2019/07/23 City Council Resolution 2019-089RESOLUTION NO. 2019-089
A RESOLUTION APPROVING THE PLANS AND SPECIFICATIONS FOR
THE DOWNTOWN INFRASTRUCTURE IMPROVEMENTS PROJECT
PROJECT NUMBERS 2018-40 & 2018-43), FINDING THE PROJECT
CONSISTENT WITH THE PRIORITY DEVELOPMENT AREA
ENVIRONMENTAL IMPACT REPORT, AWARDING THE CONSTRUCTION
CONTRACT TO GHILOTTI CONSTRUCTION COMPANY, INC.,
APPROVING TASK ORDER NO. 2019-06 FOR CONSTRUCTION
MANAGEMENT SERVICES BY GHD INC., AND RELATED ACTIONS
WHEREAS, on June 11th 2019, the City Council adopted the Capital Improvement Program
Budget, which included the Downtown Sewer Improvements Project(2018-40) and the Downtown
Water Improvements Project (2018-43); and
WHEREAS, staff combined Projects 2018-40 and 2018-43 into a scope of work referenced
as the Downtown Infrastructure Improvements Project (Project) and a single set of plans and
specifications titled"Downtown Infrastructure Improvements"; and
WHEREAS, the Project scope involves:
Water line and hydrant replacement
Water line laterals in preparation for new development
Sewer line replacement and lining existing sewer laterals; and
WHEREAS,the Project was included in the Priority Development Plan Area
Environmental Impact Report (Program EIR), SCN No. 2015102081, approved by the City on
March 22, 2016; and
WHEREAS, City staff has evaluated the Project scope with respect to the Program EIR
and determined it to be consistent with the Program EIR, and that no new environmental effects
will occur that were not considered in the Program EIR and that no new mitigation measures will
be required; and
WHEREAS,the City will require construction to be performed in compliance with any
applicable mitigation measures set forth in the Program EIR; and
WHEREAS GHD Inc., a City Consultant, has assisted the City in planning and preparing the
plans and specifications for the Project based on the existing and future needs of the City; and
WHEREAS, consistent with the Public Contract Code, an invitation for bids was
posted/published on June 7th and June 14th, 2019 for the Project; and
WHEREAS, four bids were received on the bid opening date of July 9th, 2019; and
WHEREAS, Development Services staff determined that Ghilotti Construction Inc.
submitted the lowest cost bid and is the lowest responsive and responsible bidder with an amount
of$3,447,140; and
WHEREAS, staff does not have the capacity to provide construction management
services for the Downtown Infrastructure Project, and GHD., Inc. is qualified and familiar with
the Downtown Infrastructure Project as both the planning and design consultant; and
Resolution 2019-089
1
WHEREAS,the City's approved 2019-20 Capital Improvement Program includes
enough funding to cover the construction scope of work; and
WHEREAS, staff obtained a proposal and prepared Task Order Number 2019-06 for
construction management services by GHD,Inc. for the Project and determined their scope and
fee of$298,727 to be appropriate given the project scope; and
NOW,THEREFORE the City Council of the City of Rohnert Park does hereby resolve,
determine, find and order as follows:
1. The above recitals are true and correct and material to this Resolution.
2. The Downtown Infrastructure Project(2018-40 and 2018-43)has been analyzed in the
Program EIR, and the City Council determines that the project is consistent with the
Program EIR and will not have any project-specific significant effects. Pursuant to
CEQA Guidelines section 15162 and 15168(c),no new environmental effects will occur
that were not considered in the Program EIR and no new mitigation measures will be
required, the project is within the scope of the Program EIR, and no further
environmental document is required.
3. The plans and specifications for the Downtown Infrastructure Project, on file with the
City Clerk, are hereby approved and adopted.
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 and any other applicable
laws, the City Council of the City of Rohnert Park hereby finds the bid of Ghilotti
Construction Inc. 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 Ghilotti
Construction in substantially similar form to Exhibit A,which is attached hereto and
incorporated by this reference, for the sum of three million four hundred and forty-seven
thousand one hundred and forty dollars and zero cents ($3,447,140.00) for construction
of the Project in accordance with the bid documents and applicable law upon submission
of Ghilotti Construction Company, Inc. 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 contract, or five hundred and seventeen thousand seventy-one dollars
and zero cents ($517,071.00).
8. City staff is hereby directed to issue a Notice of Award to Ghilotti Construction
Company, Inc. for this project.
9. The City Manager is hereby authorized and directed to execute Task order 2019-06 with
GHD, Inc. insubstantially similar form to Exhibit B,which is attached hereto and
incorporated by this reference, for the sum of two hundred ninety-eight thousand seven
hundred twenty-seven dollars and zero cents($298,727)
10. This Resolution shall become effective immediately.
11. 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
Resoli tibn 20I9-099
2
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 23`d day of July, 2019.
