contractor must purchase “extended reporting” coverage
for a minimum of five (5) years after completion of contract work.
d. A copy of the claims reporting requirements must be submitted to the City
for review.
Contractor agrees that any available insurance proceeds broader than or in excess of these
specified minimum coverage requirements or the limits in subsection (A) shall be
available to the additional insureds named above. Furthermore, the requirements for
coverage and limits shall be (1) the minimum coverage and limits specified herein; or (2)
Circle Drive Rehabilitation Part 2: Special Provisions
Rohnert Park City Proj. No. 2017-16 Page 2-4
LA #4834-0043-9827 v1
such broader coverage and maximum limits of coverage of any insurance policy or
proceeds available to the named insured for the work performed; whichever is greater.
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the City.
At the option of the City, either: the insurer must reduce or eliminate such deductibles or
self-insured retentions as respects the City, its officers, elected officials, employees,
agents, and volunteers; or the Contractor must procure a bond guaranteeing payment of
losses and related investigations, claim administration and defense expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
1. General Liability and Automobile Liability Coverages
a. The City, its officers, elected officials, employees, agents and volunteers
are to be covered as insureds as respects: liability arising out of activities
performed by or on behalf of the Contractor, including the insured's
general supervision of the Contractor; products and completed operations
of the Contractor, premises owned, occupied or used by the Contractor,
or automobiles owned, leased, hired or borrowed by the Contractor. The
coverage must contain no special limitations on the scope of protection
afforded to the City, its officers, elected officials, employees, agents or
volunteers.
b. The Contractor's insurance coverage must be primary insurance as
respects the City, its officers, elected officials, employees, agents and
volunteers. Any insurance or self-insurance maintained by the City, its
officers, elected officials, employees, agents or volunteers must be in
excess of Contractor's insurance and must not contribute with it.
c. Any failure to comply with reporting provisions of the policies must not
affect coverage provided to the City, its officers, elected officials,
employees, agents or volunteers.
d. The Contractor's insurance must apply separately to each insured against
whom claim is made or suit is brought, except with respect to the limits
of the insurer's liability.
Circle Drive Rehabilitation Part 2: Special Provisions
Rohnert Park City Proj. No. 2017-16 Page 2-5
LA #4834-0043-9827 v1
2. Workers' Compensation and Employers Liability Coverage
The insurer must agree to waive all rights of subrogation against the City, its
officers, elected officials, employees, agents and volunteers for losses arising
from work performed by Contractor for the City.
3. All Coverages
a. Each insurance policy required by this clause must be endorsed to state
that coverage must not be suspended, voided, cancelled by either party,
reduced in coverage or in limits except after thirty (30) days' prior written
notice by certified mail, return receipt requested, has been given to the
City.
b. Coverage must not extend to any indemnity coverage for the active
negligence of the additional insured in any case where an agreement
to indemnify the additional insured would be invalid under
Subsection (b) of Section 2782 of the Civil Code.
4. Course of Construction policies must contain the following provisions:
a. The City must be named as loss payee.
b. The insurer must waive all rights of subrogation against the City.
E. Acceptability of Insurers
Insurance is to be placed with insurers with a Best's rating of no less than A:VII or as
approved by the City.
F. Verification of Coverage
Contractor must furnish the City with certificates of insurance and with original
endorsements affecting coverage required by this clause. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
insurer to bind coverage on its behalf. The certificates and endorsements are to be on
forms provided by the City. Where by statute, the City's workers' compensation-related
forms cannot be used, equivalent forms approved by the Insurance Commissioner are to
be substituted. All certificates and endorsements are to be received and approved by the
City before work commences. The City reserves the right to require complete, certified
copies of all required insurance policies, at any time.
G. Subcontractors
Contractor must include all subcontractors as insureds under its policies or must furnish
separate certificates and endorsements for each subcontractor. Contractor agrees to
Circle Drive Rehabilitation Part 2: Special Provisions
Rohnert Park City Proj. No. 2017-16 Page 2-6
LA #4834-0043-9827 v1
include in every subcontract the requirements and provisions of this Section to the extent
they apply to the scope of the subcontractor’s work. Subcontractors must agree to be
bound to the City and the Contractor in the same manner and to the same extent as
Contractor is bound to the City. Subcontractor must also agree to include these same
provisions with any sub-subcontractor. Contractor must require all subcontractors to
provide a valid certificate of insurance and the required endorsements included in the
agreement prior to commencement of any work and Contractor will provide proof of
compliance to the city.
2.04 BONDS
In accordance with Section 3.4 of the Standard Specifications, the Contractor must provide the
following bonds:
Labor and Material Bond equal to 100% of the Contract Bid Price, Faithful Performance Bond
equal to 100% of the Contract Bid Price. The Faithful Performance Bond must, by its term,
remain in full force and effect for a period of one (1) year after the completion and acceptance
of said work to guarantee the replacing or making acceptable of any defective materials or faulty
workmanship.
The Contractor may elect to post a maintenance bond equal to 100% of the contract bid price,
which will run for one year after completion and acceptance of said work to guarantee replacing
or making acceptable any defective materials or faulty workmanship prior to the acceptance of
said work.
2.05 LIQUIDATED DAMAGES
In accordance with Section 8.6 of the Standard Specifications, Liquidated Damages shall be
agreed to amount to $500.00 per calendar day.
2.06 WITHDRAWALS OF PROPOSALS
The City reserves the right to reject any and all bids and to waive any informality or irregularity
in the bids received.
No bidder may withdraw his/her bid for a period of ninety (90) days from the opening thereof.
2.07 DRAWINGS AND SPECIFICATIONS
The drawings showing location and character of work are entitled Improvement Plans to the
Circle Drive Rehabilitation Project and are included as a part of these specifications. The City
of Rohnert Park Manual of Standards, Details, and Specifications (most recent edition) are the
adopted Standard Plans for the City of Rohnert Park and are included as a part of these
specifications.
Circle Drive Rehabilitation Part 2: Special Provisions
Rohnert Park City Proj. No. 2017-16 Page 2-7
LA #4834-0043-9827 v1
Also included by reference as part of these specifications are the Standard Specifications of the
CITY OF ROHNERT PARK, Sections 1-10 inclusive, hereinafter referred to as GENERAL
PROVISIONS.
In addition, the technical provisions of the Standard Plans and Standard Specifications, State of
California, Department of Transportation, Business and Transportation Agency, 2006 edition,
and to revisions thereof are included by reference as a part of these specifications insofar as they
refer to materials and methods of work where applicable. Wherever in the SPECIAL
PROVISIONS reference is made to Caltrans STANDARD SPECIFICATIONS or STATE
STANDARD PLANS, it is these specifications or plans referred to.
2.08 COOPERATION AND COLLATERAL WORKS
The Contractor must conform to the provisions of Section 7.22, "Cooperation and Collateral
Works," of the Standard Specifications.
The Contractor must ascertain the nature and extent of any simultaneous collateral work and
must coordinate his operations and cooperate to minimize interference.
2.09 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS
The Contractor must conform to the provisions of Section 7.11, "Preservation of Property," of
the Standard Specifications.
Without additional compensation, the Contractor may remove and replace, in a condition as good
as or better than original, such small miscellaneous structures as fences and sign posts, that
interfere with the Contractor's operations.
All costs to the Contractor for protecting, removing, modifying, relocating and restoring existing
improvements must be considered as included in the contract prices paid for the various items
of work, and no additional allowance will be made therefor.
2.10 PERMITS AND LICENSES
The Contractor will not be required to obtain a City permit for this work.
The Contractor must have a valid California contractor's license, a Class A or C-32 license. The
Contractor will be required to obtain a City Business license.
2.11 APPROVED DEBRIS HAULERS
There are three approved debris haulers within the City and contact information is listed below.
The Contractor shall contract with one of the two debris haulers for service on the project.
Circle Drive Rehabilitation Part 2: Special Provisions
Rohnert Park City Proj. No. 2017-16 Page 2-8
LA #4834-0043-9827 v1
Payment for debris hauling shall be included within the Contractor’s bid and no additional
payment will be made for using one of the two approved debris haulers.
Industrial Carting
(Global Materials Recovery Services
C&D Recycling Facility)
(707) 585-6666 or (707) 585-8426
Recology Sonoma Marin
800-243-0291
https://www.recology.com/rec
ology-sonoma-marin/
Pacific Sanitation
707-838-2597
http://www.pacific
sanitation.com/
When the Contractor utilizes a staging area or storage yard that is fenced and screened, final
cleanup of the staging area and storage yard will be completed before the fence and screen are
removed, except for spot cleanup or trimming that may be required in areas directly under or
adjacent to the fence and screen.
Unless expressly waived by the City Engineer, when the contractor utilizes an area for storage
of material or staging its activities, the area will be fenced and locked and all fencing will be
installed with protective screening (i.e., green screen) to minimize the visual impact of the
storage and staging area.
2.12 FIELD REVIEW PRIOR TO BIDDING
The bidder must examine carefully the site of the work contemplated and the proposal, plans,
specifications, and the contract forms therefor. It will be assumed that the bidder 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 these
specifications, the Special Provisions, and the contract.
2.13 TESTING
The City of Rohnert Park will only pay for passing compaction tests meeting the requirements
of these specifications. All failing tests will be charged to the Contractor and the costs of such
failing tests will be deducted from the contract. In addition, the decision as to when and from
what areas tests are to be made will be at the judgment of the Engineer only.
2.14 PROJECT IDENTIFICATION SIGN
The Contractor shall supply 4' x 8' signs to be displayed at the project sites as approved by the
Engineer in wording to be provided by the City. The signs shall be constructed in accordance
with City STD 742. Wording and location of placement to be provided by the Construction
Manager.
2.15 NOTIFICATION
Contractor shall post notification signs at each resident or commercial establishment within 100
yard of the work limit two weeks prior to commencement of work and three days prior to
Circle Drive Rehabilitation Part 2: Special Provisions
Rohnert Park City Proj. No. 2017-16 Page 2-9
LA #4834-0043-9827 v1
commencement of work. Contractor shall also notify the trash collection company (Recology)
to coordinate work schedule (707-236-0892).
Cost for notification shall be considered as part of mobilization, and no additional payment shall
be made.
2.16 SUBMITTALS REQUIREMENTS
The following submittals will be required prior to begin of job: (a) Traffic Control Plan; (b)
Asphalt mix design; (c) chip seal and microsurfacing mix design; (d) Paving Mat; (e) sample
Street signs; (f) sample bike rack; (g) sample Paint; (h) concrete mix design; (i) water pollution
BMP.
Note. Road closure at Circle Drive and E. Cotati Avenue are normally not be permitted. The
City may consider partial closure of Circle Drive, with an approved traffic control management
plan.
Road Closure at the cul-de-sacs and parking lot will also be permitted with the proper
submitted and approved traffic control plans.
2.17 STAGING AREA
Contractor may mark off a 10’ wide of Circle Drive immediately north and adjacent to the
Caterpillar Park as staging area. No other area had been identified as staging areas.
2.18 PROGRESS MEETINGS
Regular Progress Meetings will be held on a weekly basis or as scheduled by the Engineer.
Location, Day and Time of Progress Meeting will be determined by the Engineer.
2.19 WATER POLLUTION BMP
Contractor shall install water pollution BMP’s to prevent pollution from entering into storm drain
inlets.
LA #4834-0043-9827 v1
PART 3 – STANDARD SPECIFICATIONS
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-1
LA #4834-0043-9827 v1
PART 3
CONDITIONS OF THE CONTRACT
SECTION 1
DEFINITIONS AND TERMS
Whenever in these specifications, or in any documents or instruments where these specifications
govern, the following terms, or pronouns in place of them, are used, the intent and meaning must
be interpreted as follows (except as the context requires a different meaning):
Abbreviations
AAI American Asphalt Institute
AASHTO American Association of State Highway and Transportation Officials
ACI American Concrete Institute
AISC American Institute Steel Construction
AISI American Iron and Steel Institute
API-ASME American Pressure Institute - American Society of Mechanical Engineers
AREA American Railway Engineering Association
ASA American Standards Association
ASTM American Society for Testing Materials
AWPA American Wood Preservers Association
AWA American Welding Society
AWWA American Water Works Association
CRA California Redwood Association
DFPA Douglas Fir Plywood Association
NEMA National Electrical Manufacturers' Association
WCLA West Coast Lumbermen's Association
Acceptance
The formal written acceptance by the City of an entire Contract which has been completed in all
respects in accordance with the plans and specifications and any modifications thereof previously
approved.
Bidder
Any individual, firm or corporation submitting a proposal for the work contemplated, acting directly
or through a duly authorized representative.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-2
LA #4834-0043-9827 v1
City
City of Rohnert Park
City Engineer
The City Engineer of the City of Rohnert Park.
Contract
The Contract or agreement to be entered into by the successful bidder for the performance of the
work must consist of the following documents, each of which is on file in the office of the City
Clerk and all of which are incorporated in the Contract and made a part thereof by reference thereto:
Contract, Invitation for Sealed Proposals, Instructions and Information to Bidders, Accepted
Proposal, Faithful Performance Bond, Labor and Material Bond, Special Provisions, Standard
Specifications, Design and Construction Standards, Plans, Profiles and Detailed Drawings.
Contractor
The word “Contractor” must mean the person, persons, partnership or corporation entering into a
Contract for the performance of the work required and the legal representative of said party of the
agent appointed to act for said party in the performance of the work.
Contract Prices
Either the unit prices or lump sum amounts to be named in the Contract, or the total of all payments
under the Contract at the unit prices or lump sum amounts, as the case may be. This definition is for
convenience and reference only, and must not be construed to alter the fact that the Contract is an
entire Contract for the performance of all work depicted on the plans and as described herein.
Directed
Whenever in these specifications the words “directed,” “required,” “permitted,” “ordered,”
“instructed,” “designated,” “considered necessary,” “prescribed,” or words of like import are used,
it must be understood that the directions, requirements, permission, order, instruction, designation,
or prescription, etc. of the City Engineer are intended; and, similarly, the words “approved,”
“acceptable,” “satisfactory,” or words of like import, must mean approved by, or acceptable or
satisfactory to the City Engineer, unless otherwise stated.
Engineer
Engineer must mean properly authorized engineers, inspectors, and superintendents acting severally
within their scope of the particular duties entrusted to them by the City Engineer.
Federal Agencies
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-3
LA #4834-0043-9827 v1
Whenever in these specifications reference is made to any Federal Agency or officer, such
references must be deemed made to any agency or officer succeeding in accordance with law to the
powers, duties, jurisdictions and authority of the agency or officer mentioned.
Inspector
The word “Inspector” must mean the authorized individual or firm acting within the jurisdiction
entrusted to it by the City Engineer.
Plans
The Plans must mean collectively all of the drawings or plans referenced by the project
specifications and made a part thereof, and also such supplemental drawings or plans as the City
Engineer must issue from time to time in order to elucidate drawings or plans attached to these
specifications, or for showing details which are not shown thereon, or for the purpose of showing
changes in the work, as authorized in later paragraphs describing changes and extra work.
Specifications
The directions, provisions, and requirements contained herein as supplemented by such special
provisions or special specifications as may be necessary, pertaining to the method and manner of
performing the work or the quantities and qualities of materials to be furnished under the Contract.
The special provisions or special specifications are specified clauses setting forth conditions or
requirements peculiar to the project under consideration and covering work or materials involved
in the proposal and estimate but not satisfactorily covered by these Standard Specifications.
State
State of California.
Supervision
The word “supervision” where used in these specifications to indicate supervision by the City
Engineer must mean the performance of obligations and the exercise of rights specifically imposed
and granted upon and to the City in becoming a party to the Contract, of which the text of these
specifications form a part. Excepting as specifically stated herein, supervision by the City must not
be construed to mean active and direct superintendence of the details of work.
Surety
The word “surety” or “sureties” must mean the bondsmen or party or parties who may guarantee
the fulfillment of the Contract by bond, and whose signatures are attached to said bond.
STANDARD SPECIFICATIONS
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-4
LA #4834-0043-9827 v1
SECTION 2
PROPOSAL REQUIREMENTS AND CONDITIONS
2.1 INTENT
It is the intent of these specifications that the provisions of all sections must apply unless otherwise
specified in the Special Provisions, in which case the provisions contained therein must have
precedence over those specified in the Standard Specifications. It is also the intent where reference
is made to specifications or other organizations for portions of the work, that such reference must
apply only to construction methods and materials used in said work.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-5
LA #4834-0043-9827 v1
STANDARD SPECIFICATIONS
SECTION 3
AWARD AND EXECUTION OF CONTRACT
3.1 AWARD OF CONTRACT
The City reserves the right to accept or reject any or all proposals and waive technical defects as the
best interests of the City may require. Award of the Contract, if it be awarded, will be to the lowest
responsive, responsible bidder whose proposal complies with all the requirements prescribed. The
award, if made, will be awarded as soon as practicable after the opening of the proposals but not
before the time for bid protests set forth below. Proposals in which the prices are obviously
unbalanced will be rejected.
The proposals will be compared on a basis of the sum of the totals of the items of the schedule as
calculated from the given estimated quantities and the unit prices or lump sums of the amount
submitted. The entire work will be awarded to one bidder, unless otherwise specified in the Special
Provisions.
3.2 BID PROTESTS
Any bid protest ("Bid Protest") must be filed in writing with the City Clerk, with a copy to the
bidder whose bid is being protested, and served by email or facsimile transmission within 7
(seven) calendar days of the bid opening day. Proof of service of the Bid Protest must be
submitted to the City Clerk within one business day of the filing of the Bid Protest.
The Bid Protest must state all grounds upon which the protest is based and include all facts and
documents in support of each protest ground.
Any bidder whose bid is subject to a protest may submit to the City Clerk a written response
("Response") to the Bid Protest, with a copy to the protesting bidder, and served by email or
facsimile transmission within 5 (five) calendar days of the service of the Bid Protest.
The Bid Protest, and any Response, shall be submitted by the City Clerk 12 (twelve) days after
bid opening day to the City Manager or his/her designee for decision ("Decision"). The Decision
on the Bid Protest shall be in writing and shall be served upon the protesting bidder, and the
bidder whose bid is being protested, via email or facsimile transmission within 5 (five) calendar
days of receipt of Bid Protest and any Response. If the City Manager or his/her designee has not
issued a written Decision on the Bid Protest within said 5 (five) calendar day period, then the
Bid Protest shall be deemed denied. The Decision, by written Decision or deemed denial, shall
be final.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-6
LA #4834-0043-9827 v1
Failure to comply with these Bid Protest Procedures shall be deemed to be a waiver of the right
to protest a bid.
3.3 RETURN OF PROPOSAL GUARANTEES
Within 10 days after award of Contract, the City will upon demand return the proposal guarantees
accompanying the proposals of all bidders, except those of the three lowest responsible bidders as
determined by the City. Proposal guarantees of such three lowest responsible bidders will be held
until the Contract has been finally executed, after which they will be returned to the respective
bidders whose proposals they accompany.
3.4 BONDS
Prior to the execution by the City of the Contract, the successful bidder must file good and sufficient
bonds to be approved by the City conditioned upon the faithful performance of the Contract and
upon the payment of claims for labor and materials in connection therewith. The Contractor must
pay all premiums and costs thereof and incidental thereto. Such bonds must not be subject to
cancellation.
The payment bond should contain the terms and conditions set forth in Sections 3247 through 3252,
inclusive, of the Civil Code of the State of California, and must be subject to the provisions of that
chapter and, in addition, must be in the amounts which are specified in the Special Provisions.
The “Bond for Faithful Performance” must be in an amount specified in the Special Provisions and
must be so conditioned as to insure the faithful performance of the Contract without exception. The
faithful performance bond must also insure the replacing or making acceptable of any defective
materials or faulty workmanship which may be discovered at any time, prior to date of final payment
or one year after final payment, after which no liability must accrue thereunder except in the case
of fraud.
Should any surety or sureties be deemed unsatisfactory at any time by the City, notice will be given
to the Contractor to that effect, and he must forthwith substitute a new surety or sureties satisfactory
to the City. No further payment must be deemed due or will be made under this Contract until the
new surety must qualify and be accepted by the City.
