Loading...
2025/10/28 City Council Agenda Packet "We Care for Our Residents by Working Together to Build a Better Community for Today and Tomorrow." ROHNERT PARK CITY COUNCIL, ROHNERT PARK FINANCING AUTHORITY (RPFA), SUCCESSOR AGENCY TO THE COMMUNITY DEVELOPMENT COMMISSION JOINT REGULAR MEETING Tuesday, October 28, 2025 Open Session: 5:00 PM MEETING LOCATION: CITY HALL - COUNCIL CHAMBER 130 Avram Avenue, Rohnert Park, California PUBLIC PARTICIPATION: The Rohnert Park City Council welcomes your attendance, interest and participation at its regular meetings scheduled on the second and fourth Tuesdays of each month at 5:00 p.m. in the Council Chambers. Members of the public are encouraged to observe the meeting on Cable Channel 26, by visiting meeting central on our website https://www.rpcity.org/city_hall/city_council/meeting_central, or at our YouTube channel at https://www.youtube.com/CityofRohnertPark. PUBLIC COMMENTS: Provides an opportunity for public comment on items not listed on the agenda, or on agenda items if unable to comment at the scheduled time (limited to three minutes per appearance with a maximum allowance of 30 minutes allotted per comment period, with time limits subject to modification by the City Council in accordance with the adopted City Council Protocols). Speakers are encouraged to complete a Public Comment card and submit it to the Clerk at the time of the meeting. This helps ensure an orderly and efficient meeting, but it is not required. Members of the public may also provide advanced comments by email at publiccomment@rpcity.org Comments are requested by 3:00 p.m. on the day of the meeting, but can be emailed until the close of the Agenda Item for which the comment is submitted. Email comments must identify the Agenda Item Number in the subject line of the email. The emails will not be read for the record but will be provided to Council. Please note that all e-mails sent to the City Council are considered to be public records and subject to disclosure under the California Public Records Act. City Council/RPFA agendas and minutes may be viewed at the City's website: www.rpcity.org. PUBLIC HEARINGS: Council/RPFA may discuss and/or take action on any or all of the items listed on this agenda. If you challenge decisions of the City Council or the Rohnert Park Financing Authority of the City of Rohnert Park in court, you may be limited to raising only those issues you or someone else raised at public hearing(s) described in this agenda, or in written correspondence delivered to the City of Rohnert Park at, or prior to the public hearing(s). RIGHT TO APPEAL: Judicial review of any city administrative decision pursuant to Code of Civil Procedure Section 1094.5 may be had only if a petition is filed with the court no later than the deadlines specified in Section 1094.6 of the California Code of Civil Procedure, which generally limits the time 1.CITY COUNCIL/RPFA/SUCCESSOR AGENCY JOINT REGULAR MEETING - CALL TO ORDER/ROLL CALL (Adams_____Elward_____Rodriguez_____Sanborn______Giudice______) 2.READING OF THE LAND ACKNOWLEDGMENT & PLEDGE OF ALLEGIANCE The City of Rohnert Park acknowledges Indigenous Peoples as the traditional stewards of the land. Let it be acknowledged that the City of Rohnert Park is located within the traditional homelands of the Federated Indians of Graton Rancheria, comprised of Coast Miwok and Southern Pomo peoples. 3.CLOSED SESSION 3.A Report on Previously Closed Session Held on October 20, 2025 in Conference Room 2A to Consider CONFERENCE WITH REAL PROPERTY NEGOTIATORS Government Code section 54956.8 Property: 6400 State Farm Drive, Rohnert Park, CA 94928 Agency negotiator: Marcela Piedra, City Manager Negotiating parties: City of Rohnert Park and CenterCal Properties, LLC, a Delaware limited liability company Under negotiation: Price and Terms 4.PRESENTATIONS 4.A Marin/Sonoma Mosquito and Vector Control District Seasonal Recap by District Manager Peter Bonkrude Item 4.A. Presentation within which the decision may be challenged to the 90th day following the date that the decision becomes final. SIMULTANEOUS MEETING COMPENSATION DISCLOSURE (Government Code Section 54952.3): Members of the City Council receive no additional compensation as a result of convening this joint meeting of the City Council and the Rohnert Park Financing Authority. CITY COUNCIL GOALS: On May 14, 2024, the Rohnert Park City Council adopted the following multi-year broad goals (listed below in no particular order): 1.Long Term Financial Sustainability 3.Planning and Infrastructure 2.Community Quality of Life 4.Organization Well Being THE CITY OF ROHNERT PARK WANTS TO CONNECT WITH YOU! Our cross-departmental communications team works together on media relations, social media, internal and external communications, stakeholder relations, the City's website, branding, media, and communications support to the City as a whole. Please visit rpcity.org/i_want_to__/connect to stay connected and informed. 4.B Mayor's Proclamation: Proclaiming October 2025 as Domestic Violence Awareness Month in the City of Rohnert Park Item 4.B. 4.C Mayor's Proclamation: Proclaiming United Against Hate Week from October 19 through October 25, 2025 in the City of Rohnert Park Item 4.C. 5.SSU STUDENT REPORT 5.A By Vanessa Mendoza, Vice President of External Affairs, Sonoma State University Associated Students, Inc. (SSU ASI) 6.DEPARTMENT HEAD BRIEFINGS 6.A City of Rohnert Park Storm Season Preparedness Presentation by Interim Public Works Director Mark Hendersen Item 6.A. Presentation 6.B Halloween Carnival Update by Director of Community Services Cindy Bagley Item 6.B. Supplemental Presentation 7.PUBLIC COMMENTS Persons wishing to address the Council on any Consent Calendar item or on City business not listed on the Agenda may do so at this time. Each speaker will be allotted three minutes. Those wishing to address the Council should refer to Page 1 for information on how to submit public comments. 8.CONSENT CALENDAR All items on the Consent Calendar will be considered together by one or more action(s) of the City Council and/or the Rohnert Park Financing Authority and Successor Agency to the Community Development Commission, whichever is applicable, unless any Council Member or anyone else interested in a consent calendar item has a question about the item. Council Motion/Vote: (Adams_____Elward_____Rodriguez_____Sanborn______Giudice______) 8.A Acceptance of Reports from Finance Department (This is not a project under California Environmental Quality Act (CEQA)): Item 8.A.1. City Bills/Demands for Payment Dated September 30, 2025 through October 08, 2025 Item 8.A.2. Successor Agency Cash Report for Month Ending September 30, 2025 Item 8.A.3. City Cash Report for Month Ending September 30, 2025 8.B Approval of Minutes (This is not a project under California Environmental Quality Act (CEQA)): Item 8.B.1. City Council/RPFA/Successor Agency Joint Regular Meeting, October 14, 2025 Item 8.B.2. City Council Special Meeting, October 20, 2025 8.C Receive Progress Report on the Status of the Emergency Public Safety Antenna and Radio System Replacement Project (CIP2412), as required by the Public Contract Code and by Minute Order, authorize the continuation of Resolution 2024-051 until the emergency action is completed (This action is not a Project under the California Environmental Quality Act (CEQA)) Item 8.C. 8.D By Minute Order, By Minute Order, Authorize the City’s Representative to the Water Advisory Committee to Vote in Support of the Statement of Interest Related to the Proposed New Eel-Russian Facility and the Associated Water Diversion Agreement Undertaken by the Eel Russian Project Authority (This action is not a Project under the California Environmental Quality Act (CEQA)) Item 8.D. Item 8.D. Supplemental Public Comments 8.E Adopt Resolution 2025-076 to Award the Construction Contract for the Building Access Control System Replacement Project CIP2103 to First Alarm for $412,730, Authorize the City Manager to approve up to $61,909.50 (15%) in Change Orders, Approve the Project Plans and Specifications, Authorize a Budget Amendment in the Amount of $220,000, and Find the Project Exempt from the California Environmental Quality Act (CEQA) pursuant to Sections 15301 (Existing Facilities) and 15302 (Replacement or Reconstruction) of CEQA Guidelines. (14 Cal. Code Regs. §§ 15301, 15302) Item 8.E. Item 8.E. Plans & Specs 8.F Adopt Resolution 2025-077 Approving Participation in PG&E’s EV Fleet Program for the Design and Installation of Electric Vehicle Charging Infrastructure for the Pump Station Utilities Administration Building Project CIP1807, Authorize the City Manager to Execute Related Agreements, Commit to the Program Requirements and Find the Project Exempt from the California Environmental Quality Act (CEQA) Pursuant to CEQA Guidelines Sections 15301 (Existing Facilities), 15302 (Replacement or Reconstruction), 15303 (New Construction), and 15311 (Accessory Structures) (14 Cal. Code Regs. §§ 15301, 15302, 15303, and 15311) Item 8.F. 8.G Adopt Resolution 2025-078 Approving Participation in PG&E’s EV Fleet Program for the Design and Installation of Electric Vehicle Charging Infrastructure at the Public Works Corporation Yard for the Electric Vehicle Charging Stations Project CIP2312, Authorize the City Manager to Execute Related Agreements, Commit to the Program Requirements, and Find the Project Exempt from the California Environmental Quality Act (CEQA) Pursuant to CEQA Guidelines Sections 15301 (Existing Facilities), 15302 (Replacement or Reconstruction), 15303 (New Construction), and 15311 (Accessory Structures) (14 Cal. Code Regs. §§ 15301, 15302, 15303, and 15311) Item 8.G. 8.H Adopt Resolution 2025-079 to Approve a Second Amendment to the Exclusive Agreement to Negotiate between the City of Rohnert Park and CenterCal Properties, LLC for the Development of 6400 State Farm Drive, and Authorize the City Manager to Continue Negotiations with CenterCal Properties LLC (This Project is Exempt from California Environmental Quality Act (CEQA) because it does not qualify as a “Project” pursuant to Public Resource Code Section 21065 and CEQA Guidelines Sections 15320, 15378 and 15061(b)(3)) Item 8.H. 9.REGULAR ITEMS 9.A Hold a Public Hearing to Consider to Adopting and Waiving the Second Reading of an Ordinance Repealing and Replacing Chapters 15.04 through 15.28 of Title 15 “Buildings and Construction” of the Rohnert Park Municipal Code to Adopt by Reference the 2025 California Building Standards Code (Title 24 of the California Code of Regulations (Parts 2, 2.5, 3, 4, 5, 6, 7, 9 with Local Amendments as Set Forth in Chapters 15.04 (General Provisions), 15.08 (Building Code), 15.12 (Residential Code), 15.16 (Electrical Code), 15.18 (Mechanical Code), 15.20 (Plumbing Code), 15.22 (Energy Code), 15.24 (Existing Building Code), 15.26 (Green Building Standards Code), 15.28 (Fire Code) and adding a new Chapter 15.30 (Wildland-Urban Interface Code) to Title 15 “Building and Construction” A. Staff Report B. Conduct Public Hearing C. Ordinance for Adoption and Waiving of Second Reading: Ordinance 989, an Ordinance Repealing and Replacing Chapters 15.04 through 15.28 of the Title 15 “Building and Construction” of the Rohnert Park Municipal Code to Adopt by Reference the 2025 California Building Standards Code (Title 24 of the California Code of Regulations (Parts 2, 2.5, 3, 4, 5, 6, 7, 9, 10 and 11) with Local Amendments as set forth in Chapters 15.04 (General Provisions and Penalties), 15.08 (Building Code), 15.12 (Residential Code), 15.16 (Electrical Code), 15.18 (Mechanical Code), 15.20 (Plumbing Code), 15.22 (Energy Code), 15.24 (Existing Building Code), 15.26 (Green Building Standards Code) and 15.28 (Fire Code) and adding Chapter 15.30 (Wildland-Urban Interface Code) to Title 15 “Building and Construction” D. Council Motion/Roll Call Vote: Adams: ______Elward: ______ Rodriguez: ______Sanborn: ______ Giudice: ______ Item 9.A. Staff Report and Attachments 9.B Consider Request to Add Steve Hummel to the City’s Honorary Citizen Plaque located at City Hall (Not a Project under the California Environmental Quality Act (CEQA)) A. Staff Report B. Public Comments C. Council Discussion/Direction Item 9.B. Staff Report and Attachments 10.COMMITTEE / LIAISON / OTHER REPORTS This time is set aside to allow Council members serving on Council committees or on regional boards, commissions or committees to present a verbal report on the activities of the respective boards, commissions or committees on which they serve. Per Government Code Section 53232.3(d), Councilmembers shall provide brief reports on meetings attended at the expense of the City. No action may be taken. 10.A City Standing Committees, Council Liaison Assignments, Outside Agency and Mayors & Councilmembers/City Selection Committee Appointments: 1. Adams a. Rohnert Park Cotati Regional Library Advisory Board Meeting (10/21) 2. Elward a. Senior Citizens Advisory Committee (10/16) b. Homeless Coalition Board (10/22) 1. Rodriguez a. Chamber of Commerce Board of Directors (10/21) b. Golf Course Oversight Committee Meeting (10/22) - CANCELLED c. Cotati Rohnert Park Unified School District 2x2x2 Quarterly Meeting (10/15) 2. Sanborn a. Zero Waste Sonoma Board of Directors Meeting (10/16) 3. Giudice a. Sonoma County Transportation Authority/Sonoma County Regional Climate Protection Authority Board of Directors (10/13) - CANCELLED b. Sonoma County Mayors and Councilmembers Legislative Committee (10/17) c. Sonoma County Mayors and Councilmembers Board of Directors, Legislative Committee and General Membership Meeting in Windsor, CA (10/23) d. Golden Gate Bridge Highway and Transportation District Building and Operating Committee, Finance-Auditing Committee & Governmental Affairs and Public Information Committee (10/23) e. Golden Gate Bridge Highway and Transportation District Board of Directors Meeting (10/24) 4. Reports Under Government Code Section 53232.3(d): Sonoma EDC 2025 Fall Economic Perspective (10/23) 11.COMMUNICATIONS Copies of communications have been provided to Council for review prior to this meeting. Council Members desiring to read or discuss any communication may do so at this time. No action may be taken except to place a particular item on a future agenda for Council consideration. 12.ADDING AGENDA ITEMS TO A FUTURE CITY COUNCIL MEETING AGENDA At this time, any Councilmember may request the City Manager or Designee to add an item to a future agenda. Pursuant to the City Council Protocols, a concurrence of two Councilmembers is needed for the City Manager to consider the request. In accordance with the Brown Act, Councilmembers may only discuss whether the item should be placed on a subsequent agenda for deliberation and action. The City Manager will be responsible for placement of requested items on the agenda after evaluation of all requests for, among other things, time-sensitivity, and number of items already agendized. 13.PUBLIC COMMENTS Persons wishing to address the Council on any Consent Calendar item or on City business not listed on the Agenda may do so at this time. Each speaker will be allotted three minutes. Those wishing to address the Council should refer to Page 1 for information on how to submit public comments. 14.ADJOURNMENT NOTE: Time shown for any particular matter on the agenda is an estimate only. Matters may be considered earlier or later than the time indicated depending on the pace at which the meeting proceeds. If you wish to speak on an item under discussion by the Council which appears on this agenda, please refer to page 1 for more details on submitting a public comment. Any item raised by a member of the public which is not on the agenda and may require Council action shall be automatically referred to staff for investigation and disposition which may include placing on a future agenda. If the item is deemed to be an emergency or the need to take action arose after posting of the agenda within the meaning of Government Code Section 54954.2(b), Council is entitled to discuss the matter to determine if it is an emergency item under said Government Code and may take action thereon. AGENDA REPORTS & DOCUMENTS: A paper copy of all staff reports and documents subject to disclosure that relate to each item of business referred to on the agenda are available for public inspection at City Hall, 130 Avram Avenue, Rohnert Park, California 94928. Electronic copies of all staff reports and documents subject to disclosure that relate to each item of business referred to on the agenda are available for public inspection on https://www.rpcity.org/city_hall/city_council/meeting_central. Any writings or documents subject to disclosure that are provided to all, or a majority of all, of the members of the City Council regarding any item on this agenda after the agenda has been distributed will be made available for inspection at City Hall and on our website at the same time. Any writings or documents subject to disclosure that are provided to the City Council during the meeting will be made available for public inspection during meeting and on our website following the meeting. AMERICAN DISABILITY ACT ACCOMMODATION: Any member of the public who needs accommodations should email the ADA Coordinator at jcannon@rpcity.org or by calling 707-588-2221. Notification at least 72 hours prior to the meeting will enable the ADA Coordinator to use her best efforts to provide reasonable accommodations to provide as much accessibility as possible while also maintaining public safety in accordance with the City procedure for resolving reasonable accommodation requests. Information about reasonable accommodations is available on the City website at https://www.rpcity.org/city_hall/departments/human_resources/a_d_a_and_accessibility_resources . CERTIFICATION OF POSTING OF AGENDA I, Sylvia Lopez Cuevas, City Clerk, for the City of Rohnert Park, declare that the foregoing agenda was posted and available for review on October 23, 2025, at Rohnert Park City Hall, 130 Avram Avenue, Rohnert Park, California 94928. The agenda is also available on the City web site at www.rpcity.org. Executed this 23rd day of October, 2025 at Rohnert Park, California. Sylvia Lopez Cuevas, Office of the City Clerk Mosquito & Vector Control Update Peter Bonkrude, District Manager Annual Update MarinSonoma Mosquito Vector Control District As an independent special district, we operate under California Mosquito and Vector Control Law and are governed by a 22-member Board of Trustees representing our communities. Funding is provided through property taxes and benefit assessments Annual Update MarinSonoma Mosquito Vector Control District Our Mission The Marin/Sonoma Mosquito and Vector Control District, founded in 1915, protects the health and welfare of the communities it serves from mosquitoes and vector -borne diseases by utilizing cost -effective, environmentally responsible integrated vector management practices . Annual Update MarinSonoma Mosquito Vector Control District Agency at a Glance •36 Fulltime Employees •6 -8 Seasonal Employees •18 Trustees (Independent Board Members) •4 additional vacancies: San Anselmo, Ross, Marin County at Large, Sonoma County at Large •Covers two counties, nearly 2,300 square miles •$12.8M Annual Budget for 2025 -2026 Annual Update MarinSonoma Mosquito Vector Control District Services Mosquito Control: Residents that are experiencing a mosquito problem may request service. Mosquitofish: Free delivery of mosquitofish forpermanent ponds or water features. Yellowjacket Control: Treatment of in -ground yellowjacket nests only. Rodent Advice and Inspections: Residents may call for rodent advice or to schedule an inspection. School Presentations: Presentations are available for grades K -8 throughout the school year. Insect Identification: Residents are invited to submit an online identification request regarding insects or other arthropods. Annual Update MarinSonoma Mosquito Vector Control District Integrated Vector Management The District's mosquito control program is based on scientifically planned management tactics and control strategies that reduce the abundance of mosquitoes in a timely manner. This method is commonly referred to as “Integrated Vector Management” (IVM) and incorporates five basic methods: public information and education, mosquito and vector surveillance, biological control, source reduction, and microbial and chemical control. Annual Update MarinSonoma Mosquito Vector Control District Integrated Vector Management Public Information and Education Mosquito and Vector Surveillance Source Reduction Biological Control Chemical Control Annual Update MarinSonoma Mosquito Vector Control District Calls for Service 2025 Annual Update MarinSonoma Mosquito Vector Control District Yellowjackets stole the show! Annual Update MarinSonoma Mosquito Vector Control District West Nile Virus Activity in Marin and Sonoma Counties 2025 (City of Sonoma) WNV Statewide •67 Human Cases •146 Dead Birds •2,666 Mosquito Samples •55 Sentinel Chickens •5 Horses Annual Update MarinSonoma Mosquito Vector Control District Invasive Aedes Mosquitoes Invasive Aedes mosquitoes have been rapidly spreading throughout the state of California. •The District has been conducting public education and surveillance for these mosquitoes since 2013. •Staff is trained to identify and control these mosquitoes. Annual Update MarinSonoma Mosquito Vector Control District Peter Bonkrude , MS District Manager pbonkrude@msmosquito.org (707) 285 -2200 www.msmosquito.org Questions? Annual Update MarinSonoma Mosquito Vector Control District A PROCLAMATION OF THE MAYOR OF THE CITY OF ROHNERT PARK Proclaiming O CTOBER 2025 AS D OMESTIC V IOLENCE A WARENESS M ONTH Whereas, Rohnert Park recognizes that domestic violence affects one in four families in our local community and that nearly all of us know someone who has been abused, the crime of domestic violence violates an individual’s privacy, dignity, and security, based on the systematic use of emotional, physical, sexual, psychological, and economic control or abuse; and Whereas, established in 1976, YWCA Sonoma County is our community’s singular and vital resource for local residents experiencing violence in the place we should all feel the most safe, inside our own homes. YWCA operates Sonoma County’s ONLY confidential safe house shelter and Sonoma County’s ONLY 24/7 domestic violence crisis hotline. YWCA’s Counseling Support Services offers trauma-informed individual and support group therapy for victims of trauma and domestic violence including the students at YWCA’s therapeutic preschool serving one of our most vulnerable populations: children ages 3-5 years old; and Whereas, only an informed community effort will end the cycle of violence for local families, members of our community are encouraged to participate in YWCA’s scheduled events and programs to raise much-needed funding to support their vision for every family in Sonoma County to live healthy, productive lives and be safe in their own homes. Now, Therefore, be it Proclaimed that I, Gerard Giudice, as Mayor and on behalf of the City Council, do hereby proclaim October 2025, as Domestic Violence Awareness Month in the City of Rohnert Park and honor domestic violence survivors and advocates Duly and Regularly Proclaimed on this 28th day of October 2025. CITY OF ROHNERT PARK Gerard Giudice, MAYOR ITEM 4.B. A PROCLAMATION OF THE MAYOR OF THE CITY OF ROHNERT PARK Proclaiming O CTOBER 19 THROUGH O CTOBER 25, 2025 AS U NITED A GAINST H ATE W EEK Whereas, the City of Rohnert Park stands for diversity, inclusivity, and respect for all, irrespective of race, ethnicity, religion, gender, sexual orientation, disability, or any characteristic; and Whereas, we reject hate, discrimination, and violence, aiming for a prejudice-free community and collectively promote acceptance, respect, tolerance, and unity, enabling residents to live, work, and thrive without fear; and Whereas, the "United Against Hate Week" campaign embodies our collective commitment to foster an environment where every resident can live, work, and flourish without fear of hatred; and Whereas, we endorse the "California vs Hate" coalition's mission to combat hate, prejudice, and intolerance and encourage communities to report hate incidents to the California vs Hate hotline; and Whereas, by joining with our fellow California cities, we send a resounding message that we are united in our resolve to combat hate and promote acceptance; and Whereas, we urge our community members to report hate incidents to the California vs Hate hotline at 833-8-NO-HATE or online at CAvsHate.org, to combat hate effectively and promote a safer environment for all. Now, Therefore, be it Proclaimed that I, Gerard Giudice, as Mayor and on behalf of the City Council, do hereby proclaim October 19 through 25, 2025, as United Against Hate Week in the City of Rohnert Park and call upon all residents, businesses, schools, and organizations to unite against hate, and champion inclusivity, tolerance, and unity. Duly and Regularly Proclaimed on this 28th day of October 2025. CITY OF ROHNERT PARK Gerard Giudice, MAYOR ITEM 4.C. 1 Interim Public Works Director: Mark Hendersen Overview of storm season readiness efforts Highlight interdepartmental coordination Outline preventive actions and public outreach Emphasize safety, communication, and resilience 2 Ongoing monitoring of regional storm conditions and advisories Focus on flood-prone areas and maintaining drainage system capacity Coordination with Sonoma County, Sonoma Water, and Public Safety Continued emphasis on proactive response and public safety 3 4 Protect life, property, and infrastructure Maintain essential City services Ensure timely, accurate communication Support community preparedness and recovery 5 Vegetation Management Performed •Coleman Creek •Copeland Creek •Crane Creek •Five Creek Sediment Removal Performed •Coleman Creek •Copeland Creek •Five Creek 6 7 Storm drain video inspection completed Heartwood to Golf Course Culverts, inlets, and ditches cleared Tree trimming and vegetation management Pump stations and backup power tested at critical City Facilities Sandbag stations stocked and ready 8 Public Works: Infrastructure, debris removal, field response Police & Fire: Public safety, road closures, rescues Utilities: Sewer and stormwater management Communications: Alerts, website, social media updates 9 Alerts: Nixle, SoCoAlert, City website, social media, direct contact with residents Dedicated storm resource page Press releases before major events Coordination with school district Public education on flood safety and reporting Information shared on sandbag station locations and availability 10 Clear gutters, drains, and storm inlets Create home emergency kits and go-bags Sign up for alerts and City updates Utilize sandbag station in advance of major storms 1 Avoid flooded areas and obey road closures 1Available at Sports Center Parking Lot – 5405 Snyder Lane 11 24/7 storm monitoring by City crews On-call staff deployed to priority areas Real-time updates provided to the public Coordination with Public Safety for emergency access 12 Stream Gauge Resources- Copeland Creek: https://waterdata.usgs.gov/monitoring-location/11465660/ Laguna De Santa Rosa @ Stony Point Road: https://waterdata.usgs.gov/monitoring-location/11465680/ Weather Station – Pump Station 201 Jimmy Rogers Lane: http://172.18.44.35/mainreadouts.php Laguna De Santa Rosa Flood Stages •89’-Major Flooding. Martin Avenue commercial district, as well as Labath Avenue and Commerce Blvd town center (Rohnert Park) are susceptible to flooding (Copeland Creek immediately to the south is also probably flooding into the same area). Rancho Verde trailer park flooded. •85’-Moderate Flooding. Redwood Drive at Martin Avenue area in Rohnert Park, including Martin Avenue commercial area, may begin to flood. Rancho Verde trailer park likely beginning to flood. NWS will issue a Flash Flood Warning, if not yet already issued. •84’-Minor Flooding. Rohnert Park Expressway begins to flood west of Rohnert Park. NWS will issue an Urban/Small Stream Advisory, if not yet already issued. 13 14 Field assessments of damage and debris Prioritized cleanup and repair efforts After-action review for improvement planning 15 Ongoing weather monitoring and briefings Tabletop exercises and team training Confirm equipment and staffing readiness Continue public outreach through storm season 16 City is prepared and proactive Departments are coordinated and responsive Residents are key partners in preparedness Together, we ensure a safe and resilient community CITY BILLS/DEMANDS FOR PAYMENT October 28 , 2025 Check Number: 600017643 -600017893 2,833,970.14 Dated : September 30 , 2025 -October 08 , 2025 TOTAL $2 ,833 ,970.14 Item 8A1 CITY BILLS DEMANDS FOR PAYMENT DATED SEPTEMBER 30 2025 THROUGH OCTOBER 08 2025 CHECK NUMBER CHECK DATE VENDOR NAME FUND ACCOUNT AMOUNT 600017643 09/30/2025 ABM SERVICES INC General Fund Maintenance-Janitoria I 1,788.74 600017643 09/30/2025 ABM SERVICES INC General Fund Maintenance-Janitorial 1,788.74 600017643 09/30/2025 ABM SERVICES INC General Fund Maintenance-Janitorial 5,844.10 600017643 09/30/2025 ABM SERVICES INC General Fund Maintenance-Jan itorial 5,844.10 600017643 09/30/2025 ABM SERV ICES INC General Fund Maintenance-Janitorial 1,111.49 600017643 09/30/2025 ABM SERV ICES INC General Fund Maintenance-Jan itorial 1,445.59 600017643 09/30/2025 ABM SERVICES INC Genera l Fund Maintenance-Janitoria I 1,445.59 600017643 09/30/2025 ABM SERV ICES INC General Fund Maintenance-Janitorial 4,498.08 600017643 09/30/2025 ABM SERV ICES INC General Fund Maintenance-Janitorial 4,498.08 600017643 09/30/2025 ABM SERVICES INC General Fund Maintenance-Janitoria I 2,790.66 600017643 09/30/2025 ABM SERVICES INC General Fund Maintenance-Janitoria I 2,790.66 600017643 09/30/2025 ABM SERVICES INC Gene ral Fund Contract -Outside Services 2,395.49 600017643 09/30/2025 ABM SERV ICES INC General Fund Contract -Outside Services 2,395.49 600017644 09/30/2025 ACCESS CIG LLC General Fund Contract -Outside Services 75.06 600017644 09/30/2025 ACCESS CIG LLC General Fund Contract -Outside Services (134.14) 600017644 09/30/2025 ACCESS CIG LLC General Fund Contract -Outside Services 63 .61 600017645 09/30/2025 HAROLD A. STEUBER INC Sewer Utility Fund Contract -Outside Services 129.58 600017645 09/30/2025 HAROLD A. STEUBER INC General Fund Repair & Maintenance 90.95 600017645 09/30/2025 HAROLD A. STEUBER INC General Fund Repair & Maintenance 90.95 600017645 09/30/2025 HAROLD A. STEUBER INC Genera l Fund Repair & Maintenance 80.70 600017646 09/30/2025 AT&T Genera l Fund Communication-Phone 29.85 600017647 09/30/2025 ROWLAND ENTERPR ISES Genera l Fund Repair & Maintenance 1,247.50 600017648 09/30/2025 BARRY MILLER Genera l Fund Contract -Outside Services 4,240.00 600017649 09/30/2025 BECK COMMUNICATIONS IN C Fleet Services ISF Capita l Asset-Equipment 1,575.00 600017650 09/30/2025 BLACK & VEATCH CORPORATION General Fund Deposits-Developer 8,811.75 600017650 09/30/2025 BLACK & VEATCH CORPORATION General Fund Deposits-Developer 1,424.12 600017650 09/30/2025 BLACK & VEATCH CORPORATION General Fund Deposits-Developer 1,246.09 600017650 09/30/2025 BLACK & VEATCH CORPORATION General Fund Deposits-Developer 178.01 600017650 09/30/2025 BLACK & VEATCH CORPORATION General Fund Other Rev-Developer Deposit (8,811.75) 600017650 09/30/2025 BLACK & VEATCH CORPORATION General Fund Other Rev-Developer Deposit (1,424.12) 600017650 09/30/2025 BLACK & VEATCH CORPORATION General Fund Other Rev-Developer Deposit (1,246.09) 600017650 09/30/2025 BLACK & VEATCH CORPORATION General Fund Other Rev-Developer Deposit (178.01) 600017650 09/30/2025 BLACK & VEATCH CORPORATION General Fund Developer Deposit Expense 8,811.75 600017650 09/30/2025 BLACK & VEATCH CORPORATION General Fund Developer Deposit Expense 1,424.12 600017650 09/30/2025 BLACK & VEATCH CORPORAT ION General Fund Developer Deposit Expense 1,246.09 600017650 09/30/2025 BLACK & VEATCH CORPORAT ION Genera l Fund Developer Deposit Expense 178.01 600017650 09/30/2025 BLACK & VEATCH CORPORATION Genera l Fund Contract -Outside Services 89.00 Page 1 of 14 CHECK NUMBER CHECK D ATE VENDOR NAME FUND A CCOUNT AMOUNT 600017651 09/30/2025 BRELJE & RACE LABORATORIES INC Water Utility Fund Contract -Outside Services 42.00 600017652 09/30/2025 BURKE WILLIAMS & SORENSEN LLP General Fund Deposits-Developer Downtown 7,355.92 600017652 09/30/2025 BURKE WILLIAMS & SORENSEN LLP General Fund Other Rev-Developer Deposit (7,355.92) 600017652 09/30/2025 BURKE W ILLIAMS & SORENSEN LLP General Fund Professional Legal Fees 2,749.76 600017652 09/30/2025 BURKE WILLI AMS & SORENSE N LLP General Fund Professio n al Legal Fees 7,874.04 600017652 09/30/2025 BU RKE WILLIAMS & SORENSEN LLP General Fund Professional Legal Fees 2,021.31 600017652 09/30/2025 BURKE WILLIAMS & SORENSEN LL P General Fund Professional Legal Fees 11,623.56 600017652 09/30/2025 BURKE WILLIAMS & SORENSEN LLP General Fund Professional Legal Fee s 1,111.76 600017652 09/30/2025 BURKE WILLIAMS & SORENSEN LLP General Fund Professional Legal Fees 3,281.20 600017652 09/30/2025 BURKE WILLIAMS & SORENSEN LLP General Fund Professional Legal Fees 4,606 .79 600017652 09/30/2025 BURKE WILLIAMS & SORENSEN LLP General Fund Professio nal Lega l Fees 8,484.32 600017652 09/30/2025 BURKE WILLIAMS & SORENSEN LLP General Fund Professional Legal Fees 8,676.20 600017652 09/30/2025 BURKE WI LLI AMS & SORENSEN LLP General Fund Profes sio nal Legal Fees 2,132.00 600017652 09/30/2025 BURKE WILLIAMS & SORE NSE N LL P General Fund Professional Legal Fees 7,355.92 600017653 09/30/2025 BARTON WRIGHT, SNEED DISTRIBUTORS, INC Sewer Utility Fund Equipment, Sm all Office & Tool 461.34 600017654 09/30/2025 CALMAT CO General Fund Special Dept Expense 163.69 600017654 09/30/2025 CALMAT CO Genera l Fund Special Dept Expense 165.83 600017654 09/30/2025 CALMAT CO Water Utility Fund Other Exp -Repair System 310.25 600017654 09/30/2025 CALMAT CO Water Utility Fund Other Exp -Repa ir System 174.40 600017654 09/30/2025 CALMAT CO Water Utility Fund Other Exp-Repair System 181.88 600017655 09/30/2025 CELLCO PARTNERSHIP Water Utility Fund Communication-Phone 227.98 600017655 09/30/2025 CELLCO PARTNERSH IP Recycled Water Utility Fund Communication-Phone 37.99 600017656 09/30/2025 CINTAS General Fund Repair & Maintenance 194.47 600017656 09/30/2025 CINTAS General Fund Repair & Maintenance 25.76 600017657 09/30/2025 CITY OF SANTA ROSA Recycled Water Utility Fund Water Purchase 40,946.27 600017657 09/30/2025 CITY OF SANTA ROSA Sewer Utility Fund Laguna Plant & Sub Regional Exp 1,106,295.36 600017657 09/30/2025 CITY OF SANTA ROSA Public Facility Finan ce AB1600 Lagu na Plant & SubRegional Exp 33,909.01 600017658 09/30/2025 CIVICPLUS LLC I nformation Technology ISF Software Li e. & Subscriptions 7,547.40 600017659 09/30/2025 COMCAST General Fund Internet & Broadband 250.81 600017660 09/30/2025 COMCAST General Fund Internet & Broadband 41.99 600017661 09/30/2025 COMCAST General Fund Internet & Broadband 186.71 600017662 09/30/2025 COMCAST General Fund Internet & Broadband 26.61 600017663 09/30/2025 COMCAST General Fund Internet & Broadband 180.47 600017664 09/30/2025 COMCAST BUSINESS General Fund Internet & Broadband 547.88 600017664 09/30/2025 COMCAST BUSINESS General Fund Internet & Broadband 148.38 600017665 09/30/202S COMPLETE WELDERS SUPPLY General Fund Repair & Maintenance 34.53 600017666 09/30/202S CORE & MAI N LP Water Utility Fund Other Exp -Repa ir System 2,189.16 600017667 09/30/2025 CREAMS TOWING INC Fleet Services ISF Fleet Veh Repairs for Police 150.00 600017668 09/30/2025 CULLIGAN Genera l Fund Special Dept Expense 92.00 600017668 09/30/2025 CULLIGAN General Fund Special Dept Expense 164.00 600017669 09/30/2025 DA IOHS USA INC General Fund Special Dept Expense 372.90 600017669 09/30/2025 DAIOHS USA INC General Fund Special Dept Expense 50.00 600017670 09/30/2025 DAN IELLE ROSA General Fund Contract Services-Instructors 614.90 600017671 09/30/2025 DAVEY RESOURCE GROUP INC General Fund Contract -Outside Services 7,673.37 600017672 09/30/2025 DELL FINANCIAL SERVICES LLC Information Technology ISF Lease -Equipment 5,259.82 Page 2 of 14 CHECK NUMBER CHECK DATE VENDOR NAME FUND ACCOUNT AMOUNT 600017672 09/30/2025 DELL FI NANCIAL SERVICES LLC Information Technology ISF Lease-Equipment 35,460.77 600017673 09/30/2025 DERRICK B LEONARD General Fund Contract Services-Instructors 208.00 600017674 09/30/2025 DH DAMONTE INC General Fund Equipment, Small Office & Tool 87.81 600017675 09/30/2025 EDWARD C OBAYASHI General Fund Travel and Tr aining 1,375.00 600017676 09/30/2025 EUREKA OXYGEN COMPANY IN C General Fund Chemicals Aquatic 260.17 600017676 09/30/2025 EUREKA OXYGEN COMPANY INC Genera l Fund Chemicals Aquatic 498.38 600017676 09/30/202S EUREKA OXYGEN COMPANY I NC Genera l Fund Chemicals Aquatic 477.58 600017677 09/30/2025 FASTENAL Genera l Fund Supplies-Jan itorial Svs 206.77 600017677 09/30/2025 FASTENA L Genera l Fund Supplies-Janitorial Svs 73.20 600017677 09/30/2025 FASTENAL Genera l Fund Supplies-Janitorial Svs 639.25 600017677 09/30/2025 FASTENAL Genera l Fund Su pplies-Janitorial Svs 519.12 600017677 09/30/2025 FASTENAL Genera l Fund Supplies-Janitorial Svs 3,404.89 600017677 09/30/2025 FASTENAL Genera l Fund Supplies-Janitor ial Svs 101.61 600017677 09/30/2025 FASTENAL General Fund Supplies-Janitorial Svs 852.14 600017677 09/30/2025 FASTENAL Genera l Fund Supplies-Janitorial Svs 862.88 600017677 09/30/2025 FASTENA L Genera l Fund Special Dept Expense 33.44 600017677 09/30/2025 FASTENAL General Fund SpcDptExp 366.71 600017677 09/30/2025 FASTENAL Genera l Fund SpcDptExp 41.41 600017677 09/30/2025 FASTENAL Genera l Fund Spc DptExp 250.61 600017677 09/30/2025 FASTENA L General Fund Special Dept Expense 366.71 600017677 09/30/2025 FASTENA L General Fund Special Dept Expense 41.44 600017677 09/30/2025 FASTENAL Genera l Fund Special Dept Expense 250.61 600017677 09/30/2025 FASTENAL General Fund Special Dept Expense 366.71 600017677 09/30/2025 FASTENAL General Fund Special Dept Expense 41.41 600017677 09/30/2025 FASTENAL General Fund Specia l Dept Expense 250.61 600017677 09/30/2025 FASTENAL General Fund Special Dept Expense 66.89 600017677 09/30/2025 FASTENAL General Fu nd Special Dept Expense 86.92 600017677 09/30/2025 FASTENAL Sewer Utility Fund Special Dept Expense 366.73 600017677 09/30/2025 FASTENAL Sewer Utility Fund Special Dept Expense 41.41 600017677 09/30/2025 FASTENAL Sewer Utility Fund Special Dept Expense 250.61 600017677 09/30/2025 FASTENAL Water Utility Fund Specia l Dept Expense 366.71 600017677 09/30/2025 FASTENAL Wa t er Utility Fund Special Dept Expense 41.41 600017677 09/30/2025 FASTENAL Water Utility Fund Spec ial Dept Expense 250.61 600017678 09/30/2025 FERGUSON US HOLD INGS INC Genera l Fund Repair & Maintenance 40.20 600017679 09/30/2025 FR IEDMAN 'S HOME IMPROVEMENT INC Sewer Utility Fund Equipment, Sma ll Office & Tool 42.59 600017679 09/30/2025 FR IEDMAN 'S HOME IMPROVEMENT INC Water Utility Fun d Equipment, Small Office & Tool 59.55 600017679 09/30/2025 FR IEDMAN'S HOME IMPROVEMENT INC General Fund Repair & Maintenance 26.01 600017679 09/30/2025 FR IEDMAN'S HOME IMPROVEMENT INC Sewer Utilit y Fund Rep ai r & Maintenance 100.66 600017679 09/30/2025 FR IEDMAN'S HOME IMPROVEMENT INC Genera l Fund Special Dept Expense 25.47 600017680 09/30/2025 GARDENERS AID INC Water Utility Fund Equipment, Small Office & Tool 88.94 600017680 09/30/2025 GARDENERS AID INC Ge neral Fund Special Dept Expense 134.10 600017681 09/30/2025 GOGOVAPPS INC Information Technology ISF Contract -Outside Services 13,320.00 600017682 09/30/2025 GOVERNMENT CONSULTING PARTNERS I NC General Fu nd Contract -Outside Services 7,800.00 600017683 09/30/2025 GRA INGER INC General Fund Equipment, Small Office & Tool 68.25 600017683 09/30/2025 GRA INGER IN C Ge neral Fu nd Equipment, Small Office & Tool 124.39 Page 3 of 14 CHECK NUMBER CHECK DATE VENDOR NAME FUND ACCOUNT AMOUNT 600017683 09/30/2025 GRAINGER I NC General Fund Equipment, Small Office & Tool 52 .15 600017683 09/30/2025 GRAINGER INC General Fund Equi pment, Small Office & Tool 63.58 600017683 09/30/2025 GRAINGER INC General Fund Equipment, Small Office & Tool 821.07 600017683 09/30/2025 GRAINGER INC General Fund Equipment, Small Office & Tool 287.69 600017683 09/30/2025 GRAINGER IN C Sewer Utility Fund Equi pment, Small Office & Tool 110.54 600017683 09/30/2025 GRAINGER I NC Sewer Utility Fund Equipment, Small Office & Tool 105.72 600017683 09/30/2025 GRAINGER INC Water Utility Fund Equipment, Small Office & Tool 94.73 600017683 09/30/2025 GRAINGER INC Water Utility Fund Equipment, Small Office & Tool 328.16 600017683 09/30/2025 GRAINGER INC General Fund Repair & Maintenance 92.40 600017683 09/30/2025 GRAINGER INC General Fund Repa ir & Maintenance 64 .90 600017683 09/30/2025 GRAINGER INC General Fund Repair & Maintenance 682.25 600017683 09/30/2025 GRAINGER INC General Fund Repair & Maintenance 341.13 600017683 09/30/2025 GRAINGER INC General Fund Repair & Maintenance 61.22 600017683 09/30/2025 GRAINGER I NC Genera l Fund Repai r & Maintenance 201.69 600017683 09/30/2025 GRAINGER INC General Fund Repair & Maintenance 42.67 600017683 09/30/2025 GRAINGER INC General Fund Repair & Maintenance 265.93 600017683 09/30/2025 GRAINGER INC General Fund Repair & Maintenance 112.38 600017683 09/30/2025 GRAINGER INC General Fund Repair & Maintenance 1,207.02 600017683 09/30/2025 GRAINGER INC General Fund Repai r & Maintenance 46.20 600017683 09/30/2025 GRAINGER INC General Fund Repair & Maintenance 393.93 600017683 09/30/2025 GRA INGER INC General Fund Repair & Maintenance 704.48 600017683 09/30/2025 GRA INGE R INC General Fund Repair & Maintenance 23.75 600017683 09/30/2025 GRA INGE R INC General Fund Su pplies-Janitorial Svs 89 .17 600017683 09/30/2025 GRA INGER INC General Fund Specia I Dept Expense 85 .84 600017683 09/30/2025 GRAINGER INC Water Utility Fund Special Dept Expense 131.62 600017684 09/30/2025 GRAINGER INC General Fund Equipment, Small Office & Tool 10.02 600017684 09/30/2025 GRAINGER INC Sewer Utility Fund Equipment, Small Office & Tool 25 .75 600017684 09/30/2025 GRAINGER INC General Fund Repair & Maintenance 39.80 600017684 09/30/2025 GRAINGER INC General Fund Repai r & Maintenance 13.07 600017684 09/30/2025 GRAINGER INC General Fund Repa i r & Maint enance 4.97 600017684 09/30/2025 GRAINGER IN C General Fund Repair & Maintenance 52 .01 600017684 09/30/2025 GRAINGER IN C Genera l Fund Re pair & Maintenance 27.62 600017684 09/30/2025 GRAIN GER IN C Genera l Fund Repair & Maintenance 47.58 600017684 09/30/2025 GRA IN GER INC General Fund Repair & Maintenance 33.27 600017684 09/30/2025 GRA IN GER INC General Fund Repair & Maintenance 20.65 600017684 09/30/2025 GRAINGER INC General Fund Repa ir & Maintenance 46 .59 600017684 09/30/2025 GRA INGER INC General Fund Repa ir & Maintenance 34.46 600017684 09/30/2025 GRA INGER INC Sewer Utility Fund Repair & Maintenance 4.41 600017684 09/30/2025 GRAINGER INC Sewer Utility Fund Repair & Maintenance 1.67 600017684 09/30/2025 GRAINGER INC General Fund Specia l Dept Expense 25.94 600017684 09/30/2025 GRAINGER I NC Water Utility Fu nd Specia l Dept Expense 55 .43 600017685 09/30/2025 HOS WHITE CAP CONST SU PPL Sewer Utility Fund Eq uipment, Sm all Office & Tool 52.42 600017685 09/30/2025 HOS WHITE CAP CONST SUPPL Sewer Util ity Fund Repair & Maintenance 202.04 600017686 09/30/2025 JOHN DEERE FINANCIAL General Fund Special Dept Expense 174.79 600017687 09/30/2025 KEL LER SUPP LY COMPANY General Fund Repair & Maintenance 10.51 Page 4 of 14 CHECK NUMBER CHECK DATE VENDOR NAME FUND ACCOUNT AMOUNT 600017687 09/30/2025 KELLER SUPPLY COMPANY General Fund Repair & Maintenance 10.18 600017687 09/30/2025 KELLER SUPPLY COMPANY General Fund Repair & Maintenance 7,785.35 600017688 09/30/2025 METROPOLITAN PLANNING GROUP General Fund Deposits-Developer 315.00 600017688 09/30/2025 METROPOLITAN PLANNING GROUP General Fund Deposits-Developer 2,520.00 600017688 09/30/2025 METROPOLITAN PLANN ING GROUP General Fund Other Rev-Developer Deposit (315.00) 600017688 09/30/2025 METROPOLITAN PLANNING GROUP General Fund Other Rev-Developer Deposit (2,520.00) 600017688 09/30/2025 METROPOLITAN PLANNING GROUP General Fund Developer Deposit Expense 315.00 600017688 09/30/2025 METROPO LITAN PLANN IN G GROUP General Fund Developer Deposit Expense 2,520.00 600017688 09/30/2025 METROPOLITAN PLANNING GROUP General Fund Contr act -Outside Services 4,550.00 600017688 09/30/2025 METROPOLITAN PLANNING GROUP General Fund Contract -Outside Services 8,277.50 600017689 09/30/2025 MOONLIGHT BPO LLC Sewer Utility Fund Postage & Shipping 3.42 600017689 09/30/2025 MOONLIGHT BPO LLC Water Utility Fund Postage & Ship ping 3.42 600017690 09/30/2025 MOTION INDUSTRI ES INC Sewer Utility Fund Repair & Maintenance 1,392.82 600017691 09/30/2025 NICK BARBIERI TRUCKING LLC General Fund Inventories -Diesel 398.32 600017691 09/30/2025 NICK BARBIERI TRUCKING LLC General Fund Inventories -Diesel 508.41 600017691 09/30/2025 NICK BARBIERI TRUCKING LLC General Fund Inventories -Unleaded 251.25 600017691 09/30/2025 NICK BARBIERI TRUCK ING LLC Gene ra l Fund Inventories -Unleaded 565.17 600017691 09/30/2025 NICK BARBIERI TRUCK ING LLC General Fund Inventories -Un leaded 1,001.48 600017691 09/30/2025 NICK BARBIERI TRUCK ING LLC Gener al Fund Inventories -Unleaded 407.10 600017691 09/30/2025 NICK BARBIERI TRUCKING LLC General Fund Inventor ies -Un lea ded 620.21 600017691 09/30/2025 NICK BARB IERI TRUCKING LLC General Fund Inventories -Unleaded 614.58 600017691 09/30/2025 NICK BARB IERI TRUCKING LLC General Fund Inventories -Unleaded 427.07 600017691 09/30/2025 NICK BARBIERI TRUCKING LLC General Fund Inventories -Unleaded 600.37 600017691 09/30/2025 NICK BARB IERI TRUCKING LLC General Fund Inventories -Unleaded 1,411.00 600017691 09/30/2025 NICK BARBIERI TRUCKING LLC General Fund Inventories -Unleaded 486.55 600017692 09/30/2025 OFFICE DEPOT General Fund Office Expense 7.15 600017692 09/30/2025 OFFICE DEPOT General Fund Office Expense 56.39 600017692 09/30/2025 OFF ICE DEPOT General Fund Office Expense 5.72 600017692 09/30/2025 OFF ICE DEPOT General Fund Office Expense 45.11 600017692 09/30/2025 OFF ICE DEPOT General Fund Office Expense 6 .80 600017692 09/30/2025 OFF ICE DEPOT General Fund Office Expense 53 .57 600017692 09/30/2025 OFFICE DEPOT General Fund Office Expense 16.10 600017692 09/30/2025 OFFICE DEPOT General Fund Office Expense 126.88 600017692 09/30/2025 OFF ICE DEPOT General Fund Office Expense 284.89 600017692 09/30/2025 OFF ICE DEPOT Genera l Fund Special Dept Expense 218.77 600017693 09/30/2025 BRYCE FRASER Genera l Fund Travel and Tra ining 370.30 600017694 09/30/2025 MOHAMAD HAMADE Genera l Fund Travel and Training 1,216.70 600017695 09/30/2025 Flynn Creek Circus LLC Genera l Fund Othr Accrued Liab .-PrkRec Rfnd 1,000.00 600017696 09/30/2025 Marisa Avila Genera l Fund Othr Accrued Liab.-PrkRec Rfnd 800.00 600017697 09/30/2025 Rubicela Hernandez General Fund Othr Accrued Liab.-PrkRec Rfnd 800.00 600017698 09/30/2025 OWEN EQUIPMENT Water Utility Fund Special Dept Expense 375.86 600017699 09/30/2025 PACE SUPPLY General Fund Repair & Maintenance (8 .25) 600017699 09/30/2025 PACE SUPPLY General Fund Repair & Maintenance 412 .50 600017699 09/30/2025 PACE SUPP LY General Fund Repair & Maintenance (0.25) 600017699 09/30/2025 PACE SUPPLY General Fund Repair & Maintenance 12.54 Page 5 of 14 CHEC K NUMBER CHECK DATE VENDOR NAME FUND ACCOUNT AMOUNT 600017699 09/30/2025 PACE SUPPLY General Fund Repair & Maintenance (10.43) 600017699 09/30/2025 PACE SUPPLY General Fun d Re pair & Maintenance 521.49 600017699 09/30/2025 PACE SUPPLY Genera l Fund Repair & Maintenance (3 .00) 600017699 09/30/2025 PACE SUPPLY Genera l Fund Repair & Maintenance 150.18 600017699 09/30/2025 PACE SUPPLY Water Utility Fund Other Exp-Repair System (44 .66) 600017699 09/30/2025 PACE SUPPLY Water Utility Fund Other Exp-Repa ir System 2,233 .00 600017699 09/30/2025 PACE SUPPLY Water Utility Fund Other Exp-Repair System (11 .44) 600017699 09/30/2025 PAC E SU PP LY Water Uti lity Fund Other Exp -Repair System 572.03 600017699 09/30/2025 PACE SUPPLY Water Uti lity Fund Other Exp-Re pa ir System (1,662.50) 600017699 09/30/2025 PACE SUPPLY Water Utility Fu nd Other Exp-Repair System (43.78) 600017699 09/30/2025 PACE SUP PL Y Water Utility Fu nd Other Exp -Re pa i r System 2,189.00 600017699 09/30/2025 PACE SUPPLY Water Utility Fu nd Other Exp -Repair System (12.47) 600017699 09/30/2025 PACE SUPPLY Water Utility Fund Other Exp -Repair System 623.70 600017699 09/30/2025 PACE SUPPLY Water Utility Fund Other Exp -Repai r System (3 .63) 600017699 09/30/2025 PACE SUPPLY Water Utility Fund Other Exp -Repair System 181.50 600017700 09/30/2025 PACIF IC GAS & ELECTR IC Graton JEPA Wilfred Utility-Electric 1,279 .79 600017701 09/30/2025 PACIF IC GAS & ELECTR IC General Fund Utility-Electric 17,186.19 60001 7701 09/30/2025 PACIF IC GAS & ELECTRIC General Fund Utility-Electric 1,359.00 600017701 09/30/2025 PACIF IC GAS & ELECTRIC General Fund Utility-Electric 630.26 600017701 09/30/2025 PACIF IC GAS & ELECTRIC General Fund Utility-Electric 1,388.17 600017701 09/30/2025 PACIFIC GAS & ELECTRIC General Fund Uti l ity-Electric 3,742.50 600017701 09/30/2025 PACIFIC GAS & ELECTRIC General Fund Debt-Principal 3,505.36 600017702 09/30/2025 PACIFIC GAS & ELECTRIC General Fu nd Uti l ity-Electric 7,128.61 600017702 09/30/2025 PAC IFIC GAS & ELECTRIC General Fund Uti l ity-Electric 6,445.07 600017702 09/30/2025 PACIFIC GAS & ELE CTRIC General Fund Utility-Ele ctric 8,513.95 600017703 09/30/2025 PACIFIC GAS & ELECTRIC General Fu nd Utility-Electric 2,476.56 600017703 09/30/2025 PA CI FIC GAS & ELECTRIC General Fu nd Utili ty-El ectric 41.91 600017703 09/30/2025 PA CIFIC GAS & ELECTRIC General Fund Utility-Electric 5 ,213.18 600017704 09/30/2025 PA CIFIC GAS & ELECTRIC General Fun d Utility-Electric 4,724.34 600017704 09/30/2025 PA CI FIC GAS & ELECTRI C General Fund Utility-Electric 4,585.39 600017704 09/30/2025 PA CIFIC GAS & ELECTRIC Sewer Utility Fund Utility-E lectric 14,904.14 600017704 09/30/2025 PACI FIC GAS & ELECTR IC Water Utility Fund Utility-Electric 82,828.10 600017705 09/30/2025 PACI FIC GAS & ELECTR IC Genera l Fund Utility-Electric 2,610.24 600017705 09/30/2025 PACIFIC GAS & ELECT RIC General Fund Utility-Electric 5 ,560.40 600017705 09/30/2025 PAC IF IC GAS & ELECTR IC General Fund Utility-Electric 43 .38 600017706 09/30/2025 PACI FIC GAS & ELECTR IC General Fund Utility-Electric 7,579.43 600017706 09/30/2025 PACIF IC GAS & ELECTR IC General Fund Utility-Electric 6,414.38 600017706 09/30/2025 PACIFI C GAS & ELECTRIC General Fu nd Utility-Electric 7,676.15 600017707 09/30/2025 PET ERSON POWE R SYSTEMS INC Water Ut i lity Fund Contract -Outside Services 5,612.89 600017708 09/30/2025 PLACEWORKS IN C General Fund Contract -Outside Services 681.25 60001770 9 09/30/2025 POWERSCHOOL HOLDINGS LLC I nformati on Technology ISF Software Lie. & Subscriptions 4,293.38 600017710 09/30/2025 R3 CONSU LT ING GROUP General Fund Contract -Outside Services 1,660.00 600017711 09/30/2025 REDW ING BUS INESS ADVANTAGE ACCOUN T Sewer Uti lity Fund Uniform -Purchase 277.18 600017 712 09/30/2025 REFR IGE RATION SUP PLIE S DI STR IBUTOR General Fund Re pair & Maintenance 748.34 600017712 09/30/2025 REFR IGERATION SUP PLI ES DISTR IBUTOR General Fund Repa i r & Ma intenance 148.11 Page 6 of 14 CHECK NUMBER CHECK DATE VENDOR NAME FUND ACCOUNT AMOUNT 600017712 09/30/2025 REFR IGERATION SUPP LI ES DISTR IBUTOR General Fund Repair & Maintenance 705 .65 600017713 09/30/2025 RELIABLE HARDWARE & STEEL CO Sewer Utility Fund Equipment, Small Office & Too l 27 .72 600017713 09/30/2025 RELIABLE HARDWARE & STEEL CO General Fund Repair & Maintenance 75.46 600017713 09/30/2025 RELIABLE HARDWARE & STEEL CO General Fund Repair & Maintenance 218.63 600017713 09/30/2025 RELIAB LE HARDWARE & STEEL CO General Fund Repair & Maintenance 519.88 600017713 09/30/2025 RELIABLE HARDWARE & STEEL CO General Fund Special Dept Expense 68.75 600017714 09/30/2025 ROY'S SEWER SERVICE INC Genera l Fund Contract -Outside Services 4,000.00 600017715 09/30/2025 SANTA ROSA CAMPWAY INC General Fund Special Dept Expense 328.43 600017716 09/30/2025 SO ILAND CO INC Genera l Fund Othr Accrued Liab .