CITY OF ROHNERT PARK
ATTEST: Gina Be iyor
Y VV
J e Buergler, City Clerk
Attachments: Exhibit A and Exhibit B
ADAMS: 1 'rte MACKENZIE: I-Irtf STAFFORD: Y Z CALLINAN: e BELFORTE:
T
AYES: NOES: ( (0 ) ABSENT: ( i ) ABSTAIN: ( )
Resolution 2019-089
3
1 of 7
C O N T R A C T
DOWNTOWN INFRASTRUCTURE IMPROVEMENTS
PROJECT NO. 2018-40 + 2018-43
THIS AGREEMENT, made and entered into this _________ day of _____________, 2019, by and
between Ghilotti Construction Company, Inc., 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 ________________, 2019, 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 110 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 SEVEN HUNDRED FIFTY DOLLARS ($750) 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 $3,477,140.00.
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
Exhibit A
2 of 7
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 provisions; 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, the office of the Director at 601
Carmen Drive, Camarillo, California 93010.
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.
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).
3 of 7
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.
4 of 7
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, 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.
5 of 7
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.
6 of 7
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.
7 of 7
CITY OF ROHNERT PARK GHILOTTI CONSTRUCTION COMPANY,
INC.
____________________________________
City Manager Date Name/Title Date
Per Resolution No. RESO #__________adopted by the Rohnert Park
City Council at its meeting of ______________.
ATTEST: APPROVED AS TO FORM:
____________________________________
City Clerk City Attorney
Exhibit B
GHD, INC. TASK ORDER NO. 2019-06
CITY OF ROHNERT PARK
AND
GHD, INC.
AUTHORIZATION TO PROVIDE CONSTRUCTION MANAGEMENT SERVICES FOR
DOWNTOWN INFRASTRUCTURE IMPROVEMENTS, PROJECT NO. 2018-40 AND 2018-43
SECTION 1 – PURPOSE
The purpose of this Task Order is to authorize and direct GHD, Inc. to proceed with the work specified in
Section 2 below in accordance with the provisions of the MASTER AGREEMENT between the City of
Rohnert Park ("City") and GHD, Inc. ("Consultant") hereto dated July 12, 2016.
SECTION 2 – SCOPE OF WORK
The items authorized by this Task Order are presented in Exhibit “A” - Scope of Services.
SECTION 3 – COMPENSATION AND PAYMENT
Compensation shall be as provided in the MASTER AGREEMENT between the parties hereto referenced
in SECTION 1 above. The total cost for services as set forth in SECTION 2 shall be actual costs (time
and materials) based on Consultants' standard labor charges in accordance with the provisions of the
MASTER AGREEMENT and as shown in Exhibit “B” in an amount not-to-exceed two hundred ninety-
eight thousand, seven hundred twenty seven dollars ($298,727.00).
SECTION 4 – TIME OF PERFORMANCE
The work described in SECTION 2 shall be completed by December 31, 2020, or as extended by the City
Manager or the Director of Development Services or his/her designee.
SECTION 5 – ITEMS AND CONDITIONS
All items and conditions contained in the MASTER AGREEMENT for consultant services between City
and Consultant are incorporated by reference.
Approved this _____ day of July, 2019.
CITY OF ROHNERT PARK GHD, INC.
____________________________
Darrin Jenkins, City Manager (Date) Name: (Date)
Per Resolution No. 2019-____ adopted by the Title:
Rohnert Park City Council at its meeting
of July 23, 2019.
ATTEST: APPROVED AS TO FORM:
____________________________
City Clerk City Attorney
GHD
2235 Mercury Way Suite 150 Santa Rosa California 95407 USA
T 707 523 1010 F 707 527 8679 W www.ghd.com
July 1, 2019
City of Rohnert Park
Public Works Department
Attn: Vanessa Marin Garrett, PE
130 Avram Avenue
Rohnert Park, CA 94928
RE: Construction Management Services for Downtown Infrastructure Improvements Project
Dear Vanessa,
Thank you for providing GHD the opportunity to submit our proposal for construction management
services for the Downtown Infrastructure Improvements project. We are excited for the opportunity to
work with you on this project as we really enjoy partnering with you and your team. Additionally, we are
very enthusiastic about the potential efficiencies to working on this contract simultaneously with Keiser 2A.
As you know, we are familiar with the project site, the key personnel, and the processes and procedures
of the City of Rohnert Park. Our GHD CM team also has an intimate knowledge of the proposed
improvements of this contract as we have been involved during the design process for constructability
reviews.