Any alterations in the work to be done, or increase or decrease of the materials to be furnished,
which may be made pursuant to the terms of said Contract, must not in any way release either the
principal or surety thereunder, nor must any extensions of time granted under the provisions of said
Contract release either the principal or surety, and notice of such alterations or extensions of the
Contract must be waived by the surety. The bonds must be maintained in full force and effect until
the Contract has been completely performed and until all claims for material and labor have been
paid.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-7
LA #4834-0043-9827 v1
3.5 EXECUTION OF CONTRACT
The Contract must be signed by the successful bidder and returned, together with the Contract
Bonds and valid insurance on City forms, within fifteen (15) calendar days after the date of mailing
written notice to the successful bidder that the Contract has been awarded.
3.6 FAILURE TO EXECUTE CONTRACT
Failure to execute a Contract, file acceptable bonds, and/or acceptable insurance as provided herein
within said fifteen (15) calendar days shall allow the City, at its discretion, to annul the award and
claim the proposal guarantee as provided in the California Public Contract Code. If the successful
bidder refuses or fails to execute the Contract, the City may award the Contract to the second lowest
responsible bidder. If the second lowest responsible bidder refuses or fails to execute the Contract,
the City may award the Contract to the third lowest responsible bidder. On the failure or refusal of
the second or third lowest responsible bidder, to whom any Contract is so awarded, to execute the
same, such bidders' guarantees must be likewise forfeited to the City. The work may then be re-
advertised or may be constructed by other means as the City may decide.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-8
LA #4834-0043-9827 v1
STANDARD SPECIFICATIONS
SECTION 4
SCOPE OF WORK
4.1 WORK TO BE DONE BY CONTRACTOR
The work to be done consists of furnishing all labor, methods or processes, implements, tools,
machinery, transportation, insurance, permits, bonds, taxes and materials, except as otherwise
specified which are required to construct the Circle Drive Rehabilitation Project.
Where items contain a description of work to be included for payment under a particular item, such
description must be considered as including, but not being limited to, the work described. It must
be further understood that it is the intent that the cost of all work necessary for the completion of
the particular item must be included in the price proposal for the item, unless the cost of such work
is specifically included in another item.
4.2 FINAL CLEANUP
Before final inspection by the City, the Contractor must clean the site and grounds occupied by it
in connection with the work of all rubbish, excess materials, falsework, temporary structures, and
equipment, and all parts of the work must be left in a neat and presentable condition. Nothing herein,
however, must require the Contractor to remove warning and directional signs prior to formal
acceptance by the City.
When the Contractor utilizes a staging area or storage yard that is fenced and screened, final
cleanup of the staging area and storage yard will be completed before the fence and screen are
removed, except for spot cleanup or trimming that may be required in areas directly under or
adjacent to the fence and screen.
4.3 CHANGES IN THE CONTRACT - EFFECT BETWEEN PARTIES
The City reserves the right to make such alterations or deviations, additions to or omissions from
the plans and specifications, as may be determined during the progress of the work to be necessary
and advisable for the proper completion thereof. When such change is ordered, the City Engineer
must determine and state in his/her written order to the Contractor made pursuant thereto whether
or not in his/her opinion such change constitutes a material change and what adjustment of
consideration provided for in the Contract is warranted. Upon written order of the City Engineer,
the Contractor must proceed with the work as so increased, decreased or altered. Such action and
any disposition thereof may be taken without notice by City to Insurance Underwriters, Sureties, or
Guarantors required by this Contract and absence of notice thereto must in no way whatsoever
discharge the obligation of any such party.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-9
LA #4834-0043-9827 v1
When the City and the Contractor fail to agree as to whether an omission of a portion of the work
or alterations, or deviations or additions to or omissions from the plans and specifications ordered
by the Engineer or City constitute a material change or difference in character of work as herein
contemplated sufficient to warrant adjustment in the consideration provided to be paid to the
Contractor or fail to agree on the consideration adjustment or compensation to be allowed for such
change, the Contractor must forthwith proceed with the changed work upon receipt of written order
from the City Engineer and the following procedures must become operative.
Pending a settlement of the dispute, the Contractor must file with the City Engineer, within ten (10)
days after receiving such written notice to proceed, a protest setting forth in detail in what particulars
the character of the work was changed so as to warrant a consideration adjustment or by what
amount the unit cost or other cost was increased or to what extent the consideration demand or
reduction in consideration determined by the City Engineer as warranted is excessive. The failure
of the parties to agree must in nowise be construed as relieving the Contractor of its duty and
responsibility for continuing with performance under the Contract as changed and filing a protest
as above provided for. Failure to continue performance under such circumstances must constitute a
breach of Contract by the Contractor and the appropriate provisions hereof with relation thereto
must apply. The determination of the City Engineer of the amount of reduction in Contract
consideration or other consideration to City or increase in consideration or other basis of
compensation to Contractor arising out of any such change must be final and binding upon the
Contractor, unless it files such a protest as hereinabove provided within ten (10) days after receiving
notice from the City Engineer to proceed. Payment by City on the basis of Contract prices so
adjusted must constitute full and final performance of City obligation hereunder. If the parties fail
to agree prior to completion of the Contract, final payments must not be delayed but must be made
in accordance with the City Engineer's determinations subject to further claim of the Contractor and
compliance by City with court order, but nothing contained in this clause must excuse the Contractor
from proceeding with the prosecution of the work as changed.
4.3.1 Reduction in Cost
If the cost of work to the Contractor is reduced by reason of any modification of the Contract,
compensation must be made to the City therefor or proportionate reduction in Contract
consideration must be made therefor.
4.3.2 Quantity Changes
The quantities given in the proposal schedule for unit price items are for comparing proposals and
may vary from the actual final quantities. Some quantities may be increased and others may be
decreased or entirely eliminated, and no claims must be made against the City for damage
occasioned thereby or for loss of anticipated profits, the Contractor being entitled only to
compensation for the actual work done at the unit prices proposed.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-10
LA #4834-0043-9827 v1
4.3.3 Extra Work
(a) The City reserves and must have the right, when confronted with unpredicted conditions,
unforeseen events, or emergencies, to revise the details of the contemplated work or to add work of
a different character or function and have the Contractor perform such revised or added work, as
extra work, when such extra work is considered by the City Engineer to be vitally appurtenant to
the satisfactory completion of the project. Extra Work is defined as added work of a different
character or function and for which no basis for payment is prescribed; or that involving revisions
of the details of the work in such a manner as to render inequitable payment under items upon which
the Contractor proposed; or that work to be done under stipulated prices as given in the Schedule of
Bid Prices.
The signing of the Contract by the Contractor will be deemed to be an agreement on its part to
perform extra work, as and when ordered by the City Engineer. The Contractor must give notice to
the sureties on the Contractor's bonds if the estimated total value of the Contract, as changed or
supplemented, must exceed the original total proposal price by more than twenty-five percent
(25%), but failure to give such notice must in no way whatsoever affect the surety's obligation under
said bonds. If required extra work results in delay to the work, the Contractor will be given an
equivalent extension of time.
(b) Upon decision of the City to have extra work performed, the City Engineer will so inform
the Contractor, acquainting it with the details of the new work. Should an item of work within the
proposal schedule correspond with the type of work to be done under extra work to the mutual
satisfaction of the Contractor and the City, the extra work must be performed at the stipulated bid
price and in the manner provided for said item. Should such extra work not correspond to a
stipulated bid price, the Contractor must prepare a price for said work based upon its estimate of
cost and submit said price and estimate to the City Engineer based on one of the following methods
as requested by the City:
(1) For a stated unit price or lump sum amount based upon current prevailing fair prices for
materials, labor, plant, overhead, and profit.
(2) On a cost plus markup basis (force account by the Contractor). All work done by the
Contractor on a cost plus markup basis will be computed in the manner hereinafter described, and
the compensation thus provided must be accepted as payment in full by the Contractor, and no
additional payment will be allowed for the use of small tools, superintendent's services, timekeeper's
services, nor any other overhead expenses incurred in the prosecution of the force account work.
Total Cost Must Include:
MATERIALS: For all materials purchased by the Contractor and used in this specific work, it will
receive the actual cost less normal discounts of such materials, including freight and delivery
charges, as shown by original receipted bills. It must be understood, however, that such salvage
value, as may be agreed upon between the City and the Contractor for materials which are not
permanently incorporated in the work, will be deducted from the total amount as derived above.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-11
LA #4834-0043-9827 v1
The City reserves the right to furnish such materials required as it deems advisable, and the
Contractor must have no claim for profit on the cost of such materials.
LABOR: For all direct labor engaged in the specific operation, the Contractor will receive the
prevailing wage paid on the project for each and every hour that said labor is actually engaged in
such work. In addition, the City will reimburse the Contractor for compensation insurance
payments; contributions made to the State as required by the provisions of the Unemployment
Reserve Act, Chapter 352, Statutes of 1935, as amended; and for taxes paid to the Federal
Government, as required by the Social Securities Act, approved August 14, 1935, as amended.
EQUIPMENT RENTAL: Current Caltrans equipment rental rate shall be used for equipment
rental submittal, calculation and payment.
MARKUP:
(i) Work by Contractor. A 15% allowance must be added to Contractor's direct costs and
must constitute the markup for all overhead and profit on work by the Contractor. The Contractor
must also be compensated for the actual increase in the Contractor's bond premium caused by the
extra work.
(ii) Work by Subcontractor. When any of the extra work is performed by a Subcontractor,
a 15% allowance must be added to the Subcontractor's direct costs and must constitute the markup
for all overhead and profit on work by the Subcontractor. In addition, a 5% allowance must also be
added to the Subcontractor's direct cost and must constitute the markup for all overhead and profit
for the Contractor on work by the Subcontractor. The Contractor must also be compensated for the
actual increase in the Contractor's bond premium caused by the extra work.
(c) The Contractor must not commence extra work until it has secured the approval of the City
as to the method and amount of payment thereunder, excepting that the City Engineer may, in
writing, order the Contractor to proceed with extra work in advance of such approval.
(d) Upon receipt of the Contractor's price, the City Engineer will make an analysis thereof, and
the City will adopt one of the following procedures for prosecuting extra work:
(1) Accept the Contractor's price for lump sum or unit price amount in the original or
amended form and direct Contractor to proceed with the work; or direct Contractor to perform the
work on a cost plus markup basis.
(2) Have the work performed by the City under separate contract, without undue
interference or hindrance to the Contractor and without claim or suit by the Contractor for damages
on account thereof.
4.4 MAINTENANCE OF DETOURS
The Contractor must construct and maintain detours and detour bridges for the use of public traffic
as provided in the Special Provisions, or as shown on the plans or as directed by the Engineer, and
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-12
LA #4834-0043-9827 v1
payment for such work will be made as set forth in the Special Provisions or at the contract prices
for the items of work involved if the work being performed is covered by contract items of work,
and no other method of payment therefor is provided in the Special Provisions. Otherwise, the work
will be paid for as extra work as specified under Paragraph 4.3 of this section.
When public traffic is routed through the work, provisions for passageway through construction
operations will not be considered as detour construction or detour maintenance.
Detours used exclusively by the Contractor for hauling materials and equipment must be
constructed and maintained by Contractor at Contractor’s expense.
The failure or refusal of the Contractor to construct and maintain detours at the proper time must be
sufficient cause for closing down the work until such detours are in satisfactory condition for the
use of public traffic.
Where the Contractor's hauling is causing such damage to the detour that its maintenance in a
condition satisfactory for public traffic is made difficult and unusually expensive, the Engineer must
have authority to regulate the Contractor's hauling over the detour.
4.5 USE OF MATERIALS FOUND ON THE WORK
The Contractor, with the approval of the Engineer, may use in the proposed construction such stone,
gravel, sand or other material suitable, in the opinion of the Engineer, as may be found in the
excavation, but it must replace at its own expense with other suitable material all of that portion of
the material so removed and used which was contemplated for use in the embankments, backfills,
bridge approaches, or otherwise. No charge for materials so used will be made against the
Contractor. The Contractor must not excavate or remove any materials from within the project
location which is not within the excavation, as indicated by the slope and grade lines, without
written authorization from the Engineer.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-13
LA #4834-0043-9827 v1
STANDARD SPECIFICATIONS
SECTION 5
CONTROL OF THE WORK
5.1 AUTHORITY OF CITY ENGINEER
The City Engineer must decide all questions which may arise as to the quality or acceptability of
materials furnished and work performed and as to the manner of performance and rate of progress
of the work and all questions which may arise as to the interpretation of the Plans and Specifications.
His/her decision must be final, and he/she will have authority to enforce and make effective such
decisions and orders which the Contractor fails to carry out promptly.
5.2 PLANS
The approved Plans are hereby made a part of these Specifications. These Plans show in general the
nature and dimensions of the work to be done. It is hereby understood that changes may be made
according to the best interests of the City.
5.3 CONFORMITY WITH PLANS
Finished surfaces in all cases must conform with the lines, grades, cross sections, and dimensions
shown on the approved plans. Deviations from the approved plans and working drawings, as may
be required by the exigencies of construction, will in all cases be determined by the City Engineer
and must be authorized in writing by him/her.
The Contractor must have Plans and Specifications for the project on the project location at all times
and must make these Plans and Specifications available to the Engineer upon request.
5.4 WORKING DRAWINGS
The Contractor must submit such working drawings, in quadruplicate, as required by the Technical
Specifications. Working drawings for any structure must consist of such detailed plans as may be
required for the prosecution of the work and are not included in the plans furnished by the City.
They must include shop details, erection plans, masonry layout diagrams, and bending diagrams for
reinforcing steel, which must be approved by the Engineer before any work involving these plans
is performed. Plans for cribs, cofferdams, falsework, centering, and form work will be required and
must be subject to approval, unless approval is waived by the Engineer. These plans will be subject
to approval insofar as the details affect the character of the finished work, but other details of design
will be left to the Contractor, who must be responsible for the successful construction of the work.
It is expressly understood, however, that approval by the Engineer of the Contractor's working
drawings does not relieve the Contractor of any responsibility for accuracy of dimensions and
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-14
LA #4834-0043-9827 v1
details, or for mutual agreement of dimensions and details.
Full compensation for furnishing all working drawings must be considered as included in the prices
paid for the various Contract items of work, and no additional allowance will be made therefor.
5.5 COORDINATION OF PLANS, SPECIFICATIONS, AND SPECIAL PROVISIONS
These Standard Specifications, the Plans, Special Provisions, Technical Specifications, Contract
Change Orders, and all supplementary documents are essential parts of the Contract, and a
requirement occurring in one is binding as though occurring in all. They are intended to be
cooperative and to describe and provide for a complete work.
In case of discrepancy either in the Plans or Specifications, the matter must be promptly submitted
to the City Engineer who must make a determination in writing. Any adjustment by the Contractor
without this determination must be at its own risk and expense. If the Contractor, in the course of
the work, finds any discrepancy in the Plans in the physical conditions of the locality or any errors
or omissions in the Plans or in the layout as given by survey points and instructions, it must
immediately notify the Engineer in writing who must promptly verify the same. Any work or
material not herein specified or shown on the Plans, but which be fair implication in the judgment
of the City Engineer, should be included therein, must be done or furnished as a part of the Contract
as though shown or included in the Plans or Specifications. Any work done after such discovery,
until authorized, must be done at the Contractor's risk.
5.6 INTERPRETATION OF PLANS AND SPECIFICATIONS
Should it appear that the work to be done or any of the matter relative thereto are not sufficiently
detailed or explained in the Plans and Specifications, the Contractor must apply to the Engineer for
such further explanations as may be necessary and must conform to them as part of the Contract, so
far as may be consistent with the original Specifications; and in the event of any doubt or question
arising respecting the true meaning of the Specifications, reference must be made to the City
Engineer, whose decision thereon must be final.
In the event of any discrepancy between any Plans and the figures written thereon, the figures must
be taken as correct.
5.7 SUPERINTENDENCE
An authorized representative of the Contractor must be present at the site of the work at all times,
both while work is actually in progress of the Contract and during periods when work is suspended.
Where the Contractor is comprised of two or more persons, co-partnership or corporations,
functioning on a joint venture basis, said Contractor must designate in writing to the City the name
of their authorized representative who must have supreme authority to direct the work and to whom
orders will be given by the Engineer, to be received and obeyed by the Contractor.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-15
LA #4834-0043-9827 v1
The Contractor must have a sufficient number of superintendents or foremen on the site of the work
to adequately supervise and direct each major type of its construction work, and when, in the opinion
of the Engineer, the Contractor's required supervisory personnel are considered inadequate, the
Contractor, upon request from the City, must promptly provide adequate personnel.
5.8 LINES, GRADES AND MEASUREMENTS
Initial staking out of the work will be done by the Contractor, unless otherwise stated in the Special
Provisions. The Contractor will establish control lines and offset lines and set all stakes normally
required in order that the Contractor can make the necessary measurements therefrom for the layout
of the details of its work without the need for surveyors. Survey stakes and bench marks removed
by the carelessness of the Contractor or its employees will be replaced by the City at the Contractor's
expense.
The Contractor must employ skilled personnel for making measurements and skilled mechanics for
setting equipment or metal parts that are to be permanently imbedded in or attached to proposed
structures. Any inaccuracies in the placing of equipment or metal parts must be remedied by the
Contractor at its own cost. Any inaccuracies in the performance of the Contractor's work due to
faulty transfer or measurements must be remedied by the Contractor at its own expense.
5.9 INSPECTION
5.9.1 Except as otherwise provided in section 5.9.4 below, all material and workmanship, if not
otherwise designated by the Specifications, must be subject to inspection, examination and test by
the Engineer at any and all times during manufacture and/or construction and at any and all places
where such manufacture and/or construction are carried on. The Engineer must have the right to
reject defective material and workmanship or require its correction. Rejected workmanship must be
satisfactorily corrected, and rejected material must be satisfactorily replaced with proper material
without charge therefor, and the Contractor must promptly segregate and remove the rejected
material from the premises. If the Contractor fails to proceed at once with the replacement of
rejected material and/or the correction of defective workmanship, the Engineer may by Contract or
otherwise replace such material and/or correct such workmanship and charge the cost thereof to the
Contractor, or may terminate the right of the Contractor to proceed.
5.9.2 The Contractor must furnish promptly without additional charge, all reasonable facilities,
labor, and materials necessary for the safe and convenient inspection and tests that may be required
by the Engineer. All inspection and tests by the Engineer must be performed in such a manner as
not unnecessarily to delay the work. Special, full size and performance tests must be as described
in the Specifications. The Contractor must be charged with any additional cost of inspection when
material and workmanship are not ready at the time inspection is requested by the Contractor.
5.9.3 Inspection of material and finished articles to be incorporated in the work at the site must be
made at the place of production, manufacture, or shipment, whenever the quantity justifies it, unless
otherwise stated in the Specifications; and such inspection and written or other formal acceptance,
unless otherwise stated in the Specifications, must be final, except as regards latent defects,
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-16
LA #4834-0043-9827 v1
departures from specific requirements of the Contract, damage or loss in transit, frauds, or such
gross mistakes amount to fraud. Subject to the requirements contained in the preceding sentence,
the inspection of material and workmanship for final acceptance as a whole or in part must be made
at the site. Nothing contained in this paragraph must in any way restrict the City's rights under any
warranty or guarantee. No work must be covered by a succeeding operation until the Engineer has
had adequate notice and a sufficient opportunity to inspect the work. Any violation of this
requirement will be deemed an attempt to defraud the City, and the work covered may be rejected.
The Contractor must comply promptly with the instructions of the Engineer. Failure to so comply
must be sufficient cause for breach of Contract. The Engineer may, when in the best interests of the
City, order a suspension of the work or any part of the work which is not, in his/her opinion,
proceeding satisfactorily.
The inspection of the work must not relieve the Contractor of any of its obligations to fulfill its
Contract as prescribed.
5.9.4 Should it be considered necessary or advisable by the Engineer at any time before final
acceptance of the entire work to make an examination of work already completed, and upon which
adequate notice and sufficient opportunity for inspection was as provided in the previous paragraph,
by removing or tearing out same, the Contractor must on request promptly furnish all necessary
facilities, labor, and material. If such work is found to be defective or non-conforming in any
material respect due to fault of the Contractor or its Subcontractors, it must defray all the expense
of such examination and of satisfactory reconstruction. If, however, such work is found to meet the
requirements of the Contract, the actual direct cost of labor and material necessarily involved in the
examination and replacement, plus markup as determined in Section 4.3, must be allowed the
Contractor, and it must, in addition, if completion of the work has been delayed thereby, be granted
a suitable extension of time on account of the additional work involved.