-Sales Tax (8.86) 600017716 09/30/2025 SOILAND CO INC Water Utility Fund Other Exp -Repair System 8.86 600017716 09/30/2025 SO ILAND CO INC Water Utility Fund Other Exp -Repair System 90.90 600017716 09/30/2025 SO ILAND CO INC Water Utility Fund Other Exp -Repair System 105.60 600017717 09/30/2025 SONOMA COUNTY WATER AGENCY Water Utility Fund Water Purchase 375,035.10 600017718 09/30/2025 SONOMA STATE UN IVERS ITY General Fund Other Revenue-Agency 1,841.48 600017719 09/30/2025 SUZANNE BONTEMPO General Fund Contract -Outside Serv i ce s 114.70 600017720 09/30/2025 SW IFT BIOLOG ICAL CONSUL TING LLC General Fund Contract -Outside Serv i ce s 2,346.00 600017721 09/30/2025 SYAR INDUSTRIES INC Water Utility Fund Other Exp -Repair System 172.26 600017722 09/30/2025 THYSSENKRUPP ELEVATOR CORPORATION General Fund Repair & Maintenance 1,000.00 600017722 09/30/2025 THYSSENKRUPP ELEVATOR CORPORAT ION General Fund Repair & Maintenance 777.68 600017723 09/30/2025 TROPE GROUP INC General Fund Repair & Maintenance 3,899.48 600017724 09/30/2025 WATER ONE INDUSTR I ES INC General Fund Repair & Maintenance 275.00 600017724 09/30/2025 WATER ONE INDUSTRIES INC General Fund Repair & Maintenance 275.00 600017725 09/30/2025 WEST COUNTY TOOL & EQUIPMENT General Fund Eq uipment, Small Office & Tool 207.82 600017726 09/30/2025 WESTERN EXTERM INATOR General Fund Repair & Maintenance 87.47 600017727 09/30/2025 WYATT IRRIGATION CO Water Utility Fund Other Exp-Repa ir System 18.10 6000 17728 10/02/2025 A&D TITUS TRUCK I NG INC Water Utility Fund Other Exp -Repair System 767.00 600017729 10/02/2025 ABM SERVICES INC General Fund Contract -Outsi de Service s 2,395.49 600017730 10/02/2025 ADR IANA GUTI ERREZ General Fund Contract -Outside Service s 750.00 600017731 10/02/2025 AMSNET LLC Enhanced LFP Tax Act (Mesr H) Capital Asset-E q uipment 4,995.00 600017732 10/02/2025 AT&T Water Utility Fund Communication-Phone 31.41 600017733 10/02/2025 AT&T Water Util ity Fund Commu nication-Phone 62.12 600017734 10/02/2025 CANTER BUYER PARENT LP Fleet Services ISF Fleet Veh Repa i rs for Police 1,403.13 600017734 10/02/2025 CANTER BUYER PARENT LP Fleet Se rvice s ISF Fleet Veh Repairs for Police 125.00 600017735 10/02/2025 BKF ENG INEERS Government CIP Capital Projects 753.00 600017736 10/02/2025 BRELJE & RACE CONSULTING ENG I NEERS Government CIP Capita l Projects 14,360.00 600017737 10/02/2025 BURKE W ILLIAMS & SORENSEN LLP General Fund Professiona l Lega l Fees 307.84 600017737 10/02/2025 BURKE W ILLIAMS & SORENSEN LLP RDA -Hou sing Project Professi ona l Lega l Fees 650.52 600017738 10/02/2025 BARTON WR IGHT, SNEED DISTRIBUTORS, IN C General Fund Specia l Dept Expense 309.10 600017739 10/02/2025 CA LMAT CO General Fund Spec ial Dept Expense 165.83 600017740 10/02/2025 CINTAS General Fund Repair & Maintenance 25.76 600017741 10/02/2025 COMCAST General Fund Internet & Broadband 143.80 600017742 10/02/2025 COMCAST General Fund Contract -Outsi de Services 224.52 600017743 10/02/2025 COMCAST General Fund Internet & Broadband 206.80 600017744 10/02/2025 DC ELECTRIC GROUP INC General Fund Ret ention Payab le 464 .75 600017744 10/02/2025 DC ELECTRIC GROUP INC General Fund Contract -Outside Services 320.50 Page 7 of 14 CHECK NUMBER CHECK DATE VENDOR NAME FUND ACCOUNT AMOUNT 600017744 10/02/2025 DC ELECTRIC GROUP INC General Fund Contract -Outside Services 385.02 600017744 10/02/2025 DC ELECTRIC GROUP I NC General Fund Contract -Outside Services 1,550.08 600017744 10/02/2025 DC ELECTRIC GROUP I NC General Fund Repair & Maintenance 3,417.00 600017745 10/02/202S DONNI E FRANK General Fund Contract -Outside Services 1,250.00 600017746 10/02/2025 EUREKA OXYGEN COMPANY INC Senior Center Facility Fund Special Events 39.86 600017747 10/02/2025 EWING IRRIGATION PRODUCTS INC General Fund Special Dept Expense 205.11 600017747 10/02/2025 EW ING IRRIGATION PRODUCTS INC General Fund Special Dept Expense 22.98 600017747 10/02/2025 EW ING IRRIGATION PRODUCTS INC Measure M Parks Specia l Dept Expense 1,474.45 600017748 10/02/2025 FRIEDMAN 'S HOME IMPROVEMENT INC General Fund Specia l Dept Expense 77.57 600017748 10/02/2025 FRIEDMAN 'S HOME IMPROVEMENT INC Water Utility Fund Specia l Dept Expense 29.43 600017748 10/02/2025 FRIEDMAN 'S HOME IMPROVEMENT INC Water Utility Fund Special Dept Expense 35.36 600017749 10/02/2025 GHDINC Government CIP Cap ita l Projects 4,852.10 600017749 10/02/2025 GHDINC Government CIP Cap ita l Projects 6,020.68 6000177S0 10/02/2025 GRAINGER I NC Water Util ity Fund Equi pment, Small Office & Tool 49.51 600017750 10/02/2025 GRAINGER I NC General Fund Specia l Dept Expense 9.44 600017750 10/02/2025 GRAINGER I NC General Fund Special Dept Expense 4.51 600017750 10/02/2025 GRAINGER INC General Fund Specia I Dept Expense 43.86 600017750 10/02/2025 GRAINGER INC General Fund Special Dept Expense (38.08) 600017750 10/02/2025 GRAINGER I NC General Fund Specia l Dept Expense 182.23 600017751 10/02/2025 HANSEL FORD INC General Fund Cap ital Asset-Vehicles (3,000.00) 600017751 10/02/2025 HANSEL FORD INC General Fund Cap ital Asset-Vehicles 86,600.40 600017752 10/02/2025 HOR IZON DISTRIBUTORS INC General Fund Specia l Dept Expense 150.80 600017752 10/02/2025 HOR l20N DISTRIBUTORS I NC General Fund Specia l Dept Expense 145.15 600017753 10/02/2025 CAMPOS & ASSOCIATES LLC Sewer Utility Fund Travel and Training 4,569.50 600017754 10/02/2025 KB I PAINTING I NC General Fund Repai r & Mai ntenance 2,553.00 600017755 10/02/2025 MES I ACQUIS ITION INC General Fund Equipment, Sma ll Office & Tool 527.55 600017755 10/02/2025 MES I ACQUIS ITION INC General Fund Equipment, Small Office & Tool 4,653.99 600017755 10/02/2025 MES I ACQUIS ITION INC Genera l Fund Equipment, Sma ll Office & Tool 231 .91 600017755 10/02/2025 MES I ACQUISITION INC General Fund Equi pment, Sma ll Office & Tool 269.68 600017755 10/02/2025 MES I ACQUISITION INC General Fund Eq u i pment, Small Office & Tool 269.68 600017756 10/02/2025 M INTIER HARNISH Government CI P Non-Capital Projects 2,812.86 600017757 10/02/2025 SANTA ROSA AUTO PARTS General Fund Equipment, Small Office & Tool 329.24 600017758 10/02/2025 NICK BARB IERI TRUCK ING LLC General Fund Inventories -Diesel 413.01 600017758 10/02/2025 NICK BARBIERI TRUCK ING LLC General Fund Inventories -Diesel 450.11 600017758 10/02/2025 NICK BARBIERI TRUCK ING LLC General Fund Inventories -Unleaded 356.16 60001 7 758 10/02/2025 NICK BARB IERI TRUCK ING LLC General Fund Inventories -Unleaded 993.62 600017758 10/02/2025 NICK BARBIERI TRUCKING LLC General Fund Inventories -Unleaded 669.54 600017758 10/02/2025 NICK BARBIERI TRUCKING LLC General Fund Inventories -Unleaded 939.64 600017758 10/02/2025 NICK BARBIER I TRUCKING LLC General Fund Inventories -Unleaded 632 .15 600017758 10/02/2025 NICK BARBIER I TRUCKING LLC General Fund Inventories -Unleaded 1,052.21 600017758 10/02/2025 NICK BARBIER I TRUCKING LLC General Fund Fuel 880.41 600017758 10/02/2025 NICK BARBIERI TRUCKING LLC Water Utility Fund Fuel 466.66 600017758 10/02/2025 NICK BARBI ER I TRUCKING LLC Water Utility Fund Fuel 394 .71 6000177 58 10/02/2025 NICK BARBI ER I TRUCKING LLC Water Utility Fund Fuel 146.66 600017759 10/02/2025 JEAN LESTANGUET General Fund Uniform -Purchase 427.10 Page 8 of 14 CHECK NUMBER CHECK DATE VENDOR NAME FUND ACCOUNT AMOUNT 600017760 10/02/2025 Debra Busse General Fund Othr Accrued Liab.-PrkRec Rfnd 100.00 600017761 10/02/2025 Lemus Fami ly Enterprises Inc. General Fund Othr Accru ed Li ab .-PrkRec Rfnd 1,000.00 600017762 10/02/2025 Rohnert Park Girls Softball Association General Fund Othr Accrued Liab .-PrkRec Rf nd 400.00 600017763 10/02/2025 Tanya Aguirre General Fund Othr Accru e d Li ab.-Prk Rec Rf nd 800.00 600017764 10/02/2025 PACE SUPPLY General Fund Special Dept Expense (3.08) 600017764 10/02/2025 PACE SUPPLY General Fund Special Dept Expense 154.00 600017764 10/02/2025 PACE SUPP LY Water Utility Fund Other Exp-Repair System (27.06) 600017764 10/02/2025 PACE SUPP LY Water Utility Fu nd Othe r Exp-Repair System 1,353.00 600017765 10/02/2025 PACI FIC GAS & ELECTRIC General Fund Util ity-Electric 68.24 600017766 10/02/2025 PACI FIC GAS & ELECTRIC Ge neral Fund Util ity-Electric 17,0 30.16 600017766 10/02/2025 PACI FIC GAS & ELECTRIC Graton JEPA Wilfred Ut ility-Elect ric 193.25 600017766 10/02/2025 PACI FIC GAS & ELECTRIC General Fund De bt-Pr i ncipal 5,456.87 600017767 10/02/2025 VOID-PETALUMA COMMUNITY ACCESS General Fund Cont ract -Outside Services 0.00 600017768 10/02/202S REDWOOD LOCK I NC General Fund Special Dept Expe nse 210.72 600017768 10/02/2025 REDWOOD LOCK I NC Water Utility Fund Special Dept Expense 43.90 600017769 10/02/2025 FMA INC Fleet Services ISF Fleet Veh Repairs for Police 935.00 600017770 10/02/2025 RGH GEOTECHN ICAL & ENV IRONMENTAL CONSULTANTS INC Government CIP Capital Projects 175.00 600017771 10/02/2025 RG H GEOTECH NI CAL & ENV IRONMENTAL CONSULTANTS INC Government CIP Capi t al Projects 8,776.25 600017772 10/02/2025 ROSS RECREAT ION EQUIPMENT CO INC General Fund Special Dept Expense 1,846.54 600017773 10/02/2025 SANDI CIVIL ENG INEERS PLANNERS Water CIP Capital Projects 10,641.20 600017774 10/02/2025 SANTA ROSA UNIFORM & CAREER APPAREL General Fu nd Uniform -Pu rchase 98.93 600017774 10/02/2025 SANTA ROSA UNIFORM & CAREER APPAREL General Fund Unifor m -Purchase 23.08 600017775 10/02/2025 SIMPSON SHEET METAL IN C General Fund Repair & Maintenance 3,128.00 600017776 10/02/2025 SYCAL ENG INEER I NG INC Sewer Utility Fund Co ntract -Outside Services 402.00 600017776 10/02/2025 SYCAL ENG INEER I NG INC Water Utility Fund Co nt r act -Outsid e Services 2,211.00 600017777 10/02/2025 TERRY SIMPSON General Fund Recruitment 1,951.90 600017778 10/02/2025 THE PUN GROUP LLP General Fund Au dit, Acctng, & Tax Fee 26,300.00 600017779 10/02/2025 TROPE GROUP INC General Fund Special Dept Expense 96.00 600017780 10/02/2025 UCPNB Ge neral Fund Contract -Outside Services 3,500.00 600017781 10/02/2025 USBANK CORPORATE TRUST SERV ICES CM9690 Sewer Utility Fund Contract -Out si d e Services 3,000.00 600017782 10/02/2025 VSS I NTERNATIONA L INC Government CIP Non-Capital Proj ects 206,420.79 600017783 10/02/2025 NORTH BAY BOHEMIAN General Fund Advertising 279.00 600017783 10/02/2025 NORTH BAY BO HEMIAN General Fu nd Ad vertisi ng 279.00 600017783 10/02/2025 NO RTH BAY BO HEMIAN General Fund Ad vertising 279.00 600017783 10/02/2025 NORTH BAY BOHEMIAN General Fund Advertising 279.00 600017784 10/02/2025 WYATT IRR IGATION CO General Fund Special Dept Expense 184.49 600017784 10/02/2025 WYATT I RRI GATION CO General Fund Special Dept Expense 197.96 600017784 10/02/2025 WYATT IRR IGATION CO General Fund Special De pt Ex p ense 166.93 600017785 10/06/2025 PETALUMA COMMUNITY ACCESS General Fund Co ntract -Outsi de Services 1,175.00 600017785 10/06/2025 PETALUMA COMMUNITY ACCESS General Fund Contract -Outsid e Services 1,200.00 600017786 10/03/2025 HAROLD A. STE U BER I NC Sewer Util it y Fund Contract -Out side Services 8.00 600017787 10/03/2025 AUTO -CHLOR SYSTEM OF NORTHERN CA INC General Fund Contract -Out side Services 253.80 600017787 10/03/2025 AUTO -CHLOR SYSTEM OF NORTHERN CA INC General Fund Contract -Outside Services 253.80 600017788 10/03/2025 BRE LJ E & RACE LABORATORI ES I NC Water Utility Fu nd Contract -Outsid e Services 90.00 600017788 10/03/2025 BRELJE & RACE LABORATORI ES INC Water Uti lity Fu nd Ot her Exp -Repa i r System 45.00 Page 9 of 14 CHEC K NUMBER CHEC K DATE VENDOR NAME FUND ACCOUNT AMOUNT 600017789 10/03/2025 BURKE W I LLIAMS & SORENSEN LLP General Fund Professional Legal Fees 2,882.88 600017789 10/03/2025 BURKE W I LLIAMS & SORENSEN LLP Water Utility Fund Professional Legal Fees 12,744.16 600017789 10/03/2025 BURKE W I LLIAMS & SORENSEN LLP Water Utility Fund Professional Legal Fees 7,696.00 600017790 10/03/2025 CA DEPARTMENT OF TECHNOLOGY Information Technology ISF I nternet & Broadband 4,508.30 600017791 10/03/2025 COMP LETE WE LDERS SUPPLY General Fund Other Exp -First Aid Supplies 222.40 600017792 10/03/2025 NORCAL RENTAL GROUP LLC Water Utility Fund Renta l-Equipment 1,715.82 600017793 10/03/2025 DC ELECTRIC GROUP INC General Fund Contract -Outside Services 131.26 600017794 10/03/2025 GARDENERS AID INC General Fund Special Dept Expense 346.36 600017795 10/03/2025 HI LDEBRAND CONSULTING LLC Water Utility Fund Contract -Outside Services 9,000.00 600017796 10/03/2025 MARK PIPPIN Sewer Utility Fund Uniform -Purchase 118.53 600017797 10/03/2025 REDACTED RETIREE General Fund Benefit Medical Reimb 493.92 600017798 10/03/2025 MES I ACQUIS ITION INC General Fund Equipment, Small Office & Tool 785.48 600017798 10/03/2025 MES I ACQU ISITION INC General Fund Other Exp -Structural Fire PPE 301.90 600017798 10/03/2025 MES I ACQU ISITION INC General Fund Other Exp-Structural Fire PPE 56.21 600017799 10/03/2025 REDACTED RETIREE Genera l Fund Benefit Medical Reimb 1,082.47 600017800 10/03/2025 MOONLIGHT BPO LLC General Fund Postage & Shipping 370.94 600017800 10/03/2025 MOONLIGHT BPO LLC Sewer Utility Fund Postage & Shipping 3,803.50 600017800 10/03/2025 MOONLIGHT BPO LLC Sewer Utility Fund Postage & Shipping 3,800.45 600017800 10/03/2025 MOONLIGHT BPO LLC Water Utility Fund Postage & Shipping 3,803.50 600017800 10/03/2025 MOONLIGHT BPO LLC Water Utility Fund Postage & Shipping 3,800.46 600017800 10/03/2025 MOONLIGHT BPO LLC General Fund Printing 85.84 600017801 10/03/2025 DESIREE MCGUNAGLE General Fund Meeting Expense 226.80 600017802 10/03/2025 DESIREE MCGUNAGLE General Fund Travel and Training 370.30 600017803 10/03/2025 ROSS RECREATION EQUIPMENT CO INC General Fund Specia l Dept Expense 2,000.51 600017804 10/03/2025 LOS RIOS COMMUNITY COLLEGE DISTR ICT General Fund Travel and Training 190.00 600017805 10/03/2025 TRANSUNION General Fund Contract -Outside Services 251.40 600017806 10/03/2025 UN ITED RENTALS NORTH AMERICAN INC General Fund Special Dept Expense 1,273.58 600017807 10/06/202S MAIL R US INC General Fund Postage & Shipping 35.60 600017807 10/06/2025 MAIL R US INC General Fund Postage & Shipping 1,936.73 600017807 10/06/2025 MAIL R US INC General Fund Advertising 390.74 600017807 10/06/2025 MAIL R US INC Genera l Fund Advertising 612.00 600017808 10/06/2025 ALPHA ANALYTICAL LABORATORIES INC Water Utility Fund Contract -Outside Services 112.00 600017808 10/06/2025 ALPHA ANALYTICAL LABORATORI ES I NC Water Utility Fund Contract -Outside Services 364.00 600017808 10/06/2025 ALPHA ANALYTICAL LABORATORI ES I NC Water Utility Fund Contract -Outside Services 312.00 600017808 10/06/2025 ALPHA ANALYTICAL LABORATORI ES INC Water Utility Fund Contract -Outside Services 312.00 600017808 10/06/2025 ALPHA ANALYTICAL LABORATORIES I NC Water Utility Fund Contract -Outside Services 500.00 600017808 10/06/2025 ALPHA ANALYTICAL LABORATORI ES I NC Water Utility Fund Contract -Outside Services 90.00 600017808 10/06/2025 ALPHA ANALYT ICAL LABORATOR I ES I NC Water Utility Fund Contract -Outside Services 312.00 600017809 10/06/2025 NORCAL RENTAL GROUP LLC Genera l Fund Rental -Equipment 716.59 600017810 10/06/2025 DRAFTECH BLUEPR I NTING INC General Fund Othr Accrued Liab.-Sales Tax 0.55 600017810 10/06/2025 DRAFTECH BLUEPR I NTING INC Genera l Fund Special Dept Expense (0.55) 600017810 10/06/2025 DRAFTECH BLUEPRINTING INC Genera l Fund Special Dept Expense 250.79 600017811 10/06/2025 FASTENAL Fleet Services ISF Special Dept Expense 294.38 600017811 10/06/2025 FASTENAL Fleet Services ISF Specia l Dept Expense 253.56 600017812 10/06/2025 FRIEDMAN'S HOME IMPROVEMENT INC General Fund Special Dept Expense 175.35 Page 10 of 14 CHECK NUMBER CHEC K DATE VENDOR NAME FUND ACCOUNT AMOUNT 600017812 10/06/2025 FR IEDMAN'S HOME I MPROVEMENT INC General Fund Specia l Dept Expense 290.40 600017813 10/06/2025 GRAINGER INC Sewer Utility Fund Equipment, Small Office & Tool 122.73 600017813 10/06/2025 GRAINGER INC General Fund Specia l Dept Expen se 82.32 600017814 10/06/2025 HANSEL FORD INC Fleet Services ISF Fleet Ve h Repa irs for Pol ice 956.11 600017814 10/06/2025 HANSE L FORD INC Fleet Services ISF Fleet Veh Repairs for Police 207.57 600017815 10/06/2025 HI LDEBRAND CONSULTING LLC Water Utility Fund Contract -Outside Services 8,500.00 600017816 10/06/2025 MARK PIPPIN Fleet Services ISF Special Dept Expense 210.72 600017817 10/06/2025 L & M DISTR IBUTION INC General Fund Special Dept Expense 325.57 600017817 10/06/2025 L & M DISTRIBUTION INC General Fund Specia l Dept Expense 976 .70 600017817 10/06/2025 L & M DISTRIBUTION INC General Fund Specia l Dept Expense 213 .74 600017818 10/06/2025 LES SCHWAB TIRE CENTER Fleet Services ISF Fleet Veh Repairs for Streets 63.56 600017819 10/06/2025 MOONLIGHT BPO LLC Sewer Utility Fund Postage & Shipping 9.27 600017819 10/06/2025 MOONLIGHT BPO LLC Water Utility Fund Postage & Shipping 9 .28 600017820 10/06/2025 SANTA ROSA AUTO PARTS Fleet Services ISF Fleet Veh Repairs for WTR 168.86 600017820 10/06/2025 SANTA ROSA AUTO PARTS Fleet Services ISF Fleet Veh Repairs for Po l ice 42.41 600017820 10/06/2025 SANTA ROSA AUTO PARTS Fleet Services ISF Fleet Ve h Repairs for Po l ice 91 .54 600017820 10/06/2025 SANTA ROSA AUTO PARTS General Fund Special Dept Expense 1,522 .50 600017820 10/06/2025 SANTA ROSA AUTO PARTS Fleet Services ISF Special Dept Expense 17 .58 600017820 10/06/2025 SANTA ROSA AUTO PARTS Fleet Services ISF Special Dept Expense 84 .99 600017820 10/06/2025 SANTA ROSA AUTO PARTS Fl eet Services ISF Special Dept Expense 172.91 600017820 10/06/2025 SANTA ROSA AUTO PARTS Fleet Services ISF Special Dept Expense 286 .21 600017820 10/06/2025 SANTA ROSA AUTO PARTS Fleet Services ISF Special De pt Expense 48.07 600017820 10/06/2025 SANTA ROSA AUTO PARTS Fleet Services ISF Special Dept Expense 17.32 600017820 10/06/2025 SANTA ROSA AUTO PARTS Fleet Services ISF Special Dept Expense 644.17 600017821 10/06/2025 Sienna McCarthy General Fund Memberships 40.00 600017822 10/06/2025 POWERPLAN Fleet Services ISF Fleet Ve h Repairs for WTR 186.17 600017823 10/06/2025 BAY GRAPH ICS DESIGN INC General Fund Co ntract -Outside Services 11,075 .00 600017824 10/06/2025 FMA INC Fleet Services ISF Fleet Veh Repairs for Police 853.88 600017825 10/06/2025 SAFETY-KLEEN SYSTEMS INC Fleet Services ISF Hazard Material 339.00 600017826 10/06/2025 SOUTHERN TIRE MART LLC Fleet Services ISF Fleet Veh Repairs for Police 251 .56 600017826 10/06/2025 SOUTHERN TIRE MART LLC Fleet Services ISF Fleet Ve h Repairs for Streets 739.05 600017827 10/06/2025 STOMMEL INC Fleet Services ISF Fleet Ve h Repairs for Po l ice 189.23 600017828 10/06/2025 UN ITED RENTA LS NORTH AMERICAN INC General Fund Special Dept Expense 126.50 600017829 10/06/2025 VESTIS GROUP INC Fleet Services ISF Un iform Laundry 30 .11 600017829 10/06/2025 VESTIS GROUP INC Fleet Services ISF Uniform Laundry 33 .71 600017829 10/06/2025 VESTIS GROUP INC Fleet Services ISF Un iform Laundry 30.11 600017829 10/06/2025 VESTIS GROUP INC Fleet Services ISF Haza rd Material 40.00 600017830 10/07/2025 ANDREW CEDENO General Fund Co ntract Services -Acto rs 595 .00 600017831 10/07/2025 AT&T General Fund Communication-Phone 59 .71 600017832 10/07/2025 AT&T Genera l Fund Communication-Phone 155.63 600017833 10/07/2025 AT&T Genera l Fund Communication-Phone 59 .2 1 600017834 10/07/2025 AT&T General Fund Communication-Phone 90.48 600017835 10/07/2025 AT&T Gene ral Fund Communication-Phone 29.85 600017836 10/07/2025 AT&T General Fund Communication-Phone 61 .27 600017837 10/07/2025 AT&T General Fund Communication-Phone 77.87 Page 11 of 14 CH ECK NUMBER CHECK DATE V ENDOR NAME FUND A CCOUNT AMOUNT 600017838 10/07/2025 AT&T Information Technology ISF Communication-Phone 89.56 600017839 10/07/2025 AT&T General Fund Communication-Phone 61.27 600017840 10/07/2025 BARBARA LEACH D.V.M. General Fund Contract -Outside Services 5,250.00 600017840 10/07/2025 BARBARA LEACH D.V .M . Spay and Neuter Fund Contract -Outside Services 1,400.00 600017841 10/07/2025 CARLY CARLSTROM Gener al Fund Contract Services -Actors 595.00 600017842 10/07/2025 CATHO LI C CHARITIES OF THE DIOCESE OF SANTA ROSA General Fund Contract -Outside Services 30,668.17 600017842 10/07/2025 CATHO LI C CHAR ITIES OF THE DIOCESE OF SANTA ROSA General Fund Contract -Outside Services 27,893.11 600017842 10/07/2025 CATHO LI C CHARITI ES OF THE DIOCESE OF SANTA ROSA General Fund Contract -Outside Services 15,391.64 600017842 10/07/2025 CATHO LI C CHA RI TIES OF THE DIOCESE OF SANTA ROSA General Fund Contract -Outside Services 11,068.17 600017843 10/07/2025 CHR ISTINE NABER General Fund Contract Services -Actors 595.00 600017844 10/07/2025 CLUBCARE INC Sports Ctr Capitl Faciliy Rsrv Repair & Maintenance 1,953.33 600017845 10/07/2025 COMCAST General Fund I nternet & Broadband 190.43 600017846 10/07/2025 COMCAST General Fund Internet & Broadband 132.70 60001784 7 10/07/2025 COMCAST General Fund I nternet & Broadband 33.12 600017848 10/07/2025 COMCAST General Fund I nternet & Broadband 196.77 600017849 10/07/2025 VOID-COMP LETE WELDERS SUPPLY General Fund AP -Suspense Acct 0.00 600017850 10/07/2025 HELEN CROSBY General Fund Deferred Inflow s 400.00 600017850 10/07/2025 HELEN CROSBY General Fund Grants-Other (400.00) 6000178S0 10/07/202S HELEN CROSBY General Fu n d Con t ract Services-Instructors 400.00 600017851 10/07/2025 CYRACOM INTERNATIONAL IN C General Fund Co ntract -Outside Services 99.45 600017852 10/07/2025 EUREKA OXYGEN COMPANY INC Senior Center Facility Fu nd Special Events 39.86 600017853 10/07/2025 EVELINE URQU HART General Fund Con t ract Services-Instructors 367.25 600017854 10/07/2025 FASTENAL General Fund Supplies-Ja nitorial Svs 273.83 600017854 10/07/2025 FASTENAL General Fund Supplies-Janito r ia l Svs 442 .29 600017854 10/07/2025 FASTENAL General Fund Supplies-Janitorial Svs 525.52 600017854 10/07/2025 FASTENAL General Fund SpcDptExp 48.54 600017854 10/07/2025 FASTENAL General Fund SpcDptExp 69.61 600017854 10/07/2025 FASTENAL General Fund SpcDptExp 29.05 600017854 10/07/2025 FASTENA L General Fu n d Sp cDptExp 135.22 600017854 10/07/2025 FASTENAL General Fund SpcDptEx p 183.96 600017854 10/07/2025 FASTENAL General Fund SpcDptExp 179.90 600017854 10/07/2025 FASTENAL General Fund Special Dept Expense 48.54 600017854 10/07/2025 FASTENAL General Fund Special Dept Expense 69.61 600017854 10/07/2025 FASTENAL General Fu nd Special Dept Expense 135.18 600017854 10/07/2025 FASTENAL General Fund Special Dept Expense 183.99 60001 7854 10/07/2025 FASTENA L General Fund Special Dept Expense 179.90 600017854 10/07/2025 FASTENAL General Fu nd Special De pt Expense 48.56 600017854 10/07/2025 FASTENAL General Fu nd Special Dept Expense 69.61 600017854 10/07/2025 FASTENA L General Fu nd Special Dept Expe nse 135 .18 600017854 10/07/2025 FASTENA L General Fund Special Dept Expense 183.96 600017854 10/07/2025 FASTENAL General Fund Special Dept Expense 179.90 600017854 10/07/2025 FASTENA L General Fund Special Dept Expense 417.49 600017854 10/07/2025 FASTENAL General Fund Special Dept Expense 193.96 600017854 10/07/2025 FASTENA L Sewer Utility Fund Special Dept Expense 48.54 600017854 10/07/2025 FAS TENA L Sewer Util ity Fund Specia l Dept Expense 69.61 Page 12 of 14 CHECK NUMBER CHECK DATE VENDOR NAME FUND ACCOUNT AMOUNT 600017854 10/07/2025 FASTENAL Sewer Utility Fund Special Dept Expense 135 .18 600017854 10/07/2025 FASTENAL Sewer Utility Fund Special Dept Expense 183.96 600017854 10/07/2025 FASTENAL Sewer Utility Fund Special Dept Expense 179 .90 600017854 10/07/2025 FASTENAL Water Utility Fund Special Dept Expense 48.54 600017854 10/07/2025 FASTENAL Water Utility Fund Special Dept Expense 69 .61 600017854 10/07/2025 FASTENAL Water Utility Fund Special Dept Expense 135.18 600017854 10/07/2025 FASTENAL Water Utility Fund Special Dept Expense 183 .96 600017854 10/07/2025 FASTENAL Water Utility Fund Special Dept Expense 179.91 600017855 10/07/2025 FRIEDMAN'S HOME IMPROVEMENT INC General Fund Equipment , Small Office & Tool 159.48 600017855 10/07/2025 FRIEDMAN'S HOME IMPROVEMENT INC General Fund Repair & Maintenance 56 .87 600017855 10/07/2025 FRIEDMAN'S HOME IMPROVEMENT INC General Fund Special Dept Expense 76 .10 600017855 10/07/2025 FRIEDMAN 'S HOME IMPROVEMENT INC General Fund Special Dept Expense 110.10 600017855 10/07/2025 FRIEDMAN 'S HOME IMPROVEMENT INC General Fund Special Dept Expense 268.94 600017855 10/07/2025 FRIEDMAN'S HOME IMPROVEMENT INC General Fund Special Dept Expense 51.35 600017855 10/07/2025 FRIEDMAN'S HOME IMPROVEMENT INC General Fund Special Dept Expense 503 .76 600017855 10/07/2025 FRIEDMAN'S HOME IMPROVEMENT INC General Fund Special Dept Expense 40 .91 600017855 10/07/2025 FRIEDMAN'S HOME IMPROVEMENT INC General Fund Specia I Dept Expense 177.56 600017855 10/07/2025 FRIEDMAN 'S HOME IMPROVEMENT INC General Fund Special Dept Expense 80 .76 600017855 10/07/2025 FRIEDMAN'S HOME IMPROVEMENT INC General Fund Special Dept Expense 135.81 600017855 10/07/2025 FRIEDMAN 'S HOME IMPROVEMENT INC General Fund Special Dept Expense 53.64 600017855 10/07/2025 FR I EDMAN'S HOME IMPROVEMENT INC General Fund Special Dept Expense 270.62 600017855 10/07/2025 FRIEDMAN'S HOME IMPROVEMENT INC General Fund Special Dept Expense 137 .56 600017856 10/07/2025 FRIZELLE-ENOS COMPANY General Fund Community Outr each-AS League 191.14 600017856 10/07/2025 FR IZE LLE-ENOS COMPANY General Fund Special Dept Expense 624 .26 600017856 10/07/2025 FR IZELLE-ENOS COMPANY General Fund Specia l Dept Expense 984.34 600017856 10/07/2025 FR IZELLE-ENOS COMPANY General Fund Special Dept Expense 255 .67 600017856 10/07/2025 FRIZE LLE -ENOS COMPANY General Fund Specia I Dept Expense {126.71) 600017857 10/07/2025 HANSEL FORD INC General Fund Specia l Dept Expense 159.06 600017858 10/07/2025 HILL'S PET NUTR IT ION SALES INC General Fund Community Outr each-AS League 719.27 600017858 10/07/2025 HILL'S PET NUTR IT ION SALES INC General Fund Food-Ani ma l She lter 436.89 600017859 10/07/2025 JACOBSON FENCE CO INC General Liability ISF Genera l Liab Minor Claim Damag 1,996 .00 600017860 10/07/2025 KOEFRAN INDUSTR IES General Fund Contract -Outside Services 400.00 600017860 10/07/2025 KOEFRAN INDUSTR IES General Fund Commnity Outreach-Cr emations 46.00 600017860 10/07/2025 KOEFRAN INDUSTR IES General Fund Commnity Outreach-Cremations 184.00 600017860 10/07/2025 KOEFRAN INDUSTR IES General Fund Commnity Outreach-Cr emations 345.00 600017861 10/07/2025 LAURIE PH ILLIPS General Fund Contract Services-I nstructors 3,605.15 600017862 10/07/2025 MADISON SCARBROUGH General Fund Contract Services -Actors 595.00 600017863 10/07/2025 MEGAN BARTLETT General Fund Contract Services -Actors 595.00 600017864 10/07/2025 METROPO LI TAN PLANNING GROUP General Fund Contract -Outside Services 525.00 600017864 10/07/2025 METROPOLITAN PLANNING GROUP General Fund Contract -Outside Services 275.00 600017865 10/07/2025 M I LLER MENDEL INC General Fund Dues & Subscriptions 1.20 600017865 10/07/2025 M ILLER MENDEL INC General Fund Dues & Subscriptions 22 .50 600017865 10/07/2025 MILLER MENDEL INC General Fund Dues & Subscri ptions 4.50 600017866 10/07/2025 NATIONAL ACADEMY OF ATHLETICS General Fund Contract Services-Instructors 9,790.40 600017867 10/07/2025 NICK BARBIERI TRUCKI NG LLC General Fund Fuel 632.77 Page 13 of 14 CHECK NUMBER CHECK DATE V ENDOR NAME FUND ACCOUNT AMOU NT 600017868 10/07/2025 NOAH VO NDRALEE -STERNH ILL General Fund Co nt r act Serv ic es -Actors 595 .00 600017869 10/07/2025 JEN NI FER JOHNSO N Ge n eral Fu nd Travel and Training 41.40 600017870 10/07/2025 JOSE PH HANSON Ge n eral Fu nd T r avel an d Tra ining 167 .95 600017871 10/07/2025 JOSEPH WITHER S General Fu n d Travel an d Tra ining 52 .90 600017872 10/07/2025 JU DI LI M BERG Gener al Fu n d T ra vel an d Tra ining 396.75 600017873 10/07/2025 JUDI LI M BERG Ge n eral Fund T r avel and Tra ining 9.00 600017874 10/07/2025 NICOLE LITZIE Ge n eral Fu nd Travel and Tra ining 41.40 600017875 10/07/2025 THOMAS IZA RD Ge n eral Fu nd T rave l and Training 52.90 600017876 10/07/2025 Ch r is K Hee Water Utilit y Fu nd A R-UB Resi de ntia l 70 .97 600017877 10/07/2025 PACE SUPPL Y Wat er Uti lity Fu nd Other Exp-Re pair System (109.24) 600017877 10/07/2025 PACE SUPPL Y W ater Uti lity Fund Other Exp-Re pair System 109.24 600017877 10/07/2025 PACE SUP PL Y Water Utility Fund Othe r Exp-Re pair System 5,352.81 600017877 10/07/2025 PACE SUP PLY Water Utility Fu nd O t her Exp -Re pair System (4 .18) 600017877 10/07/2025 PACE SUP PLY Water Utilit y Fu nd Othe r Exp-Repair Syst em 209 .00 600017877 10/07/2025 PACE SUP PL Y W ater Uti lity Fu nd Other Exp-Re pair System (53 .83) 600017877 10/07/2025 PACE SUPPLY Wat er Uti lity Fu nd Other Exp-Re pai r Sy stem 2,691.62 600017877 10/07/2025 PACE SUPPL Y Water Uti lity Fu nd Other Exp-Re pai r Syst em (5.27 ) 600017877 10/07/2025 PACE SUPPL Y Water Uti lity Fu nd Other Exp-Re pai r Syst em 26 3.40 600017877 10/07/2025 PACE SU PPL Y Recycled Water Util it y Fu n d Other Exp-Re pai r Syst em (7 .74 ) 600017877 10/07/2025 PACE SU PPL Y Recycled Water U tilit y Fu nd Other Exp-Re pai r System 387.20 600017878 10/07/2025 PACI FIC GAS & ELECTRIC Gener al Fu nd Utilit y -Electric 44 .79 600017879 10/07/2025 PAC IFI C GAS & ELECTR IC Ge neral Fu nd Util ity-Electric 55.46 600017880 10/07/2025 PACI FI C GAS & ELECTR IC Genera l Fu nd Ut ility -Electric 5,325 .12 600017881 10/07/2025 PARTNE RS IN PUBLI C INN OVATION Gener a l Fu nd Co ntract -Outside Services 7,578.39 600017882 10/07/2025 PATR ICIA W YMAN General Fu nd Co nt r act Services-Instructors 58 .50 600017883 10/07/2025 REA L TIME NETWORKS INC Gen eral Fu nd Ca p it a l Asse t -Eq u ipment 30,885.56 600017884 10/07/2025 RE LI A BLE HAR DWARE & STEE L CO Sewer Utility Fund Re p a ir & Maint ena nce 22 .18 600017885 10/07/2025 SHARED H OUSING & RESOURCE EXC HA NGE CALIF ORNIA Ge nera l Fu nd Co ntract -Outsid e Services 4,367.56 600017886 10/07/2025 SHAYNA OV ERLY Ge ne r al Fu nd Co ntr act Servi ces-Instructor s 1,868.75 600017887 10/07/2025 SYCAL ENGINEERIN G INC Sewer Util it y Fu nd Co ntract -O utside Servi ce s 5,934 .96 600017888 10/07/2025 STEVEN TI MMINS Gener al Fu nd Repair & M aintena nce 5,837.50 600017888 10/07/2025 STEVEN TI M M INS GOVT Non Capit a l Projects Non-Ca pita l Project s 5,837.50 600017889 10/07/2025 TR I CI TY FE NCE CO INC General Fu nd Co nt r act -O utside Services 15,224.52 600017890 10/07/2025 UNSHELTERED FR IENDS OUT REAC H Gener al Fund Contract -Outside Services 3,000 .00 600017891 10/07/2025 US BA NK Gener a l Fu nd Othr Accru ed Liab-P Ca rd 7,541.71 600017892 10/07/2025 WERLE ENTERP RISE LLC NATIONAL PR INT & PROMO General Fund Uniform -Pu rchase 180.00 600017893 10/07/2025 WYATT IRRI GATION CO General Fu nd Special Dept Expense 156.28 2,833,970.14 Page 14 of 14 Item 8A2 Item 8A3 MINUTES OF THE JOINT REGULAR MEETING OF THE CITY OF ROHNERT PARK City Council Rohnert Park Financing Authority Successor Agency to the Community Development Commission Tuesday, October 14, 2025 1. CITY COUNCIL/RPFA/SUCCESSOR AGENCY TO THE CDC JOINT REGULAR MEETING - CALL TO ORDER/ROLL CALL Mayor Giudice called the joint regular meeting to order at 5:03 p.m., which was legally noticed on October 2, 2025. Council Present: Gerard Giudice, Mayor Emily Sanborn, Vice Mayor Jackie Elward, Councilmember Samantha Rodriguez, Councilmember (arrived at 5:21 p.m.) Council Absent: Susan H. Adams, Councilmember Staff present: City Manager Piedra, City Attorney Kenyon, Director of Finance Howze, Director of Community Services Bagley, Director of Public Safety Mattos, Acting Director of Public Works Hendersen, Building Official Curry, Fire Marshal Hall Information Systems Operations Manager Cotter, and Assistant City Clerk Machado. 2. READING OF THE LAND ACKNOWLEDGMENT Recited by Mayor Giudice. 3. PLEDGE OF ALLEGIANCE Led by Darren Patterson. 4. PRESENTATIONS A. Letter to Mayor Giudice from Hashimoto, Japan's Mayor, Tetsuro Hiraki, Presented by Theresa Molino and Danny Kingsbury, Residents of Rohnert Park, Regarding their visit to Rohnert Park Sister City Hashimoto, Japan from May 29 through 31, 2025. Theresa Molino and Danny Kingsbury presented the letter to Mayor Giudice and shared pictures from their visit to Hashimoto, Japan. B. Mayor’s Proclamation: Proclaiming October 2025 as Filipino American History Month in the City of Rohnert Park. Mayor Giudice read the proclamation and presented it to Armie Rivera. PUBLIC COMMENTS: Peter Alexendar spoke about this item. Item 8B1 City of Rohnert Park Joint Regular Meeting Minutes for City Council October 14, 2025 RPFA/CDC Successor Agency Page 2 of 5 C. Mayor's Proclamation: Proclaiming October 24, 2025 as World Polio Day in the City of Rohnert Park. Mayor Giudice read the proclamation and presented it to Wulff Reinhold, Rotary Club of Rohnert Park-Cotati Secretary, Rotary Foundation Chair, Past President, Past District Governor for the Rotary Club. PUBLIC COMMENTS: Peter Alexendar spoke about this item. 5. DEPARTMENT HEAD BRIEFINGS None. 6. PUBLIC COMMENTS Peter Alexander spoke about protesters, redistricting, spiritual warfare, and the Zoe Rosenburg case. Steve Keith spoke about curiosity and the right to hear. Miriam Pengel thanked the City Council and city staff for painting the pickleball courts and placing new posts and spoke about raising $30,000 for the courts. Kenny Roesler spoke about Diet for New America, John Robins, slaughterhouses, and Gabriel Cousens. 7. CONSENT CALENDAR 7.A Acceptance of City Bills/Demands for Payment Report dated September 9, 2025 through September 29, 2025 from Finance Department 7.B Approval of Minutes: 1. City Council/RPFA/Successor Agency Joint Regular Meeting Minutes for September 23, 2025 2. City Council Special Meeting, August 26, 2025 7.C Receive Progress Report on the Status of the Emergency Public Safety Antenna and Radio System Replacement Project (CIP2412), as required by the Public Contract Code and by Minute Order, authorize the continuation of Resolution 2024-051 until the emergency action is completed 7.D By Minute Order, Authorize the Purchase of a Sewer Line Camera Inspection Vehicle for Public Works not to exceed $500,000; Authorize the City Manager to Execute Purchase Documentation 7.E Adopt Resolution 2025-074 to Reject All Bids for the Benicia Park Concession Stand Renovation Project, Authorize Staff to Rebid the Project Utilizing the CUPCCAA Informal Bid Process, and Find the Project Exempt from the California Environmental Quality Act (CEQA) Pursuant to CEQA Guidelines Sections 15301 (Existing Facilities) and 15302 7.F. Adopt Resolution 2025-075 Approving the First Amendment to the Measure H Funding Agreement Between the County of Sonoma and the City of Rohnert Park and Authorizing the City Manager to Execute the Same PULLED BY COUNCILMEMBER RODRIGUEZ ACTION: Moved/seconded (Sanborn/Elward) to approve the consent calendar except Item 7.F. City of Rohnert Park Joint Regular Meeting Minutes for City Council October 14, 2025 RPFA/CDC Successor Agency Page 3 of 5 Motion carried by the following 4-0-1-0 voice vote: AYES: Elward, Rodriguez, Sanborn, and Giudice, NOES: None, ABSENT: Adams, ABSTAINS: None. 7.F. Adopt Resolution 2025-075 Approving the First Amendment to the Measure H Funding Agreement Between the County of Sonoma and the City of Rohnert Park and Authorizing the City Manager to Execute the Same Assistant City Clerk stated Resolution 2025-075 was revised and asked Council to adopt the revised version as provided to them on the dais. ACTION: Moved/seconded (Rodriguez/Elward) to approve Item 7.F. as amended. Motion carried by the following 4-0-1-0 voice vote: AYES: Elward, Rodriguez, Sanborn, and Giudice, NOES: None, ABSENT: Adams, ABSTAINS: None. 8. REGULAR ITEMS A. Consider Introducing by Title Only and Waiving the First Reading Introducing an Ordinance Repealing and Replacing Chapters 15.04 through 15.28 of Title 15 “Buildings and Construction” of the Rohnert Park Municipal Code to Adopt by Reference the 2025 California Building Standards Code (Title 24 of the California Code of Regulations (Parts 2, 2.5, 3, 4, 5, 6, 7, 9 with Local Amendments as Set Forth in Chapters 15.04 (General Provisions), 15.08 (Building Code), 15.12 (Residential Code), 15.16 (Electrical Code), 15.18 (Mechanical Code), 15.20 (Plumbing Code), 15.22 (Energy Code), 15.24 (Existing Building Code), 15.26 (Green Building Standards Code), 15.28 (Fire Code) and adding a new Chapter 15.30 (Wildland-Urban Interface Code) to Title 15 “Building and Construction”Receive an Informational Report and By Minute Oder, Authorize the Mayor to Execute and Deliver the City’s Response to Civil Grand Jury Report, “Animal Services in Sonoma County: Separate and Not Equal – The Costs and Consequences of Decentralization.” Director of Development Services Giudice presented this item. Recommended Action(s): Introduce by title only, and waive first reading of an ordinance repealing and replacing Chapters 15.04 through 15.28 of Title 15 “Buildings and Construction” of the Rohnert Park Municipal Code to adopt by reference the 2025 California Building Standards Code with local amendments as set forth in Chapters 15.04 (General Provisions), 15.08 (Building Code), 15.12 (Residential Code), 15.16 (Electrical Code), 15.18 (Mechanical Code), 15.20 (Plumbing Code), 15.22 (Energy Code), 15.24 (Existing Building Code), 15.26 (Green Building Standards Code), 15.28 (Fire Code) and 15.30 (Wildland-Urban Interface Code) to Title 15 “Building and Construction”; finding the ordinance exempt from review pursuant to section 15061(b)(3) of the California Environmental Quality Act; and setting a date of October 28, 2025 for the second reading of the ordinance. PUBLIC COMMENTS: Steve Keith spoke about this item. City of Rohnert Park Joint Regular Meeting Minutes for City Council October 14, 2025 RPFA/CDC Successor Agency Page 4 of 5 ACTION: By consensus (none opposed, Councilmember Adams absent), Council directed staff to provide information regarding the building code update to the public at upcoming community events. ACTION: By consensus (none opposed, Councilmember Adams absent), Council directed staff to provide safeguards for staff discretion in applying building codes. ACTION: Moved/seconded (Rodriguez/Sanborn) to introduce by title only and waive the reading of Ordinance 989 and finding the ordinance exempt from review pursuant to Section 15061(b)(3) of the California Environmental Quality Act and setting a date of October 28, 2025 for the second reading of the ordinance. Title read by Councilmember Rodriguez. Motion carried by the following 4-0-1-0 roll call vote: AYES: Elward, Rodriguez, Sanborn, and Giudice, NOES: None, ABSENT: Adams, ABSTAINS: None. 9. COMMITTEE / LIAISON/ OTHER REPORTS A. City Standing Committees, Council Liaison Assignments, Outside Agency and Mayors & Councilmembers/City Selection Committee Appointments and Reports Under Government Code Section 53232.3(d): • Councilmember Elward reported on the Homeless Coalition Board (9/24) and Sonoma Clean Power Authority Board of Directors (10/2) meetings. • Vice Mayor Sanborn stated there was not a Water Advisory Committee to Sonoma Water (10/6) nor a Santa Rosa Plain Groundwater Sustainability Agency (10/9) meeting. • Mayor Giudice reported on the Golden Gate Bridge, Highway & Transportation District Building and Operating Committee, Finance-Auditing Committee & Rules, Policy & Industrial Relations Committee (9/25) meetings, Golden Gate Bridge, Highway & Transportation District Board of Directors Special Meeting (9/26), and Sonoma County Transportation Authority (10/6) meeting. • Mayor Giudice reported on the Cal Cities Annual Conference (10/8-10/10). • Councilmember Rodriguez reported on the State of the Latino Community Address (9/25) and Noon Times Networking Luncheon (10/1). 10. COMMUNICATIONS Councilmember Rodriguez shared upcoming City events and the City’s participation in the Great ShakeOut with the Cotati-Rohnert Park Unified School District and City of Cotati. Vice Mayor Sanborn shared a first-in-the-state recycling facility will be outside of Flipside Thrift that will allow people to drop their recyclables in and receive money. City of Rohnert Park Joint Regular Meeting Minutes for City Council October 14, 2025 RPFA/CDC Successor Agency Page 5 of 5 11. ADDING AGENDA ITEMS TO A FUTURE CITY COUNCIL MEETING AGENDA Councilmember Rodriguez requested an item be added to a future agenda to review the Flock system. The request was supported by Mayor Giudice. 12. PUBLIC COMMENT None. 13. ADJOURNMENT Mayor Giudice adjourned the meeting at 6:39 p.m. _____________________________________ __________________________________ Elizabeth Machado, Assistant City Clerk Gerard Giudice, Mayor City of Rohnert Park City of Rohnert Park MINUTES OF THE SPECIAL MEETING OF THE CITY OF ROHNERT PARK CITY COUNCIL Monday, October 20, 2025 MEETING LOCATION: CITY HALL – CONFERENCE ROOM 2A 130 Avram Avenue, Rohnert Park, California 1. CITY COUNCIL SPECIAL MEETING - CALL TO ORDER/ROLL CALL Mayor Giudice called the special meeting to order at 3:11 p.m., which was legally noticed on October 16, 2025. Council Present: Gerard Giudice, Mayor Emily Sanborn, Vice Mayor Susan H. Adams, Councilmember Jackie Elward, Councilmember Samantha Rodriguez, Councilmember (arrived at 4:45 p.m.) Staff present: City Manager Piedra, City Attorney Kenyon, Deputy City Attorney Biddle, and Assistant City Clerk Machado. 2. CLOSED SESSION A. Public Comments: None. B. Mayor Giudice made the closed session announcement pursuant to Government Code §54957.7 and Council recessed to Closed Session at 3:11 p.m. in CONFERENCE ROOM 2A to Consider Conference with Real Property Negotiators Government Code section 54956.8 Property: 6400 State Farm Drive, Rohnert Park, CA 94928 Agency negotiator: Marcela Piedra, City Manager Negotiating parties: City of Rohnert Park and CenterCal Properties, LLC, a Delaware limited liability company Under negotiation: Price and Terms Mayor Giudice stated he will report on the closed session at the next Council meeting. Assistant City Clerk Machado departed the meeting at 3:11 p.m. 3. ADJOURNMENT Mayor Giudice adjourned the special meeting at 5:45 p.m. _____________________________________ __________________________________ Elizabeth Machado, Assistant City Clerk Gerard Giudice, Mayor City of Rohnert Park City of Rohnert Park ITEM NO. 8.C. 1 Meeting Date: October 28, 2025 Department: Public Safety Submitted By: Tim Mattos, Director of Public Safety Agenda Title: Receive Progress Report on the Status of the Emergency Public Safety Antenna and Radio System Replacement Project (CIP2412), as required by the Public Contract Code and by Minute Order, authorize the continuation of Resolution 2024-051 until the emergency action is completed. RECOMMENDED ACTIONS: 1. Receive Progress Report on the Status of the Emergency Public Safety Antenna and Radio System Replacement Project (CIP2412), as required by the Public Contract Code and 2. By Minute Order, authorize the continuation of Resolution 2024-051 until the emergency action is completed. BACKGROUND AND ANALYSIS: On June 25, 2024, the Rohnert Park City Council adopted Resolution 2024-051 Declaring an Emergency Project Pursuant to Public Contract Code Sections 20168 and 22050, Amending the Fiscal Year (FY) 2023-24 Capital Improvement Plan to Add the Public Safety Antenna and Radio System Replacement Project (CIP2412) with a project budget of $1,500,000.00, Approving a budget Amendment to Transfer $1,500,000.00 from Non-Departmental Operating Fund, Equipment Over $5,000 to the new CIP2412 Project, and award the Construction Contract to Dailey-Wells. The City Council is required to review the status of this emergency project at each regular meeting of the City Council and vote to authorize the continuation of Resolution 2024-051 until the emergency action is completed. Staff previously reported that electrical upgrades were needed at all City radio antenna sites. The City contracted with CM Taylor, Inc. to complete the electrical work and with Dailey Wells to reinforce the cell tower base at Magnolia Park due to a structural issue. Building permits for this work were secured, and the electrical upgrades at the Pump Station, Fire Station No. 2, and Magnolia Park are now complete. The structural modifications at Magnolia Park have also been successfully finished. Since the last report presented to the Council on October 14, 2025, Five (5) dispatch consoles were recently installed. Dailey Wells has been troubleshooting Consoles 1 and 2 due to issues encountered when dispatchers try to use them. Dailey Wells has been working with Zetron, the Mission Statement “We Care for Our Residents by Working Together to Build a Better Community for Today and Tomorrow.” CITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT ITEM NO. 8.C. 2 console manufacturer, to run tests on the faulty consoles to identify the source of the issues. They believe replacement parts are needed, which are currently being shipped to the City. In addition, other issues have been identified including radio inference on the City’s existing radio channels, and coverage gaps in certain areas of the City when officers radio in from the field. City staff are monitoring these issues and coordinating with Dailey Wells to develop a plan to address these issues. ENVIRONMENTAL ANALYSIS: This action is exempt from the California Environmental Quality Act (“CEQA”) because it does not qualify as a “project” pursuant to Public Resource Code Section 21065 and CEQA Guidelines Sections 15320, 15378 and 15061(b)(3), because it can be seen with certainty that there is no possibility the City’s action would cause either a direct physical change in the environment or a reasonably foreseeable indirect physical change in the environment. Public Safety Antenna and Radio System Replacement Project (CIP2412) involves replacement of existing equipment and is categorically exempt from the requirements CEQA pursuant CEQA Guidelines sections 15301 (Existing Facilities) and 15302 (Replacement or Reconstruction without an increase in use), (14 Cal. Code Regis. §§ 15301, 15302). STRATEGIC PLAN AND COUNCIL PRIORITIES ALIGNMENT: Presenting this progress report is consistent with the City’s values of communication and integrity and the City’s strategic priority Goal C “Ensure the effective delivery of public services.” OPTIONS CONSIDERED: 1. Receive Progress Report on the Status of the Emergency Public Safety Antenna and Radio System Replacement Project (CIP2412), as required by the Public Contract Code and by Minute Order, authorize the continuation of Resolution 2024-051 until the emergency action is completed. 2. No other options were considered as this action is required by law and by Council Resolution 2024-051. FISCAL IMPACT: There is no fiscal impact associated with the progress report. Department Head Approval Date: 10/17/25 City Attorney Approval Date: N/A Finance Director Approval Date: N/A City Manager Approval Date: 10/19/25 Attachments: 1. None. ITEM NO. 8.D. 1 Meeting Date: October 28, 2025 Department: Public Works Submitted By: Mark Hendersen, Acting Public Works Director Prepared By: Cortney Bowser, Management Analyst II Agenda Title: By Minute Order, Authorize the City’s Representative to the Water Advisory Committee to Vote in Support of the Statement of Interest Related to the Proposed New Eel-Russian Facility and the Associated Water Diversion Agreement Undertaken by the Eel Russian Project Authority RECOMMENDED ACTION: By minute order, Authorize the City’s representative to the Water Advisory Committee to vote in support of the Statement of Interest related to the proposed New Eel-Russian Facility and the associated Water Diversion Agreement undertaken by the Eel Russian Project Authority BACKGROUND/ANALYSIS: Sonoma County Water Agency (Sonoma Water) provides wholesale water supply to cities and districts in Sonoma and Marin Counties, including the City of Rohnert Park. The relationship between Sonoma Water and the water contractors is governed by the Restructured Agreement for Water Supply, which established the Water Advisory Committee (WAC) to represent contractor interests. Sonoma Water’s supply is sourced from the Russian River system, which relies on water stored in both Lake Sonoma and Lake Mendocino. Historically, inflows to Lake Mendocino have been supplemented by diversions from the Eel River through the Potter Valley Project (PVP), a hydroelectric project formerly owned and operated by Pacific Gas and Electric Company (PG&E). In 2019, PG&E announced its intent to surrender the federal license for the Potter Valley Project, initiating a process for decommissioning the facilities. Since then, regional partners have worked collaboratively to develop a long-term, sustainable solution to maintain water supply reliability for the Russian River watershed while improving conditions in the Eel River. This effort has evolved into the formation of the Eel-Russian Project Authority (ERPA) and planning for a proposed New Eel-Russian Facility (NERF) that would continue limited water diversions from the Eel River to the Russian River. To guide Sonoma Water’s participation in these ongoing efforts, the WAC and Technical Advisory Committee (TAC) have prepared an updated Statement of Interests (SOI). The updated SOI replaces the prior version adopted in 2019 and reflects the significant evolution of project planning since that time, including PG&E’s application for license surrender, the formation of ERPA, and development of the proposed NERF. The updated SOI outlines key principles and expectations of the Water Contractors as Sonoma Water participates in the ERPA and the Water Diversion Agreement (WDA). It emphasizes: Mission Statement “We Care for Our Residents by Working Together to Build a Better Community for Today and Tomorrow.” CITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT ITEM NO. 8.D. 2 • The need to maintain reliable and sustainable water supplies for all communities served by Sonoma Water. • The importance of equitable cost-sharing and ensuring financial contributions are proportionate to benefits received. • Transparency and collaboration in ERPA’s evaluation of long-term water supply and environmental solutions. • Protection of existing agreements, specifically maintaining the 2006 Restructured Agreement through its current term (2040). • Recognition of the City’s and other contractors’ ongoing financial and regulatory commitments to the Russian River restoration and Biological Opinion compliance. At their meeting on October 6, 2025, the TAC voted unanimously to recommend that the updated SOI be brought before the WAC for consideration and action at its November 3, 2025 meeting. Adoption of the updated SOI by the WAC will help guide Sonoma Water’s participation in ERPA and related agreements as regional planning efforts move forward and ensure the interests of the City and other contractors are clearly represented. ENVIRONMENTAL ANALYSIS: This action is not a Project under the California Environmental Quality Act (“CEQA”) STRATEGIC PLAN AND COUNCIL GOALS/PRIORITIES ALIGNMENT: The proposed action supports Goal 1 – Long Term Financial Sustainability, Goal 3 – Planning and Infrastructure, and Goal 4 – Organizational Well-Being by ensuring the City continues to have a voice in regional water supply planning efforts that may influence future costs, infrastructure needs, and operational decisions. This action also aligns with the FY25/26 Council Priority to Focus on Infrastructure and Beautification by supporting regional planning initiatives that protect long-term water reliability, an essential element of sustainable infrastructure and community resilience. OPTIONS CONSIDERED: Option 1 (Recommended): Authorize the City’s representative to the Water Advisory Committee (WAC) to vote in support of the updated Statement of Interests related to the proposed New Eel-Russian Facility (NERF) and the associated Water Diversion Agreement undertaken by the Eel-Russian Project Authority (ERPA). This option ensures that the City continues to have a voice in regional discussions concerning the future of the Russian River water supply and supports equitable cost allocation and transparent decision-making. Option 2 (Not Recommended): Do not authorize the City’s representative to support the updated Statement of Interests. This option is not recommended as it would limit the City’s participation in shaping regional policy and planning decisions related to the NERF and ERPA. It could also reduce the City’s influence in ensuring that future financial and operational decisions are made equitably and in the best interest of the City’s water customers. ITEM NO. 8.D. 3 FISCAL IMPACT/FUNDING SOURCE: There is no direct fiscal impact from this action. Over the long term, decisions arising from the updated Statement of Interest, including those related to the Potter Valley Project Relicensing and other regional water planning efforts, could influence the wholesale water rates that the Sonoma County Water Agency charges to the City. The intent of the WAC’s Resolution is to ensure that all water contractors, including the City, have an opportunity to review, understand, and provide input on these potential impacts. Department Head Approval Date: 10/7/2025 Finance Approval Date: NA City Attorney Approval Date: 10/6/2025 City Manager Approval Date: 10/14/2025 Attachments: 1. WAC_StatementofInterest_NERF_final_092525 Water Advisory Committee to Sonoma County Water Agency Statement of Interests related to the proposed New Eel-Russian Facility and the Associated Water Diversion Agreement undertaken by the Eel Russian Project Authority The Water Advisory Committee (WAC) and Technical Advisory Committee (TAC) represent the municipal water suppliers (Water Contractors) located in central and southern Sonoma County and Marin County that receive wholesale water supply from Sonoma County Water Agency (Sonoma Water), which receives its water from the Russian River System. The WAC and TAC support and request Sonoma Water continue to identify and implement water supply resiliency solutions in response to the planned Federal Energy Regulatory Commission (FERC) license surrender and decommissioning of Pacific Gas & Electric’s (PG&E) Potter Valley Hydroelectric Project (PVP). The WAC has adopted the following Statement of Interests to guide Sonoma Water’s participation in the Eel-Russian Project Authority (ERPA): 1.Recognize that Russian River water supply is significantly different north and south of the Russian River confluence with Dry Creek (Confluence). Water supplies north of the Confluence are almost entirely reliant on the PVP diversion, runoff, and Lake Mendocino storage, while supplies south of the Confluence principally rely on Lake Sonoma storage. 2.Recognize the continued diversion of water from the PVP and planned through the proposed New Eel-Russian Facility (NERF) into the Russian River watershed supports overall water supply reliability, fisheries, and operations of Lake Mendocino, as well as, particularly during dry periods, providing water volume to supplement releases from Lake Sonoma thereby preserving storage. 3.Recognize that with the surrender of the PVP license, Sonoma Water will need to modify its water rights to no longer rely on cumulative inflow into Lake Pillsbury to determine the type of hydrologic year. Support Sonoma Water in modifying its Russian River water rights to align with water supply sources and be reflective of how the Russian River system operates. 4.As outlined in the Water Diversion Agreement, support ERPA in evaluating all possible alternatives to a continued diversion from the Eel River to the Russian River. The analysis should be transparent, include representation from the Water Contractors, identify cost effective, resilient, and environmentally beneficial solutions to ensure the reliability of the fisheries, recreation and water supply for agriculture, domestic and municipal purposes. 5.Ensure any outcomes or recommendations by the ERPA Board maintain water supply reliability of the Russian River, support the significant investments made by Sonoma Water and the Water Contractors in Russian River ecosystem and fishery restoration initiatives, and costs are allocated based on benefit received. 6.Provide ongoing opportunities for meaningful input and representation in any forum that evaluates water supply resiliency solutions for the Russian River. October 6, 2025 TAC Meeting Agenda Item 11 7. Ensure any decisions regarding the PVP and NERF are consistent with the 2006 Restructured Agreement for Water Supply between Sonoma Water and the Water Contractors (Restructured Agreement) including, but not limited to, Section 2.4, Potter Valley Project. Request Sonoma Water, as a member of ERPA, advocate for decisions consistent with the Restructured Agreement. 8. Support the actions stipulated in Section 2.4 of the Restructured Agreement and do not support reopening the Restructured Agreement prior to the current term date of 2040. 9. Recognize that the parties to the Water Diversion Agreement (WDA) represent multiple interests and include California Department of Fish and Wildlife (CDFW), California Trout, ERPA, County of Humboldt, Mendocino County Inland Water and Power Commission (IWPC), Round Valley Indian Tribes (RVIT), County of Sonoma, Sonoma County Water Agency (Sonoma Water), and Trout Unlimited (Parties). 10. Recognize that the Water Contractors are not a party to the WDA and therefore any obligations under the WDA do not bind the Water Contractors. 11. Recognize that the Water Contractors have significant, state-mandated obligations to continuously provide safe and reliable water supplies for the communities that they serve. 12. Recognize that certain water rights currently used by PG&E for PVP will be ultimately transferred to the RVIT (Project Water Rights) and the use of those Project Water Rights for NERF diversions will come at a significant cost (Lease Payments) both annually and in total for the duration of the Initial and Renewal Terms of the WDA. 13. Recognize that in addition to the significant costs associated with Lease Payments, the Parties (except CDFW) to the WDA have committed to raise $50 million during the Initial Term and have an aspirational goal of $100 million during the Renewal Term for the restoration of the Eel River as well as $100 million to enhance water supply reliability in the Russian River. These amounts are significant, and the source of the funding is unknown. 