Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
2021/12/14 City Council Resolution 2021-140
RESOLUTION NO. 2021- 140 A RESOLUTION FINDING THE CITY HALL AUDIO AND VIDEO REPLACEMENT PROJECT (PROJECT 2021-06) EXEMPT FROM CEQA PURSUANT TO CEQA GUIDELINES SECTIONS 15301 AND 15302, APPROVING THE PLANS AND SPECIFICATIONS, AWARDING THE CONSTRUCTION CONTRACT TO PCD FOR $429,883, AUTHORIZING THE CITY MANAGER TO EXECUTE UP TO $64,482 IN CHANGE ORDERS, AND AUTHORIZING THE FINANCE DIRECTOR TO INCREASE APPROPIATIONS FROM THE DIGITAL INFRASTRUCTURE AND VIDEO COMPETITION SPECIAL REVENUE FUND WHEREAS, On August 24, 2021 City Council approved Resolution No. 2021-095, authorizing the City Manager to increase appropriations in the Digital Infrastructure and Video Competition Special Revenue Fund to replace and upgrade the audio/visual and broadcast equipment in City Council Chambers; and WHEREAS, On October 12, 2021 City Council approved Resolution No. 2021-115, authorizing the City Manager to create a new CIP Project No. 2021-06 and approve a budget amendment to transfer $495,000 from the Digital Infrastructure and Video Competition Special Revenue Fund 173 to CIP Project No. 2021-06 (object code 9901) for the City Hall Audio and Video Replacement Project; and WHEREAS, staff proceeded with design and placing the project out for bidding; and WHEREAS, the plans and specifications for the Project were prepared by The Shallock Collaborative. and approved by the City Engineer; and WHEREAS, consistent with the Public Contract Code, an invitation for bids was posted and published on October 15, 2021 and October 22, 2021, for the Project; and WHEREAS, two sealed bids were received on the bid opening date of November 9, 2021 and were publicly opened; and WHEREAS, staff reviewed the bids and determined that PCD submitted the lowest responsive and responsible bid with an amount of$429,883; and WHEREAS, staff is requesting the City Council authorize the City Manager to execute change orders up $64,482; and WHEREAS, staff recommends the City Council authorize the Finance Director to approve a budget amendment to transfer $40,000 from the Digital Infrastructure and Video Competition Special Revenue Fund 173 to the City Hall Audio and Video Replacement Project, Project No. 2021-06; and 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 City Council determines that the Project is categorically exempt from CEQA pursuant to CEQA Guidelines Sections 15301 and 15302 and that none of the exceptions in CEQA Guidelines Section 15300.2 apply, as this project consists installing audio and video equipment with negligible or no expansion of existing use as well as replacing existing equipment. 3. The plans and specifications for the 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$429,883 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 PCD in substantially similar form to Exhibit A, which is attached hereto and incorporated by this reference, for the sum of four hundred and twenty nine thousand eight hundred and eighty three dollars ($429,883) for construction of the Project in accordance with the bid documents and applicable law upon submission by PCD 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 construction contract award amount, or sixty four thousand four hundred and eighty two dollars ($64,482). 8. City staff is hereby directed to issue a Notice of Award to PCD for this project. 9. The City Council authorizes the Finance Director to increase appropriations in Project 2021-06 from the Digital Infrastructure and Video Competition (DIVCA) Fund 173 in the amount of forty thousand dollars ($40,000). 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 14th day of December, 2021. CITYO • ' 0 'TPARK /11( )0740 Gerar I . - ayor ATTEST: _0 obi[ Elizabeth Machado, Deputy City Clerk Attachment: Exhibit A HOLLINGSWORTH-ADAMS: Al to LINARES: Alf a STAFFORD: At-ge. ELWARD: e GIUDICE: AI�G AYE (5 ) NOES: ( 0 ) ABSENT: ( 0 f ABSTAIN: ( 0 ) Resolution 2021-140 2 City Hall Audio and Video Replacement Project Page 1-1 Rohnert Park City Proj. No. 2021-06 C O N T R A C T CITY HALL AUDIO AND VIDEO REPLACEMENT PROJECT PROJECT NO. 2021-06 THIS AGREEMENT, made and entered into this 14th day of December, 2021, by and between PCD, 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 December 14, 2021, 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 one hundred eighty (180) calendar 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 five hundred dollars ($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 Four Hundred Twenty Nine Thousand, Eight Hundred Eighty Three Dollars ($429,883). 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 City Hall Audio and Video Replacement Project Page 1-2 Rohnert Park City Proj. No. 2021-06 e) Performance Bond f) Payment 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, the City Office located at 130 Avram Avenue, Rohnert Park, CA 94928. 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 City Hall Audio and Video Replacement Project Page 1-3 Rohnert Park City Proj. No. 2021-06 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. 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. 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 City Hall Audio and Video Replacement Project Page 1-4 Rohnert Park City Proj. No. 2021-06 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 (including without limitation California Civil Code Section 2782), 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 sole negligence, intentional misconduct or 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. City Hall Audio and Video Replacement Project Page 1-5 Rohnert Park City Proj. No. 2021-06 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. 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. City Hall Audio and Video Replacement Project Page 1-6 Rohnert Park City Proj. No. 2021-06 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 City Hall Audio and Video Replacement Project Page 1-7 Rohnert Park City Proj. No. 2021-06 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 PCD ____________________________________ Darrin Jenkins, City Manager Date Name/Title Date Per Resolution No. _________ adopted by the Rohnert Park City Council at its meeting of December 14, 2022. ATTEST: APPROVED AS TO FORM: ____________________________________ Elizabeth Machado, Acting City Clerk City Attorney 08-04-2021GTEHIdHROHNERT PARKCITY COUNCILCHAMBERSThePlanning and Design of Theatres1553 Martin Luther King Jr WayBerkeley, CA 94709415-956-4100ShalleckCollaborativeInc.www.shalleck.comProduction Systems | AVASSISTIVE LISTENING# SEATS# RECEIVERS /#HEARING AIDTYPECOUNCIL CHAMBERS924/2FMASSISTIVE LISTENING CODE REFERENCES1.219.2 Required Systems. In each assembly area where audible communication is integral tothe use of the space, an assistive listening system shall be provided. EXCEPTION: Other thanin courtrooms, assistive listening systems shall not be required where audio amplification isnot provided.2.219.3 Receivers. Receivers complying with 706.2 shall be provided for assistive listeningsystems in each assembly area in accordance with Table 219.3. Twenty-five percentminimum of receivers provided, but no fewer than two, shall be hearing-aid compatible inaccordance with 706.3. EXCEPTIONS: 1. Where a building contains more than one assemblyarea and the assembly areas required to provide assistive listening systems are under onemanagement, the total number of required receivers shall be permitted to be calculatedaccording to the total number of seats in the assembly areas in the building provided that allreceivers are usable with all systems. 2. Where all seats in an assembly area are served by aninduction loop assistive listening system, the minimum number of receivers required byTable 219.3 to be hearing-aid compatible shall not be required to be provided.3.Advisory 706.1 General. Assistive listening systems are generally categorized by their modeof transmission. There are hard-wired systems and three types of wireless systems: inductionloop, infrared, and FM radio transmission. Each has different advantages and disadvantagesthat can help determine which system is best for a given application. For example, an FMsystem may be better than an infrared system in some open-air assemblies since infraredsignals are less effective in sunlight. On the other hand, an infrared system is typically abetter choice than an FM system where confidential transmission is important because it willbe contained within a given space.4.703.7.2.4 Assistive Listening Systems. Assistive listening systems shall be identified by theInternational Symbol of Access for Hearing Loss complying with Figure 703.7.2.4. (signageby architect).219.3 Receivers for Assistive Listening Systems-Department of Justice's ADA Standards for Accessible Design (2010)-Capacity of Seatingin Assembly AreaMinimum Number ofRequired ReceiversMinimum Number of Required ReceiversRequired to be Hearing-aid Compatible50 or less2251 to 2002, plus 1 per 25 seats over 50 seats ¹2201 to 5002, plus 1 per 25 seats over 50 seats ¹1 per 4 receivers ¹501 to 100020, plus 1 per 33 seats over 500 seats ¹1 per 4 receivers ¹1001 to 200035, plus 1 per 50 seats over 1000 seats ¹1 per 4 receivers ¹2001 and over55 plus 1 per 100 seats over 2000 seats ¹1 per 4 receivers ¹1. Or fraction thereof.2ASSISTIVE LISTENING CALCULATIONS & REFERENCESNTSAV PANEL/WIRETYPESCHEDULE, & ALSINFORMATIONAV001AV PANEL SCHEDULEDEVICE TYPELOCATIONDESCRIPTIONPANEL SIZE- FLUSH MOUNTPANEL SIZE-SURFACE MOUNTBOX TYPE-FLUSH MOUNTBOX TYPE-SURFACE MOUNTWIRING CONNECTIONCHAMBERSMULTI-PANELNO PANEL DIRECTCONNECTN/A(E) 4-GANGDOUBLE-DEPTHBOXN/AHOME RUN TO AVRACKCHAMBERSMULTI-PANEL4-GANGN/A(E) 4-GANGDOUBLE-DEPTHBOXN/AHOME RUN TO AVRACKCHAMBERSMULTI-PANEL4-GANGN/A(E) 4-GANGDOUBLE-DEPTHBOXN/AHOME RUN TO AVRACKCHAMBERSPAN TILT ZOOMCAMERADIRECT CONNECTN/A(E) 2-GANGDOUBLE-DEPTHBOXN/AHOME RUN TO AVRACK VIA AV-A5CHAMBERSDISCUSSIONSYSTEM CLOCK1-GANGN/A1-GANG MUD RINGN/AHOME RUN TO AVRACKCHAMBERSWIRELESS MICANTENNANO PANEL DIRECTCONNECTN/A1-GANG MUD RINGN/AHOME RUN TO AVRACKCHAMBERSFM TRANSMITTER1-GANGN/A1-GANG MUD RINGN/AHOME RUN TO AVRACKCHAMBERSSELF POWEREDLOUDSPEAKERCONNECTION1-GANG W/GROMMETN/A(E) 2-GANGDOUBLE-DEPTHBOX W/ 1-GANGREDUCERN/AHOME RUN TO AVRACKCHAMBERSVIDEO I/O2-GANGN/A(E) 2-GANGDOUBLE-DEPTHBOXN/AHOME RUN TO AVRACKSEE DRAWINGSREMOTE CONTROLPANELPRE-MADE DEVICEN/A(E) 3-GANGDOUBLE-DEPTHBOXN/AHOME RUN TO AVRACKSEE DRAWINGSREMOTE CONTROLPANELPRE-MADE DEVICEN/A(E) 3-GANGDOUBLE-DEPTHBOXN/AHOME RUN TO AVRACKSEE DRAWINGSVIDEO PROJECTORN/ADIRECT CONNECTN/A(E) NEMA TYPE 16X6X6N/AHOME RUN TO AVRACKSEE DRAWINGSMOTORIZEDSCREEN CONTROLN/ADIRECT CONNECTN/A(E) 2-GANGDOUBLE-DEPTHBOXN/AHOME RUN TO AVRACKSEE DRAWINGSCEILING MOUNT70V LOUDSPEAKERN/ADIRECT CONNECTN/A(E) 1-GANG W/ FLEXCONDUIT TOLOUDSPEAKERN/AFROM AV RACK -CONTINUES TOOTHER SIMILARDEVICES IN AREACHAMBERSVIDEO INPUT2-GANGN/A(E) 2-GANGDOUBLE-DEPTHBOXN/AHOME RUN TO AVRACKCHAMBERSVIDEO CAMERA I/O2-GANGN/A(E) 2-GANGDOUBLE-DEPTHBOXN/AHOME RUN TO AVRACKWX--FM--SP-1--FPD-E--CSP-1--VPJ--SCRC--SC--AV-CLRK--CLOCK--3AV PANEL SCHEDULENTSAV-STAFF--AV-DIA--PTZ--HDMI--V-2--CSP-2--1AV WIRETYPE SCHEDULENTSWIRETYPE SCHEDULE NOTES: 1- WIRETYPES SHOWN BELOW ARE CURRENT TO OUR BEST KNOWLEDGE. 2- MANUFACTURER SUBSTITUTIONS ARE ALLOWED, WITH APPROVAL FROM CONSULTANT. 3- ALL CONDUIT, BACKBOXES AND JUNCTION BOXES BY ELECTRICAL CONTRACTOR.TYPEDESCRIPTIONDRY LOCATIONSEX: IN-WALL, CEILING, & CMDWET LOCATIONSEX: IN-SLAB, IN-GRADE, OUTDOORNOTESMFRMODELO.D.AREARATINGMFRMODELO.D.AREARATINGGROUP A - MIC LEVELA1Microphone Level Audio 22 AWG,7X30 stranding, Foil shieldBelden94510.1350.0143CMRBelden2451RW0.1580.0196CMRGROUP B - LINE LEVELB1Line Level Audio 22 AWG,7x30 Stranding, Foil ShieldBelden94510.1350.0143CMRBelden2451RW0.1580.0196CMRB2Digital Audio - AES/EBU, 110-ohm 22 AWG,7x30 Stranding, Foil ShieldGepcoDS4010.1800.0254CMRSommer Cable200-0241AQ0.2760.0598CMRB3Line Audio + DC Power1-PR 22 AWG, 7x30 Stranding, Foil Shield1-PR 18 AWG, 16x30 Stranding, Foil ShieldBelden1502R0.2500.0491CMRLibertyLLINX-U-DB0.2750.0549DBRuns Under 300'B3BLine Audio + DC Power1-PR 22 AWG, 7x30 Stranding, Foil Shield1-PR 14 AWG, 16x30 Stranding, Foil ShieldSommer Cable500-0101-10.2910.0665CMRBelden(1) 2451RW &(1) 5000U10.158 &0.3200.0196 &0.0804N/ARuns Over 300'GROUP C - VIDEO, NETWORK, & RF LEVELC1Party-Line Intercom, 1 CH 20 AWG,7x28 Stranding, Foil ShieldBelden87620.2040.0327CMWest PennAQC2920.2200.0380CL3Runs Under 500'C1BParty-Line Intercom, 1 CH 18 AWG,16x30 Stranding, Foil ShieldBelden87600.2220.0387CMWest PennAQ2930.3100.0754CL3Runs Over 500'C1CDigital Intercom, 1 CH 20 AWG,7x28 Stranding, Foil ShieldBelden92070.3300.0855CMGWest PennAQC2920.2200.0380CL3Helix-Net 1 ChannelC2Party-Line Intercom, 2 CH 22 AWG,7x30 Stranding, Foil Shield, 2 PairBelden1814R0.3300.0855CMRWest PennAQC4300.2500.0491CL3C3Party-Line Intercom, 4 CH 22 AWG,7x30 Stranding, Foil Shield, 4 PairBelden1815R0.3840.1158CMRWest PennAQC4390.4270.1431CL3C3BDigital Intercom, Multi-CH 24 AWG, Solid,Foil Shield, 4 Pair, Cat5e, F/UTPBelden1533R0.2600.0531CMRBelden7937A0.2760.0598DBHelix-Net Multi ChannelC5Ethernet Data, Cat 6A, Single Foil Shield,F/UTP 23 AWG, Solid, Bonded PairsBelden10GX62F0.3000.0707CMRBelden2141A.3700.1075CM-LSC6Crestron / AMX Control22 AWG, 7x30 Stranded, Foil Shield, (DATA)18 AWG, 16x30 Stranded, (Power)LibertyLLINX-U0.2460.0475CMGLibertyLLINX-U-DB0.2750.0549DBC7DC Control, 2 Conductor 18 AWG,16x30 Stranded, Twisted PairBelden97400.2100.0346CMGWest PennAQ2240.2700.0572CL3C8DC Control, 4 Conductor 18 AWG,16x30 Stranded, Twisted PairBelden91560.3330.0870CMGWest PennAQ2440.3270.0839CL3C9CATV Video 18 AWG, Solid Conductor,Braided Shield, RG-6 TypeBelden91160.2700.0572CM, CATVWest PennAQC8410.2750.0594CL3C10Production Video 20 AWG, Solid Conductor,Braided Shield, RG-59 TypeBelden1505A0.2330.0426CMRBelden882810.2710.0577CMPRuns Under 500'C10BProduction Video 18 AWG, Solid Conductor,Braided ShieldBelden1694A0.2740.0589CMRBelden1694WB0.2740.0589CMRRuns Over 500'C10CProduction Video 16 AWG, Solid Conductor,Braided ShiedBelden4794R0.3200.0804CMRNO KNOWN OPTIONC12Wireless Antenna 10 AWG,Solid Conductor, Braided Shield, RG-8/U, 50ΩTimeMicrowavesystemsLMR-400-FR0.4050.1288CMRTimeMicrowaveSystemsLMR-400-DB0.4050.1288DBC14Infared Emitter 19 AWG, Solid Conductor,Braided ShieldTimeMicrowavesystemsLMR-200-FR0.1950.0298CMRTimeMicrowaveSystemsLMR-200-DB0.1950.0298DBRuns Under 100'C15Extron XTP/DTPshielded 4-Twisted PairExtronXTP DTP 240.2760.0598CMNO KNOWN OPTIONC19Digital Media Cable,8G Shielded 4 TwistedCrestronDM-CBL-8G-NP0.2440.0467CMRNO KNOWN OPTIONUse DM-8G-CONNConnectorGROUP D - LOUDSPEAKER LEVELD1Loudspeaker, 2 Conductor 12 AWG,65X30 StrandedBelden5000UP.3120.0764CL3Belden5000U10.3200.0804WBD2Loudspeaker, 4 Conductor 12 AWG,65X30 StrandedBelden5002UP0.3650.1046CL3Belden5002U10.3770.1116WBD3Loudspeaker, 70 Volt, 2 Conductor 18 AWG,7x26 StrandedWest Penn2240.1560.0191CMRWest PennAQ2240.2700.0572CL3D4Loudspeaker, 70 Volt, 4 Conductor 18 AWG,7x26 StrandedWest Penn2440.1830.0263CMRWest PennAQ2440.3270.0839CL3GROUP E - EMPTY CONDUITENO WIRETYPE, FOR FUTURE EXPANSIONGROUP F - FIBER OPTIC LEVELF3Single-Mode Fiber, 2-strand 1310 µm,OS2, OFNRBeldenFISD002R90.1840.0266OFNRBeldenFSSL002NF0.1840.0266OFNRF5Multi-Mode Fiber, 2-strand,OM3 50/125 ΜM, DUPLEX, OFNRBeldenFI4D002R90.1840.0266OFNRBeldenFS2H002NF0.1840.0266OFNR AV STANDARD DETAILSAV00208-04-2021GTEHIdHROHNERT PARKCITY COUNCILCHAMBERSThePlanning and Design of Theatres1553 Martin Luther King Jr WayBerkeley, CA 94709415-956-4100ShalleckCollaborativeInc.www.shalleck.comProduction Systems | AV1/4"1 1/2"2"2 1/2"4 1/4"A1-M-X#3/4" LABEL (SEE TYPICALLABELING DETAIL)CABLE OUTER JACKET1" HEAT SHRINK CENTERED ONOUTER JACKET HOLDBACKOUTER JACKET HOLDBACKSHIELD WITH CLEAR HEAT SHRINKCONDUCTOR WITH 1/4" OFJACKETING STRIPED BACKPANEL AV-A1PUSHPUSHL-X#L-X#LINE LEVELPUSHPUSHM-X#M-X#MIC LEVELV-X#VIDEO LEVELTELEVISIONLS-X#LS-X#LOUDSPEAKERLEVELCH ACH BINTERCOMN-X#NETWORKN-X#NETWORKPUSHPUSHM-X#M-X#PUSHAM-X#AUTOMIXERNOTE: PANELS SPECIFIED AS FLUSH MOUNTEDSHALL OVERLAP BACK BOX BY 12". SURFACE MOUNTEDPANELS SHALL MATCH BACK BOX SIZE WITH NO GAPSOR OVERLAP. COORDINATION OF BACK BOX TYPE, SIZE& MOUNTING WITH FIELD VERIFICATION REQUIRED PRIORTO ORDERING PANELS.AUTOMIX JACKS: PROVIDE WHIRLWIND WC3F,3-POLE FEMALE XLR CONNECTOR IN BLUE COLOR SHELL.ALUMINUM CABLE TIE-OFF BARSON ALL PANELS 8" WIDE AND LARGER.TIE OFF BAR TO MATCH PANEL COLOR(SEE SPEC FOR EXACT MAKE AND MODEL).LASER ETCHED LABELS SHALL BE:ARIAL FONT & 18" (OR 14") HIGH CHARACTERS.(U.O.N.).LABEL (SEE TYPICAL LABELING DETAIL)INTERCOM JACKS: PROVIDE WHIRLWIND WC3M,3-POLE MALE XLR CONNECTOR IN RED COLOR SHELL.FACEPLATE SHALL MATCH COLOR WHERE PANEL HAS BEENPLACED, FACEPLATE SHALL BE 0.080" ALUMINUM, EDGESEASED, FINISHED IN FINE TEXTURE, SCRATCH-RESISTANTPOWDER COAT, WITH FASTENERS COUNTERSUNK (U.O.N).MAIN PANEL LABEL SHALL BE LASER ETCHED,ARIAL FONT & 14" HIGH CHARACTERS.(U.O.N.).SEE SPEC FOR EXACT CONNECTOR TYPES. ALLCONNECTORS TO MATCH PANEL COLOR WHEN POSSIBLE.A1-M-X#ON CABLE LABELING ONLYINCLUDE CABLE TYPEFIRST LABEL POSITION - PATCHBAY TYPE:M - MICROPHONE LEVELL - LINE LEVELV - VIDEO LEVELN - NETWORKLS - LOUDSPEAKER LEVELTHIRD LABEL POSITION -PATCHPOINT ON PATCHBAYSECOND LABEL POSITION -PATCHBAY ROW A-ZPUSHM-X#LASER ETCHED LABELS SHALL BE:ARIAL FONT & 18" (OR 14") HIGH CHARACTERS.(U.O.N.).CONNECTORAPANEL AV-A1M-1DOWNSTAGE RIGHTM-2M-3M-4M-5M-6M-7M-8BM-1M-2M-3M-4M-5M-6M-7M-8PATCHBAY ROW A-ZFIRST LABEL POSITION - PATCHBAY TYPE:M - MICROPHONE LEVELL - LINE LEVELV - VIDEO LEVELN - NETWORKLS - LOUDSPEAKER LEVELSECOND POSITION -PATCHPOINT ON PATCHBAYCONNECTION POINT & LOCATIONCONSOLE MIC INPUTSCOLOR CODED NORMAL INDICATORS ONEVER PATCHPOINT (OMIT AT NETWORK &LOUDSPEAKER PATCH-BAYS)COLOR CODED NORMAL GUIDE ON EACHPATCH-BAY TYPE. EX. AUDIO & VIDEO (OMITAT NETWORK & LOUDSPEAKER PATCH-BAYS)PAPER LABEL INSERT= FULL NORMAL= HALF NORMAL= NO NORMALHigh ReachDesktop6 FT7 FT4 FT3 FT5 FT1 FTFIN FLR - 0 FT2 FT+15" Min. LowForward/SideReach+48" Max. HighForward/Side ReachSeated EyeLevelStanding EyeLevel1234567891011121314151617181920212223242526272829303132333435363738394041424344REAR VIEWFRONT VIEWRACK UNITS LIGHTNON-OPERABLEEQUIPMENTEXAMPLES:·WIRELESS MICROPHONERECEIVERS·CONTROL PROCESSORS·DISPLAYS·DC POWER SUPPLIES·CABLE MODULATORS·VIDEO CONVERTERS·VIDEO SWITCHES·DIGITAL SIGNALPROCESSORSOPERABLEEQUIPMENTEXAMPLES:·DISPLAY CONTROLS·TOUCH SCREENS·PATCHBAYS·CUSTOM RACK PANELS·INTERCOM STATIONS·NETWORK SWITCHESHEAVYNON-OPERABLEEQUIPMENTEXAMPLES:·AMPLIFIERS·UPSCONVENIENCE POWER INBOTTOM SPACEMODULAR POWER RACEWAY (SEE SPECFOR MORE INFORMATION)CONNECTED TO POWER SEQUENCINGVERTICAL POWER STRIP ONCONSTANT POWER (CONNECTEDTO UPS IF AVAILABLE)SEQUENCED POWER CONSTANT POWER MIN ONE OUTLET OF MPR ON CONSTANTPOWERPOWERSEQUENCINGCONSTANT POWER:·DIGITAL SIGNALPROCESSORS·CABLE MODULATORS·CONTROL PROCESSORS·NETWORK SWITCHES·INTERCOM STATIONS·UNINTERRUPTIBLE POWERSUPPLIESFIRST ON/LAST OFF:·WIRELESS MICROPHONERECEIVERS·DISPLAYS·DC POWER SUPPLIES·VIDEO CONVERTERS·VIDEO SWITCHESLAST ON/FIRST OFF:·PROJECTORS·PROJECTION SCREENS·AMPLIFIERS/SPEAKERS1234567891011121314151617181920212223242526272829303132333435363738394041424344RACK UNITS NOTES:1.RACKS SHOWN IN THIS DETAILARE NOT PROJECT SPECIFIC, SEEMOUNTING DETAILS FOR SPECIFICRACK MODELS AND SIZES.2.SEE SPEC FOR REQUIREDEQUIPMENT RACK ACCESSORIES.VAR VAR FAN CONTROL UNIT AT TOP OF RACKCOORDINATE WITH OTHERCONTRACTORS MORE4TYPICAL WIRE TERMINATION PREPNTS3TYPICAL MULTI I/O PANELNTS2TYPICAL LABELING DETAILNTS1RACK ELEVATION GUIDELINESNTS A11.22.843.9107GK.211CITY COUNCIL129CONFERENCE129.2STORAGE126AUDIO/VIDEO125STORAGE135MACHINEROOM128ELEVATOR127LOBBY132UTILITY131MEN'S R.R.110WOMEN'S R.R.109VPJFPD-P5'-2"(EXISTING)VPJ13'-0"(EXISTING)SCRC9'-0"(EXISTING)JSCRC12'-2"SP-113'-0"(EXISTING)SPKAV-STAFFOT HT(EXISTING)CLOCK8'-0"VPJVPJ13'-2"VPJ13'-2"VPJFPD-E6'-0"(EXISTING)FPDWX13'-0"WX13'-0"FM13'-0"AV-CLRKOT HT(EXISTING)PTZ8'-0"(EXISTING)PTZ8'-0"(EXISTING)PTZPTZPTZ8'-0"(EXISTING)PTZJAV-DIAOT HT(EXISTING)CSP-2SW HT(EXISTING)CSP-1SW HT(EXISTING)HDMIOT HT(EXISTING)A11.22.843.9107GK.211CITY COUNCIL129CONFERENCE129.2STORAGE126AUDIO/VIDEO125STORAGE135MACHINEROOM128ELEVATOR127LOBBY132UTILITY131MEN'S R.R.110WOMEN'S R.R.109SCRCCLNG(EXISTING)SCRCCLNG(EXISTING)VPJVPJCLNG(EXISTING)PTZCLNG(EXISTING)PTZSCCLNGSCCLNGSCCLNGSCCLNGV-2CLNGCAMA11.22.843.9107GK.211CITY COUNCIL129CONFERENCE129.2STORAGE126AUDIO/VIDEO125STORAGE135MACHINEROOM128ELEVATOR127LOBBY132UTILITY131MEN'S R.R.110WOMEN'S R.R.10908-04-2021GTEHIdHROHNERT PARKCITY COUNCILCHAMBERSThePlanning and Design of Theatres1553 Martin Luther King Jr WayBerkeley, CA 94709415-956-4100ShalleckCollaborativeInc.www.shalleck.comProduction Systems | AV1AV DEVICE PLAN AT COUNCIL CHAMBERS1/8"=1'-0"AUDIO·AV-XX:CUSTOM AV PANEL & LOCATION·MC-#: MIC INPUT PANEL & JACK QUANTITY·FM: FM ASSISTIVE LISTENING