Our proposal is based on our understanding of the project and Rohnert Park’s need to supplement City
staff. We recognize that the City is looking for a highly qualified consultant to provide efficient construction
management services, maintain effective coordination with City staff, and communicate with members of
the public regarding the project as needed.
Background
With a bid date of July 9, 2019, the Downtown Infrastructure Improvements project has an Engineer’s
Estimate of about $3,000,000 (w/ contingency).
The project’s scope for construction includes the following:
•Dewatering System
•Removal of existing sewer and some misc water facilities,
•New Sanitary Sewer Main improvements, and connection to existing structures,
•New Water system improvements,
•Trench restoration paving and pavement markings.
Scope of Work
The City requested a scope of work and fee schedule for part time construction management and full time
inspection services for this project.
The critical issues of the project that we currently see are:
•Traffic Control: Maintaining pedestrian and vehicular traffic to the various business and
residences near the project limits.
GHD | Proposal RP Downtown Infrustructure CM Services | Page 2
•Project Coordination: The replacement of live sewer and water systems require constant
communication with the Contractor, City Utility personnel, and any residents that may potentially
be impacted by shutdowns.
•Deep Utilities/High ground water: The existing conditions that we expect to encounter on this
project can cause trench failures (cave-ins) resulting in slow production, unsafe conditions, and
increased costs. GHD will work closely with the Contractor to confirm that the proposed
dewatering system is adequate, and that all safety precautions are being taken.
We have budgeted for full time Construction Inspection and part time Construction Management to
supplement City Staff. The contract duration has not yet been determined. Allowing time for mobilization
and long lead-time materials, we anticipate 110 working days. GHD will perform the following tasks.
Task 1 Project Management
1.1 Management of GHD Services. GHD project management will include preparation and maintenance
of budgets and schedules for GHD services, instructions to the GHD Team, preparation of field safety
instructions, and routine progress reporting.
Task 2 Contract Administration
2.1 Project Coordination. Meet with City staff to discuss and coordinate issues with the project. This will
be accomplished by site visits, project meetings, phone conversations, and email updates of the
activities that occurred. Public outreach will include; talking to the impacted residents, businesses,
and working with the City’s outreach consultant.
2.2 Prepare and Conduct Pre-Construction Meeting. The pre-construction meeting will include the
City, the Designer, contractor, and major subcontractors. The CM will prepare the agenda, meeting
minutes, and a list of contact information for key personnel from each agency to be contacted in the
event of an emergency.
2.3 Project Meetings. Prepare and run meetings with City staff, Contractor, and other stakeholders.
2.4 Schedule Management. Review the Contractor’s as-planned schedule for conformance with the
specifications and for reasonableness of activity durations and sequence. Review the schedule with
the City and monitor the Contractor’s progress against the schedule.
2.5 Maintain Project Records. Maintain GHD project records, including daily logs, and photos. Prepare
progress pay estimates, PCO’s and change orders, issues, RFIs and other correspondence. Project
records will be maintained in an organized manner for quick reference and are accessible to City staff
as requested.
2.6 Review Monthly Progress Payments. Evaluate the monthly progress payment requests from the
Contractor and recommend payment.
2.7 Prepare Monthly Progress Report. A brief report of monthly activities will be prepared and
transmitted to the City.
2.8 Requests for Information (RFI’s) and Requests for Clarifications (RFC’s). Facilitate the review
and response to RFI and RFC requests by the Contractor.
2.9 Potential Change Orders (PCO’s) and Change Orders. Facilitate the review of PCO’s and Change
Orders, assist with determination of changed conditions and scope definition as needed.
GHD | Proposal RP Downtown Infrustructure CM Services | Page 3
2.10 Coordinate Submittal and Shop Drawing Review Process. Coordinate the submittal and shop
drawing review process, including logging submittals from the Contractor, transmitting to Design
Engineer for response, coordinating with Design Engineer on field status, tracking progress,
reviewing responses, and transmitting responses to the Contractor.
2.11 Permits Compliance. Monitor contractors operation with respect to the permit requirements.
2.12 Monitor Construction Record Drawings. Coordinate with the Contractor and maintain our own as-
built drawings. Provide redlines to the City when complete.
2.13 Claims Management (optional service). GHD will assist with Claims Management at the request of
the City on a time and materials basis.
Task 3 Site Work
3.1 Field Inspection/Observation. Provide full-time, on-site construction inspector/observer to monitor
the Contractor’s work for compliance with the contract documents, submittals, RFI’s, change orders,
and coordination with businesses and residences along the route.
3.2 Photograph or Video Documentation. Provide photographs or videos of the pre-construction
conditions, as well as during construction to document the work.
3.3 Field Changes. Coordinate with City and Contractor and write field directives for change conditions.
3.4 Daily Reports. Prepare Daily Observation Reports. The daily reports will include photographs and
material tags.