14. Recognize that the combination of capital costs, operations & maintenance costs, future decommissioning costs, and the lease and restoration payments paid by ERPA will have a profound effect on the overall cost of the diverted water. It is critical that Sonoma Water, and ERPA, recognize the multiple beneficiaries and proportionality of their demand when devising a revenue plan. The Contractors would not support a revenue scheme that has a disproportionate financial effect on a beneficiary, or group of beneficiaries and support a fair distribution, based on benefits received, amongst all the various Russian River water users (recreation, environment, agriculture, residential, municipal and industrial) who will benefit from the NERF. 15. Recognize that the California Constitution places limits on the amounts that may be charged by Sonoma Water to the Water Contractors, and on the amounts that each Water Contractor is authorized to include in its retail water rates. Accordingly, any costs to the Water Contractors related to the continued diversion of water through the planned NERF must be proportionate to the benefit received by each Water Contractor. 16. Ask Sonoma Water and ERPA to request that the State Water Board enforce limits on water use, especially in the upper Russian River (north of the Dry Creek confluence), in order to maintain the benefits of any future Eel River Diversions. 17. Recognize that since 2006, the Water Contractors (and thereby the residents and businesses of those cities and districts in Sonoma and Marin Counties) have, through their water purchases from Sonoma Water, collectively contributed approximately $50.6 Million to the restoration of the Russian River watersheds, and compliance with the Biological Opinion, both of which have benefits well beyond that of municipal water supply and that these contributions will continue accruing significantly throughout the full duration of the 2006 Restructured Agreement. From: To:Rodriguez, Samantha; Sanborn, Emily; Giudice, Gerard; Elward, Jackie; Adams, Susan Cc:Public Comment Subject:Item 8.D Vote in Support of “Statement Of Interests “ Date:Saturday, October 25, 2025 4:44:19 PM Attachments:2025 October 28 Rohnert Park Council 8.D Statement of Interests.pdf Upper Russian River Position Paper.pdf EXTERNAL EMAIL Please find attached letter and Position Paper for Rohnert Park Council Oct 28, 2025 Item 8.D Vote in Support of “Statement Of Interests“ Many thanks, Neil Hancock, Rohnert Park Property Owner. -- ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~Neil : New email still works Rohnert Park Council Oct 28, 2025 Item 8.D Vote in Support of “Statement Of Interests “ Dear Mayor Giudice, Vice Mayor Sanborn and Councilmembers Rodriguez, Elward and Adams, With the planning in process for the new Eel Russian Facility, I’m advocating for a more informed view of the Upper Russian River system. When you consider and read Item 8.D, and the Sonoma Water “Statement of Interests” items 1, 2 and 16, please read the context described in the attached Sierra Club Redwood Chapter “Upper Russian River Position Paper ” The Sonoma Water Statement of Interests is after Item8d of the staff report. <quote statement of interests> 1. Recognize that Russian River water supply is significantly different north and south of the Russian River confluence with Dry Creek (Confluence). Water supplies north of the Confluence are almost entirely reliant on the PVP diversion, runoff, and Lake Mendocino storage, while supplies south of the Confluence principally rely on Lake Sonoma storage<end quote> The Position Paper Page 2 shows the geographic setting and storage capacity of the Lakes, and why Lake Sonoma storage is the primary source of drinking water for all the Sonoma Contractors. <quote> 2 Recognize the continued diversion of water from the PVP and planned through the proposed New Eel-Russian Facility (NERF) into the Russian River watershed supports overall water supply reliability, fisheries, and operations of Lake Mendocino, as well as, particularly during dry periods, providing water volume to supplement releases from Lake Sonoma thereby preserving storage. <end quote> Sonoma Water makes the case that continued flows from Lake Mendocino (with spring top-ups from the Eel River) would reduce the volume of water required for release from Lake Sonoma to maintain regulatory minimum summer flows in the lower river. A projection for this volume has not been provided but it would be helpful in determining the estimated benefit to water users in the Russian River basin. The attached Position Paper provides details of water storage data for Lake Sonoma and Lake Mendocino, as well as the distance in river miles to the confluence of Dry Creek south of Healdsburg Location Storage AF River Miles Lake Sonoma Approx. 250,000 Approx. 14 Lake Mendocino Approx 110,000 Approx. 68 <quote> 16 Ask Sonoma Water and ERPA to request that the State Water Board enforce limits on water use, especially in the upper Russian River (north of the Dry Creek confluence), in order to maintain the benefits of any future Eel River Diversions. <end quote> The Position Paper suggest there are multiple options for water resiliency in the Upper Russian River watershed. Thankyou for considering this item, Neil Hancock, Rohnert Park Property Owner. Upper Russian River Ecological Integrity Position Paper The Sierra Club Redwood Chapter Water Committee works with legislators, state agencies, local water agencies, and industrial/agricultural water users to advocate that the chapter’s water resources receive environmentally sensitive management. We would like to raise issues concerning the ecological integrity of the Upper Russian River for consideration alongside the “Statement of Interests” at the November 3, 2025 WAC meeting. With expected changes in the diversion from the Eel to the Russian River and the recent 2025 NMFS Russian River Biological Opinion, now is the opportunity to update the goals for managing the Upper Russian River (URR) so that there is an increased focus on resilient water supplies for all use types and improving the ecological integrity of the river. The primary challenges are: ● how do we refocus efforts on the need to restore the ecological integrity of the natural systems for all, while balancing growing demands with a limited water supply; ● how do we manage a limited water supply when there is limited transparency and accountability in use; and ● who pays for water infrastructure that might be needed? While all physical infrastructure has a maintenance life, green infrastructure where appropriate can be less costly and is typically multi-benefit. For a fly over of the RR click here. The State Water Resources Control Board (SWRCB) declared the Russian River as fully appropriated in 1989. A variety of complicated interests rely on water flows of the URR, particularly in the hot, dry months—an issue exacerbated by poor accounting of water availability and little transparency in water needs. One tool that has been tested by the SWRCB is the voluntary water sharing program. A better understanding of water demands, community education, and other changes are still necessary before such a program can operate without Emergency Declarations. Flows during our driest periods could be better managed with a broader portfolio of tools. Options could include: ● A better water extraction demand forecasting tool for flow management from Hopland to Healdsburg, possibly using more transparent water rights with the new Waterboard Upward system. Large users could forecast their usage in a tool to inform water releases ● monitoring by river section of underground storage (gaining or losing) during proposed water release changes or flow pulses; ● more onsite storage ponds to capture winter precipitation for summer use, and ● improved water use monitoring, metering, and reporting requirements, to name a few. Specific Water Cities and Districts Published Urban Water Use Potter Valley Irrigation District (Pop. 1,700): This district serves more than 272 agricultural customers and 6,960 acres. A Nov 2021 study suggested alternative supply options to help address reliability in the face of a two-basin solution. Ukiah (Pop. 16,072 ): Urban Water Management Plan (UWMP) documents show the city’s total water consumption was 3,030AF in 2020. It documents a RR water right of 16,507AF. The Ukiah Valley Ground Water basin, a Holocene alluvium, receives an annual aquifer recharge of about 25,300AF per year, and size is in excess of 400,000AF. Ukiah identifies 30,000 neighbors and 8 water agencies including Hopland in Ukiah Valley. Cloverdale (Pop. 8964): UWMP documents show the city used 1,320AF in 2020 for a population of 9,213 people. It documents water rights of 27,920AF from RR and 73,653AF from Big Sulfur Creek. Sonoma Water Contractors For reference from Sonoma Water UWMP, Sonoma Water Contractors with 600,000+ customers, used 44,530AF in 2024, and have water right to RR of 75,000AF/yr. This supply is drawn principally from Lake Sonoma, and is withdrawn at the Wohler- Mirabel collector. See #1 Statement of Interest. Lake Sonoma’s water storage is 250,000AF. Lake Mendocino storage is 110,000AF and it is ~68 river miles upstream of the Dry Creek confluence. The information in this brief has been obtained from public-domain sources. If any information is used for public policy, its validity should be verified separately. Sierra Club Redwood Chapter lead author Neil Hancock. neilh@wLLw.net References with links [1] Sonoma Water “Statement of Interests” ; https://www.sonomawater.org/media/PDF/About/WAC/2025 10/11- %20WAC StatementofInterests NERF final 092525.pdf [2]2025 NMFS Russian River Biological Opinion ; https://www.sonomawater.org/biological-opinion [3] Fly over of Russian River ; https://river-runner.samlearner.com/?lng=- 123.1861892522816&lat=39.19752951053286 [4] SWRCB voluntary water sharing program https://www.waterboards.ca.gov/drought/russian_river/docs/2022/2022-rr-water-sharing- program-factsheet.pdf [5] Waterboard Upward https://www.waterboards.ca.gov/upward/ [6] Potter Valley Irrigation District https://www.mendolafco.org/files/cd1276348/PVID+2025+MSR+SOI+FINAL.pdf [7] Nov 2021 study suggested alternative supply options https://freetheeel.org/wp- content/uploads/2022/07/PVID-Water-Supply-Alternatives-lo.pdf [8] Ukiah Urban Water Management Plan (UWMP) https://wuedata.water.ca.gov/getfile?filename=/public%2Fuwmp attachments%2F5114719986% 2FUkiah%20FINAL%202020%20UWMP Errata%20-%20May%202022%20(05.03.2022).pdf [9] Ukiah identifies 30,000 neighbors https://cityofukiah.com/wp- content/uploads/2018/08/Ukiah WaterHandout.pdf [10] Cloverdale UWMP https://wuedata.water.ca.gov/getfile?filename=/public%2Fuwmp attachments%2F9850415885% 2FCloverdale_2020UWMP_Final_wAppendix.pdf [11] Sonoma Water UWMP https://www.sonomawater.org/media/PDF/Water%20Resources/Water%20Supply/UWMP/Sono ma%20Water%202020%20UWMP June%202021-ADA.pdf End From: To:Public Comment; Rodriguez, Samantha; Sanborn, Emily; Giudice, Gerard; Elward, Jackie; Adams, Susan Subject:Item Consent Item 8.D Vote in Support of the Statement of Interest Date:Tuesday, October 28, 2025 6:32:24 AM Attachments:2025 October 28 Rohnert Park Council 8.D Statement of Interests.docx EXTERNAL EMAIL Dear Rohnert Park City Council, Please consider the geographical context outlined in the Sierra Club Redwood Chapter Upper Russian River Position Paper. See Attached Respectfully, Shirley Johnson Rohnert Park Council Oct 28, 2025 Item 8.D Vote in Support of “Statement Of Interests “ Dear Mayor Giudice, Vice Mayor Sanborn and Councilmembers Rodriguez, Elward and Adams, With the planning in process for the new Eel Russian Facility, I’m advocating for a more informed view of the Upper Russian River system. When you consider and read Item 8.D, and the Sonoma Water “Statement of Interests” items 1, 2 and 16, please read the context described in the attached Sierra Club Redwood Chapter “Upper Russian River Position Paper ” The Sonoma Water Statement of Interests is after Item8.D of the staff report. <quote statement of interests> 1. Recognize that Russian River water supply is significantly different north and south of the Russian River confluence with Dry Creek (Confluence). Water supplies north of the Confluence are almost entirely reliant on the PVP diversion, runoff, and Lake Mendocino storage, while supplies south of the Confluence principally rely on Lake Sonoma storage<end quote> The Position Paper Page 2 shows the geographic setting and storage capacity of the Lakes, and why Lake Sonoma storage is the primary source of drinking water for all the Sonoma Contractors. <quote> 2 Recognize the continued diversion of water from the PVP and planned through the proposed New Eel-Russian Facility (NERF) into the Russian River watershed supports overall water supply reliability, fisheries, and operations of Lake Mendocino, as well as, particularly during dry periods, providing water volume to supplement releases from Lake Sonoma thereby preserving storage. <end quote> Sonoma Water makes the case that continued flows from Lake Mendocino (with spring top-ups from the Eel River) would reduce the volume of water required for release from Lake Sonoma to maintain regulatory minimum summer flows in the lower river. A projection for this volume has not been provided but it would be helpful in determining the estimated benefit to water users in the Russian River basin. The attached Position Paper provides details of water storage data for Lake Sonoma and Lake Mendocino, as well as the distance in river miles to the confluence of Dry Creek south of Healdsburg Location Storage AF River Miles Lake Sonoma Approx. 250,000 Approx. 14 Lake Mendocino Approx 110,000 Approx. 68 <quote> 16 Ask Sonoma Water and ERPA to request that the State Water Board enforce limits on water use, especially in the upper Russian River (north of the Dry Creek confluence), in order to maintain the benefits of any future Eel River Diversions. <end quote> The Position Paper suggest there are multiple options for water resiliency in the Upper Russian River watershed. Thankyou for considering this item, <name> <address> Rohnert Park . ITEM NO. 8.E. 1 Meeting Date: October 28, 2025 Department: Public Works Submitted By: Mark Hendersen, Acting Director of Public Works Prepared By: Kelsey Nguyen, Project Coordinator Laura Luchini, Acting CIP Program Manager Agenda Title: Adopt a Resolution to Award the Construction Contract for the Building Access Control System Replacement Project CIP2103 to First Alarm for $412,730, Authorize the City Manager to approve up to $61,909.50 (15%) in Change Orders, Approve the Project Plans and Specifications, Authorize a Budget Amendment in the Amount of $220,000, and Find the Project Exempt from the California Environmental Quality Act (CEQA) pursuant to Sections 15301 (Existing Facilities) and 15302 (Replacement or Reconstruction) of CEQA Guidelines. (14 Cal. Code Regs. §§ 15301, 15302) RECOMMENDED ACTION: Adopt a Resolution to award the construction contract for the Building Access Control System Replacement Project CIP2103 (Project) to First Alarm for $412,730, authorize the City Manager to approve up to $61,909.50 (15%) in Change Orders, Approve the Project plans and specifications, authorize a budget amendment in the amount of $220,000, and find the Project exempt from the California Environmental Quality Act (CEQA) pursuant to Sections 15301 (Existing Facilities) and 15302 (Replacement or Reconstruction) of CEQA Guidelines. (14 Cal. Code Regs. §§ 15301, 15302). BACKGROUND: The existing building access control system installed at the City’s buildings is a legacy/proprietary system that has reached the end of its service life. The system was installed in the 90’s and originally manufactured by Radionics. The system uses a key-fob to allow access into various exterior and interior doors and the associated key-fob readers have failed in several locations. The manufacturer (Radionics) is no longer in existence and the ReadyKey product ceased production in the early 2000’s. Several security controllers have failed and are not repairable or replaceable. This presents a severe security risk for the City’s staff and facilities. In Fiscal Year 2020-2021 the Building Access Control System Replacement Project was identified. On June 17, 2022, the City posted a Request for Proposals for design of the Project at five (5) essential City facilities as follows: • City Hall located at 130 Avram Avenue • Public Works Corporation Yard located at 600 Enterprise Drive • West Side Fire Station No. 3 located at 6020 Labath Avenue Mission Statement “We Care for Our Residents by Working Together to Build a Better Community for Today and Tomorrow.” CITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT ITEM NO. 8.E. 2 • Public Safety Main Building located at 500 City Center Drive • Senior Center Annex Server Room located at 6800 Hunter Drive On August 29, 2022, the City contracted with Triad Consulting & Design System Group, LLC (“Triad”) to prepare the plans, specifications, and estimate (PS&E) for the Project. The Project plans and specifications were approved by the Acting City Engineer and advertised for construction. Staff is now seeking authority to award the construction contract and additional actions as described below. ANALYSIS: The City’s bidding procedures for public works projects operate under the California Uniform Public Construction Cost Accounting Act (CUPCCAA), Public Contract Code Sections 22000-22050. In accordance with the City’s bidding requirements, staff posted and published an Invitation to Bidders on August 15, 2025 and August 22, 2025. On August 28, 2025 a mandatory walk through of the Project was held. On September 24, 2025, the sealed bids were publicly opened. The City received one (1) bid, as listed below in Table 1. Table 1 – Bid Opening Results for the Building Access Control System Replacement Project CIP2103 Rank Contractor Base Bid Amount 1 First Alarm $412,730.00 The apparent lowest bidder, First Alarm is a licensed electrical and low voltage systems contractor and has completed several similar projects and currently provides on going services for the City. Their bid in the amount of $412,730 is 48% over the engineer’s construction cost estimate. City staff reviewed the bid results, and reached out to the other bidders whom attended the job walk and found the engineers estimate was low and did not account for increases in labor and materials. Additionally, the specifications require the contractor provide all new wire and cable. Given the uncertainty of the presence and feasibility of existing conduit (through which new wires and cables must be pulled) bidders expressed the potential for higher bid prices to complete the Project as specified. City staff determined that First Alarm’s bid represents reasonable pricing for this Project based on the current bidding environment and recommends awarding the Project to First Alarm. Staff reviewed their bid proposal and determined they are the lowest responsive and responsible bidder with the license and bonding capacity to complete the work. Because First Alarm’s contract amount exceeds the original Project budget of $362,000, staff is requesting authorization for the Finance Director to process budget amendments in the amount of $220,000 from Fund Balance Assigned for Infrastructure to proceed with construction of the Project. Staff recommends the City Council award the construction contract to the lowest responsive and responsible bidder, First Alarm, in the amount of $412,730, authorize the City Manager to execute construction contract change orders in an amount up to $61,909.50 (15%) of the construction value, and authorize the Finance Director to process a budget amendment in the amount of $220,000. ENVIRONMENTAL ANALYSIS: The Project involves replacement of the building access control system at five (5) existing City facilities throughout the City. Therefore, the Project is categorically exempt from the requirements of CEQA pursuant to Sections 15301 (Existing Facilities) and 15302 (Replacement or Reconstruction) of CEQA Guidelines. (14 Cal. Code Regs. §§ 15301, 15302). ITEM NO. 8.E. 3 STRATEGIC PLAN AND COUNCIL GOALS/PRIORITIES ALIGNMENT: The Building Access Control System Replacement Project aligns with the following City Council multi-year broad goals and strategic plan priorities: • Planning and Infrastructure: The Building Access Control System Replacement Project assists in maintaining City’s existing infrastructure in a safe and proactive manner so that the community can continue to utilize these amazing facilities. • Focus on Infrastructure and beautification: By maintaining facilities that contribute to a vibrant community. OPTIONS CONSIDERED: 1. Recommended Option: Staff recommends that the City Council award the construction contract to First Alarm for $412,730, authorize the City Manager to approve up to $61,909.50 (15%) in construction contact change orders, approve the plans and specifications, and authorize the Finance Director to process a budget amendment for $220,000. This action will allow the City to proceed with construction of the Project and make our essential City facilities secure. 2. Alternative: The City Council could decide not to award the construction contract. This is not recommended as the Project provides critical security improvements to essential City facilities. This delay will cause security issues as the existing access control system is failing. FISCAL IMPACT/FUNDING SOURCE: The original Project budget is $362,000 and is funded by the City’s F2110 Information Technology (IT) Fund. The Construction Contract award with First Alarm, is $412,730, including the 15% construction contingency, the total not to exceed amount for construction is $474,639.50. There is insufficient funding in the Project budget to authorize award of the construction contract to First Alarm with a 15% construction contingency. Table 2 outlines the anticipated total Project costs of $582,000 including staff labor and engineering support during construction, together with the anticipated construction costs and a 15% construction contingency, there is a budget shortfall of $220,000. Table 2 – Building Access Control System Replacement Project Budget Project Budget Amount $ F2110 IT Fund $362,000.00 Total Project Budget $362,000.00 Current and Projected Expenditures Soft Costs (staff labor, legal, permitting) $54,993.50 Design and Construction Administration: Triad $52,367.00 Construction Contract: First Alarm $412,730.00 Construction Contingency (15%) $61,909.50 Total Current and Expected Project Expenditures $582,000.00 Budget Shortfall ($220,000.00) ITEM NO. 8.E. 4 Staff is requesting authorization for the Finance Director to process budget amendments in the amount of $220,000 from the General Fund, Fund Balance Assigned for Infrastructure, that would transfer funds to the Capital Improvement Fund F7109, and appropriate the additional funds to Project CIP2103 to fund the shortfall needed to proceed with construction of the Project. The Assigned Fund Balance for Infrastructure is currently $6.5 million based on the FY 2023-24 audit. Department Head Approval Date: 10/7/2025 Finance Approval Date: 10/3/2025 City Attorney Approval Date: 10/9/2025 City Manager Approval Date: 10/14/2025 Attachments: 1. Resolution to award the construction contract for the Building Access Control System Replacement Project CIP2103 (Project) to First Alarm for $412,730, authorize the City Manager to approve up to $61,909.50 (15%) in Change Orders, Approve the Project plans and specifications, authorize a budget amendment in the amount of $220,000, and find the Project exempt from the California Environmental Quality Act (CEQA) pursuant to Sections 15301 (Existing Facilities) and 15302 (Replacement or Reconstruction) of CEQA Guidelines. (14 Cal. Code Regs. §§ 15301, 15302 2. Resolution Exhibit A - Construction Contract with First Alarm for $412,730.00 RESOLUTION NO. 2025-076 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK FOR THE BUILDING ACCESS CONTROL SYSTEM REPLACEMENT PROJECT NO. 2021-03 APPROVING THE PLANS AND SPECIFICATIONS, AWARDING THE CONSTRUCTION CONTRACT TO FIRST ALARM IN THE AMOUNT OF $412,730, AUTHORIZING THE CITY MANAGER TO APPROVE UP TO $61,909.50 (15%) IN CONSTRUCTION CONTRACT CHANGE ORDERS, APPROVING A BUDGET AMENDMENT IN THE AMOUNT OF $220,000, AND FINDING THE PROJECT EXEMPT FROM THE CALIFORNIA ENVIRONMENTAL QUALITY ACT (CEQA) PURSUANT TO CEQA GUIDELINES SECTIONS 15301 (EXISTING FACILITIES) AND 15302 (REPLACEMENT OR RECONSTRUCTION) (14 CAL. CODE REGS. §§ 15301 AND 15302) WHEREAS; the City’s building security access control system is a legacy/proprietary system that has reached the end of its service life and is currently failing with no means of repair or replacement; WHEREAS, in Fiscal Year 2020-2021 the Building Access Control System Replacement Project CIP2103 (Project) was identified to replace the access control system at five (5) essential City facilities; City Hall, Public Works, West Side Fire Station No.3, Public Safety Main, and the Senior Center Annex Server Room; and WHEREAS, the plans and specifications for the Project were prepared by Triad Consulting & Design System Group, LLC, and approved by the Acting City Engineer; and WHEREAS, consistent with the Public Contract Code, an Invitation for Bids was posted on August 13, 2025 and published on August 15, 2025 and August 22, 2025 for the Project; and WHEREAS, one (1) sealed bid was received at the bid opening on September 24, 2025, and was publicly opened; and WHEREAS, Public Works staff reviewed the bid and determined First Alarm submitted the lowest responsive and responsible bid in the amount of $412,730; and WHEREAS, the original Project budget is $362,000 and is funded by F2110 IT Fund; and WHEREAS, there is insufficient funding in the Project to proceed with award of the construction contract to First Alarm including a 15% contingency; and WHEREAS, staff recommends that the City Council authorize the Finance Director to execute budget amendments in the amount of $220,000 from General Fund, Fund Balance Assigned for Infrastructure, that would transfer funds to the Capital Improvement Fund F7109, and appropriate the additional funds to the Project CIP2103 to fund the shortfall needed to proceed with construction of the Project. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert Park that it does hereby authorize and approve as follows: 1. The above recitals are true and correct and material to this Resolution. 2. The City Council finds that the Project is categorically exempt from the requirements of Resolution 2025-076 2 the California Environmental Quality Act (“CEQA”) pursuant to CEQA Guidelines sections 15301 (Existing Facilities) and 15302 (Replacement or Reconstruction), (14 Cal. Code Regs. §§ 15301, 15302), and directs staff to file a notice of exemption with the Sonoma County Clerk – Recorder. 3. The plans and specifications for the Project, on file with the City Clerk, are hereby approved and adopted. 4. The Finance Director is hereby authorized to appropriate funds and approve budget amendments in the amount of $220,000 General Fund, Fund Balance Assigned for Infrastructure, that would transfer funds to the Capital Improvement Fund F7109, and appropriate the additional funds to Project CIP2103 to fund the shortfall needed to proceed with construction of the Project. 5. 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. 6. In accordance with California Public Contract Code Section 20160 and any other applicable laws, the City Council of the City of Rohnert Park hereby finds the bid of First Alarm for the Project to be the lowest, responsive bid and waives any irregularities in such bid in accordance with applicable law. 7. The City Manager is hereby authorized and directed to execute the contract with First Alarm in substantially similar form to Exhibit A, which is attached hereto and incorporated by this reference, for the sum of four hundred twelve thousand, seven hundred thirty dollars and no cents ($412,730.00) for construction of the Project in accordance with the bid documents and applicable law upon submission by First Alarm of all documents required pursuant to the Project bid documents. 8. The City Manager is hereby authorized to approve up to $61,909.50 (15%) in construction contract change orders. 9. City staff is hereby directed to issue a Notice of Award to First Alarm, for this Project. BE IT FURTHER RESOLVED that the City Manager, or her designee is authorized and directed to execute documents pertaining to same for and on behalf of the City of Rohnert Park. BE IT FURTHER RESOLVED that the Finance Director is authorized and directed to make all budget amendments to accounts necessary to carry out this action. DULY AND REGULARLY ADOPTED BY THE CITY COUNCIL OF THE CITY OF ROHNERT PARK ON this 28th day of October, 2025. CITY OF ROHNERT PARK ____________________________________ ATTEST: Gerard Giudice, Mayor ______________________________ Sylvia Lopez Cuevas, City Clerk Resolution 2025-076 2 APPROVED AS TO FORM: ______________________________ Michelle M. Kenyon, City Attorney Attachments: Exhibit A ADAMS: _________ ELWARD: _________ RODRIGUEZ: _________SANBORN: _________ GIUDICE: _________ AYES: ( ) NOES: ( ) ABSENT: ( ) ABSTAIN: ( ) Building Access Control System Replacement Page 1 Rohnert Park City Proj. No. 2021-03 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 C O N T R A C T BUILDING ACCESS CONTROL SYSTEM REPLACEMENT PROJECT NO. 2021-03 THIS AGREEMENT is made and entered into this 28th day of October, 2025, by and between First Alarm, (“Contractor”) License No. 430530, DIR No. 1000025780, DIR Expiration Date June 30, 2027, and the City of Rohnert Park, (“City”) (“Agreement”). 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: 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 Contractor’s bid therefor on file in the office of the City Clerk, except work to be performed by subcontractors as set forth in Contractor’s bid and for which Contractor retains responsibility. 2. Time of Performance and Liquidated Damages: A. 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 (100) working days of that Notice. 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. B. In the event Contractor does not complete the work within the time limit so specified or within such further time as said City Council must have authorized, Contractor must pay to City liquidated damages in the amount of one thousand, one hundred fifty-six dollars and no cents ($1,156.00) 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: A. City will pay 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. B. The award of the contract is for a total amount not to exceed four thousand twelve hundred, seven hundred thirty dollars and no cents ($412,730.00). 4. Component Parts and Interpretation: A. This contract consists 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 (“Contract Documents”): Building Access Control System Replacement Page 2 Rohnert Park City Proj. No. 2021-03 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 1) This Agreement 2) Notice Inviting Sealed Proposals 3) Instruction and Information to Bidders 4) Accepted Proposal, with all attachments and certifications 5) Performance Bond 6) Payment Bond 7) Special Provisions 8) Standard Specifications 9) Technical specifications 10) Design Standards 11) Plans, Profiles and Detailed Drawings B. In the event of conflict between these documents, the following order of precedence will govern: this Agreement; change orders; supplemental agreements and approved revisions to plans and specifications; special conditions; standard specifications; detail plans; general plans; standard plans; and reference specifications. In the absence of a controlling or contrary provision in the foregoing, the Standard Specifications (2022 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: A. Copies of the general prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Contract, as determined by Director of the State of California Department of Industrial Relations, are on file at the City’s Public Works Department and may be obtained from the California DIR website [http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm]. B. 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 Sec. 1773.2.) C. Contractor, and any subcontractor Contractor may engage may pay not less than the specified prevailing rate of per diem wages to all workers employed in the execution of the Agreement. (Labor Code § 1774.) Contractor is responsible for compliance with Labor Code Section 1776 relative to the retention and inspection of payroll records. D. Contractor must comply with all provisions of Labor Code section 1775. Under Section 1775, Contractor may forfeit as a penalty to City up to two hundred dollars ($200) Building Access Control System Replacement Page 3 Rohnert Park City Proj. No. 2021-03 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 for each worker Contractor or any subcontractor employs in the execution of the Contract 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. E. With each application for payment, Contractor shall also deliver certified payrolls to the City 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. F. 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 et. seq.). 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 twenty-five dollars ($25) 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 (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of the provisions of Labor Code Section 1810. 8. Apprentices: A. Contractor and any subcontractor under him must comply with the requirements of Labor Code Sections 1777.5 and 1777.6. Section 1777.5, as amended, requires Contractor or any 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: 1) When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of fifteen percent (15%) in the ninety (90) days prior to the request for certificate, or 2) When the number of apprentices in training in that area exceeds a ratio of one (1) to five (5), or 3) When the trade can show that it is replacing at least one-thirtieth (1/30) of its membership through apprenticeship training on an annual basis statewide or locally, or 4) 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 5) When Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one (1) apprentice to eight (8) journeymen. Building Access Control System Replacement Page 4 Rohnert Park City Proj. No. 2021-03 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 B. Contractor is required to make contributions to funds established for the administration of an 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. C. Contractor is responsible for making training fund contributions in the amount established in the prevailing wage rate – either to the applicable apprenticeship committee, or the California Apprenticeship Council (“CAC”). D. Contractor is required to submit contract award information for each craft required on the Project using the appropriate form prepared by the Division of Apprenticeship Standards (“DAS”) within the California Department of Industrial Relations (“DIR")—currently the “DAS 140 form.” A copy of the current DAS 140 form is available at https://www.dir.ca.gov/DAS/DASForm140.pdf . If Contractor is approved to train apprentices, Contractor must send the required information to its apprenticeship committee. If Contractor is not approved to train apprentices, Contractor must send the information to all apprenticeship committees that can supply apprentices to the site of the public works project. E. Contractor is required to contact the applicable apprenticeship committee to request apprentices for each craft or trade on the Project using the appropriate form DIR, currently the DAS 142 form. A copy of the current DAS 142 form is available at https://www.dir.ca.gov/DAS/DASForm142.pdf . The form must be submitted at least three business days before apprentices are required. F. 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: Labor Code Section 1735 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. Workers’ Compensation Insurance: A. In accordance with the provisions of Labor Code Article 5, Chapter 1, Part 7, Division 2 (commencing with Section 1860) and Chapter 4, Part 1, Division 4 (commencing with Section 3700), Contractor is required to secure the payment of compensation to his employees and must for that purpose obtain and keep in effect adequate Worker’s Compensation Insurance. B. Contractor is aware of the provisions of Labor Code Section 3700 which requires every employer to be insured against liability for workers’ compensation or to undertake self- insurance in accordance with the provisions of that Code, and will comply with such provisions before commencing the performance of the work of this Agreement. 11. Indemnity and Insurance: Building Access Control System Replacement Page 5 Rohnert Park City Proj. No. 2021-03 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 A. 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. B. 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. C. 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. A. 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: 1) 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. 2) Contractor fails to complete the Work on time. 3) 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. 4) Contractor fails to supply enough properly skilled workers or proper materials to complete the Work in the time specified. 5) Contractor fails to make prompt payment to any subcontractor or for material or labor. 6) Contractor fails to abide by any applicable laws, ordinances or instructions of City in performing the Work. 7) Contractor breaches or fails to perform any obligation or duty under the Contract. B. Upon the occurrence of a default by Contractor, City 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 Building Access Control System Replacement Page 6 Rohnert Park City Proj. No. 2021-03 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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. C. In the 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 (5) days after service of the notice of termination or does not commence performance within ten (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. D. 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: A. 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. B. Securities eligible for substitution under this section must include those listed in the Public Contracts Code Section 22300 or bank or savings and loan certificates of deposit. Contractor must be the beneficial owner of any securities substituted for moneys withheld and must receive any interest thereon. C. Alternatively, Contractor may request and the City shall make payment of retentions earned directly to the escrow agent at the expense of the Contractor. At Contractor’s expense, 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 Agreement, 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. Building Access Control System Replacement Page 7 Rohnert Park City Proj. No. 2021-03 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 D. Any escrow agreement entered into pursuant to this section must contain as a minimum the following provisions: 1) The amount of securities to be deposited; 2) The terms and conditions of conversion to cash in case of the default of the Contractor; and 3) 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 Agreement and to bind it to the performance of its obligations. B. Assignment. Contractor may not assign this Agreement 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 Agreement. C. Binding Effect. This Agreement is binding upon the heirs, executors, administrators, successors and permitted assigns of the parties. D. Integrated Contract. This Agreement, 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 Agreement and supersedes all other agreements or understandings, whether oral or written, between Contractor and City prior to the execution of this Agreement. E. Modification of Contract. No amendment to or modification of this Agreement will be valid unless made in writing and approved by Contractor and by the City Council, City Manager or Assistant 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 Agreement 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 Agreement 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 Agreement will not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement will not constitute a waiver of any other provision, or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any Work performed by Contractor will not constitute a waiver of any of the provisions of this Agreement. H. Interpretation. This Agreement 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 Agreement 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. Building Access Control System Replacement Page 8 Rohnert Park City Proj. No. 2021-03 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 I. Severability. If any term, condition or covenant of this Agreement is declared or determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this Agreement will not be affected, and the Agreement 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 FIRST ALARM ____________________________________ Marcela Piedra, City Manager Date Name:_______________________ Date Per Resolution No. 2025-_________ adopted by the Rohnert Park City Council at its meeting of October 28, 2025. Title: ________________________ ATTEST: APPROVED AS TO FORM: ____________________________________ City Clerk City Attorney ABBREVIATION DRAWING LIST ELECTRICAL NOTES PORTAL SYMBOL KEY GENERAL NOTES KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 COVER SHEET, NOTES SYMBOLS AND ABBREVIATIONS EY001 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 PROJECT DATA · AREA MAP VICINITY MAP 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 9/30/2026 04/28/2025 BUILDING APPROVED REVIEWED FOR CODE COMPLIANCE KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY CENTER PUBLIC SAFETY BLDG. SITE PLAN DEVICE LAYOUT EY110 N REFERENCE NOTES: 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 9/30/2026 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY CENTER PUBLIC SAFETY BLDG. FIRST FLOOR PLAN DEVICE LAYOUT EY111 N REFERENCE NOTES: GENERAL NOTES: 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 9/30/2026 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY CENTER PUBLIC SAFETY BLDG. SECOND FLOOR PLAN DEVICE LAYOUT EY112 N 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 REFERENCE NOTES:GENERAL NOTES: CO 01 CHANGES 01/13/2025 9/30/2026 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY CENTER PUBLIC SAFETY BLDG. THIRD FLOOR PLAN DEVICE LAYOUT EY113 N 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 REFERENCE NOTES:GENERAL NOTES: CO 01 CHANGES 01/13/2025 9/30/2026 SP1 - TYPICAL CONDUIT REQUIREMENTS FOR SINGLE DOOR W/ ELECTRIFIED MORTISE LOCK, READER, DPS, AND REX 1 GENERAL NOTES: SP2 - TYPICAL CONDUIT REQUIREMENTS FOR SINGLE DOOR W/EXISTING TO REMAIN ELECTRIFIED STRIKE, NEW READER AND REX, DPS 3 GENERAL NOTES: SP3 - TYPICAL CONDUIT REQUIREMENTS FOR DOUBLE DOOR W/ ELECTRIFED MORTISE LOCK, READER, DPS, AND REX 4 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 DOOR DETAILS - 1 EY501 SP4 - TYPICAL CONDUIT REQUIREMENTS FOR DOUBLE STOREFRONT DOOR W/ ELECTRIFIED PANIC HARDWARE W/INTEGRAL RX, READER, AND DPS 2 GENERAL NOTES: GENERAL NOTES: 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 9/30/2026 SP6 - INSTALLATION REQUIREMENTS FOR SINGLE DOOR W/ INTEGRATED ELECTRIFIED PANIC HARDWARE W/INTEGRAL REX, READER, AND DPS 2 GENERAL NOTES: KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 DOOR DETAILS - 2 EY502 GENERAL NOTES: SP5 - TYPICAL CONDUIT REQUIREMENTS FOR SINGLE PEDESTRIAN GATE W/ELECTRIFIED PANIC HARDWARE W/RIM DEVICE AND INTEGRATED REX, READER AND DPS 1 95% CD SUBMITTAL 10/02/2023 GENERAL NOTES:GENERAL NOTES: SP8 - TYPICAL CONDUIT REQUREMENTS FOR ROLL-UP DOOR WITH DPS 4 SP7 - INSTALLATION REQUIREMENTS FOR STORE FRONT DOUBLE DOOR W/ INTEGRATED ELECTRIFIED PANIC HARDWARE W/INTEGRAL REX, READER, AND DPS 3 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 9/30/2026 J4 J3 + RE S E T 3V BR/CR2330 2 3 4 1 S1 VBAT J5 GN D FLT GND TMP GND VIN TB1 RXD CTS GND RTS TXD TB2 TB 3 TR+ GND TR- IN1 IN2 IN3 IN4 IN5 IN6 IN7 IN8 TB4 TB5TB6 TB7 - C4, C4P Power Control Module Fle x I O Fault 1A 1B 1C1D 1E1F 2A 2B 3A 3B 4A 4B 2C2D2E2F 3C3D3E3F 4C4D4E4F F1 F2 F3 F4 B1 B1 B2 B2 BR BR RED = FAIBLU = INPUT INVERT WHT = OUTPUT INVERTBLK = NO/NC OUTPUT YEL = BUSS SELECT C4 3 AMP ATM FUSEC4P 2.5 AMP Cl 2, PWR LTD Zone 1 Zone 2 Zone 3 Zone 4 INPUT OUTPUT +-+-+-+-+-+-+-+- IN 1 IN 2 IN 3 IN 4 OUT 1 OUT 2 OUT 3 OUT 4 12V 24V AC INPUTAC O N FA I GN D F L T AC F L T SY S F L T RE V B A T DC2 DC 1 DC1 BAT BA T DE T EA R T H G N D DE T 120/230AVC BAT + BA T - DC 1 BRDC 2 Fle x I O Da t a L i n k DC 2 N O DC 1 N C + DC2 -+ DC1 - FPO25, 75 Power Supply Style 2 NEGH L L V - I - I + V + NC N C NO N O C C SY S F L T A C F L T F A I I N P U T KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DAL DAS --- 190204 AS NOTED MISCELLANEOUS DETAILS - 1 EY520SLIDE/CANTILEVER GATE WIRING DIAGRAM 1 J4 J3 + RESET 3V B R / C R 2 3 3 0 234 1 S1 VB A T J5 GNDFL T GN D TM P GN D VI N TB 1 RX D CT S GN D RT S TX D TB 2 TB3 TR + GN D TR - IN 1 IN 2 IN 3 IN 4 IN 5 IN 6 IN 7 IN 8 TB 4 TB 5 TB 6 TB 7 - TYPICAL COMMUNICATIONS EQUIPMENT CABINET (CEC) ELEVATION 2 REFERENCE NOTES: TYPICAL COMMUNICATIONS EQUIPMENT CABINET MOUNTING ELEVATION 3 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 9/30/2026 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DAL DAS --- 190204 AS NOTED MISCELLANEOUS DETAILS - 2 EY521CITY OF ROHNERT PARK, STANDARD TRENCHING DETAIL 1 NOT USED 2NOT USED 4 95% CD SUBMITTAL 10/02/2023 NOT USED 3 GENERAL NOTES: 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 9/30/2026 Power Control - +- + NO C NC FACP INTERFACE + INP - T + RET - TR G TR I G G E R IN P U T IN G N D I N G N D I N G N D I N G N D 1 2 3 4 CO N T R O L L E R Ro H S LE D 1 LE D 2 L E D 3 LE D 4 SW 1 SW 2 S W 3 SW 4 MA I N Power Control - +- + NO C NC FACP INTERFACE + INP - T + RET - TR G TR I G G E R IN P U T IN G N D I N G N D I N G N D I N G N D 1 2 3 4 CO N T R O L L E R Ro H S LE D 1 LE D 2 L E D 3 LE D 4 SW 1 SW 2 S W 3 SW 4 MA I N KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 DOOR WIRING DETAILS EY530 9/30/2026 SW 1 P9 P2P3P4 W1 P1 1 2 3 NO NC C 1 2 3 NO NC C 1 2 3 NO NC C 1 2 3 NO NC C 3 2 1 3 2 1 R1R2R3R4 R5 R6 R7 R8 P8 3 2 1P7 3 2 1P6 3 2 1P5 3 2 1 P1 0 TY C O / F I R E & S E C U R I T Y SO F T W A R E H O U S E R8 B O A R D AS 0 0 7 4 - 0 0 0 PC A 0 3 1 1 - 0 1 6 5 - 0 1 R E V ( c ) C O P Y R I G H T 2 0 0 5 DS 2 DS 1 DS 3 DS 4 DS 5 DS 9 DS 8 DS 7 DS 6 Ta m p e r RM R d r B u s s W2 +12 VDC +TXD/RXD -TXD/RXD GND SW 1 P9 P2P3P4 W1 P1 1 2 3 NO NC C 1 2 3 NO NC C 1 2 3 NO NC C 1 2 3 NO NC C 3 2 1 3 2 1 R1R2R3R4 R5 R6 R7 R8 P8 3 2 1P7 3 2 1P6 3 2 1P5 3 2 1 P1 0 TY C O / F I R E & S E C U R I T Y SO F T W A R E H O U S E R8 B O A R D AS 0 0 7 4 - 0 0 0 PC A 0 3 1 1 - 0 1 6 5 - 0 1 R E V ( c ) C O P Y R I G H T 2 0 0 5 DS 2 DS 1 DS 3 DS 4 DS 5 DS 9 DS 8 DS 7 DS 6 Ta m p e r RM R d r B u s s W2 +12 VDC +TXD/RXD -TXD/RXD GND NOT USED 2 STC-1.0 PARTIAL ELEVATION WITH ELEVATOR WIRING REFER TO EY540 FOR COMPLETE STC-1.0 ELEVATION WITH BOARD LAYOUT 1 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 ELEVATOR WIRING DIAGRAM EY532 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 9/30/2026 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 STC ELEVATIONS EY540 9/30/2026 CITY CENTER, PUBLIC SAFTEY BUILDING SINGLE LINE DIAGRAM 1 STC-1.1 COAX CABLE CAT6E NETWORK CABLE LOW VOLTAGE CABLE LEGEND: KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 SINGLE LINE DIAGRAMS EY600 CEC-1.0 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 NOT USED 2 NOT USED 3 100% CD RESUBMITTAL 05/13/2024 STC-1.2 CO 01 CHANGES 01/13/2025 9/30/2026 ABBREVIATION DRAWING LIST ELECTRICAL NOTES PORTAL SYMBOL KEY GENERAL NOTES KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 COVER SHEET, NOTES SYMBOLS AND ABBREVIATIONS EY001 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 11/19/2024 BUILDING APPROVED REVIEWED FOR CODE COMPLIANCE Please ensure that existing key fobs will not be affected by this installation. If new key fobs are required, please issue them to public safety personnel prior to installation. KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY HALL FIRST FLOOR PLAN DEVICE LAYOUT EY101 N GENERAL NOTES: 100% CD SUBMITTAL 12/11/2023 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY HALL SECOND FLOOR PLAN DEVICE LAYOUT EY102 N GENERAL NOTES: 100% CD SUBMITTAL 12/11/2023 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY CORPORATION YARD SITE PLAN DEVICE LAYOUT EY120 N GENERAL NOTES: 100% CD SUBMITTAL 12/11/2023 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY CORPORATION YARD OFFICE FLOOR PLANS DEVICE LAYOUT EY121 N GENERAL NOTES: 100% CD SUBMITTAL 12/11/2023 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY CORPORATION YARD WAREHOUSE FLOOR PLANS DEVICE LAYOUT EY122 N 100% CD SUBMITTAL 12/11/2023 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 SENIOR CENTER FLOOR PLAN DEVICE LAYOUT EY131 N GENERAL NOTES: 100% CD SUBMITTAL 12/11/2023 OFFICE CORRIDOR COM KITCHEN LAUNDRY SERVER DAY ROOM / DINING PATIO DORM 3 DORM 2 DORM 1 EQUIPMENT ROOM RESTROOM 2 RESTROOM 1 APPARATUS BAY SWITCHGEAR INTERIOR DECON KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 FIRE STATION FLOOR PLAN DEVICE LAYOUT PHASE 2 EY141 N GENERAL NOTES: 100% CD SUBMITTAL 12/11/2023 SP1 - TYPICAL CONDUIT REQUIREMENTS FOR SINGLE DOOR W/ ELECTRIFIED MORTISE LOCK, READER, DPS, AND REX 1 GENERAL NOTES: SP2 - TYPICAL CONDUIT REQUIREMENTS FOR SINGLE DOOR W/EXISTING TO REMAIN ELECTRIFIED STRIKE, NEW READER AND REX, DPS 3 GENERAL NOTES: SP3 - TYPICAL CONDUIT REQUIREMENTS FOR DOUBLE DOOR W/ ELECTRIFED MORTISE LOCK, READER, DPS, AND REX 4 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 DOOR DETAILS - 1 EY501 SP4 - TYPICAL CONDUIT REQUIREMENTS FOR DOUBLE STOREFRONT DOOR W/ ELECTRIFIED PANIC HARDWARE W/INTEGRAL RX, READER, AND DPS 2 GENERAL NOTES: GENERAL NOTES: 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 SP6 - INSTALLATION REQUIREMENTS FOR SINGLE DOOR W/ INTEGRATED ELECTRIFIED PANIC HARDWARE W/INTEGRAL REX, READER, AND DPS 2 GENERAL NOTES: KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 DOOR DETAILS - 2 EY502 GENERAL NOTES: SP5 - TYPICAL CONDUIT REQUIREMENTS FOR SINGLE PEDESTRIAN GATE W/ELECTRIFIED PANIC HARDWARE W/RIM DEVICE AND INTEGRATED REX, READER AND DPS 1 95% CD SUBMITTAL 10/02/2023 GENERAL NOTES:GENERAL NOTES: SP8 - TYPICAL CONDUIT REQUREMENTS FOR ROLL-UP DOOR WITH DPS 4 SP7 - INSTALLATION REQUIREMENTS FOR STORE FRONT DOUBLE DOOR W/ INTEGRATED ELECTRIFIED PANIC HARDWARE W/INTEGRAL REX, READER, AND DPS 3 100% CD SUBMITTAL 12/11/2023 J4 J3 + RE S E T 3V BR/CR2330 2 3 4 1 S1 VBAT J5 GN D FLT GND TMP GND VIN TB1 RXD CTS GND RTS TXD TB2 TB 3 TR+ GND TR- IN1 IN2 IN3 IN4 IN5 IN6 IN7 IN8 TB4 TB5TB6 TB7 - C4, C4P Power Control Module Fle x I O Fault 1A 1B 1C1D 1E1F 2A 2B 3A 3B 4A 4B 2C2D2E2F 3C3D3E3F 4C4D4E4F F1 F2 F3 F4 B1 B1 B2 B2 BR BR RED = FAIBLU = INPUT INVERT WHT = OUTPUT INVERTBLK = NO/NC OUTPUT YEL = BUSS SELECT C4 3 AMP ATM FUSEC4P 2.5 AMP Cl 2, PWR LTD Zone 1 Zone 2 Zone 3 Zone 4 INPUT OUTPUT +-+-+-+-+-+-+-+- IN 1 IN 2 IN 3 IN 4 OUT 1 OUT 2 OUT 3 OUT 4 12V 24V AC INPUTAC O N FA I GN D F L T AC F L T SY S F L T RE V B A T DC2 DC 1 DC1 BAT BA T DE T EA R T H G N D DE T 120/230AVC BAT + BA T - DC 1 BRDC 2 Fle x I O Da t a L i n k DC 2 N O DC 1 N C + DC2 -+ DC1 - FPO25, 75 Power Supply Style 2 NEGH L L V - I - I + V + NC N C NO N O C C SY S F L T A C F L T F A I I N P U T KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DAL DAS --- 190204 AS NOTED MISCELLANEOUS DETAILS - 1 EY520SLIDE/CANTILEVER GATE WIRING DIAGRAM 1 J4 J3 + RESET 3V B R / C R 2 3 3 0 234 1 S1 VB A T J5 GNDFL T GN D TM P GN D VI N TB 1 RX D CT S GN D RT S TX D TB 2 TB3 TR + GN D TR - IN 1 IN 2 IN 3 IN 4 IN 5 IN 6 IN 7 IN 8 TB 4 TB 5 TB 6 TB 7 - TYPICAL COMMUNICATIONS EQUIPMENT CABINET (CEC) ELEVATION 2 REFERENCE NOTES: TYPICAL COMMUNICATIONS EQUIPMENT CABINET MOUNTING ELEVATION 3 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DAL DAS --- 190204 AS NOTED MISCELLANEOUS DETAILS - 2 EY521CITY OF ROHNERT PARK, STANDARD TRENCHING DETAIL 1 NOT USED 2NOT USED 4 95% CD SUBMITTAL 10/02/2023 NOT USED 3 GENERAL NOTES: 100% CD SUBMITTAL 12/11/2023 Power Control - +- + NO C NC FACP INTERFACE + INP - T + RET - TR G TR I G G E R IN P U T IN G N D I N G N D I N G N D I N G N D 1 2 3 4 CO N T R O L L E R Ro H S LE D 1 LE D 2 L E D 3 LE D 4 SW 1 SW 2 S W 3 SW 4 MA I N Power Control - +- + NO C NC FACP INTERFACE + INP - T + RET - TR G TR I G G E R IN P U T IN G N D I N G N D I N G N D I N G N D 1 2 3 4 CO N T R O L L E R Ro H S LE D 1 LE D 2 L E D 3 LE D 4 SW 1 SW 2 S W 3 SW 4 MA I N KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 DOOR WIRING DETAILS EY530 SW 1 P9 P2P3P4 W1 P1 1 2 3 NO NC C 1 2 3 NO NC C 1 2 3 NO NC C 1 2 3 NO NC C 3 2 1 3 2 1 R1R2R3R4 R5 R6 R7 R8 P8 3 2 1P7 3 2 1P6 3 2 1P5 3 2 1 P1 0 TY C O / F I R E & S E C U R I T Y SO F T W A R E H O U S E R8 B O A R D AS 0 0 7 4 - 0 0 0 PC A 0 3 1 1 - 0 1 6 5 - 0 1 R E V ( c ) C O P Y R I G H T 2 0 0 5 DS 2 DS 1 DS 3 DS 4 DS 5 DS 9 DS 8 DS 7 DS 6 Ta m p e r RM R d r B u s s W2 +12 VDC +TXD/RXD -TXD/RXD GND SW 1 P9 P2P3P4 W1 P1 1 2 3 NO NC C 1 2 3 NO NC C 1 2 3 NO NC C 1 2 3 NO NC C 3 2 1 3 2 1 R1R2R3R4 R5 R6 R7 R8 P8 3 2 1P7 3 2 1P6 3 2 1P5 3 2 1 P1 0 TY C O / F I R E & S E C U R I T Y SO F T W A R E H O U S E R8 B O A R D AS 0 0 7 4 - 0 0 0 PC A 0 3 1 1 - 0 1 6 5 - 0 1 R E V ( c ) C O P Y R I G H T 2 0 0 5 DS 2 DS 1 DS 3 DS 4 DS 5 DS 9 DS 8 DS 7 DS 6 Ta m p e r RM R d r B u s s W2 +12 VDC +TXD/RXD -TXD/RXD GND NOT USED 2 STC-1.0 PARTIAL ELEVATION WITH ELEVATOR WIRING REFER TO EY540 FOR COMPLETE STC-1.0 ELEVATION WITH BOARD LAYOUT 1 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 ELEVATOR WIRING DIAGRAM EY532 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 STC ELEVATIONS EY540 CITY CENTER, PUBLIC SAFTEY BUILDING SINGLE LINE DIAGRAM 1 STC-1.0 COAX CABLE CAT6E NETWORK CABLE LOW VOLTAGE CABLE LEGEND: KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 SINGLE LINE DIAGRAMS EY600 CEC-1.0 95% CD SUBMITTAL 10/02/2023 (R)STC-CH.1 COAX CABLE CAT6E NETWORK CABLE LOW VOLTAGE CABLE LEGEND: CITY HALL BUILDING SINGLE LINE DIAGRAM 2 (R)STC-CY.1 COAX CABLE CAT6E NETWORK CABLE LOW VOLTAGE CABLE LEGEND: CITY CORPORATE YARD BUILDING SINGLE LINE DIAGRAM 2 (N)STC-CY.2 (R)STC-SC.1 COAX CABLE CAT6E NETWORK CABLE LOW VOLTAGE CABLE LEGEND: SENIOR CENTER SINGLE LINE DIAGRAM 4 (R)STC-CH.1 COAX CABLE CAT6E NETWORK CABLE LOW VOLTAGE CABLE LEGEND: FIRE STATION SINGLE LINE DIAGRAM 5 100% CD SUBMITTAL 12/11/2023 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 CITY OF ROHNERT PARK CONTRACT DOCUMENTS, SPECIAL PROVISIONS AND STANDARD SPECIFICATIONS FOR BUILDING ACCESS CONTROL SYSTEM REPLACEMENT PROJECT NO. 2021-03 BID DUE DATE: TUESDAY, SEPTEMBER, 9, 2025 AT 2:00PM MANDATORY PRE-BID MEETING DATE: THURSDAY, AUGUST 28, 2025 AT 10:00AM REQUEST FOR INFORMATION DUE: TUESDAY, SEPTEMBER 2, 2025 BY 4:00PM 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 – Emily Sanborn Council Member – Susan Hollingsworth Adams Council Member – Jackie Elward Council Member – Samantha Rodriguez City Manager – Marcela Piedra Acting City Engineer – Julian De Anda Approved: ____________________________________ Julian De Anda Date Acting City Engineer 4883-4068-7264 v2 TOC-i OAK #4883-4068-7264 v1 (Rev. 1-24) 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 In-Use Off-Road Diesel-Fueled Fleets Certification 1-16 Required Specification Certifications 1-17 Sample Contract 1-18 Insurance 1-25 Sample Certificate of Insurance and Endorsements 1-26 PART 2 - SPECIAL PROVISIONS Paragraph Page Project Owner 2.01 2-1 Location and Description of Work 2.02 2-1 Insurance Requirements for Contractors 2.03 2-1 Bonds 2.04 2-5 Liquidated Damages 2.05 2-5 Withdrawals of Proposals 2.06 2-5 Drawings and Specifications 2.07 2-5 Cooperation and Collateral Works 2.08 2-6 Protection and Restoration of Existing Improvements 2.09 2-6 Permits and Licenses 2.10 2-6 Approved Debris Haulers 2.11 2-6 Field Review Prior to Bidding 2.12 2-7 Testing 2.13 2-7 Working Hours and Record Drawings 2.14 2-7 Project Notification and Identification Sign 2.15 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 4883-4068-7264 v2 TOC-ii OAK #4883-4068-7264 v1 (Rev. 1-24) 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 3-7 SECTION 4 - SCOPE OF WORK Work to be Done by Contractor .................................................................. .......... 