ANTENNA·WX: WIRELESS MICROPHONE ANTENNAVIDEO·VPJ:VIDEO PROJECTOR·FPD:FLAT PANEL VIDEO DISPLAYLOUDSPEAKER·LS-#: LOUDSPEAKER & JACK QUANTITY / TYPE·SC:CEILING MOUNT 70V LOUDSPEAKER·SP-#:SELF-POWERED LOUDSPEAKER AND JACK QTYCONTROL·SCRC:MOTORIZED ROLL-DOWN SCREEN CONTROL·CSP-#:REMOTE CONTROL PANEL & LOCATIONOTHER·JB-#:JUNCTION BOX·TC:TERMINAL CANS·CLOCK:CLOCK TIMER LIGHTAUDIO·MIC: MICROPHONEVIDEO·VCAM:VIDEO CAMERA·VPJ:VIDEO PROJECTORLOUDSPEAKER·LS:LOUDSPEAKER·SUB:SUBWOOFER·PS:PAGING SPEAKERJUNCTION BOX (SEE DESCRIPTION)(BY ELEC)ELECTRICALAV SYMBOL KEYJMOUNTING CONDITIONSSW HT:PROJECT STANDARD SWITCH HEIGHTOT HT:PROJECT STANDARD OUTLET HEIGHTCLNG:CEILING MOUNTA/R:AS REQUIREDRAIL:DEVICE MOUNTED TO RAILING1.ALL AC OUTLETS, CONDUIT & BACKBOXES BY ELECTRICAL.2.REQUIRED STRUCTURAL BACKING BY STRUCTURAL ENGINEER.3.A/V CONTRACTOR TO COORDINATE WITH ELECTRICALTO DETERMINE EXACT LOCATION OF A/V BACKBOXES.4.ALL VISIBLE LOUDSPEAKERS & PANELS SHALL BEPROVIDED IN A COLOR AS DETERMINED BY THEARCHITECT DURING THE SHOP DRAWING PHASE.COORDINATE EXACT MOUNTING CONDITIONS WITHARCHITECT, STRUCTURAL ENGINEER &GENERAL CONTRACTOR.GENERAL NOTESSUBLOOSE/DIRECT CONNECTION TO PANELA/V EQUIPMENT TYPEDEVICE TAGEQUIPMENT TAGDEVICE LOCATIONAV DEVICE & PANEL TYPEXXXX'-X"NOTEMOUNTING CONDITION ORHEIGHT TO CENTER OF BACKBOXDEVICE SPECIFIC NOTESAV DEVICE PLAN & RCP &DEMO AT LEVEL 1AV101ABBREVIATIONSVIF:VERIFY IN FIELDARCH:ARCHITECTURALSTRUCT:STRUCTURALMECH:MECHANICALELEC:ELECTRICALSAD:SEE ARCH DWG'SSSD:SEE STRUCT DWG'SSMD: SEE MECH DWG'SSED:SEE ELEC DWG'SAFF:ABOVE FINISHED FLOORNIC:NOT IN CONTRACTAV:AUDIO VISUALPL:PRODUCTION LIGHTINGPR:PRODUCTION RIGGINGPS:PRODUCTION SEATINGCLNG:CEILINGA/R:AS REQUIREDHL:HOUSE LEFTHR:HOUSE RIGHTSR:STAGE RIGHTSL:STAGE LEFTSIM:SIMILAROPP:OPPOSITENTS:NOT TO SCALEMIN:MINIMUMMAX:MAXIMUMHT:HEIGHTTYP:TYPICALRAIL:RAILING/PIPEQTY:QUANTITY2AV DEVICE RCP AT COUNCIL CHAMBERS1/8"=1'-0"3AV DEMO PLAN PLAN AT COUNCIL CHAMBERS1/8"=1'-0"DEMO 2 (E) CEILINGSPEAKERS,REPLACE CEILING TILESDEMO (E) PTZ CAMERADEMO (E) AV EQUIPMENT RACK,DESK AND AV EQUIPMENT.DEMO (E) PTZ CAMERADEMO (E) PTZ CAMERADEMO (E) PROJECTORDEMO (E) PROJECTOR. MOVE CONNECTIONSUP WALL TO NEW POSITIONDEMO (E) PTZ CAMERADEMO (E) CLERKS TABLE1AV401(E) MOTORIZED ROLL-DOWNPROJECTION SCREEN(E) MOTORIZED ROLL-DOWNPROJECTION SCREENREPLACE ALL (E) SURFACEMOUNT WIREMOLD ANDUNISTRUT TO (E) AV DEVICESWITH IN WALL CABLENEW MOTORIZED ROLL-DOWNPROJECTION SCREEN(E) MOTORIZED ROLL-DOWNPROJECTION SCREEN(E) MOTORIZED ROLL-DOWNPROJECTION SCREENPROVIDE 120VAC DIRECTTO MOTOR (BY ELEC)REMOVE (E) IT EQUIPMENT RACKAND MOVE (2) FIBER PATCHBAYS(1) COPPER PATCHBAYS & (1)NETWORK SWITCH TO NEW RACKDEMO (E) CONNECTION PANELSDEMO (E) PROJECTORSDEMO (E) VGA/HDMI TRANSMITTERDEMO (E) WIREMOLDDEMO (E) SURFACE-MOUNTWIREMOLD RACEWAY.RUN ALL CABLE IN-WALL,FREE-AIR.PATCH/PAINT DISTURBED AREASAS NEEDED. CONFERENCEAUDIO/VIDEO125JCITY COUNCIL129CONFERENCE129.2STORAGE126AUDIO/VIDEO125STORAGECITY COUNCIL129AG11.22.843.910708-04-2021GTEHIdHROHNERT PARKCITY COUNCILCHAMBERSThePlanning and Design of Theatres1553 Martin Luther King Jr WayBerkeley, CA 94709415-956-4100ShalleckCollaborativeInc.www.shalleck.comProduction Systems | AV1ENLARGED AV PLANS AT AMP ROOM1/2"=1'-0"1.ALL AC OUTLETS, CONDUIT & BACKBOXES BY ELECTRICAL.2.REQUIRED STRUCTURAL BACKING BY STRUCTURAL ENGINEER.3.A/V CONTRACTOR TO COORDINATE WITH ELECTRICALTO DETERMINE EXACT LOCATION OF A/V BACKBOXES.4.ALL VISIBLE LOUDSPEAKERS & PANELS SHALL BEPROVIDED IN A COLOR AS DETERMINED BY THEARCHITECT DURING THE SHOP DRAWING PHASE.COORDINATE EXACT MOUNTING CONDITIONS WITHARCHITECT, STRUCTURAL ENGINEER &GENERAL CONTRACTOR.GENERAL NOTESAV EQUIPMENT RACKS(BY AV CONTRACTOR)J-BOX FOR CONNECTION TO ACRACEWAYS IN AV EQUIPMENT RACKS.PROVIDE FOUR (4) 20A CIRCUITS.CONNECT TO RACEWAY USING NON-CONDUCTIVE CONDUIT. (RACEWAY PROVIDED BY AV CONTRACTOR)(ELECTRICAL & CONNECTIONS BY ELEC)ENLARGED AV PLANSAV4012AV EQUIPMENT PLAN AT CHAMBERS1/4"=1'-0"1AV401(N) IT EQUIPMENT RACK MOUNTED WITH BOTTOM AT 90" AFF(E) ELECTRICAL PANELBROADCAST FURNITURE(E) FLAT PANEL DISPLAYVIDEO PROJECTOR(E) CEILING MOUNTED VIDEOPROJECTION SCREEN(E) WALL MOUNTED VIDEOPROJECTION SCREEN(E) FLAT PANEL DISPLAYVIDEO PROJECTORNEW WALL MOUNTED VIDEOPROJECTION SCREENVIDEO PROJECTORCLERKS DESKREUSE (E) TABLE POCKETS (TYP OF 4)(E) COLUMN ARRAY LOUDSPEAKER(E) CEILING MOUNTED VIDEOPROJECTION SCREENVIDEO PROJECTOR3ENLARGED AV PLANS AT DAIS3/4"=1'-0"TIMER LIGHT (TYP OF 3)TOUCHSCREENDISCUSSION SYSTEM MICROPHONE (TYP OF 10)TIMER LIGHT CONTROLLER(E) STAFF DESK(E) DAIS4ELEVATION AT SOUTH CHAMBERS WALL1/2"=1'-0"7'-2"4'-2"6'-8"(N) MOTORIZED ROLL-DOWNPROJECTION SCREEN(E) VIDEO PROJECTORXXT-XREPLACE (E) MIC MOUNT WITH GROMMETOFCI DISPLAY (TYP OF 2)(N) VERTICAL EQUIPMENT RACK FOR COMCAST SERVERWIREMOLD 4000AUDIO MONITORS43" MULTIVIEWER DISPLAYPTZ CONTROLLERVIDEO SWITCHER CONTROLLERVERTICALLY STACKED BROADCAST MONITORSTOUCHSCREEN CONTROLER(E) FIRE STROBE 1AV WIRE AND CONDUIT RISER DIAGRAMNTSFPD-P--8WIRE & CONDUIT TABLERUNNUMBERWIREQTYWIRETYPECONDUITQTYCONDUITSIZENOTES11C8(E) 11-0"21C8(N) 11-0"321C5C8(E) 11-0"431C5C8(N) 11-0"51C5(N) 13/4"61C12(N) 11-0"72C12(N) 11-1/4"82C5(E) 13/4"911B1C5(E) 11-0"1021C5C10C(E) 11-0"1141C5C10C(E) 11-0"122C10C(N) 11-0"131C5(E) 13/4"141C5(E) 13/4"152C5(E) 13/4"161D3(E) 13/4"17442B1C5C10C(E) 1(E) 11-0"1-0"18442B1C5C10C(E) 1(E) 11-0"1-0"19442B1C5C10C(E) 1(E) 11-0"1-0"AUDIO VIDEO 125FROM DATA (E)OVERHEADCABLE TRAY ATEQUIPMENTRACKAV PANEL TYPEWIRETYPE DESIGNATOR (SEE SCHEDULE)XXXX'-X"1.WIRES OF SIMILAR WIRETYPE CLASSIFICATION (A, B, C, D or E)MAY BE COMBINED INTO A SINGLE CONDUIT.2.MINIMUM CONDUIT SIZE IS 3/4".3.CONDUIT SIZE TO BE VERIFIED IN WRITING BY AV CONTRACTORWITHIN 30 DAYS OF CONTRACT AWARD.4.ALL CONDUIT & BACKBOXES BY ELECTRICAL.5.FOLLOW CONDUIT SEPARATION TABLES & CONDUIT RUNLENGTH TABLES AS INDICATED ON KEY SHEET & INSPECIFICATIONS.6.INCREASE CONDUIT TO NEXT SIZE UP FOR RUNS GREATER THAN50'-0" WITHOUT A JUNCTION BOX.AV WIRE RISER NOTES & KEY1FROM ARCH LIGHTING (E)LOBBY 132CONFERENCE 129.2PTZ--10PTZ--10PTZ--11CSP-1--14HDMI--15SCTYP 416SCRC--1VPJ--3SCRC--1SCRC--1CITY COUNCIL 129SCRC--2VPJ--4VPJ--3VPJ--3CLOCK--5V-2--12WX--7FM--6WX--6FPD-E--8SP-1--9PTZ--10CSP-2--13AV-STAFF--17AV-DIA--18AV-CLRK--1908-04-2021GTEHIdHROHNERT PARKCITY COUNCILCHAMBERSThePlanning and Design of Theatres1553 Martin Luther King Jr WayBerkeley, CA 94709415-956-4100ShalleckCollaborativeInc.www.shalleck.comProduction Systems | AVWIRE & CONDUIT RISERDIAGRAMSAV501 1.ALL AC OUTLETS, CONDUIT & BACKBOXES BY ELECTRICAL.2.REQUIRED STRUCTURAL BACKING BY STRUCTURAL ENGINEER.3.A/V CONTRACTOR TO COORDINATE WITH ELECTRICALTO DETERMINE EXACT LOCATION OF A/V BACKBOXES.4.ALL VISIBLE LOUDSPEAKERS & PANELS SHALL BEPROVIDED IN A COLOR AS DETERMINED BY THEARCHITECT DURING THE SHOP DRAWING PHASE.COORDINATE EXACT MOUNTING CONDITIONS WITHARCHITECT, STRUCTURAL ENGINEER &GENERAL CONTRACTOR.GENERAL NOTESAV-STAFFTHIS DEVICE WEIGHSLESS THAN 20 LBS.1AV DEVICE FM12"=1'-0"THIS DEVICE WEIGHSLESS THAN 20 LBS.8AV DEVICE AV-STAFF12"=1'-0"LINE INAUTOMIXN-X#V-X#TIMERDISCUSSIONTHIS DEVICE WEIGHSLESS THAN 20 LBS.2AV DEVICE CLOCK12"=1'-0"TIMERPOWER ONPOWER OFFV-X#V-X#THIS DEVICE WEIGHSLESS THAN 20 LBS.7AV DEVICE V-212"=1'-0"THIS DEVICE WEIGHSLESS THAN 20 LBS.9AV DEVICE CSP-1,212"=1'-0"AV-CLRKTHIS DEVICE WEIGHSLESS THAN 20 LBS.18AV DEVICE AV-CLRK12"=1'-0"GROMMETTHIS DEVICE WEIGHSLESS THAN 20 LBS.6AV DEVICE HDMI12"=1'-0"THIS DEVICE WEIGHSLESS THAN 20 LBS.16AV DEVICE WX12"=1'-0"ANTENNA MOUNTS DIRECTLY OVER WX DEVICE08-04-2021GTEHIdHROHNERT PARKCITY COUNCILCHAMBERSThePlanning and Design of Theatres1553 Martin Luther King Jr WayBerkeley, CA 94709415-956-4100ShalleckCollaborativeInc.www.shalleck.comProduction Systems | AVAV PANEL ELEVATIONSAV701 SEISMIC BRACINGBARS ON FRONTOF RACKBOTTOM VIEWFLOOR MOUNTINGLOCATIONSABCD--CSIDE VIEW(PANELS OMITTED FOR CLARITY)FRONT VIEWTOP VIEWCLEARZONE IN FRONT OF RACK2'-0"CLEARZONE ABOVE RACK FOR CABLE TRAY OF RACKOVERHEAD CABLE TRAY FOR ROUTING OFLOW-VOLTAGE AV CABLES.3 DIVIDERS FOR 4 COMPARTMENTSB-LINE SERIES 1 OR EQUAL.(BY ELEC)PULL-OUT AV RACKSLOCATIONMODELAOVERALLHEIGHTBOVERALLWIDTHCOVERALLDEPTHDFRAMEROLL OUTAUDIO VIDEOAXS-IR-4532-2683.125"22.00"31.4"47.5" TO 48.5"LOW VOLTAGE CONDUITINSTALLATION LOCATIONALTERNATE LOCATION FORLOW VOLTAGE CONDUITROUGH-IN (LOCATED IN CENTRAL AREAOF RACK)LOCATION FORLINE VOLTAGE CONDUITROUGH-IN (LOCATED IN CENTRAL AREAOF RACK)RACK ANCHORS TO FLOOR WITHELECTRICALLY ISOLATED HILTIANCHORS, SEE DETAIL 1 & 2 FORISOLATION DETAILSLOW VOLTAGE WIRES DRESSEDTO TIE BARS ON REAR OF RACKLOW VOLTAGE WIRES DRESSEDTO TIE BARS ON REAR OF RACKTO FACILITATE CONNECTION TO RACKMOUNTED EQUIPMENTRACK MOUNTED EQUIPMENT MOUNT TO THESERAILSLINE VOLTAGE PLUG STRIPMOUNTS TO THIS RAILMC CABLING FOR LINEVOLTAGE CONDUITDRESSED TO ARTICULATINGCABLE TRAYS#6 BUILDING GROUND CONNECTS TOGROUNDING PIN ON THERACK CHASSISROUGH-IN LOCATION FORBUILDING GROUND(LOCATED IN CENTRAL AREAOF RACK)RACK BOTTOMMOUNTING PLATESEISMIC BRACKETWHEN MOUNTED AS SHOWN WITH AN ENGINEEREDANCHORAGE, THE BASE ANCHORAGE IS DESIGNED TOCOMPLY WITH CBC'S SEISMIC REQUIREMENTS OR SEISMICDESIGN CATEGORY (SDC) "D".REFER TO RACK MFG FOR RACK CERTIFICATION.0'-6"BOLT HOLE LOCATIONS(TYP 8)ELECTRICALLYINSULATING PAD, 1/2"LARGER THAN RACKFOOTPRINT, ALLAROUNDD-VIEW B: BASEPLATE DETAILSCALE" 1"=1'-0"CONCRETE SLAB18" RUBBER MATRACK MOUNTING BASE PLATERACK NOT SHOWN FOR CLARITY3/8" X 5" HILTI KWIK BOLT TZWITH 4" MINIMUM EMBEDMENTNYLON SHOULDER SPACER WITH FLANGE ELECTRICALLYISOLATES BOLT FROM RACKHOLE FOR ANCHOR(THROUGH INSULATING PAD)WHEN MOUNTED AS SHOWN WITH AN ENGINEEREDANCHORAGE, THE BASE ANCHORAGE IS DESIGNED TOCOMPLY WITH CBC'S SEISMIC REQUIREMENTS IN ZONE Z4OR SEISMIC DESIGN CATEGORY (SDC) "D".REFER TO RACK MFG FOR RACK CERTIFICATION.4" MIN.VIEW D: ANCHORAGE DETAILSCALE: 6"=1'-0"RACK BASE PLATEMIDDLE ATLANTICSEISMIC BRACKETMODEL WRKZ4HILTI KWIK BOLT TZHILTI KWIK BOLT TZ NUT & NYLON SHOULDERSPACER WITH FLANGE - SEE DETAIL 6BOLT HOLE LOCATIONS(TYP 2/CORNER)VIEW C: SEISMIC BRACKET DETAILSCALE: 6"=1'-0"VIEW A: BOTTOM VIEWØ8"BUILDING STRUCTURE (SEEARCH DRAWINGS FOR EXACTCEILING ASSEMBLY)STANDARD 1-GANGJUNCTION BOX (BY ELEC)EMT CONDUIT (BY BY ELEC)FLEX CONDUIT TO LOUDSPEAKER(BY ELEC)CONDUIT & WIRE TERMINATION TO LOUDSPEAKER(BY AV CONTRACTOR)70V LOUDSPEAKERVISIBLE CEILINGGYPBOARD/PLASTER: PROVIDEPRE-INSTALL MUD RINGT-BAR: PROVIDE SPANNING TRACKSOTHER: PROVIDE PRE-INSTALL DEVICESAS REQUIREDEYE BOLT FOR SAFETY ATTACHMENTTO BUILDING STRUCTURE(USE REQUIRED TYPE PER MATERIAL)#12 AWG SOLID WIRE SAFETY LINEWITH FOUR TIGHT TURNS IN 1-1/2"(TYP TOP & BOTTOM)SCREW-DOWN LOCKING FLANGE (TYP 4)VAR.6 7/8"8 5/16" VIEW B: SECTION VIEWA--B--CAMERA MOUNT ATTACHES DIRECTLYCAMERA MOUNTING BRACKETPTZ CAMERAPTZ J-BOX08-04-2021GTEHIdHROHNERT PARKCITY COUNCILCHAMBERSThePlanning and Design of Theatres1553 Martin Luther King Jr WayBerkeley, CA 94709415-956-4100ShalleckCollaborativeInc.www.shalleck.comProduction Systems | AV17AXS EQUIPMENT RACK MOUNTING1"=1'-0"EMPTY RACK WEIGHT 200 LBS.MAX EQUIPMENT WEIGHT 650 LBS.MAX TOTAL WEIGHT 850 LBS.AV MOUNTING DETAILSAV7107AXS EQUIPMENT RACK ISOMETRIC VIEW1-1/2"=1'-0"1.ALL AC OUTLETS, CONDUIT & BACKBOXES BY ELECTRICAL.2.REQUIRED STRUCTURAL BACKING BY STRUCTURAL ENGINEER.3.A/V CONTRACTOR TO COORDINATE WITH ELECTRICALTO DETERMINE EXACT LOCATION OF A/V BACKBOXES.4.ALL VISIBLE LOUDSPEAKERS & PANELS SHALL BEPROVIDED IN A COLOR AS DETERMINED BY THEARCHITECT DURING THE SHOP DRAWING PHASE.COORDINATE EXACT MOUNTING CONDITIONS WITHARCHITECT, STRUCTURAL ENGINEER &GENERAL CONTRACTOR.GENERAL NOTES18WALL MOUNTED VIDEO PROJECTOR1-1/2"=1'-0"MAX TOTAL WEIGHT: 65 LBS.ATTACH TO WALL WITH TEK SCREWS,SPAN TWO STUDSPROJECTOR WALL MOUNTMFR: CHIEFMODEL: WMA2SSCH 40 PIPE 1.5" ID (1.9" OD)VIDEO PROJECTOR MOUNTVIDEO PROJECTOR14CEILING MOUNTED VIDEO PROJECTOR1-1/2"=1'-0"MAX TOTAL WEIGHT: 65 LBS.SCH 40 PIPE 1.5" ID (1.9" OD)VIDEO PROJECTOR MOUNTVIDEO PROJECTORESCUTCHEONCEILING MOUNT PLATEMFR: CHIEFMODEL: CMA110ATTACH WITH1/2" BOLTS AND P1010SPRING NUTSUNISTRUT P1000 SPAN (TYP OF 4)ATTACH TO CEILING WITH LAG BOLTS15WALL MOUNTED PROJECTION SCREEN3"=1'-0"MAX TOTAL WEIGHT: 100 LBS.PROJECTION SCREEN CASEATTACH TO WALL WITH TEK SCREWSTHIS DEVICE WEIGHSLESS THAN 20 LBS.19PAN TILT ZOOM CAMERA MOUNTING6"=1'-0"THIS DEVICE WEIGHSLESS THAN 20 LBS.20SC CEILING SPEAKER MOUNTING6"=1'-0" OAK #4839-3351-6127 v1 CITY OF ROHNERT PARK CONTRACT DOCUMENTS, SPECIAL PROVISIONS AND STANDARD SPECIFICATIONS FOR CITY HALL AUDIO AND VIDEO REPLACEMENT PROJECT PROJECT NO. 2021-06 Prepared by City of Rohnert Park- Public Works 600 Enterprise Drive Rohnert Park, CA 94928 (707) 588-3300 CITY COUNCIL Mayor – Gerard Giudice Vice-Mayor – Jackie Elward Council Member – Susan Hollingsworth Adams Council Member – Willy Linares Council Member – Pam Stafford City Manager – Darrin Jenkins City Engineer – Vanessa Garrett OAK #4839-3351-6127 v1 OAK #4839-3351-6127 v1 TOC-i TABLE OF CONTENTS Page PART 1 - BID DOCUMENTS Invitation for Sealed Bids 1-1 Instructions to Bidders 1-3 Bidder's Proposal 1-7 Schedule of Bid Prices 1-9 Addendum Acknowledgment 1-10 Contractor's License Declaration 1-11 List of Subcontractors 1-12 Bid Bond 1-13 Noncollusion Declaration 1-14 Declaration of Eligibility to Contract 1-15 Statement of Qualifications for Construction Work 1-16 Attachment A – Statement of Qualification Questionnaire 1-19 Sample Contract 1-26 Insurance 1-33 Sample Certificate of Insurance and Endorsements 1-34 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 2-4 Liquidated Damages 2.05 2-4 Withdrawals of Proposals 2.06 2-4 Drawings and Specifications 2.07 2-4 Cooperation and Collateral Works 2.08 2-5 Protection and Restoration of Existing Improvements 2.09 2-5 Permits and Licenses 2.10 2-5 Approved Debris Haulers 2.11 2-5 Field Review Prior to Bidding 2.12 2-6 Testing 2.13 2-6 Working Hours and Record Drawings 2.14 2-6 Temporary Council Room Set Up 2.15 2-6 Coronavirus Risks and Construction Requirements 2.16 2-7 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 OAK #4839-3351-6127 v1 TOC-ii 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 3-5 Bonds ................................................................................. .................................... 3.4 3-6 Execution of Contract ........................................................................ .................... 3.5 3-6 Failure to Execute Contract ................................................................................... 3.6 3-6 SECTION 4 - SCOPE OF WORK Work to be Done by Contractor .................................................................. .......... 4.1 3-7 Final Clean-Up ............................................................................................ .......... 4.2 3-7 Changes in the Contract - Effect Between Parties ...................................... .......... 4.3 3-7 Maintenance of Detours .............................................................................. .......... 4.4 3-10 Use of Materials Found on the Work .......................................................... .......... 4.5 3-11 SECTION 5 - CONTROL OF THE WORK Authority of City Engineer ....................................................................... ............. 5.1 3-12 Plans..................................................................................................... ................... 5.2 3-12 Conformity with Plans ................................................................................ .......... 5.3 3-12 Working Drawings ...................................................................................... .......... 5.4 3-12 Coordination of Plans, Specifications, and Special Provisions .................. .......... 5.5 3-12 Interpretation of Plans and Specifications .................................................. .......... 5.6 3-13 Superintendence .......................................................................................... .......... 5.7 3-13 Lines, Grades and Measurements ............................................................... .......... 5.8 3-13 Inspection .................................................................................................... ........... 5.9 3-14 Unauthorized Work and Defective Work or Materials ............................... ......... 5.10 3-15 Methods and Equipment ............................................................................. .......... 5.11 3-15 Final Inspection and Acceptance ................................................................ .......... 5.12 3-16 Clean-Up Work ........................................................................................... .......... 5.13 3-16 SECTION 6 - CONTROL OF MATERIALS City-Furnished Materials ....................................................................................... 6.1 3-17 Materials to be Furnished by the Contractor ............................................... ......... 6.2 3-17 Source of Supply and Quality of Materials ................................................. ......... 6.3 3-17 Water and Electric Power ........................................................................... ........... 6.4 3-18 Materials and Workmanship ....................................................................... .......... 6.5 3-18 Storage of Materials .................................................................................... .......... 6.6 3-18 Samples and Specimens .............................................................................. .......... 6.7 3-18 Trade Names and Alternatives .................................................................... .......... 6.8 3-18 Removal of Equipment or Materials ........................................................... .......... 6.9 3-19 Testing of Materials .................................................................................... ........... 6.10 3-19 SECTION 7 - LEGAL RELATIONS AND RESPONSIBILITY Laws to be Observed ................................................................................... .......... 7.1 3-20 Permits ........................................................................................................ ........... 7.2 3-20 Patent Claims .............................................................................................. ........... 7.3 3-20 Sanitary Provisions ..................................................................................... ........... 7.4 3-20 Right of Way and Right of Access .............................................................. ......... 7.5 3-21 OAK #4839-3351-6127 v1 TOC-iii Public Convenience and Access ................................................................. .......... 7.6 3-21 Storage of Materials in Public Streets, Roads or Highways ....................... ......... 7.7 3-21 Public Safety ............................................................................................... ........... 7.8 3-21 Street Closures, Detours, Barricades .......................................................... .......... 7.9 3-22 Use of Explosives ....................................................................................... ........... 7.10 3-22 Preservation of Property ............................................................................. ........... 7.11 3-23 Preservation of Monuments ........................................................................ .......... 7.12 3-23 Safeguarding Excavations and Structures ................................................... ......... 7.13 3-23 Emergencies and Responsibility for Damage ............................................. .......... 7.14 3-23 Disposal of Material Outside of City's Right of Way ............................. ............. 7.15 3-24 Contractor's Responsibility for Work ......................................................... .......... 7.16 3-24 City Engineer Cannot Waive Obligations ................................................. ........... 7.17 3-25 Rights in Land Improvements ..................................................................... .......... 7.18 3-25 Personal Liability ........................................................................................ ........... 7.19 3-25 Repair of Equipment ................................................................................... .......... 7.20 3-26 Contractor's Legal Address ......................................................................... .......... 7.21 3-26 Cooperation and Collateral Works .............................................................. .......... 7.22 3-26 Utilities ........................................................................................................ ........... 7.23 3-26 SECTION 8 - PROSECUTIONS AND PROGRESS Subcontracts ................................................................................................ ........... 