5.9.5 All inspection by the City, the Engineer, or the Engineer’s representative is for the use by the
City in determining the acceptability of the project by the Engineer. The Contractor is responsible
for the quality of all materials supplied and all workmanship. The Contractor must provide and
implement a quality control program independent of the inspections provided by the City. Such
quality control program must be designed to ensure materials and workmanship are of first quality
in conformance with these specifications and the best practices of the construction industry. The
contractor’s quality control plan must be submitted to the Engineer for review within 15 days of
Notice to Proceed. Approval of the quality control plan by the Engineer does not relieve the
contractor of providing sufficient tests or certifications to provide a complete and useable product
in accordance with these specifications.
5.10 UNAUTHORIZED WORK AND DEFECTIVE WORK OR MATERIALS
Any work done beyond the scope of the Plans, Specifications, established by the City Engineer, or
any extra work done without written authority, will be considered as unauthorized and will not be
paid for. Work so done may be ordered removed at the Contractor's expense. Upon failure on the
part of the Contractor to comply promptly with any order of the Engineer made under the provisions
of this Section 5, the City Engineer will have authority to cause defective work or materials to be
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-17
LA #4834-0043-9827 v1
remedied or removed and replaced, and unauthorized work to be removed, and to deduct the cost
from any moneys due or to become due the Contractor notwithstanding that such defective work
and materials have been previously overlooked by the Engineer and accepted or estimated for
payment.
5.11 METHODS AND EQUIPMENT
Equipment not suitable to produce the quality of work required will not be permitted to operate on
the project.
Plants must be designed and constructed in accordance with general practice for such equipment
and must be of sufficient capacity and of such character to insure the production of sufficient
material to carry the work to completion within the time limit.
The Contractor must provide adequate and suitable equipment and plants to meet the above
requirements and, when ordered by the Engineer, must remove unsuitable equipment from the work
and discontinue the operation of unsatisfactory plants.
Each machine or unit of equipment must be operated by a person experienced in handling the
particular make of machine or unit of equipment in use, at a speed or rate of production not to
exceed that recommended by the manufacturer.
All vehicles used to haul materials over existing highways must be equipped with pneumatic tires.
Beam scales for use in batchers, proportioning plants, platform scales, or for other purposes must
be equipped with “V” blocks and pivots of hard steel in all hangers or other points of support which
are used as parts of the weighing mechanism.
5.12 FINAL INSPECTION AND ACCEPTANCE
The work will be inspected by the City for acceptance promptly upon receipt of notice in writing,
for the Contractor, that the work required under the Contract has been performed.
If, in the judgment of the City Engineer, the work has been completed in accordance with the Plans
and the Specifications and is ready for acceptance, he/she will arrange to certify and accept the work
in accordance with the City’s approved procedures. The City Engineer will, in his/her certification
to the City, give the date upon which the work was completed. Upon acceptance by the City
pursuant to such certification, the date of completion as certified by the City Engineer will be the
date of completion of work up to which penalties for liquidated damages, if any, will be computed.
5.13 CLEANUP WORK
During construction the Contractor must keep the site reasonably free and clear from all rubbish
and debris. Care must be taken to prevent spillage when hauling is being done on any public road
or street, and any such spillage or debris resulting from the Contractor's operation must be
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-18
LA #4834-0043-9827 v1
immediately cleaned up.
Upon the completion of the work, the Contractor must remove all plants, building, rubbish,
unused materials, concrete forms and other like material belonging to it or used under its
direction during the construction. In the event of its failure to do so, the same may be removed
by the City at the expense of the Contractor.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-19
LA #4834-0043-9827 v1
STANDARD SPECIFICATIONS
SECTION 6
CONTROL OF MATERIALS
6.1 CITY-FURNISHED MATERIALS
The Contractor must notify the City as to the time at which it will require those materials which are
to be furnished by the City. This notice must be given in sufficient advance of actual need to avoid
delay.
The Contractor shall receive and be responsible for these materials, storing those which may be
damaged by the elements, in a safe, substantial manner until they are used in the work.
Any materials delivered in an acceptable condition to the Contractor by the City and subsequently
lost to or rejected by the City due to damages from handling, transporting, storing, flood waters,
fire, or for any other reasons before its acceptance in the completed work, must be paid for by the
Contractor. The total value of such materials will be deducted from moneys due or becoming due
the Contractor. Any condemned material must be immediately and permanently removed from the
site of work by the Contractor.
Any of the City's materials, remaining unused after all requirements for said materials have been
met, must be promptly returned to the City in acceptable condition. These materials must be
returned by the Contractor Freight on Board (f.o.b.) the City's truck at the site of work and at such
points as will be conveniently accessible to City transportation.
The Contractor must not sell, assign, mortgage, hypothecate, or remove equipment or materials
which have been installed or delivered and which may be necessary for the completion of the
Contract, without the formal consent of the City.
6.2 MATERIALS TO BE FURNISHED BY THE CONTRACTOR
Unless otherwise specified herein, or on the Plans and Specifications, the Contractor must furnish
all materials required for the completion of the Contract. The cost of hauling, storing and handling
of all the materials required to be furnished by the Contractor must be included in the unit price
proposal in the schedule for the work for which the materials are required.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-20
LA #4834-0043-9827 v1
6.3 SOURCE OF SUPPLY AND QUALITY OF MATERIALS
It is the Contractor's responsibility to require material suppliers and Subcontractors to furnish
materials which meet the requirements of the Specifications. All materials which are to become part
of the completed project must be new and must conform to the requirement prescribed therefor in
these Specifications or as specified in the Special Provisions or Technical Specifications.
Unless otherwise waived in writing by the Engineer, the Contractor will be required to furnish the
City with certification prepared and signed by the manufacturer and/or supplier to the effect that
items furnished meet all the requirements of the Specifications. Such certification must be furnished
prior to the use of the material in any part of the construction.
In the case of sand and gravel to be used for concrete construction, the Contractor must notify the
City's representative in writing, the sources of the available materials and secure source approval in
writing prior to placing order for delivery of this material to the job site.
6.4 WATER AND ELECTRIC POWER
Unless otherwise indicated in the proposal schedules, the Contractor shall provide, pay all cost for,
and maintain at its own expense an adequate supply of water and electric power of a quality suitable
for its construction and domestic purposes.
The Contractor must indemnify, defend, and save harmless the City against any and all claims or
suits for damages arising from its acquisition and use of electric power and water.
If the Contractor desires to use water from the City’s sources (hydrant), a hydrant meter will be
required, and it can be obtain at the City Hall.
6.5 MATERIALS AND WORKMANSHIP
All material furnished by the Contractor must be of the specified quality and equal to approved
samples, if samples have been submitted. All work must be performed and completed in a thorough,
workmanlike manner, notwithstanding any omission from the contract documents. All work done
and all materials furnished must comply with these contract documents to the satisfaction of the
City.
Materials furnished by the Contractor and determined by the Engineer to be unfit for use must be
immediately and permanently removed from the site of work. Unused materials, except such as
furnished by the City, must remain the property of the Contractor.
6.6 STORAGE OF MATERIALS
Materials must be so stored as to insure the preservation of their quality and fitness for the work.
When considered necessary by the Engineer, they must be placed on wooden platforms or other
hard, clean surfaces and not on the ground. They must be placed under cover when so directed.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-21
LA #4834-0043-9827 v1
Stored materials must be so located as to facilitate prompt inspection.
Unless expressly waived by the City Engineer, when the contractor utilizes an area for storage
of material or staging its activities, the area will be fenced and locked and all fencing will be
installed with protective screening (i.e., green screen) to minimize the visual impact of the
storage and staging area.
6.7 SAMPLES AND SPECIMENS
The Contractor must submit specimens or samples of materials to be used in the work as the
Engineer may require.
6.8 TRADE NAMES AND ALTERNATIVES
For convenience in designation within the contract documents, certain equipment or articles or
materials may be designated under a trade name of a manufacturer and its catalogue information.
The use of alternative equipment or an article or material which is of equal quality and of the
required characteristics for the purpose intended will be permitted, subject to the approval of the
City Engineer, in accordance with the following requirements:
The burden of proof as to the comparative quality and suitability of alternative equipment or articles
or materials must be upon the Contractor, and its must furnish, at its own expense, all information
necessary or related thereto as required by the City Engineer. The City Engineer is be the sole judge
as to the comparative quality and suitability of alternative equipment or articles or materials, and
his/her decision must be final.
The price proposal by the Contractor is assumed to be on the basis of trade names specified or
designated in the contract documents. Savings resultant from use of a less expensive equal or
alternate must accrue to the City and must be subtracted from the unit price for this item.
6.9 REMOVAL OF EQUIPMENT OR MATERIALS
The Contractor must not sell, assign, mortgage, hypothecate or remove equipment or materials
which have been installed or delivered and which may be necessary for the completion of the
Contract without the formal consent of the City.
6.10 TESTING OF MATERIALS
Unless otherwise specified elsewhere in the contract documents, all tests of materials and work for
determining compliance with specified requirements must be performed by the City or its
authorized representative.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-22
LA #4834-0043-9827 v1
STANDARD SPECIFICATIONS
SECTION 7
LEGAL RELATIONS AND RESPONSIBILITY
7.1 LAWS TO BE OBSERVED
The Contractor must 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. The contractor must at all times observe and comply with all such existing
and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals having any
jurisdiction or authority over the work; and must indemnify, defend, and save harmless the City and
all its officers, agents and servants 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 contract documents for the work in relation
to any such law, ordinance, regulation, order or decree, the Contractor must forthwith report the
same to the City Engineer in writing.
7.2 PERMITS
The City will obtain all necessary rights and approvals for the work to occupy properties in streets,
highways or railways. The Contractor must obtain all permits and pay any fees connected therewith
having to do with its construction operations. The Contractor must furnish the City with a copy of
all permits and must fully comply with all conditions and provisions of same.
Bidders must contact railway companies affected by the work under the project and ascertain their
requirements in respect to indemnification agreements, bonds and insurance. Upon award of
Contract, the Contractor must immediately again contact the railway company and, if required, enter
into an indemnification agreement, and furnish bonds and insurance, and pay the fees therefor.
All expenses incurred by the railway company as a result of the Contractor's operations must be
borne by the Contractor.
7.3 PATENT CLAIMS
The bidder must include in the price proposal for the work the patent fees or royalties or charges
upon any patented article or process which it may furnish or use in the prosecution of the work, and
the bidder to whom the Contract is awarded must indemnify, defend and save harmless the City
against any legal action that may be brought for infringement of patents upon any articles or
processes that may be used by it in the prosecution of the work. The contractor must furnish
satisfactory evidence of release of all claims of this nature before the final payment is made upon
the Contract.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-23
LA #4834-0043-9827 v1
7.4 SANITARY PROVISIONS
The Contractor must provide and maintain in a neat and sanitary condition such accommodations
for the use of its employees as may be necessary to comply with all applicable laws, ordinances and
regulations pertaining to the public health and sanitation of dwellings and camps. Enclosed toilets
must be provided for the use of the persons employed or engaged on any work under these
Specifications.
7.5 RIGHT OF WAY AND RIGHT OF ACCESS
The City will acquire all permanent rights of way or permanent easements required for the
constructed project. The Contractor is hereby empowered to use the site for the purposes described
in the contract documents.
The responsibility for obtaining the right to enter, remove, alter, or make use of any existing road,
culvert, bridge, canal, pipeline, levee, fence or similar barrier, lines of communications or
improvement of any nature, or the trespassing on privately owned lands, must be in the hands of the
Contractor, and it must indemnify, defend and save harmless the City from any and all claims for
such damages occasioned by such entering, removing, altering, using or trespassing.
In case of interference to the work by delay of the City in furnishing permanent rights of way or
permanent easements, the Contractor will be allowed an extension of time equivalent to the time
lost by unavoidable delay in the completion of the Contract because of the failure to furnish the
rights of way on time, but no damages will be allowed or paid for such delay.
Rights of way and/or easements and construction easements have been secured for work sites, and
for trails and roadways as considered necessary for ingress and egress to the work site. Such rights
and/or easements have been delineated on the Plans. The right to enter, remove, alter, or otherwise
make use of adjacent property, roads, utility lines, fences, vegetation and other improvements as
not included within the rights of way or easements must be at the sole expense and responsibility of
the Contractor.
7.6 PUBLIC CONVENIENCE AND ACCESS
The Contractor must conduct its operations so as to cause the minimum obstruction and
inconvenience to traffic and to places of business and residence adjacent to the work. No greater
quantity of work must be under construction at any one time than can be properly conducted with
due regard for the rights of the public. Where existing streets are not available as detours, all traffic
must be permitted to pass through the work with as little inconvenience and delay as possible, unless
otherwise provided or authorized. If half the street only is under improvement, the other half must
be conditioned and maintained as a detour.
The work must be conducted by tunneling, backfilling or bridging where necessary to provide
access to fire hydrants and water gates; driveways to service stations, markets or other places of
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-24
LA #4834-0043-9827 v1
business requiring public vehicular access; and driveways to private residences, unless the
Contractor makes other arrangements satisfactory to the City. Temporary approaches to intersecting
streets and alleys must be provided and maintained in good condition. Safe crossings for pedestrians
must be provided at intervals of not more than 300 feet.
7.7 STORAGE OF MATERIALS IN PUBLIC STREETS, ROADS OR HIGHWAYS
Construction materials must not be stored in streets unless permitted by the City Engineer.
7.8 PUBLIC SAFETY
Attention is called to the “Construction Safety Order,” “Trench Construction Safety Orders,”
“General Safety Orders,” and “Tunnel Safety Rules” of the California Division of Occupational
Safety and Health to which the Contractor is required by law to conform. The contractor must
provide itself with copies of these rules and orders and must keep a copy of each at the site of its
operations and must be governed by the requirements thereof. The requirements concerning
Ventilation, General Safety Precautions, Transportation, Roof Inspection, Timbering, and all
rules and regulation concerning the use of explosives are of particular importance.
7.9 STREET CLOSURES, DETOURS, BARRICADES
In addition to the requirements of this paragraph and Section 4 of these Specifications, the
Contractor must, unless otherwise permitted by the City Engineer, conform to the requirements for
street closures, detours and barricades as stipulated in the contract documents. However, the City
Engineer may permit deviations from the requirements stipulated therein when such deviations are
to the best interests of the City and are approved by the County, City or State authorities concerned.
During the progress of the work, adequate provisions must be made by the Contractor to
accommodate the normal traffic along streets and highways immediately adjacent to or crossing the
work so as to cause a minimum of inconvenience to the general public.
The Contractor must give due notice to local police and fire departments prior to beginning
construction and must cooperate with said departments in complying with their requirements
pertaining to emergency vehicles and equipment.
The Contractor must comply with the requirements of the County, City or State authorities
concerned in regard to their requirements for closure of streets; the providing of barriers, guards,
lights, temporary bridges, flagmen and watchmen; and the posting of proper notices or signals to
the public regarding detours and the condition of the work under construction so as to effectively
guard the public from danger as a result of the work being done under the Contract. The Contractor
must fully comply with such requirements. The Contractor must also be held responsible for
compliance with any additional requirements as may arise during the progress of the work. All costs
involved in respect to the above requirements will be considered as included in the prices proposal
for the various items of work.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-25
LA #4834-0043-9827 v1
The Contractor must furnish, install, and upon completion of the work, remove all signs and
warning devices required for directing and protecting the public during construction.
The signs and posting thereof must conform to the current requirements as specified in the manuals
covering signs published by the Division of Highways, Department of Public Works of the State of
California. Copies of these manuals are on file in the office of the Engineer.
The Contractor must notify the appropriate authorities of any municipality or unincorporated area
24 hours in advance of the start of any construction work being done in said municipality or area.
The provisions of Paragraph 7.14, “Emergencies and Responsibility for Damage,” apply to the
precautions and safeguards taken by the Contractor in connection with the closure of streets,
barricades, detours, signs, etc., as required by the above authorities.
7.10 USE OF EXPLOSIVES
The use of explosives will not be permitted unless explicitly authorized by the Special Provisions
or Technical Specifications. If permitted, the method employed and the quantity of explosives used
must at all times be subject to the approval of the Engineer. Explosives must be handled, used and
stored in accordance with the provisions and requirements of all applicable laws, ordinances and
regulations with respect thereto.
The approval by the Engineer for the use of explosives does not relieve the Contractor from its
responsibility to indemnify, defend and save harmless the City from any legal actions or claims
brought against it because of or on account of the use of explosives.
7.11 PRESERVATION OF PROPERTY
The Contractor shall be held responsible for the protection of the restoration of or the replacement
of, any improvements such as, but not limited to, lawns, trees, shrubs, hedges, fences, walls,
sidewalks, driveways, curbs, gutters and pavement existing on public or private property at the start
of work or placed there during the progress of work and not being specified or shown on the
drawings to be either temporarily or permanently removed. Replacement or restoration must meet
the approval of the Engineer.
With respect to trees, the Contractor must obtain permission from the Engineer and from the
jurisdictional agency concerned prior to the removal or trimming of any trees, except where a tree
is specifically indicated in the contract documents to be removed. Trees which are so indicated need
not be replaced except where otherwise stipulated in the Specifications.
All costs involved in the protection and restoration of existing improvements as herein specified
must be included in the prices proposal for the various items of work.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-26
LA #4834-0043-9827 v1
7.12 PRESERVATION OF MONUMENTS
The Contractor must not disturb any monuments or stakes found on the line of improvements
without permission from the Engineer, and shall bear the expenses of resetting any monuments or
stakes which may have been disturbed with such permission. The Contractor must reset all street
signs and traffic signs disturbed by it during the progress of the work.
7.13 SAFEGUARDING EXCAVATIONS AND STRUCTURES
In making excavations for the project, the Contractor shall be fully responsible for providing and
installing adequate sheeting and/or timbering and bracing as may be necessary as a precaution
against slides or cave-ins, and to protect all existing improvements of any kind, either on public or
private property, full from damage. The Contractor must make necessary repairs to or reconstruction
of any such improvements damaged at its own expense and as directed by the Engineer.
The Contractor must remove all shattered rock or other loose material which appears dangerous to
workmen or to structures. The fact that such removal may enlarge the excavation beyond the
required limits shall not relieve the Contractor from the necessity of making such removal, and the
Contractor must be entitled to no additional compensation under any Contract item on account of
such removal and enlargement.
All material required for sheeting, bracing and shoring must be furnished by the Contractor and
upon completion of the work, except for such as may be left in place, must become the property of
the Contractor.
7.14 EMERGENCIES AND RESPONSIBILITY FOR DAMAGE
The Contractor, at all times throughout the performance of the Contract, must take all precautions
necessary to effectually prevent any accident or other cause of damage to life or property in any
place affected by the operations in consequence of work being done under the Contract and in
consequence of any unusual conditions which may arise, and must to this end erect and maintain
suitable and sufficient barriers, signs, lights, or other necessary protection. This requirement must
also apply to interruption or contamination of public water supply, irrigation, or other public
services, or from the failure of partly completed works.
If, in the opinion of the Engineer, the precautions taken by the Contractor are not safe or adequate
at any time during the life of the Contract, he/she may order the Contractor to take further
precautions, and if the Contractor fails to do so, the Engineer may order the work done by the City
forces and charge the Contractor for the cost thereof, such cost to be deducted from any moneys
due or becoming due the Contractor. Failure of the Engineer to order such additional precautions,
however, must not relieve the Contractor from its full responsibility for public safety.
The Contractor must indemnify, defend and save harmless the City from any legal actions or claims
of every name and description brought against it for, or on account of, any injury or damage to
person or property received or sustained by any person or persons by or from the Contractor, or any
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-27
LA #4834-0043-9827 v1
duly authorized Subcontractor or any agent, employee or workman, by or on account of work done
under the Contract of any extension or addition thereof caused by its negligence, or by or in
consequence of any negligence in guarding the same, or any material used or to be used for the
same, or by or on account of any material, implement, appliance or machine used in the
construction, or by or on account of any accident or of any act or omission of the Contractor, or of
any duly authorized Subcontractor or any agent, employee or workman.
A sufficient amount of the money due the Contractor under the Contract as must be determined to
be necessary by the City may be retained until all legal actions or claims for damages as aforesaid
have been settled and evidence to that effect has been furnished to the City. This amount may be
retained in addition to that provided for in Paragraph 9.5.