3.5 Materials Testing Coordination. Coordinate with the County Materials Laboratory.
3.6 Project Completion and Punch List. Schedule a site review to be attended by the City, GHD, and
other required stakeholders to conduct final completion inspections prior to issuing a punch list.
3.7 Compile Project Documents. Will be provided through ongoing correspondence with the City; daily
inspection/observation notes can be provided daily to the City. Documentation will be in electronic
format.
3.8 Final Pay Estimate. Prepare the final pay estimate, Notice of Completion, and coordinate retention
release at the conclusion of construction.
Assumptions
1. GHD does not supervise or direct Contractor’s Work. Contractor will be solely responsible for and
have control over construction means, methods, techniques, sequences, and procedures and for
coordinating all portions of the Work under the Contract, unless Contract Documents give other
specific instructions concerning these matters.
2. Contractor is responsible for job site safety.
3. Contractor will not be relieved of obligations to perform Work in accordance with the Contract
Documents either by activities or duties of Construction Management staff, or by tests,
inspections, or approvals required or performed by persons other than Contractor.
4. County Materials Laboratory is supplying the testing.
5. Contractor is responsible for obtaining a City Encroachment Permit.
Compensation
GHD proposes to perform the scope of services on an hourly rate, time and materials basis in accordance
with our Standard Fees and Conditions. The proposed fee estimate for the scope of services is $298,727.
GHD | Proposal RP Downtown Infrustructure CM Services | Page 4
The total "not-to-exceed" fee will not be exceeded without written authorization by the City. The individual
task fees may be adjusted without written authorization provided the adjustments stay within the total "not-
to-exceed" limit.
Schedule
GHD proposes to perform the scope of services immediately upon receipt of written Notice-to-Proceed.
Please do not hesitate to contact us if you have any questions or need additional information.
Kind regards,
GHD Inc.
Tim Dillenburg,
Construction Manager
M: 707-480-1531 E: Tim.Dillenburg@ghd.com
Attachment: Fee Estimate, 90% project schedule
EX
H
I
B
I
T
B
-
P
R
O
J
E
C
T
F
E
E
E
S
T
I
M
A
T
I
N
G
S
H
E
E
T
PR
O
J
E
C
T
N
A
M
E
:
D
o
w
n
t
o
w
n
I
n
f
r
u
s
t
r
u
c
t
u
r
e
I
m
p
r
o
v
e
m
e
n
t
s
P
r
o
j
e
c
t
PR
O
J
E
C
T
#
2
0
1
8
-
4
0
+
2
0
1
8
-
4
3
On
-
S
i
t
e
I
n
s
p
e
c
t
o
r
Tim Dillenburg/
DA
T
E
Ju
l
y
1
,
2
0
1
9
Co
n
s
t
r
u
c
t
i
o
n
M
a
n
a
g
e
r
Tim Dillenburg
PR
E
P
A
R
E
D
B
Y
:
T
i
m
D
i
l
l
e
n
b
u
r
g
CL
I
E
N
T
:
C
i
t
y
o
f
R
o
h
n
e
r
t
P
a
r
k
Pr
i
n
c
i
p
a
l
I
n
C
h
a
r
g
e
Bill Silva
F
E
E
C
O
M
P
U
T
A
T
I
O
N
Final Opinion of Probable Construction Cost
L
A
B
O
R
C
A
T
E
G
O
R
Y
P r i nc
i pa
l I n
Ch
a
r
g
e
Co
n
s
t
r
u
c
t
i
o
n
Ma
n
a
g
e
r
P ro
j ec
t
Co
o
r
d
L
e
a
d
I
n
s
p
e
c
t
o
r
TO
T
A
L
S
u
b
c
o
n
s
u
l
t
a
n
t
O
t
h
e
r
D
i
r
e
c
t
C
o
s
t
s
T
O
T
A
L
1
1
0
W
o
r
k
i
n
g
D
a
y
s
3,000,000 $
RA
T
E
$2
1
0
$
1
8
5
$
1
2
0
$
1
6
5
H
O
U
R
S
/
S er
v
i ce
s
$6
/
h
r
o
f
f
i
c
e
F
E
E
6
m
o
n
t
h
C
o
n
s
t
r
u
c
t
i
o
n
p
e
r
i
o
d
TA
S
K
/H
R
/
H
R
/
H
R
/
H
R
G
H
D
f
e
e
$1
1
/
h
r
f
i
e
l
d
22
.
0
w
e
e
k
I
n
s
p
e
c
t
i
o
n
p
e
r
i
o
d
Ta
s
k
1
P
r
o
j
e
c
t
M
a
n
a
g
e
m
e
n
t
$6 $6
Ta
s
k
1.