8.1 3-30 Assignment .................................................................................................. .......... 8.2 3-30 Progress of the Work .................................................................................. ........... 8.3 3-30 Character of Workmen ................................................................................ .......... 8.4 3-30 Temporary Suspension of Work ................................................................. .......... 8.5 3-30 Time of Essence, Liquidated Damages, Extension of Time by City ...... ............. 8.6 3-31 Default By Contractor…………………………………………………….. ....... 8.7 3-32 Work at Night ........................................................................................................ 8.8 3-32 Maximum Length of Open Trench ............................................................. .......... 8.9 3-32 Limited Acceptance of Work ...................................................................... .......... 8.10 3-33 SECTION 9 - MEASUREMENT AND PAYMENT Measurement for Payment .......................................................................... .......... 9.1 3-34 Scope of Payment ....................................................................................... ........... 9.2 3-34 Deductions from Payments ......................................................................... .......... 9.3 3-34 Schedule of Values...................................................................................... ........... 9.4 3-34 Payments and Monthly Estimates ............................................................... .......... 9.5 3-35 Payment for Extra Work ........................................................................................ 9.6 3-36 Final Payment ............................................................................. ........................... 9.7 3-36 SECTION 10 - CLAIMS BY CONTRACTOR Obligation to File Claims for Disputed Work....................................................... 10.1 3-37 Form and Contents of Claim................................................................................. . 10.2 3-37 Informal Conference after Claim Submission....................................................... 10.3 3-38 Mediation ............................................................................................................... 10.4 3-38 Other Matters ......................................................................................................... 10.5 3-39 Compliance with Statutory Procedures ................................................................. 10.6 3-39 OAK #4839-3351-6127 v1 TOC-iv PART 4 – TECHNICAL SPECIFICATIONS 27 41 16 AV SYSTEMS 27 41 16-A EQUIPMENT LIST PART 5 – DRAWINGS (Full Size Plans Bound Separately) OAK #4839-3351-6127 v1 PART 1 - BID DOCUMENTS City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-1 OAK #4839-3351-6127 v1 INVITATION FOR SEALED BIDS CITY HALL AUDIO AND VIDEO REPLACEMENT PROJECT PROJECT NO. 2021-06 Notice is hereby given that on TUESDAY, NOVEMBER 9, 2021 at 10:00:00 AM at 130 Avram Avenue, Rohnert Park, California, the City of Rohnert Park will receive and open sealed bids for the CITY HALL AUDIO AND VIDEO REPLACEMENT PROJECT, Project No. 2021-06. Sealed bids shall be dropped off in the secured box to the right of the main doors in front of City Hall before 10:00:00 AM on NOVEMBER 9, 2021. The work is described generally as upgrading the audio, visual and broadcasting equipment in the Rohnert Park City Hall Council Chambers. The Contractor must have a valid California contractor's license, a Class C-7 Low Voltage Systems Contractor and/or C-10 Electrical Contractor license. The Engineer’s estimate for this project is $450,000. 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 one hundred eighty (180) calendar days of that Notice. The City Council Chamber must be made available for public meetings on the following dates and times: • 2nd and 4th Tuesday of the month (by 2PM) • 2nd and 4th Thursday of the month (by 2PM) • 1st Thursday of the month by (2PM) • 1st Monday of the month by (2PM) The contractor’s work schedule shall be subject to approval by the City in order to avoid conflict with this critical City function. 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 must 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 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 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). The prime contractor must also post job site notices prescribed by regulation. Per California Civil Code Section 9550, a payment bond in the amount of 100% of the bid total will be required from the successful bidder for bids exceeding $5,000. The bond must be provided within fifteen (15) calendar days from notice of award and prior to the performance of any work. A performance bond and bid bond must also be provided for bids exceeding $5,000. 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 its 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. City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-2 OAK #4839-3351-6127 v1 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 prebid conference will be held at 10:00 AM on Thursday, October 21, 2021 at Rohnert Park City Hall Council Chambers located at 130 Avram Avenue, Rohnert Park. Attendance at the prebid conference is mandatory for all prime contractors submitting a bid. Additional site visits can be scheduled if the City is notified 24 hours in advance. A copy of the drawings and specifications may be obtained from Draftech for a non-refundable fee. Draftech Blueprinting is located at 1544 Terrace Way, Santa Rosa, CA 95404, phone number 707-578- 9442. The planholders list and all addendums shall be issued either through the City or through Draftech. In order to ensure receipts of addendums, any party interested in the project shall place their information with Draftech. For questions relating to the project, please contact the Department of Public Works at 707-588-3300 or PWProjects@rpcity.org. Posted Date: OCTOBER 13, 2021 /s/ ELIZABETH MACHADO Published Date: OCTOBER 15, 2021 Acting City Clerk of the City of Rohnert Park OCTOBER 22, 2021 City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-3 OAK #4839-3351-6127 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, CITY HALL AUDIO AND VIDEO REPLACEMENT PROJECT PROJECT NO. 2021-06 and addressed to the City Engineer of the City of Rohnert Park, California. Said sealed bids shall be dropped off in the secured box to the right of the main doors in front of City Hall located at 130 Avram Avenue, Rohnert Park, California before 10:00:00 AM on NOVEMBER 9, 2021. 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 lump sum 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. The wording of the proposal must not be changed. Any additions, conditions, limitations, or provisions inserted by the bidder will render the proposal irregular and may cause its rejection. Erasures or interlineations in the proposal must be explained or noted over the signature of the bidder. In case of discrepancy between a unit price and the total price set forth for the unit price item, the unit price shall prevail. Discrepancies between the indicated sum of any column of numerals and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between written words and figures, or words and numerals, will be resolved in favor of the words. 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. 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 City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-4 OAK #4839-3351-6127 v1 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 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 Public Contract Code of the State of California. Each bidder must file with its proposal the name and location of place of business, contractor’s license number and Department of Industrial Relations registration number, 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 City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-5 OAK #4839-3351-6127 v1 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 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 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 Special Provisions, Location and Description of Work, and Special Provisions, Minimum Limits of Insurance. City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-6 OAK #4839-3351-6127 v1 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 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. City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-7 OAK #4839-3351-6127 v1 BIDDER'S PROPOSAL CITY HALL AUDIO AND VIDEO REPLACEMENT PROJECT PROJECT NO. 2021-06 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 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 City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-8 OAK #4839-3351-6127 v1 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 $10,000, whichever is greater, and that no subcontractors may be used other than those specified without written approval of the City Engineer. Accompanying this proposal is a certified or cashier's check, or bidder's bond payable to the order of the City Clerk of the City of Rohnert Park, in the sum of _______________________ Dollars ($_________________). Said bidder's bond submitted is the City's bid bond form. Said bidder's bond has been duly executed by the undersigned bidder and by a financially sound surety company admitted 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. ______________________________ ______________________________ Address of Bidder Telephone Number of Bidder ______________________________ ______________________________ City, State, Zip Signature of Bidder City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-9 OAK #4839-3351-6127 v1 SCHEDULE OF BID PRICES CITY HALL AUDIO AND VIDEO REPLACEMENT PROJECT PROJECT NO. 2021-06 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 Remove and Replace Audio and Video System 1 LS Total Amount of Bid (written in words) is: Dollars and Cents. Any discrepancy between words and figures shall be resolved as provided in the Instructions to Bidders. $_____________________________ (Figures) ______________________________ ______________________________ Address of Bidder Signature of Bidder ______________________________ ______________________________ City, State, Zip Name of Bidder (Print) ______________________________ ______________________________ Telephone Number of Bidder FAX Number of Bidder ______________________________ Contractor's License Number License's Expiration Date Contractor’s email address City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-10 OAK #4839-3351-6127 v1 ADDENDUM ACKNOWLEDGEMENT ADDENDUM #1 Date Signature acknowledging receipt: ADDENDUM #2 Date Signature acknowledging receipt: ADDENDUM #3 Date Signature acknowledging receipt: City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-11 OAK #4839-3351-6127 v1 CONTRACTOR'S LICENSE DECLARATION (Business and Professions Code Section 7028.15) The undersigned declares that he or she is ________________________________ of ____________________________. (party making foregoing bid) (hereinafter the "Bidder") 1. Bidder's Contractor's License Number is as follows:___________________________. 2. The expiration date of Bidder's Contractor's License is _______________, 20___. 3. Bidder acknowledges that pursuant to Section 7028.15(a) of the Business and Professions Code it is a misdemeanor for any person to submit a bid to a public agency in order to engage in the business or act in the capacity of a contractor within this state without having a license therefor, except as provided therein. The undersigned declares, under penalty of perjury, that the representations made by the undersigned in this bid proposal are true and correct. Executed on ________________________, 20 ___, at _____________________________ (insert city and state where Declaration signed). ________________________________________ Signature ________________________________________ Typed Name ________________________________________ Title ________________________________________ Name of Bidder City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-12 OAK #4839-3351-6127 v1 LIST OF SUBCONTRACTORS In accordance with the provisions of Sections 4102 to 4108, inclusive, of the Public Contact Code of the State of California, each bidder must list below the name and location of place of business, contractors license number and Department of Industrial Relations registration number 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.) Amount of work (dollar value and percentage) Name: Dollar Value: Percentage: State: CLN: DIR: Name: Dollar Value: Percentage: State: CLN: DIR: Name: Dollar Value: Percentage: State: CLN: DIR: Name: Dollar Value: Percentage: State: CLN: DIR: Name: Dollar Value: Percentage: State: CLN: DIR: Name: Dollar Value: Percentage: State: CLN: DIR: Name: Dollar Value: Percentage: State: CLN: DIR: Name: Dollar Value: Percentage: State: CLN: DIR: **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. City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-13 OAK #4839-3351-6127 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 Performance bond, the Payment 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. City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-14 OAK #4839-3351-6127 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 City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-15 OAK #4839-3351-6127 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 works 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 City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-16 OAK #4839-3351-6127 v1 STATEMENT OF QUALIFICATIONS FOR CONSTRUCTION WORK ARTICLE 1 – GENERAL INFORMATION Minimum Bidder Qualifications A. All prime contractors must submit proof of qualifications at time of bid. In order to qualify, the contractor shall submit the following information: 1. List of key personnel who will be working on this Project, including skills, experience, and accreditations. 2. Provide a list of at least 5 jobs in the past 5 years, with phone and e-mail references, that have a minimum contract value of $400,000 or greater, and include the following: a. IP-based audio and video transport b. Discussion system (ie- Televic) c. Broadcast video systems using Newtek Tricaster with NDI transport d. Touchscreen-based control systems. 3. The contractor shall have been continuously engaged in the sales and integration of audio, video and communications equipment similar to that specified herein for a minimum of 10 years. 4. The contractor shall employ field service technicians within a four-hour driving distance from the Project site. 5. Proof that contractor personnel working on this project have the following minimum certifications: a. Avixa/Infocomm CTS-I Certification b. Dante Level 3 Certification c. QSC – QSYS Level 2 Certification d. Crestron – Master Certified Programmer (MCP) e. Crestron – Master Technology Architect (MTA) Measurement. A. Bidder’s compliance with the minimum qualification requirements will be measured by Bidder’s experience as an operating entity and also by the experience of the supervisory personnel who will have responsible charge of the various major components of the Work. B. [omitted] C. The qualifications of the Key Personnel are to be submitted with the Statement of Qualifications submittal (“SOQ”), by providing the information described in this document. City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-17 OAK #4839-3351-6127 v1 ARTICLE 2 – REQUIRED CONTENTS OF SOQ SUBMISSION (ENVELOPE B) Transmittal Letter. A. The Transmittal Letter shall name the proposed prime contractor, its legal structure (i.e., corporation, partnership, limited partnership, joint venture). If a joint venture or partnership is proposed, Bidder shall identify partner and/or member of the joint venture and their roles and responsibilities. Submittals. A. Completed Questionnaire. Bidder shall include a completed Statement of Qualification Questionnaire in the form attached to this document as Attachment A. Also, if any Subcontractors are identified below, and Bidder does not self-perform that work, Bidder must include a Part D (Experience of Designated Subcontractor) to Attachment A (Statement of Qualification Questionnaire) for each Designated Subcontractor. B. Licenses. Evidence of a valid contractor's license and required licenses of all licensees of persons who are Key Personnel necessary to perform the Work. C. Summary of Company History. Provide a list of at least 5 jobs in the past 5 years, with phone and e-mail references, that have a minimum contract value of $400,000 or greater that includes the following: a. IP-based audio and video transport b. Discussion system (ie- Televic) c. Broadcast video systems using Newtek Tricaster with NDI transport d. Touchscreen-based control systems. D. Minimum Certification. 1. Proof that contractor personnel working on this project have the following minimum certifications: a. Avixa/Infocomm CTS-I Certification b. Dante Level 3 Certification c. QSC – QSYS Level 2 Certification d. Crestron – Master Certified Programmer (MCP) e. Crestron – Master Technology Architect (MTA) E. Resumes of Key Personnel. Bidder shall provide a resume for each named Key Personnel of Bidder, to include as necessary: Years of experience; Education - degrees, schools and years obtained; Professional Registrations; At least two client references, including contact names, addresses, telephone numbers and e-mail, and description of projects of a similar nature worked on in the past five years. Format. A. The SOQ shall be clear and concise to enable management-oriented personnel to make a thorough evaluation and arrive at a sound determination as to whether the SOQ meets the Owner's requirement. To this end, the SOQ should be so specific, detailed and complete as to demonstrate clearly and fully that the Bidder has a thorough understanding of and has demonstrated knowledge City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-18 OAK #4839-3351-6127 v1 of the requirements to perform the Work (or applicable portion thereof). B. Any explanation requested by a Bidder regarding the meaning or interpretation of this Document must be requested in writing and with sufficient time allowed for a reply to reach Bidder before the submission of its SOQ. Oral explanations or instructions will not be binding. Any information provided to any prospective Bidder concerning this Document will be furnished to all prospective Bidders as an Addendum to the Bidding Documents. City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-19 OAK #4839-3351-6127 v1 ATTACHMENT A – Statement of Qualification Questionnaire Bidders shall complete the entire Statement of Qualification Questionnaire and submit it in accordance with Instructions to Bidders and Statement of Qualifications. Failure to complete the questionnaire or inclusion of any false statement(s) shall be ground for immediate disqualification. CONTACT INFORMATION Company Name: Owner of Company: Contact Person: Address: Phone: Fax: Email: ____________________________________________ PART A: GENERAL INFORMATION 1. Does Bidder possess a valid and current California Contractor’s license for the work proposed? Yes ___ No ___ 2. Has Bidder’s License been revoked at any time in the last five years? Yes ___ No ___ 3. Has Bidder been “default terminated” by an Owner (other than for convenience), or has a Surety completed a contract for Bidder within the last five years? Yes ___ No ___ 4. Has Bidder been convicted more than twice for failure to pay prevailing wages in the last three years? Yes ___ No ___ 5. Are Bidder and all listed subcontractors registered and qualified with the Department of Industrial Relations pursuant to Labor Code Section 1725.5? Yes ___ No ___ 6. Did Bidder include its summary of company history described in Paragraph 2.02C? Yes ___ No ___ 7. Did Bidder provide proof that the contractor personnel working on this project have the minimum certifications specified in Paragraph 2.02.D.1? Yes ___ No ___ City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-20 OAK #4839-3351-6127 v1 8. Did Bidder include a written resume for each of its proposed key personnel? (See Paragraph 2.02.E) Yes ___ No ___ Bidder may be disqualified if any answer to questions 1, 5, 6, 7, or 8 is No, or there is no answer to question 7. Bidder may be disqualified if any answer to questions 2, 3, or 4 is Yes. PART B: PREVAILING WAGE AND LICENSE PROVISIONS Prevailing Wage Provisions 1. Has Bidder been fined, penalized or otherwise found to have violated any prevailing wage or labor code provision? If yes, attach description of each occurrence. Yes _____ No _____ License Provisions 1. Has Bidder