All of the above provisions must include suits for loss of business and/or obstruction or
inconvenience to business or private property owners.
7.15 DISPOSAL OF MATERIAL OUTSIDE OF CITY'S RIGHT OF WAY
Unless otherwise specified in the contract documents, the Contractor must make its own
arrangements for disposing of materials outside of City's right of way at its own profit or loss, and
it must pay all costs involved therewith.
When any material, including excess or unsuitable excavated earth or other materials are to be
disposed of outside of City's right of way, the Contractor must first obtain written permission from
the owner on whose property the disposal is to be made, and it must file said written permission or
a certified copy thereof, together with a written release from the property owner, absolving the City
from any and all responsibility in connection with disposal of material on said property.
Unless otherwise provided in the contract documents, full compensation for all costs involved for
disposing of materials, as above specified, must be considered as included in the prices paid for the
various Contract items of work, and no additional allowance will be made therefor.
7.16 CONTRACTOR'S RESPONSIBILITY FOR WORK
The submitting of a proposal hereunder must be considered as evidence that the bidder has carefully
examined the site of the work with regard to the climatic and physical conditions which will affect
construction operations.
The Contractor must, throughout the entire term of the Contract, assume all risks and expense of
interference and delay in its operations, and the protection from or the repair of damage to
improvements being built by it under the Contract as may be caused by water of whatever quantity
from floods, storms, industrial waste, irrigation, underground, or other sources. The Contractor must
also assume full responsibility and expense of protecting or removing and returning to the site of
work all equipment or materials under its care endangered by any action of the elements.
Furthermore, the Contractor must indemnify, defend and save harmless the City against all claims
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-28
LA #4834-0043-9827 v1
or suits for damage arising from his operations in dewatering the work and control or diversion of
water.
All works installed by the Contractor in connection with dewatering, control, and diversion of water,
but not specified to become a permanent part of the project, must be removed and the site restored,
insofar as practical, to original condition at the Contractor's own expense.
7.17 CITY ENGINEER CANNOT WAIVE OBLIGATIONS
It is expressly agreed that neither the City Engineer nor any of his/her agents must have the power
to waive any of the obligations of these Specifications for the furnishing by the Contractor of good
and suitable material and for performing the work as herein described. Failure or omission on the
part of the City Engineer, or any of his/her assistants or agents, to condemn defective or inferior
work or materials, must not imply acceptance of the work, nor release of the Contractor from
obligations at once to tear out, remove and properly replace the same without compensation, at its
own cost and expense at any time, upon the discovery of said defective work and material, prior to
the final acceptance of the entire Contract; neither must such failure or omission nor any acceptance
by the City or by the City Engineer or any other officer or employee of the City be construed as
barring the City at any subsequent time from recovery of damages from the Contractor and its
sureties, and of such a sum of money as may be needed to remove and to build anew all portions of
the work in which fraud was practiced, or improper work or material hidden.
7.18 RIGHTS IN LAND IMPROVEMENTS
Nothing in these contract documents allows the Contractor to make any arrangements with any
person to permit occupancy or use of any land, structure or building within the limits of the Contract
for any purpose whatsoever, either with or without compensation, in conflict with any agreement
between the City and any owner, former owner, or tenant of such land, structure or building.
7.19 PERSONAL LIABILITY
Neither the City, the City Engineer, nor any of his/her agents or other officer or authorized employee
of the City is personally responsible for any liability arising under the Contract. The Contractor
must maintain in full force and effect, during the entire life of the Contract, public liability, property
damage and personal injury insurance in amounts not less than specified in the Special Provisions.
The Contractor must maintain on file with the City during the entire life of the Contract a
memorandum of coverage or other evidence of such insurance, issued by the underwriter. Said
insurance referred to must not be cancelled or renewal thereof declined unless notice is mailed to
the named insured at least 45 days prior to the effective date or renewal or at least 60 days prior to
the effective date of cancellation. In addition, if a public agency is named as an additional insured
by way of endorsement or certificate of insurance, notice should be given to said public agency.
The Contractor must pay all premiums whether said premiums cover extra work or work under
regular contract items.
7.20 REPAIR OF EQUIPMENT
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-29
LA #4834-0043-9827 v1
The work of installing, assembling, repairing or reconditioning, or other work of any nature on
machinery, equipment, or tools used in or upon the work must be considered a part of the work to
be performed under the Contract, and any laborers, workmen, or mechanics working on such
machinery, equipment or tools, unless employed by bonafide commercial repair shops, garages,
blacksmith shops, or machine shops, which have been established and operating on a commercial
basis for a period of at least two months prior to the award of the Contract, must be subject to all of
the requirements relating to labor set forth herein and in these contract documents.
7.21 CONTRACTOR'S LEGAL ADDRESS
The address given in the proposal is considered the Contractor's legal address, but this may be
changed at any time by notice in writing to the City at its office. The delivery to such address, or
the depositing in the United States mails in a sealed envelope, postpaid, registered and properly
directed to the Contractor's legal address, of any communications is considered a legal and sufficient
service of the same upon the Contractor.
7.22 COOPERATION AND COLLATERAL WORKS
Where two or more contractors are employed in related or adjacent work, each must conduct its
operations in such manner as not to cause any unnecessary delay or hindrance to the other. Each
contractor must be responsible to the other for all damage to work, to person or property, or for loss
caused by failure to finish the work within the specified time for completion.
The Contractor must also coordinate its work and cooperate with contractors or workmen employed
by other agencies on or adjacent to the site of the work.
7.23 UTILITIES
Utilities for the purpose of these contract documents include, but are not limited to, pipelines,
conduits, transmission lines, and appurtenances of “Public Utilities” (as defined in the Public
Utilities Act of the State of California) and those of private industry, businesses, or individuals
solely for their own use or for use of their tenants; and storm drains, sanitary sewers, street lighting,
and traffic signal systems.
All utility service interrupted or severed by the Contractor's operation must be immediately
reinstated by temporary connections, and permanent reconstruction must be made as soon as
construction operations permit.
The City has, by a search of known records, endeavored to locate and indicate on the drawings, all
utilities which exist within the limits of the work. However, the accuracy or completeness of the
utilities indicated on the drawings is not guaranteed. Service connections to adjacent property may
or may not be shown on the drawings. It must be the responsibility of the Contractor to determine
the exact location of all utilities and their service connections. The Contractor must make its own
investigation as to the location and type of existing utilities and their appurtenances and service
connections which may be affected by the Contract work and must notify the City as to any utility
located by it which has been incorrectly shown or omitted from the drawings.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-30
LA #4834-0043-9827 v1
Work required in connection with utilities because of interference with Contract work will be
performed and paid for as specified in the following paragraphs, 7.23.1 through 7.23.8; however,
when directed or approved by the City Engineer, changes in line or grade of structure being built
may be made in order to avoid utilities. The cost of such changes will be paid for as extra work.
7.23.1 By Other Than the Contractor:
When it is stated in the contract documents that a utility is to be relocated, altered, or reconstructed
by other than the Contractor, the City will conduct all negotiations with the owners in respect to
such work, and the work will be done at no cost to the Contractor.
7.23.2 By the Contractor Under A Specified Contract Item:
When the bidding schedule contains a separate item covering the relocation, alteration, or
reconstruction of a utility by the Contractor, the price proposal for said item must cover all costs
involved in such work.
The utility owner's drawings and Special Provisions will give the construction details for the work,
and, unless the time at which the work must be done is specified in the Special Provisions, or
Technical Specifications, the Contractor must coordinate with the utility owner in respect to when
the work is to be done.
7.23.3 By the Contractor But Not Under a Specified Contract Item:
When work on a utility is specified or indicted on the Plans to be done by the Contractor, but is not
included as a separate Contract item in the bidding schedule, the City will make all arrangements
with owner of the utility in respect to the construction details; however, the Contractor must
coordinate with the utility owner as to when the work is to be done. Any costs for such work must
be absorbed in the unit prices or included in the lump sum amounts proposal for the various Contract
items.
7.23.4 By the Contractor - - Service Connections:
The alteration, temporary relocation or reconstruction of service connections to adjacent property
is the responsibility of the Contractor, and the contractor must notify occupants of the affected
properties before service is interrupted and make all arrangements with the utility owners regarding
requirements of interruption and reconstruction of service connections. The costs for such work on
service connections must be absorbed in the unit prices or included in the lump sum amounts
proposal for the various Contract items, unless otherwise specified in the Special Provisions.
Reconstruction of sanitary sewer house connections must be accomplished in the manner shown on
the Plans.
7.23.5 By the Contractor for His Own Convenience:
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-31
LA #4834-0043-9827 v1
The temporary relocation or the alteration of any utility desired by the Contractor solely for its own
convenience in the performance of the Contract work to a position or condition other than that
provided for in the contract documents is the Contractor's own responsibility, and the contractor
must make all arrangements with the owners of the utility regarding such work. Any cost of such
work for the Contractor's own convenience must be absorbed in the unit prices or included in the
lump sum amounts proposal for the various Contract items.
7.23.6 By the Contractor or by Others – Unknown Utilities Disclosed during Contract
Work:
In the event that a utility is disclosed subsequent to the award of Contract, such utility not being
indicated on the drawings, the alteration, relocation, or proper support and protection must be done
and paid for as follows:
7.23.6.1 When said utility is found to occupy the space required to be occupied by a part of the
permanent works to be constructed under the Contract, or when said utility is more or less parallel
with the conduit and, in the case of the pipe conduit, found to be within vertical planes of each side
of the pipe a distance away from the pipe equal to ten inches for pipe 96 inches or less in diameter
and equal to twelve inches for pipe greater than 96 inches in diameter or to be within the specified
excavation pay lines (when such are specified or shown on the drawings), the City will arrange for
the relocation or alteration of said utility or require the Contractor to do same as extra work.
However, when said utility is found to cross the excavation laterally, but not to intercept the
permanent works to be constructed, then the Contractor will be required to maintain the utility in
place at its own expense.
7.237.6.2 When said utility is more or less parallel with and any portion of it does not lie within the
vertical planes specified hereinabove (for pipe conduit) or does not lie within the excavation pay
lines (when such are specified or shown on the drawings), the Contractor must advise the City
thereof, and, in cooperation with the City, provide and place the necessary support for proper
protection to insure continuous and safe operation of the utility structure. All costs for such work
must be borne by the Contractor, unless it is ascertained by the City that the utility's franchise is
such as to require the utility to bear such costs, in which case it must be the responsibility of the
Contractor to secure enforcement of said franchise if it so desires.
7.23.7 Responsibility of the Contractor
The Contractor must be held responsible for all costs for the repair of any and all damage to the
Contract work or to any utility (whether previously known or disclosed during the work), as may
be caused by its operations. Utilities not shown on the drawings to be relocated or altered by others
must be maintained in place by the Contractor. Utilities which are relocated by others in order to
avoid interference with structures and which cross the project work must be maintained in their
relocated positions by the Contractor.
At the completion of the Contract work, the Contractor must leave all utilities and appurtenances in
a condition satisfactory to the owners and the City.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-32
LA #4834-0043-9827 v1
7.23.8 Delays Caused by Failure to Relocate Utilities
Where parties other than the Contractor are responsible for the relocation of utilities, in accordance
with the provisions of the contract documents, and a delay in the Contractor's work is caused by the
failure on the part of said parties to remove or relocate such utilities in time to prevent such delay.
It must be understood that the Contractor must not be entitled, as a result of such delay to its work,
to damages or additional payments over and above the Contract price. If delays in the Contractor's
work are caused by the reason mentioned hereinabove, the Contractor must be entitled to an
extension of time. The length of such extension of time will be determined by the City, with
consideration as to the effect of the delay on the project as a whole.
In order to minimize delays to the Contractor caused by the failure of other parties to relocate
utilities which interfere with construction works, the Contractor, upon request to the City, may be
permitted to temporarily omit the portion of work affected by the utility. The portion thus omitted
must be constructed by the Contractor immediately following the relocation of the utility involved.
Unless otherwise specified, where sewers, drainage water, gas or any other conduits and related
structures and appurtenances which have been abandoned or which are to be abandoned as a result
of the construction of this project are found to interfere with construction, the interfering portions
must be removed and the remaining exposed portions sealed with either a wall of concrete not less
than six inches thick. All salvable castings or steel parts which interfere with construction must be
removed, and the Contractor must contact the owners and, if required, must deliver such materials
Freight on Board (f.o.b.) the owner's trucks at the site of the work; otherwise, such material must
become the property of the Contractor and must be disposed of by the contractor away from the site
of work.
The cost of all such work must be absorbed in the prices proposal for the various items of work,
unless it is ascertained that the franchise of the former owner is such as to require it to bear such
costs, in which case it must be the responsibility of the Contractor to secure enforcement of said
franchise if it so desires.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-33
LA #4834-0043-9827 v1
STANDARD SPECIFICATIONS
SECTION 8
PROSECUTIONS AND PROGRESS
8.1 SUBCONTRACTS
The Contractor may sublet the Contract work only in accordance with the provisions of these
contract documents and with the consent of the City. The prime Contractor must be held responsible
to see that its subcontractors and material suppliers conform to all the provisions of these
Specifications. If the Contractor, after complying with these conditions, must sublet any portion of
the proposed work to a Subcontractor, the Contractor under the original Contract must remain
directly responsible to the City for all work being performed by it or by any Subcontractor under it,
and all obligations imposed upon the Contractor in the original Contract must be equally binding
upon any Subcontractor under it. The City will deal directly with and make all payment to the
original Contractor. Contractor understands and acknowledges that the Subletting and
Subcontracting Fair Practices Act (as set forth in the California Public Contracts Code) applies to
the Contract and Contractor Agrees to comply with the terms of said Act.
8.2 ASSIGNMENT
The Contractor must not assign the Contract or sublet it as a whole without the written consent of
the City. The Contractor must not assign or permit the assignment of or any lien on any money due
or to become due to it hereunder without the proper consent of the City.
8.3 PROGRESS OF THE WORK
Time is of the essence in this Contract. Unless otherwise provided in the Special Provisions, the
Contractor must begin work not later than 15 calendar days after the date of the Notice to Proceed,
and the contractor must prosecute the work with due diligence so as to complete the work within
the time specified in the Special Provisions or within such extension of time as may be granted.
Should the Contractor begin work in advance of receiving notice that the Contract has been
approved as above provided, any work performed by it in advance of said date of approval must be
considered as having been done by it at its own risk and as a volunteer, unless such Contract is so
approved.
8.4 CHARACTER OF WORKMEN
The Contractor must employ none but skilled foremen and workmen upon work requiring special
qualifications. When required by the Engineer, the contractor must discharge from the work and
must not again employ without the consent of the Engineer any employee who is incompetent,
disorderly, abusive, dangerous, insubordinate, or who in any way attempts to interfere with the
employees of the City in the inspection and supervision of the work.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-34
LA #4834-0043-9827 v1
Any representative of the Contractor who is proven to have deliberately given false information
about the performance of any part of the work must be discharged if so ordered by the City Engineer.
8.5 TEMPORARY SUSPENSION OF WORK AND WEEKEND WORK
The City Engineer may order the Contractor to suspend work when, in his/her opinion, the
conditions are such as to prevent the work being properly carried out. Such conditions may include:
war, government regulations, labor disputes, strikes, fire, floods, adverse weather or elements,
inability to obtain material, labor or equipment, required extra work, or other specific as may be
further described in the Specifications.
Work Suspension will not count towards the Construction Working Days allowable under this
contract. When delay is caused by such order, an extension of time may be granted when the
conditions, in the opinion of the City Engineer, are such as could not have reasonably been foreseen.
It is agreed that under no circumstances must the Contractor be excused from performance or
entitled to any extra compensation or reimbursement because of any such suspension.
When requested by the Contractor, weekend work can be authorized. Weekend (Saturday and
Sunday) work shall not count towards the overall Working Days usage.
8.6 TIME OF ESSENCE, LIQUIDATED DAMAGES, EXTENSION OF TIME BY
CITY
Time is of the essence, and, in case all the work called for under the Contract in all parts and
requirements is not finished or completed by the date set forth in the contract documents, it is agreed
by the parties to the Contract that circumstances and conditions as reflected by records of the City
are such that material damage will be sustained by the City, and that it is and will be impracticable
and extremely difficult to ascertain and determine the actual damage which the City will sustain in
the event of any by reason of such delay. It is, therefore, expressly agreed that the Contractor will
pay to the City the sum stated in Special Provisions per day for each and every calendar days delay
in finishing the work beyond the date prescribed; and the Contractor agrees to pay said liquidated
damages as herein provided. In case the same are not paid, Contractor agrees that the City may
deduct the amount thereof from any monies due or that may become due the Contractor under the
Contract.
It is further agreed that in case the work called for under the Contract is not finished and completed
in all parts and requirements by the date specified, the City must have the right to extend the time
of completion or not, as may be deemed to best serve the interest of the City. If it is decided to
increase said time, said City must further have the right to charge to the Contractor, its heirs, assigns
or sureties and to deduct from the final payment for the work all or any part, as may be deemed
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 extension,
except that cost of final surveys and preparation of final estimate must not be included in such
charges.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-35
LA #4834-0043-9827 v1
The time of completion will be extended and the Contractor must not be assessed with liquidated
damages during any delay beyond the day named for completion of the work caused by Acts of
God or acts of the public enemy, fires, floods, epidemics, quarantine restrictions, strikes, and freight
embargoes or delay of subcontractors due to such causes, provided the Contractor must notify the
Engineer in writing of such cause or causes of delay within ten (10) days from the beginning of any
such delay and includes in each monthly pay request the number of days of such delay which
occurred in said pay period. Subject to and until entry of a judgment of a court of competent
jurisdiction holding contrary to the decision of the Engineer's ascertainment of the facts of existence
of such a cause of delay, the extent of the delay and of what constitutes a reasonable extension of
time of completion in consequence thereof must be final and conclusive. Failure to give notice of
cause of such time delay and failure of inclusion of the Contractor's request for extension based
thereon in the monthly pay request as hereinabove provided will be deemed a waiver of right to
extension of time for such cause subject only to impossibility of compromise therewith by the
Contractor.
It is agreed that under no circumstances must the Contractor be excused from performance or
entitled to any extra compensation or reimbursement because of any delay occasioned by or in any
way arising out of any Acts of God or acts of the public enemy, fires, floods, epidemics, quarantine
restrictions, strikes, and freight embargoes or delay of subcontractors due to such causes.
8.7 DEFAULT BY CONTRACTOR
If the Contractor fails to begin delivery of material and equipment, to commence the work within
the time specified, to maintain the rate of delivery of material, to execute the Work in the manner
and at such locations as specified, or fails to maintain the work schedule which will insure the
City’s interest, or, if the Contractor is not carrying out the intent of the Contract, the City may
serve written notice upon the Contractor and the Surety on its Faithful Performance Bond
demanding satisfactory compliance with the Contract.
The Contract may be canceled by the City without liability for damage, when in the City's
opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or
subcontracted any part of the work without the City's consent. In the event of such cancellation,
the Contractor will be paid the actual amount due based on Contract unit prices or lump sums
proposal and the quantity of the work completed at the time of cancellation, less damages caused
to the City by acts of the Contractor. The Contractor, in having tendered a Proposal, must be
deemed to have waived any and all claims for damages because of cancellation of Contract for
any such reason. If the City declares the Contract canceled for any of the above reasons, written
notice to that effect must be served upon the Surety. The Surety must, within 5 days, assume
control and perform the work as successor to the Contractor.
If the Surety assumes any part of the work, it must take the Contractor's place in all respects for
that part, and must be paid by the City for all work performed by it in accordance with the
Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of
its default must be payable to the Surety as the work progresses, subject to the terms of the
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-36
LA #4834-0043-9827 v1
Contract.
If the Surety does not assume control and perform the work within 5 days after receiving notice
of cancellation, or fails to continue to comply, the City may exclude the Surety from the
premises. The Agency may then take possession of all material and equipment and complete the
work by City forces, by letting the unfinished work to another Contractor, or by a combination
of such methods. In any event, the cost of completing the work must be charged against the
Contractor and its Surety and may be deducted from any money due or becoming due from the
Agency. If the sums due under the Contract are insufficient for completion, the Contractor or
Surety must pay to the City within 5 days after the Notice of Completion resolution, all costs in
excess of the sums due.