1
8
12
20
Ov
e
r
a
l
l
P
r
o
j
e
c
t
M
a
n
a
g
e
m
e
n
t
1,
6
8
0
$
2
,
2
2
0
$
-
$
-
$
3
,
9
0
0
$
12
0
$
4,
0
2
0
$
2
h
r
s
/
m
o
P
M
Ta
s
k
S
u
b
t
o
t
a
l
8
12
20
1,
6
8
0
$
2,
2
2
0
$
-
$
-
$
3,
9
0
0
$
-
$
12
0
$
4,
0
2
0
$
Ta
s
k
2
C
o
n
t
r
a
c
t
M
a
n
a
g
e
m
e
n
t
$6 $6
Ta
s
k
2.
1
88
4
4
13
2
22
we
e
k
s
Pr
o
v
i
d
e
P
r
o
j
e
c
t
C
o
o
r
d
i
n
a
t
i
o
n
-
$
1
6
,
2
8
0
$
5,
2
8
0
$
-
$
2
1
,
5
6
0
$
79
2
$
22
,
3
5
2
$
4
h
r
s
C
M
&
2
A
s
s
t
Ta
s
k
2
.
2
16
8
4
28
Pr
e
p
,
r
u
n
a
n
d
m
i
n
u
t
e
s
.
Pr
e
p
a
r
e
a
n
d
C
o
n
d
u
c
t
P
r
e
c
o
n
s
t
r
u
c
t
i
o
n
M
e
e
t
i
n
g
-
$
2
,
9
6
0
$
96
0
$
66
0
$
4,
5
8
0
$
18
8
$
4,
7
6
8
$
Ta
s
k
2
.
3
44
4
4
88
22
w
e
e
k
l
y
c
o
n
t
r
a
c
t
o
r
&
o
t
h
e
r
m
e
e
t
i
n
g
s
Co
n
d
u
c
t
a
n
d
D
o
c
u
m
e
n
t
P
r
o
j
e
c
t
M
e
e
t
i
n
g
s
-
$
8
,
1
4
0
$
5,
2
8
0
$
-
$
1
3
,
4
2
0
$
52
8
$
13
,
9
4
8
$
2
h
r
s
e
a
c
h
Ta
s
k
2
.
4
12
12
6
m
o
n
t
h
l
y
u
p
d
a
t
e
Re
v
i
e
w
C
o
n
t
r
a
c
t
o
r
s
C
o
n
s
t
r
u
c
t
i
o
n
S
c
h
e
d
u
l
e
-
$
2
,
2
2
0
$
-
$
-
$
2
,
2
2
0
$
72
$
2,
2
9
2
$
2
h
r
s
e
a
c
h
Ta
s
k
2
.
5
22
2
2
44
22
w
e
e
k
l
y
Ma
i
n
t
a
i
n
P
r
o
j
e
c
t
R
e
c
o
r
d
s
-
$
4
,
0
7
0
$
2,
6
4
0
$
-
$
6
,
7
1
0
$
26
4
$
6,
9
7
4
$
1
h
r
s
e
a
c
h
Ta
s
k
2
.
6
14
7
21
7
p
a
y
r
e
q
u
e
s
t
s
,
i
n
c
l
u
d
i
n
g
f
i
n
a
l
Re
v
i
e
w
a
n
d
E
v
a
l
u
a
t
e
M
o
n
t
h
l
y
P
r
o
g
r
e
s
s
P
a
y
m
e
n
t
s
-
$
2
,
5
9
0
$
84
0
$
-
$
3
,
4
3
0
$
12
6
$
3,
5
5
6
$
2
h
r
s
e
a
c
h
Ta
s
k
2.
7
6
6
12
6
M
o
n
t
h
s
Pr
e
p
a
r
e
M
o
n
t
h
l
y
P
r
o
g
r
e
s
s
R
e
p
o
r
t
s
-
$
1
,
1
1
0
$
72
0
$
-
$
1
,
8
3
0
$
72
$
1,
9
0
2
$
Ta
s
k
2
.
8
12
6
18
6
A
s
s
u
m
e
d
N
u
m
b
e
r
o
f
R
F
I
'
s
/
R
F
C
'
s
Re
s
p
o
n
d
t
o
R
F
I
'
s
a
n
d
I
s
s
u
e
R
F
C
'
s
-
$
2
,
2
2
0
$
72
0
$
-
$
2
,
9
4
0
$
10
8
$
3,
0
4
8
$
2
h
r
s
e
a
c
h
Ta
s
k
2
.