changed names or license numbers in the past 5 years? If so, please state reason for change. Yes _____ No _____ Reason:` PART C: EXPERIENCE OF PRIME CONTRACTOR The nature of this Project requires prior similar experience for the firm and the Key Personnel assigned. Summarize similar project experience below and provide the detailed project information requested: Prime Contractor Projects. Provide information about five (5) completed projects of similar size and scope to the Work of the Contract completed in the past five (5) years. Names and references must be current and verifiable. This listing will be used to assess compliance with the stated minimum qualifications in Paragraph 1.01. If a separate sheet is used, it must contain all of the following information: 1. Project Name: __________________________________________________________________ Location: ______________________________________________________________________ Owner: _______________________________________________________________________ Owner Contact (name/phone/e-mail): _________________________________________________ Architect/Engineer: ______________________________________________________________ Architect/Engineer Contact (name/phone/e-mail): -_________________________________ City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-21 OAK #4839-3351-6127 v1 Const. Mgr. or Project Mgr. (name/phone/e-mail): _________________________________ Description of Project, Scope of Work Performed: _____________________________________ ______________________________________________________________________________ Total Construction Cost: _________________________________________________________ 2. Project Name: __________________________________________________________________ Location: ______________________________________________________________________ Owner: ________________________________________________________________________ Owner Contact (name/phone/e-mail): __________________________________________________ Architect/Engineer: ______________________________________________________________ Architect/Engineer Contact (name/phone/e-mail): __________________________________ Const. Mgr. or Project Mgr. (name/phone/e-mail):__________________________________ Description of Project, Scope of Work Performed: _____________________________________ ______________________________________________________________________________ Total Construction Cost: __________________________________________________________ 3. Project Name: __________________________________________________________________ Location: ______________________________________________________________________ Owner: ________________________________________________________________________ Owner Contact (name/phone/e-mail): __________________________________________________ Architect/Engineer:______________________________________________________________ Architect/Engineer Contact (name/phone/e-mail): __________________________________ Const. Mgr. or Project Mgr. (name/phone/e-mail): _________________________________ Description of Project, Scope of Work Performed: _____________________________________ ______________________________________________________________________________ City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-22 OAK #4839-3351-6127 v1 Total Construction Cost: __________________________________________________________ 4. Project Name: __________________________________________________________________ Location: ______________________________________________________________________ Owner: ________________________________________________________________________ Owner Contact (name/phone/e-mail): __________________________________________________ Architect/Engineer:______________________________________________________________ Architect/Engineer Contact (name/phone/e-mail): __________________________________ Const. Mgr. or Project Mgr. (name/phone/e-mail): _________________________________ Description of Project, Scope of Work Performed: _____________________________________ ______________________________________________________________________________ Total Construction Cost: __________________________________________________________ 5. Project Name: __________________________________________________________________ Location: ______________________________________________________________________ Owner: ________________________________________________________________________ Owner Contact (name/phone/e-mail): __________________________________________________ Architect/Engineer:______________________________________________________________ Architect/Engineer Contact (name/phone/e-mail): __________________________________ Const. Mgr. or Project Mgr. (name/phone/e-mail): _________________________________ Description of Project, Scope of Work Performed: _____________________________________ ______________________________________________________________________________ Total Construction Cost: __________________________________________________________ Key Personnel. List Key Personnel that will be assigned to the Work of the current Project and their experience/training with the projects listed above: City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-23 OAK #4839-3351-6127 v1 Project Manager: ________________________________________________________________ Project Superintendent/Foreman: _________________________________________________ PART D: EXPERIENCE OF DESIGNATED SUBCONTRACTOR [Required only for a C-7 subcontractor if Bidder will not self-perform C-7 Work] General Contractor Name: ____________________________________________ Designated Subcontractor Name: _______________________________________ The nature of this Project requires prior similar experience for the Designated Subcontractor Trade(s) performing the Work. Summarize similar project experience below and provide the detailed project information requested: Designated Subcontractor Projects. Provide information about three (3) projects of similar size and scope to the Work of the Contract, completed in the past two (2) years. Names and references must be current and verifiable. This listing will be used to assess compliance with the stated minimum qualifications in Paragraph 1.01. If a separate sheet is used, it must contain all of the following information: 1. Project Name: __________________________________________________________________ Location: ______________________________________________________________________ Owner: ________________________________________________________________________ Owner Contact (name/phone/e-mail): __________________________________________________ Prime Contractor: _______________________________________________________________ Prime Contractor Contact (name/phone/e-mail): _________________________________________ Architect/Engineer: _____________________________________________________________ Architect/Engineer Contact (name/phone/e-mail): __________________________________ Const. Mgr. or Project Mgr. (name/phone/e-mail): _________________________________ Description of Project, Scope of Work Performed: _____________________________________ ______________________________________________________________________________ Total Subcontract Cost: __________________________________________________________ City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-24 OAK #4839-3351-6127 v1 2. Project Name: __________________________________________________________________ Location: ______________________________________________________________________ Owner: ________________________________________________________________________ Owner Contact (name/phone/e-mail): __________________________________________________ Prime Contractor: _______________________________________________________________ Prime Contractor Contact (name/phone/e-mail): __________________________________________ Architect/Engineer Firm: __________________________________________________________ Architect/Engineer Contact (name/phone/e-mail): __________________________________ Const. Mgr. Or Project Mgr. (name/phone/e-mail):_________________________________ Description of Project, Scope of Work Performed: _____________________________________ ______________________________________________________________________________ Total Subcontract Cost: __________________________________________________________ 3. Project Name: __________________________________________________________________ Location: _____________________________________________________________________ Owner: ________________________________________________________________________ Owner Contact (name/phone/e-mail): __________________________________________________ Prime Contractor: _______________________________________________________________ Prime Contractor Contact (name/phone/e-mail): __________________________________________ Architect/Engineer Firm: _________________________________________________________ Architect/Engineer Contact (name/phone/e-mail): __________________________________ Const. Mgr. or Project Mgr. (name/phone/e-mail): _________________________________ Description of Project, Scope of Work Performed: ____________________________________ ______________________________________________________________________________ Total Subcontract Cost: ________________________________________________________ City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-25 OAK #4839-3351-6127 v1 Key Personnel. List Key Personnel that will be assigned to the Work of the current Project and their experience/training with the projects listed above: Project Manager: ________________________________________________________________ Project Superintendent: ___________________________________________________________ Bidder hereby declares under penalty of perjury that all the information provided in this questionnaire is true and correct. ________________________________________________ SIGNATURE ________________________________________________ TITLE END OF DOCUMENT City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-26 OAK #4839-3351-6127 v1 C O N T R A C T CITY HALL AUDIO AND VIDEO REPLACEMENT PROJECT PROJECT NO. 2021-06 THIS AGREEMENT, made and entered into this _____ day of______________, 2021, 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 one hundred eighty (180) calendar 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 five hundred dollars ($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: a) This Agreement b) Notice Inviting Sealed Proposals c) Instruction and Information to Bidders d) Accepted Proposal, with all attachments and certifications e) Performance Bond f) Payment Bond g) Special Provisions City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-27 OAK #4839-3351-6127 v1 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, the City Office located at 130 Avram Avenue, Rohnert Park, CA 94928. 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. City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-28 OAK #4839-3351-6127 v1 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. 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 City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-29 OAK #4839-3351-6127 v1 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 (including without limitation California Civil Code Section 2782), 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 sole negligence, intentional misconduct or 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 City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-30 OAK #4839-3351-6127 v1 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 City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-31 OAK #4839-3351-6127 v1 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 Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-32 OAK #4839-3351-6127 v1 CITY OF ROHNERT PARK <<CONTRACTOR>> ____________________________________ Darrin Jenkins, City Manager Date Name/Title Date Per Resolution No. <<RESO #>>adopted by the Rohnert Park City Council at its meeting of <<Month>><<Day>>,<<Year>>. ATTEST: APPROVED AS TO FORM: ____________________________________ City Clerk City Attorney City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-33 OAK #4839-3351-6127 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. City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-34 OAK #4839-3351-6127 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 COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR. OWNER'S & CONTRACTOR'S PROT. OTHER _________________________ GENERAL AGGREGATE $ PRODUCTS-COMP/OPS AGGREGATE $ PERSONAL & ADVERTISING INJURY $ EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ MEDICAL EXPENSE (Any one person) $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY COMBINED SINGLE LIMIT $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ EXCESS LIABILITY UMBRELLA OTHER THAN UMBRELLA FORM EACH OCCURRENCE $ AGGREGATE $ $ WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY EACH ACCIDENT $ DISEASE-POLICY LIMIT $ DISEASE-EACH EMPLOYEE $ PROPERTY INSURANCE COURSE OF CONSTRUCTION AMOUNT OF INSURANCE $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS THE FOLLOWING PROVISIONS APPLY: 1. None of the above-described policies will be canceled until after 30 days' written notice has been given to the City at the address indicated below. 2. The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers are added as insureds on all liability insurance policies listed above. 3. It is agreed that any insurance or self-insurance maintained by the City will apply in excess of and not contribute with, the insurance described above. 4. The City is named a loss payee on the property insurance policies described above, if any. 5. All rights of subrogation under the property insurance policy listed above have been waived against the City. 6. The workers' compensation insurer named above, if any, agrees to waive all rights to subrogation against the City for injuries to employees of the insured resulting from work for the City or use of the City's premises or facilities. 7. Attached hereto are copies of the applicable policy pages or endorsements regarding notice of cancellation, additional insured and waiver of subrogation matters. CERTIFICATE HOLDER/ADDITIONAL INSURED CITY OF ROHNERT PARK 130 AVRAM AVENUE ROHNERT PARK, CA 94928 AUTHORIZED REPRESENTATIVE SIGNATURE _________________________________________ TITLE _________________________________________ PHONE NO. _________________________________________ City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-35 OAK #4839-3351-6127 v1 Rev. 11/08 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) City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-36 OAK #4839-3351-6127 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 Included in Limits In Addition to Limits Telephone Deductible Self-Insured Retention (check which) of $__________________ NAMED INSURED APPLICABILITY. This insurance pertains to the operation and/or tenancy of the named insured under all written agreements and permits in force with the City unless checked here in which case only the following specific agreements and permits with the City are covered: CITY AGREEMENTS/PERMITS TYPE OF INSURANCE OTHER PROVISIONS COMMERCIAL AUTO POLICY BUSINESS AUTO POLICY OTHER ____________________________________________________________ LIMIT OF LIABILITY CLAIMS: Underwriter's representative for claims pursuant to this insurance. Name: _____________________________________________________ Address: _____________________________________________________ Telephone: ( ) $ ______________ per accident, for bodily injury and property damage. 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. INSURED. The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers are included as insureds with regard to damages and defense of claims arising from: the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Named Insured, or for which the Named Insured is responsible. 2. CONTRIBUTION NOT REQUIRED. As respects work performed by the Named Insured for or on behalf of the City, the insurance afforded by this policy must: (a) be primary insurance as respects the City, its officers, officials, employees, agents or volunteers; or (b) stand in an unbroken chain of coverage excess of the Named Insured's primary coverage. Any insurance or self-insurance maintained by the City, its officers, officials, employees and volunteers must be excess of the Named Insured's insurance and not contribute with it. 3. CANCELLATION NOTICE. With respect to the interests of the City, this insurance must not be cancelled, except after thirty 30) days prior written notice by receipted delivery has been given to the City. 4. SCOPE OF COVERAGE. This policy affords coverage at least as broad as: (1) If primary, Insurance Services Office form number CA0001 (Ed. 1/87), Code 1 ("any auto"); or (2) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding section (1). 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 City Hall Audio and Video Replacement Project Part 1: Bid Documents Rohnert Park City Proj. No. 2021-06 Page 1-37 OAK #4839-3351-6127 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 OAK #4839-3351-6127 v1 PART 2 – SPECIAL PROVISIONS City Hall Audio and Video Replacement Project Part 2: Special Provisions Rohnert Park City Proj. No. 2021-06 Page 2-1 OAK #4839-3351-6127 v1 SPECIAL PROVISIONS 2.01 PROJECT OWNER The Project Owner is the City of Rohnert Park, California. Wherever in these or the Standard Specifications 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, in the City Hall Council Chambers located at 130 Avram Avenue, Rohnert Park, CA 94928. The work generally consists of, but not limited to, upgrading the audio, visual, and broadcasting equipment in the Rohnert Park City Hall Council Chambers, and appurtenances 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 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: City Hall Audio and Video Replacement Project Part 2: Special Provisions Rohnert Park City Proj. No. 2021-06 Page 2-2 OAK #4839-3351-6127 v1 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. 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. 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 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) 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. City Hall Audio and Video Replacement Project Part 2: Special Provisions Rohnert Park City Proj. No. 2021-06 Page 2-3 OAK #4839-3351-6127 v1 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. 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. City Hall Audio and Video Replacement Project Part 2: Special Provisions Rohnert Park City Proj. No. 2021-06 Page 2-4 OAK #4839-3351-6127 v1 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. 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. All coverages for subcontractors must be subject to all of the requirements stated herein. 2.04 BONDS In accordance with Section 3.4 of the Standard Specifications, the Contractor must provide the following bonds: Payment Bond equal to 100% of the Contract Bid Price, and Performance Bond equal to 100% of the Contract Bid Price. Both bonds must be on the City's forms. 2.05 LIQUIDATED DAMAGES In accordance with Section 8.6 of the Standard specifications, Liquidated Damages shall be agreed to amount to five hundred dollars ($500) 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 ROHNERT PARK CITY COUNCIL CHAMBERS, numbered AV001 through AV710 inclusive, and are included as a part of these specifications. The City of Rohnert Park 2010 Manual of Standards, Details and Specifications are the adopted Standard Plans for the City of Rohnert Park and are included as a part of these specifications. City Hall Audio and Video Replacement Project Part 2: Special Provisions Rohnert Park City Proj. No. 2021-06 Page 2-5 OAK #4839-3351-6127 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, most current 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 Caltrans 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 7.26, "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 7.15, "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 must obtain all required City permits for this work, including a building permit through the City and must fully comply with all conditions and provisions of such permits. The building permit will be at no cost to the Contractor. The Contractor must have a valid California contractor's license, a Class C-7 Low Voltage Systems Contractor and/or C-10 Electrical Contractor license. The Contractor and all subcontractors 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 three debris haulers for service on the project. Payment for debris hauling shall be included within the Contractor’s bid and no additional payment will be made for using one of the three approved debris haulers. Industrial Carting (Global Materials Recovery Services C&D Recycling Facility) (707) 585-0511 Recology Sonoma Marin 800-243-0291 https://www.recology.com/rec ology-sonoma-marin/ Pacific Sanitation 707-838-2597 http://www.pacific sanitation.com/ City Hall Audio and Video Replacement Project Part 2: Special Provisions Rohnert Park City Proj. No. 2021-06 Page 2-6 OAK #4839-3351-6127 v1 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 WORKING HOURS AND RECORD DRAWINGS Contractor working hours shall be between 8AM and 6PM unless approved by the City Engineer at least 72 hours in advance. Working days shall be Monday through Friday, excluding weekend and holidays. Record drawings shall be provided at the end of the project by the contractor, and final payment shall not be issued until completed and approved by the project manager. The record drawing compilation shall be considered part of the bid amount. 