The provisions of this subsection must be in addition to all other rights and remedies available
to the City under law.
8.8 WORK AT NIGHT AND HOURS OF OPERATION
Hours of Operation shall be from 8:00 a.m. to 6:00 p.m. Night work shall not be permitted.
8.9 MAXIMUM LENGTH OF OPEN TRENCH
Except by special permission of the Engineer, the maximum length of open trench where
prefabricated pipe is used must not be greater than 500 feet, or the distance necessary to
accommodate the amount of pipe installed in a single day, whichever is the greater. The distance is
the collective length, including excavation, construction, pipe laying, backfilling, and compaction
at any one location.
Except by special permission of the Engineer, the maximum length of open trench in any one
location where concrete structures are poured in place will be that which is necessary to permit the
uninterrupted progress of construction of the concrete structure, with construction pursued as
follows: excavation, setting of reinforcing steel, pouring of floor slab, walls, and cover slab or arch
are to follow each other without any one of these operations preceding the next nearest operation
by more than 200 feet.
Except by special permission of the Engineer, the maximum length of open trench in any one
location where prefabricated concrete box conduit is used will be that which is necessary to permit
the uninterrupted progress of construction of the concrete structure with construction pursued as
follows: excavation, setting of reinforcing steel, pouring of floor slab, erection of side walls,
erection of cover slab, and pouring of filler spaces are to follow each other without any one of these
operations preceding the next nearest operation by more than 200 feet.
8.10 LIMITED ACCEPTANCE OF WORK
At any time during the progress of the work, the City may, upon written notice to the Contractor,
take over and utilize the whole or part of the work, or appurtenance thereto which has been
completed, giving, if desired, permits to utilize the same. Such use by the City must constitute a
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-37
LA #4834-0043-9827 v1
limited acceptance of that part of the work so taken over and utilized which must relieve the
Contractor and its sureties from responsibility for any damage to, or defect in, that part of the
work not inherent in its construction which may be caused by the use of such part by the City or
by property owners under its permits.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-38
LA #4834-0043-9827 v1
STANDARD SPECIFICATIONS
SECTION 9
MEASUREMENT AND PAYMENT
9.1 MEASUREMENT FOR PAYMENT
Measurement and calculations of quantities for payment will be as hereinafter specified for the
particular material to be furnished or class of work to be performed, unless otherwise specified in
the Special Provisions or Technical Specifications.
It must be understood that the unit prices or lump sum amounts proposal must include full
compensation for furnishing all labor, materials, tools, and equipment and doing all work shown in
the contract documents, unless otherwise specified in the Special Provisions.
When payment is specified to be made on the basis of weight, the weighing must be done on
certified platform scales, and the Contractor must furnish the Engineer with the duplicate Certified
Weighmaster's Certificates showing the actual net weights. When weighing is done on certified
scales at a mixing plant, duplicate weight delivery tickets will be accepted. One ticket must be
furnished to the inspector at the plant and one ticket to the Engineer at the site of work. The City
will accept the certificates as evidence of the weight delivered.
9.2 SCOPE OF PAYMENT
The Contractor must accept the compensation as herein provided, in full payment for furnishing all
materials, labor, tools, and equipment necessary to the completed work and for performing all work
contemplated and embraced under the Contract; also for loss or damage arising from the nature of
the work, or from the action of the elements, except as hereinbefore provided or from any
unforeseen difficulties which may be encountered during the prosecution of the work until the
acceptance by prosecution of the work; also for all expenses incurred in consequence of the
suspension or discontinuance of the work as herein specified; and for completing the work
according to the Plans and Specifications. Neither the payment of any estimate nor of any retained
percentage must relieve the Contractor of any obligation to make good any defective work or
material.
9.3 DEDUCTIONS FROM PAYMENTS
The City may, at its option and at any time, retain out of any amounts due the Contractor sums
sufficient to cover any unpaid claims, provided that sworn statements of said claims must have been
filed with the City.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-39
LA #4834-0043-9827 v1
9.4 SCHEDULE OF VALUES
Prior to the Contractor’s application for the first progress payment, Contractor must submit a
detailed breakdown of its bid by scheduled Work items and/or activities, including coordination
responsibilities and project record document responsibilities. Where more than one subcontractor
comprises the work of a work item or activity, the Schedule of Values must show a separate line
item for each subcontract. Contractor must furnish such breakdown, of the total Contract Sum, by
assigning dollar values (cost estimates) to each applicable Progress Schedule network activity,
which cumulative sum equals the total Contract Sum. The format and detail of the breakdown
must be as directed by City to facilitate and clarify future progress payments to Contractor for
direct Work under Contract Documents. This breakdown must be referred to as the Schedule of
Values.
Contractor’s overhead, profit, insurance, cost of bonds and/or other financing, as well as “general
conditions costs,” (e.g., site cleanup and maintenance, temporary roads and access, off site access
roads, temporary power and lighting, security and the like), must be prorated through all activities
so that the sum of all the Schedule of Values line items equal Contractor’s total Contract Sum.
City will review the breakdown in conjunction with the Progress Schedule to ensure that the dollar
amounts of this Schedule of Values are, in fact, fair market cost allocations for the Work items
listed. Upon favorable review by City, City will accept this Schedule of Values for use. City must
be the sole judges of fair market cost allocations.
Any attempt to increase the cost of early activities, i.e., “front loading,” will be rejected by City,
resulting in a complete reallocation of monies until such “front loading” is corrected. Repeated
attempts at “front loading” may result in suspension or termination of the Work or refusal to
process progress payments, until such time as the Schedule of Values is acceptable to City.
9.5 PAYMENTS AND MONTHLY ESTIMATES
The City Engineer will, after the award of Contract, establish a monthly payment closure date. This
date will be the date which will terminate each working month during the life of the Contract for
which a monthly payment is payable. The Contractor will, within 5 days after the established
monthly payment closure date of each month during the period in which work is being performed,
make and deliver to the City two signed copies of monthly Contract payment applications stating
the amount or percentage of work completed according to the Contract, as of the closure date
established, estimated on the basis of the unit or lump sum Contract prices. No allowance will be
made for materials and equipment not incorporated into the work. The City will independently
verify the Contractor's monthly payment application and create a monthly progress payment
request. The City's determinations for the amounts or percentages of work completed are final.
Except as otherwise provided in a labor compliance program applicable to the Work or as otherwise
required by Owner, concurrently with each Application for Payment, Contractor shall submit to
Owner Contractor’s and its Subcontractors’ certified payroll records required to be maintained
pursuant to Labor Code Section 1776 for all labor performed during pay periods ending during the
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-40
LA #4834-0043-9827 v1
period covered by the Application for Payment.
The City will prepare a warrant in an amount sufficient with all previous payments to make the
aggregate 95 percent of the amount earned as certified, provided, however, that the City at any time
after 50 percent of the work has been completed, if it finds that satisfactory progress is being made,
may make any of the remaining partial payments in full, less authorized deductions.
The partial payments made as the work progresses will be payments on account and must in no way
be considered as an acceptance of any part of the work or materials of the Contract, nor must they
in any way govern the final estimate. Extra work will be paid for as specified in Section 4.3.3.
Payments for unit price items will be made upon the basis of the unit prices proposal and the
quantities of work done, calculated as hereinafter specified, for each particular item of work.
However, where several types of work are included in a unit price item, the City will make partial
payment for the portions of such work as are completed at the time of making the monthly estimates.
All monies due the Contractor under the Contract will be paid on demand by the City, prepared and
approved as required by law, and it is understood that any delay in the preparation, approval and
payment of these demands will not constitute a breach of Contract on the part of the City.
Payments for lump sum items will be based upon the lump sum proposal and the City's estimate as
to the percentage of completion.
9.6 PAYMENT FOR EXTRA WORK
Payment for extra work will be made as provided by Section 4.3.3. Where payment is to be made
on a force account basis, the Contractor and the City's representative must compare records of extra
work performed by the Contractor on a force account basis at the end of each day. Copies of these
records will be made in duplicate by the City's representative and must be signed by both the
inspector and the Contractor's Representative, one copy being forwarded to the Contractor and one
copy to the City. Bills for extra work must be signed by the Contractor and submitted to the City.
Each month the Contractor must include in the monthly payment application an estimate of the
amount or cost of extra work performed as included in approved Contract Change Orders. The
Contractor must submit, at the same time it returns the signed monthly payment application, a
complete itemized statement of claim for all costs of extra work performed. Failure to include such
a statement or claim for extra work for the pay period, or failure to deliver a complete statement for
extra work in excess of that estimated by the City Engineer, must constitute a waiver on the part of
the Contractor to any claim for payment for extra work not therein included.
9.6.1 Method of payment for extra work approved as specified in Section 4 under unit price or
lump sum amounts or at stipulated prices must be the same as that for Contract items as set forth in
this Section.
9.6.2 Payment for extra work by Contractor's force account must be made in the following manner:
Upon verification by the Engineer of the Contractor's statement for force account work, a claim will
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-41
LA #4834-0043-9827 v1
be prepared upon the proper claims form for approval of the City Engineer and presentation to the
City Manager, for his approval and direction.
9.7 FINAL PAYMENT
Upon completion of the Contract work, the City Engineer will, upon acceptance of the work by the
City and 35 days after the date of recordation of the Notice of Completion, present the Contractor's
claim for the balance of the total Contract price, less any sums which may lawfully be retained
under the Contract.
Unless qualified by the Contractor under the procedure established in Section 9.5 hereof, the final
progress payment request of the City Engineer must be taken as conclusive evidence of the
amount of work done under the Contract. If the Contractor qualified its acceptance of the final
progress payment and the parties fail to agree prior to the termination of the 35-day period after
recordation of Notice of Completion, the final payment must not be delayed but must be made in
accordance with the City Engineer's determination, subject to further claim of the Contractor and
compliance by City with court order.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-42
LA #4834-0043-9827 v1
SECTION 10
CLAIMS BY CONTRACTOR
10.1 OBLIGATION TO FILE CLAIMS FOR DISPUTED WORK
10.1.1 Should it appear to Contractor that the Work to be performed or any of the matters
relative to the Contract Documents are not satisfactorily detailed or explained therein, or
should any questions arise as to the meaning or intent of the Contract Documents, or should
any dispute arise regarding the true value of any work performed, work omitted, extra work
that the Contractor may be required to perform, time extensions, payment to the Contractor
during performance of this Contract, performance of the Contract, and/or compliance with
Contract procedures, or should Contractor otherwise seek extra time or compensation FOR
ANY REASON WHATSOEVER, then Contractor shall first follow all other procedures set
forth in the Contract Documents and Standard Specifications. If a dispute remains, then
Contractor shall give written notice to City that expressly invokes this Section 10. City shall
decide the issue in writing within 15 days; and City’s written decision shall be final and
conclusive. If Contractor disagrees with City’s decision, or if Contractor contends that City
failed to provide a decision timely, then Contractor’s SOLE AND EXCLUSIVE REMEDY is
to promptly file a written claim setting forth Contractor’s position as required herein.
10.1.2 Contractor shall present as its claims all Subcontractor, sub-Subcontractor and supplier
claims of any type, and prove them under the terms of the Contract Documents. City shall not
be directly liable to any Subcontractor, any supplier, or any other person or organization, or to
any surety for or employee or agent of any of them, for damages or extra costs of any type
arising out of or resulting from the Project.
10.2 FORM AND CONTENTS OF CLAIM
10.2.1 Contractor’s written claim must be submitted via registered mail or certified mail with
return receipt requested and must identify itself as a “Claim” under this Section 10 and must
include the following: (i) a narrative of pertinent events; (ii) citation to contract provisions; (iii)
theory of entitlement; (iv) complete pricing of all cost impacts; (v) a time impact analysis of all
time delays that shows actual time impact on the critical path; (vi) reasonable documentation
supporting items (i) through (v); and (vii) a verification under penalty of perjury of the claim’s
accuracy. The Claim shall be submitted to City within thirty (30) calendar days of receiving
City’s written decision, or the date Contractor contends such decision was due, shall be priced
like a change order, and must be updated monthly as to cost and entitlement if a continuing
claim. Routine contract materials, for example, correspondence, RFI, change order requests, or
payment requests shall not constitute a Claim. Contractor shall bear all costs incurred in the
preparation and submission of a Claim.
10.2.2 Upon receipt of a Claim, City shall conduct a reasonable review of the Claim. Within
45 days, or such expended period as City and Contractor may agree, City shall provide
Contractor with a written statement identifying what portion of the claim is disputed and what
portion is undisputed.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-43
LA #4834-0043-9827 v1
10.2.3 If City’s governing body must approve City’s response to the Claim and the governing
body has not met within the 45-day (or extended) period, then City shall provide its written
statement within three (3) days of the governing body’s meeting.
10.2.4 City shall pay the undisputed portions of the Claim within 60 days of the issuance of a
written statement identifying an undisputed portion.
10.2.5 Claims must be submitted on or before the day of final payment. Claims not submitted
before final payment are deemed waived.
10.2.6 Notwithstanding and pending the resolution of any claim or dispute, Contractor shall
diligently prosecute the disputed work to final completion in accordance with City’s
determination.
10.3 INFORMAL CONFERENCE AFTER CLAIM SUBMISSION
10.3.1 If the Contractor disputes City’s response to its Claim, including a failure to respond, it
may submit via registered mail or certified mail, return receipt requested, a written demand for
an informal conference to meet and confer for settlement of the issues in dispute. City shall
schedule such a meet and confer conference within 30 days for settlement of the dispute.
10.3.2 Within ten (10) days of the meet and confer conference City shall provide Contractor
with a written statement identifying the portion of the Claim that remains in dispute and the
portion that is undisputed.
10.3.3 City shall pay the undisputed portions of the Claim within 60 days of the issuance of a
written statement identifying an undisputed portion.
10.4 MEDIATION
10.4.1 If the Contractor disputes City’s statement provided under Paragraph 10.3(B) it shall
inform City and the parties shall mutually agree to a mediator within 10 business days of the
written statement. If the parties cannot agree upon a mediator, each party shall select a
mediator and those mediators shall select a qualified neutral third party to mediate with regard
to the disputed portion of the claim. Each party shall bear the fees and costs charged by its
respective mediator in connection with the selection of the neutral mediator.
10.4.2 Mediation shall be confidential and non-binding. Unless otherwise agreed, by the
parties or as provided in this Paragraph 10.4, the mediation shall be pursuant to the
construction mediation procedures of JAMS and held at the JAMS office closest to the Project
site.
10.4.3 The cost of mediation shall be equally shared by all parties to the mediation. The
parties shall, prior to the commencement of mediation upon notice of the other party, exchange
relevant, non-privileged project documents in compliance with Code of Civil Procedure
Sections 2031.010, et seq. The parties may agree mutually to engage in additional discovery
prior to mediation. Should the parties proceed with additional discovery, they shall, unless
mutually agreed otherwise, comply with Code of Civil Procedure Sections 2019, et. seq. The
mediator will undertake to resolve any discovery disputes relating to the mediation.
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-44
LA #4834-0043-9827 v1
10.4.4 For Claims under $375,000, unless the parties agree otherwise in writing, mediation
pursuant to this Paragraph 10.4 shall excuse the mediation obligation under Public Contract
Code Section 20104.4(a).
10.4.5 If mediation is unsuccessful, the parts of the Claim remaining in dispute shall be
resolved as otherwise provided by the Contract and applicable law.
10.4.6 Following receipt of a Claim, the parties may mutually agree, in writing, to waive the
mediation requirements of this Paragraph 10.4 and proceed to the commencement of a civil
action.
10.4.7 All statutes of limitation shall be tolled from the date of the demand for mediation until
a date two weeks following the mediation’s conclusion.
10.5 OTHER MATTERS
10.5.1 The provisions of this Section 10 constitute a non-judicial claim settlement procedure
that, pursuant to Government Code Section 930.2, shall constitute a condition precedent to
submission of a valid Government Code Claim under the Government Code. Contractor shall
bear all costs incurred in the preparation, submission and administration of a claim. Any
claims presented in accordance with the Government Code must affirmatively indicate
Contractor’s prior compliance with the claims procedure herein and the previous dispositions
under Paragraphs 10.3 and 10.4 above of the claims asserted. No suit may be brought against
City arising out of or in connection with the Project unless and until Contractor presents to City
a statutory Government Code Claim, in accordance with Government Code Sections 910, et
seq. Pursuant to Government Code Section 930.2, the one-year period in Government Code
Section 911.2 shall be reduced to 150 days from either accrual of the cause of action,
substantial completion or termination of the contract, whichever occurs first; in all other
respects, the Government Code shall apply unchanged.
10.5.2 Failure to submit and administer claims as required in Section 10 shall waive
Contractor’s right to claim on any specific issues not included in a timely submitted claim.
Claim(s) or issue(s) not raised in a timely protest and timely claim submitted under this Section
10 may not be asserted in any subsequent litigation, Government Code Claim, or legal action.
10.5.3 Contractor shall submit Subcontractor claims in the same manner as other Claims. In
the event a Subcontractor (on behalf of the Subcontractor or a lower-tier subcontractor)
requests Contractor in writing to present a Claim to the City and furnishes reasonable
documentation supporting the Claim, Contractor shall, within 45 days of receipt of the written
request, notify the Subcontractor in writing as to whether the Contractor presented the claim to
City and, if the Contractor did not present the Claim, provide the Subcontractor with a
statement of the reasons for not doing so.
10.5.4 All waivers or modifications of this Section 10 may only be made a writing signed by
City and Contractor, and approved as to form by legal counsel for both; oral or implied
modifications shall be ineffective.
10.5.5 Any failure by City to respond within any time frame contained in Paragraphs 10.2
through 10.5 of this Section shall result in the Claim being deemed rejected in its entirety. No
Circle Drive Rehabilitation Part 3: Standard Specifications
Rohnert Park City Proj. No. 2017-16 Page 3-45
LA #4834-0043-9827 v1
failure to meet a time requirement shall constitute an adverse finding with regards to the merits
of the Claim or the responsibility or qualifications of the Contractor.
10.6 COMPLIANCE WITH STATUTORY PROCEDURES
10.6.1 The foregoing provisions of Paragraphs 10.2 through 10.5 are intended to comply with
Public Contract Code Section 9204 and, to the extent applicable, Public Contract Code Section
20104, et seq. In the event of any conflict, the applicable Public Contract Code provision will
apply.
LA #4834-0043-9827 v1
PART 4 – TECHNICAL SPECIFICATIONS
Circle Drive Rehabilitation Page 4-1
Rohnert Park City Proj. No. 2017-16
TECHNICAL SPECIFICATIONS
To be supplemented by Caltrans 2006 Standard Plans and Specifications
11.1 MOBILIZATION
Mobilization shall conform to the provisions in Section 11, "Mobilization," of the Caltrans
Standard Specifications.
11.2 TRAFFIC CONTROL
Attention is directed to Section 7-1.08, "Public Convenience," Section 7-1.09, "Public Safety,"
and Section 12, "Construction Area Traffic Control Devices," of the Caltrans Standard
Specifications and to the provisions of Section 7.8 "Public Safety" of these City’s Standard
Specifications and these Technical Specifications. Nothing in these special provisions shall be
construed as relieving the Contractor from the responsibilities specified in these sections.
Lane closures shall conform to the provisions in section "Traffic Control System for Lane
Closure" of these special provisions.
In addition to the provisions set forth in Section 7.8 "Public Safety" of these special provisions,
whenever work to be performed on the traveled way (except the work of installing, maintaining
and removing traffic control devices) is within 6 feet of the adjacent traffic lane, the adjacent
traffic lane shall be closed.
Whenever work vehicles or equipment are parked on the shoulder within 6 feet of a traffic
lane, the shoulder area shall be closed with fluorescent orange traffic cones or portable
delineators placed on a taper in advance of the parked vehicles or equipment and along the
edge of the pavement at 25-foot intervals to a point not less than 25 feet past the last vehicle or
piece of equipment. A minimum of 9 traffic cones or portable delineators shall be used for the
taper. A W20-1 (ROAD WORK AHEAD) or W21-5b (RIGHT/LEFT SHOULDER CLOSED
AHEAD) or C24(CA) (SHOULDER WORK AHEAD) sign shall be mounted on a portable
sign stand with flags. The sign shall be placed where designated by the Engineer. The sign
shall be a minimum of 48" x 48" in size. The Contractor shall immediately restore to the
original position and location a traffic cone or delineator that is displaced or overturned, during
the progress of work.