9
18
6
24
6
A
s
s
u
m
e
d
N
u
m
b
e
r
o
f
P
C
O
'
s
Pr
e
p
a
r
e
P
C
O
'
s
a
n
d
C
h
a
n
g
e
O
r
d
e
r
s
-
$
3
,
3
3
0
$
72
0
$
-
$
4
,
0
5
0
$
14
4
$
4,
1
9
4
$
3
h
r
s
e
a
c
h
Ta
s
k
2
.
1
0
20
1
0
30
20
A
s
s
u
m
e
d
N
u
m
b
e
r
o
f
s
h
o
p
d
r
a
w
i
n
g
s
/
s
u
b
m
i
t
t
a
l
s
Co
o
r
d
i
n
a
t
e
S
u
b
m
i
t
t
a
l
a
n
d
S
h
o
p
D
r
a
w
i
n
g
R
e
v
i
e
w
-
$
3
,
7
0
0
$
1,
2
0
0
$
-
$
4
,
9
0
0
$
18
0
$
5,
0
8
0
$
1
h
r
s
e
a
c
h
Ta
s
k
2
.
1
1
4
4
Mo
n
i
t
o
r
P
e
r
m
i
t
C
o
m
p
l
i
a
n
c
e
-
$
74
0
$
-
$
-
$
74
0
$
24
$
76
4
$
Ta
s
k
2
.
1
2
8
8
Co
o
r
d
i
n
a
t
e
w
i
t
h
C
o
n
t
r
a
c
t
o
r
&
m
a
i
n
t
a
i
n
a
s
-
b
u
i
l
t
s
Mo
n
i
t
o
r
C
o
n
s
t
r
u
c
t
i
o
n
R
e
c
o
r
d
D
r
a
w
i
n
g
s
-
$
1
,
4
8
0
$
-
$
-
$
1
,
4
8
0
$
48
$
1,
5
2
8
$
Ta
s
k
2
.
1
3
8
2
10
Pe
r
f
o
r
m
C
l
a
i
m
s
M
a
n
a
g
e
m
e
n
t
-
$
1
,
4
8
0
$
24
0
$
-
$
1
,
7
2
0
$
60
$
1,
7
8
0
$
Ta
s
k
S
u
b
t
o
t
a
l
27
2
1
5
5
4
43
1
-
$
5
0
,
3
2
0
$
18
,
6
0
0
$
66
0
$
69
,
5
8
0
$
-
$
2,
6
0
6
$
72
,
1
8
6
$
Ta
s
k
3
S
i
t
e
W
o
r
k
Ta
s
k
3.
1
1,
0
2
0
1
,
0
2
0
10
Pr
o
v
i
d
e
F
i
e
l
d
I
n
s
p
e
c
t
i
o
n
/
O
b
s
e
r
v
a
t
i
o
n
-
$
-
$
-
$
1
6
8
,
3
0
0
1
6
8
,
3
0
0
$
11
,
2
2
0
$
17
9
,
5
2
0
$
11
0
w
o
r
k
i
n
g
d
a
y
s
Ta
s
k
3
.
2
4
8
12
Pr
e
p
a
r
e
P
h
o
t
o
g
r
a
p
h
a
n
d
V
i
d
e
o
D
o
c
u
m
e
n
t
a
t
i
o
n
-
$
74
0
$
-
$
1
,
3
2
0
$
2,
0
6
0
$
11
2
$
2,
1
7
2
$
Ta
s
k
3
.
3
88
88
22
w
e
e
k
l
y
Fi
e
l
d
C
h
a
n
g
e
s
-
$
1
6
,
2
8
0
$
-
$
16
,
2
8
0
$
52
8
$
16
,
8
0
8
$
4
h
r
s
e
a
c
h
Ta
s
k
3
.
4
Pr
e
p
a
r
e
D
a
i
l
y
O
b
s
e
r
v
a
t
i
o
n
R
e
p
o
r
t
s
-
$
-
$
-
$
-
$
-
$
-
$
Ta
s
k
3
.
5
Ma
t
e
r
i
a
l
s
T
e
s
t
i
n
g
N
o
t
i
n
c
l
u
d
e
d
Ma
t
e
r
i
a
l
s
T
e
s
t
i
n
g
-
$
-
$
-
$
-
$
-
$
-
$
-
$
Co
o
r
d
i
n
a
t
i
o
n
t
i
m
e
i
n
c
l
u
d
e
d
i
n
T
a
s
k
2
.
1
4
Ta
s
k
3
.
6
8
2
8
18
Fi
n
a
l
p
u
n
c
h
l
i
s
t
w
a
l
k
w
i
t
h
C
i
t
y
De
v
e
l
o
p
P
u
n
c
h
l
i
s
t
s
-
$
1
,
4
8
0
$
24
0
$
1,
3
2
0
$
3,
0
4
0
$
14
8
$
3,
1
8
8
$
Ta
s
k
3
.