2.15 TEMPORARY COUNCIL ROOM SET UP The City Council Chamber must be made available for public meetings on the following dates and times: • 2nd and 4th Tuesday of the month (by 2PM) • 2nd and 4th Thursday of the month (by 2PM) • 1st Thursday of the month by (2PM) • 1st Monday of the month by (2PM) The chambers shall be left in a condition that is suitable for public assembly, including but not limited to: • Temporarily replacing ceiling tiles and placing back in T-bar ceiling • Temporality replacing wall panels • Excess wiring being tidy and cleaned up • Placing the chairs back in an approved layout • Tools and equipment cleaned up and placed back in the designated staging area City Hall Audio and Video Replacement Project Part 2: Special Provisions Rohnert Park City Proj. No. 2021-06 Page 2-7 OAK #4839-3351-6127 v1 Purchasing all materials including excess ceiling tiles, if needed shall be considered included in the bid. 2.16 CORONAVIRUS RISKS AND CONSTRUCTION REQUIREMENTS As of this date of this contract, the full extent and impact of Coronavirus (also known as “COVID-19”) is not known by the parties. Both parties agree that neither party is (a) deemed to know or to be able to reasonably foresee the extent and impact of COVID-19, or (b) to have assumed the risks associated with COVID-19 by their entry into the construction, except as otherwise expressly stated in the Contract Documents. Notwithstanding the foregoing, Contractor hereby acknowledges that it has investigated and is familiar with and shall comply with applicable health orders and construction field safety protocols established by the Health Officer of the County of Sonoma, including without limitation requirements under Order No. C19-09. Contractor shall establish any required Code of Safety Practices and designated a Site Safety Representative as may be required under such orders. Additionally, Contractor acknowledges that it may be subject to further requirements that may be imposed by State Public Health Officer. Contractor hereby acknowledges that compliance with such requirements constitutes part of the Scope of Work under this Contract. . OAK #4839-3351-6127 v1 PART 3 – STANDARD SPECIFICATIONS City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-1 OAK #4839-3351-6127 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. City City of Rohnert Park City Engineer The City Engineer of the City of Rohnert Park. Contract or Contract Documents 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-2 OAK #4839-3351-6127 v1 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, Performance Bond, Payment 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 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-3 OAK #4839-3351-6127 v1 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. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-4 OAK #4839-3351-6127 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. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-5 OAK #4839-3351-6127 v1 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. 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. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-6 OAK #4839-3351-6127 v1 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 complete 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 following minimum thresholds require bonds: • Bid bond: Projects over $5,000 • Payment and Performance Bonds: Projects over $5,000 Payment Bond: Per California Civil Code Section 9550. The payment bond should contain the terms and conditions set forth in Section 9554 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 performance bond must be in an amount specified in the Special Provisions and must be so conditioned as to insure the complete performance of the Contract without exception. 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. 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. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-7 OAK #4839-3351-6127 v1 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 upgrades to the audio, visual and broadcasting equipment in the Rohnert Park City Hall Council Chambers in complete order for use and to leave the grounds in a neat and orderly condition. 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. 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-8 OAK #4839-3351-6127 v1 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. 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-9 OAK #4839-3351-6127 v1 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. 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: For any machine, power and equipment which is deemed necessary, the Contractor must receive the actual cost of rented equipment furnished by it as shown on its paid vouchers. For the use of equipment owned by the Contractor, it must be paid the rental rates currently prevailing in the locality, and said rental rates must be deemed to include profit and overhead, and no extra compensation will be allowed, nor will any percentage or City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-10 OAK #4839-3351-6127 v1 amount whatsoever be added thereto. 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 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-11 OAK #4839-3351-6127 v1 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. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-12 OAK #4839-3351-6127 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, unless otherwise ordered by the City Manager, and he/she must 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 Special Provisions. 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 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 Specifications, the Plans, Special Provisions, Contract Change Orders, and all supplementary documents are essential parts of the Contract, and a requirement occurring in one is binding as City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-13 OAK #4839-3351-6127 v1 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 Whenever the Contractor is not present on any part of the work where it may be desired to give direction, orders will be given by the Engineer, which must be received and obeyed by the superintendent or foreman or authorized representative who may have charge of the particular work in reference to which the orders are given. Any order given by the Engineer, not otherwise required by the Specifications to be in writing, will, on request of the Contractor, be given or confirmed by the Engineer in writing. 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. 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-14 OAK #4839-3351-6127 v1 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 paragraph 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, 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-15 OAK #4839-3351-6127 v1 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 must have authority to cause defective work or materials to be 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. Of the City Engineer or City representative observes the potential of Contractor’s equipment damaging City property, the City Engineer or City representative reserves the right and authority to stop work. Contractor shall not be granted extra additional days or compensation for the delay of stop work. 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-16 OAK #4839-3351-6127 v1 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 so certify and accept the completed 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 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. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-17 OAK #4839-3351-6127 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. City-furnished materials will be delivered Freight on Board (f.o.b.) trucks at the site of the work. The site of the work must be construed as meaning the nearest point to the work which is readily accessible to trucks. The Contractor will be charged with any standby or demurrage charges which may accrue at the point of delivery because of his failure to unload the trucks immediately upon their arrival at the site of work. The Contractor must 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 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. 6.3 SOURCE OF SUPPLY AND QUALITY OF MATERIALS It must be 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. 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-18 OAK #4839-3351-6127 v1 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 responsibility must be upon the Contractor to provide, pay all cost for, and maintain at his 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. 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 Plans and Specifications. All work done and all materials furnished must comply with these Specifications to the satisfaction of the City. Materials furnished by the Contractor and condemned by the Engineer as being 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. Stored materials must be so located as to facilitate prompt inspection. 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 on the Plans or in the Specifications, 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 must 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-19 OAK #4839-3351-6127 v1 designated in the Specifications. 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 Specifications or in the Special Provisions or called for in the Plans, all tests of materials and work for determining compliance with specified requirements must be performed by the City or its authorized representative. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-20 OAK #4839-3351-6127 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 Plans, Drawings, Specifications, or Contract 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. 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. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-21 OAK #4839-3351-6127 v1 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 Specifications. 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 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-22 OAK #4839-3351-6127 v1 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 Special Provisions. 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. 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 7.18, “Emergencies and Responsibility for Damage,” must 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 otherwise stated in the Special Provisions. 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 must 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. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-23 OAK #4839-3351-6127 v1 7.11 PRESERVATION OF PROPERTY The Contractor must 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. The Contractor must be held responsible for the removal of all USA Markings created within the project limits, and in relation to the project. 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 on the Plans or in the Specifications 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. 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 must 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 must 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 must not operate to 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. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-24 OAK #4839-3351-6127 v1 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 must fail so to do, 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 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 Special Provisions, 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 permit from the property on whose property the disposal is to be made, and it must file said permit 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 Special Provisions, 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-25 OAK #4839-3351-6127 v1 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 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 Specifications must be considered as allowing 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 must be 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. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-26 OAK #4839-3351-6127 v1 7.20 REPAIR OF EQUIPMENT 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 Provisions. 7.21 CONTRACTOR'S LEGAL ADDRESS The address given in the proposal must be 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 must be 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 specifications must be considered as including, but 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. Work required in connection with utilities because of interference with Contract work will be performed and paid for as specified in the following paragraphs, 7.27.1 through 7.22.8; however, when directed or approved by the City Engineer, changes in line or grade of structure being built City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-27 OAK #4839-3351-6127 v1 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 Special Provisions or indicated on the drawings 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, 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 must be 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: 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 Special Provisions or shown on the Plans must be 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-28 OAK #4839-3351-6127 v1 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. 7.23.6.2 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. 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 these Plans and Specifications, 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. Should the omitted portion of the work consist of concrete pipe, the Contractor may complete said City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-29 OAK #4839-3351-6127 v1 portion by constructing a field joint. 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 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. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-30 OAK #4839-3351-6127 v1 SECTION 8 PROSECUTIONS AND PROGRESS 8.1 SUBCONTRACTS The Contractor may sublet the Contract work only in accordance with the provisions of these Specifications 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. 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 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-31 OAK #4839-3351-6127 v1 further described in the Specifications. 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. 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 Special Provisions, 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. 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-32 OAK #4839-3351-6127 v1 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 Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its 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 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 – Not Applicable 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. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-33 OAK #4839-3351-6127 v1 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 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. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-34 OAK #4839-3351-6127 v1 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. 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 on the Plans or stipulated in the Specifications for that particular item of work, 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. 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-35 OAK #4839-3351-6127 v1 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 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. Payment s 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-36 OAK #4839-3351-6127 v1 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 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. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-37 OAK #4839-3351-6127 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. 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. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-38 OAK #4839-3351-6127 v1 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. 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. City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-39 OAK #4839-3351-6127 v1 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 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 City Hall Audio and Video Replacement Project Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-06 Page 3-40 OAK #4839-3351-6127 v1 apply. OAK #4839-3351-6127 v1 PART 4 – TECHNICAL SPECIFICATIONS AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-1 9/29/2021 SECTION 27 41 16 – AV SYSTEMS PART 1 - GENERAL 1.1 SUMMARY: A. Section Includes: Services as listed herein and related to the furnishing, installation, and commissioning of audio, video and communications equipment. B. Related Documents: The Conditions of the Contract and Division 01 – General Requirements apply to this section as fully as if repeated herein. 1.2 BID DOCUMENTS A. Provide lump-sum pricing. B. Provide separate, optional pricing for yearly warranty cost beyond the included period. C. Provide separate, optional pricing for yearly SLA that meets the requirements herein. 1.3 ADD/ALT A. Provide add/alternate pricing to support meeting production using completely portable equipment as indicated herein. 1.4 REFERENCES: A. Comply with all national, state and local regulations and the procedures and requirements of the local authorities. In the event of conflict between these specifications and the applicable regulations, the more stringent shall govern. B. Equipment shall be provided in accordance with the related trade and regulatory guidelines including but not limited to UL/ETL, NEC, IEEE, and all manufacturer’s recommendations and requirements. Contractor shall be responsible in the event that work under their control voids or jeopardizes manufacturers’ warranties. C. Labor shall be provided in accordance with applicable labor regulations and practices. 1.5 DEFINITIONS: A. Refer to the General Conditions for definitions. B. Architect: For the scope in this Section, authorized personnel representing Owner and the AV Consultant. 1.6 SYSTEM DESCRIPTION: A. General 1. Several pieces of existing equipment will be reused. See the equipment list for a complete listing. 2. It is in the scope of this section to examine the reused equipment for any issues, update firmware, and otherwise fully commission. Notify the owner if any issues are discovered. B. Patch/Paint and Electrical Work AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-2 9/29/2021 1. There are several locations with existing surface-mounted wiremold, containing AV and/or power cabling. It is in the scope of this project to remove all surface mounted wiremold and run new free-air cabling behind the drywall (conduit not required.) 2. For all 120VAC electrical work, retain a qualified electrical contractor for the work. All electrical work behind walls must use metal jacketed flex cabling and metal junction boxes. 3. It is in the scope of this work to patch and paint any disturbed finishes to match original. C. Demolition 1. It is under the scope of this work to provide demolition services at locations as indicated in the drawings and specifications. 2. The contractor shall remove existing AV equipment that will not be re-used and notify the Owner’s Representative when ready. 3. Any existing wiring that will not be re-used shall be removed from conduit and transferred to owner. 4. All existing surface mounted wiremold shall be removed. 