Note. Road closure at Circle Drive and E. Cotati Avenue will not be permitted. Road Closure
at the cul-de-sacs and parking lot will be permitted with the proper submitted and approved
traffic control plans.
Golis Park parking lot may be closed for a period of not more than 5 consecutive days.
Temporary Lane Markers
Contractor shall place temporary lane markers to delineate traffic lanes, including but not
limited to center lines and lane lines. Temporary lane markers shall comply with City Standard
Volume 1 TR-10,F.
Traffic Control Plan
Circle Drive Rehabilitation Page 4-2
Rohnert Park City Proj. No. 2017-16
Prior to starting any work, contractor shall submit a traffic control plan to the Engineer. Only
after the Engineer approval shall work begin.
Measurement and Payment
The lump sum contract item price paid for traffic control includes full compensation temporary
lane markers, traffic control devices, cones, flagmen, materials, tools, equipment, and
incidentals for doing all the work involved in traffic control.
11.3 EXISTING HIGHWAY FACILITIES
The work performed in connection with various existing highway facilities shall conform to the
provisions in Section 15, "Existing Highway Facilities," of the Caltrans Standard
Specifications and these special provisions.
A. REMOVE TRAFFIC STRIPE AND PAVEMENT MARKER
Remove traffic stripe and pavement marker is applicable to areas where seal coat and overlay
are called for only.
Traffic stripe and pavement legend shall be removed at the locations shown on the plans or as
directed by the Engineer.
Cost for removing traffic stripe and pavement marker shall be considered as being included in
the price for Cape Seal, Cold Plane Asphalt Concrete Pavement, and Asphalt Concrete.
B. COLD PLANE ASPHALT CONCRETE PAVEMENT
Existing asphalt concrete pavement shall be cold planed at the locations and to the dimensions
shown on the plans or as directed by the Engineer.
Planing asphalt concrete pavement shall be performed by the cold planing method. Planing of
the asphalt concrete pavement shall not be done by the heater planing method.
Cold planing machines shall be equipped with a cutter head not less than 30 inches in width
and shall be operated so that no fumes or smoke will be produced. The cold planing machine
shall plane the pavement without requiring the use of a heating device to soften the pavement
during or prior to the planing operation.
The depth, width, and shape of the cut shall be as shown on the plans or as designated by the
Engineer. The final cut shall result in a uniform surface conforming to the typical cross
sections. The outside lines of the planed area shall be neat and uniform. Planing asphalt
concrete pavement operations shall be performed without damage to the surfacing to remain in
place.
Planed widths of pavement shall be continuous except for intersections at cross streets where
the planing shall be carried around the corners and through the conform lines. Following
planing operations, a drop-off of more than 0.15-foot will not be allowed between adjacent
lanes open to public traffic.
Where transverse joints are planed in the pavement at conform lines no drop-off shall remain
between the existing pavement and the planed area when the pavement is opened to public
traffic. If asphalt concrete has not been placed to the level of existing pavement before the
pavement is to be opened to public traffic a temporary asphalt concrete taper shall be
Circle Drive Rehabilitation Page 4-3
Rohnert Park City Proj. No. 2017-16
constructed. Asphalt concrete for temporary tapers shall be placed to the level of the existing
pavement and tapered on a slope of 1:30 (Vertical: Horizontal) or flatter to the level of the
planed area.
Asphalt concrete for temporary tapers shall be commercial quality and may be spread and
compacted by any method that will produce a smooth riding surface. Temporary asphalt
concrete tapers shall be completely removed, including the removal of loose material from the
underlying surface, before placing the permanent surfacing. The removed material shall be
disposed of outside the highway right of way in conformance with the provisions in
Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Caltrans
Standard Specifications.
The material planed from the roadway surface, including material deposited in existing gutters
or on the adjacent traveled way, shall be disposed of in conformance with the provisions in
Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Caltrans
Standard Specifications. Removal operations of cold planed material shall be concurrent with
planing operations and follow within 50 feet of the planer, unless otherwise directed by the
Engineer.
Cold plane asphalt concrete pavement will be measured by the square yard. The quantity to be
paid for will be the actual area of surface cold planed irrespective of the number of passes
required to obtain the depth shown on the plans.
Payment
The contract price paid per square foot for cold plane conform grind shall include full
compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for
doing all the work involved in cold planing asphalt concrete surfacing and disposing of planed
material, including furnishing the asphalt concrete for and constructing, maintaining,
removing, and disposing of temporary asphalt concrete tapers, as specified in the Caltrans
Standard Specifications and these special provisions and as directed by the Engineer.
C. REMOVE AND SALVAGE SIGN AND POST
Existing signs called out for Remove and Salvage referred to both signs and posts. They shall
be removed and salvaged and given to the Construction Manager or Inspector assigned to this
project.
Sign locations shall be restored with the hole filled with clean fill dirt, and lightly compacted.
Cost for Remove and Salvage Sign and Post shall be included in Mobilization, and no other
payment shall be made thereafter.
11.4 CAPE SEAL
Cape Seal shall be a combination of Chip Seal Coat follow by Micro-surfacing. In between
laying of chip seal and micro-surfacing, a minimum of 3 days curing interval shall be
established.
11.4.a CHIP SEAL COAT
Circle Drive Rehabilitation Page 4-4
Rohnert Park City Proj. No. 2017-16
Chip Seal coat shall be the Medium Seal Coat type and shall conform to the provisions in
Section 37-1, "Seal Coats," of the Caltrans Standard Specifications and these technical
provisions.
MATERIALS
Quality Control Testing
Attention is directed to Section 6-3.02, "Testing By Contractor," of the Caltrans Standard
Specifications. The name of an independent testing laboratory that participates in the
AASHTO Proficiency Sample Program shall be submitted to the Engineer for approval at least
10 days before beginning seal coat operations. The independent testing laboratory shall
conduct quality control testing on the polymer modified asphaltic emulsion for viscosity, sieve,
demulsibility, and torsional recovery properties within 3 business days of sampling. The
results shall be submitted to the Engineer within 7 days of the receipt of the samples. Within
10 days of beginning the seal coat operation, the Contractor's independent testing laboratory
shall conduct the Vialit Test Method for aggregate in Chip Seals, French Chip for the retention
requirement and submit a signed copy of test results report to the Engineer.
Polymer Modified Asphaltic Emulsion
Asphaltic emulsion for the seal coat shall be Grade PMCRS-2h cationic polymer modified
asphaltic emulsion.
The polymer used to produce polymer modified asphaltic emulsion shall be an elastomeric
polymer.
The polymer modified asphaltic emulsion shall be thoroughly circulated in the truck prior to
obtaining a sample. The samples shall be taken from the distributor truck at mid-load or from
a sampling tap or thief. Before the samples are taken, one gallon shall be drawn from the
sampling device and discarded. Two separate 0.5-gallon samples shall be taken in the presence
of the Engineer. The Contractor shall provide one sample to the Contractor's approved
independent testing laboratory in an insulated shipping container, within 24 hours of sampling.
The second sample shall be given to the Engineer in an insulated shipping container, within
24 hours of sampling. Polymer modified asphaltic emulsion and screenings shall meet a
90 percent retention requirement when tested in conformance with the requirements in the
Vialit Test Method for aggregate in Chip Seals, French Chip.
In addition to the Test on Residue from Evaporation Test for asphaltic emulsion
Grades PMRS2, PMRS2h, PMCRS2, and PMCRS2h in Table 3 of the Requirements for
Polymer Modified Asphaltic Emulsion in Section 94-1.04, "Method of Test," of the Caltrans
Standard Specifications, the following shall apply:
A. The penetration at 59° F (7 ounces for 60 seconds) shall be minimum of 6 when
determined in conformance with the requirements in AASHTO Designation: T 49.
B. The requirement for Elastic Recovery shall be Report Only when determined in
conformance with the requirements in AASHTO Designation: T 301.
C. Polymer Content, percent (by weight) shall not apply.
D. Ring and Ball Softening Point temperature shall be a minimum of 32° F in
conformance with the requirements in AASHTO Designation: T 53, for Test on
Residue from Evaporation.
Circle Drive Rehabilitation Page 4-5
Rohnert Park City Proj. No. 2017-16
Test results for polymer modified asphaltic emulsion not within the allowable ranges specified,
based upon the Engineer's tests, will be assessed a pay factor value in increments as follows:
Pay Factor Value Table
Test Method and Property Increment Pay Factor Value
Test on polymer modified asphaltic emulsion
AASHTO Designation: T 59
(Viscosity SSF at 50C)
each 10 seconds above max. or below
min
1
AASHTO Designation: T 59
(Settlement, 5 days percent)
each 1.5 percent above max. 1
AASHTO Designation: T 59
(Sieve test, percent max.)
each 0.2 percent above max 1
AASHTO Designation: T 59
(Demulsibility percent)
each 2 percent below min. 1
Test on Residue from Evaporation Test
AASHTO Designation: T 49
(Penetration, 15C)
each 2 dm above max. or below min 1
ASTM Designation: D 36
(Field softening point C)
2C below min 1
California Test 332
Torsional Recovery
For each one increment below
the min. value of 18, or
1
For each two increments below
the min. value of 18, or
3
For each three or more increments
below the min. value of 18
10
Improper sampling (see note) 1
Note:
Improper sampling shall also include samples that are sampled in inappropriate sample
containers, or shipped in inappropriate containers.
If test results for polymer modified asphaltic emulsion are not within the allowable ranges,
specified seal coats shall be removed. However, if requested in writing by the Contractor and
approved by the Engineer, the seal coat containing total pay factor values of not more than 20
may remain in place. The Contractor shall pay to the State the following amount for the
asphaltic emulsion represented by the tests and left in place.
Circle Drive Rehabilitation Page 4-6
Rohnert Park City Proj. No. 2017-16
Total Pay Factor
Value
Payment to City
0 none
1 - 2 $5.00 per ton
3 - 5 $10.00 per ton
6 - 9 $15.00 per ton
10 - 14 $25.00 per ton
15 - 20 $50.00 per ton
At least 90 percent by weight of the screenings shall consist of crushed particles as determined
by California Test 205. A crushed particle is defined as a particle having 2 or more fresh
mechanically fractured faces.
The percentage composition by weight of screenings shall conform to the following grading:
Medium 3/8" max. size
Sieve Sizes Percentage Passing
3/4" —
1/2" 100
3/8" 85 - 100
No. 4 0 - 15
No. 8 0 - 5
No. 16 —
No. 30 —
No. 200 0 - 2
Cleanness Value quality requirement of screenings shall be 86 minimum in conformance with
the requirements in California Test 227.
Cleanness Value test results for screenings below 86, will require that the seal coat represented
by the test shall be removed. However, if requested in writing by the Contractor and approved
by the Engineer, seal coat containing screenings with a Cleanness Value below 86, but not less
than 75, may remain in place. The Contractor shall pay to the State the following amount for
the screenings represented by the test and left in place:
Cleanness
Value
Payment to City
86 or over None
81 - 84 $2.20 per ton
77 - 80 $4.40 per ton
75 - 76 $6.60 per ton
When the results of tests for polymer modified asphaltic emulsion and the aggregate grading
and Cleanness Value requirements for screenings do not conform to the requirements specified,
each payment to the State shall apply. The City may deduct these amounts from any moneys
due, or that may become due, the Contractor under the contract. No single test for polymer
modified asphaltic emulsion shall represent more than 55 tons or one day's production,
whichever is smaller. No single aggregate grading or Cleanness Value test shall represent
more than 303 tons or one day's production, whichever is smaller.
Circle Drive Rehabilitation Page 4-7
Rohnert Park City Proj. No. 2017-16
CONSTRUCTION
Polymer modified asphaltic emulsion shall not be placed when the ambient air temperature is
expected to fall below 39 F within 24 hours after placement.
11.4.b MICRO-SURFACING
GENERAL
Summary
This work includes mixing a polymer modified cationic micro-surfacing emulsion (MSE),
water, additives, mineral filler, and aggregate and spreading the mixture on pavement.
At least 10 days before starting micro-surfacing, submit a mix design and a mix design report
of laboratory tests performed for the micro-surfacing materials. A representative of your
laboratory performing the mix design and tests must sign the report. The Engineer reviews and
approves the submittal before you start micro-surfacing.
Do not substitute materials after the mix design is approved unless the substitute materials are
laboratory-tested and you submit a new mix design and report. Do not use substitute materials
until the Engineer approves the mix design for those materials.
Submit a Certificate of Compliance with each MSE shipment as specified for asphaltic
emulsion in Section 94-1.05, "Test Report," of the Caltrans Standard Specifications.
Before micro-surfacing activities start, submit the name of a person authorized to communicate
with the Engineer about days when unsuitable weather conditions prevent micro-surfacing.
Mix Design
A mix design consists of performing tests to determine the optimum mix proportions and
micro-surfacing qualities. Use a laboratory to perform the mix design. The component
materials used in the mix design must have the same qualities as the micro-surfacing materials
used.
The mix design proportions must comply with:
Micro-Surfacing Mix Design Proportion Limits
Material Proportion Limits
MSE residual asphalt 5.5 - 9.5% of aggregate dry weight
Water and additives No limit
Mineral filler 0 - 3% of aggregate dry weight
Your laboratory must be capable of performing International Slurry Surfacing Association
(ISSA) tests. The mix design must comply with:
Circle Drive Rehabilitation Page 4-8
Rohnert Park City Proj. No. 2017-16
Micro-Surfacing Mix Design Tests
Property ISSA Test Method
a
Specification
Wet Cohesion
@ 30 minute (set), minimum, kg-cm
@ 60 minute (traffic), minimum , kg-cm
TB 139
12
20
Excess asphalt, maximum, g/m2 TB 109 540
Wet stripping, minimum, % TB 114 90
Wet track abrasion loss
6-day soak, maximum, g/m2
TB 100
810
Displacement
Lateral, maximum, %
Specific gravity after 1000 cycles of 57
kg, maximum
TB 147A
5
2.10
Classification compatibility, minimum,
grade points
TB 144
(AAA, BAA) 11
Mix time @ 25 °C, minimum TB 113 Controllable to 120 seconds
Note:
a TB = Technical Bulletin
Mix Design Report
The mix design report must include:
1. Test results used in the mix design
2. Based on the aggregate's dry weight, the proportions of:
2.1. Aggregate
2.2. Water, minimum and maximum
2.3. Additives
2.4. Mineral filler, minimum and maximum
2.5. MSE residual asphalt content, minimum and maximum
3. Based on heating the mixture to 100 °F and mixing for 60 seconds, any
recommended changes to the proportions of:
3.1. Water
3.2. Additives
3.3. Mineral filler
Do not recommend these changes when nighttime applications are specified or when
atmospheric temperatures below 90 °F are forecast for daytime applications.
4. A comparison of each individual material's test results to its specified values. The
Engineer accepts mix design reports prepared within the previous 12 months of this
project's mix design report submittal if the test results are for the same materials.
5. The quantitative moisture effects on the aggregate's unit weight determined under
ASTM C 29M.
Circle Drive Rehabilitation Page 4-9
Rohnert Park City Proj. No. 2017-16
Quality Control and Assurance
In the presence of the Engineer, calibrate each truck mounted mixer-spreader used. Notify the
Engineer at least 5 business days before calibrating. Calibration must comply with the Caltrans
Material Plant Quality Program (MPQP).
If the City approves a truck mounted mixer-spreader, its calibration is valid for 6 months
provided you:
1. Use the same truck verified with a unique identifying number
2. Use the same materials in compliance with the approved mix design
3. Do not perform any repair or alteration to the proportioning systems
Before using a variable rate emulsion pump, the pump must be calibrated and sealed in the
calibrated condition under the MPQP.
Each aggregate grading and sand equivalent test must not represent more than the lesser of 300
tons or 1 day's micro-surfacing production.
Allow enough cure time for micro-surfacing to comply with the lane closure hours specified in
"Maintaining Traffic" of these special provisions.
MATERIALS
Micro-Surfacing Emulsion
MSE consists of asphalt, polymer, and emulsifier solution. MSE must be homogenous.
Add polymer modifier to asphalt or emulsifier solution before emulsification. Polymer solids
must be a minimum 3 percent by weight of MSE residual asphalt.
MSE must comply with:
Micro-Surfacing Emulsion
Property Test Method Specification
Viscosity @ 25 C, SSF AASHTO T 59 15 - 90 seconds
Sieve Test, maximum AASHTO T 59 0.30%
Settlement, 5 days, maximum a ASTM D 244 5%
Storage Stability, 1 day, maximum AASHTO T 59 1%
Residue by Evaporation, minimum California Test
331
62%
Note:
a Waived if used within 48 hours of shipment.
Residue by evaporation must comply with:
Circle Drive Rehabilitation Page 4-10
Rohnert Park City Proj. No. 2017-16
Micro-Surfacing Emulsion Residue By Evaporation
Property Test Method Specification
G* @ 20 ºC, 10 rad/sec, MPa AASHTO T 315 Report Only
Penetration @ 25 ºC AASHTO T 49 40 - 90
Phase Angle @ 50 C, 10 rad/sec,
PA (maximum) - PA base
AASHTO T 315 Report Only
Softening Point, minimum, ºC AASHTO T 53 57
Stiffness @ -12 C, MPa, and M-value AASHTO T 313 Report Only
Water and Additives
Water or additives must not cause MSE to separate from micro-surfacing during application.
Mineral Filler
If portland cement is used as mineral filler, it must be any combination of Type I, Type II, or
Type III cement under Section 90-2.01A, "Cement," of the Caltrans Standard Specifications.
Aggregate
Aggregate must be free of:
1. Vegetable matter
2. Deleterious substances
3. Clay lumps
4. Oversized particles
Aggregate must be Type II. If you blend aggregate from different sources, each source's
aggregate must comply with the aggregate specifications except grading.
Aggregate grading must comply with:
Aggregate Grading
Percentage Passing
Sieve Sizes Type II Type III
3/8 in. 100 100
No. 4 94 - 100 70 - 90
No. 8 65 - 90 45 - 70
No. 16 40 - 70 28 - 50
No. 30 25 - 50 19 - 34
No. 200 5 - 15 5 - 15
Aggregate properties excluding mineral filler must comply with:
Circle Drive Rehabilitation Page 4-11
Rohnert Park City Proj. No. 2017-16
Micro-surfacing Aggregate
Property California Test Specification
Sand equivalent, minimum 217 65
Durability index, minimum 229 65
Percentage of crushed particles, minimuma 205 95%
Los Angeles Rattler
Loss at 500 rev., maximumb 211 35%
Notes:
a Crushed particles must have at least 1 fractured face.
b California Test 211 must be performed on the parent aggregate before crushing.
CONSTRUCTION
Proportioning
Using the approved mix design, proportion the micro-surfacing materials by volume.
Field conditions may require adjustments during construction. Obtain the Engineer's approval
before adjusting proportions.
A belt feeder with an adjustable cutoff gate must proportion aggregate. The gate opening
height must be determinable.
For the aggregate belt feeder, the delivery rate for any individual check run must not deviate
more than 2 percent from the average of the rates of 3 runs of at least 3 tons each.
Proportion MSE using a positive displacement pump.
For the emulsion pump, the delivery rate for any individual check run must not deviate more
than 2 percent from the average of the rates of 3 runs of at least 300 gallons each.
Mixing and Spreading Equipment
General
Choose a continuous self-loading mixing machine or truck mounted mixer-spreaders.
In areas inaccessible to spreading equipment, spread the micro-surfacing mixture with hand
tools. If micro-surfacing is placed with hand tools, first lightly dampen the area. Do not
handle or shift the mixture.
Continuous Self-Loading Mixing Machine
Continuous self-loading mixing machine must be automatically sequenced and self-propelled.
The mixing machine must deliver the micro-surfacing materials to a double shafted mixer and
discharge the mixed product on a continuous flow basis. The mixing machine must have
sufficient storage capacity for the micro-surfacing materials to maintain a continuous supply to
the proportioning controls. The mixing machine must be self-loading without interrupting the
micro-surfacing application. The mixing machine operator must have full control of forward
and reverse speeds during application.