4.1 3-8 Final Cleanup ............................................................................................ ............. 4.2 3-8 Changes in the Contract - Effect Between Parties ...................................... .......... 4.3 3-8 Maintenance of Detours .............................................................................. .......... 4.4 3-11 Use of Materials Found on the Work .......................................................... .......... 4.5 3-12 SECTION 5 - CONTROL OF THE WORK Authority of City Engineer ....................................................................... ............. 5.1 3-13 Plans..................................................................................................... ................... 5.2 3-13 Conformity with Plans ................................................................................ .......... 5.3 3-13 Working Drawings ...................................................................................... .......... 5.4 3-13 Coordination of Plans, Specifications, and Special Provisions .................. .......... 5.5 3-13 Interpretation of Plans and Specifications .................................................. .......... 5.6 3-14 Superintendence .......................................................................................... .......... 5.7 3-14 Lines, Grades and Measurements ............................................................... .......... 5.8 3-14 Inspection .................................................................................................... ........... 5.9 3-15 Unauthorized Work and Defective Work or Materials ............................... ......... 5.10 3-16 Methods and Equipment ............................................................................. .......... 5.11 3-16 Final Inspection and Acceptance ................................................................ .......... 5.12 3-17 Cleanup Work ........................................................................................... ............. 5.13 3-17 SECTION 6 - CONTROL OF MATERIALS City-Furnished Materials ....................................................................................... 6.1 3-18 Materials to be Furnished by the Contractor ............................................... ......... 6.2 3-18 Source of Supply and Quality of Materials ................................................. ......... 6.3 3-18 Water and Electric Power ........................................................................... ........... 6.4 3-19 Materials and Workmanship; Warranty................................................................. 6.5 3-19 Storage of Materials .................................................................................... .......... 6.6 3-19 Samples and Specimens .............................................................................. .......... 6.7 3-20 Trade Names and Alternatives .................................................................... .......... 6.8 3-20 Removal of Equipment or Materials ........................................................... .......... 6.9 3-20 Testing of Materials .................................................................................... ........... 6.10 3-20 SECTION 7 - LEGAL RELATIONS AND RESPONSIBILITY Laws to be Observed ................................................................................... .......... 7.1 3-21 Permits ........................................................................................................ ........... 7.2 3-21 Patent Claims .............................................................................................. ........... 7.3 3-21 Sanitary Provisions ..................................................................................... ........... 7.4 3-21 Right of Way and Right of Access .............................................................. ......... 7.5 3-22 4883-4068-7264 v2 TOC-iii OAK #4883-4068-7264 v1 (Rev. 1-24) Public Convenience and Access ................................................................. .......... 7.6 3-22 Storage of Materials in Public Streets, Roads or Highways ....................... ......... 7.7 3-22 Public Safety ............................................................................................... ........... 7.8 3-22 Street Closures, Detours, Barricades .......................................................... .......... 7.9 3-23 Use of Explosives ....................................................................................... ........... 7.10 3-23 Preservation of Property ............................................................................. ........... 7.11 3-24 Preservation of Monuments ........................................................................ .......... 7.12 3-24 Safeguarding Excavations and Structures ................................................... ......... 7.13 3-24 Emergencies and Responsibility for Damage ............................................. .......... 7.14 3-24 Disposal of Material Outside of City's Right of Way ............................. ............. 7.15 3-25 Contractor's Responsibility for Work ......................................................... .......... 7.16 3-25 City Engineer Cannot Waive Obligations ................................................. ........... 7.17 3-26 Rights in Land Improvements ..................................................................... .......... 7.18 3-26 Personal Liability ........................................................................................ ........... 7.19 3-26 Repair of Equipment ................................................................................... .......... 7.20 3-27 Contractor's Legal Address ......................................................................... .......... 7.21 3-27 Cooperation and Collateral Works .............................................................. .......... 7.22 3-27 Utilities ........................................................................................................ ........... 7.23 3-27 In-Use Off-Road Diesel-Fueled Fleets Regulation. .............................................. 7.24 3-30 SECTION 8 - PROSECUTIONS AND PROGRESS Subcontracts ................................................................................................ ........... 8.1 3-32 Assignment .................................................................................................. .......... 8.2 3-32 Progress of the Work .................................................................................. ........... 8.3 3-32 Character of Workers ................................................................................ ............ 8.4 3-32 Temporary Suspension of Work ................................................................. .......... 8.5 3-32 Time of Essence, Liquidated Damages, Extension of Time by City ...... ............. 8.6 3-33 Default By Contractor…………………………………………………….. ....... 8.7 3-34 Work at Night ........................................................................................................ 8.8 3-34 Maximum Length of Open Trench ............................................................. .......... 8.9 3-34 Limited Acceptance of Work ...................................................................... .......... 8.10 3-35 SECTION 9 - MEASUREMENT AND PAYMENT Measurement for Payment .......................................................................... .......... 9.1 3-36 Scope of Payment ....................................................................................... ........... 9.2 3-36 Deductions from Payments ......................................................................... .......... 9.3 3-36 Schedule of Values...................................................................................... ........... 9.4 3-36 Payments and Monthly Estimates ............................................................... .......... 9.5 3-37 Payment for Stored Materials Off Site .................................................................. 9.6 3.38 Payment for Extra Work ........................................................................................ 9.7 3-38 Final Payment ............................................................................. ........................... 9.8 3-39 Bid Item Schedule Measurement and Payment ................................................... 9.9 3-39 SECTION 10 - CLAIMS BY CONTRACTOR Obligation to File Claims for Disputed Work....................................................... 10.1 3-41 Form and Contents of Claim................................................................................. . 10.2 3-41 Informal Conference after Claim Submission....................................................... 10.3 3-42 Mediation ............................................................................................................... 10.4 3-42 Other Matters ......................................................................................................... 10.5 3-43 4883-4068-7264 v2 TOC-iv OAK #4883-4068-7264 v1 (Rev. 1-24) Compliance with Statutory Procedures ................................................................. 10.6 3-44 PART 4 – TECHNICAL SPECIFICATIONS 01 11 00 Work Summary 01 31 13 Coordination 01 31 21 Project Meetings 01 32 16 Project Schedule 01 32 33 Applicable Standards 01 33 24 Submittals and Substitutions 01 60 00 Product Requirements 01 71 13 Mobilization and Demobilization 01 74 13 Cleaning 01 77 00 Project Closeout 07 84 00 Firestopping 26 00 00 Electrical General Requirements 26 05 00 Electrical Basic Materials and Methods 26 05 26 Grounding and Bonding 28 00 00 Security General Requirements 28 05 13 Security Conductors and Cables 28 10 00 Electronic Access Control System (EACS) PART 5 – DRAWINGS (UNDER SEPARATE COVER) OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 PART 1 - BID DOCUMENTS Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-1 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 INVITATION FOR SEALED BIDS BUILDING ACCESS CONTROL SYSTEM REPLACEMENT PROJECT NO. 2021-03 Notice is hereby given that on TUESDAY, SEPTEMBER 9, 2025, at 2:00:00 PM at 130 Avram Avenue, Rohnert Park, California, the City of Rohnert Park will receive and open sealed bids for the Building Access Control System Replacement Project No. 2021-03 (“Project”). Sealed bids shall be dropped off in the secured box to the right of the main doors in front of City Hall before 2:00:00 PM on Tuesday, September 9, 2025. The work is described generally as replacing the existing electronic access control system (EACS) and furnishing and installing a new EACS at the following City of Rohnert Park Facilities; City Hall located at 130 Avram Avenue; Public Works Corporation Yard located at 600 Enterprise Drive; West Side Fire Station No. 3 located at 6020 Labath Avenue; Public Safety Main Building located at 500 City Center Drive; Senior Center located at 6800 Hunter Drive The Contractor must have a valid California contractor’s license, a Class C-10 license. The Engineer’s estimate for this Project is $200,000. 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 (100) working days of that Notice. Due to the project being located at a secure facility, the awarded contractor and its subcontractors must all have a live scan background check completed and approved prior to beginning construction. Upon award, the City will provide the contractor instructions on how to complete the live scan background check. Access to the secured sites is required at all times and the site will need to be left secured if left unattended and at the end of each work day. Traffic rated trench plates will be required for secured site access while trench work is completed at the parking lots. 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 Sec. 1773.2.) Prevailing wage determinations must also be posted at each job site. Labor Code Section 1725.5 provides that no contractor or subcontractor may be listed on a bid proposal for a public works project nor awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 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 jobsite notices prescribed by regulation. Per California Civil Code Section 9550, a payment bond in the amount of one hundred percent (100%) of the bid total will be required from the successful bidder for bids exceeding twenty-five thousand dollars ($25,000). A performance bond will also be required for bids exceeding twenty-five thousand dollars Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-2 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 ($25,000). The bond(s) must be provided within ten (10) calendar days from notice of award and prior to the performance of any work. For any moneys earned by the Contractor and withheld by the City of Rohnert Park to ensure the performance of the contract, the Contractor may, at 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. 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 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. Except as otherwise indicated in the Instructions to Bidders, 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, August 28, 2025 starting at the Public Safety Main Building located at 500 City Center Drive. After visiting Public Safety Main (Police and Fire Department Headquarters), we will then meet at Public Works Corporation Yard located at 600 Enterprise Drive. After visiting Public Works Corporation Yard, we will then meet at the Senior Center Annex Room located at 6800 Hunter Drive. After visiting the Senior Center Annex Room, we will then meet at City Hall located at 130 Avram Avenue. After visiting City Hall, we will then meet at West Side Fire Station No. 3 located at 6020 Labath Avenue. Attendance at the prebid conference is mandatory for all prime contractors submitting a bid. For those who have attended the prebid conference, additional site visits can be scheduled if the City is notified twenty-four (24) hours in advance. The City reserves the right, in its sole discretion, to reject any or all bids, to re-bid, or to waive inconsequential defects in bidding not involving time, price or quality of the work. The City may reject any and all bids and waive any minor irregularity in the bids. A digital copy of the drawings and specifications can be obtained on the Bids page of the City of Rohnert Park website (www.rpcity.org/Bids). A hard 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. To ensure receipts of addendums, any party interested in the Project shall place their information with the Department of Public Works at 707-588-3300 or PWProjects@rpcity.org. Submit requests for information (RFIs) by Tuesday, September 2, 2025 at 4:00 PM, to the Department of Public Works at PWProjects@rpcity.org and/or LLuchini@rpcity.org. Posted Date: August 13, 2025 /s/ SYLVIA LOPEZ CUEVAS Published Date: August 15, 2025 and August 22, 2025 City Clerk of the City of Rohnert Park Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-3 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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: BUILDING ACCESS CONTROL SYSTEM REPLACEMENT PROJECT NO. 2021-03 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 AM on Tuesday, September 9, 2025. The bidder must not file the book of Special Provisions or the Contract Drawings with their bid. The bidders’ attention is directed to the schedule of bid prices that requires this Project be bid as a lump sum contract. Facility Security Requirements. Due to the project being located at a secure facility, the awarded contractor and its subcontractors must all have a live scan background check completed and approved prior to beginning construction. Upon award, the City will provide the contractor instructions on how to complete the live scan background check. Bid Forms. Each proposal and all bid submittals must conform and be responsive to the Invitation and the Plans, Specifications and Contract documents. The wording of the proposal and bid submittals 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 or other submittals 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 as provided under “Bid Forms” above. 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 in the form provided herein, executed by an admitted surety insurer authorized to transact business in this State, made payable to the City. The submitted bidder’s bond must be the City’s bid bond. The security must be in an amount equal to at least ten percent (10%) of the proposal amount. A proposal will 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 Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-4 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 out and executed by both the surety and 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 a written request for withdrawal of the bid filed with the City Engineer. The request must be executed by the bidder or its duly authorized representative. The withdrawal of a bid does not prejudice the right of the bidder to file a new bid. No bid may be withdrawn 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, partnership, 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 this or 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 the 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 (0.5%), or in the case of bids for the construction of streets or highways, including bridges, in excess of one-half of one percent (0.5%) of the total bid or ten thousand dollars ($10,000). 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 to do so, 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 (0.5%) 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 (0.5%) 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 the City. Under such circumstances, the City is required to establish the facts constituting the emergency or necessity and to reduce its findings to a written public record. Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-5 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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, may cancel the Contract. The Contractor, after any such violations, will be penalized up to twenty percent (20%) of the amount of the Subcontract involved. Material. The bidder may be required to furnish, as part of the submittal process, a complete statement of the origin, composition, and manufacture of any or all materials to be used in the construction of the work, together with samples. Such samples may be subjected to the tests provided for in these specifications or in the Special Provisions to determine their quality and fitness for the work. Additional Requirements. The bidder’s attention is directed to Section 3 of the General Provisions for additional proposal requirements and conditions, and information regarding award and execution of the 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. Required Specification Certifications. Prime Contractor or assigned subcontractor must be RS2 Certified. Refer to Technical Specification Section 28 0000: Security General Requirements, Sub-Section 1.08, Quality Assurance. Contractor to submit proof of RS2 Certification with bid. 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 seventy-two (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 seventy-two (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 seventy-two (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 Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-6 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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 bidders’ attention is drawn to Special Provisions − Location and Description of Work and Special Provisions − Minimum Limits of Insurance. Inspection of Site. The bidder must examine carefully the site of the work contemplated and the proposal, plans, specifications, and the Contract form therefor. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of these specifications, the Special Provisions, and the Contract. Where the City has investigated the subsurface conditions in respect to foundation or other design, bidders may inspect the City’s investigation records, including examination of samples, if available. When the Plans include a log of test borings showing a record of the data obtained in the City’s investigation of subsurface conditions, said log represents only the City’s opinion 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 whatsoever 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 uninvestigated 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 City investigations 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 City investigations may be inspected at the office of the Engineer. As-builts can be provided upon request. 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. Priority of Work. 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 100 working days of that Notice. Contractor shall complete all work at Public Safety Main (Police and Fire Department Headquarters) before the other locations, unless otherwise directed by 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 may require the Contractor to submit a revised progress schedule, providing for proper and timely completion of the work. The Contractor is not entitled to additional compensation on account of revisions required by the City. Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-7 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 BIDDER’S PROPOSAL BUIDLING ACCESS CONTROL SYSTEM REPLACEMENT PROJECT NO. 2021-03 TO BE EXECUTED BY ALL BIDDERS AND SUBMITTED WITH BID 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 ten (10) 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 Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-8 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 work, as more fully set forth in the Contract. All contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). (m) That in compliance with the Subletting and Subcontracting Fair Practices Act, California Public Contracts Code Section 4100, et seq., he/she has listed on the attached “List of Subcontractors” each subcontractor who will perform work or labor or render service to the bidder in or about the construction of the work or will specifically fabricate and install a portion of the work in an amount in excess of one half of one percent (0.5%) of the total bid sum or in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of one percent (0.5%) of the total bid or ten thousand dollars ($10,000), whichever is greater, and that no subcontractors may be used other than those specified without written approval of the City Engineer. Accompanying this proposal is a certified or cashier’s check, or bidder’s bond payable to the order of the City Clerk of the City of Rohnert Park, in the sum of _______________________ dollars ($_________________). Said bidder’s bond 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 ten (10) 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 will 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 will 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 Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-9 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 SCHEDULE OF BID PRICES BUILDING ACCESS CONTROL SYSTEM REPLACEMENT PROJECT NO. 2021-03 TO BE EXECUTED BY ALL BIDDERS AND SUBMITTED WITH BID In accordance with the plans and specifications approved by the City of Rohnert Park, the undersigned bidder is submitting the following bid prices for the performance of the entire proposed work as described in these specifications and attached drawings. The contract award will be based upon the Base Bid. ITEM NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL COST 1 EACS Replacement City Hall (130 Avram Avenue) 1 LS 2 EACS Replacement Public Works Corporation Yard (600 Enterprise Drive) 1 LS 3 EACS Replacement West Side Fire Station No. 3 (6020 Labath Avenue) 1 LS 4 EACS Replacement Public Safety Main Building (500 City Center Drive) 1 LS 5 EACS Replacement Senior Center (6800 Hunter Drive)_ 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 DIR Number DIR Expiration Date Contractor’s email address Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-10 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 ADDENDUM ACKNOWLEDGEMENT TO BE EXECUTED BY ALL BIDDERS AND SUBMITTED WITH BID IF ADDENDUM ISSUED ADDENDUM #1 Date Signature acknowledging receipt: ADDENDUM #2 Date Signature acknowledging receipt: ADDENDUM #3 Date Signature acknowledging receipt: Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-11 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 CONTRACTOR’S LICENSE DECLARATION (Business and Professions Code Section 7028.15) TO BE EXECUTED BY ALL BIDDERS AND SUBMITTED WITH BID 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 Business and Professions Code Section 7028(a), 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 Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-12 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 LIST OF SUBCONTRACTORS TO BE EXECUTED BY ALL BIDDERS AND SUBMITTED WITH BID In accordance with the provisions of Public Contact Code Sections 4103 to 4108, inclusive, each bidder must list below 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 (0.5%) of the total contract price. In each such instance, the nature and extent of the work to be sublet must be described. Subcontractor name, California Contractor’s License Number and DIR Registration Number Location of Place of Business Description of Work to be Performed (also show bid Schedule Item No.) Percentage of total contract work to be performed Name: CLN: DIR: Name: CLN: DIR: Name: CLN: DIR: Name: CLN: DIR: Name: CLN: DIR: Name: CLN: DIR: Name: CLN: DIR: Name: CLN: DIR: [Add additional sheets if necessary] **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. Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-13 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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 will be null and void; otherwise it will 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 any 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. Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-14 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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 a 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 their 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, and that this declaration is executed on ___________________________[date], at _____________________ [city], ___________________ [state]. Firm (print or type) Signature Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-15 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 DECLARATION OF ELIGIBILITY TO CONTRACT TO BE EXECUTED BY ALL BIDDERS AND SUBMITTED WITH BID 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 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 has 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 Title of Authorized Official Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-16 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 IN-USE OFF-ROAD DIESEL-FUELED FLEETS CERTIFICATION TO BE EXECUTED BY ALL BIDDERS AND SUBMITTED WITH BID The undersigned Bidder certifies to Owner as set forth in sections 1 through 2, below. 1. Certification of Compliance. I hereby certify that I and all of my Subcontractors will conform to the California Air Resource Board (CARB) In-Use Off-Road Diesel-Fueled Fleets requirements for all work involving the use of vehicles subject to the regulations, including, without limitation, as applicable, the Contracting Requirements in Title 13 CCR section 2449, subdivision (i), subparts (1) – (4), and the Prime Contractor Requirements in Title 13 CCR section 2449, subdivision (j), subparts (1) – (5). 2. Instructions. Check one (1) box below. ☐ Bidder’s current CARB issued Certificate of Reported Compliance accompanies this Certification. (If this box is checked, the Certificate must be provided.) ☐ Bidder certifies that its work on the Project (including work of its Subcontractors) does not involve the use of vehicles subject to the CARB In-Use Off-Road Diesel-Fueled Fleets requirements. BIDDER: (Name of Bidder) Date: ___________________, 202__ By: (Signature) Name: (Print Name) Its: (Title) Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-17 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 REQUIRED CERTIFICATIONS TO BE EXECUTED BY ALL BIDDERS AND SUBMITTED WITH BID I, ________________________ (Name of Bidder) acknowledge that I have attached valid copies of the following certifications for myself and/or crew members(s) and/or listed subcontractors(s) as it applies and is required by these specifications. 1. Instructions. Check the box below that the following certificate has been provided and is attached to herein: ☐ RS2 Certification BIDDER: Date: ___________________, 202__ By: (Signature) Name: (Print Name) Its: (Title) Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-18 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 C O N T R A C T BUILDING ACCESS CONTROL SYSTEM REPLACEMENT PROJECT NO. 2021-03 THIS AGREEMENT is made and entered into this _____ day of______________, 20___, by and between _____________________, (“Contractor”) License No. ____________, DIR No. _______________, DIR Expiration Date ________________, and the City of Rohnert Park, (“City”) (“Agreement”). 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: 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 Contractor’s bid therefor on file in the office of the City Clerk, except work to be performed by subcontractors as set forth in Contractor’s bid and for which Contractor retains responsibility. 2. Time of Performance and Liquidated Damages: A. 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 (100) working days of that Notice. 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. B. In the event Contractor does not complete the work within the time limit so specified or within such further time as said City Council must have authorized, Contractor must pay to City liquidated damages in the amount of one thousand, one hundred fifty-six dollars and no cents ($1,156.00) per day for each and every day’s delay in finishing the work beyond the completion date so specified. Additional provisions with regard to said time of completion and liquidated damages are set forth in the specifications, which provisions are hereby referred to and incorporated herein by reference. 3. Payments: A. City will pay Contractor for said work performed at the times and in the manner provided in the specifications and at the unit prices stated in Contractor’s bid. B. The award of the contract is for a total amount not to exceed <<AMOUNT [words ($_____)]>>. 4. Component Parts and Interpretation: A. This contract consists 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 (“Contract Documents”): 1) This Agreement 2) Notice Inviting Sealed Proposals Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-19 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 3) Instruction and Information to Bidders 4) Accepted Proposal, with all attachments and certifications 5) Performance Bond 6) Payment Bond 7) Special Provisions 8) Standard Specifications 9) Technical specifications 10) Design Standards 11) Plans, Profiles and Detailed Drawings B. In the event of conflict between these documents, the following order of precedence will govern: this Agreement; change orders; supplemental agreements and approved revisions to plans and specifications; special conditions; standard specifications; detail plans; general plans; standard plans; and reference specifications. In the absence of a controlling or contrary provision in the foregoing, the Standard Specifications (2022 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: A. Copies of the determination of the Director of the Department of Industrial Relations of the prevailing rate of per diem wages for each craft, classification or type of worker needed to execute this Contract will be on file in, and available at, the office of the Director at 601 Carmen Drive, Camarillo, California 93010. B. 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 Sec. 1773.2.) C. Contractor, and any subcontractor Contractor may engage may pay not less than the specified prevailing rate of per diem wages to all workers employed in the execution of the Agreement. (Labor Code § 1774.) Contractor is responsible for compliance with Labor Code Section 1776 relative to the retention and inspection of payroll records. D. Contractor must comply with all provisions of Labor Code section 1775. Under Section 1775, Contractor may forfeit as a penalty to City up to two hundred dollars ($200) for each worker Contractor or any subcontractor employs in the execution of the Contract 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. Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-20 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 E. With each application for payment, Contractor shall also deliver certified payrolls to the City 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. F. 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 et. seq.). 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 twenty-five dollars ($25) 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 (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of the provisions of Labor Code Section 1810. 8. Apprentices: A. Contractor and any subcontractor under him must comply with the requirements of Labor Code Sections 1777.5 and 1777.6. Section 1777.5, as amended, requires Contractor or any 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: 1) When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of fifteen percent (15%) in the ninety (90) days prior to the request for certificate, or 2) When the number of apprentices in training in that area exceeds a ratio of one (1) to five (5), or 3) When the trade can show that it is replacing at least one-thirtieth (1/30) of its membership through apprenticeship training on an annual basis statewide or locally, or 4) 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 5) When Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one (1) apprentice to eight (8) journeymen. B. Contractor is required to make contributions to funds established for the administration of an 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. C. Contractor is responsible for making training fund contributions in the amount established in the prevailing wage rate – either to the applicable apprenticeship committee, or the California Apprenticeship Council (“CAC”). D. Contractor is required to submit contract award information for each craft required on Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-21 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 the Project using the appropriate form prepared by the Division of Apprenticeship Standards (“DAS”) within the California Department of Industrial Relations (“DIR")—currently the “DAS 140 form.” A copy of the current DAS 140 form is available at https://www.dir.ca.gov/DAS/DASForm140.pdf . If Contractor is approved to train apprentices, Contractor must send the required information to its apprenticeship committee. If Contractor is not approved to train apprentices, Contractor must send the information to all apprenticeship committees that can supply apprentices to the site of the public works project. E. Contractor is required to contact the applicable apprenticeship committee to request apprentices for each craft or trade on the Project using the appropriate form DIR, currently the DAS 142 form. A copy of the current DAS 142 form is available at https://www.dir.ca.gov/DAS/DASForm142.pdf . The form must be submitted at least three business days before apprentices are required. F. 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: Labor Code Section 1735 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. Workers’ Compensation Insurance: A. In accordance with the provisions of Labor Code Article 5, Chapter 1, Part 7, Division 2 (commencing with Section 1860) and Chapter 4, Part 1, Division 4 (commencing with Section 3700), Contractor is required to secure the payment of compensation to his employees and must for that purpose obtain and keep in effect adequate Worker’s Compensation Insurance. B. Contractor is aware of the provisions of Labor Code Section 3700 which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and will comply with such provisions before commencing the performance of the work of this Agreement. 11. Indemnity and Insurance: A. 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. B. 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 Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-22 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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. C. 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. A. 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: 1) 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. 2) Contractor fails to complete the Work on time. 3) 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. 4) Contractor fails to supply enough properly skilled workers or proper materials to complete the Work in the time specified. 5) Contractor fails to make prompt payment to any subcontractor or for material or labor. 6) Contractor fails to abide by any applicable laws, ordinances or instructions of City in performing the Work. 7) Contractor breaches or fails to perform any obligation or duty under the Contract. B. Upon the occurrence of a default by Contractor, City 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. C. In the 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 (5) days after service of the notice of termination or does not commence performance within ten (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. D. 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. Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-23 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 13. Substitution of Securities for Withheld Amounts: A. 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. B. Securities eligible for substitution under this section must include those listed in the Public Contracts Code Section 22300 or bank or savings and loan certificates of deposit. Contractor must be the beneficial owner of any securities substituted for moneys withheld and must receive any interest thereon. C. Alternatively, Contractor may request and the City shall make payment of retentions earned directly to the escrow agent at the expense of the Contractor. At Contractor’s expense, 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 Agreement, 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. D. Any escrow agreement entered into pursuant to this section must contain as a minimum the following provisions: 1) The amount of securities to be deposited; 2) The terms and conditions of conversion to cash in case of the default of the Contractor; and 3) 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 Agreement and to bind it to the performance of its obligations. B. Assignment. Contractor may not assign this Agreement 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 Agreement. C. Binding Effect. This Agreement is binding upon the heirs, executors, administrators, successors and permitted assigns of the parties. D. Integrated Contract. This Agreement, 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 Agreement and supersedes all other agreements or understandings, whether oral or written, between Contractor and City prior to the execution of this Agreement. E. Modification of Contract. No amendment to or modification of this Agreement will be valid unless made in writing and approved by Contractor and by the City Council, City Manager or Assistant City Manager, as applicable. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver will be void. Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-24 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 F. Counterparts, Facsimile or other Electronic Signatures. This Agreement 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 Agreement 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 Agreement will not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement will not constitute a waiver of any other provision, or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any Work performed by Contractor will not constitute a waiver of any of the provisions of this Agreement. H. Interpretation. This Agreement 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 Agreement 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 Agreement is declared or determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this Agreement will not be affected, and the Agreement 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 <<CONTRACTOR>> ____________________________________ Marcela Piedra, City Manager Date Name:_______________________ Date Per Resolution No. <<RESO #>>adopted by the Rohnert Park City Council at its meeting of <<Month>><<Day>>,<<Year>>. Title: ________________________ ATTEST: APPROVED AS TO FORM: ____________________________________ City Clerk City Attorney Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-25 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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. Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-26 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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. _________________________________________ Rev. 11/08 Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-27 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 INSURER ISO 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) Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-28 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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 in 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 Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-29 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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 #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 PART 2 – SPECIAL PROVISIONS Building Access Control System Replacement Part 2: Special Provisions Rohnert Park City Proj. No. 2021-03 Page 2-1 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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 means the City of Rohnert Park. 2.02 LOCATION AND DESCRIPTION OF WORK Location of work is within the City of Rohnert Park, at the following City Facilities; City Hall located at 130 Avram Avenue, Public Works Corporation Yard located at 600 Enterprise Drive, West Side Fire Station No. 3 located at 6020 Labath Avenue, Public Safety Main Building located at 500 City Center Drive, and Senior Center located at 6800 Hunter Drive. The work generally consists of, but not limited to, replacing the existing electronic access control system (EACS) and furnishing and installing a new EACS at all locations stated above, and appurtenances as shown on the plans and specified in these Special Provisions. 2.03 INSURANCE REQUIREMENTS FOR CONTRACTORS A. The following parties or entities must be listed as additional insured by endorsement: 1. The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers. B. 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. C. Contractor 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 Contractor, 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 Contractor’s bid. The Notice to Proceed with the Work will not be issued, and 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 is Contractor’s responsibility to ensure that proof of insurance is sent to the City during this time. The Notice to Proceed does not relieve Contractor of the duty to obtain such insurance as required herein. D. Minimum Scope of Insurance Coverage must be at least as broad as: Building Access Control System Replacement Part 2: Special Provisions Rohnert Park City Proj. No. 2021-03 Page 2-2 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 1. Insurance Services Office Commercial General Liability coverage (Occurrence Form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or the exact equivalent. If Contractor owns no vehicles, this requirement may be satisfied by a non-owned auto endorsement to the general liability policy described above. If Contractor or Contractor’s employee(s) will use personal autos in any way on this Project, Contractor must provide evidence of personal auto liability coverage for each such person. 3. Workers’ Compensation and Employers Liability: Workers' Compensation on a state-approved policy form providing statutory benefits as required by law with employer’s liability insurance, with minimum limits of One Million Dollars ($1,000,000) per occurrence. 4. Course of Construction insurance coverage must provide “all risk” coverage for the completed value of the Project. Policies must contain the following provisions: a. The City must be named as loss payee, and b. The insurer must waive all rights of subrogation against the City. 5. Pollution Exposure and/or Asbestos Pollution Liability Coverage must not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subsection (b) of Section 2782 of the Civil Code. D. 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 with employers’ liability insurance, with minimum limits of $1,000,000 per accident or disease. 4. Course of Construction insurance coverage must provide “all risk” coverage for the completed value of the Project. Policies must contain the following provisions: a. The City must be named as loss payee, and Building Access Control System Replacement Part 2: Special Provisions Rohnert Park City Proj. No. 2021-03 Page 2-3 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 b. The insurer must waive all rights of subrogation against the City. 5. Pollution and/or Asbestos Pollution Liability: $1,000,000 each occurrence/ $1,000,000 policy aggregate. If coverages are written on a Claims Made form: a. The “Retro Date” must be shown and must be before the date of the contract or the beginning of contract work. b. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of contract work. c. If coverage is canceled or non-renewed, and not replaced with another claims made policy form with a “Retro Date” prior to the contract effective date, Contractor must purchase “extended reporting” coverage for a minimum of five (5) years after completion of contract work. d. A copy of the claims reporting requirements must be submitted to the City for review. E. 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. F. 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. G. 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. Building Access Control System Replacement Part 2: Special Provisions Rohnert Park City Proj. No. 2021-03 Page 2-4 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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. 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 Civil Code Section 2782(b). 4. Course of Construction policies must contain the following provisions: a. The City must be named as loss payee. b. The insurer must waive all rights of subrogation against the City. 5. Pollution and/or Asbestos Pollution Liability: $1,000,000 each occurrence/ $1,000,000 policy aggregate. If coverages are written on a Claims Made form: a. The “Retro Date” must be shown and must be before the date of the contract or the beginning of contract work. b. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of contract work. c. If coverage is canceled or non-renewed, and not replaced with another claims made policy form with a “Retro Date” prior to the contract effective date, Contractor must purchase “extended reporting” coverage for a minimum of five (5) years after completion of contract work. d. A copy of the claims reporting requirements must be submitted to the City for review. H. 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. I. 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 Building Access Control System Replacement Part 2: Special Provisions Rohnert Park City Proj. No. 2021-03 Page 2-5 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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. J. 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 A. In accordance with Section 3.4 of the Standard Specifications, Contractor must provide the following bonds: Payment Bond equal to one hundred percent (100%) of the Contract Bid Price, and Performance Bond equal to one hundred percent (100%) of the Contract Bid Price on City’s forms. Both bonds must, by their terms, remain in full force and effect for a period of one (1) year after the completion and acceptance of said Work to guarantee the replacement or making acceptable of any defective materials or faulty workmanship. B. Contractor may elect to post a maintenance bond equal to one hundred percent (100%) of the Contract Bid Price, which will run for one (1) year after completion and acceptance of said Work to guarantee replacing or making acceptable any defective materials or faulty workmanship prior to the acceptance of said Work. 2.05 LIQUIDATED DAMAGES In accordance with Section 8.6 of the Standard specifications, liquidated damages shall be one thousand, one hundred fifty-six dollars and no cents ($1,156.00) per calendar day. 2.06 WITHDRAWALS OF PROPOSALS A. City reserves the right to reject any and all bids and to waive any informality or irregularity in the bids received. B. No bidder may withdraw his/her bid for a period of ninety (90) days from the opening thereof. 2.07 DRAWINGS AND SPECIFICATIONS A. The drawings showing location and character of work are entitled City Building Security Access Control Replacement Project, and are included as a part of these specifications. The City of Rohnert Park 2023 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. B. 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.” C. 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 Building Access Control System Replacement Part 2: Special Provisions Rohnert Park City Proj. No. 2021-03 Page 2-6 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 in the Special Provisions reference is made to “Caltrans Standard Specifications” or “Caltrans Standard Plans,” it refers to these specifications or plans. 2.08 COOPERATION AND COLLATERAL WORKS A. Contractor must conform to the provisions of Section 7.26, “Cooperation and Collateral Works,” of the Standard Specifications. B. Contractor must ascertain the nature and extent of any simultaneous collateral work and must coordinate their operations and cooperate to minimize interference. 2.09 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS A. Contractor must conform to the provisions of Section 7.15, “Preservation of Property,” of the Standard Specifications. B. Without additional compensation, 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. C. All costs to 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 A. Contractor must have a valid California contractor’s Class C-10 license. Contractor and all subcontractors will be required to obtain a City Business license. B. The City has already acquired the necessary Building Permits for this project as stated below. • City of Rohnert Park Building Permit #EL24-0807 (City Hall) • City of Rohnert Park Building Permit #EL24-0808 (Public Works Corporation Yard) • City of Rohnert Park Building Permit #EL24-0809 (West Side Fire Station No. 3) • City of Rohnert Park Building Permit #EL24-0098 (Public Safety Main Building) • City of Rohnert Park Building Permit #EL24-0810 (Senior Center) 2.11 APPROVED DEBRIS HAULERS A. There are three (3) approved debris haulers within the City and their contact information is listed below. Contractor shall contract with one of the three (3) 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 (3) 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/ B. When 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 Building Access Control System Replacement Part 2: Special Provisions Rohnert Park City Proj. No. 2021-03 Page 2-7 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 are removed, except for spot cleanup or trimming that may be required in areas directly under or adjacent to the fence and screen. C. Unless expressly waived by the City Engineer, when 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 therefore. 