5. See AV systems equipment list for items that are to be removed. D. Building-Wide AV Network 1. The AV systems primarily operate using an IP backbone. In order for this to work properly, care must be taken to properly configure the network systems in a clear, expandable and cohesive manner. 2. The AV network will run independent of the building-wide data network, with some exceptions where internet or building data access is required. 3. Coordinate with internal IT forces. E. Council Chambers 1. Audio Systems The reinforcement audio system is comprised of an automatic mixer system with automatic echo cancellation, and integrated VOIP hybrid. The internal programming of the DSP is under the scope of this work and shall be submitted for approval during the shop drawing process. The contractor is responsible to provide standard & customary DSP blocks, including necessary EQ, protection limiting, etc. Connect to the existing VOIP system, and coordinate with the Owner’s IT forces for complete configuration. The clerk should be able to make & receive calls using the VOIP system and the in-room microphones & speakers. Provide dialing and volume controls as are typical & customary. Four channels of wireless microphone shall be provided, complete rechargeable batteries, drop-in chargers, remote antennas, and antenna combiner. Connect to the control system to allow remote mute/LED control of podium microphones. The loudspeaker system is comprised of an existing steerable column speaker and ceiling-mounted speakers with multi-channel amplifier. AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-3 9/29/2021 A conferencing/discussion system shall be provided, with both delegate and chairman units. The system shall support remote microphone control, voting, request-to-speak queuing, and interface to third party controls for individual microphone control. 1) Configure all units with push-to-talk (latching). 2) Each conferencing unit shall have a pluggable microphone. 3) Configure the unit on the control network. 4) Configure for multiple meeting presets (ie- City Council, Planning, Public Safety, etc) as directed by owner. 5) Provide training as indicated in the specifications. At the public lectern, a wireless microphone with mute indicator shall be provided. Mute control shall be available on the touchpanels. All functions necessary to operate a meeting shall be accessible from the touchpanels located at the video control suite and the clerk’s position at the dais. An audio and data patchbay and patchcords shall be provided. 2. Assistive Listening An ADA-compliant FM-based assistive listening systems shall be reused. Provide new antenna and install as indicated in the drawings. 3. Video Systems- Presentation An IP-based production video switching and routing system with scaling shall be provided to handle signals from all video devices. All input and output devices shall use CAT6A/STP cable as the means of transport to the AV rack room, where the ethernet switch is located. The switcher shall be fully HDCP compliant and support EDID. 1) It is within the scope of this project to completely define and configure the EDID table. The presentation system shall operate at 1920x1080p natively, without scaling. 2) A server appliance to enable configuration and video switching for the entire system shall be provided and configured appropriately. 3) Audio from the IP-based switching system shall be fed to the audio DSP via AES67 protocol. A CATV tuner shall be provided. (4) laser-source video projectors shall be provided. 1) Provide lenses and mounts as needed. 2) Provide AVoIP decoders at each projector. One new motorized roll-down projection screen shall be provided with the following options: 1) Motorized 2) Tab Tensioned AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-4 9/29/2021 3) Low Voltage Control Unit 4) 16:10 aspect ratio 5) Matte white front projection surface with black backing 6) White Case 7) Additional black drop shall be provided as necessary to allow the bottom of the screen to hang at 4’-0” above floor in regular use. 8) Sized as indicated in the 274116-A equipment list Three existing motorized roll-down projection screens shall be reused. At dias positions, reuse existing table pockets and HDMI input plates. 1) Provide 4x1 HDMI switch and AVoIP encoder for HDMI inputs at existing table pockets. Existing flat-panel LCD displays and CPU shall be reused at the clerk’s position. 1) Provide new furniture, and integrate the devices shown on the drawings. 2) Provide local HDMI input plate for laptop use. 3) Provide HDMI output with keyboard and mouse and configure for KVM use. The Clerk shall be able to view and control the discussion CPU, the timer CPU, and the (2) Zoom CPU’s when needed. 4) Load the Conferencing software on the Clerk’s local CPU and configure complete. 5) See additional information below. Provide new HDMI input device in Conference 129.2 area. Reuse existing 27” LCD monitor and mount for open caption viewing. 1) Provide SDI to HDMI converter and connect RS232 to control system. Reuse existing flat panel display and mount in the lobby. 1) Configure display power and input selection control from the touchpanel. 2) Provide new AVoIP decoder and configure complete. 4. Broadcast Systems A broadcast-style production video switcher with integrated multiviewer, video playback from HDD, and CG software shall be provided with all accessories as shown in the equipment list and in the drawings. 1) Configure Newtek Live Panel to allow for basic controls to be accessed via weblink on CPU. Controls should include everything needed to start and switch a very simple meeting from an iPad or CPU. 2) Live panel configuration shall include up to (10) macros. Work with staff to configure the macros as desired to make remote operation as simple as possible. 3) Base Tricaster configuration shall include (8) separate recallable configurations, to match the various use cases. Work with staff to configure as desired. AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-5 9/29/2021 4) Setup the Tricaster with preset recalls, to be triggered by button presses on the dias microphones using IP connections and programming as necessary. Configure up to (20) preset/macros to be triggered by button press on the mic units. The recall shall include PTZ camera position, CG/Titlebug recall, switcher input to match active camera and other routing/switching configurations as needed. This function shall allow for simple automation to allow basic meetings to operate with minimum operator intervention. 5) Configure the Tricaster for triggering presets/macros via audio input. This will require bringing individual mic audio into the Tricaster via Dante connection. This function, when active, shall allow an alternate mode for simple automation. 6) Reference the Newtek Automation Guide and the Televic API and Camera Control documents. Coordinate with both manufacturers for best method of implementing automation. The video switcher shall be configured and programmed to be fully operable and be delivered in a “turn-key” manner. Two 12G-SDI and one 43” 4k/UHD LCD monitors shall be provided for use with the switcher’s program/preview & multiviewer outputs. Provide a reclocking 12G-SDI router with remote control panel. Provide signal processing, sync and DA units as indicated. A digital audio mixer with Dante connection shall be provided, along with audio monitor and accessories. Provide (4) pan/tilt/zoom cameras with SDI, NDI and HDMI connectivity. 1) Provide wall mount bracket, remote power supply, and install complete. Provide a PTZ camera controller. Provide a single, fixed-view camera and mount with 3G-SDI output for confidence monitoring. Provide lens that allows a wide shot of the room, sufficient to see when someone is walking toward the podium, etc. Provide a complete closed and open caption system using existing equipment as indicated in the drawings. Connect a downscaled SDI feed with embedded audio and captions from the router to the existing Granicus and two CATV encoder units and confirm proper operation with technical personnel. Connect a downscaled SDI feed with embedded audio and captions from the router to the existing Video Server/Recorder and confirm proper operation with technical personnel. Provide two soft-codec interfaces and computers for soft-codec integration with the system, complete with I/O units as indicated. Configure for IP transmission of audio and video using NDI and DVS. Provide rack mount operations & monitoring CPU, with all system software loaded. The CPU shall be on the NVX system, allowing KVM access from either control desk or clerk station. Provide local HDMI inputs on rack panel at the control booth desk. Configure all system computers for remote KVM management thru the Crestron NVX system. From control room and clerk station, user shall be able to remote control/monitor any connected CPU. A dedicated CATV monitor shall be provided for CATV confidence monitoring. AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-6 9/29/2021 Several video scalers, converters, and a sync/test generator shall be provided. Manufacturer training & setup time shall be provided as part of this scope. Extended warranties shall be provided as indicated. 5. Control System A touch screen-based control system shall be provided for control over all applicable AV devices. 10” color touchscreens with table base shall be provided at the control booth and the clerk position. For non-council events, button panels for “community use” events shall be provided with simple controls. Each button panel shall allow local control of the adjacent projector/screen w/ volume control. 1) At rear conference area, local HDMI input shall be routed to projector, and use area ceiling speakers. 2) At front area behind dias, HDMI input in dias table pocket shall be routed to projector, and use column array speaker. Provide a dedicated gigabit Power-Over-Ethernet switch for control system use. All control system programming is the responsibility of the AV contractor and shall be submitted during the shop drawing phase for approval. See control system section below. 6. Public Speaker Timer Provide a public speaker timing system, complete with clock/signal units at dias. A public display shall be located behind the dais. The master control device shall be located at the clerks’ station. A central power supply shall be located in the AV equipment rack. Follow all manufacturer recommendations for connection and configuration. Provide a speaker timer accessory to allow the clock to show on video, and integrate into the system. 1) The speaker timer clock shall be able to be showed on the outbound broadcast as needed. 2) Use NDI as transport to the broadcast switcher. 3) The clerk and/or broadcast staff shall be able to view the timer CPU as needed via NVX/USB/KVM connection. 7. Utility/General Provide stamped, engineered structural drawings for all mounting assemblies. Equipment racks shall be provided at locations shown on the drawings. Provide additional rack accessories as indicated in part two below. For power management at equipment racks, provide a dual-circuit in-rack outlet raceway. Power will be sequenced via power conditioning/sequencing unit. For power management at control desk, rack-mounted power distribution with remote sequencing control shall be provided. AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-7 9/29/2021 UPS units shall be provided at the control desk and AV equipment rack, with separate power distribution strip. Provide all required mounting hardware for a complete installation. 8. Furniture – Broadcast Provide a complete Winsted Sightline work surface & rack system as indicated in the drawings. The system should generally include the following items: 1) Base units w/ continuous laminate work surface w/ “comfort edge” 2) (1) LCD mount, Dual Post (43” LCD) 3) (2) Dual Vertical stacking LCD Mount w/ extension arms 4) (2) 4RU Rack Mount Turrets 5) (1) Pull-out keyboard shelf 6) Versa-trak system 7) Removable access panels to allow access to wall and in-wall panels & power connections located behind furniture system from front side. This is required so the furniture system doesn’t need to be moved to access wall connections otherwise obscured. 8) Covers, doors, rack rails, stringers, data/power cable management, and other accessories as needed for a complete system. 9) Laminate finishes shall be selected from the manufacturer’s standard line. Submit options for review. 10) Any quote number is referenced in the equipment list to give a basis of design only. Confirm the system fits in the field prior to ordering and submit finish cards for review as part of the submittal process. 9. Furniture- Clerk Station Provide a complete Winsted E-SOC work surface & rack system as indicated in the drawings. The system should generally include the following items: 1) One Base unit w/ continuous laminate work surface w/ “comfort edge” 2) (1) Pull-out keyboard shelf 3) Versa-trak system 4) (2) adjustable monitor mounts 5) Laminate modesty panel to match side panels 6) Covers, doors, rack rails, stringers, data/power cable management, and other accessories as needed for a complete system. 7) Laminate finishes shall be selected from the manufacturer’s standard line and be selected to best match the existing dias. Submit options for review. 8) Any quote number is referenced in the equipment list to give a basis of design only. Confirm the system fits in the field prior to ordering and submit finish cards for review as part of the submittal process. 10. Control System Programming Touchpanels shall be configured with the most often-used device functions. Do not attempt to put every possible device function on the touchpanel. AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-8 9/29/2021 The touchpanel shall be configured to work in two modes: Council Meeting and Community Room. Provide the following minimum feature set at the control booth touch panel (master control): 1) System Power On/Off 2) Automixer, Wireless Mics, Dias Mics, Video Source & Main System Volume 3) Audio break away with select or audio-follows-video mode 4) Individual microphone mutes for dias, staff and podium positions, including wireless podium mic mute w/ LED activation. 5) Projectors On/Off & mute 6) Projection Screens Up/Down/Stop 7) CATV tuner controls 8) Open Caption LCD Screen On/Off & mute 9) Lobby LCD Screen On/Off & mute, input select 10) Matrix Switcher controls (source, routing) 11) Conferencing CPU controls (mic mutes, recording, etc) 12) Audio controls from audio DSP to broadcast system 13) Audio conference controls (dialer, speed dial, all volume controls, merge w/ zoom, etc.) 14) KVM routing controls Provide the following minimum feature set at the clerk’s touch screen panel: 1) System Power On/Off 2) Wireless Mics, Dias Mics, Public Podium Mic, Video Source & Main System Volume 3) Audio conference controls (dialer, all volume controls) 4) Individual microphone mutes for dias, staff and podium positions, including wireless podium mic mute w/ LED activation. 5) Projectors On/Off & mute 6) Projection Screens Up/Down/Stop 7) CATV tuner controls 8) Open Caption LCD Screen On/Off & mute 9) Lobby LCD Screen On/Off & mute, input select 10) Matrix Switcher controls (source, routing) 11) Conferencing CPU controls (mic mutes, recording, etc) 12) KVM routing controls Provide (4) Macro command buttons on main page, to be determined by owner during the submittal period. Macros may include: “council meeting”, “watch movie”, “staff presentation” or similar. Touchpanel programming is the responsibility of the contractor. An outline has been made above but does not include all functions required. The contractor is responsible to design a graphic user interface using the following guidelines: 1) In automatic mode, use must be able to complete any function within two button presses. 2) More important functions shall be more prominent on the interface. AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-9 9/29/2021 3) Like functions shall appear at the same place on every screen. 4) Nesting menus are not allowed. The base template for the touchpanel shall be from the stock manufacturer line, with customization as necessary. The template colors shall be modified to match Owner’s colors, and the splash screen shall show the Owner’s logo. F. FFE/Loose Equipment 1. Provide portable equipment as listed in the equipment list. 2. On all loose cables, provide a color heatshrink label or engraved shell reading “Rohnert Park City”, and an affixed Velcro cable tie. Color of heatshrink or connector boot shall determine length. Patchcords need not be labeled. Use the following color scheme: 10’ or less: White 25’: Orange 50’: Green 100’: Red G. Network Configuration 1. Coordinate IP address ranges and assignments with the Owner’s IT forces for all AV devices. 2. AV systems that operate on IP-based networks shall be properly configured, using manufacturer-recommended settings. 3. AV systems shall be separated into one VLAN per sub-system. 4. It is within the scope of this section to fully coordinate with Owner’s IT forces for proper network configuration, and to provide a properly designed, fully documented network system. H. Warranty / SLA 1. Provide warranty as indicated in warranty section below. Provide separate line- item cost for additional years beyond the initial (2) years. 2. Provide separate line-item yearly cost for a Service Level Agreement (SLA). The SLA should generally include the following, subject to the specific offerings of each contractor. Remote support via internet Telephone & email support (during business hours): 2-hour response time On-site support (during business hours): 8-hour response time Telephone & email support (outside business hours): 2-hour response time On-site support (outside business hours): 16-hour response time Preventative Maintenance: (2) visits per year Parts repair/replacement: labor included, non-warranty parts at cost Shipping: Ground included Loaner equipment included User training included AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-10 9/29/2021 1.7 ADD/ALTERNATE – TEMPORARY SYSTEMS A. The add/alternate shall include portable production support as necessary to facilitate council meetings in the chambers during construction, when the fixed AV systems may not be complete or available. B. The following minimum functions shall be provided: 1. (3) cameras with simple switcher (ie- no lower thirds, basic transitions) 2. (1) projector and screen with (1) HDMI connection for owner-provided computer 3. (1) room speaker for voice amplification, playback and remote participant audio 4. (10) microphones for council and staff members, as well as public speaker’s podium 5. Granicus streaming functionality, using owner-furnished Granicus encoder 6. Zoom meeting, including hybrid meeting functionality 7. Audio/Video recording to harddisk in MP4 format 8. Closed captioning using owner-furnished encoder and captioning service C. Provide costs on a per-meeting basis. 1.8 CURRENT TECHNOLOGY: A. Only the most current hardware and software shall be provided. In no case will discontinued or superseded products be acceptable. If the manufacturer has developed and successfully released products that meet or exceed the criteria within this specification, the Contractor shall notify the Architect and submit the new product for review. If accepted, the products shall be provided at no additional cost to the Owner. Software upgrades and authorized support services for its proper integration into the system shall be provided at no cost to the Owner throughout the warranty period. B. In the event of known product defaults or recall, the Contractor shall immediately notify the Architect and make immediate arrangements for remedy. C. None of the stipulations herein shall be grounds for revision to the Project schedule. D. See related procedures under Warranties in this Section. 1.9 SUBSTITUTIONS: A. All requests for substitutions from the specified materials, assemblies or related services shall be submitted for review by Architect in accordance with Section 01 – Substitution Procedures. Requests shall be made in a timely fashion to not affect the Project schedule in either case of the substitution being accepted or rejected. B. Documentation for the substitution shall be submitted with supporting material and shall including the related information for the item as specified so that equivalence can be demonstrated. The burden of proof rests solely upon the Contractor. The Architect shall be the sole evaluator of the fitness of the substitution. C. All expenses related to the substitution including, but not be limited to, all fees and expenses incurred in the evaluation of the substitution, and any effect on the costs and schedule of other trades whether or not the substitution is accepted, shall be borne by the Contractor. 