Circle Drive Rehabilitation Page 4-12
Rohnert Park City Proj. No. 2017-16
Truck Mounted Mixer-Spreaders
Truck mounted mixer-spreaders must proportion micro-surfacing materials by volume and mix
them in continuous pugmill mixers. Before starting mixing and spreading activities,
demonstrate:
1. Rotating and reciprocating equipment is covered with metal guards.
2. Indicators work and are visible while walking alongside the truck mounted mixer-
spreader.
3. Low-flow and no-flow devices work.
4. The aggregate feeder's drive shaft is equipped with a revolution counter that reads to
the nearest 0.10 of a revolution.
Aggregate feeders must be connected directly to the drive on the emulsion pump.
Truck mounted mixer-spreaders must display identifying numbers at least 3 inches in height on
the front and rear of the truck.
The emulsion storage tank must have a thermometer at the pump suction level measuring the
MSE temperature to within 10 °F accuracy.
The belt feeder delivering aggregate to the pugmill must have a device monitoring the
aggregate depth. The device must automatically shut down the power to the belt feeder if the
aggregate depth is less than the target depth. If the aggregate delivery belt is not an integral
part of the drive chain, a second device must detect belt movement by monitoring revolutions
of the belt feeder. This second device must automatically shut down power to the belt feeder if
movement is interrupted. For both devices, shutdown may be delayed 3 seconds from sensing
to allow for normal fluctuations.
Spreader Box
Spreader box must be capable of spreading the micro-surfacing a minimum of 12 feet wide and
preventing the loss of micro-surfacing. Spreader boxes over 8 feet in application width must
have a device, such as baffles or reversible motor driven augers, to ensure uniform application
of super-elevated sections and shoulder slopes. Clean micro-surfacing and MSE from the
spreader box before each work shift.
The spreader box must have a series of strike-off devices at its rear.
The leading strike-off device must be:
1. Fabricated of a suitable material such as steel or stiff rubber
2. Designed to maintain close contact with the pavement during spreading
3. Capable of obtaining the specified thickness
4. Capable of being adjusted to the various pavement cross sections
The final strike-off device must be:
1. Fabricated of flexible material that produces a uniform texture in the finished surface
2. Cleaned daily and changed if longitudinal scouring occurs in the micro-surfacing
Do not use flexible drags attached to the rear of the spreader box.
Circle Drive Rehabilitation Page 4-13
Rohnert Park City Proj. No. 2017-16
Shoulder Equipment
Spread micro-surfacing on shoulders with a device such as an edge box that forms clean and
straight joints and edges.
Scratch Course Box
Spread scratch course with the same type spreader box used to spread micro-surfacing except
use an adjustable steel strike-off device instead of a final strike-off device.
Wheel Path Depression (Rut) Box
Wheel path depression (rut) boxes must have adjustable strike-off devices between 5 feet and 6
feet wide that regulate depth. The rut box must also have devices such as hydraulic augers
capable of:
1. Moving the mixed material from the rear to the front of the filling chamber
2. Guiding larger aggregate into the deeper section of the wheel path depression
3. Forcing the finer material towards the outer edges of the spreader box
Weather Conditions
Only place micro-surfacing if both the pavement and air temperatures are at least 45 °F and
rising. Do not place micro-surfacing if either the pavement or air temperature is below 50 °F
and falling.
Do not place micro-surfacing if rain is imminent or the air temperature is expected to be below
36 °F within 24 hours after placement.
Before 4:00 p.m. on the day before your first intended day to perform micro-surfacing work,
the Engineer may give you notice the first intended day is not suitable.
After you have started micro-surfacing activities, the Engineer has until 4:00 p.m. the day
before the next working day to give you unsuitable day notice. If the Engineer gives you
unsuitable day notice, do not apply micro-surfacing that day. On unsuitable days, the
specifications for maintaining micro-surfacing already applied are not void. The Engineer does
not count notified unsuitable days as micro-surfacing working days, regardless of the actual
conditions or whether maintenance was performed.
Absence of an unsuitable day notice does not void the specifications restricting micro-
surfacing application. Return, store, or dispose of any micro-surfacing materials you deliver to
the job site when the conditions are unsuitable. The Engineer does not count a working day for
micro-surfacing for a day when the conditions are unsuitable but you did not receive a notice.
If you fail to submit the name of a person authorized to communicate with the Engineer about
unsuitable day notices, the specifications for payment and working days when a day is
unsuitable but you did not receive a notice are void.
Preparation For Micro-surfacing
Remove loose particles of extraneous materials including paving and dirt by any non-
destructive method including flushing or sweeping.
You may fog the roadway surface with water ahead of the spreader box. The fog spray must
be adjusted for pavement:
1. Temperature
2. Surface texture
Circle Drive Rehabilitation Page 4-14
Rohnert Park City Proj. No. 2017-16
3. Dryness
Repair Wheel Path Depression
If repair wheel path depression is specified, before spreading micro-surfacing, fill wheel path
depressions and irregularities with micro-surfacing material. If the depressions are less than
0.04 foot deep, fill with a scratch course. If the depressions are 0.04 foot deep or more, fill
with a wheel path depression (rut) box.
Spread scratch course by adjusting the steel strike-off of a scratch course box until it is directly
in contact with the pavement surface.
Spread micro-surfacing with a rut box leaving a slight crown at the surface. Use multiple
applications to fill depressions more than 0.12 foot deep. Do not apply more than 0.12 foot in
a single application.
Allow traffic to compact each wheel path depression application for a minimum of 12 hours
before placing additional micro-surfacing.
Micro-surfacing Placement
Spread micro-surfacing in compliance with:
Micro-surfacing Spread Rates
Micro-surfacing Type Location Spread Rate Range
(pounds of dry aggregate
per sqyd)
Type II Full Lane Width 10 - 20
Type IIIa Full Lane Width 20 - 32
Type IIIb Full Lane Width 30 - 32
Notes:
a Over asphalt concrete pavement
b Over portland cement concrete pavement and concrete bridge decks
Spread micro-surfacing either in the direction of traffic or in the opposite direction.
Keep hand tools available to remove spillage.
Joints
Construct longitudinal and transverse joints on micro-surfacing that are:
1. Uniform
2. Straight
3. Neat in appearance
4. Butt-type joints
5. Without material build-up
6. Without uncovered areas
Place longitudinal joints:
1. On centerlines, lane lines, edge lines, or shoulder lines
2. With overlaps not more than 3 inches
Set the leading edge of roofing felt on transverse joints to create a straight butt-joint with the
next application when the roofing felt is removed.
Circle Drive Rehabilitation Page 4-15
Rohnert Park City Proj. No. 2017-16
The maximum difference between the pavement surface and the bottom edge of a 12 foot
straightedge placed perpendicular to the joint must be:
1. 0.04 foot for longitudinal joints
2. 0.03 foot for transverse joints
Finished Surface
Finish micro-surfacing to be free of irregularities such as scratch or tear marks. You may leave
up to 4 marks that are 1/2 inch or wider and 6 inches or more long per 75 linear feet of micro-
surfacing placed. Do not leave any marks that are over 1 inch wide or 6 inches long.
Sweep micro-surfacing 24 hours after placement without damaging micro-surfacing. For 5
days afterward, sweep micro-surfacing daily.
Repair Of Early Distress
If bleeding, raveling, delaminating, rutting, or washboarding occurs after placing the micro-
surfacing, make repairs using a method approved by the Engineer.
11.4.c SWEEPING
This section governs the sweeping operation for the cape seal areas only. Construction area
shall be swept after seal coats are laid until loose aggregates are gone, that sweeping period
shall commence immediately after the first coat of micro-surfacing. The minimum sweeping
schedule shall be:
Chip Seal: Sweep three consecutive work days after application;
Microsurfacing: Sweep three consecutive days after application.
Note, curing period between chip seal and micro-surfacing shall be a minimum of three days.
Additionally, a final post installation sweep is required. The final post installation sweep shall
take place after 2 weeks of the final installation or cape seal.
MEASUREMENT AND PAYMENT
Cape Seal Seal. The contract item price paid per square foot of Cape Seal. Full compensation
for sampling and testing polymer modified asphaltic emulsion shall be considered as included
in the contract price paid per square foot of cape seal, and no additional compensation will be
allowed therefor.
Sweeping will be paid separately as a lump sum item. Payment for Street Sweeping in lump
sum price shall include tools, street sweeper, fuel, and everything else in completing street
sweeping and no additional compensation will be allowed therefor.
11.5 ASPHALT CONCRETE
Asphalt concrete shall be Type B (1/2” Max aggregate) and shall conform to the provisions in
Section 39, "Asphalt Concrete," of the Caltrans Standard Specifications and these special
provisions.
The grade of asphalt binder to be mixed with aggregate for Type B asphalt concrete shall be
PG Grade 64-16 conforming to the provisions in Section 92, "Asphalts," of the Caltrans
Standard Specifications.
Circle Drive Rehabilitation Page 4-16
Rohnert Park City Proj. No. 2017-16
The asphalt content of the asphalt mixture will be determined in conformance with the
requirements in California Test 379, or in conformance with the requirements in California
Test 382.
Paint binder (tack coat) shall be applied to existing surfaces to be surfaced and between layers
of asphalt concrete, except when eliminated by the Engineer.
Paint binder (tack coat) shall be paving asphalt conforming to the provisions in
Section 39-4.02, "Prime Coat and Paint Binder (Tack Coat)," and Section 92, "Asphalts," of
the Caltrans Standard Specifications. The grade of paving asphalt to be used as paint binder
will be determined by the Engineer.
Paint binder (tack coat) shall be applied to the gallon per square yard range limits specified for
the surfaces to receive asphalt concrete in the tables below. The exact application rate within
the range will be determined by the Engineer.
Application Rates for Asphaltic Emulsion Paint Binder (Tack Coat) on Asphalt Concrete (except
Open Graded) and on Portland Cement Concrete Pavement (PCCP)
Type of surface to receive
paint binder (tack coat)
Slow-Setting Asphaltic
Emulsion
gal/sq yd (Note A)
Rapid-Setting Asphaltic
Emulsion
gal/sq yd (Note B)
Dense, compact surfaces,
between layers, and on
PCCP
0.04 - 0.08 0.02 - 0.04
Open textured, or dry,
aged surfaces
0.08 - 0.20 0.04 - 0.09
Note A Slow-setting asphaltic emulsion is asphaltic emulsion diluted with additional water.
Water shall be added and mixed with the asphaltic emulsion (containing up to
43 percent water) so the resulting mixture contains one part asphaltic emulsion and
not more than one part added water. The water shall be added by the emulsion
producer or at a facility that has the capability to mix or agitate the combined blend.
Note B Undiluted rapid-setting asphaltic emulsion
Application Rates for Paint Binder (Tack Coat) on
Asphalt Concrete
Type of surface to receive paint binder
(tack coat)
Paving Asphalt
gal/sq yd
Dense, compact surfaces, between layers,
and on PCCP
0.01 – 0.02
Open textured, or dry, aged surfaces 0.02 – 0.06
Asphalt concrete paving will be measured by the ton in accordance with section 39, “Hot Mix
Asphalt,” of the Caltrans Standard Specifications. No separate measurement and payment will
Circle Drive Rehabilitation Page 4-17
Rohnert Park City Proj. No. 2017-16
be made for prime coat, cold plane, header board and paint binder required between paving
courses, and at conforms to existing pavement.
The contract item price paid per ton for Asphalt concrete includes full compensation for doing
all the work involved in constructing asphalt concrete, transport tack coat, labor, material,
compaction, complete in place as shown on the plans and as directed by the Engineer.
11.6 DIGOUT REPAIR
Digout repair shall be paid in two separate pay items: Cold Plane Asphalt Concrete Pavement
in square foot, and Asphalt Concrete in tons. Technical specifications for cold plane asphalt
concrete and asphalt concrete shall also govern for Digout Repair.
11.7 PAVING MAT
Material
Paving mat shall be Glaspave 50 of equivalent. Paving Mat shall be a nonwoven fiberglass and
polyester hybrid material compliant with section 96 of the 2015 Caltrans Standard
Specifications.
Installation
Prior to installation, pavement surface shall be inspected for cleanliness and roughness.
Pavement surface shall be smooth and clean per manufacturer’s guidelines.
Installation of Pavement Reinforcing Mat shall be in accordance to the manufacturer
recommendations.
Measurement and Payment
Full compensation for cleaning pavement immediately in advance of placing binder, pavement
reinforcing fabric, and asphalt concrete surfacing shall be considered as included in the
contract price paid per square yard for pavement reinforcing fabric and no separate payment
will be made therefor.
11.8 MISCELLANEOUS CONCRETE CONSTRUCTION
Miscellaneous Concrete (Sidewalk), Miscellaneous Concrete (Curb and Gutter), Curb Ramp
shall conform to the provisions in Section 73, "Concrete Curbs and Sidewalks," of the Standard
Specifications, the City of Rohnert Park Manual of Standard and these special provisions.
Existing curb ramp marked for reconstructed shall be shall demolish, and reconstructed per
latest Caltrans Standard Plans A88A, Case A or D or as directed by the Engineer.
Curb ramp detectable warning surface shall consist of raised truncated domes constructed or
installed on curb ramps in conformance with the details shown on the plans and these special
provisions. At the option of the Contractor, the detectable warning surface shall be
prefabricated, cast-in-place, or stamped into the surface of the curb ramp. The color of the
detectable warning surface shall be yellow conforming to Federal Standard 595B, Color
No. 33538.
Circle Drive Rehabilitation Page 4-18
Rohnert Park City Proj. No. 2017-16
Prefabricated detectable warning surface shall be in conformance with the requirements
established by the Department of General Services, Division of State Architect and be attached
in conformance with the manufacturer's recommendations.
Cast-in-place and stamped detectable warning surfaces shall be painted in conformance with
the provisions in Section 59-6, "Painting Concrete," of the Standard Specifications.
The finished surfaces of the detectable warning surface shall be free from blemishes.
Prior to constructing the cast-in-place or stamping the detectable warning surface, the
Contractor shall demonstrate the ability to produce a detectable warning surface conforming to
the details shown on the plans and these special provisions by constructing a 24" x 24" test
panel.
The manufacturer shall provide a written 5-year warranty for prefabricated detectable warning
surfaces, guaranteeing replacement when there is defect in the dome shape, colorfastness,
sound-on-cane acoustic quality, resilience, or attachment. The warranty period shall begin
upon acceptance of the contract.
Measurement and Payment
The contract item price paid per square feet for Miscellaneous Concrete (Sidewalk) includes
full compensation for doing all the work involved removing existing concrete, constructing
sidewalk or landing, provide base material, compaction, complete in place as shown on the
plans and as directed by the Engineer.
The contract item price paid per linear feet for Miscellaneous Concrete (curb and gutter)
includes full compensation for doing all the work involved removing existing concrete,
constructing curb and gutter, provide base material, compaction, complete in place as shown
on the plans and as directed by the Engineer.
The contract item price paid per each for Curb Ramp includes full compensation for doing all
the work involved in removing existing concrete, constructing the new ramp, provide base
material, compaction, complete in place as shown on the plans and as directed by the Engineer.
The contract item price paid per each for Retrofitting Curb Ramp includes full compensation
for doing all the work involved in attaching truncated domes onto existing ADA compliant
ramps, and as directed by the Engineer.
11.9 THERMOPLASTIC PAVEMENT STRIPING AND MARKING
Thermoplastic traffic stripes (traffic lines) and pavement markings shall be applied in
conformance with the provisions in Section 84, "Traffic Stripes and Pavement Markings," of
the Caltrans Standard Specifications and these special provisions.
Thermoplastic material shall be free of lead and chromium, and shall conform to the
requirements in State Specification PTH-02ALKYD.
Retroreflectivity of the thermoplastic traffic stripes and pavement markings shall conform to
the requirements in ASTM Designation: D 6359-99. White thermoplastic traffic stripes and
pavement markings shall have a minimum initial retroreflectivity of 250 mcd m-2 lx-1.
Circle Drive Rehabilitation Page 4-19
Rohnert Park City Proj. No. 2017-16
Yellow thermoplastic traffic stripes and pavement markings shall have a minimum initial
retroreflectivity of 150 mcd m-2 lx-1.
Where striping joins existing striping, as shown on the plans, the Contractor shall begin and
end the transition from the existing striping pattern into or from the new striping pattern a
sufficient distance to ensure continuity of the striping pattern.
Thermoplastic traffic stripes shall be applied at the minimum thickness and application rate as
specified below. The minimum application rate is based on a solid stripe of 4 inches in width.
Minimum Stripe Thickness
(inch)
Minimum Application Rate
(lb/ft)
0.079 0.27
Thermoplastic traffic stripes and pavement markings shall be free of runs, bubbles, craters,
drag marks, stretch marks, and debris.
At the option of the Contractor, permanent traffic striping and pavement marking tape
conforming to the provisions in "Prequalified and Tested Signing and Delineation Materials"
of these special provisions may be placed instead of the thermoplastic traffic stripes and
pavement markings specified herein. Permanent tape, if used, shall be installed in
conformance with the manufacturer's specifications.
If permanent tape is placed instead of thermoplastic traffic stripes and pavement markings, the
tape will be measured and paid for by the linear foot as thermoplastic traffic stripe and by the
square foot as thermoplastic pavement marking.
Payment
Payment for Thermoplastic Pavement Marking per square foot shall be measured and paid for
in accordance with Section 84 of Caltrans Standard Specifications.
Pavement for Thermoplastic Pavement Striping per lineal foot shall be measured and paid for
in the type of Pavement Striping in accordance with Section 84 of Caltrans Standard
Specifications.
Payment for Thermoplastic Parking Tick per each parking stall striped shall be measured and
paid for in accordance to Section 84 of Caltrans Standard Specifications and shall include all
material, layout, removal of existing striping, and doing all work related to Thermoplastic
Parking Ticks.
11.10 PAVEMENT MARKERS
Pavement markers shall be placed in conformance with the provisions in Section 85,
"Pavement Markers," of the Caltrans Standard Specifications and these special provisions.
Attention is directed to "Traffic Control System For Lane Closure" of these special provisions
regarding the use of moving lane closures during placement of pavement markers with
bituminous adhesive.
The Contractor shall furnish the Engineer certificates of compliance for the pavement markers
in conformance with the provisions in Section 6-1.07, "Certificates of Compliance," of the
Caltrans Standard Specifications.
Circle Drive Rehabilitation Page 4-20
Rohnert Park City Proj. No. 2017-16
Retroreflective pavement markers shall be marked as abrasion resistant on the body of the
markers.
Retroreflective pavement markers placed in pavement recesses shall be cemented with a
flexible, polymer-modified, hot-melt asphaltic adhesive conforming to the following
requirements:
Specification ASTM Designation Requirement
Penetration, mm, 100 g, 5 seconds, 25°C D 5 3.0 Maximum
Softening Point, °C D 36 93 Minimum
Brookfield Thermosel Viscosity, Pa s,
No. 27 Spindle, 20 RPM, 191°C
D 4402
2.5 - 6
Ductility, cm, 5 cm/min, 25°C D 113 15 Minimum
Ductility, cm, 1 cm/min, 4°C D 113 5 Minimum
Flexibility D 31111, 2, 3, 4 No breaks or cracks
Notes:
1. Modify ASTM Designation: D 3111, Paragraph 6, to "The test apparatus consists of
a mandrel one inch in diameter by 3 inch to 6 inch in length, supported at each end."
2. Modify ASTM Designation: D 3111, Paragraph 7, to "The test specimen dimensions are
one inch wide, 6 inch long, and 1/8 inch thick."
3. Modify ASTM Designation: D 3111, Paragraph 8, to "Condition the test specimens and apparatus
for 4 hours at 19 F before testing.
4. Modify ASTM Designation: D 3111, Paragraph 10.5, to "Bend the test specimens 90° over the
mandrel at a uniform rate in 10 seconds while maintaining intimate contact with the mandrel."
Testing of adhesive bond strength will be performed on sandblasted concrete brick surface in
conformance with the requirements in California Test 669 and these special provisions. The
concrete brick surface will be sandblasted in conformance with the requirements in California
Test 423. The test plugs of 2-inch diameter will be conditioned at 221 F for a minimum of
2 hours before bonding to the sandblasted concrete surface. The adhesive sample will be
heated to the application temperature as recommended by the manufacturer and a sample of
3 inch diameter in area will be poured onto the sandblasted concrete surface. The heated plug
will immediately be pressed onto the puddle of hot adhesive to squeeze out excess adhesive.