7
16
8
24
Re
c
o
r
d
D
r
a
w
i
n
g
s
Co
m
p
i
l
e
F
i
n
a
l
D
o
c
u
m
e
n
t
s
-
$
2
,
9
6
0
$
96
0
$
3,
9
2
0
$
14
4
$
4,
0
6
4
$
in
d
e
x
e
s
,
l
o
g
s
a
n
d
b
i
n
d
e
r
s
Ta
s
k
3
.
8
12
2
14
Fi
n
a
l
p
a
y
r
e
q
u
e
s
t
,
c
o
o
r
d
i
n
a
t
e
r
e
t
e
n
t
i
o
n
r
e
l
e
a
s
e
Pr
e
p
a
r
e
F
i
n
a
l
P
a
y
E
s
t
i
m
a
t
e
s
-
$
2
,
2
2
0
$
24
0
$
2,
4
6
0
$
84
$
2,
5
4
4
$
No
t
i
c
e
o
f
C
o
m
p
l
e
t
i
o
n
Ta
s
k
S
u
b
t
o
t
a
l
12
8
1
2
1
0
3
6
1
1
7
6
-
$
23
,
6
8
0
$
1,
4
4
0
$
17
0
,
9
4
0
$
19
6
,
0
6
0
$
-
$
12
,
2
3
6
$
20
8
,
2
9
6
$
Fe
e
S
u
b
t
o
t
a
l
76
,
2
2
0
$
20
,
0
4
0
$
17
1
,
6
0
0
$
26
9
,
5
4
0
$
14
,
9
6
2
$
28
4
,
5
0
2
$
Co
n
t
i
n
g
e
n
c
y
%
14
,
2
2
5
$
5
%
C
o
n
t
i
n
g
e
n
c
y
P ro
j ec
t
T ot
a
l s
8
4
1
2
1
6
7
1
,
0
4
0
1
,
6
2
7
1,
6
8
0
$
76
,
2
2
0
$
20
,
0
4
0
$
17
1
,
6
0
0
$
26
9
,
5
4
0
$
-
$
14
,
9
6
2
$
26
9
,
5
4
0
$
As
s
u
m
e
s
no formal claims . Time is for meetings &
co
m
m
u
n
i
c
a
t
i
o
n
t
o
r
e
s
o
l
v
e
f
i
e
l
d
i
s
s
u
e
s
e
s
t
i
m
a
t
e
d
a
t
8
hr
s
*
O
T
H
E
R
D
I
R
E
C
T
C
O
S
T
S
I
n
c
l
u
d
e
:
T
e
l
e
p
h
o
n
e
,
M
i
l
e
a
g
e
,
P
r
i
n
t
i
n
g
,
P
h
o
t
o
c
o
p
i
e
s
a
n
d
o
t
h
e
r
m
i
s
c
.
d
i
r
e
c
t
ex
p
e
n
s
e
s
.
Pr
i
o
r
t
o
P
r
e
-
c
o
n
s
t
r
u
c
t
i
o
n
Ho
u
r
s
a
r
e
i
n
c
l
u
d
e
d
i
n
T
a
s
k
2
.
1
4
hr
s
p
e
r
d
a
y
f
o
r
1
4
w
e
e
k
s
,
8
h
r
s
f
o
r
8
w
e
e
k
s
29
8
,
7
2
7
$
ID
T
a
s
k
N
a
m
e
D
u
r
a
t
i
o
n
S
t
a
r
t
1
Pr
o
j
e
c
t
Du
r
a
t
i
o
n
11
0
da
y
s
Mo
n
8/
5
/
1
9
2
No
t
i
c
e
to
Pr
o
c
e
e
d
0 da
y
s
Mo
n
8/
5
/
1
9
3
Su
b
m
i
t
t
a
l
s
10
da
y
s
Mo
n
8/
5
/
1
9
4
Pr
e
c
a
s
t
SS
M
H
Le
a
d
Ti
m
e
40
da
y
s
Mo
n
8/
1
2
/
1
9
5
Mo
b
i
l
i
z
a
t
i
o
n
2 da
y
s
Mo
n
8/
1
9
/
1
9
6
Po
t
h
o
l
e
5 da
y
s
We
d
8/
2
1
/
1
9
7
De
w
a
t
e
r
i
n
g
Sy
s
t
e
m
10
da
y
s
Mo
n
8/
2
6
/
1
9
8
Cl
e
a
r
& Gr
u
b
b
i
n
g
2 da
y
s
We
d
8/
2
8
/
1
9
9
In
s
t
a
l
l
Wa
t
e
r
Ma
i
n
15
da
y
s
Mo
n
9/
9
/
1
9
10
Di
s
i
n
f
e
c
t
i