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 will only pay for passing compaction tests meeting the requirements of these specifications. All failing tests will be charged to 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 A. Contractor working hours shall be between 8:00 AM and 6:00 PM unless approved by the City Engineer at least seventy-two (72) hours in advance. Working days shall be Monday through Friday, excluding weekends and holidays. B. Contractor shall provide record drawings at the end of the Project, 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 PROJECT NOTIFICATION AND IDENTIFICATION SIGN A. Contractor shall post notification flyers at each residence or commercial establishment within the work limit two (2) weeks prior to commencement of work and three (3) days prior to commencement of work. Cost for notification shall be considered as part of mobilization, and no additional payment shall be made. B. Contractor shall supply a four foot-by-eight foot (4’ X 8’) signs to be displayed at the Project site as approved by the Engineer in wording to be provided by the City. The sign shall be constructed in accordance with City STD 742. Contractor shall remove the sign when construction is complete. OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 PART 3 – STANDARD SPECIFICATIONS Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-1 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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 acronyms 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 Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-2 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 The contract or agreement to be entered into by the successful bidder for the performance of the work must consist of the following documents, each of which is on file in the office of the City Clerk and all of which are incorporated in the Contract and made a part thereof by reference thereto: Contract, Invitation for Sealed Proposals, Instructions and Information to Bidders, Accepted Proposal, Performance Bond, Payment Bond, Special Provisions, Standard Specifications, Design and Construction Standards, Plans, Profiles and Detailed Drawings. Contractor The word “Contractor” means the person, persons, partnership or corporation entering into the 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, mean approved by, or acceptable or satisfactory to the City Engineer, unless otherwise stated. Engineer “Engineer” means 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 are 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” means the authorized individual or firm acting within the jurisdiction entrusted to it by the City Engineer. Plans The word “Plans” means 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 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 Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-3 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 The directions, provisions, and requirements contained herein as supplemented by such special provisions or special specifications as may be necessary, pertaining to the method and manner of performing the work or the quantities and qualities of materials to be furnished under the Contract. The special provisions or special specifications are specified clauses setting forth conditions or requirements peculiar to the Project under consideration and covering work or materials involved in the proposal and estimate but not satisfactorily covered by these Standard Specifications. State State of California. Supervision The word “supervision” where used in these specifications to indicate supervision by the City Engineer means 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 forms a part. Excepting as specifically stated herein, supervision by the City is not be construed to mean active and direct superintendence of the details of the Work. Surety The word “surety” or “sureties” means the bondsmen or party or parties who may guarantee the fulfillment of the Contract by bond, and whose signatures are attached to said bond. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-4 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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 applies only to construction methods and materials used in said Work. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-5 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 SECTION 3 AWARD AND EXECUTION OF CONTRACT 3.1 AWARD OF CONTRACT A. The City reserves the right to accept or reject any or all proposals and waive technical defects as the City’s best interests 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. B. The proposals will be compared on a basis of the sum of the totals of the items on 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 A. 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 seven (7) calendar days of the City’s issuance of the Notice to Intent to Award for Construction Work. 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, and any protest without a timely submitted proof of service may be rejected. City will use reasonable efforts to deliver by email or facsimile a copy of the Notice of Intent to Award to all bidders who submitted bids no later than the business day after issuance, although any delay or failure to do so will not extend the bid protest deadline described above. B. 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. C. 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 five (5) calendar days of the service of the Bid Protest. D. The City Clerk shall promptly submit the Bid Protest, and any Response, to the City Manager, Assistant 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 five (5) calendar days of his or her receipt of Bid Protest and any Response. If the City Manager, Assistant City Manager or his/her designee has not issued a written Decision on the Bid Protest within said five (5) calendar day period, then the Bid Protest shall be deemed denied. The Decision, by written Decision or deemed denial, shall be final. E. Failure to comply with these Bid Protest Procedures shall be deemed to be a waiver of the right to protest a bid. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-6 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 3.3 RETURN OF PROPOSAL GUARANTEES Within ten (10) days after award of the Contract, the City will upon demand return the proposal guarantees accompanying the proposals of all bidders, except those of the three (3) lowest responsible bidders as determined by the City. Proposal guarantees of the three (3) lowest responsible bidders will be held until the Contract has been finally executed, after which they will be returned to the respective bidders whose proposals they accompany. 3.4 BONDS A. Prior to the City’s execution 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. B. The following minimum thresholds require Payment and Performance bonds for projects over twenty-five thousand dollars ($25,000): 1. Payment Bond. Per Civil Code Section 9550, a payment bond is required for a public works contract involving an expenditure in excess of twenty-five thousand dollars ($25,000). Civil Code Section 9554 requires that the payment bond be in an amount not less than one hundred percent (100%) of the total amount payable pursuant to the public works contract and is subject to the provisions of that chapter as specified in the Special Provisions. 2. Performance Bond: The performance bond shall be in an amount specified in the Special Provisions and must be conditioned so as to ensure the complete performance of the Contract without exception. C. Should City deem any surety or sureties unsatisfactory at any time, notice will be given to Contractor to that effect, and they must forthwith substitute a new surety or sureties satisfactory to the City. No further payment will be deemed due or will be made under this Contract until the new surety is qualified and accepted by the City. D. 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, will not in any way release either the principal or surety thereunder, nor will 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. E. Once the Notice of Completion has been recorded, Contractor may elect to post a Maintenance Bond equal to one hundred percent (100%) of the final Contact Price, including Contract change orders, if any, for a period of one-year after the Notice of Completion recorded date. 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 ten (10) calendar days after the date of mailing written notice to the successful bidder that the Contract has been awarded. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-7 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 3.6 FAILURE TO EXECUTE CONTRACT Failure to execute the Contract, file acceptable bonds, and/or acceptable insurance as provided herein within said ten (10) 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. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-8 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 SECTION 4 SCOPE OF WORK 4.1 WORK TO BE DONE BY CONTRACTOR A. 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 replacement of the existing electronic access control system (EACS) and furnish and install a new EACS at the following City of Rohnert Park Facilities; City Hall located at 130 Avram Avenue, Public Works Corporation Yard located at 600 Enterprise Drive, West Side Fire Station No. 3 located at 6020 Labath Avenue, Public Safety Main Building located at 500 City Center Drive, and Senior Center located at 6800 Hunter Drive in complete order for use and to leave the grounds in a neat and orderly condition. B. Where items contain a description of work to be included for payment under a particular item, such description will be considered as including, but not being limited to, the Work described. It is further understood that it is the intent that the cost of all Work necessary for the completion of a 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 A. Before City’s final inspection, 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, requires Contractor to remove warning and directional signs prior to City’s formal acceptance of the Work. B. When 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 A. 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 Contractor made pursuant thereto whether 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, 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 Contractor’s insurance underwriters, sureties, or guarantors required by this Contract, and absence of notice thereto will not discharge the obligation of any such party. B. When City and 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 the Work Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-9 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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, Contractor must forthwith proceed with the changed Work upon receipt of written order from the City Engineer. C. 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. Failure to file such a protest in the time allotted will be deemed a waiver of any right to protest, and Contractor will proceed to complete the Work under the changed Contract terms and specifications. D. The failure of the parties to agree will not be construed as relieving Contractor of its duty and responsibility for continuing with performance under the Contract as changed. Failure to continue performance under such circumstances will constitute a material breach of Contract by Contractor and the appropriate provisions hereof with relation thereto will 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 will be final and binding upon the Contractor, unless it files a protest as set forth in Section 4.3(C) above. Payment by City on the basis of Contract prices so adjusted will constitute full and final performance of City obligations hereunder. If the parties fail to agree prior to completion of the Contract, final payments will not be delayed but must be made in accordance with the City Engineer’s determinations subject to further claim of Contractor and compliance by City with court order, but nothing contained in this clause will excuse Contractor from proceeding with the performance of the Work as changed. 4.3.1 Reduction in Cost If the cost of the Work to Contractor is reduced by reason of any modification of the Contract, compensation must be made to City therefor or a 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 eliminated, and no claims can be made against the City for damage occasioned thereby or for loss of anticipated profits, Contractor being entitled only to compensation for the actual work done at the unit prices proposed. 4.3.3 Extra Work A. City reserves 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 in the Contract; or that Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-10 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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. B. Contractor’s execution of the Contract will be deemed to be an agreement on its part to perform Extra Work, as and when ordered by the City Engineer. Contractor must give notice to the sureties on the Contractor’s bonds if the estimated total value of the Contract, as changed or supplemented, exceeds the original total proposal price by more than twenty-five percent (25%), but failure to give such notice will not affect the surety’s obligation under said bonds. If required Extra Work results in delay to the Work, Contractor will be given an equivalent extension of time. C. Upon City’s decision to have Extra Work performed, the City Engineer will so inform 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 Contractor and 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, 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 City: 1) For a stated unit price or lump sum amount based upon current prevailing fair prices for materials, labor, plant, overhead, and profit; or 2) On a cost plus markup basis (“force account” by the Contractor). All work done by 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. (3) Under either method (1) or (2), total cost shall include: (a) MATERIALS: For all materials purchased by Contractor and used in this specific work, the cost estimate shall reflect the actual cost less normal discounts of such materials, including freight and delivery charges, as shown by original receipted bills. 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. City reserves the right to furnish such materials required as it deems advisable, and Contractor shall have no claim for profit on the cost of such materials. (b) LABOR: For all direct labor engaged in the specific operation, 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, City will reimburse Contractor for unemployment 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. (c) EQUIPMENT: For any machine, power and equipment which is deemed necessary, Contractor will receive the actual cost of rented equipment furnished by it as Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-11 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 shown on its paid vouchers. For the use of equipment Contractor owns, it will be paid at 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 amount whatsoever be added thereto. (d) MARKUP: (i) Work by Contractor. A fifteen percent (15%) allowance will be added to Contractor’s direct costs and will constitute the markup for all overhead and profit on Contractor’s work. Contractor will also be compensated for any 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 fifteen percent (15%) allowance will be added to the subcontractor’s direct costs and will constitute the markup for all overhead and profit on work by the subcontractor. In addition, a five percent (5%) allowance will also be added to the subcontractor’s direct cost and will constitute the markup for all overhead and profit for Contractor on work by the subcontractor. Contractor will also be compensated for any actual increase in Contractor’s bond premium caused by the Extra Work. D. Contractor shall not commence Extra Work until it has secured the City’s approval as to the method and amount of payment thereunder, excepting that the City Engineer may, in writing, order Contractor to proceed with Extra Work in advance of such approval. E. Upon receipt of Contractor’s price, the City Engineer will make an analysis thereof, and City will adopt one of the following procedures for prosecuting the Extra Work: (1) Accept Contractor’s price for the 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; or (2) Have the work performed by the City or another contractor under separate contract, without undue interference or hindrance to Contractor and without claim or suit by Contractor for damages on account thereof. 4.4 MAINTENANCE OF DETOURS A. Contractor will 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. B. When public traffic is routed through the work, provisions for passageway through construction operations will not be considered as detour construction or detour maintenance. C. Detours used exclusively by Contractor for hauling materials and equipment will be constructed and maintained by Contractor at Contractor’s expense. D. Contractor’s failure or refusal to construct and maintain detours at the proper time will be sufficient cause for closing down the work until such detours are in satisfactory condition for the safe use of public traffic. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-12 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 E. Where Contractor’s hauling is causing such damage to the detour that its maintenance in a condition satisfactory for public traffic is made difficult or unusually expensive, the Engineer will have authority to regulate Contractor’s hauling over the detour. 4.5 USE OF MATERIALS FOUND ON THE WORK 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 Contractor. Contractor shall 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. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-13 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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, the manner of performance, the rate of progress of the work, and the interpretation of the Plans and Specifications. His/her decision will be final, unless otherwise ordered by the City Manager or Assistant City Manager, and the City Engineer will have the authority to enforce and make effective all decisions and orders 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. Contractor acknowledges that changes may be made to the Plans according to the best interests of the City. 5.3 CONFORMITY WITH PLANS A. 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. B. 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 A. Contractor must submit 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 Contractor, who must be responsible for the successful construction of the work. B. Contractor hereby acknowledges that approval by the Engineer of Contractor’s working drawings does not relieve Contractor of any responsibility for accuracy of dimensions and details, or for mutual agreement of dimensions and details. C. 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 A. 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 though occurring in all. They are intended to be cooperative and to describe and provide Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-14 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 for a complete work. B. 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 will be at its own risk and expense. If 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, Contractor must immediately notify the Engineer in writing who will promptly verify the same. Any work or material not herein specified or shown on the Plans, but which is fairly implied 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, will be done at Contractor’s risk. 5.6 INTERPRETATION OF PLANS AND SPECIFICATIONS A. 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, Contractor shall 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 they 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 will be final. B. In the event of any discrepancy between any Plans and the figures written thereon, the figures must be taken as correct. 5.7 SUPERINTENDENCE A. Whenever Contractor is not present on any part of the work where it may be desired to give direction, the Engineer will give orders that must be received and obeyed by the superintendent, 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 Contractor’s request, be given or confirmed by the Engineer in writing. B. 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 and during periods when work is suspended. C. Where Contractor is comprised of two or more persons, co-partnership or corporations, functioning on a joint-venture basis, 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 Contractor. D. 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, Contractor’s required supervisory personnel are considered inadequate, Contractor, upon request from the City, must promptly provide adequate personnel. 5.8 LINES, GRADES AND MEASUREMENTS A. Contractor will do the initial staking out of the work unless otherwise stated in the Special Provisions. Contractor will establish control lines and offset lines and set all stakes normally Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-15 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 required so Contractor can make the necessary measurements therefrom for the layout of the details of its work without the need for surveyors. Survey stakes and benchmarks removed by the carelessness of Contractor or its employees will be replaced by the City at Contractor’s expense. B. 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. Contractor must remedy any inaccuracies in the placing of equipment or metal parts 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 A. Except as otherwise provided in paragraph (D) 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 may 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 Contractor must promptly segregate and remove the rejected material from the premises. If 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 Contractor, or may terminate the right of Contractor to proceed. B. Contractor must furnish promptly without additional charge, all reasonable facilities, labor, and materials necessary for the safe and convenient inspection and tests as the Engineer may require. All Engineer inspections and tests will be performed in such a manner as not unnecessarily to delay the work. Special, full size, and performance tests will be as described in the Specifications. Contractor will be charged with any additional cost of inspection when material and workmanship are not ready at the time inspection is requested by the Contractor. C. 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, will 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 will in any way restrict the City’s rights under any warranty or guarantee. No work will 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. Contractor must comply promptly with all instructions of the Engineer. Failure to so comply will 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. D. The inspection of the work will not relieve Contractor of any of its obligations to fulfill its Contract as prescribed. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-16 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 E. Should the Engineer consider it necessary or advisable at any time before final acceptance of the entire work to examine work already completed, and upon which adequate notice and sufficient opportunity for inspection was provided, 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, Contractor must defray all the expense of such examination and 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, will be allowed the Contractor, and if completion of the work has been delayed thereby, Contractor will be granted a suitable extension of time on account of the additional work involved. F. All inspections by the City, the Engineer, or the Engineer’s representative are for the City’s use in determining the acceptability of the Project. Contractor is responsible for the quality of all materials supplied and all workmanship. 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. Contractor’s quality control plan must be submitted to the Engineer for review within fifteen (15) days of Notice to Proceed. Approval of the quality control plan by the Engineer does not relieve 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 and Specifications established by the City Engineer, or any Extra Work done without written authority, will be considered unauthorized and will not be paid for. Work so done may be ordered removed at Contractor’s expense. Upon failure of Contractor to comply promptly with any order of the Engineer made under the provisions of this Section 5, the City Engineer will have authority to cause defective work or materials to be remedied or removed and replaced, and unauthorized work to be removed, and to deduct the cost from any moneys due or to become due to 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 A. Equipment not suitable to produce the quality of work required will not be permitted to operate on the Project. If the City Engineer or representative observes unsuitable equipment, the City Engineer shall have the right and authority to stop work. Contractor will not be granted extra additional days or compensation for delay due to Contractor’s use of unsuitable equipment. B. 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. C. Contractor must provide adequate and suitable equipment and plants to meet the above requirements and, when ordered by the Engineer, must remove unsuitable equipment from the work and discontinue the operation of unsatisfactory plants. D. 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 Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-17 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 not to exceed Manufacturer’s recommendations. E. All vehicles used to haul materials over existing highways must be equipped with pneumatic tires. F. 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 A. City will inspect the work for acceptance promptly upon receipt of notice in writing from Contractor that the work required under the Contract has been performed. B. 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, give the date upon which the work was completed. Upon City’s acceptance 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 A. During construction, 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 Contractor’s operation must be immediately cleaned up. B. Upon the completion of the work, 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 Contractor’s expense. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-18 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 SECTION 6 CONTROL OF MATERIALS 6.1 CITY-FURNISHED MATERIALS A. 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. B. City-furnished materials will be delivered Freight on Board (f.o.b.) trucks at the site of the work. “Site of the work” means the nearest point to the work which is readily accessible to trucks. Contractor will be charged with any standby or demurrage charges which may accrue at the point of delivery because of their failure to unload the trucks immediately upon their arrival at the site of work. C. 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. D. Any materials City delivered in an acceptable condition to Contractor which are subsequently lost or rejected by the City due to damages from handling, transporting, storing, flood waters, fire, or for any other reasons before its use 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 to Contractor. Contractor must remove any condemned material immediately and permanently from the site of work. E. Any of the City’s materials, remaining unused after all requirements for said materials have been met, must be promptly returned to City in acceptable condition. Contractor must return these materials f.o.b. to the City’s truck at the site of work and at such points as will be conveniently accessible to City transportation. F. 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 City’s written consent. 6.2 MATERIALS TO BE FURNISHED BY CONTRACTOR Unless otherwise specified herein, or on the Plans and Specifications, Contractor must furnish all materials required for the completion of the Contract. The cost of hauling, storing and handling of all the materials Contractor is required to furnish 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 A. It is the Contractor’s responsibility to require material suppliers and subcontractors to furnish materials which meet the requirements of the Specifications. All materials which are to become part of the completed Project must be new and must conform to the requirement prescribed therefor in these Specifications or as specified in the Special Provisions. B. Unless otherwise waived in writing by the Engineer, Contractor will be required to furnish the City with certification(s) prepared and signed by the manufacturers and/or suppliers to the effect that items furnished meet all the requirements of the Specifications. Such certification(s) must be furnished prior to the use of the material in any part of the construction. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-19 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 C. In the case of sand and gravel to be used for concrete construction, Contractor must notify the City’s representative in writing of 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 A. Unless otherwise indicated in the proposal schedules, Contractor will be responsible for providing, paying all costs for, and maintaining at their own expense an adequate supply of water and electric power of a quality suitable for construction and domestic purposes. B. Contractor must indemnify, defend, and save City harmless 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; WARRANTY A. 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 City’s satisfaction. B. Materials furnished by 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, will remain the property of Contractor. C. Contractor warrants that all construction services shall be performed in accordance with generally accepted professional standards of good and sound construction practices, all Contract Documents requirements, and all laws, codes, standards, licenses, and permits. Contractor warrants that all materials and equipment shall be new, of suitable grade of their respective kinds for their intended uses, and free from defects. Contractor hereby grants to City for a period of one (1) year following the date of completion its unconditional warranty of the quality and adequacy of all of the Work including, without limitation, all labor, materials and equipment provided by Contractor and its subcontractors of all tiers. If either prior to completion of the Work, or within one (1) year after completion, any Work (completed or incomplete) is found to violate any of the foregoing warranties (“Defective Work”), Contractor shall promptly, without cost to City and in accordance with City’s written instructions, correct, remove and replace the Defective Work with conforming Work, and correct, remove and replace any damage to other Work or other property resulting therefrom. If Contractor fails to do so, Contractor shall pay all of the City’s resulting claims, costs, losses and damages. Where Contractor fails to correct Defective Work, or defects are discovered outside the correction period, City shall have all rights and remedies granted by law. 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. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-20 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 6.7 SAMPLES AND SPECIMENS 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 A. For convenience in designation on the Plans or in the Specifications, certain equipment or articles or materials may be designated under the 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. B. The burden of proof as to the comparative quality and suitability of alternative equipment or articles or materials is on Contractor, and it must furnish, at its own expense, all information necessary or related thereto as required by the City Engineer. The City Engineer will be the sole judge as to the comparative quality and suitability of alternative equipment or articles or materials, and his/her decision will be final. C. Contractor’s price proposal is assumed to be on the basis of trade names specified or designated in the Specifications. Savings resulting 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 Contractor may 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 written 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, the City or its authorized representative shall perform all tests of materials and work for determining compliance with specified requirements. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-21 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 SECTION 7 LEGAL RELATIONS AND RESPONSIBILITY 7.1 LAWS TO BE OBSERVED 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. 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 hold the City and all its officers, agents and servants harmless 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 or agents. 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, Contractor must forthwith report the same to the City Engineer in writing. 7.2 PERMITS A. City will obtain all necessary rights and approvals for the work to occupy properties in streets, highways or railways. Contractor will obtain all permits and pay any fees connected therewith having to do with its construction operations. Contractor will furnish City with a copy of all permits and must fully comply with all conditions and provisions of same. B. 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 the Contract, Contractor must immediately again contact the railway company and, if required, enter into an indemnification agreement, furnish bonds and insurance, and pay the fees therefor. C. All expenses incurred by the railway company as a result of Contractor’s operations will 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 the City harmless against any legal action that may be brought for infringement of patents upon any articles or processes that may be used by Contractor in the prosecution of the work. 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 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. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-22 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 7.5 RIGHT OF WAY AND RIGHT OF ACCESS A. City will acquire all permanent rights of way or permanent easements required for the constructed Project. Contractor is hereby authorized to use the site for the purposes described in the Specifications. B. Contractor is responsible 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, and it must indemnify, defend and save City harmless from any and all claims for such damages occasioned by such entering, removing, altering, using or trespassing. C. In case of interference to the work by delay of the City in furnishing permanent rights of way or permanent easements, 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. D. 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 will be at Contractor’s sole expense and responsibility . 7.6 PUBLIC CONVENIENCE AND ACCESS A. 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 only half the street is under improvement, the other half must be conditioned and maintained as a detour. B. 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 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 three hundred feet (300’). 7.7 STORAGE OF MATERIALS IN PUBLIC STREETS, ROADS OR HIGHWAYS Construction materials must not be stored on the streets unless permitted by the City Engineer. 7.8 PUBLIC SAFETY Contractor is required by law to conform 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. Contractor must maintain copies of these Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-23 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 rules and orders at the site of its operations and shall be governed by the requirements thereof. The requirements concerning Ventilation, General Safety Precautions, Transportation, Roof Inspection, Timbering, and all rules and regulations concerning the use of explosives are of particular importance. 7.9 STREET CLOSURES, DETOURS, BARRICADES A. In addition to the requirements of this paragraph and Section 4 of these Specifications, 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. B. During the progress of the work, Contractor must make adequate provisions 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. C. 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. D. Contractor must comply with County, City or State requirements and authorities concerning 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. Contractor must fully comply with such requirements. 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 price proposals for the various items of work. E. 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. F. 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. G. Contractor must notify the appropriate authorities of any municipality or unincorporated area twenty-four (24) hours in advance of the start of any construction work being done in said municipality or area. H. The provisions of Paragraph 7.18, “Emergencies and Responsibility for Damage,” apply to the precautions and safeguards taken by Contractor in connection with the closure of streets, barricades, detours, signs, etc., as required by the above authorities. 7.10 USE OF EXPLOSIVES A. 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 Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-24 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 with respect thereto. B. The Engineer’s approval for the use of explosives does not relieve Contractor from its responsibility to indemnify, defend and save City harmless from any legal actions or claims brought against it because of or on account of the use of explosives. 7.11 PRESERVATION OF PROPERTY A. Contractor is responsible for the protection, restoration, , 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. Contractor is responsible for 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. B. With respect to trees, Contractor must obtain permission from the Engineer and from any 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. C. 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 Contractor must not disturb any monuments or stakes found on the lines 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. Contractor must reset all street signs and traffic signs it disturbed during the progress of the Work. 7.13 SAFEGUARDING EXCAVATIONS AND STRUCTURES A. In excavating for the Project, 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, from damage. Contractor must make necessary repairs to or reconstruction of any such damaged improvements at its own expense and as directed by the Engineer. B. Contractor must remove all shattered rock or other loose material which may be dangerous to workmen or to structures. Even if such removal enlarges the excavation beyond the required limits, it does not relieve Contractor from the necessity of making such removal, and Contractor will not be entitled to additional compensation under any Contract item on account of such removal and enlargement. C. Contractor is responsible for providing all materials required for sheeting, bracing and shoring. Upon completion of the work, except for such as may be left in place, all remaining materials will become Contractor’s property and responsibility. 7.14 EMERGENCIES AND RESPONSIBILITY FOR DAMAGE A. Contractor, at all times throughout the performance of the Contract, must take all precautions necessary to prevent any accident or other cause of damage to life or property in any Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-25 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 place affected by the operations, arising from the Work, or resulting from any unusual conditions which may arise, including, but not limited to, erecting and maintaining suitable and sufficient barriers, signs, lights, or other necessary protection. This duty also extends to interruption or contamination of public water supplies, irrigation, or other public services, or to any failures of partly completed works. B. If, in the opinion of the Engineer, the precautions taken by Contractor are not safe or adequate at any time during the life of the Contract, he/she may order Contractor to take further precautions, and if Contractor fails to remediate the situation adequately, the Engineer may order the work done by the City and charge Contractor for the cost thereof, such cost to be deducted from any moneys due or becoming due to Contractor. Failure of the Engineer to order such additional precautions, however, does not relieve Contractor from its full responsibility for public safety. C. Contractor must indemnify, defend and save City harmless from any legal actions or claims of every kind and description brought against City for, or on account of, any injury or damage to person or property received or sustained by any person or persons on account of work done by Contractor, any duly authorized subcontractor, agent, employee or workman of Contractor (“Indemnifying Parties”) pursuant to the Contract or any extension or addition thereof caused by the negligence of the Indemnifying Parties, or by or in consequence of any negligence in guarding the person or property, 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 Indemnifying Parties. D. City may withhold and retain a sufficient amount of the money due Contractor under the Contract as City determines is necessary until all legal actions or claims for such damages have been resolved and evidence to that effect has been furnished to the City. The funds retained under this Section is in addition to any funds retained as provided for in Paragraph 9.5. E. All of the above provisions also apply to suits for loss of business and/or obstruction or inconvenience to business of private property owners. 7.15 DISPOSAL OF MATERIAL OUTSIDE OF CITY’S RIGHT OF WAY A. Unless otherwise specified in the Special Provisions, Contractor must make its own arrangements for disposing of materials outside of City’s right of way at Contractor’s own expense and Contractor must pay all costs associated therewith. B. When any material, including excess or unsuitable excavated earth or other materials are to be disposed of outside of City’s right of way, Contractor must first obtain written permit from the owner 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 City from any and all responsibility in connection with disposal of material on said property. C. Unless otherwise provided in the Special Provisions, full compensation for all costs for disposing of materials, as specified above, must be 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 A. The submission of a proposal hereunder shall be considered 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. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-26 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 B. Throughout the term of the Contract, Contractor assumes 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 floods, storms, industrial waste, irrigation, underground water, or other sources. Contractor also assumes full responsibility and expense of protecting or removing and returning to the site of work all equipment or materials under its care that are or may be endangered by weather elements. C. Furthermore, Contractor must indemnify, defend and save City harmless against all claims or suits for damage arising from Contractor’s operations in dewatering the Work and efforts to control or divert water. D. 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 have the power or authority to waive any of the obligations of these Specifications for Contractor’s furnishing 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 does not imply acceptance of the work nor release of Contractor from obligations to immediately 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 or material, prior to the final acceptance of the entire Work; neither will 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 Contractor and its sureties 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 may be construed as allowing 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 their elected officials, officers, employees, or agents may be held personally responsible for any liability arising under the Contract. 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. 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 may not be cancelled or declined renewal unless notice is mailed to the City at least forty-five (45) days prior to the effective date of renewal or at least sixty days (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 shall be given to said public agency. Contractor must Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-27 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 pay all premiums whether said premiums cover Extra Work or work under regular Contract items. 7.20 REPAIR OF EQUIPMENT The work of installing, assembling, repairing, reconditioning, or other work of any nature on machinery, equipment, or tools used for the Work will 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 (2) months prior to the award of the Contract, will be subject to all of the requirements relating to labor set forth in the Contract and in these Special Provisions. 7.21 CONTRACTOR’S LEGAL ADDRESS The address given in the proposal will be considered Contractor’s legal address, which 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 will be legal and sufficient service of the same upon Contractor. 7.22 COOPERATION AND COLLATERAL WORKS A. 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, and for loss caused by failure to finish the work within the specified time for completion. B. 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 A. “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 California Public Utilities Code) and those of private industry, businesses, or individuals solely for their own use or for the use of their tenants, and storm drains, sanitary sewers, street lighting, and traffic signal systems. B. All utility service interrupted or severed by Contractor’s operations shall be immediately reinstated at the earliest opportunity whether by temporary or permanent connections, and permanent reconstruction must be made as soon as construction operations permit. C. City has, by a search of known records, endeavored to locate and indicate on the drawings, all utilities that 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 is Contractor’s responsibility to determine the exact location of all utilities and their service connections. Contractor must make its own investigation as to the location and type of existing utilities, their appurtenances, and service connections which may be affected by the Work and must notify the City as to any utility located by it which has been incorrectly shown or omitted from the drawings. D. Work required in connection with utilities because of interference with Contract work will be performed and paid for as specified in the following paragraphs, 7.23(D)(1) through Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-28 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 7.23(D)(8); however, when directed or approved by the City Engineer, changes in line or grade of structure being built may be made in order to avoid utilities. The cost of such changes will be paid for as Extra Work. (1) By Other Than 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 Contractor, City will conduct all negotiations with the owners in respect to such work, and the work will be done at no cost to Contractor. (2) By Contractor Under a Specified Contract Item When the bidding schedule contains a separate item covering the relocation, alteration, or reconstruction of a utility by 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, Contractor must coordinate with the utility owner regarding when the work is to be done. (3) By Contractor But Not Under a Specified Contract Item When work on a utility is specified or indicated on the Plans to be done by Contractor, but is not included as a separate Contract item in the bidding schedule, City will make all arrangements with the owner of the utility with respect to the construction details; however, Contractor must coordinate with the utility owner as to when the work is to be done. Any costs for such work must be included in the unit prices or included in the lump sum amounts proposed for the various Contract items. (4) By Contractor − Service Connections The alteration, temporary relocation or reconstruction of service connections to adjacent property is Contractor’s responsibility, and Contractor must notify occupants of the affected properties before service is interrupted and make all arrangements with the utility owners regarding the interruption and reconstruction of service connections. The costs for such work on service connections must be included in the unit prices or in the lump sum amounts proposed 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. (5) By Contractor for His Own Convenience The temporary relocation or alteration of any utility desired by 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 is Contractor’s responsibility, and Contractor must make all arrangements with the owners of the utility regarding such work. Any cost of such work for Contractor’s own convenience must be included in the unit prices or included in the lump sum amounts proposed for the various Contract items. (6) By Contractor or by Others – Unknown Utilities Disclosed During the Work In the event that a utility is disclosed subsequent to the award of the Contract, such utility not being indicated on the drawings, the alteration, relocation, or proper support and Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-29 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 protection must be done and paid for as follows: (a) When said utility is found to occupy 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 pipe conduit, found to be within vertical planes of each side of the pipe a distance away from the pipe equal to ten inches (10”) for pipe ninety-six inches (96”) or less in diameter and equal to twelve inches (12”) for pipe greater than ninety-six inches (96”) in diameter or to be within the specified excavation pay lines (when such are specified or shown on the drawings), City will arrange for the relocation or alteration of said utility or require Contractor to do the 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 Contractor will be required to maintain the utility in place at its own expense. (b) 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), 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 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 will be Contractor’s responsibility to secure enforcement of said franchise if it so desires. (7) Responsibility of Contractor Contractor is responsible for all costs for the repair of any and all damage to the Work or to any utility (whether previously known or disclosed during the work), as may be caused by Contractor’s operations. Contractor must maintain in place all utilities not shown on the drawings to be relocated or altered by others. Contractor must maintain in their relocated positions utilities which are relocated by others to avoid interference with structures and which cross the Project work. At the completion of the Work, Contractor must leave all utilities and appurtenances in a condition satisfactory to the owners and the City. (8) Delays Caused by Failure to Relocate Utilities (a) Where parties other than Contractor are responsible for the relocation of utilities in accordance with 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, Contractor will not be entitled, as a result of such delay, or to damages or additional payments over and above the Contract price. In the event of such delays, Contractor will be entitled to an extension of time. The City will determine the length of such extension with consideration as to the effect of the delay on the Project as a whole. (b) To minimize delays caused by the failure of other parties to relocate utilities which interfere with construction work, Contractor, upon request to the City, may be permitted to temporarily omit that portion of work affected by the utility. Contractor must construct the portion thus omitted immediately following the relocation of the utility involved. Should the omitted portion of the work consist of concrete pipe, Contractor may complete said portion by constructing a field joint. (c) Unless otherwise specified, where sewers, drainage water, gas or Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-30 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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 will be removed and the remaining exposed portions sealed with either a wall of concrete not less than six inches (6”) thick. All salvable castings or steel parts which interfere with construction must be removed, and Contractor must contact the owners and, if required, must deliver such materials f.o.b. to the owner’s trucks at the site of the work; otherwise, such material will become Contractor’s property to be disposed of away from the site of work. (d) The cost of all such work must be included in the prices proposed 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 event, it will be Contractor’s responsibility to secure enforcement of said franchise if it so desires. 7.24 IN-USE OFF ROAD DIESEL-FUELED FLEETS REGULATION Attention is directed to provisions of the California Code of Regulations Sections 2449, 2449.1, and 2449.2, Title 13, relating to In-Use Off-Road Diesel-Fueled Fleets (Regulation), issued by the California Air Resources Board (CARB). Contractor warrants that it shall be knowledgeable of and comply with the Regulation, including without limitation the matters contained in this Section, at all times prior to and during its work on the Project. The Regulation shall control in the event of any conflict between this Section and the Regulation. A. Contracting Requirements. (a) If the Project involves the use of vehicles subject to the Regulation, Contractor must obtain copies of the valid Certificates of Reported Compliance, as described in Regulation section 2449(n), for the fleet selected for the Contract and its listed subcontractors, if applicable, prior to entering into a new or renewed contract with that fleet. (b) Contractor shall not enter into a contract with a fleet for which it does not have a valid Certificate of Reported Compliance for the fleet and Contractor’s listed Subcontractors, if applicable, prior to entering into a new or renewed contract with that fleet. (c) The Certificates of Reported Compliance received by the Contractor for the Project must be retained for three years after the Project’s completion. Upon request by CARB, these records must be provided to CARB within five business days of the request. (d) If the Project is considered to be an emergency operation, as defined in Regulation section 2449(c)(18), it is exempt from the requirements in Regulation section 2449(i)(1)-(3). Nevertheless, Contractor must still retain records verifying vehicles subject to the Regulation that are operating on the emergency operations project are actually being operated on the project for emergency operations only. These records must include a description of the emergency, the address or a description of the specific location of the emergency, the dates on which the emergency operations were performed, and an attestation by the fleet that the vehicles are operated on the project for emergency operations only. B. Other Contractor Requirements. (a) Between March 1 and June 1 of each year, Contractor must collect new valid Certificates of Reported Compliance for the current compliance year, as defined in Regulation section 2449(n), from all fleets that have an ongoing contract with the Contractor as of March 1 of that year. Contractor must not write contracts to evade this requirement. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-31 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 (b) Contractor shall only allow fleets with valid Certificates of Reported Compliance on Contractor’s job sites. (c) If Contractor discovers that any fleet intending to operate vehicles subject to the Regulation for Contractor does not have a valid Certificate of Reported Compliance, as defined in Regulation section 2449(n), or if Contractor observes any noncompliant vehicles subject to the Regulation on Contractor’s job site, then Contractor must report the required information to CARB when as provided and within the time period contained in in the Regulation (d) Upon request by CARB, Contractor must immediately disclose to CARB the name and contact information of each responsible party for all vehicles subject to the Regulation operating at the job site or for Contractor. (e) If applicable, Contractor shall prominently display signage for any project where vehicles subject to the Regulation as provided and within the time period contained in in the Regulation. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-32 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 SECTION 8 PROSECUTIONS AND PROGRESS 8.1 SUBCONTRACTS Contractor may sublet the Contract work only in accordance with the provisions of these Specifications and with the consent of City. Contractor will be responsible as the prime contractor to ensure that its subcontractors and material suppliers conform to all the provisions of these Specifications. If Contractor, after complying with these conditions, must sublet any portion of the proposed work to a subcontractor, Contractor will remain directly responsible to City for all work being performed by it or by any subcontractor under it, and all obligations imposed upon Contractor in the original Contract will be equally binding upon any subcontractor. City will deal directly with and make all payment to Contractor and will have no obligation at any time to pay a subcontractor for any work done. Contractor understands and acknowledges that the Subletting and Subcontracting Fair Practices Act (as set forth in the California Public Contracts Code) applies to this Contract, and Contractor agrees to comply with the terms of that Act. 8.2 ASSIGNMENT Contractor may not assign the Contract or sublet it as a whole without the written consent of City. Contractor may not assign or permit the assignment of or any lien on any money due or to become due to it hereunder without the written consent of the City. 8.3 PROGRESS OF THE WORK A. Time is of the essence in this Contract. Unless otherwise provided in the Special Provisions, Contractor must begin work not later than fifteen (15) calendar days after the date of the Notice to Proceed, and Contractor shall 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. B. Should Contractor begin work in advance of receiving notice that the Contract has been approved as above provided, any work performed in advance of said date of approval will be considered as having been done by Contractor at its own risk and as a volunteer, unless the Contract is so approved. 8.4 CHARACTER OF WORKERS A. Contractor will only employ skilled foremen and workers on work requiring special qualifications. When required by the Engineer, Contractor shall discharge from the Work any employee − whether employed by Contractor or any subcontractor − who is incompetent, disorderly, abusive, dangerous, insubordinate, or who in any way attempts to interfere with City employees in the inspection and supervision of the work and shall not employ them again without the consent of the City Engineer. B. Any representative of Contractor who is proven to have deliberately given false information about the performance of any part of the work shall be discharged if so ordered by the City Engineer. 8.5 TEMPORARY SUSPENSION OF WORK The City Engineer may order Contractor to suspend work when, in his/her opinion, the Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-33 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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 conditions or events as may be further described in the Specifications. When delay is caused by such an order, an extension of time may be granted when the conditions, in the opinion of the City Engineer, could not have reasonably been foreseen. Under no circumstances will 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 A. Time is of the essence, and the parties acknowledge and agree that, (1) if 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, (2) circumstances and conditions as reflected by records of the City are such that material damage will be sustained by the City, and (3) it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which City will sustain by reason of such delay, Contractor will pay to City the sum stated in the Special Provisions per day for each and every calendar days’ delay in finishing the work beyond the date prescribed; and 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 to Contractor under the Contract. B. 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, City shall have the right to extend the time of completion or not, as may be deemed to best serve the interest of the City. If City decides to extend said time, City has the right to charge 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, the actual cost of engineering, inspection, superintendence, and other overhead expenses directly chargeable to Contractor and which accrue during the period of such extension, except that the cost of final surveys and preparation of a final estimate will not be included in such charges. C. The time of completion will be extended, and Contractor will 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 a public enemy, fires, floods, epidemics, quarantine restrictions, strikes, and freight embargoes or delay of subcontractors due to such causes, provided Contractor must notify the Engineer in writing of any cause or causes of such delay within ten (10) days from the beginning of any such delay and must include in each monthly pay request the number of days of such delay that occurred in said pay period. Subject to entry of a judgment of a court of competent jurisdiction contrary to the decision of the Engineer’s determination of the facts and cause of such delay, the Engineer’s determination of what constitutes a reasonable extension of time for completion will be final and conclusive. Failure to give notice of cause for such a time delay and failure of inclusion of the Contractor’s request for an extension in the monthly pay request will be deemed a waiver of any right to an extension of time for such cause, subject only to impossibility of compromise therewith by Contractor. D. Under no circumstances will 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 a public enemy, fires, floods, epidemics, quarantine restrictions, Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-34 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 strikes, and freight embargoes or delay of subcontractors due to such causes. 8.7 DEFAULT BY CONTRACTOR A. If 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 to maintain the work schedule that will ensure the City’s interest, or, if Contractor fails to carry out the intent of the Contract, City may serve written notice upon Contractor and the surety on its Performance Bond demanding satisfactory compliance with the Contract. B. The Contract may be canceled by the City without liability for damage, when in City’s opinion 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, Contractor will be paid the actual amount due based on Contract unit prices or the lump sums proposal and the quantity of the work completed at the time of cancellation, less damages caused to City by Contractor’s acts. Contractor, in having tendered a Proposal, will be deemed to have waived any and all claims for damages because of cancellation of the Contract for any such reason. If City declares the Contract canceled for any of the above reasons, City will serve written notice to that effect upon the surety. The surety must, within five (5) days, assume control and perform the work as successor to the Contractor. C. If the surety assumes any part of the Work, it must take Contractor’s place in all respects for that part, and City will pay the surety for all work performed by it in accordance with the Contract. If the surety assumes the entire Contract, all money due to Contractor at the time of its default will be paid to the surety as the work progresses, subject to the terms of the Contract. D. If the surety does not assume control and perform the work within five (5) days after receiving notice of cancellation, or fails to continue to comply, City may exclude the surety from the premises. City may then take possession of all material and equipment and complete the work by using City forces, by letting the unfinished work to another contractor, or by a combination of such methods. In that event, the cost of completing the Work will be charged against the Contractor and its surety and may be deducted from any money due or becoming due from the City. If the sums due under the Contract are insufficient for completion, the Contractor or surety must pay to City all costs in excess of the sums due within five (5) days after the Notice of Completion resolution. E. The remedies available to City under this subsection are cumulative and in addition to all other rights and remedies available to City under the law. 8.8 WORK AT NIGHT – Not Applicable 8.9 MAXIMUM LENGTH OF OPEN TRENCH A. Except by special permission of the Engineer, the maximum length of any open trench where prefabricated pipe is used must not be greater than five hundred feet (500’), or the distance necessary to accommodate the amount of pipe installed in a single day, whichever is greater. The distance is measured as the collective length, including excavation, construction, pipe laying, backfilling, and compaction at any one location. B. Except by special permission of the Engineer, the maximum length of open trench Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-35 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 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 two hundred feet (200’). C. 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 two hundred feet (200’). 8.10 LIMITED ACCEPTANCE OF WORK At any time during the progress of the Work, City may, upon written notice to Contractor, take over and utilize the whole or any part of the work, or appurtenance thereto, which has been completed, giving, if desired, permits to utilize the same. Such use by City will constitute a limited acceptance of that part of the work so taken over and utilized which will relieve 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 City or by property owners under its permits. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-36 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 SECTION 9 MEASUREMENT AND PAYMENT 9.1 MEASUREMENT FOR PAYMENT A. 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. B. Unit prices or lump sum amounts proposals shall 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. C. When payment is specified to be made on the basis of weight, the weighing shall be done on certified platform scales, and Contractor must furnish the Engineer with the duplicate Certified Weighmaster’s Certificate(s) 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. City will accept the certificates as evidence of the weight delivered. 9.2 SCOPE OF PAYMENT Contractor hereby accepts the compensation as herein provided, in full payment for furnishing all materials, labor, tools, and equipment necessary to complete the Work and for performing all Work contemplated by the Contract; also for loss or damage arising from the nature of the Work, or from the action of the elements, except as provided above or from any unforeseen difficulties that may be encountered during the prosecution of the work until acceptance of the completed 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 relieves Contractor of any obligation to make good any defective work or material. 9.3 DEDUCTIONS FROM PAYMENTS City may, at its option and at any time, retain out of any amounts due to 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 A. Prior to 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 the Contract Documents. This breakdown will be referred to as the “Schedule of Values.” Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-37 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 B. 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 equals Contractor’s total Contract sum. C. 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 City’s favorable review, City will accept this Schedule of Values for use. City will be the sole judge of fair-market cost allocations. D. City will reject any attempt to increase the cost of early activities (i.e., “front loading”) which will result 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 A. The City Engineer will, after the award of Contract, establish a monthly payment closure date. This date will serve to close each working month for which a monthly payment is payable during the life of the Contract. Contractor will, within five (5) days after the established monthly payment closure date each month 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, unless approved by the City Engineer. City will independently verify Contractor’s monthly payment application and create a monthly progress payment request. City’s determinations of the amounts or percentages of work completed are final. B. Except as otherwise provided in a labor compliance program applicable to the Work or as otherwise required by City, concurrently with each application for payment, Contractor shall submit to City Contractor’s and its subcontractors’ certified payroll records required to be maintained pursuant to Labor Code Section 1776 for all labor performed during the pay periods ending in the period covered by the application for payment C. City will prepare a warrant in an amount sufficient with all previous payments to make the aggregate ninety-five percent (95%) of the amount earned as certified, provided, however, that City, at any time after fifty percent (50%) of the Work has been completed may make any of the remaining partial payments in full, less authorized deductions, if it finds that satisfactory progress is being made. D. The partial payments made as the work progresses will be payments on account and will in no way be considered as an acceptance of any part of the Work or materials, nor will they govern the final estimate. Extra Work will be paid for as specified in Section 4.6. Payments for unit price items will be made upon the basis of the unit prices proposal and the quantities of work done, calculated as hereinafter specified, for each particular item of work. However, where several types of work are included in a unit price item, City will make partial payment for the portions of such work as are completed at the time of making the monthly estimates. City will pay all monies due to Contractor under the Contract on demand, prepared and approved as required by law. It is further Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-38 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 understood that any delay in the preparation, approval and payment of these demands will not constitute a breach of Contract on the part of City. E. Payments for lump sum items will be based upon the lump-sum proposal and City’s estimate as to the percentage of completion. 9.6 PAYMENT FOR STORED MATERIALS OFF SITE A. Contractor to submit a request in writing for such payment. Upon approval by the City Engineer, the Contractor may invoice City for materials purchased in advance and not stored at the Project Location, if any. Payment of such invoice(s) by City is contingent upon the following conditions: 1. The invoice shall specifically identify the quantity, manufacturer and unique description of each of the materials stored off-site (“Listed Items”); 2. Contractor shall certify that the Listed Items are in accordance with the Contract; 3. Contractor shall provide proof that (a) title to the Listed Items has vested in Contractor and (b) the Listed Items are insured while stored or in transit until delivered to the Project Location; 4. Contractor shall include an anticipated schedule for delivery of the Listed Items to the Project Location; 5. Listed Items must be clearly and visibly marked as belonging to Contractor and/or City, as applicable and segregated from other materials; and 6. City shall be entitled to inspect the Listed Items at the off-site storage facility. B. City will pre-pay one hundred percent (100%) of Contractor’s Application for Payment for the materials delivered, less (5%) Retention as indicated in Section 9 of these Standard Specifications. Contractor shall protect stored materials from damage. Damaged materials, even though paid for, will not be incorporated into the Work and will be replaced at Contractor’s expense. 9.7 PAYMENT FOR EXTRA WORK A. Payment for Extra Work will be made as provided by Section 4.6. Where payment is to be made on a force account basis, Contractor and the City’s representative will compare records of Extra Work Contractor performed on a force account basis at the end of each day. City’s representative will make copies of these records in duplicate and must be signed by both the inspector and Contractor’s representative, one copy for Contractor and one copy for the City. Bills for Extra Work must be signed by Contractor and submitted to the City. B. Each month, Contractor will include in the monthly payment application an estimate of the amount or cost of Extra Work performed as included in approved Contract change orders. Contractor will 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, will constitute a waiver on the part of Contractor to any claim for payment for Extra Work not therein included. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-39 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 C, 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. D. Payment for Extra Work by Contractor’s force account must be made in the following manner: Upon verification by the Engineer of 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 or Assistant City Manager, for his/her approval and direction. 9.8 FINAL PAYMENT A. Upon Contractor’s completion and City’s acceptance of the Work, and at least thirty-five (35) days after the date of recordation of the Notice of Completion, the City Engineer will present Contractor’s claim for the balance of the total Contract price, less any sums which may lawfully be retained under the Contract. B. Unless qualified by Contractor under the procedure established in Section 9.5 hereof, the final progress payment request of the City Engineer shall be taken as conclusive evidence of the amount of work done under the Contract. If Contractor qualified its acceptance of the final progress payment and the parties fail to agree prior to the termination of the thirty-five- (35-) day period after recordation of Notice of Completion, the final payment shall not be delayed and shall be made in accordance with the City Engineer’s determination, subject to further claim of Contractor and compliance by City with any applicable court order. 9.9 BID ITEM SCHEUDLE MEASUREMENT AND PAYMENT A. Bid items as listed in the Schedule of Bid Prices (Page 1-9) shall be bid and compensated based on the Bid Item Descriptions below. Bid Items are not intended to be exclusive descriptions for work categories, and the Contractor shall determine and include in its pricing all materials, labor, and equipment necessary to complete each Bid Item as indicated and specified in the Contract Documents. B. Contractor shall perform all work depicted in the Contract Documents whether it is specifically mentioned in the Bid Item Descriptions below or not. The Bid Item Descriptions below are not intended to cover any and all work depicted in the Contract Documents. Not all elements of every part of the work are explicitly listed. It is the intention of the City, and a provision of this Contract, that any and all of the work depicted shall be included in the Contractor’s bid and installed complete at a price included in a Bid Item submitted with the Contractor’s bid. No adjustment will be made to an individual bid item or nit, for an item that is depicted in the Contract Documents but is not specifically described or itemized. Such items may be included for payment in a Bid Item of the Contractor’s choice as appropriate and as long as the chosen Bid Item is closely and/or reasonably related. C. Bid Item Descriptions: • Bid Item #1 – EACS Replacement City Hall (130 Avram Avenue) o Measurement and Payment for Bid Item #1 shall be included at the lump sum price stipulated in the bid and shall include, but not limited to, all labor, materials, equipment, and incidentals required to complete this bid item in accordance with the Contract Documents, and no additional compensation will be allowed therefor. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-40 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 • Bid Item #2 – EACS Replacement Public Works Corporation Yard (600 Enterprise Drive) o Measurement and Payment for Bid Item #2 shall be included at the lump sum price stipulated in the bid and shall include, but not limited to, all labor, materials, equipment, and incidentals required to complete this bid item in accordance with the Contract Documents, and no additional compensation will be allowed therefor. • Bid Item #3 – EACS Replacement West Side Fire Station No. 3 (6020 Labath Avenue) o Measurement and Payment for Bid Item #3 shall be included at the lump sum price stipulated in the bid and shall include, but not limited to, all labor, materials, equipment, and incidentals required to complete this bid item in accordance with the Contract Documents, and no additional compensation will be allowed therefor. • Bid Item #4 – EACS Replacement Public Safety Main Building (500 City Center Drive) o Measurement and Payment for Bid Item #4 shall be included at the lump sum price stipulated in the bid and shall include, but not limited to, all labor, materials, equipment, and incidentals required to complete this bid item in accordance with the Contract Documents, and no additional compensation will be allowed therefor. • Bid Item #5 – EACS Replacement Senior Center (6800 Hunter Drive) o Measurement and Payment for Bid Item #5 shall be included at the lump sum price stipulated in the bid and shall include, but not limited to, all labor, materials, equipment, and incidentals required to complete this bid item in accordance with the Contract Documents, and no additional compensation will be allowed therefor. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-41 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 SECTION 10 CLAIMS BY CONTRACTOR 10.1 OBLIGATION TO FILE CLAIMS FOR DISPUTED WORK A. Should it appear to Contractor that (1) the Work to be performed or any of the matters relative to the Contract Documents are not satisfactorily detailed or explained therein, (2) should any questions arise as to the meaning or intent of the Contract Documents, or (3) should any dispute arise regarding the true value of any work performed, work omitted, or Extra Work that Contractor may be required to perform, time extensions, payments to Contractor during performance of this Contract, performance of the Contract, and/or compliance with Contract procedures, or (4) 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 fifteen (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 (“Claim”). B. 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, 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 A. Contractor’s written Claim shall be submitted via registered mail or certified mail with return receipt requested, identify itself as a “Claim” under this Section 10, and 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 it is 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. B. Upon receipt of a Claim, City shall conduct a reasonable review of the Claim. Within forty-five (45) days, or such extended 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. C. If City’s governing body must approve City’s response to the Claim and the governing body has not met within the forty-five- (45-) day (or extended) period, then City shall provide its written statement within three (3) days of the governing body’s meeting. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-42 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 D. City shall pay the undisputed portions of the Claim within sixty (60) days of the issuance of a written statement identifying an undisputed portion. E. Claims must be submitted on or before the day of final payment. Claims not submitted before final payment are deemed waived. F. 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 A. If 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 thirty (30) days for settlement of the dispute. B. 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. C. City shall pay the undisputed portions of the Claim within sixty (60) days of the issuance of a written statement identifying an undisputed portion. 10.4 MEDIATION A. If the Contractor disputes City’s statement provided under Paragraph 10.3(B), it shall lodge with the City Clerk a written objection to the City’s written statement within three (3) days of the date on the City’s statement of dispute. The parties shall then mutually agree to a mediator within ten (10) business days of the date of the City’s 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. B. 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. C. 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 2019.010, et. seq. The mediator(s) will undertake to resolve any discovery disputes relating to the mediation. D. For Claims under three hundred seventy-five thousand dollars ($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). Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-43 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 E. If mediation is unsuccessful, the parts of the Claim remaining in dispute shall be resolved as otherwise provided by the Contract and applicable law. F. 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. G. All statutes of limitation shall be tolled from the date of the demand for mediation until a date two (2) weeks following the mediation’s conclusion. 10.5 OTHER MATTERS A. 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. Contractor shall bear all costs incurred in the preparation, submission and administration of a claim. Any Government Code claims presented 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- (1-) year period in Government Code Section 911.2 shall be reduced to one hundred and fifty (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. B. Failure to submit and administer claims as required in this 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. C 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 in writing that Contractor present a Claim to the City and furnishes reasonable documentation supporting the Claim, Contractor shall, within forty-five (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. D. All waivers or modifications of this Section 10 may only be made in a writing signed by City and Contractor and approved as to form by legal counsel for both; oral or implied modifications shall be ineffective. E. 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. Building Access Control System Replacement Part 3: Standard Specifications Rohnert Park City Proj. No. 2021-03 Page 3-44 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 10.6 COMPLIANCE WITH STATUTORY PROCEDURES 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 between these provisions and the Public Contract Code, the applicable Public Contract Code provision will apply. OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 PART 4 – TECHNICAL SPECIFICATIONS SECTION 01 11 00 WORK SUMMARY Work Summary 01 11 00-1 PART 1 - GENERAL 1.01 DESCRIPTION A.The Bid Documents for this project include the following:1.Drawings and2.Specifications 1.02 SCOPE OF WORK 1.03 A.The Contractor and his Subcontractors shall furnish all labor, materials, equipment, transportation, supervision, permits and incidents required to safely and legally perform the work for the City ofRohnert Park Building Access Control System Replacement Project at as provided in these drawings andspecifications. B.It is the intent of the Bid Documents to include everything necessary and required for proper completion of the work. All work is to be performed as required to carry out the intent whether or not each individual items is specifically stated. C.All work shall be performed in accordance with Bid Documents, industry standards, state and local requirements, federal requirements, and fire official requirements. A.Contractor shall carefully compare and study the project, specific ations, drawings and all other applicable Bid Documents. No “extras” shall be allowed for any errors, discrepancies or omissions that contractor failed to report to the Owner prior to award of the contract. B.Contractors shall tour the project sufficiently, prior to the bid, to adequately bid the project, taking i nto consideration project delays and slower production due to compliance with all applicable code required inspections. C.Failure to examine the project building and the site and to become familia r with the existing conditions shall not constitute cause for a compliant or claim for extra payment. Accept project site as it exists. D.Contractor shall notify the Owner of any condition not in conformance with the project requirements. 1.04 PROJECT DESCRIPTION A.EACS Replacement as provided in the drawings and specifications END OF SECTION CONTRACTOR RESPONSIBILITIES Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 SECTION 01 31 13 COORDINATION Coordination 01 31 13 -1 PART 1 GENERAL 1.01 SUMMARY A.Section Includes: Provision of coordination of the Work of the Contract. B.Related Sections: The completion of the work described in this Section may require work in or coordination with other Sections of these specifications. The Contractor and the sub-contractor shall be responsible for identifying and including all related work in other Sections of these specifications and/or drawings necessary for a complete installation of the work described in this Section. These related Sections include but are not limited to the following: C.Drawings and general provisions of the Contract, including Contract Documents, Special Provisions and Standard Specifications apply to this Section. 1.02 GENERAL COORDINATION A.Contractor shall be responsible for all project coordination. B.Coordinate schedules, submittals, and work of the various trades to ensure efficient and orderly sequence of installation of construction, with provisions for accommodating items to be installed later. Coordinate the work among the Specifications and Drawings. Work shown on any drawing or specification is required by the Contract irrespective of the trade subdivision. Contractor shall require each trade subcontractor to review all other subdivisions of the documents for related work and shall coordinate the subcontracts accordingly. C.Require all parties involved in the performance of the Work to cooperate in the overall coordination of the work under the direction of the Contractor. Each party, when requested to do so, shall furnish information concerning its portion of the work, and shall respond promptly and reasonably to the decisions and requests of persons designated with coordination, supervisory, administrative, or similar authority. D.The Drawings use graphic symbols to show certain physical relationships of the various elements and systems and their interfacing with other elements and systems. Establishing and coordinating the actual physical relationships is the responsibility of the Contractor. Layout and arrange all elements to contribute to safety and efficiency while maintaining the intent of the design. Before work proceeds in areas of potential conflict for installing different components of the work, Contractor shall prepare supplementary drawings for review by the Owner and resolve the conflict. E.Coordinate completion and cleanup Work of various trades in preparatio n for the Completion. 1.03 SUBCONTRACT COORDINATION A.Coordinate the Work and do not delegate responsibility for coordination to any Subcontractor. B.Anticipate the interrelationship of all Subcontractors and their relationship with the Work. C.Resolve differences or disputes between Subcontractors concerning coordination, interference, or extent of work between sections of the specifications. Contractor's decisions, if consistent with the Contract Document requirements, shall be final. 1.If the Owner is required to resolve disputes between the Contractor and his Subcontractors, all associated costs will be billed directly to the Contractor as Additional Services by the Owner. D.Coordinate the work of Subcontractors so that their portions of the work are performed in a manner that minimizes interference with the progress of the Work. 1.04 ADMINISTRATION A.General: The Contractor shall prepare a written memorandum on required coordination activities. Include such items as required notices, reports and attendance at meetings. Distribute this memorandum to each trade performing work at the project site. Prepar e similar memorandum for separate contractors where interfacing of their work is required. Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Coordination 01 31 13 -2 B.Coordination Meetings: Conduct general project coordination meetings with Subcontractors at least weekly at regularly scheduled times convenient for all parties involved. The coordination meetings shall be held far enough in advance of a particular Subcont ractors work so as to avoid conflict with the work of other trades. Request representation at each meeting by every party currently involved in coordination or planning for the work of the entire project. Keep the Owner informed about coordination meetings. Conduct meetings in a manner which will resolve coordination problems. Record results and minutes of each meeting and distribute copies to everyone in attendance and to the Owner. Owner may attend weekly jobsite meetings with subcontractors. C.Superintendent: Provide a full-time Superintendent experienced in administration and supervision of building construction. This Superintendent shall be authorized to act as general coordinator of interfaces between units of work. This Superintendent shall be on site, during the construction period as needed to coordinate and supervise the work. Construction coordination shall be his/her principal duty. 1.For the purpose of this provision, ”Interface” is defined to include scheduling and sequencing of work, sharing of access to work spaces, installations, protection of each other's work, cutting and patching, tolerances, cleaning, selections for compatibility, preparation of coordination drawings, inspections, tests, and temporary facilities and services. 1.05 COORDINATION WITH WORK PERFORMED BY OWNER UNDER SEPARATE CONTRACTS A.The Owner will be performing work related to the project under separate contracts, including but not limited to vehicle lifts and exterior signage. B.Contractor is responsible for coordinate with the work of other contractors, including scheduling and work necessary for other contractors to perform their work including but not limited to block outs, bracing, blocking, reinforcement, and electrical and mechanical connects. C.Use Coordination Drawings of structural, mechanical, and electrical Work, together with shop drawings and layout drawings of affected Work to check, coordinate and integrate the Work to prevent interferences. D.Contractor shall coordinate shop drawings to include any and all penetrations of framing members and finish material resulting from the coordination of and with the work of the Owner’s mechanical and electrical subcontractors. E.Do not install any finishes that may impact the work of Owner’s Contractor’s without prior review and approval of Engineer. 1.06 COORDINATION WITH PUBLIC UTILITY AND SAFETY PROVIDERS A.These providers include, but are not limited to: The local Fire Department, electrical, gas, internet and telephone providers, and the City of Sonoma. B.Contractor is responsible for coordination with all utility service that may be affected by the project. C.Public utility hookup fees shall be paid by the Owner. 1.07 COORDINATION WITH CITY STAFF AND PUBLIC A.Contractor to coordinated activities so as to not disrupt the functioning of the building and the u se by city staff and the public. Contractor is to ensure the safety of the city staff and the public for the duration of the project. END OF SECTION Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 SECTION 01 31 21 PROJECT MEETINGS Project Meetings 01 31 21-1 PART 1 - GENERAL 1.01 DESCRIPTION A.Work Included: To enable orderly review during progress of the Work, and to provide for systematic discussion of problems, the Owner will conduct project meetings throughout the construction period. B.Related Work Described Elsewhere: The Contractor's relations with his subcontractors and materials suppliers, and discussions relative thereto, are the Contractor's responsibility and are not part of project meetings contents. 1.02 QUALITY ASSURANCE A.Persons designated by the Contractor to attend and participate in the project meetings shall have all required authority to commit the Contractor to solutions agreed upon in the project meetings. 1.03 SUBMITTALS A.Agenda Items: To the maximum extent practicable, advise the Owner at least 24 hours in advance of project meetings regarding all items to be added to the agenda. B.Minutes: The Contractor will compile minutes of each project meeting and will furnish copies to the Owner. The Contractor may make and distribute such other copies as he wishes. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION 3.01 MEETING SCHEDULE A.Except as noted below for Preconstruction Meeting, project meetings will be held weekly. Coordinate as necessary to establish mutually acceptable schedule for meetings. 3.02 MEETING LOCATION A.To the maximum extent practicable, meetings will be held at the job site. 3.03 PRE-CONSTRUCTION MEETING A.Preconstruction Meeting will be scheduled within ten days after the Owner has issued Notice to Proceed. Provide attendance by authorized representatives of the Contractor and all major subcontractors. TheEngineer will advise other interested parties and request their attendance. B.Minimum Agenda: Distribute data on and discuss: 1.Organizational arrangement of Contractor's forces and personnel and those of subcontractors, materials suppliers and Owner. 2.Channels and procedures for communications. 3.Construction Schedule, including sequence of critical work. 4.Contract Documents, including distribution of required copies of original Documents and revisions. 5.Processing of Shop Drawings and other data submitted to the Owner for review. 6.Processing of field decisions and Change Orders. 7.Rules and regulations governing performance of the work. 8.Procedures for safety and first aid, security, quality control, housekeeping, and other related matters. Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Project Meetings 01 31 21-2 3.04 PROJECT MEETINGS A.Attendance: To the maximum extent practicable, assign the same person to represent the Contractor at project meetings throughout progress of the work. Subcontractors, materials suppliers, and others may be invited to attend those project meetings in which their aspects of the Work are involved. B.Minimum Agenda: Review, revise as necessary and approve minutes of previous meeting. Contractor shall provide: Current Weekly Report Three-Week Look Ahead Schedule Review progress of the Work since last meeting, including status of submittals for approval. Identify problems which impede planned progress. Develop corrective measures and procedures to regain planned schedule. Complete other current business. END OF SECTION Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 SECTION 01 32 16 PROJECT SCHEDULE Project Schedule 01 32 16-1 PART 1- GENERAL 1.01 DESCRIPTION A.Work Included: To assure adequate planning and execution of the work so that the work is completed within the number of calendar days allowed in the Contract, and to assist the Owner and Architect in appraising the reasonableness of the proposed schedule and in evaluating progress of the work, prepare and maintain the schedules as described in this Section. B.Definition: "Day" used throughout the Contract, unless otherwise stated, means "calendar day". 1.02 QUALITY ASSURANCE A.Reference Standards: Perform all data preparation, analysis, charting, and updating in accordance with all recommendations contained in the current edition of "CPM In Construction" manual of Associated General Contractors, or in accordance with other standards approved by the Owner andEngineer. B.Reliance upon approved schedule: 1.The Project schedule as approved by the Owner will be an integral part of the Contract, and will establish interim contract completion dates for the various activities. 1.03 SUBMITTALS A.General: Comply with the provisions of Section 01 33 24. B.All measurements shall be in U.S. customary units. C.Preliminary Analysis: Within ten days after receipt of Notice to Proceed, submit one reproducible copy and four prints of a preliminary Project Schedule, plus four prints of proposed forms for Materials Status Reports, prepared in accordance with Part Three of this Section. D.Periodic Reports: 1.On the first working day of each month following submittals described above, submit four prints of the Project Schedule updated as described in Part Three of this Section. 2.Accompanying each periodic submittal of Project Schedule submit four prints of the Materials Status Reports updated as described in Part Three of this Section. PART 2 - PRODUCTS 2.01 PROJECT ANALYSIS A.Diagram: 1.Graphically show the order and interdependence of all activities necessary to complete the Work, and the sequence in which each activity is to be accomplished, as planned by the Contractor and his project field superintendent in coordination with all Subcontractors whose work is shown on the diagram. Activities shown on the diagram shall include, but are not necessarily limited to: a.Project mobilization;b.Submittals and approvals of Shop Drawings and Samples;c.Procurement of equipment and critical materials;d.Fabrication of special material and equipment, and their installation and testing;e.Final clean up;f.Final inspection and testing;g.All activities by the Owner and Engineer that affect progress, required dates for completion, or both, for all and for each part of the Work. Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Project Schedule 01 32 16-2 2.The detail of information shall be such that duration times of activities shall normally range from one to 15 days. The selection and number of activities shall be subject to the Owner's and Architect’s approvals. 3.Show on the diagram, as a minimum for each activity, preceding and following event numbers, description of each activity, cost, and activity duration in calendar days. Submit diagram on a sheet 30" high by the width required. B.Mathematical Analysis: 1.Furnish a mathematical analysis of the diagram by manual or computer aided means, including a tabulation of each activity. Show the following information as a minimum for each activity: a.Preceding and following event number;b.Activity description;c.Estimated duration of activities;d.Earliest start date (by calendar date);e.Latest start date (by calendar date);f.Earliest finish date (by calendar date);g.Latest finish date (by calendar date);h.Slack or float (in calendar days);i.Monetary value of the activity;j.Percentage of activity completed;k.Contractor's earnings based on portion of activity completed. 2.The means used in making the mathematical analysis shall be capable of compiling the total value of completed and partially completed activities, and be capable of accepting modifications approved for time and logic adjustment. C.Periodic Reports: 1.If computer-aided means are used, list the activities in computer printout sorts as follows: a.By the preceding event number from lowest to highest, and then in order of the following event number:b.By the amount of float, then in order of preceding event numbers, and then in order of succeeding event numbers;c.In order of preceding event numbers, and then in order of succeeding event numbers (show the dollar amount and dollars spent to date for each activity);d.Other sorts requested by the Owner, for which the Contractor will be reimbursed in accordance with the General Conditions provisions for "Changes". 2.If computer-aids are not used, provide equivalent information to the approval of the Owner and Engineer. 2.02 MATERIALS STATUS REPORTS A.Format: The Contractor's standard materials status report form will be acceptable if, in the Owner's and Architect’s judgments, it provides sufficient pertinent data to determine that materials procurement flow is adequate for all needs of the Work. B.Content: Show at limit the following information: 1.Item description, listed in accordance with Specifications Section number in which the item is called for; 2.Purchase Order number and date of issue; 3.Vendor name; 4.Date shipped, and shipping means utilized; 5.Estimated date of arrival at job site; 6.Actual date of arrival at job site and receiving report number. Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Project Schedule 01 32 16-3 C.Data Processing: Process the data by manual or computer-aided methods, but to a degree of promptness and accuracy assuring complete display of all pertinent current information at date of each periodic report. PART 3 - EXECUTION 3.01 PRELIMINARY ANALYSIS A.Contents: 1.Show all activities of the Contractor under this Work for the period between receipt of Notice to Proceed and submittal of Project Schedule required under Article 1.03 above. 2.Show the Contractor's general approach to remainder of the Work. 3.Show cost of all activities scheduled for performance before submittal and approval of the Project Schedule. B.Submittal: Submittal shall be in accordance with Article 1.03 above. 3.02 PROJECT SCHEDULE A.As soon as practicable after receipt of Notice to Proceed, complete the Project analysis described in Articles 2.1 above, in preliminary form. Meet with the Owner and Engineer, review contents of proposed Project Schedule, and make all revisions agreed upon. Submit in accordance with Article 1.03 above. 3.03 MATERIALS STATUS REPORT A.As soon as practicable after receipt of Notice to Proceed, meet with the Owner and Engineer, review contents of proposed Materials Status Reports, and make all revisions to format agreed upon. 3.04 PERIODIC REPORTS A.Project Schedule: 1.Contents: a.Report actual progress by updating the mathematical analysis.b.Note on the summary report, or clearly show on a revised issue of affected portions of the detailed diagram, all revisions causing changes in the detailed program.c.Revise the summary report as necessary for clarity.d.Show activities or portions of activities completed during the reporting period, and their actual value.e.State the percentage of Work actually completed as scheduled as of the report date, and the progress along the critical path in terms of days ahead of or behind the allowable dates.f.If the Work is behind schedule, also report progress along other paths with negative slack.g.Include a narrative report which shows, but is not necessarily limited to:h.A description of the problem areas, current and anticipated;i.Delaying factors, and their impact;j.An explanation of corrective actions taken or proposed. 2.Show the date of latest revision. Submit in accordance with the provisions of Article 1.03 above. B.Materials Status Report: 1.On the letter of transmittal accompanying periodic reports, on an accompanying summary sheet, or by other means acceptable to the Owner and Engineer, clearly indicate those items the deliveries of which are critically overdue or otherwise hazardous to maintenance of the approved schedule. 2.Submit in accordance with the provisions of Article 1.03 above. 3.05 REVISIONS Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Project Schedule 01 32 16-4 A.Make only those revisions to approved Project Schedule and approved Materials Status Reports as are approved in advance by the Owner and Engineer. END OF SECTION Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 SECTION 01 32 33 APPLICABLE STANDARDS Applicable Standards 01 32 33-1 PART 1 - GENERAL 1.01 DESCRIPTION 1.02 A.Work Included: 1.Throughout the Contract Documents, reference is made to codes and standards which establish qualities and types of workmanship and materials, and which establish methods for testing and reporting on the pertinent characteristics. 2.Where materials or workmanship are required by these Contract Documents to meet or exceed the specifically named code or standard, it is the Contractor's responsibility to provide materials and workmanship which meet or exceed the specifically named code or standard. 3.It is also the Contractor's responsibility, when so required by the Contract Documents or by written request from the Owner, to deliver to the Owner all required proof that the materials or workmanship, or both, meet or exceed the requirements of the specifically named code or standard. Such proof shall be in the form requested in writing by the Owner and generally will be required to be copies of a certified report of tests conducted by a testing agency approved for that purpose by the Owner. B.All measurements shall be in imperial units. C.Related Work Described Elsewhere: Specific naming of codes or standards occurs on the Drawings and in other Sections of these Specifications. QUALITY ASSURANCE Familiarity with Pertinent Codes and Standards: In procuring all items used in this Work, it is the Contractor's responsibility to verify the detailed requirements of the specifically named codes and standards and to verify that the items procured for use in this Work meet or exceed the specified requirements. Rejection of Non-Complying Items: The Owner and Engineer reserves the right to reject items incorporated into the Work which fail to meet the specified minimum requirements. The Owner and Engineer further reserves the right, and without prejudice to other recourse the Owner and Engineer may take, to accept non- complying items subject to an adjustment in the Contract Amount as approved by the Owner and Engineer. Applicable Standards listed in these Specifications include, but are not necessarily limited to, standards promulgated by the following agencies and organizations: ASSHTO = American Association of State Highway and Transportation Officials, 341 National Press Building, Washington, D.C. 20004. ACI = American Concrete Institute, Box 19150, Redford Station, Detroit, Michigan 48129. AISC = American Institute of Steel Construction, Inc., 1221 Avenue of the Americas, New York, New York 10020. ANSI = American National Standards Institute (successor to USASI and ASA), 1430 Broadway, New York, New York 10018. ASTM = American Society for Testing and Materials, 1916 Race Street, Philadelphia, Pennsylvania 19103. AWS = American Welding Society, Inc., 2501 N.W. 7th Street, Miami, Florida 33125. AWWA = American Water Works Association, Inc., 6666 West Quincy Avenue, Denver, Colorado 80235. CRSI = Concrete Reinforcing Steel Institute, 228 North LaSalle Street, Chicago, Illinois 60610. CS = Commercial Standard of NBS, U.S. Department of Commerce, Government Printing Office, Washington, D.C. 20402. Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Applicable Standards 01 32 33-2 FGMA = Flat Glass Marketing Association, 3310 Harrison, Topeka, Kansas 66611. NAAMM = National Association of Architectural Metal Manufacturers, 1033 South Boulevard, Oak Park, Illinois 60302. NEC = National Electrical Code (see NFPA). NEMA = National Electrical Manufacturers Association, 155 East 44th Street, New York, New York 10017. NFPA = National Fire Protection Association, 470 Atlantic Avenue, Boston, Massachusetts 12210. SDI = Steel Deck Institute, 135 Addison Avenue, Elmhurst, Illinois 60125. SSPC = Steel Structures Painting Council, 4400 5th Avenue, Pittsburgh, Pennsylvania 15213. TCA = Tile Council of America, Inc., P.O. Box 326, Princeton, New Jersey 08540. UL = Underwriters' Laboratories, Inc., 207 East Ohio Street, Chicago, Illinois 60611. CBSC = 2013 California Building Standard Code. ICC = International Code Council - 5203 Leesburg Pike, Suite 600; Falls Church, VA 22041- 3401. Fed. Specs. and Fed Standards: Specifications Sales (3FRI), Bldg. 197, Washington Navy Yard, General Services Administration, Washington, D.C. 20407. END OF SECTION Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 SECTION 01 33 24 SUBMITTALS AND SUBSTITUTIONS Submittals and Substitutions 01 33 24-1 PART 1 - GENERAL 1.1 DESCRIPTION A.Work included:1.Make submittals required by the Contract Documents, and revise and resubmit as necessary to establish compliance with the specified requirements. B.Related work:1.Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications.2.Individual requirements for submittals also may be described in pertinent Sections of these Specifications.3.See General Conditions for submittal of schedules, cost breakdown, subcontractors’ list, etc. C.Work not included:1.Unrequired submittals will not be reviewed by the Engineer.2.The Contractor may require his subcontractors to provide drawings, setting diagrams, and similar information to help coordinate the Work, but such data shall remain between the Contractor and his subcontractors and will not be reviewed by the Engineer. 