The excess adhesive extruding from under the plug will be removed. The assembly will be
allowed to cure for 24 hours at 73 F 3.6 F and then be tested to bond failure at a crosshead
speed of 2 inches per minute. The reported peak load and the bond strength value will be the
average of 3 tests, respectively. The same bond strength test will be performed on
retroreflective pavement markers. Instead of placing the heated adhesive sample on the
sandblasted concrete surface, it will be placed on the bottom of the pavement markers.
Minimum bond strength to the sandblasted concrete brick surface shall be 100 psi and
minimum bond strength to retroreflective pavement markers shall be 119 psi.
Adhesive placed in pavement recesses shall be applied as recommended by the manufacturer.
Payment
Pavement for Pavement Markers per each shall be measure and payed for in the type of Traffic
Lines in accordance to Section 82 of Caltrans Standard Specifications.
11.11 BICYCLE RACK
Circle Drive Rehabilitation Page 4-21
Rohnert Park City Proj. No. 2017-16
Bicycle Rack shall be U Type bicycle racks, U-Rack Bike Rack Model 543-1054 or equivalent.
Installation of bicycle rack shall be according to the manufacturer’s specifications.
Payment for bicycle rack per each rack install shall be paid for each bicycle rack installed and
no payment shall be made thereafter. Payment shall include all materials, labor, tools, and
sealant.
11.12 RAISE UTILITY COVER
Sewer manhole cover, sewer cleanout, water valve cover shall be raised in accordance with the
City of Rohnert Park Manual of Standards and this technical specification.
Sewer manhole frame and cover shall not be used. New sewer manhole frame and cover shall
be provided by the City as City furnished materials.
Survey monument cover shall be raised in accordance with the City of Rohnert Park Manual of
Standards and this technical specification.
Payment for raising sewer manhole and water valve per each item raised include all labor,
tools, materials (other than City furnished material), cement, and sealant, necessary to
complete the work.
Payment for raising survey monument per each item raised include all labor, tools, materials,
cement, and sealant necessary to complete the work.
11.13 SIGNS
Signs shall be in accordance to the standard specified in MUTCD, latest edition. Motorcycle
Parking Sign, quality, size, and lettering shall be consistent with other signs to be installed in
the park.
Signposts and sign installation shall be in accordance with the City of Rohnert Park Manual of
Standard.
Payment for signs paid per each shall include all material, post, labor, tools, and sealant
necessary to complete the work.
11.14 PAINT RED CURB
Red curb painting consists of painting the curb vertical face and the curb top red. Two coats of
paint shall be applied with curing between the first coat and second coat be a minimum of 30
minutes.
Paint shall be of commercial quality suitable for outdoor use.
Prior to painting, concrete curb surface shall be cleaned, with debris, dirt, loose material,
vegetation removed. A minimum of one passage of wire brush will be required for concrete
curb surface preparation.
Payment for red curb painting in linear feet shall include all labor, material, tools necessary to
complete the work.
Circle Drive Rehabilitation Page 4-22
Rohnert Park City Proj. No. 2017-16
11.15 WHEEL STOP
Wheel Stop consists of furnishing and installing commercially available concrete wheel stops.
Payment for wheel stop per each installed shall include all labor, material, tools necessary to
install and secure wheel stop in place and no additional payment shall be made thereafter.
Circle Drive Rehabilitation Page 4-23
Rohnert Park City Proj. No. 2017-16
PART 5 – DRAWINGS
Circle Drive Rehabilitation Page 4-24
Rohnert Park City Proj. No. 2017-16
Addendum No. 1
Circle Drive Rehabilitation Page 4-25
Rohnert Park City Proj. No. 2017-16
Addendum No. 2
Exhibit C
C O N T R A C T
CIRCLE DRIVE REHABILITAITON
PROJECT NO. 2017-16
THIS AGREEMENT, made and entered into this 24th day of April, 2018, by and between
Argonaut Constructors, hereinafter called "Contractor", and the City of Rohnert Park, hereinafter
called "City".
W I T N E S S E T H :
WHEREAS, the City Council of said City has awarded a contract to Contractor for
performing the work hereinafter mentioned in accordance with the sealed proposal of said Contractor.
NOW, THEREFORE, IT IS AGREED, as follows:
1. Scope of Work: The Contractor must perform all the work and furnish all the labor,
materials, equipment and all utility and transportation services required to complete all of the work of
construction and installation of the improvements more particularly described in the Resolution
adopted by the City Council of said City on April 24, 2018 the items and quantities of which are more
particularly set forth in the Contractor's bid therefor on file in the office of the City Clerk, except work
to be performed by subcontractors as set forth in the Contractor’s bid and for which the Contractor
retains responsibility.
2. Time of Performance and Liquidated Damages: The Contractor must begin work
within fifteen (15) calendar days after official notice by the City Engineer to proceed with the work
and must diligently prosecute the same to completion within forty-five (45) working days of that
Notice. The Contractor acknowledges and agrees that time is of the essence with respect to
Contractor’s work and that Contractor shall diligently pursue performance of the work.
In the event the Contractor does not complete the work within the time limit so specified or
within such further time as said City Council must have authorized, the Contractor must pay to the
City liquidated damages in the amount of $500 per day for each and every day's delay in finishing the
work beyond the completion date so specified. Additional provisions with regard to said time of
completion and liquidated damages are set forth in the specifications, which provisions are hereby
referred to and incorporated herein by reference.
3. Payments: Payments will be made by City to the Contractor for said work performed
at the times and in the manner provided in the specifications and at the unit prices stated in Contractor's
bid.
The award of the contract is for a total amount of $942,383.72
4. Component Parts and Interpretation: This contract must consist of the following
documents, each of which is on file in the office of the City Clerk and all of which are incorporated
herein and made a part hereof by reference thereto:
a) This Agreement
b) Notice Inviting Sealed Proposals
c) Instruction and Information to Bidders
d) Accepted Proposal, with all attachments and certifications
e) Faithful Performance Bond
f) Labor and Material Bond
g) Special Provisions
h) Standard Specifications
i) Technical Specifications
j) Design Standards
k) Plans, Profiles and Detailed Drawings
In the event of conflict between these documents, the following order of precedence will
govern: this contract; change orders; supplemental agreements and approved revisions to plans
and specifications; special conditions; standard specifications; detail plans; general plans; standard
plans; reference specifications. In the absence of a controlling or contrary provision in the
foregoing, the Standard Specifications (2010 edition) of the California Department of
Transportation shall apply to this project.
5. Independent Contractor. Contractor is and will at all times remain as to City
a wholly independent contractor. Neither City nor any of its officers, employees, or agents will
have control over the conduct of Contractor or any of Contractor’s officers, employees, agents or
subcontractors, except as expressly set forth in the Contract Documents. Contractor may not at
any time or in any manner represent that it or any of its officers, employees, agents, or
subcontractors are in any manner officers, employees, agents or subcontractors of City.
6. Prevailing Wages: Copies of the determination of the Director of the
Department of Industrial Relations of the prevailing rate of per diem wages for each craft,
classification or type of worker needed to execute this Contract will be on file in, and available at
City Hall.
Contractor must post at the work site, or if there is no regular work site then at its principal
office, for the duration of the Contract, a copy of the determination by the Director of the
Department of Industrial Relations of the specified prevailing rate of per diem wages. (Labor Code
§ 1773.2.)
Contractor, and any subcontractor engaged by Contractor, may pay not less than the
specified prevailing rate of per diem wages to all workers employed in the execution of the
contract. (Labor Code § 1774.) Contractor is responsible for compliance with Labor Code section
1776 relative to the retention and inspection of payroll records.
Contractor must comply with all provisions of Labor Code section 1775. Under Section
1775, Contractor may forfeit as a penalty to City up to $200.00 for each worker employed in the
execution of the Contract by Contractor or any subcontractor for each calendar day, or portion
thereof, in which the worker is paid less than the prevailing rates. Contractor may also be liable
to pay the difference between the prevailing wage rates and the amount paid to each worker for
each calendar day, or portion thereof, for which each worker was paid less than the prevailing
wage rate.
With each application for payment, Contractor shall also deliver certified payrolls to Owner
as set forth above in these General Conditions, and concurrently therewith (but in no event less
frequently than monthly) directly to the Labor Commissioner in the format prescribed by the Labor
Commissioner
Nothing in this Contract prevents Contractor or any subcontractor from employing properly
registered apprentices in the execution of the Contract. Contractor is responsible for compliance
with Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that
contractors and subcontractors must submit contract award information to the applicable joint
apprenticeship committee, must employ apprentices in apprenticeable occupations in a ratio of not
less than one hour of apprentice’s work for every five hours of labor performed by a journeyman
(unless an exception is granted under § 1777.5), must contribute to the fund or funds in each craft
or trade or a like amount to the California Apprenticeship Council, and that contractors and
subcontractors must not discriminate among otherwise qualified employees as apprentices solely
on the ground of sex, race, religion, creed, national origin, ancestry or color. Only apprentices
defined in Labor Code section 3077, who are in training under apprenticeship standards and who
have written apprentice contracts, may be employed on public works in apprenticeable
occupations.
If federal funds are used to pay for the Work, Contractor and any subcontractor agree to
comply, as applicable, with the labor and reporting requirements of the Davis-Bacon Act (40 USC
§ 276a-7), the Copeland Act (40 USC § 276c and 18 USC § 874), and the Contract Work Hours
and Safety Standards Act (40 USC § 327 and following).
7. Hours of Labor: Contractor acknowledges that under California Labor Code
sections 1810 and following, eight hours of labor constitutes a legal day’s work. Contractor will
forfeit as a penalty to City the sum of $25.00 for each worker employed in the execution of this
Contract by Contractor or any subcontractor for each calendar day during which such worker is
required or permitted to work more than eight hours in any one calendar day and 40 hours in any
one calendar week in violation of the provisions of Labor Code section 1810.
8. Apprentices: Attention is directed to the provisions in Sections 1777.5 (Chapter 1411,
Statutes of 1968) and 1777.6 of the Labor Code concerning the employment of apprentices by the
Contractor or any Subcontractor under him.
Section 1777.5, as amended, requires the Contractor or Subcontractor employing tradesmen
in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the
public works project and which administers the apprenticeship program in that trade for a certificate
of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the
performance of the Contract. The ratio of apprentices to journeymen in such cases must not be less
than one to five except:
A. When unemployment in the area of coverage by the joint apprenticeship committee
has exceeded an average of 15 percent in the 90 days prior to the request for certificate,
or
B. When the number of apprentices in training in that area exceeds a ratio of one to five,
or
C. When the trade can show that it is replacing at least 1/30 of its membership through
apprenticeship training on an annual basis statewide or locally, or
D. When the assignment of an apprentice to any work performed under a public works
Contract would create a condition which would jeopardize his life or the life, safety,
or property of fellow employees or the public at large, or if the specified task to which
the apprentice is to be assigned is of such a nature that training cannot be provided by
a journeyman, or
E. When the Contractor provides evidence that he employs registered apprentices on all
of his Contracts on an annual average of not less than one apprentice to eight
journeymen.
The Contractor is required to make contributions to funds established for the administration
of apprenticeship program if he employs registered apprentices or journeymen in any apprenticeable
trade on such Contracts and if other Contractors on the public works site are making such
contributions.
The Contractor and any Subcontractor under him must comply with the requirements of
Section 1777.5 and 1777.6 in the employment of apprentices.
Information relative to apprenticeship standards, wage schedules, and other requirements may be
obtained from the Director of Industrial Relations, ex officio the Administrator of Apprenticeship,
San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. .
9. Labor Discrimination: Attention is directed to Section 1735 of the Labor Code, which
reads as follows:
"A contractor must not discriminate in the employment of persons upon
public works on any basis listed in subdivision (a) of Section 12940 of the Government
Code, as those bases are defined in Sections 12926 and 12926.1 of the Government Code,
except as otherwise provided in Section 12940 of the Government Code. Every contractor
for public works who violates this section is subject to all the penalties imposed for a
violation of this chapter. "
10. Workmen's Compensation Insurance: In accordance with the provisions of Article 5,
Chapter 1, Part 7, Division 2 (commencing with Section 1860) and Chapter 4, Part 1, Division 4
(commencing with Section 3700) of the Labor Code of the State of California, the Contractor is
required to secure the payment of compensation to his employees and must for that purpose obtain
and keep in effect adequate Workmen's Compensation Insurance.
The undersigned Contractor is aware of the provisions of Section 3700 of the Labor Code
which requires every employer to be insured against liability for workmen's compensation or to
undertake self-insurance in accordance with the provisions of that Code, and will comply with such
provisions before commencing the performance of the work of this contract.
11. Indemnity and Insurance: To the fullest extent permitted by law, Contractor must
indemnify, hold harmless, release and defend City, its officers, elected officials, employees, agents,
volunteers, and consultants from and against any and all actions, claims, demands, damages,
disability, losses, expenses including, but not limited to, attorney's fees and other defense costs and
liabilities of any nature that may be asserted by any person or entity including Contractor, in whole
or in part, arising out of Contractor’s activities hereunder, including the activities of other persons
employed or utilized by Contractor including subcontractors hired by the Contractor in the
performance of this Agreement excepting liabilities due to the active negligence of the City. This
indemnification obligation is not limited in any way by any limitation on the amount or type of
damages or compensation payable by or for Contractor under Worker's Compensation, disability or
other employee benefit acts or the terms, applicability or limitations of any insurance held or provided
by Contractor and must continue to bind the parties after termination/completion of this Agreement.
Contractor shall procure and maintain throughout the time for performance of the work under
this Contract the insurance required by the Special Provisions. The requirement that Contractor
procure and maintain insurance shall in no way be construed to limit the Contractor’s duty to
indemnify City as provided in the paragraph above.
Failure of City to monitor compliance with these requirements imposes no additional
obligations on City and will in no way act as a waiver of any rights hereunder.
12. City Right of Termination and Right to Complete the Work. The City may
terminate the Contract when conditions encountered during the work make it impossible or
impracticable to proceed, or when the City is prevented from proceeding with the Contract by act
of God, by law, or by official action of a public authority. In addition, t he occurrence of any of
the following is a default by Contractor under this Contract:
A. Contractor refuses or fails to prosecute the Work or any part thereof with
such diligence as will insure its completion within the time specified or any permitted extension.
B. Contractor fails to complete the Work on time.
C. Contractor is adjudged bankrupt, or makes a general assignment for the
benefit of creditors, or a receiver is appointed on account of Contractor’s insolvency.
D. Contractor fails to supply enough properly skilled workers or proper
materials to complete the Work in the time specified.
E. Contractor fails to make prompt payment to any subcontractor or for
material or labor.
F. Contractor fails to abide by any applicable laws, ordinances or instructions
of City in performing the Work.
G. Contractor breaches or fails to perform any obligation or duty under the
Contract.
Upon the occurrence of a default by Contractor, the Director will serve a written notice of
default on Contractor specifying the nature of the default and the steps needed to correct the
default. Unless Contractor cures the default within 10 days after the service of such notice, or
satisfactory arrangements acceptable to City for the correction or elimination of such default are
made, as determined by City, City may thereafter terminate this Contract by serving written notice
on Contractor. In such case, Contractor will not be entitled to receive any further payment, except
for Work actually completed prior to such termination in accordance with the provisions of the
Contract Documents.
In event of any such termination, City will also immediately serve written notice of the
termination upon Contractor’s surety. The surety will have the right to take over and perform
pursuant to this Contract; provided, however, that if the surety does not give City written notice of
its intention to take over and perform this Contract within five days after service of the notice of
termination or does not commence performance within 10 days from the date of such notice, City
may take over the Work and prosecute the same to completion by contract or by any other method
it may deem advisable for the account and at the expense of Contractor. Contractor and the surety
will be liable to City for any and all excess costs or other damages incurred by City in completing
the Work.
If City takes over the Work as provided in this Section, City may, without liability for so
doing, take possession of, and utilize in completing the Work, such materials, appliances, plant,
and other property belonging to Contractor as may be on the site of the Work and necessary for
the completion of the Work.
13. Substitution of Securities for Withheld Amounts: Pursuant to California Public
Contracts Code Section 22300, securities may be substituted for any moneys withheld by a public
agency to ensure performance under a contract. At the request and sole expense of the Contractor,
securities equivalent to the amount withheld must be deposited with the public agency, or with a state
or federally chartered bank as the escrow agent, who must pay such moneys to the Contractor upon
satisfactory completion of the contract.
Securities eligible for substitution under this section must include those listed in the California
Public Contracts Code Section 22300 or bank or savings and loan certificates of deposit. The
Contractor must be the beneficial owner of any securities substituted for moneys withheld and must
receive any interest thereon.
Alternatively, the Contractor may request and the City shall make payment of retentions
earned directly to the escrow agent at the expense of the Contractor. At the expense of the
Contractor, the Contractor may direct the investment of the payments into securities and the
Contractor shall receive the interest earned on the investments upon the same terms provided for
in Section 22300 for securities deposited by the Contractor. Upon satisfactory completion of the
Contract, the Contractor shall receive from the escrow agent all securities, interest, and payments
received by the escrow agent from the City, pursuant to the terms of this section.
Any escrow agreement entered into pursuant to this section must contain as a minimum the
following provisions:
a. The amount of securities to be deposited;
b. The terms and conditions of conversion to cash in case of the default of the Contractor;
and
c. The termination of the escrow upon completion of the contract.
14. General Provisions
A. Authority to Execute. Each Party represents and warrants that all necessary
action has been taken by such Party to authorize the undersigned to execute this Contract and to
bind it to the performance of its obligations.
B. Assignment. Contractor may not assign this Contract without the prior
written consent of City, which consent may be withheld in City’s sole discretion since the
experience and qualifications of Contractor were material considerations for this Contract.
C. Binding Effect. This Agreement is binding upon the heirs, executors,
administrators, successors and permitted assigns of the Parties.
D. Integrated Contract. This Contract, including the Contract Documents, is
the entire, complete, final and exclusive expression of the Parties with respect to the Work to be
performed under this Contract and supersedes all other agreements or understandings, whether oral
or written, between Contractor and City prior to the execution of this Contract.
E. Modification of Contract. No amendment to or modification of this
Contract will be valid unless made in writing and approved by Contractor and by the City Council
or City Manager, as applicable. The Parties agree that this requirement for written modifications
cannot be waived and that any attempted waiver will be void.
F. Counterparts, Facsimile or other Electronic Signatures. This Contract may
be executed in several counterparts, each of which will be deemed an original, and all of which,
when taken together, constitute one and the same instrument. Amendments to this Contract will
be considered executed when the signature of a party is delivered by facsimile or other electronic
transmission. Such facsimile or other electronic signature will have the same effect as an original
signature.
G. Waiver. Waiver by any Party of any term, condition, or covenant of this
Contract will not constitute a waiver of any other term, condition, or covenant. Waiver by any
Party of any breach of the provisions of this Contract will not constitute a waiver of any other
provision, or a waiver of any subsequent breach or violation of any provision of this Contract.
Acceptance by City of any Work performed by Contractor will not constitute a waiver of any of
the provisions of this Contract.
H. Interpretation. This Contract will be interpreted, construed and governed
according to the laws of the State of California. Each party has had the opportunity to review this
Contract with legal counsel. The Contract will be construed simply, as a whole, and in accordance
with its fair meaning. It will not be interpreted strictly for or against either party.
I. Severability. If any term, condition or covenant of this Contract is declared
or determined by any court of competent jurisdiction to be invalid, void or unenforceable, the
remaining provisions of this Contract will not be affected and the Contract will be read and
construed without the invalid, void or unenforceable provision.
J. Venue. In the event of litigation between the parties, venue in state trial
courts will be in the County of Sonoma. In the event of litigation in a U.S. District Court, venue
will be in the Northern District of California.
IN WITNESS WHEREOF, the City of Rohnert Park has caused these presents to be executed
by its officers, thereunto duly authorized, and Contractor has subscribed same, all on the day and year
first above written.
CITY OF ROHNERT PARK _____________________________
____________________________________
City Manager Date Name/Title Date
Per Resolution No. __________adopted by the Rohnert Park
City Council at its meeting of _________
ATTEST:
____________________________________
City Clerk
APPROVED AS TO FORM:
City Attorney