1.10 SUBMITTALS: AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-11 9/29/2021 A. General: 1. If permitted under Section 01– Submittal Procedures, all submittals shall be made in electronic format. Files shall be in .pdf format and submitted via CD or DVD. Clearly indicate submittal number and description in the file name of the document. Each document shall be a separate file. Markups will be made electronically, and the submittal returned via electronic means. 2. Submittals shall be made in a timely fashion so as to not affect the Project schedule, and shall allow for adequate time for review and resubmittal. Partial submittals will not be acceptable and will be returned without review. 3. Submittals shall be reviewed and field dimensions verified prior to commencing acquisition for, and fabrication of the Work in this section. All services and parts of the work in this section shall be verified through the submittal process. 4. Acceptance of any submitted data or shop drawings for material, equipment, apparatus, devices, arrangement and layout shall not relieve contractor from responsibility of furnishing same of proper dimensions and weight, capacities, sizes, quantity, and installation details to perform efficiently the requirements and intents of the systems design. Such acceptance shall not relieve the contractor from responsibility for error, omissions or inadequacies of any sort on submitted data or shop drawings. 5. Copies of contract drawings will not be accepted as shop drawings and will be returned without review. B. Prior to commencing work on shop drawings, the contractor shall facilitate a meeting between the contractor and Architect and his consultant to “walk through” the AV systems. C. Conduit, Backboxes and Electrical Systems Verification Letter: 1. Within 30 days of contract award, the AV contractor shall review all relevant information pertaining to the AV systems low-voltage conduit, backboxes, and line voltage electrical work. A formal memo, indicating acceptance (or desired changes) of the Contract Drawings shall be provided. Failure to provide this memo indicates acceptance of, and liability for, the conduit, backboxes and electrical systems as indicated in the Contract Drawings. 2. If the contractor chooses to exercise the option to place conduit in-slab and on- grade or under-slab and in-grade, the contractor shall submit a revised AV conduit riser with new conduit size calculations using cables from the “wet-rated” AV cable schedule. See section 260535 for additional information D. Shop Drawings: 1. Submit full-size (minimum 30” x 42”) scaled shop drawings that show the following: Installation requirements and mounting conditions. AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-12 9/29/2021 Provide stamped structural drawings by a structural engineer licensed in the state in which the project takes place showing complete mounting details for all AV devices over 20 pounds. Full system riser diagram(s) illustrating interconnection of system components, wiring requirements, back box sizes and any special installation considerations. Block diagrams, showing equipment interconnection. Equipment rack and patchpanel drawings. Full-scale drawings of custom plates. Run sheets or field wiring drawings. Equipment modification drawings, including statement of purpose for modification and agreement to provide full manufacturer warranty, if modifications cause a voided warranty. Final schematic drawings of any custom circuitry. E. AV Control System Touchpanels: 1. Provide a hosted web link for approval of working touchpanel files. This generally requires the contractor to setup and host an active control system processor, with a secure web link to allow remote parties to view & control. 2. The AV contractor is responsible for design of touchpanel layouts, but shall be subject to consultant and Architect approval. If the organization has an existing template, the AV contractor shall use that template and modify as needed to suit the project. F. Product Data: 1. Submit a detailed equipment list, including manufacturer, model number, description and quantity for each item. 2. Do not submit equipment cut sheets, except for custom or non-standard devices. G. Color Data: 1. Submit spreadsheet with color schedule for all equipment and devices, including custom plates, speakers, racks, furniture, etc. Room name and number shall be listed. 2. Show standard color options to allow design team to select. 3. Where no option for color is available, indicate as much. H. DSP Programming: Internal DSP programming (submit as software file) I. Samples: 1. Submit samples for review if requested. Samples may include, but are not limited to: AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-13 9/29/2021 Connector, panel and cable assemblies Panel finish samples Custom switch, button or similar assemblies J. Record Documents: Submit record documents in accordance with Section 01. 1. At time of final acceptance, submit regulatory listings and certifications as required by prevailing building codes. 2. Submit electronic “as-builts” including: Shop drawings, product data, operations and instructions manuals for all products provided. Equipment list, with manufacturer, model number, and serial number for all installed devices. Electronic backup of control system programming. Electronic backup of DSP systems programming. Care and maintenance instructions, service line and online contacts. Warranty documents. Key list, showing the following for all keys in the system: device name and model number, system controlled, key model number or other replacement identifier, tech support number for equipment manufacture, and thumbnail picture of device. 1.11 WARRANTY: A. Warranty shall provide coverage of material and product defects and assembly workmanship or installation for a period of two years following the date of acceptance by the Architect. B. Items under warranty shall be serviced to the satisfaction of the Owner with 14 days of notification to the Contractor. C. The Contractor shall bear all costs that arise because of the warranty claim when service time exceeds 14 days, including, but not limited to, the use of temporary replacement components, additional Owner staffing or overtime, shipping, cancelled uses or performances. D. Activate all manufacturers’ warranties in the name of the Owner, within one week of the date of acceptance. E. Provide three return visits following system acceptance to fine tune or repair any items requested by the Owner: 1. 1 month following acceptance 2. 1 year following acceptance 3. 2 years following acceptance, prior to warranty expiration 1.12 QUALITY ASSURANCE: A. Equipment in this Section shall be provided by specialty subcontractors and manufacturers meeting the qualifications listed herein. B. All equipment shall be UL or ETL listed and bear the appropriate labels. 1.13 DELIVERY, STORAGE AND HANDLING: AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-14 9/29/2021 A. Packing shall prevent damage to the equipment during transit. Costs to repair or replace all equipment damaged during the course of the contract services shall be borne by the Contractor. B. Do not deliver materials in this Section until building is ready for installation. Contractor is responsible to properly sequence the work and to protect from damage during delivery, handling, storage and installation. C. Contractor is responsible to coordinate and provide secure and protected storage as required for the execution of the Contract. 1. Devices shall not be delivered to the project site until the project is suitably clean and all adjacent finish work that may be painted or produce dust has been completed. The contract shall provide and maintain complete protection of all devices until the Project has been made available for occupancy by the Owner. The contractor shall thoroughly clean and remove any dirt or dust that infiltrates system components and be responsible for timely replacement of any damaged components. 2. Device labels and connectors shall be delivered with temporary dust and paint protection installed. 1.14 PROJECT CONDITIONS: A. Defects in the field which may impact the work in this Section shall be reported to the Architect and corrected in accordance with the requirements of the applicable Section of Work prior to commencement of the Work in this Section. 1.15 MAINTENANCE: A. Provide maintenance stock of User-serviceable components within the system. Maintenance stock shall be packaged in weather resistant box labeled “spare parts for AV system” and turned over to the Owner at time of system commissioning. B. Maintenance stock shall include: 1. Four fuses of each type in the system. 2. Five connectors of each type in the system. 3. Six spare keys of each type in the system. PART 2 - PRODUCTS 2.1 SPECIALTY SUBCONTRACTORS A. All AV contractors must submit proof of qualifications at time of bid. See RFP package for additional information. 2.2 MANUFACTURERS: A. AV equipment in this Section shall be provided by specialty manufacturers providing products meeting the specifications herein. B. Provide all equipment as listed in 274116-A, equipment list. 2.3 SYSTEMS: AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-15 9/29/2021 A. Audio Systems General Requirements: 1. Grounding: All grounding in racks is the responsibility of the AV contractor. All devices shall be appropriately grounded to the isolated grounding system busbar. 2. Unbalanced Devices: Provide a balancing transformer for any unbalanced audio device, at both input and output. 3. Loudspeaker Rigging: All overhead loudspeaker rigging shall be reviewed and stamped by a licensed structural engineer working in the State in which the project takes place. The contractor is responsible to secure the structural stamp, including all expenses associated therein. B. Video Systems General Requirements: 1. Per SMPTE requirements for HD-SDI video. C. Modulated (CATV) Video Systems General Requirements: 1. Cable Distribution System: The cable distribution system shall consist of coaxial cables, user interfaces, signal taps, splitters, RF amplifiers, signal equalizers, power supplies, and ancillary hardware as required to meet the system requirements specified below. 2. The signal level of each channel at each TV outlet shall be +5 dBmV, plus or minus 3 dBmV. 3. The system shall meet the following minimum parameters at each TV outlet: Signal-To-Noise Ratio: 43 dB Cross Modulation: -46 dB Hum Modulation: -55 dB Return Loss: 14 dB Isolation (outlet-outlet): 24 dB Aural Carrier Level: 13 dB to 17 dB below visual Impedance: 75 ohm 2.4 MATERIALS: A. All components supplied under this Section shall be new. Used or factory reconditioned components will not be acceptable. B. Cabling 1. Provide cabling as indicated in the drawings. C. Floor-Standing Pull-Out 19” Equipment Rack 1. Provide Middle Atlantic AXS-IR Series, in sizes as indicated in the drawings. 2. 500 lb. weight capacity, with seismic rating. 3. All structural elements shall be finished in black powder coat. 4. Rack shall be UL Listed. 5. Provide the following options: Seismic Kit AXS-IR-Z4K Removable keylocked side panels, model #SPN-xxx. One pair per rack bank. AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-16 9/29/2021 No top panel to allow inner rack fans to have a clear air path. Vertical Lacer strip, heavily perforated, 77" long, model # LACE-xx-OP. Two per rack. Horizontal Lacer Bars, model #LBP series. Ten per rack, or as needed. Brush Grommit panel, model #BRxx series. As needed. Rear rail kit, 11-gauge, 10-32 threaded, model # WRK-RRxxx. One per rack. Copper Bus Bar, model #BB-xx. One per rack. Service Track, model #TRACK-50. One per rack. Service Stand, model #TRACK-L. One per rack. Wire Tray, model #AXS-WT50. One per rack. Utility Drawer, model D4. One per rack group. Blank & Vent panels, as needed to fill rack. Full height utility light, white w/ dimmer, model FWD-LT-UTL-xxx-D. One set per rack. Provide maximum length allowed by rack size. Custom rack mounts for equipment without rack ears, model #RSH-series. 6. Follow attachment methods as described in the drawings, which meet structural criteria provided by the project structural engineer. 7. Provide the following for thermal management: Dual Fan Kit, model #AXS-FAN-K with guard. One per rack. Vent Blockers, model VBK-W27-W32. As required. Thermostatic Fan Control for MPR raceway, model #FC-4A. One per rack group. Vent panels at bottom of rack, model VT-series. As required. 8. Provide the following for power management: (1) Dual-Circuit 20A power strip for sequenced & conditioned power distribution, model #PDT-2x1020. Provide cable terminations with 20A edison/u-ground plugs as needed. (1) Single-Circuit 15A power strip for UPS power distribution, model #PDT- 1415C-NS. Non-switching front-mounted convenience outlets. Provide one unit per rack group. Model #PD-2015R-NS or equal. D. Wall Mount Data Rack 1. Provide Middle Atlantic WM series. E. Vertical Mount Data Rack 1. Provide Middle Atlantic VPM series. F. Connectors: 1. Microphone and Line Level Audio XLR-M, 3-pin: AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-17 9/29/2021 1) For panel-mount, Provide Neutrik NC3MD-L-1, 3-pole male XLR connector in black. 2) For cable-end, provide Neutrik NC3MXX, 3-pole male connector. XLR-F, 3-pin, Standard 1) For panel-mount, Provide Neutrik NC3FD-L-1, 3-pole female XLR connector in black. 2) For cable-end, provide Neutrik NC3FXX, 3-pole female connector. XLR-F, 3-pin, Automixing (BLUE) 1) For panel-mount, Provide Whirlwind WC3F, 3-pole female XLR connector in blue color shell. 2) No colored trim rings allowed, such as Neutrik. 1/4” Tip/Ring/Sleeve 1) For panel-mount, Provide Neutrik NJ3FP6C, locking tip/ring/sleeve connector. 2) For cable-end, provide Neutrik NP3X, tip/ring/sleeve connector. Phono 1) For panel-mount, Provide Neutrik NF-2D series, with appropriate color isolation washer. 2) For cable-end, provide Neutrik NF2C-B-2 “Profi” connector. 2. Production Intercom: XLR-M, 3-pin, Intercom (RED) 1) For panel-mount, Provide Whirlwind WC3M, 3-pole male XLR connector in red color shell. 2) No colored trim rings allowed, such as Neutrik. 3. Integrated Control Systems: For panel-mount in configurations using legacy data and power bus (AxLink or Cresnet), provide Neutrik NC4FD-L-1, 4-pole female XLR connector. For panel-mount in configurations using networked control bus, refer to RJ-45 data information below. Cable-end configurations are project dependent. See drawings. 4. Loudspeaker: For panel-mount in 2 or 4-conductor applications, use Neutrik Speakon NL4MP 4-pole connector. For panel-mount in 8-conductor applications, use Neutrik Speakon NL8MPR 8- pole connector. AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-18 9/29/2021 For cable-end in 2 or 4-conductor applications, use Neutrik Speakon NL4FC 4- pole connector. For cable-end in 8-conductor applications, use Neutrik Speakon NL8FC 8-pole connector. 5. Video: Production Video/12G: 1) For panel-mount, Provide Neutrik NBB75DFIX, recessed bulkhead jack, feed through, isolated connector. 2) For cable-end, provide Neutrik NBNC75B-series, push-pull style connector. Use appropriate connector for cable specified. “F” Connector: 1) For panel-mount, provide Holland G-F81F* inline barrel connector with 3.0 GHz minimum performance. 2) For cable-end, provide Holland Superlok G-series compression connector with 3.0 GHz minimum performance. 6. RF Antenna – 50-ohm For panel-mount, Provide Canare BJ-JRUD, recessed bulkhead jack, feed through, isolated connector. For cable-end, provide Canare BP-C series. Use appropriate connector for cable specified. 7. Data: RJ-45 1) For panel-mount, provide Neutrik Ethercon NE8 series punch-down connector in black to match cable type. 2) For cable end, provide Neutrik Ethercon NE8-series connectors in black to match cable type. Fiber 1) For panel-mount, provide Neutrik Opticalcon NO2-4FD feed-thru panel mount connectors. 2) For cable end, provide Neutrik Opticalcon cables in quantities shown in 274116-A equipment list. G. Patchbays: 1. Microphone and Line Level Audio (Longframe): Provide Bittree 489 programmable series with 3-pin molex style termination with the following options: 1) Longframe ¼”-style connectors AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-19 9/29/2021 2) 2x24 jacks with 12” deep chassis 3) 2 designation strips in over/under configuration 4) Mono spacing, 2 RU 5) Isolated Grounding 6) Normals per Drawings 7) Black in color 8) Paper designation strips. Provide .doc file to Owner for future use. 9) Provide Middle Atlantic “CLAW” patchcord holder, one per rack. Patchbay layout shall be in standard “output at top, inputs at bottom” scheme with clear method for showing normals. Contractor shall be responsible for exact patchbay layout. Labeling shall be as follows: 1) All labeling shall exactly match circuit in field. 2) Labeling shall be sequential per circuit type, beginning at 1. Patchbays by AVP, Inc are also acceptable. 2. Loudspeaker: Provide AVP, Inc. WK-U212E3-NL4MP series with solder termination and the following options: 1) 2x12 jacks with 12” deep chassis 2) 2 designation strips in over/under configuration 3) 2 RU 4) Black in color 5) Paper designation strips. Provide .doc file to Owner for future use. Provide 2 output jacks from each amplifier channel. Configure as follows: 1) Amplifier “A”, Channel One Jacks: a) Pins 1+/1- : Amp Channel One b) Pins 2+/2-: Amp Channel Two 2) Amplifier “A”, Channel Two Jacks: a) Pins 1+/1- : Amp Channel Two b) Pins 2+/2-: No Connection c) See Drawings for additional information. d) Provide Middle Atlantic “CLAW” patchcord holder, one per rack. 3. 12G-SDI Production Video: Provide Bittree Video MINI-WECO 12G+ series patchbay. Provide the following configuration: 1) WECO-style connectors 2) 2x32 jacks with 12” deep chassis AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-20 9/29/2021 3) 2 designation strips in over/under configuration 4) 2 RU 5) Normals per Drawings. Provide looping plugs in quantities needed. 6) Black in color 7) Paper designation strips. Provide .doc file to Owner for future use. 8) Provide Middle Atlantic “CLAW” patchcord holder, one per rack. AVP UHD Super 8K+ W Series are also acceptable. 4. Data - Copper: Provide Belden REVConnect Series Flush-Mount Modular Keystone Panel. Provide with the following configuration: 1) CAT 6A Shielded 2) RJ45 jack with shielding to match 10GX cable type 3) 1x24 jacks with 6” deep removeable rear lacing bar 4) 1 designation strip in over configuration 5) 1 RU 6) Black in color 7) Paper designation strips. Provide .doc file to Owner for future use. 8) Provide Middle Atlantic “CLAW” patchcord holder, one per rack. 5. Data - Fiber Provide Corning CCH Series fiber optic patching systems. Provide housing, LC patchpanels, and required accessories for a complete installation. 2.5 PANELS: A. General: The control receptacle panels shall consist of the appropriate connectors required for the system. B. Physical: 1. Faceplates shall be 0.080” aluminum, edges eased, finished in fine texture, scratch-resistant powder coat, with fasteners countersunk. Panels specified as flush mounted shall overlap back box by 1/2”. Surface mounted panels shall match back box size with no gaps or overlap. Coordinate back box type, size and mounting with Division 26 - Electrical. 2. Color shall match the finished wall color of the wall onto which it will be mounted, unless otherwise noted. Submit color table for review. 3. Panels noted as custom color shall be factory powder coated a color selected by the Architect. Legends shall be laser etched. 4. Laser etched labels 1/4” high characters minimum, unless otherwise noted. Labeling shall be as indicated on the Drawings. Use Arial font. AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-21 9/29/2021 5. Wall mounted panels shall mount into an industry standard back box, depending on size and quantity of connectors. 6. Rack mounted panels shall mount within industry standard equipment racks. 7. Panels mounted in floor boxes shall include a translucent flexible vinyl dirt guard as indicated on Drawings. 8. Provide complete hardware for mounting on gridiron/catwalk/pipe grid hangers where indicated on the Drawings. 9. Provide aluminum cable tie-off bars in matching color on all panels 8” wide and larger, as indicated on the Drawings. Keystone Electronics Corporation “Aluminum Oval Instrumentation Handles”, part number 546, 5” wide x 2” deep handle. www.keyelco.com; 800-221- 5510 C. Floor Pockets: 1. Provide flush, floor mounted pockets with cover and cable slot. Lid finish and lid type to be determined during submittal period from manufacturer’s standard line. 2. Provide interior, flexible translucent PVC/vinyl dirt guard to cover receptacles. Labels shall remain visible. 