1.2 QUALITY ASSURANCE A.Coordination of submittals:1.Prior to each submittal, carefully review and coordinate all aspects of each item being submitted.2.Verify that each item and the submittal for it conform in all respects with the specified requirements.3.Shop drawings shall be submitted by the Contractor. Shop drawings shall be stamped and signed by the Contractor showing that they have been reviewed and approved by him/her before being sent to the Owner. a.Details shall be identified by reference number to sheet and detail, schedule or room numbers on the Contract Drawings. b.Submittals that have not been reviewed by the Contractor and do not bear a stamp of review by the Contractor will be returned and will not be reviewed by the Engineer. 4.All Shop Drawings and material submittals shall be numbered in sequence of submittal. Resubmittals shall receive a new number.5.Fabrication of work shall not be started or any parts shipped or transported to the job site prior to the review of shop drawings by the Engineer, and compliance with the Contract Documents has been verified.6.The Contractor shall assume full responsibility for coordinating and verifying schedules, quantities and dimensions shown on Shop Drawings. The Owner assumes no responsibility for checking schedules, quantities or dimensions. B.Substitutions:1.The Contract is based on the standards of quality established in the Contract Documents. Substitutions will be considered only when substantiated by the Contractor's submittal of required data within 5 calendar days after the Notice to Proceed. Only one substitution request will be considered for each specified item. Unless noted otherwise in a specific Section of the Specifications after 5 calendar days after the Notice to Proceed it will be assumed all items are to be as specified in these documents and substitutions may not be accepted by the Engineer. It shall be the Contractor's responsibility to notify the Engineer in writing, of any deviations in the submittals from the requirements of the Contract Documents. 3.The following products do not require further approval except for interface within the Work:a.Products specified by reference to standard specifications such as ASTM and similar standards.b.Products specified by manufacturer's name and catalog model number.c.The Contractor, however, shall submit to the Engineer a letter stating that the products submitted will be as stated in a. and b. above. Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Submittals and Substitutions 01 33 24-2 4.Do not substitute materials, equipment, or methods unless such substitution has been specifically approved in writing for this Work by the Engineer. C.Time for review of substitutions:1.In the interest of time, substitutions are not encouraged unless absolutely unavoidable. When submitting an item for substitution for a specified item, submit all pertinent data required to enable the Engineer to make an accurate and timely evaluation. Incomplete submittals or insufficient data will be cause for the submittal to be rejected.2.Requests for extension of the time directly or indirectly related to approval of substituted items will not be granted.3.Additional review time by the Engineer caused by a substitution shall in no way be charged as a delay to the Project.4.It shall be the sole responsibility of the Contractor to avoid delays through the process of substitution. CI."Or equal":1.Where the phrase "or equal," or "as approved equal," occurs in the Contract Documents, do not assume that the materials, equipment, or methods will be considered as equal unless the item has been specifically so reviewed by the Engineer and deemed in conformance with design intent and quality established for this Work.2.The decision of the Owner shall be final.3.If submittals on "or equal" items are not made within the prescribed time or are incomplete, then the item or material originally specified shall be supplied. 1.3 SUBMITTALS A.Make submittals of Shop Drawings, Samples, substitution requests, and other items in accordance with the provisions of this Section. B.Submittals shall include all technical and performance data on the product or material required for theEngineer to make a fair evaluation, including physical samples if deemed necessary by the Engineer. C.Incomplete submittals will be returned to the Contractor and will not be reviewed by the Engineer. The Contractor shall be solely responsible for any delays caused by making incomplete submittals. D.For purposes of uniformity, only one make and/or brand of material will be accepted for each type of material used. All electrical material shall be listed by Underwriters Laboratories, Inc., and shall meet their requirements and bear their label. PART 2 - PRODUCTS 2.1 SHOP DRAWINGS A.Scale and measurements: Make Shop Drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its method of connection to the Work. B.Types of prints required:1.Submit Shop Drawings in the form of an electronic PDF file or hard copy. C.Review comments of the Engineer will be shown on the transparency when they are returned to the Contractor. The Contractor may make and distribute such copies as are required for his purposes. D.Review of Shop Drawings and submittals is only for general conformance with the design concept, colors, texture of material and general compliance with the Contract Documents. Any action indicated or shown is subject to the requirements of the Contract Drawings and Specifications. Review of Shop Drawings is not intended to modify or change in any way the Contract Documents (any deviations shall be separately stated in writing). The Contractor shall be solely responsible for fabrication processes and methods, field dimensions and quantities. Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Submittals and Substitutions 01 33 24-3 2.2 MANUFACTURERS' LITERATURE A.Where contents of submitted literature from manufacturers includes data not pertinent to the submittal, clearly show which portions of the contents is being submitted for review. B.Submit the number of paper copies which are required to be returned, plus three copies which will be retained by the Owner or submit one electronic copy in PDF format to the Owner and Engineer. 2.3 SAMPLES A.Provide Sample or Samples identical to the precise article proposed to be provided. Identify as described under "Identification of submittals" below. B.Number of Samples required:1.Unless otherwise specified, submit Samples in the quantity, which is required to be returned, plus one which will be retained by the Owner. 2.4 COLORS AND PATTERNS A.Unless the precise color and pattern is specifically called out in the Contract Documents, and whenever a choice of color or pattern is available in the specified products, submit accurate color and pattern charts to the Owner for selection. B.Within 10 days from the Notice to Proceed, General Contractor shall submit to the Owner a list of manufacturers of all products or materials requiring color selections, which will be used on the job. Samples of the manufacturer’s complete color range shall also be submitted at this time. Color selections will not be made by the Owner until color samples for all items to be selected have been submitted. The Owner will not make partial color selections. C.Failure of the Contractor to submit all color charts for all products or materials requiring color selections within 10 days, thus requiring additional time for the Owner to make selections, shall not be grounds for a delay claim. D.Allow 10 working days after the receipt of all color lists of all products or materials requiring color selections for the Owner to make color selections. E.All concrete colors including the natural concrete color shall have 3’x3’ samples poured in place on site. Review and approval by the Owner is required for all concrete colors and finish prior to final placement. PART 3 - EXECUTION 3.1 IDENTIFICATION OF SUBMITTALS A.Each submittal shall be numbered or named consecutively by the Contractor and all documentation shall refer to that number.1.When material is resubmitted for any reason, transmit it under a new letter of transmittal and with a new transmittal number.2.On resubmittals, cite the original submittal number for reference. B.Accompany each submittal with a letter of transmittal or e-mail showing all information required for identification and checking. C.On at least the first page of each submittal, and elsewhere as required for positive identification, show the submittal number in which the item was included. D.Maintain an accurate submittal log for the duration of the Work, showing current status of all submittals at all times. Make the submittal log available to the Owner for his or her review upon request. 3.2 GROUPING OF SUBMITTALS Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Submittals and Substitutions 01 33 24-4 A.Unless otherwise specified, make submittals in groups containing all associated items to assure that information is available for checking each item when it is received. 1.Partial submittals may be rejected as not complying with the provisions of the Contract. 2.The Contractor may be held liable for delays so occasioned. 3.3 TIMING OF SUBMITTALS A.Make submittals far enough in advance of scheduled dates for installation to provide time required for reviews, for securing necessary approvals, for possible revisions and resubmittals, and for placing orders and securing delivery. The Contractor will be solely responsible for any delays caused by not making submittals in time for proper review. B.In scheduling, allow Sufficient time for review by the Engineer following his receipt of the submittal as set forth in the General Conditions. 3.4 ENGINEER'S REVIEW A.Review by the Engineer does not relieve the General Contractor from responsibility for errors which may exist in the submitted data nor does review by the Engineer relieve the Contractor from responsibility or in any way change the original Contract. B.Revisions:1.Make revisions required by the Engineer.2.If the Contractor considers any required revision to be a change, he shall so notify the Engineer as provided for in the Contract Documents.3.Make only those revisions directed by the Engineer. C.Reimbursement of Engineer's costs:1.In the event substitutions are proposed to the Engineer after the Contract has been awarded, theEngineer will record all time used by him and by his consultants in evaluation of each such proposed substitution. 2.Whether or not the Engineer approves a proposed substitution, the Contractor promptly upon receipt of the Engineer's billing shall reimburse the Engineer at his standard billing rates and that of his consultants for all time spent by them in evaluating the proposed substitution. 3.If the Contractor does not reimburse the Engineer for all time spent by them in evaluating the proposed substitution, with the authorization of the Owner, the amounts due the Engineer will be deducted from the pay request. END OF SECTION Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Submittals and Substitutions 01 33 24-5 SUBSTITUTION REQUEST FORM TO: Triad Consulting & System Design Group PROJECT: We hereby submit for your consideration the following product instead of the specified item for the above project: Section Paragraph Specified Item Proposed Substitution: Attached complete technical data, including laboratory tests, if applicable. Include complete information on changes to Drawings and/or Specifications, which proposed substitution will require for its proper installation. Fill in blanks below: What effect does the substitution have on other trades? Yes No Does the substitution affect dimensions shown on the Drawings? Differences between proposed substitution and specified item? Manufacturer’s guarantees of the proposed and specified items are: o Same o Different (explain on attachment) The undersigned states that the function, appearance, and quality of the proposed substitution are equivalent or superior to the specified item. Will the undersigned pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? Yes No Submitted by: Contractor Street Address City, CA Zip By: Firm: Phone: Fax: Date: For use by Engineer: o Accepted o Accepted as noted o Not Accepted o Received too late Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Product Requirements 01 60 00-1 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section includes administrative and procedural requirements for selection of products for use in Project ;product delivery, storage, and handling; manufacturers' standard warranties on products; specialwarranties; and comparable products. B.Related Requirements: 1.Section 01 33 24 "Substitution Procedures" for requests for substitutions. 1.2 DEFINITIONS A.Products: Items obtained for incorporating into the Work, whether purchased for Project or taken frompreviously purchased stock. The term "product" includes the terms "material," "equipment," "system,"and terms of similar intent. 1.Named Products: Items identified by manufacturer's product name, including make or modelnumber or other designation shown or listed in manufacturer's pub lished product literature, that iscurrent as of date of the Contract Documents.2.New Products: Items that have not previously been incorporated into another project or facility.Products salvaged or recycled from other projects are not considered new products.3.Comparable Product: Product that is demonstrated and approved through submittal process tohave the indicated qualities related to type, function, dimension, in -service performance, physicalproperties, appearance, and other characteristics that equal or exceed those of specified product. B.Basis-of-Design Product Specification: A specification in which a specific manufacturer's product isnamed and accompanied by the words "basis-of-design product," including make or model number orother designation, to establish the significant qualities related to type, function, dimension, in -serviceperformance, physical properties, appearance, and other characteristics for purposes of evaluatingcomparable products of additional manufacturers named in the specification. 1.3 ACTION SUBMITTALS A.Comparable Product Requests: Submit request for consideration of each comparable product. Identifyproduct or fabrication or installation method to be replaced. Include Specification Section number andtitle and Drawing numbers and titles. 1.Engineer's Action: If necessary, Engineer will request additional information or documentationfor evaluation within one week of receipt of a comparable product request. Engineer will notifyContractor of approval or rejection of proposed comparable product request within [15] days ofreceipt of request, or [seven] days of receipt of additional information or documentation,whichever is later. a.Form of Approval: As specified in Section 01 33 24 "Submittal Procedures."b.Use product specified if Engineer does not issue a decision on use of a comparable productrequest within time allocated 1.4 QUALITY ASSURANCE A.Compatibility of Options: If Contractor is given option of selecting between two or more products for useon Project, select product compatible with products previously selected, even if previously selectedproducts were also options. Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Product Requirements 01 60 00-2 1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING A.Deliver, store, and handle products using means and methods that will pr event damage, deterioration, andloss, including theft and vandalism. Comply with manufacturer's written instructions. B.Delivery and Handling: 1.Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding ofconstruction spaces.2.Coordinate delivery with installation time to ensure minimum holding time for items that areflammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses.3.Deliver products to Project site in an undamaged condition in manufacturer's original sealedcontainer or other packaging system, complete with labels and instructions for handling, storing,unpacking, protecting, and installing.4.Inspect products on delivery to determine compliance with the Contract Documents and todetermine that products are undamaged and properly protected. C.Storage: 1.Store products to allow for inspection and measurement of quantity or counting of units.2.Store materials in a manner that will not endanger Project structure.3.Store products that are subject to damage by the elements, under cover in a weathertight enclosureabove ground, with ventilation adequate to prevent condensation.4.Protect foam plastic from exposure to sunlight, except to extent necessary for period of installationand concealment.5.Comply with product manufacturer's written instructions for temperature, humidity, ventilation,and weather-protection requirements for storage.6.Protect stored products from damage and liquids from freezing. 1.6 PRODUCT WARRANTIES A.Warranties specified in other Sections shall be in addition to, and run concurrent with, other warrantiesrequired by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties donot relieve Contractor of obligations under requirements of the Contract Documents. 1.Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a particularproduct and specifically endorsed by manufacturer to Owner.2.Special Warranty: Written warranty required by the Contract Documents to provide specific rightsfor Owner. B.Special Warranties: Prepare a written document that contains appropriate terms and identification, readyfor execution. 1.Manufacturer's Standard Form: Modified to include Project-specific information and properlyexecuted.2.Specified Form: When specified forms are included with the Specifications, prepare a writtendocument using indicated form properly executed.3.Refer to other Sections for specific content requirements and particular requirements forsubmitting special warranties. C.Submittal Time: Comply with requirements in Section 01 77 00 "Closeout Procedures." PART 2 - PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A.General Product Requirements: Provide products that comply with the Contract Documents, areundamaged and, unless otherwise indicated, are new at time of i nstallation. 1.Provide products complete with accessories, trim, finish, fasteners, and other items needed for acomplete installation and indicated use and effect.2.Standard Products: If available, and unless custom products or nonstandard options are specified,provide standard products of types that have been produced and used successfully in similarsituations on other projects. Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Product Requirements 01 60 00-3 3.Owner reserves the right to limit selection to products with warranties not in conflict withrequirements of the Contract Documents.4.Where products are accompanied by the term "as selected," Owner will make selection.5.Descriptive, performance, and reference standard requirements in the Specifications establishsalient characteristics of products. B.Product Selection Procedures: 1.Product: Where Specifications name a single manufacturer and product, provide the namedproduct that complies with requirements. Comparable products or substitutions for Contractor'sconvenience will not be considered.2.Manufacturer/Source: Where Specifications name a single manufacturer or source, provide aproduct by the named manufacturer or source that complies with requirements. Comparableproducts or substitutions for Contractor's convenience will not be considered.3.Products: a.Restricted List: Where Specifications include a list of names of both manufacturers andproducts, provide one of the products listed that complies with requirements. Comparableproducts or substitutions for Contractor's convenience may be considered by the City.b.Nonrestricted List: Where Specifications include a list of names of both availablemanufacturers and products, provide one of the products listed, or an unnamed product,that complies with requirements. Comply with requirements in "Comparable Products"Article for consideration of an unnamed product. 4.Manufacturers: a.Restricted List: Where Specifications include a list of manufacturers' names, provide aproduct by one of the manufacturers listed that complies with requirements. Comparableproducts or substitutions for Contractor's convenience may be considered by the City.b.Nonrestricted List: Where Specifications include a list of available manufacturers, providea product by one of the manufacturers listed, or a product by an unnamed manufacturer,that complies with requirements. Comply with requirements in "Comparable Products"Article for consideration of an unnamed manufacturer's product. 5.Basis-of-Design Product: Where Specifications name a product, or refer to a product indicated onDrawings, and include a list of manufacturers, provide the specified or indicated product or acomparable product by one of the other named manufacturers. Drawings and Specificationsindicate sizes, profiles, dimensions, and other characteristics that are based on the product named.Comply with requirements in "Comparable Products" Article for consideration of an unnamedproduct by one of the other named manufacturers. C.Visual Matching Specification: Where Specifications require "match Architect's sample", provide aproduct that complies with requirements and matches Architect's sample. Architect's decision will be finalon whether a proposed product matches. 1.If no product available within specified category matches and complies with other specifiedrequirements, comply with requirements in Section 012500 "Substitution Procedures" for proposalof product. D.Visual Selection Specification: Where Specifications include the phrase "as selected by Owner frommanufacturer's full range" or similar phrase, select a product that complies with requirements. Ownerwill select color, gloss, pattern, density, or texture from manufacturer's product line that includes bothstandard and premium items. 2.2 COMPARABLE PRODUCTS A.Conditions for Consideration: Engineer will consider Contractor's request for comparable product whenthe following conditions are satisfied. If the following conditions are not satisfied, Engineer may returnrequests without action, except to record noncompliance with these requirements: 1.Evidence that the proposed product does not require revisions to the Contract Documents, that it isconsistent with the Contract Documents and will produce the indicated results, and that it iscompatible with other portions of the Work.2.Detailed comparison of significant qualities of proposed product with those named in theSpecifications. Significant qualities include attributes such as performance, weight, size,durability, visual effect, and specific features and requirements indicated.3.Evidence that proposed product provides specified warranty. Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Product Requirements 01 60 00-4 4.List of similar installations for completed projects with project names and addresses and namesand addresses of architects and owners, if requested.5.Samples, if requested. END OF SECTION Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 SECTION 01 71 13 MOBILIZATION AND DEMOBILIZATION Mobilization and Demobilization 01 71 13-1 PART 1 - GENERAL 1.01 SECTION INCLUDES A.Mobilization and demobilization requirements. 1.02 DEFINITIONS A.Mobilization includes bringing in all necessary equipment to the site to do the work. It also includes all labor materials and equipment to set up temporary offices, structures, facilities, signs and utilities. B.Demobilization includes removing all construction equipment and debris so site is left clean . 1.03 TEMPORARY FACILITIES A.Field Office: CONTRACTOR’S OPTION (Not required). If provided, the Contractor's field office must be confined to the designated staging area as determined by the City’s project manager. B.Phone: Contractor shall maintain a mobile phone on site at all times with a number available to the Project Manager and Engineer. C.Utilities: Owner will provide power, water. Contractor shall provide all other temporary utilities required. D.Sanitary facilities: Contractor to provide and maintain. E.Construction and Support: Set up and maintain in a neat and orderly manner temporary enclosures, identification signs, and waste material disposal. PART 2 - PRODUCTS 2.01 MATERIALS A.Temporary Materials: CONTRACTOR’S OPTION. PART 3 - EXECUTION 3.01 INSTALLATIONS A.Relocate and modify temporary facilities as required. B.Install temporary utility service or connect to existing service. C.Locate field office, storage sheds, sanitary facilities and other temporary construction and support facilities for easy access and within the staging area shown on the plans. Use of gasoline-burning, open flame or salamander type heating units is prohibited. D.Conform to local standards and codes for erection of adequate fences and barricades. Maintain all signing, barricades, fencing, drainage, and other items as required to protect public and private property from damage caused by demolition operations. E.Coordinate location of storage areas to avoid interference with drainage, traffic, or private property. F.Provide and maintain all temporary signage required by the Work. G.Provide and install safety barriers as required by the work to protect employees and the pub lic. 3.02 REMOVALS A.Completely remove temporary materials and equipment:1.At completion of work. B.Clean and repair damage caused by installation of temporary facilities. C.Restore areas to original or to specified conditions at completion of the Work. END OF SECTION Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Cleaning 01 74 13-1 SECTION 01 74 13 CLEANING PART 1 - GENERAL 1.01 DESCRIPTION A.Work Included: Throughout the construction period, maintain the buildings and site in a standard of cleanliness as described in this Section. B.In addition to standards described in this Section, comply with all requirements for cleaning up as described in various other Sections of these Specifications. C.Related Sections: The completion of the work described in this Section may require work in or coordination with other Sections of these specifications. The Contractor and the sub -contractor shall be responsible for identifying and including all related work in other Sections of these specifications and/or drawings necessary for a complete installation of the work described in this Section. These related Sections include but are not limited to the following: 1.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 QUALITY ASSURANCE A.Inspection: Conduct daily inspection, and more often if necessary, to verify that requirements of cleanliness are being met. B.Codes and Standards: In addition to the standards described in this Section, comply with all pertinent requirements of governmental agencies having jurisdiction. PART 2 - PRODUCTS 2.01 CLEANING MATERIALS AND EQUIPMENT A.Provide all required personnel, equipment, and materials needed to maintain the specified standard of cleanliness. 2.02 COMPATIBILITY A.Use only the cleaning materials and equipment which are compatible with the surface being cleaned, as recommended by the manufacturer of the material or as approved by the Engineer. PART 3 - EXECUTION 3.01 PROGRESS CLEANING A.General: 1.Retain all stored items in an orderly arrangement allowing maximum access, not impeding drainage or traffic, and providing the required protection of materials. 2.Do not allow the accumulation of scrap, debris, waste material, and other items not required for construction of this Work. 3.At least twice each month, and more often if necessary, completely remove all scrap, debris, and waste material from the job site. 4.Provide adequate storage for all items awaiting removal from the job site, observing all requirements for fire protection and protection of the ecology. B.Site: 1.Daily, and more often if necessary, inspect the site and pick up all scrap, debris, and waste material. Remove all such items to the place designated for their storage. Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Cleaning 01 74 13-2 2.Weekly, and more often if necessary, inspect all arrangements of materials stored on the site; restock, tidy, or otherwise service all arrangements to meet the requirements of subparagraphs 3.1.1. 3.Maintain the site in a neat and orderly condition at all times. C.Structures: 1.Weekly, and more often if necessary, inspect the structures and pick up all scrap, debris, and waste material. Remove all such items to the place designated for their storage. 2.Weekly, and more often if necessary, sweep all interior spaces clean. "Clean," for the purpose of this sub-paragraph, shall be interpreted as meaning free from dust and other material capable of being removed by use of reasonable effort and hand-held broom. 3.As required preparatory to installation of succeeding materials, clean the structures or pertinent portions thereof to the degree of cleanliness recommended by the manufacturer of the succeeding material, using all equipment and materials required to achieve the required cleanliness. 4.Following the installation of finish floor materials, clean the finish floor daily (and more often if necessary) at all times while work is being performed in the space in which finish materials have been installed. "Clean," for the purpose of this subparagraph, shall be interpreted as meaning free from all foreign material which, in the opinion of the Engineer may be injurious to the finish floor material. 3.02 FINAL CLEANING A.Definition: Except as otherwise specifically provided, "clean," for the purpose of this Article, shall be interpreted as meaning the level of cleanliness generally provided by skilled cleaning using commercial quality building maintenance equipment and materials. B.General: Prior to completion of the Work, remove from the job site all tools, surplus materials, equipment, scrap, debris, and waste. Conduct final progress cleaning as described in Article 3.01 above. C.Site: Unless otherwise specifically directed by the Engineer, broom clean all paved areas on the site and all public paved areas directly adjacent to the site. Completely remove all resultant debris. D.Structures: 1.Exterior: Visually inspect all exterior surfaces and remove all traces of soil, waste material, smudges, and other foreign matter. Remove all traces of splashed materials from adjacent surfaces. If necessary to achieve a uniform degree of exterior cleanliness, hose down the exterior of the structure. In the event of stubborn stains not removable with water, the Engineer may require light sandblasting or other cleaning at no additional cost to the City. 2.Interior: Visually inspect all interior surfaces and remove all traces of soil, waste material, smudges, and other foreign matter. Remove all traces of splashed materials from adjacent surfaces. Remove all paint dropping, spots, stains, and dirt from finished surfaces. Use only the specified cleaning materials and equipment. E.Timing: Schedule final cleaning as approved by the Engineer to enable the City to accept a completely clean project. END OF SECTION Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Project Closeout 01 77 00-1 SECTION 01 77 00 PROJECT CLOSEOUT PART 1 - GENERAL 1.01 SUMMARY A.This Section describes contract closeout procedures including: 1.Project record documents 2.Product Data 3.Operation and Maintenance data 4.Removal of temporary construction facilities 5.Final completion 6.Final cleaning 7.Material, equipment and finish data 8.Project guarantee 9.Warranties 10.Restorative and Remedial Work 11.Turn-in 12.Fire Inspection Coordination 13.Building Inspection Coordination B.Related Sections: The completion of the work described in this Section may require work in or coordination with other Sections of these specifications. The Contractor and the sub -contractor shall be responsible for identifying and including all related work in other Sections of these specifications and/or drawings necessary for a complete installation of the work described in this Section. These related Sections include but are not limited to the following: 1.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 PROJECT RECORD DOCUMENTS A.Maintenance of Documents and Samples: 1.Store Project documents and samples in field office apart from documents used for construction. 2.Maintain Project documents in a clean, dry, legible condition and in good order. 3.Do not use Project record documents for construction. B.Recording: 1.Record information carefully and neatly, with felt tip pens, in color code designated, and in the manner approved in advance by the Engineer. a.Information recording will be continuous throughout construction. Information shall be recorded at the time of event(s) and shall be available at all times for review by the Engineer and Owner. 2.Label each document “Project Record” in large, neat, printed letters. C.Record Drawings: Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Project Closeout 01 77 00-2 1.Record the following kinds of information on black line or blue line prints or in electronic PDF format: a.Changes made by Change Orders and other modifications described in the General Conditions. b.Locations of work buried under or outside the building, such as plumbing and electrical lines and conduits. c.Locations of work concealed inside the building whose general location is changed from that shown on the Contract Documents. d.Locations of items, not necessarily concealed, which have been changed, with the Architect’s prior acceptance, from the locations indicated on the Contract Documents. e.Locations of significant items such as main power disconnect, main water and gas shutoffs, motor disconnects, filters, controls, isolating valves and the like shall be highlighted on the record drawings. f.Provide line diagrams of all installed electrical power, lighting, switching, low voltage, security electronics, subpanels, meter mains, termination points, transformers and systems. g.In addition to the previously specified requirements for record drawings: Keep up to date during the entire progress of the work, and make a vailable to the Architect. Furnish additional drawings necessary for clarification. Record deviations from the sizes, locations, and other features of installations shown in the Contract Documents. Establish locations of underground work by dimensions to column lines or walls, locating turns, and by referenced centerline or invert elevations and rates of fall. Give sufficient information to locate work concealed in the Building. Drawing to Scale: Locate main runs of piping, conduit, ductwork, and similar items by dimensions. Locate other items either by dimensions or in relation to spaces within the building. 2.Furnish reproducible record drawings, made from final Shop Drawings, updated to show actual conditions, for specified work. D.“As-Built” Drawings: 1.At time of acceptance of the work and prior to final payment, using the record drawings for reference, prepare “As-Built” drawings on permanent, transparent, reproducible prints or in electronic PDF format that will be furnished by the Engineer and paid for by the Owner. 2.Employ a professional draftsman to prepare the “As-Built” drawings from the record drawings; record information in ink in electronic PDF format. DI.Specifications and Addenda: 1.Mark each Specification Section to record: a.Manufacturer, trade name, catalog number, and supplier of each product and item of equipment incorporated in the work.b.Changes made by Change Order and other modifications described in the General Conditions. DII.Large Scale Layout Drawings: 1.The preparations of large scale detailed layout drawings are required for the coordination of the work, specifically Divisions 15 and 16 of the Specifications. These layout drawings are not Shop Drawings as defined by the General Conditions, but, together with Shop Drawings or layout drawings of affected Sections, are used to check, coordinate, and integrate the work of the various Sections. 2.Provide layout drawings as part of the Project record documents. DIII.Record Construction Schedule: Using the latest Progress Schedule required by Section 01 32 16 as a reference, submit a Record Construction Schedule showing the actual dates and duration of construction activities. DIV.Sign and date the completed Project record documents; deliver to the Engineer who will deliver to the Owner after Final Acceptance of the Work. Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Project Closeout 01 77 00-3 1.03 PRODUCT DATA A.Furnish three copies of manufacturers’ product data, specifications, installation instructions, and maintenance instructions for products incorporated in the work; information specified herein shall be for products in addition to equipment items requiring operating and maintenance data specified elsewhere in this Section. All product data pertaining to an item shall be assembled together. B.Sign and date the completed product data, and submit to the Engineer, who will deliver them to the Owner. 1.04 OPERATING AND MAINTENANCE DATA A.General: Where maintenance manuals, record data, and operating instructions are specified, assemble in three ring, plastic binders sized for 8-1/2" x 11" sheets or in electronic PDF format; include the following: 1.Identification on, or readable through, the front cover containing the Project name and address and the general subject matter in the manual. 2.Typewritten index near the front of the manual indicating locations of emergency data for equipment included in the manual. 3.Instructions regarding operation and maintenance of the equipment included in the manual. 4.Replaceable parts, part numbers, cost, and name and address of nearest parts distributor. 5.Copy of each warranty and service contract issued for the equipment included in the manual. 6.Include additional data required for the Owner’s operation and maintenance. B.Catalog Data: Where contents of manuals include manufacturers' catalog pages, indicate the items included in the Project and delete data which is not applicable. C.Shop Drawings: Furnish one set of reviewed or revised Shop Drawings showing changes made during construction and/or installation. D.Number of Copies Required: 1.Submit manuals in the quantity required to be returned, plus the following which will be retained by the Owner: a.Two copies of other manuals; In lieu of paper copies, manuals may be submitted in electronic PDF format. 1.05 INSTRUCTION OF THE OWNER’S PERSONNEL A.Furnish qualified personnel for on the job instruction of the Owner’s oper ating and maintenance personnel. 1.06 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES A.Remove temporary materials, equipment, services, and construction prior to Substantial Completion Inspection. B.Clean and repair damage caused by installation or use of temporary facilities. C.Restore permanent facilities used during construction to specified condition. 1.07 SUBSTANTIAL COMPLETION A.When Contractor considers Work or designated portion of the Work as substantially complete, Contractor shall submit written notice to Owner, with list of items to be completed or corrected. B.Within reasonable time, Engineer and Owner will inspect to determine status of completion. Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Project Closeout 01 77 00-4 C.Should Engineer and Owner determine that Work is not substantially complete, Owner will promptly notify Contractor in writing, listing all defects and omissions. D.Contractor shall remedy deficiencies and send a second written notice of substantial completion. Owner and Engineer will reinspect the Work. If deficiencies previously noted are not corrected on reinspection, then Contractor shall pay the cost of the reinspection. E.When Owner and Engineer concurs that Work is substantially complete, Owner will issue a Certificate of Substantial Completion, accompanied by Contractor’s list of items to be complete or corrected as verified by Owner and Engineer. F.Manufactured units, equipment and systems that require startup must have been started up and run for periods prescribed by Owner before a Certificate of Substantial Completion will be issued. The term “Substantial Completion” is defined in the General Conditions of the Contract. 1.Certification that all mechanical, electrical, plumbing, and hardware equipment has been tested and is operational. The Contractor will provide copies of all test results and reports including a binder by division fully indexed, outlining all equipment and performance tests. See Section 01 33 24 - Submittals and Substitutions. 1.08 COMMISSIONING: A.Building Commissioning: 1.Not Applicable 1.09 FINAL COMPLETION A.Final Completion is defined in the General Conditions. Final Completion occurs when Work meets requirements for Owner’s Final Acceptance. When Contractor considers Work is finally complete, submit written certification that: 1.Contractor has inspected Work for compliance with Contract Documents, and all requirements for Final Acceptance have been met. 2.Except for Contractor maintenance after Final Acceptance, Work has been completed in accordance with Contract Documents and deficiencies listed with Certificate of Substantial Completion have been corrected. Operation of equipment and systems have been reviewed with Owner Maintenance and Operational personnel, have been tested in the presence of Owner’s representative, and are operative. 3.Work is complete and ready for final inspection. B.In addition to submittals required by conditions of Contract, Contractor shall provide submittals required by governing authorities and submit final statement of accounting giving total adjusted Contract Sum, previous payments, and sum remaining due. C.When Engineer and Owner finds Work is acceptable and final submittal is complete, Owner will issue final change order reflecting approved adjustments to Contract Sum not previously made by Change Order. Should Engineer or Owner determine that Work is incomplete or defective: 1.Owner promptly will so notify Contractor, in writing, listing the incomplete or defective items. 2.Contractor shall promptly remedy the deficiencies and notify the Owner when it is ready for re inspection. 3.When Engineer and Owner determine that the Work is acceptable under the Contract Documents, Owner will request Contractor to make closeout submittals. D.Final adjustments of accounts: 1.Contractor shall submit a final statement of accounting to Owner, showing all adjustments to the Contract Sum and complete and execute a notarized Final Lien Release. Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Project Closeout 01 77 00-5 2.If so required, Owner shall prepare a final Change Order for submittal to Contractor, showing adjustment to the Contract Sum that were not previously made into a Contract Modification. 1.10 FINAL CLEANING A.Execute final cleaning prior to final inspection. B.Clean interior and exterior surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. 1.Clean equipment and fixtures to a sanitary condition, clean or replace filters of mechanical equipment operated during construction, clean ducts, blowers and coils of units operated without filters during construction. 2.Employ skilled workers for final cleaning. C.Clean Site; mechanically sweep paved areas. D.Remove waste and surplus materials, rubbish, and construction facilities from Site. 1.11 MATERIAL, EQUIPMENT AND FINISH DATA A.Contractor shall submit two sets of data for primary materials, equipment and finishes as required under each specification section prior to final inspection, bound in 8-1/2" by 11" three-ring binders with durable plastic covers to Owner for Owner’s records. In lieu of paper copies, Contractor may submit an electronic version of material data in PDF format. 1.12 MISCELLANEOUS PROJECT RECORD SUBMITTALS A.Refer to other Specification Sections for miscellaneous record keeping requirements and submittals in connection with various construction activities. Immediately prior to Substantial Completion, complete miscellaneous records and place in good order, properly identified and bound or filed, ready for use and reference. Submit to Owner for Owner’s records. 1.13 PROJECT GUARANTEE A.Contractor shall guarantee Work done under Contract against failures, leaks or breaks or other unsatisfactory conditions due to defective equipment, materials or workmanship, and perform repair work or replacement required, at Contractor’s sole expense, for period of one year from date of Final Acceptance. B.Neither recordation of final acceptance nor final certificate for paymen t nor provision of the Contract nor partial or entire use or occupancy of premises by Owner shall constitute acceptance of Work not done in accordance with Contract Documents nor relieve Contractor of liability in respect to express warranties or responsibility for faulty materials or workmanship. C.Owner may make repairs to defective Work as set forth in the General Conditions, if, within 5 working days after mailing of written notice of defective work to Contractor or authorized agent, Contractor shall neglect to make or undertake repair with due diligence; provided, however, that in case of leak or emergency where, in opinion of Owner, delay would cause hazard to health or serious loss or damage, repairs may be made without notice being sent to Contractor, and Contractor shall pay cost thereof. D.If, after installation, operation or use of materials or equipment to be furnished under Contract proves to be unsatisfactory to Owner, Owner shall have right to operate and use materials or equipment until it can, without damage to Owner, be taken out of service for correction or replacement. Period of use of defective materials or equipment pending correction or replacement shall in no way decrease guarantee period required for acceptable corrected or replaced items of materials or equipment. E.Nothing in this Section shall be construed to limit, relieve or release Contractor’s, subcontractors’ and equipment suppliers’ liability to Owner for damages sustained as result of latent defects in equipment caused by negligence of suppliers’ agents, employees or subcontractors. Stated in another manner, warranty contained in the Contract Documents shall not amount to, nor shall it be deemed to be, waiver by Owner of any rights or remedies (or time limits in which to enforce such rights or remedies) it may have for defective workmanship or defective materials under laws of this State pertaining to acts of negligence. Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Project Closeout 01 77 00-6 1.14 WARRANTIES A.Execute Contractor’s submittals and assemble warranty documents, and operations and maintenance manuals, executed or supplied by subcontractors, suppliers, and manufacturers. 1.Provide table of contents and assemble in 8-1/2" by 11" three-ring binder with durable plastic cover, appropriately separated and organized. 2.Assemble in Specification Section order. B.The Contractor shall not be held responsible for defects due to misuse, negligence, willful damage, improper maintenance or accident caused by Others, or for defective parts whose replacement is necessitated by failure of Owner’s maintenance forces to properly clean and service them, provided the Contractor has furnished complete maintenance instructions and appropriate instruction to the Owner. C.Submit material prior to final application for payment. 1.For equipment put into use with Owner’s permission during construction, submit within ten (10) working days after first operation. 2.For items of Work delayed materially beyond Date of Substantial Completion, provide updated submittal within ten (10) working days after acceptance, listing date of acceptance as start of warranty period. D.Warranties are intended to protect Owner against failure of work and against deficient, defective and faulty materials and workmanship, regardless of sources. E.Limitations: Warranties are not intended to cover failures that result from the following: 1.Unusual or abnormal phenomena of the elements 2.Vandalism after substantial completion 3.Insurrection or acts of aggression including war F.Related Damages and Losses: Remove and replace Work which is damaged as result of defective Work, or which must be removed and replaced to provide access for correction of warranted Work. G.Warranty Reinstatement: After correction of warranted Work, reinstate warranty for corrected Work to date of original warranty expiration or to a date not less than 365 days after corrected Work was done, whichever is later. H.Replacement Cost: Replace or restore failing warranted items without regard to anticipated useful service lives. I.Warranty Forms: Submit drafts to Owner for approval prior to execution. Forms shall not detract from or confuse requirements or interpretations of Contract Documents. 1.Warranty shall be countersigned by manufacturers. 2.Where specified, warranty shall be countersigned by subcontractors and installers. J.Rejection of Warranties: Owner reserves right to reject unsolicited and coincidental product warranties that detract from or confuse requirements or interpretations of Contract Documents. K.Term of Warranties: For materials, equipment, systems and workmanship warranty period shall be one (1) year minimum from date of final completion of entire Work except where: 1.Detailed specifications for certain materials, equipment or systems require longer warranty periods. 2.Materials, equipment or systems are put into beneficial use of Owner prior to Final Completion as agreed to in writing by Owner. L.Warranty of Title: No material, supplies, or equipment for Work under Contract shall be purchased subject to any chattel mortgage, security agreement, or under a conditional sale or other agreement by which an interest therein or any part thereof is retained by seller or supplier. Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Project Closeout 01 77 00-7 Contractor warrants good title to all material, supplies, and equipment installed or incorporated in Work and agrees upon completion of all work to deliver premises, together with improvements and appurtenances constructed or placed thereon by Contractor, to Owner free from any claim, liens, security interest, or charges, and further agrees that neither Contractor nor any person, firm, or corporation furnishing any materials or labor for any Work covered by Contract shall have right to lien upon premises or improvement or appurtenances thereon. Nothing contained in this Paragraph, however, shall defeat or impair right of persons furnishing materials or labor under bond given by Contractor for their protection or any rights under law permitting persons to look to funds due Contractor in hands of Owner. 1.15 SERVICE AND MAINTENANCE CONTRACTS A.Compile, review, and submit specified service and maintenance contracts as specified for warranties and bonds. 1.16 PREPARATION FOR FINAL INSPECTION A.Perform final cleaning as specified in Section 01 74 13. B.Assemble warranties, service and maintenance contracts, operating and maintenance instructions, and other items as specified, and submit to the Owner. C.Remove temporary tapes, wrapping, coatings, paper labels, and other similar items. Dust, mop, wash, or wipe exposed and semi-exposed surfaces. D.At the Contractor’s request, the Engineer will attend a pre-final detailed Project review, to allow the Contractor to gather the majority of punch list items while the subcontractors are still on the Project. Provide a typewritten list of all items remaining to be completed or corrected; list by room number and item number. Segregate plumbing, HVAC, and electrical on separate lists. If the Owner requires that the Engineer perform, assemble or assist in creating the pre-final project list in order to move the Project to completion, the Engineer shall be compensated for all associated costs which will be deducted from the progress payment due the Contractor. Any associated costs resulting from the additional work will be processed as a Deductive Change Order in accordance with the General Conditions. If the Engineer or Owner determines that the list is inadequate, non-descriptive or incomplete based on the review, the Engineer shall generate the list. The Engineer shall be compensated all associated costs which will be deducted from the progress payment due the Contractor. Any associated costs resulting from the additional work will be processed as a Deductive Change Order in accordance with the General Conditions. E.At the Contractor’s request, the Engineer will make a final Project review when the items in the pre-final punch list have been completed and after final cleanup, operation tests and the like have been performed. F.When the Engineer determines that the Project is substantially complete and that final punch list items are completed, a final Project Inspection Report shall be executed. G.Upon execution of the Final Project Inspection Report, record and pay for Notice of Completion and furnish copies to the Owner and the Engineer. 1.17 RESTORATION OF DAMAGED WORK A.Restore or replace damaged materials and finishes caused by movement of equipment or other operations of the Contractor or as specified or directed by the Engineer, at no additional cost to the Owner. B.Restoration shall be equal to the original work, and finishes shall match the appearance of existing adjacent work. 1.18 REMEDIAL WORK A.Replace work due to faulty workmanship or materials at no additional Cost to the Owner. B.Coordinate work with the Owner and perform at such time and manner to cause minimal interruption and inconvenience to the Owner’s operations. 1.19 EXTRA MATERIALS Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Project Closeout 01 77 00-8 A.Where specified, provide extra materials in the quantities and manner specified. B.Store these materials as directed by the Owner. C.Delivery and certification of extra materials shall be prerequisite to Substantial Completion. 1.20 TURN-IN A.Contract Documents will not be closed out and final payment will not be made until all personnel Identification Media, vehicle permits and keys issued to Contractor during prosecution of Work are turned in to Owner. 1.21 RELEASE OF CLAIMS A.Contract Documents will not be closed out and final payment will not be made until a Release of Any and All Claims, is completed and executed by Contractor and Owner. 1.22 FIRE INSPECTION COORDINATION A.Contractor shall coordinate fire inspection and secure sufficient notice to Owner to permit convenient scheduling. 1.23 BUILDING INSPECTION COORDINATION A.Contractor shall coordinate with Owner’s and Building inspectors a final inspection for the purpose of obtaining final approval an occupancy certificate. END OF SECTION Building Access Control System Replacement Rohnert Park City Proj. No. 2021-03 Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 07 8400: Firestopping SECTION 07 8400 FIRESTOPPING PART 1 - GENERAL 1.01 DESCRIPTION A.Firestopping, as described herein, consists of furnishing and installing materials to form aneffective barrier against the spread of flame, smoke and toxic gases. Use firestopping in firebarriers for sealing around penetrations for compliance with NFPA 101 and NFPA 70.B.Firestopping materials may be either factory built (Firestop Devices) or field erected(Through-Penetration Firestop Systems) to form a specific building system, which willmaintain the required integrity of the fire barrier. 