o
n
& Te
s
t
i
n
g
5 da
y
s
Mo
n
9/
3
0
/
1
9
11
Wa
t
e
r
Ma
i
n
Ti
e
‐in
s
4 da
y
s
Mo
n
10
/
7
/
1
9
12
Wa
t
e
r
Se
r
v
i
c
e
co
n
n
e
c
t
i
o
n
s
2 da
y
s
Fr
i
10
/
1
1
/
1
9
13
Sa
n
i
t
a
r
y
Se
w
e
r
Ma
i
n
40
da
y
s
Tu
e
10
/
1
5
/
1
9
14
CC
T
V
& Te
s
t
i
n
g
3 da
y
s
Tu
e
12
/
1
0
/
1
9
15
Co
n
c
r
e
t
e
Re
s
t
o
r
a
t
i
o
n
4 da
y
s
Fr
i
12
/
1
3
/
1
9
16
Tr
e
n
c
h
Pa
v
i
n
g
3 da
y
s
Th
u
12
/
1
9
/
1
9
17
Si
g
n
a
g
e
& St
r
i
p
i
n
g
3 da
y
s
Tu
e
12
/
2
4
/
1
9
18
Pu
n
c
h
Li
s
t
6 da
y
s
Fr
i
12
/
2
7
/
1
9
19
Su
b
s
t
a
n
t
i
a
l
Co
m
p
l
e
t
i
o
n
0 da
y
s
Fr
i
1/
3
/
2
0
11
0
d
a
y
s
No
t
i
c
e
t
o
P
r
o
c
e
e
d
8/
5
S
u
b
m
i
t
t
a
l
s
8/
1
2
P
r
e
c
a
s
t
S
S
M
H
L
e
a
d
T
i
m
e
8/
1
9
M
o
b
i
l
i
z
a
t
i
o
n
8/
2
1
P
o
t
h
o
l
e
8/
2
6
D
e
w
a
t
e
r
i
n
g
S
y
s
t
e
m
8/
2
8
C
l
e
a
r
&
G
r
u
b
b
i
n
g
9/
9
I
n
s
t
a
l
l
W
a
t
e
r
M
a
i
n
9/
3
0
D
i
s
i
n
f
e
c
t
i
o
n
&
T
e
s
t
i
n
g
10
/
7
W
a
t
e
r
M
a
i
n
T
i
e
-
i
n
s
10
/
1
1
W
a
t
e
r
S
e
r
v
i
c
e
c
o
n
n
e
c
t
i
o
n
s
10
/
1
5
S
a
n
i
t
a
r
y
S
e
w
e
r
M
a
i
n
12/10
C
C
T
V
&
T
e
s
t
i
n
g
12/13
C
o
n
c
r
e
t
e
R
e
s
t
o
r
a
t
i
o
n
12/19
T
r
e
n
c
h
P
a
v
i
n
g
12/24
S
i
g
n
a
g
e
&
S
t
r
i
p
i
n
g
12/27
P
u
n
c
h
L
i
s
t
1/3
7/
2
1
7/
2
8
8/
4
8/
1
1
8/
1
8
8/
2
5
9/
1
9/
8
9/
1
5
9/
2
2
9/
2
9
10
/
6
10
/
1
3
10
/
2
0
10/27 11/3 11/10 11/17 11/24 12/1 12/8 12/15 12/22 12/29 1/5 1/12
Au
g
u
s
t
Se
p
t
e
m
b
e
r
Oc
t
o
b
e
r
November December January
Ta
s
k
Sp
l
i
t
Mi
l
e
s
t
o
n
e
Su
m
m
a
r
y
Pr
o
j
e
c
t
S
u
m
m
a
r
y
In
a
c
t
i
v
e
T
a
s
k
In
a
c
t
i
v
e
M
i
l
e
s
t
o
n
e
In
a
c
t
i
v
e
S
u
m
m
a
r
y
Ma
n
u
a
l
T
a
s
k
Du
r
a
t
i
o
n
-
o
n
l
y
Ma
n
u
a
l
S
u
m
m
a
r
y
R
o
l
l
u
p
Ma
n
u
a
l
S
u
m
m
a
r
y
St
a
r
t
-
o
n
l
y
Fi
n
i
s
h
-
o
n
l
y
Ex
t
e
r
n
a
l
T
a
s
k
s
Ex
t
e
r
n
a
l
M
i
l
e
s
t
o
n
e
Deadline Progress Manual Progress
Pa
g
e
1
Pr
o
j
e
c
t
:
R
P
D
o
w
n
t
o
w
n
S
S
-
9
0
%
Da
t
e
:
F
r
i
4
/
5
/
1
9