3. Provide floor pocket backboxes and pour pans (if conditions warrant) to Division 26 - Electrical for installation. PART 3 - EXECUTION 3.1 INSTALLATION- GENERAL: A. Coordinate with Division 26 - Electrical for the proper installation of the conduit, backboxes, and electrical service as specified herein. B. Coordinate scheduling and access with the Contractor and provide personnel lifts or ladders as required for access to the AV equipment. C. Remove all packing materials from the Project Site. Insert operations and maintenance information into the Project record documents as specified above in Submittals. D. Record Block Diagram: Post a laminated 11x17 as-built block diagram of the entire system (split into multiple sheets as necessary), and physically attached to the equipment rack in a logical location for Owner reference. 3.2 CABLE INSTALLATION: A. Mark cables, regardless of length, with permanent, non-handwritten number or letter cable markers within 6-inches of both ends. There shall be no unmarked cables in the system. Marking codes used on cables shall correspond to codes used on Drawings and schedules. B. As indicated on the Drawings, group cables according to signal type. Up to 6 separate conduit systems may be in place, divided as follows: 1. A: Microphone Level Audio 2. B: Line Level Audio 3. C: Video and Communication Level 4. D: Loudspeaker Level AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-22 9/29/2021 5. E: Empty/Future expansion 6. F: Fiber Optic Level C. As much as possible, maintain separation of signal types when outside of conduit. D. No cable shall be installed with a bend radius less than recommended by the manufacturer. E. Cables types shall be as indicated on the Drawings. In plenum spaces, provide the plenum version of the specified cable type. F. No cable splicing is allowed, except for systems that are daisy-chained. 3.3 PROTECTION OF PROPERTY: A. Contractor is responsible to provide protection for all equipment, tools and materials delivered to the Project Site prior to final acceptance by Owner. Any loss or damage is the responsibility of the contractor, until final acceptance by Owner. 3.4 SEQUENCING: A. The contractor shall not install any electronic equipment until the room where the equipment shall be located has been finally painted or otherwise finished, and cleaned by the Contractor or Owner’s Representative. Any damage to equipment resulting from failure to follow this requirement will result in the contractor replacing the damaged equipment at their cost. 3.5 COMMISSIONING AND DEMONSTRATION: A. Coordinate with Division 26 - Electrical. B. Appropriately trained personnel shall review, test, program and otherwise complete the system, following completion of installation. C. Upon completion of the installation, the Contractor shall notify the Architect that the system is available for formal checkout. Notification shall be provided in writing. Checkouts shall be scheduled in accordance with the Architect’s schedule. D. Audio System Tuning: 1. Following complete system installation, each device shall be set for correct gain- staging. This is best accomplished with an oscilloscope and a 400Hz tone generator, but other methods may be used. If the system has been set correctly, the console’s VU meters will be at zero when the system is accomplishing the specified dB-SPL level. Every device in the audio signal path should clip at the same level, maximizing headroom and keeping the noise floor to a minimum. 2. System shall be tuned prior to final checkout by contractor, using a computer- based audio analysis program, such as SMAART, TEF, or SIMM. A factory- certified individual shall carry out the tuning. E. Cable Television System Tuning: AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-23 9/29/2021 1. Following complete installation, each device in the CATV system shall be tuned to exact an output of +5 dBmV, +/- 3 dBmV at the television output. 2. Audio input at the modulator shall be set in accordance with the gain staging requirements covered in the audio sections. 3. Video input at the modulator shall be set per manufacturer’s guidelines. F. Provide to the Architect and or his Consultant the following upon arrival: 1. Measurements of impedance of each loudspeaker prior to connecting it to an amplifier. 2. Measurements confirming the polarity of each loudspeaker, from output of console through entire system. 3. Measurements showing all Ethernet wiring complies with Category 5e or Category 6 requirements for full bandwidth operation. 4. Verification that every line has been sweep tested and conforms to standard requirements per signal level. 5. Measurements showing CATV output voltage at each TV outlet. 6. Demonstration of input and output of signal throughout the entire audio system. G. Make available for review by the Architect and or his Consultant: 1. All components for physical inspection and inventory. 2. A computer to access any DSP units. 3. All installed devices in full operation, with no temporary equipment in place. 4. All portable devices, fully complete, and available to test at all plug-in locations. 5. Test equipment, including: High quality media for every presentation source HDMI & HD-SDI test generators Portable TV with CATV receiver input AC voltmeter Sound level meter Portable amplified loudspeaker Audio analysis equipment (provides real time display, pink noise source, test oscillator, level and THD+N measurements) Cablesets, adapters, and connectors for inserting the test equipment into and out of the system’s user interfaces and connector plates. H. The Contractor shall be liable for any return visits by the Architect and/or his consultant as a result of incomplete or incorrect installation, or erroneous representation that the Systems are complete and ready for the Architect to carry out its work. I. The Contractor shall arrange for access as necessary for inspection of equipment by the Architect and or his consultant J. Upon completion of the commissioning, Contractor shall demonstrate operation and maintenance of the system to the Owner. Coordinate with the Owner’s schedules two weeks in advance minimum. 3.6 TRAINING: A. Provide training as follows: AV Systems Rohnert Park City Council © The Shalleck Collaborative, Inc. 274116-24 9/29/2021 1. Two days during commissioning period for maintenance staff. 2. Two days with user group one week prior to initial handover to users. 3. One day with user group and maintenance staff one month after initial training. 4. One day with user group and maintenance staff one year after initial training, but prior to warranty expiration. B. Training shall include, but not be limited to: 1. Safety precautions. 2. Identification of all elements provided under this section. 3. Maintenance, diagnostics and trouble shooting. 4. Operation of system, including necessary software training. 5. Operations and maintenance manual orientation. 3.7 PROJECT CLOSEOUT: A. See submittal section above for required closeout documents. 3.8 APPENDIX: A. 27 41 16-A Equipment List AV Systems Rohnert Park City Council Rohnert Park City Council AV Systems Equipment List Notes: 1. Conduit, backboxes and electrical power required for A/V systems are existing. 2. This list contains key components, but does not list every piece needed for a complete system. Contractor is responsible to provide a complete and working sytem, regardless of the completeness of this list. 3. A/R = As Required. 4. OFCI = Owner Furnish, Contractor Install REF DESCRIPTION MFR MODEL QTY NOTES COUNCIL CHAMBERS Audio System - Reinforcement DSP 1MA Audio DSP matrix / automixer / AEC / 8x8 Dante / USB QSC Q-Sys Core 110F 1 Connect VOIP 2MA Audio DSP - USB I/O QSC I/O USB Bridge 1 conference 3MA Audio over IP Switch, Gigabit, Q-SYS/AES67 Cisco SG350X Series 1 4MA Wireless Mics 5MA Wireless Mic RX Shure ULXD4 4 6MA Wireless Mic Handheld TX Shure ULXD2/SM58 2 7MA Wireless Mic Desktop/Gooseneck TX Shure ULXD8 2 podium 8MA Gooseneck Mic, 15", Dual Flex, Red Indicator Shure MX415RLPDF/C 2 9MA Rechargeable Battery Shure SB900A 4 10MA Antenna Distribution Shure UA 844 1 11MA Active Antenna, White Shure UA864 US 2 provide mounting 12MA Rechargeable Battery Charger, Dual + PSU Shure SBC200 US 1 13MA Rechargeable Battery Charger, Dual + PSU Shure SBC250 1 14MA Rack Shelf for Battery Charger, pull-out Middle Atlantic SS 1 attach charger to shelf 15MA Reinforcement Systems- Chambers 16MA Column Array, Powered <reuse existing> <reuse existing>0 (Qty:1) OFCI- reuse (e) unit 17MA Ceiling Speaker JBL Control 45C/T 4 18MA Amplifier, 1-ch, 250w/ch @ 70V QSC SPA2-60 1 19MA Dais/Staff 20MA Central Control Unit Televic Plixus AE-R 1 21MA Central Control Unit, Dante Card Televic Dante Audio Networking Card 1 22MA Mic/Speaker button unit Televic Confidea FLEX 11 7 dias, 1 clerk, 2 staff, 1 spare 23MA Gooseneck Mic, 50cm length Televic Confidea D-MIC 50SL 11 24MA Discussion System - On-Site Certification & Training Televic A/R 1 day 25MA Software/License 26MA Discussion System - Voting License Televic L-VT 7 27MA Discussion System - Browser Interface Televic Confero 360 1 28MA Rackmount PC - Conference/Voting Dell Precision 3930 Rack 1 Dual HDMI out © The Shalleck Collaborative, Inc.274116-A1 9/29/2021 AV Systems Rohnert Park City Council REF DESCRIPTION MFR MODEL QTY NOTES 29MA Utility 30MA Audio Patchbay Bittree 489 Series A/R see specs for further info 31MA Audio Patch Cable, Red, 3' Bittree LPC3602-110 20 32MA Audio Combining Networks Radio Design Labs STD-600 2 33MA Audio Isolation Transformers Radio Design Labs TX-AT1 2 34MA Data Patchbay / RJ-45 / CAT6A STP Belden REV Connect Series A/R see specs for further info 35MA RJ-45 to RJ-45 CAT6A STP Patch Cable, 3' Comprehensive CAT6A-3BLU 20 36MA 37MA 38MA Miscellaneous Hardware 39MA Wire & Cable 40MA Labor Assistive Listening 1AL FM Transmitter / Rackmount Gentner <reuse existing>0 (Qty: 1- OFCI) 2AL FM Transmitter Antenna Listen Technologies LA-125 1 3AL 4AL 5AL Miscellaneous Hardware 6AL Wire & Cable 7AL Labor Video Systems- Presentation 1VI Switching & Transport 2VI Streaming Card Frame/PSU, 8 Unit Crestron DMF-CI-8 2 3VI HDMI Encode/Decode - Blade w/ AES67 & KVM Crestron DM-NVX-360C 9 4VI HDMI Encode- Blade w/ AES67 Crestron DM-NVX-E30C 1 5VI HDMI Decode- Blade w/ AES67 Crestron DM-NVX-D30C 1 6VI HDBT Encode - Blade Crestron DM-NVX-E760C 1 7VI Digital Media Switching Appliance Crestron DM-XIO-DIR-80 1 8VI Video over IP Switch, Gigabit, NVX Cisco SG350X Series 1 9VI Sources 10VI CATV Tuner OFCI OFCI 0 (Qty: 1- OFCI) 11VI Rack Shelf for CATV Tuner Middle Atlantic A/R 1 12VI Projection Display - Chambers 13VI Video Projector, 10k Lm, 1920x1200, DLP, Laser Panasonic PT-RZ990L 4 White 14VI Video Projector Lens Panasonic A/R 4 15VI Projector Mount Chief Mfg A/R 4 16VI HDMI Single Decode- Brick Crestron DM-NVX-D30 4 17VI Motorized Front Projection Screen DaLite <reuse existing>0 (Qty: 3- OFCI) 18VI Motorized Front Projection Screen, Matte White, LVC DaLite Tensioned Contour Electrol 1 Size: 50" x 80" + black drop © The Shalleck Collaborative, Inc.274116-A2 9/29/2021 AV Systems Rohnert Park City Council REF DESCRIPTION MFR MODEL QTY NOTES 19VI Dias 20VI Cable Cubby (HDMI, CAT, Power) <reuse existing> <reuse existing>0 (Qty: 4- OFCI) 21VI HDMI Switcher, 4x1 Crestron HD-MD4X1-4KZ-E 1 under dias 22VI HDMI Encode - Brick Crestron DM-NVX-E30 1 23VI Clerk 24VI I/O Plate (HDMI in, USB, 1/8" audio) Custom Contractor 1 25VI HDMI Dual Encode w/ KVM- Brick Crestron DM-NVX-351 1 (1) clerk PC; (1) presentation/voting CPU 26VI HDMI Decode w/ KVM- Brick Crestron DM-NVX-360 1 KVM 27VI CPU, Keyboard, Mouse OFCI OFCI 0 (Qty: 1- OFCI) 28VI LCD Monitor OFCI OFCI 0 (Qty: 2- OFCI) 29VI Laptop Computer OFCI OFCI 0 (Qty: 1- OFCI) 30VI Conference 129.2 31VI HDMI over CAT, Tx, Decora, White Crestron HD-TX-101-C-1G-E-W-T 1 32VI Staff 33VI HDMI Encode - Brick Crestron DM-NVX-E30 1 34VI Flat Panel Display - Open Caption 35VI 27" LCD Monitor <reuse existing> <reuse existing>0 (Qty: 1- OFCI) 36VI SDI>HDMI Converter Black Magic Design Micro Converter SDI to HDMI 3G 1 37VI Wall Mount <reuse existing> <reuse existing>0 (Qty: 1- OFCI) 38VI Flat Panel Display - Lobby 39VI 65" LCD Monitor, RS-232 & LAN control, 4k/UHD <reuse existing> <reuse existing>0 (Qty: 1- OFCI) 40VI HDMI Decode - Brick Crestron DM-NVX-D30 1 41VI Wall Mount <reuse existing> <reuse existing>0 (Qty: 1- OFCI) 42VI 43VI 44VI Miscellaneous Hardware 45VI Wire & Cable 46VI Labor Broadcast Systems Video Switcher- Frame 1VI Video Switcher & Control Surface Bundle Newtek TC1BBDL 1 2VI Video Switcher- Rack Rails Newtek RR2RU3RU 1 3VI USB Extender Tx/Rx, LAN, DM Crestron USB-EXT-DM-LOCAL & REMOTE 1 switcher control 4VI Video Switcher- Monitoring 5VI 15.6" LCD Broadcast Monitor, 12G SDI <reuse existing> <reuse existing>0 (Qty: 2- OFCI), mount in furniture package 6VI 43" LCD Broadcast Monitor, HDMI input, 4k/UHD Panasonic TH-43CQE1 1 Multiviewer, mount in furniture package 7VI Long-Length HDMI over fiber cable Extron HD Pro P/xx 1 determine length in field 8VI Video Switcher- Training & Setup 9VI Production Video Switcher- Remote User Training JB&A JBA-NTK-TRN-ONL-INTRO 2 3.5 hour session 10VI Production Video Switcher- Remote Setup JB&A JBA-NTK-RMT-COMTC 1 days © The Shalleck Collaborative, Inc.274116-A3 9/29/2021 AV Systems Rohnert Park City Council REF DESCRIPTION MFR MODEL QTY NOTES 11VI Video Switcher- Warranty/Subscriptions 12VI Video Switcher- Premium Access Newtek NPSUBA 1 year 13VI Switcher - 1 year warranty professional Newtek PTUTC1 3 year 14VI Control Surface - 1 year warranty professional Newtek PTUTC1SP 3 year 15VI Routing 16VI 20x20 SDI Router w/ Control Panel Black Magic Smart Video Hub 20x20 1 17VI Router Control, Remote Black Magic Videohub Master Control 1 18VI Signal Processing 19VI HD-SDI DA, 1x6 Aja 3GDA 1 Provide Rack mount 20VI Sync Generator & Distribution Aja GEN10 1 21VI Sync DA, 1x6 Aja C10DA 2 22VI 12GSDI to HDMI Decimator 12G-CROSS 2 To/From Presentation Matrix 23VI Audio 24VI Audio Mixer, Dante, 8-ch Shure SCM820-DAN-DB25 1 25VI Audio Monitor, Powered, Rackmount Marshall AR-DM51-B 1 26VI Camera- Chambers 27VI PTZ Camera, SDI output, White Panasonic AW-HE40SW 4 28VI PTZ Camera, NDI|HX License Panasonic NDI®|HX License 4 29VI PTZ Camera Wall Mount, White Panasonic FEC-40WM 3 30VI PTZ Camera Ceiling Mount, White Panasonic WV-Q105A 1 31VI PTZ Camera- Control Panasonic AW-RP60 1 32VI HD Color Camera, Fixed Marshall CV-344 1 confidence camera 33VI HD Color Camera Lens Marshall A/R 1 provide wide shot of audience/dais/staff 34VI Camera Mount Contractor A/R 1 35VI Captioning 36VI Closed Caption Encoder, SDI Link Electronics AIP-494 0 (Qty:1) OFCI- reuse (e) unit 37VI HD-SDI DA, 1x6 Aja 3GDA 1 confirm passes CC info 38VI Streaming/Recording 39VI Streaming/Recording/Captioning Encoder w/ SDI Granicus Encoder 0 (Qty:1) OFCI- reuse (e) unit 40VI Streaming/Recording/Captioning Encoder - CV ATT U-Verse Encoder 0 (Qty:1) OFCI- reuse (e) unit 41VI Streaming/Recording/Captioning Encoder - CV Comcast Encoder 0 (Qty:1) OFCI- reuse (e) unit 42VI Video Server/Recorder Leightronix UltraNEXUS-HD X2 0 (Qty:1) OFCI- reuse (e) unit 43VI HD-SDI DA, 1x6 Aja 3GDA 1 44VI SDI to SDI scaler Decimator 12G-CROSS 1 45VI SDI to CV scaler w/ CC support Decimator Decimator 2 2 Att/Comcast 46VI Skype / Zoom/ etc Integration 47VI Rackmount PC Dell Precision 3930 Rack Workstation 2 KVM 2/3 48VI 12G-SDI PCIe Capture Card Black Magic DeckLink 4K Extreme 12G 2 49VI NDI Software NDI NDI Tools 5 2 50VI DVS Software Audinate DVS 2 © The Shalleck Collaborative, Inc.274116-A4 9/29/2021 AV Systems Rohnert Park City Council REF DESCRIPTION MFR MODEL QTY NOTES 51VI Local I/O & Monitoring/Operations 52VI Rackmount PC Dell Precision 3930 Rack Workstation 1 53VI HDMI Decode w/ KVM- Brick Crestron DM-NVX-360 1 54VI 19" LCD Monitor, Keyboard, Mouse A/R A/R 1 KVM 55VI Local Input Panel- (2) HDMI, 1/8", USB) Contractor Custom 1 Control Desk 56VI HDMI Dual Encode w/ KVM- Brick Crestron DM-NVX-351 1 57VI 4-port USB Hub Extron USB HUB4 AAP 1 KVM 58VI CATV Confidence Monitor 59VI 19" LCD TV, 1080p, VESA mount A/R A/R 1 mount in furniture package 60VI Long-Length HDMI over fiber cable Extron HD Pro P/xx 1 determine length in field 61VI Utility 62VI Gigabit Ethernet Switch, Broadcast Cisco SG350X Series 1 per manufacturer recommendation 63VI Video Patchbay Bittree 12G+ Mini-WECO A/R 64VI Video Patch Cable, Blue, 3' Bittree VPCMK3606-75 10 65VI Video Looping Plug Bittree LPMK7505 10 66VI XLR/BNC Bulkhead Panel AVP Maxxum Series A/R control desk 67VI XLR Patch Cable, Red, 3' Whirlwind MKQ3-RED 10 68VI BNC Patch Cable, Blue, 3' Canare CA56HSVB03BL 10 69VI 70VI 71VI Miscellaneous Hardware 72VI Wire & Cable 73VI Labor Control System 1CS Control System, Dual NIC Crestron CP4N 1 2CS Control System, 4-port relay Crestron CEN-IO-RY-104 1 3CS Touchpanel, Wired, 10", Tabletop Crestron TS-1070-B-S 2 Clerk, Control 4CS Button Panel Crestron MPC3-302-xx 2 5CS Gigabit Ethernet Switch, POE, Control Cisco SG350X Series 1 per manufacturer recommendation 6CS Control System Accessories Crestron A/R 1 7CS Control System Programming Custom Custom 1 Use certified programmer 8CS Speaker Timer 9CS Public Speaking Timer- Master Unit DSAN Limitimer PRO-2000 1 10CS Public Speaking Timer- Surface Mount Signal Light DSAN PSL-20V 3 Dias 11CS Public Speaking Timer- Clock / Traffic Light DSAN ASL4-ND3 1 Wall Mount 12CS Public Speaking Timer Power Supply, 6-port DSAN PSL-PB6 1 13CS Speaker Timer - Video Clock 14CS Public Speaking Timer- Video Clock Interface / Software DSAN VC-2000LT 1 15CS Windows PC Dell A/R 1 16CS NDI Software NDI NDI Tools 5 1 17CS Rack Shelf for CPU Middle Atlantic A/R 1 18CS © The Shalleck Collaborative, Inc.274116-A5 9/29/2021 AV Systems Rohnert Park City Council REF DESCRIPTION MFR MODEL QTY NOTES 19CS 20CS Miscellaneous Hardware 21CS Wire & Cable 22CS Labor Utility, Plates & Panels 1MA Equipment Racks & Accessories, Pull Out Middle Atlantic AXS-IR-4532-26 1 see specs for additional requirements 2MA Equipment Racks & Accessories, Wall Mount Middle Atlantic WM-8-18 1 see specs for additional requirements 3MA Equipment Racks & Accessories, Vertical Mount Middle Atlantic VPM-4 1 see specs for additional requirements 4MA Power Sequencer/Protection SurgeX SEQ 1 Equipment Rack 5MA Power Sequencer/Protection SurgeX SEQ-1U 1 Control Desk 6MA UPS, 1000VA, Fanless Middle Atlantic UPS-S1000R 1 Control Desk 7MA UPS, 2200VA, Fanless Middle Atlantic UPS-S2200R 1 Equipment Rack 8MA Vertical Power Distribution, 2-circuit Middle Atlantic PDT-2X1015 2 Normal & UPS 9MA Gang Panel Contractor Contractor A/R 10MA Multi-I/O Panel Contractor Contractor A/R 11MA Furniture Ref Quote 12MA Broadcast Furniture Winsted Sightline Series 1 see specs for additional requirements 13MA Clerk Station Furniture Winsted ESOC-60 1 see specs for additional requirements 14MA 15MA 16MA Wire & Cable 17MA Labor Warranty / SLA 1MA Service Level Agreement Contractor SLA,Yearly 1 see specs for additional requirements 2MA Warranty Contactor Warranty, Yearly 2 see specs for additional requirements 3MA 4MA 5MA Wire & Cable 6MA Labor © The Shalleck Collaborative, Inc.274116-A6 9/29/2021 AV Systems Rohnert Park City Council REF DESCRIPTION MFR MODEL QTY NOTES FFE/LOOSE EQUIPMENT Accessories 1PE Pressbox, Audio PSC PressTrain FPSC0015 1 2PE Audio Adapter Kit Remote Audio APPKI PRO 1 3PE Video Adapter Kit Comprehensive VDAP-1 1 4PE HDMI Adapter Keyring Liberty DL-AR2952 2 Note: Custom Config 5PE XLR-M/M Barrel Adapter Neutrik NA3MM-B 10 6PE XLR-F/F Barrel Adapter Neutrik NA3FF-B 10 7PE Cotton Tie Line, Black, 600' roll, 1/8" black, unglazed A/R A/R 1 8PE Headphones Sony MDR-7506 2 9PE Cables - AV 10PE NOTE: Provide color heatshink label / engraved barrel on all cables reading "Rohnert Park Council Chambers". Color denotes length. 11PE NOTE: Provide black velcro ties on each cable, permanently affixed for use when storing cable. 12PE Mic / Intercom Cable, 10' Whirlwind MK410 4 13PE Mic / Intercom Cable, 25' Whirlwind MK425 10 14PE Mic / Intercom Cable, 50' Whirlwind MK450 4 15PE Mic / Intercom Cable, 100' Whirlwind MK4100 2 16PE BNC Video Cable, 10'Whirlwind BNCRG6HD-010 4 17PE BNC Video Cable, 25'Whirlwind BNCRG6HD-025 4 18PE BNC Video Cable, 50'Whirlwind BNCRG6HD-050 4 19PE HDMI Extension Cables, 25' Extron HDMI Pro/25 4 20PE Audio Patch (longframe) to XLR-F, 3' Bittree LPCXM3602-110 4 21PE Audio Patch (longframe) to XLR-F, 3' Bittree LPCXF3602-110 4 22PE Video Patch (Mini WECO) to BNC Cable, 3' Bittree VPBM3600-75 4 23PE 24PE 25PE Miscellaneous Hardware 26PE Wire & Cable 27PE Labor END OF SECTION © The Shalleck Collaborative, Inc.274116-A7 9/29/2021 OAK #4839-3351-6127 v1 PART 5 – DRAWINGS (Full Size Plans Bound Separately)