1.02 RELATED DOCUMENTSA.General: Drawings and General Provisions of the Contract, including General andSupplementary Conditions and Special Provisions, apply to this section. Also provide thework in accordance with the Section 28 00 00, Security General Requirements. 1.03 SUBMITTALSA.Provide Shop Drawings and Equipment Submittals as described in Section 28 00 00,Security General Requirements.B.Manufacturers’ literature and installation instructions for each type firestopping to be used.Provide UL classification number for each system to be installed. 1.04 DELIVERY AND STORAGEA.Deliver materials in their original unopened containers and store in a location providingprotection from damage and exposure to the elements. Remove damaged or deterioratedmaterials from the site. 1.05 APPLICABLE PUBLICATIONSA.The publications listed below form a part of this specification to the extent referenced. Thepublications are referenced in the text by the basic designation only.B.American National Standards Institute (ANSI)1.ANSI/UL 263 - Fire Tests of Building Construction and Materials2.ANSI/UL 723 - Surface Burning Characteristics of Building Materials3.ANSI/UL 1479 - Standard for Fire Tests of Through-Penetration FirestopsC.American Society for Testing and Materials (ASTM):1.ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 07 8400: Firestopping Materials.E814-88: Fire Tests of Through-Penetration Fire Stops 2.ASTM E 119 - Standard Test Methods for Fire Tests of Building Construction andMaterials3.ASTM E 814 - Standard Test Method for Fire Tests of Through-Penetration Firestops4.ASTM E 2174 - Standard Practice for On-Site Inspection of Installed FirestopsD.National Fire Protection Association (NFPA)1.70-90: National Electrical Code2.101-88: Life Safety CodeE.Underwriters Laboratories (UL)1.Fire Resistance Directory (1990) PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A.3MB.HiltiC.Or equal. Contractor shall submit documentation to verify substituted products meetsspecification requirements. 2.02 MATERIALSA.Maximum flame spread of 25 and smoke development of 50 when tested in accordance withASTM E84.B.Non-toxic to human beings at all stages of application and during fire conditions.C.UL classified. 2.03 PHYSICAL REQUIREMENTSA.Through-penetration firestop systems and firestop devices shall be tested in accordancewith ASTM E814 using the F rating, and shall maintain the same integrity as the fire barrierbeing sealed.B.Devices and systems requiring heat activation to seal an opening created by the burning ormelting of a penetrant shall exhibit a demonstrated ability to function as designed in floorsand walls of construction and thickness similar to the proposed installation.C.Firestop sealants shall contain no flammable or toxic solvents. There shall be no dangerousor flammable out gassing during the drying or curing of products used for firestopping or Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 07 8400: Firestopping smoke sealing. All products used for this purpose shall be water-resistant after drying or curing and shall be unaffected by high humidity, condensation or transient water exposure. All sealants used in exposed areas shall be capable of being sanded and finished with similar surface treatments as used on the surrounding wall or floor surface. D.Penetrations containing loose electrical, data, or communications cabling shall beconsidered subject to retrofit at all phases of construction and throughout the service life ofthe structure. These penetrations shall be protected using firestopping systems that allowunrestricted cable changes without damage to the seal.E.Firestopping system or devices used for penetrations by glass pipe, plastic pipe or conduits,or other non-metallic materials shall be UL classified for use with the particular type ofpenetrating material used. PART 3 - EXECUTION 3.01 INSPECTION A.Contractor shall examine areas to receive firestopping prior to submitting data andinstallation instructions required for the submittals. Data and installation instructionssubmitted shall be based on the findings of the Contractor's on-site examination.B.No work shall begin until the specified material data and installation instructions of theproposed firestopping systems have been submitted and approved. 3.02 LOCATIONSA.Ducts, conduits, piping, and other penetrations that pass-through floor slabs, time rated firebarriers or smoke barriers. Unless otherwise specified or shown on the drawings, theContractor shall assume that all floor slabs shall be considered as time rated, and all wallsor partitions having, or which are part of an enclosure having, fire rated doors shall beconsidered as time rated.B.Openings between floor slabs and curtain walls, including inside hollow curtain walls at thefloor slab.C.Penetration of vertical service shaftsD.Other locations where specifically shown on the drawings, or where called for in othersections of the specification 3.03 PREPARATIONA.Prepare substrates in accordance with manufacturer's instructions and recommendations.B.Install masking and temporary coverings as required to prevent contamination ordefacement of adjacent surfaces due to firestopping installation. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 07 8400: Firestopping 3.04 INSTALLATION A.Installation of firestopping systems shall be in accordance with UL approved system detailsand approved manufacturer's literature and installation instructions.B.The insulation on insulated pipe shall be removed for a distance of six inches on either sideof the fire rated floor or wall assembly prior to applying the firestopping materials unlessthe firestopping materials are classified in the UL Fire Resistance Directory for use on pipesinsulated with the same type and thickness of insulation found in the actual installation.C.Install so that openings are completely filled and material is securely adhered.D.Where firestopping surface will be exposed to view, finish to a smooth, uniform surfaceflush with adjacent surfaces.E.After installation is complete, remove combustible forming materials and accessories thatare not part of the listed system.F.Repair or replace defective installations in accordance with manufacturer’srecommendations, listed systems details and applicable code requirements.G.Clean firestop materials off surfaces adjacent to openings as work progresses, usingmethods and cleaning materials approved in writing by firestop system manufacturer andwhich will not damage the surfaces being cleaned.H.Notify Authority Having Jurisdiction (AHJ) when firestopping installation is ready forinspection; obtain advance approval of anticipated inspection dates and phasing, if any,required to allow subsequent construction to proceed.I.Do not cover firestopping with other construction until approval of AHJ has been received. 3.05 CLEAN-UP AND ACCEPTANCE OF WORKA.As work on each floor is completed, remove materials, litter, and debris.B.Completed work shall be inspected and accepted by the Consultant of Record beforematerials and equipment is moved to the next-scheduled work area.C.Install identification Labels for Through-Penetration: Pressure sensitive self-adhesive vinyllabels, preprinted with the following information:1.The words "Warning - Through-Penetration Firestop System - Do not Disturb. NotifyBuilding Management of Any Damage."2.Listing agency's system number or designation3.System manufacturer's name, address, and phone number4.Installer's name, address, and phone number5.General contractor's name, address, and phone number (if applicable)6.Date of installation Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 07 8400: Firestopping END OF SECTION Section Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 26 0000: Elec Gen Req SECTION 26 0000 ELECTRICAL GENERAL REQUIREMENTS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A.General: Drawings and General Provisions of the Contract, including General andSupplementary Conditions and Special Provisions, apply to this section. Also provide thework in accordance with the Section 28 0000, Security General Requirements. 1.02 WORK SPECIFIED IN THIS SECTIONA.Provide Electrical systems, complete and functional. The extent of electrical systems isindicated on Drawings and Schedules and by requirements of this Section and shall include,but not be limited to, the following:1.Labor, products and tools required to complete the electrical work associated withsystems, apparatus, equipment, appliances and machinery specified in thesespecifications and as shown on the drawings and schedules.2.Testing of completed work and instructions of operation personnel as specified.3.Installation and products not mentioned but necessary to the completion of theelectrical work covered by these Specifications.B.The following documents are included as part of the required Electrical Work:1.Section 26 0000 - Electrical General Requirements.2.Section 26 0500 - Basic Materials and Methods.3.Section 26 0526 - Grounding 1.03 DISCREPANCIES A.In case of conflicts in the requirements of the various laws, ordinances, rules, regulations,and orders bearing upon the performance of the electrical work, the requirementsproviding the greater safeguard to persons, buildings and contents shall apply. 1.04 REQUIREMENTS OF REGULATORY AGENCIESA.Where applicable, also comply with the most recent standards and requirements ofgoverning agencies.B.In addition to complying with all other legal requirements, contractor shall comply with theprovisions of other Standards and governing Codes and Regulations in effect during theprogress of the Work.1.Drawings and specification requirements shall govern where such requirements Section Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 26 0000: Elec Gen Req exceed Code requirements. 2.Where requirements between governing codes and Regulations vary, the morerestrictive provision shall apply.3.Nothing contained in Contract Documents shall be construed as authority orpermission to disregard or violate legal requirements. 1.05 SAFEGUARDS AND PROTECTION A.Barriers: Provide and maintain suitable barriers, guards, fences and signs where necessaryto accommodate the safety of others relative to and/or for the protection of this work.B.Regulations: Comply with all OSHA and all Federal, State, and local regulations andstandards pursuant to this work.C.Protection: Protect all materials and equipment to prevent the entry or adhesion of any andall foreign material. If necessary, cover equipment with temporary protective materialsuitable for this purpose.D.Finishing: Check, clean and remove defects, scratches, fingerprints and smudges ifnecessary from all equipment and devices immediately prior to Acceptance of theInstallation.E.Damage: Replace all damaged or defective material or work at no additional cost prior toFinal Acceptance. 1.06 COOPERATION AND COORDINATIONA.Examine all Contract Documents and ascertain the complete scope of the contractedinstallation prior to installing any electrical work. Install electrical products in a mannerthat will avoid space conflict with other products installed.B.Coordinate between architectural elements, lighting fixtures, mechanical ducts and piping.Coordinate electrical work for equipment with the final equipment locations. 1.07 NOTIFICATIONA.Contractor shall not shut off any existing systems. Contractor shall give the City at least twoweeks notice of any requirement to shut off or interfere with existing electrical power,alarm, regulating, computer or other service systems. The City will arrange and execute anyshutdown. All work including, but not limited to, splicing, connections and terminationsnecessary to establish or re-establish any system shall be completed by Contractor in closecoordination with the City. 1.08 INTERFERENCE WITH THE FACILITYA.Transportation and storage of materials at the facility, work involving the facility, and allother matters affecting the habitual use by the City of its buildings, shall be conducted so asto cause the least possible interference’s, and at times and in a manner acceptable to the Section Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 26 0000: Elec Gen Req City. Contractor shall make every effort to deliver equipment per the schedule required by the project. 1.09 GENERAL PRODUCT REQUIREMENTS A.Provide Underwriters' Laboratories, Inc. examination and label for all products where suchexamination and labels are available.B.Confirm electrical characteristics of powered equipment specified in other Sections or theSpecifications before purchasing Electrical Products related to such powered equipment.C.Prior to purchase, examine all Contract Documents and confirm that enclosures to bepurchased are of NEMA types compatible with intended use and location where installed.D.Products normally shipped as complete package units shall be factory assembled and wiredand not built-up in the field. 1.10 SHOP DRAWINGS, MATERIALS LISTS AND SUBMITTAL DATAA.Product data - submit product data for the following:1.Wiring devices and all accessories2.Circuit breakers3.Fuses4.Switches5.Panel boards (normal, emergency and critical power)6.Grounding materials7.Conductors and conduit8.Additional items as requested.B.Shop drawings: Conform to standards set forth in Section 28 0000 and additionalrequirements listed below.1.Shop drawings shall use the same nomenclature indicated on the drawings and mustindicate locations where material or equipment is to be installed. A 1/4" minimumscale plan indicating equipment placement shall be submitted for all electricalequipment and other rooms containing floor standing electrical equipment.2.Shop drawings shall be submitted for the following items:a.Panel boards.b.Consoles and Cabinetsc.Security Equipment and Systemsd.All other major pieces of equipment and systems. Section Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 26 0000: Elec Gen Req 3.NOTE: Equipment comprising a complete system including, but not limited to,conduits, cables, panel boards, switches and ancillary devices shall be included in asingle submittal. Partial submittal will not be acceptable.4.Test reports and studies: Submit the following in accordance with the requirementslisted in the respective sections.a.Reports on electrical and structural testing. 1.11 PRODUCT INSPECTION A.The Owner reserves the right to inspect any fabricated material at the site of fabricationprior to shipment and to request notification in sufficient time to make this inspection.B.Such inspection at the fabrication site shall not waive the requirements for material to be inacceptable condition, on the job, at time of final inspection. 1.12 ACCEPTABLE MANUFACTURERA.Acceptable manufacturers for electrical construction materials, equipment and systemsshall be as specified in the appropriate section of the Specification and Drawings. However,a substitute can be submitted for approval if all of the requirements set forth on theelectrical construction documents are fulfilled. 1.13 SUBSTITUTIONSA.Where shop drawings are being submitted for products that are being substituted forspecified products, substituted items shall satisfy all characteristics of the specified items.B.For complex products or systems, or both, the availability of qualified service organizations,so located that service can be rendered to the equipment within 24 hours upon receipt ofnotification, may be a significant factor in considering substitution requests. 1.14 PRODUCT HANDLING AND STORAGEA.Verify that there is safe storage for products at the project site prior to authorizing shipmentby the manufacturer.B.Require manufacturers to crate products so that no damage will occur in shipment.C.Leave protective crating and wrapping in place until job site conditions will permit removalwith no risk of damage to the product finish from construction processes.D.Store equipment received at the site in a dry location during the construction period. Heatstorage location when necessary to safeguard products from deterioration while stored.E.Protect all products against damage from concrete, plaster, moisture, weather, andmechanical abuse during and after installation.F.Receive any City pre-purchased electrical equipment, check each item for completeness,unload, furnish temporary storage, maintenance care, and relocate to final locations. See Section Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 26 0000: Elec Gen Req other Sections of the Specifications identifying prepurchased items and this equipment. 1.15 PRODUCT QUALITY CONTROL A.Nationally recognized and accepted standards for product construction and for testingprocedures, applicable to products specified, are a part of these Specifications as specifiedherein.1.The Standards of the Institute of Electrical and Electronic Engineers (IEEE)2.The Standards of the Underwriters' Laboratories (UL)3.The National Fire Protection Association (NFPA)4.The National Electrical Manufacturers Association Standards (NEMA)5.Insulated Cable Engineer s Association Standards (ICEA)6.The American Society for Testing Materials (ASTM)7.The National Bureau of Standards8.American National Standards Institute (ANSI)9.National Electrical Testing Association (NETA)10.Building Industry Consulting Service International Standards (BICSI)B.Specific standards or testing procedures, or both, may be included as a general referenceherein or as a part of the Specifications for products. Such inclusion shall not waive thegeneral requirements for materials to comply with industry standards and tests whereapplicable.C.Where products are specified with no reference to a particular manufacturer's products, theproduct used shall meet or exceed industry construction and testing procedure standardsapplicable to the product for life expectancy, performance and safety.D.Plans and Specifications quality requirements shall be followed in all instances where suchquality requirements exceed industry standards.E.Where a manufacturer's product is specified, the intent is to establish definite quality,construction and performance characteristics. The manufacturer's latest published catalogdata for the product shall become a part of this Specification as though stated herein to theextent that such data establishes quality desired, testing procedures, safety features, lifeexpectancy, performance characteristics and, in the case of finish material, the generalappearance. 1.16 IDENTIFICATIONA.Products shall be equipped with identification as follows: Section Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 26 0000: Elec Gen Req 1.Manufacturer's attached circuit number identification at each console, cabinet,equipment enclosure, or panel board.2.Where not specified otherwise, use permanently attached embossed metal orlaminated plastic nameplates to indicate the following:a.Identification of each console, cabinet, equipment enclosure, or panel board.b.Identify signal, alarm and communications cabinets, racks, and otherenclosures, using the identification shown on the Drawings.c.Use of remote control devices by identifying the equipment controlled.3.Nameplates shall be corrosion-resistant. Shop drawings with dimensions and formatshall be submitted to the Owner before installation.a.Attachment to equipment shall be with escutcheon pins, rivets, self-tappingscrews or machine screws. Self-adhering or adhesive backed nameplates shallnot be used.4.Junction, pull boxes and power outlets shall have covers stenciled with box numberwhen shown on the drawings, or circuit numbers according to panel schedules.a.Data shall be lettered in a conspicuous manner with a color contrasting tofinish.5.Conduit and boxes shall be labeled to identify use as power and communicationsraceways.6.Identification methods shall be approved by the Owner prior to installation. 1.17 GENERAL WIRING REQUIREMENTS A.Enclose interior wiring in metal raceways, boxes, outlets, cabinets, wireways, gutters, andother metal enclosures. Use nonmetallic products to enclose wiring only where specified.B.Interconnect elements of metal raceway systems so that a continuous equipment groundpath is provided.C.Install the conductors of each electrical system as identified by use, voltage level, or source,in separate raceways, except where common raceways, enclosures or terminating outletsare required, specified and permitted by code. Include barriers in wireways, pull boxes andother enclosures where separation is required.D.Repair or replace damaged products furnished or installed by other trades when damageresults from the installation of products included in this work.E.Mounting height:1.If mounting heights are not included on the drawings on symbol list, the followingshall apply. Symbol list and drawing mounting heights shall supersede thesedimensions. Mounting heights are to centerlines except as noted:2.Equipment or Outlets Section Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 26 0000: Elec Gen Req a.Wall mounted switch - general 42" above finished floor b.Power Receptacles (general use)18" above finished floor c.Pushbuttons/Card Readers 42" above finished floor d.Cabinets & Panel boards 6'-6" above finished floor to top of cabinet 3.Coordinate mounting height for all electrical devices in public areas with the Ownerprior to rough-in. 1.18 CONNECTIONS TO EQUIPMENT A.Connections to equipment furnished under other Sections shall be part of the electricalWork.1.Work shall include internal wiring for equipment without factory fabricated wiring;installation, connection and adjustment of bolted drive motors in which the motor issupplied as a separate unit; and connections only for equipment furnished withfactory installed internal wiring, except as further limited by the drawings and otherportions of the specifications.2.Work shall include furnishing and installing suitable outlets, disconnecting devices,pushbutton station, electro switches, conduit, junction boxes, wire, and wiringdevices necessary for complete electrical installation.3.Devices and equipment furnished shall be of the same type provided under otherspecification sections in different Divisions and as specified herein. Location andelectrical requirements of such equipment shall be verified prior to furnishing theequipment.B.Suitability and condition of electrically related equipment specified in other Sections shallbe determined in advance of installation. Immediate notice shall be given to the affectedparties of damage, unsuitability, or lack of parts. 1.19 DRAWINGSA.Contract drawings: Work shall be executed in accordance with the contract drawings,reference drawings, and any supplementary addenda, bulletins, or drawings issued by theOwner.1.Electrical layouts are generally diagrammatic, and do not necessarily indicate allconduit runs or exact locations of outlets or equipment. Wiring diagrams areschematic in nature; and actual wiring shall be installed from shop drawings orprinted instructions issued by equipment manufacturers.2.Manufacturer's drawings and printed instructions shall be followed in all cases wherethe makers of devices and equipment furnish directions or details not shown on thedrawings or described in the specifications.3.Drawings are not necessarily prepared to scale, and may be distorted for reasons ofclarity in presentation, and shall be followed with sufficient accuracy to coordinate Section Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 26 0000: Elec Gen Req with architectural details, other work and structural limitations. 4.Work installed in a manner contrary to that shown on the drawings shall be removedand reinstalled when so directed by the Owner. Discrepancies and questionablepoints shall be immediately reported to the Owner for clarification.5.The Owner reserves the right to make reasonable changes in device locations prior toroughing-in at no additional cost. 1.20 LAYOUT AND INSTALLATION A.Layout and installation of electrical work shall be coordinated with the overall constructionschedule and work schedules of various trades to prevent delay in completion of the Project.B.Dimensions and information regarding accurate locations of equipment, and structurallimitations and finish shall be verified with other related Sections.1.Be prepared to promptly furnish dimensions and information regarding ElectricalWork to other trades and cooperate with them to insure harmony and uninterruptedprogress of the Project.C.Job conditions: The drawings do not always show offsets, bends, and special fittings, orjunction and pull boxes necessary to meet job conditions. These items shall be provided asrequired.D.Accessibility and clearance: Electrical equipment outlets, junction and pull boxes shall beinstalled in accessible locations, avoiding obstructions, preserving headroom, and keepingopenings and passageways clear. Minor adjustments in the locations of equipment may bemade where necessary, providing such adjustments do not adversely affect functioning ofthe equipment.E.Structural fittings: Furnish and install the necessary sleeves, inserts, hangers, anchor bolts,and related structural items.1.Verify if any 6" and larger openings or holes are required for the Work of this Section,and if so, notify the Owner immediately.2.Provide additional penetrations required for electrical work where opening is 6" indiameter or less and provide required sealing and fireproofing.3.Cutting and patching:a.Structural members shall not be drilled, bored or notched in such a manner thatshall impair their structural value. Cutting of holes in structural members, ifrequired, shall be done with core drills and only with the specific approval ofthe Owner for each instance.b.Walls and other architectural features that require cutting or repair during theinstallation process shall be returned to their original condition, including thematching of colors and finishes to the satisfaction of Owner, and at noadditional cost to the City.c.All additional cutting, patching and reinforcement of construction of building, Section Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 26 0000: Elec Gen Req subject to approval by the Owner, shall be performed under the Section of the specifications covering the particular materials. 4.Painting: Materials shall be free from rust unless specifically allowed by the Owneras an unavoidable field condition.a.Bright metal surfaces shall be free of nicks and scratches.b.Resurface and replace damaged plated finished surfaces.c.Repair and refinish, to the satisfaction of the Owner, painted and platedsurfaces using the same type and quality of finish material and workmanshipas provided by the manufacturer's finishing process.d.Repair finishes damaged by welding operations by refinishing to match originalmanufacturer's finish.5.Sleeves for electrical conduits passing through walls or slabs shall be placed beforeconcrete is poured.a.Where conduits pass through suspended floor slabs, sleeves shall be standardweight galvanized steel pipe extending 2 inches above the finished floor level.b.Where conduits penetrate a waterproof membrane, whether in slab or wall,sleeves shall be cast iron and provided with a flashing clamp device andcorrosion resistant clamping bolts.c.Sleeves at other locations shall be either lightweight galvanized steel pipe orgalvanized sheet steel. Clearance between conduit and sleeves shall not be lessthan 1/2".d.Sleeves through waterproof membranes shall be caulked tight and the endssealed with an approved sealing compound, or shall be of the stuffing box type.1)Other sleeves shall be packed with glass wool and ends sealed withapproved sealing materials.6.Equipment supports for electrical facilities shall be fastened to the structure byinserts, anchor bolts, expansion anchors, bolting to drilled and tapped structuralmembers, or by welding to the structure. The method of attachment of electricalequipment to structural members shall be the Unistrut Lindapter Connection Systemunless indicated otherwise.a.Welding shall be done by the electrical arc method with fully competentwelders. Supporting members shall be shop coated with a suitable approvedoxide primer.b.Surfaces damage by erection shall be touched up with primer to match shopcoat. Any drilling of structural members shall be approved by the Owner.7.Wherever conduits pass through the roof or outer walls, weatherproof seals andcounter flashing shall be provided.a.Such flashing shall be properly installed by skilled workmen, and shall includegrouting, mastic or tar application, or other means to insure a permanent,waterproof, neat and workmanlike installation.8.In new concrete slabs and pads, anchor bolts and inserts shall be galvanized and ofadequate size and strength for installation of electrical work and shall be placed informs before concrete is poured.a.Detail drawings, templates, and anchor bolts for bases shall be furnished intime to avoid delaying work schedules. Section Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 26 0000: Elec Gen Req b.Anchors used in existing slabs shall meet the City’s specification standards andshall be approved by the Owner. Wooden or soft metal plugs shall not be used.F.Weatherproof Equipment: Electrical devices or equipment located in damp, semi-exposedor exposed areas shall be weather resistant. Enclosure shall comply with NEMA Type 4 or4X requirements unless noted otherwise on drawings or herein.1.Surface mounted exterior outlet boxes shall be cast metal with threaded hubs. Pullor junction boxes shall be cast metal with bolted and gasketed covers.2.Outlet box covers shall be of a suitable weatherproof type with gaskets, packingglands, weatherproof doors, or other required means to prevent entry of moisture.3.Electrical equipment fixtures shall be installed with suitable gaskets.G.Seismic protection1.General:a.Seismic protection criteria: Electrical and mechanical machinery or equipmentinstallations in any Seismic Risk Zone of the Uniform Building Code SeismicRisk Map shall be protected from earthquakes.b.Protection criteria for these zones shall be a Horizontal force Factor not lessthan required by code or agency, considered passing through the machinerycenter of gravity in any horizontal direction.c.Unless vibration isolation is required to protect machinery againstunacceptable structure transmitted noise and/or vibration, machinery shall beprotected from earthquakes by rigid structurally sound attachment to the loadsupporting structure. The number shall be determined by calculationsperformed by a Registered Professional Engineer, as verified by the seismicrestraint vendor.d.Use protected spring isolators, or separate seismic restraints, to protectvibration isolation machinery.e.Seismic snubbers and protected spring isolators shall be seismic protection-rated along three principal axes, proven by independent laboratory testing oranalysis, by an independent, licensed structural engineer.2.Equipment: Anchor all equipment, consoles and panel boards by securely boltingthem in place to the building structure. Provide bolts, anchors and bracing towithstand seismic acceleration. The Contractor shall have equipment manufacturerprovide weight, center of gravity and method of fastening required for seismicanchoring.3.For suspended conduits, 2" nominal and larger, provide diagonal bracing to structureat hangers, at changes in direction, and on approximate 30' centers.4.Support all suspended electrical equipment from structural beams and joists and donot suspend from metal decking unless noted otherwise. Provide all requiredintermediate support steel to distribute weight between structural elements.5.The Contractor shall be responsible for the design of his own seismic restraint Section Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 26 0000: Elec Gen Req systems, and shall supply all seismic calculations and details to the Chief Engineer for review. The Contractor shall supply to the Engineer details of the forces exerted by his restraints, anchorages, and other points of attachment. 6.Electrical and mechanical equipment shall be installed in accordance with thefollowing guidelines:a.SMACNA Publication: Guidelines for Seismic Restraints of Mechanical Systemsb.NUSIG – National Uniform Seismic Installation Guidelines7.Contractor shall submit shop drawings for the mounting of equipment, fixtures,cabinets, consoles, conduit and cable support racks. These drawings shall beprepared, stamped and signed by a Structural Engineer registered in the Stategoverning the work. 1.21 WORKMANSHIP A.Only workmen with experience and technical qualifications shall perform the work toinstall the products specified.B.Perform installation in a neat and workmanlike manner.C.Remove and replace any work, which as judged by the Owner, is not installed in a neat andworkmanlike manner. 1.22 MANUFACTURER'S ASSISTANCEA.Install electrical products in accordance with manufacturer's printed instructions orrecommendations unless otherwise specified.B.Provide factory-trained technicians for startup of all major pieces of equipment and systemsas well as for trouble-shooting problems with equipment. 1.23 CLEANINGA.Leave the installed products and site in clean condition and perform the following cleaningoperations:1.Remove rubbish and surplus materials from the site.2.Remove foreign materials from the interiors of electrical equipment.3.Remove oil, grease, dust, and paint or plaster spots from the finished surfaces orproducts.4.Leave all galvanized surfaces, lighting fixture glassware, plastic lenses and diffusers,in clean condition when job is completed.5.Replace glass or plastic products that are scratched, cracked, broken, or otherwisedefective. Section Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 26 0000: Elec Gen Req 1.24 OPERATING INSTRUCTIONS AND MAINTENANCE MANUALS A.Instructions: Contractor shall train City personnel in the operation and maintenance ofequipment and systems installed by the Contractor and shall provide typewritteninstructions as specified for the operation of major equipment.B.Refer to Section 28 0000, Article 1.11 for training requirements.C.Refer to Section 28 0000, Article 1.10 for Security System operating and maintenancemanual requirements.D.Following approval and installation of electrical equipment, and prior to acceptance ofelectrical work, submit two (2) initial and four (4) final copies of operating and maintenancemanuals describing operating, servicing and maintenance requirements of electricalequipment with particular emphasis on safety devices and their maintenance andoperation. Equipment described in manuals shall include but shall not be limited to thefollowing:1.Panelboards2.Control Panels3.Electrical Systems4.Any Special Electrical EquipmentE.Include as a minimum, but not limited to, the following elements in each manual; however,not necessarily in the order listed:1.Printed erection or installation instructions.2.Start-up procedures.3.Recommended and alternative operation procedures.4.Schedule of preventive maintenance procedures.5.Schedule of spare parts and special tools provided, and schedule of recommendedspare parts to be stocked, complete with part number, inventory quantity andordering information.6.Complete set of approved shop drawings.7.Corrected and approved control and wiring diagrams.8.Data sheet listing pertinent equipment or system information, as well as theaddresses and telephone numbers of the nearest sales and service representatives.9.Equipment and parts guarantees.10.Factory inspection certification by Manufacturer's representative. Section Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 26 0000: Elec Gen Req 1.25 LOOSE MATERIAL A.Retain and submit to the Owner with an itemized receipt the following material:1.All keys properly identified.2.Wiring diagrams.3.Instruction books.4.Service manuals.5.Special tools furnished with equipment.6.Loose operating handles.7.Spare parts. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials SECTION 26 0500 ELECTRICAL BASIC MATERIALS AND METHODS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A.General: Drawings and General Provisions of the Contract, including General andSupplementary Conditions and Special Provisions, apply to this section. Also provide thework in accordance with the Section 28 00 00, Security General Requirements and Section26 00 00, Electrical General Requirements. 1.02 WORK SPECIFIED IN THIS SECTIONA.Provide Basic Materials and Methods, complete and functional. The extent of BasicMaterials and Method is indicated on the Drawings and Schedules and by requirements ofthis Section and shall include, but is not limited to, the following:1.Conduits2.Conductors3.Fittings4.Outlet Boxes5.Junction and Pull Boxes6.Openings, Chases and Sleeves7.Cabinets8.Wiring Devices9.Device Plates10.Name Plates11.Wire way12.Cable Tray 1.03 SUBMITTALS A.Provide Shop Drawings and Equipment Submittals as described in Section 26 0000,“Electrical General Requirements”. 1.04 REQUIREMENTS OF REGULATORY AGENCIESA.In addition, comply with the following: Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials 1.ANSI C80.1 - Rigid Steel Conduit, Zinc Coated.2.ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated.3.ANSI C80.5 - Rigid Aluminum Conduit4.ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit andCable Assemblies.5.ANSI/NFPA 70 - National Electrical Code6.NECA "Standard of Installation."7.NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid SteelConduit and Intermediate Metal Conduit.8.NEMA TC 2 - Electrical Plastic Tubing (EPT) and Conduit (EPC-40 and EPC-80)9.NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing PART 2 - MATERIALS AND PRODUCTS 2.01 CONDUIT A.General:1.Where subject to moisture or exposed to weather, do not join steel and aluminumconduit together, or use fittings for conduit which are of different electrolyticinteraction2.Use conductive pipe joint compound to make up threaded conduit joints in earth,concrete, masonry, or where exposed on exterior.3.Minimum Size: 3/4 inch, unless otherwise specified.4.Support 1-1/4" and smaller size within 18" of outlets, and 1-1/4" or larger sizeswithin 36" of terminations. Do not support conduit from ceiling suspension systems,unless noted otherwise. Short lengths of flexible conduit for lighting fixtureconnections may be supported from ceiling support wires in accordance with code.5.Use PVC conduit for underground raceways unless noted otherwise.B.Products: Provide UL listed conduit in conformance with the following specifications:1.Metal Conduit:a.Rigid Steel Conduit: ANSI C80.1.b.Rigid Aluminum Conduit: ANSI C80.5.c.Intermediate Metal Conduit (IMC): Rigid steel.d.Fittings and Conduit Bodies: NEMA FB 1; material to match conduit. Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials 2.PVC Coated Rigid steel conduit: Rigid steel conduits and fittings with a half lap, 40mil extruded PVC jacket. The jacket shall have high tensile strength, shall be highlyresistant to corrosion and shall not oxidize or deteriorate or shrink when exposed tosunlight and weather. The jacket shall be flame retardant and shall not supportcombustion. The interior of conduits and fittings shall be coated with urethanecoating 2-mil thick for protection against corrosion. All metallic hardware used withPVC-coated conduit shall be stainless steel.a.Product Description: NEMA RN 1; rigid steel conduit with external PVC coating,minimum 40-mil thick.b.Fittings and Conduit Bodies: NEMA FB 1; steel fittings with external PVCcoating to match conduit.3.Electrical metallic tubing: Smooth surface, thin wall, mild steel tube, of uniformthickness and temper, galvanized or sherardized on the outside, and enameled on theinterior.a.Product Description: ANSI C80.3; galvanized tubing.b.Fittings and Conduit Bodies: NEMA FB 1; compression type steel; malleableiron or cast aluminum.4.Flexible metallic conduit: Interlocking single strip, steel construction, galvanizedinside and out, after fabrication.a.Product Description: Interlocked aluminum construction.b.Fittings: NEMA FB 1.5.Flexible conduit, liquid tight: Similar to standard flexible metallic conduit, exceptencased in a liquid tight neoprene or equivalent outer jacket over the flexible steelcore with internal spiral ground conductor for sizes up to 1-1/4 inch.a.Product Description: Interlocked steel construction with PVC jacket.b.PVC only type not allowed.c.Fittings: NEMA FB 1.6.PVC Conduit: Schedule 40 with factory bends and fittings.a.Product Description: ANSI C80.3; galvanized tubing.b.Fittings and Conduit Bodies: NEMA FB 1; compression type steel; malleableiron or cast aluminum.C.Acceptable Manufacturers or Approved Substitute:1.PVC Coated Rigid steel conduit: Robroy Industries “PLASTI-Bond Red, OcalCorporation “Ocal-Blue”, or approved equal.2.Metal Conduit: Carlon Electrical Products, Hubbel Wiring Devices, Thomas & BettsCorp., The Wiremold Co., or approved equal3.Flexible metallic conduit: Triangle Conduit Co., ACMA Steel Products, or approvedequal.4.Flexible conduit, liquid tight: Anaconda Type U.A. Sealtite, or approved equal.5.PVC Conduit: Carlon, Kraloy or approved equal. Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials 2.02 CONDUCTORS A.Single conductor copper wire with NEC 600-volt insulation shall be used for general wiringin conduit unless otherwise shown on Drawings.1.All conductors shall be stranded copper with the exception of manufacturedassemblies that are allowed to be solid. Conductors 10-AWG and smaller shall becolor-coded type THHN-THWN insulation. Conductors 14-AWG and larger shall bestranded type with THHN-THWN insulation, except as otherwise noted herein or onthe Drawings.2.Conductors for use in high temperature locations shall be furnished with insulationtypes complying with Code requirements.3.The minimum size conductor for use in power branch circuits shall be 12-AWG. Theminimum size conductor for control circuits shall be 14-AWG, unless otherwiseshown on the Drawings.4.Conductors shall be identified as to load served: All feeders, branch circuits andcontrol shall be tagged in the panel board, in all gutters and in all boxes, at switches,receptacles and other devices. Tagging shall be with adhesive or sleeve type ofmarker, Brady or Thomas & Betts labels, or Owner approved substitute.B.Marking of conductors shall conform to the 2002 National Electrical Code. Marking shallshow insulation type, AWG size, voltage rating and manufacturer.1.Separate color-coding to differentiate 208/120 versus 480/277 voltage systems shallbe implemented. 208/120-volt conductors shall be black, red, blue (phases), white(neutral), green (ground). 480/277-volt conductors shall be brown, orange, yellow(phases), white with brown tracers or grey (neutral), and green (ground). Isolatedground conductors shall be green with yellow stripe.2.Unmarked cable and wire shall not be used.C.Packages or reels of cable and wire shall be delivered to the job site in unbroken containersand shall not be used until approved.1.Signal and other conductors shall be as shown on the drawings or described in otherparts of this Division.2.Acceptable manufacturers: American Wire Co., Anaconda or approved equal. 2.03 FITTINGS A.General:1.Use threaded fittings for rigid metal conduit and compression, watertight fittings fortubing.2.Use fittings made of the same material as the raceway except: Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials a.Malleable iron and steel are interchangeable.b.Die cast fittings may be used for flexible steel conduit, and for factory-manufactured offsets.c.Use plastic insulated bushings for conduit sizes larger than 1".d.Use insulated throat connectors for electrical metallic tubing.3.Provide expansion fittings with flexible ground strap in conduit runs crossingbuilding expansion joints.B.Acceptable Manufacturers or Approved Substitute:1.General use fittings: Steel City, Thomas and Betts; O.Z./Gedney Co. or approved equal.2.Sealing fittings: Appleton Electric, Crouse-Hinds, Killark Company or approved equal.3.Floor terminating fittings: Harvey Hubbell Inc., Steel City, or approved equal.4.Liquid tight flexible conduit fittings: Thomas and Betts, Appleton Electric, Steel City,or approved equal.5.Expansion fittings: O.Z./Gedney Co., or approved equal, Type AX8 with Type BJbonding jumper.6.Cast metal conduit bodies and fittings: Crouse-Hinds, Appleton Electric, Killark, orapproved equal. 2.04 OUTLET BOXES A.General:1.Provide outlet boxes in the raceway systems wherever required for pulling wires andcables, making connections, mounting devices, or lighting fixtures, and connectingpowered equipment.2.Outlet boxes specified herein refer generally to cast or pressed steel boxes of less than50 cubic inch internal volume per gang. Refer to paragraph, "Junction and Pull Boxes",for larger box specifications.3.Do not install boxes smaller than allowed by the applicable Code. Where no outletbox size is indicated or specified, install a box of not less than 4" square by 1 -1/2"deep dimensions. In dry locations use pressed galvanized steel boxes, with drilledand tapped ears, and manufacturer's pre-punched knockouts. In wet locations,unfinished interior locations below 4 feet above floor, and where poured into exteriorconcrete, use cast metal boxes with threaded hubs.4.Masonry boxes may be used in dry masonry walls with face edge set flush with theplane of the finished wall surface.5.Outlet boxes mounted in stud walls shall have a support spanning between studs. Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials B.Acceptable Manufacturers or Approved Substitute:1.Pressed galvanized sheet steel boxes: Appleton Electric, Bowers ManufacturingCompany, Steel City, or approved equal.2.Cast aluminum boxes: Crouse-Hinds, Appleton, Killark, or approved equal.3.Cast iron boxes: Crouse-Hinds, Appleton, Killark, or approved equal.4.Outlet boxes manufactured to provide mounting for special devices, such as lightingfixtures and similar purposes, are specified with the product affected. 2.05 JUNCTION AND PULL BOXES A.General:1.Wherever possible use outlet boxes for junction and pull boxes unless notedotherwise on drawings.2.Locate interior junction and pull boxes in machine rooms, equipment rooms, storagerooms, electrical rooms and similar utility spaces unless otherwise indicated orapproved. Where junction or pull boxes must be used in finished areas, use flushboxes only equipped with prime finished sheet metal plates. Fasten plates to boxeswith counter-sunk flat head screws. Provide plates with 3/4" trim all around.3.Provide pull and junction boxes of Code gauge steel sized as indicated or required. Donot use sectionalized boxes except where indicated. Do not mix feeder and branchcircuit conductors in a common pull or junction box.4.Do not exceed the equivalent of three 90° bends between general wiring pull andjunction boxes, and reduce to not more than the equivalent of two 90° bends wheretelephone or other multi-conductor cable will be installed.B.Products:1.Size junction and pull boxes to not less than required by NEC. Increase size aboveCode requirements where necessary to provide space for pulling, racking, or splicingenclosed conductors, or where specified or indicated dimensions exceed Coderequirements.2.Fabricate sheet metal junction and pull boxes of galvanized, Code gauge, sheet steel.Include angle iron framing where required for rigidity. Boxes shall not deflect ordeform visibly when covers are removed after conduit and conductors are installed,and any deflection occurring shall not prevent the easy installation and removal ofcover attachment screws.a.Sheet steel boxes not over 100 cubic inches in size shall be made from steel notless than 0.0625 inch thick. The wall of a malleable iron box and a die -cast orpermanent-mold cast aluminum, brass or bronze box shall not be less than3/32 inch thick. Other cast metal boxes shall have a wall thickness not less than1/8 inch. Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials b.Metal boxes over 100 cubic inches in size shall be constructed so as to be ofample strength and rigidity. If of sheet steel, the metal shall not be less than0.053 inch uncoated.3.Equip metal junction and pull boxes exposed to weather, and not installed in or belowgrade, with raintight or weatherproof removable covers. Use boxes constructed tomeet NEMA 4X requirement, equivalent gasketed boxes, or boxes of similar designpermanently rendered weathertight. Raintight or weatherproof boxes shall usethreaded watertight hubs for top or side entry and may use knockouts for bottomentry only. For exterior pull boxes, use a minimum of 14 gage galvanized sheet steel.Apply galvanizing by the hot-dip process after fabrication.4.Use concrete junction and pull boxes for exterior underground conduit unlessotherwise specified or indicated. Equip boxes with metal covers and metal covermounting rims. Use steel plate or cast-iron covers and rims in non-traffic areas, andcast-iron covers and rims designed for traffic loading wherever vehicular traffic willoccur.5.For interior junction and pull boxes located in concrete floors, and 24" square orsmaller, use cast iron boxes with integrally cast, tapped conduit hubs, and havingrecessed cover flush in the box trim, placing all elements of the face of the box flushin the plane of the surrounding floor. Equip boxes with watertight covers where soindicated.6.For interior pull boxes located in concrete floors and larger than 24" square, useprecast concrete boxes, or form these boxes at the job site. Equip with angle ironcover rim, and with reinforced steel cover plate set flush with the finish floor plane.Specific plan details shall supersede these general requirements.7.Equip grade level exterior pull boxes with a sump and with knockouts for conduit onsides and ends. Coordinate requirements for conduit on sides and ends. Coordinaterequirements for conduit openings with underground conduit requirements. Identifythe covers of exterior grade level junction and pull boxes with the word "ELECTRIC"or “COMMUNICATIONS” cast into or otherwise permanently inscribed in the metal ofthe cover. Equip exterior grade level pull boxes with pull irons where so indicated.8.Equip surface sheet metal junction and pull boxes with covers aligning with the sidesof the boxes and equip flush boxes with covers extending 3/4" all around theperimeter of the back box. Provide sufficient cover attachment screws to ensure thatbox covers will contact the surface of the box for the entire perimeter of the enclosure.Use galvanized or cadmium-plated screws or brass screws to attach covers to boxes.9.Use brass screws to attach junction and pull box covers to interior floor boxes or toboxes located where moisture may be present.10.Do not use single covers for junction and pull boxes having cover length or widthdimension exceeding three feet unless so specified, indicated or approved.Sectionalize covers that exceed three feet in either dimension into two or moresections. Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials 11.The drawings do not necessarily show every pull box required. Additional boxes maybe added when desirable to save labor and avoid difficulties and when Coderequirements limit the number of bends between boxes.12.Additional boxes shall be provided as required. Boxes shall be sized according toCode and shall be UL listed.13.Where stainless steel is indicated or used for any portion of the electrical work,provide ANSI Type 302 or 304, with a satin finish. Provide the finished material freeof all burrs. Exposed screws shall be of the same alloy.C.Acceptable Manufacturers or Approved Equal:1.Sheet steel junction and pull boxes: Hoffman Engineering Company, ColumbiaElectric Company, Alwalt Manufacturing Company, or Pico Metal Products Company.2.Cast iron junction and pull boxes: O.Z./Gedney Company, Alhambra Foundry Co., Ltd.,Killark Manufacturing Co. or Crouse-Hinds Company.3.Concrete junction and pull boxes: Brooks Products Inc. or Quickset Company. 2.06 OPENINGS, CHASES AND SLEEVES A.Products:1.Sleeves for general use: Use black or galvanized steel pipe or galvanized sheet steelsleeves.2.Sleeve for exterior walls:a.Below grade: O.Z./Gedney or approved equalb.Above grade: Galvanized steel pipe. 2.07 ACCESS DOORS A.Locations: Provide access doors as indicated, specified, or wherever electrical andmechanical work is concealed in wall, partition or nonremovable ceiling construction. Panellocations in public areas shall be approved by the Owner before installation.B.Manufacturers: Provide access door as manufactured by Milcor, Elmdor, Dur-Red Productsor approved equal.C.Fire Rated1.Door Panel: Form of 20 Gauge thick steel sheet, insulated sandwich type construction.2.Fire Rating Classification: UL-rated label for area of installation and as required tomeet requirements of agencies having jurisdiction.3.Frame: Form of 16 gauge thick steel sheet of depth and configuration to suit materialand type of construction where installed. Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials 4.Automatic Closing Device: Provide automatic closing device for each door.5.Hinge: Continuous steel piano hinge with stainless steel pin.6.Lock: Self-latching, with provision for fitting flush standard screw-in type lockcylinder. Provide latch release device operable from inside of door with mortise lockcase in door.D.Flush Panel1.Door Panel: Form of 16-gauge thick steel sheet. Reinforce as required to maintainflat surface.2.Frame: Form of 16 gauge thick steel sheet of depth and configuration to suit materialand type of construction where installed. Weld exposed joints and grind smooth.3.Hinge: Concealed spring hinge to allow panel to open 175 degrees. Provideremovable hinge pin to allow removal of panel from frame.4.Lock: Flush, Allen head operated cam lock.E.Finish: Baked-on prime coat over protective phosphate coating. Coordinate color withOwner to match adjacent surfaces.F.Size: Provide access doors 24 inches square, unless otherwise indicated, as required to suitopening.G.Installation: Install access doors per the manufacturer’s instructions, in openings with sidesvertical and plumb in wall installations and parallel to ceiling grid or sidewalls wheninstalled in ceiling. Set edge of frames without flanges flush with surrounding finishsurfaces. Set frames with flanges to overlap opening with face uniformly spaced from finishsurface. Set access doors recessed to accommodate wallboard so that face of wallboardwhen installed in door will finish in same plane as finish of surrounding material. Adjustdoors to open freely, with closed door centered within frame.H.Anchorage: Secure frames to adjacent construction using anchors attached to frames or byuse of bolts or screws through frame members. Provide suitable type, size, and number ofanchoring devices for material surrounding opening, required to maintain alignment, andresist displacement during normal use. Secure fire-rated access doors using approved typeanchors. 2.08 CABINETSA.General:1.Cabinets for same type of use shall be the product of a single manufacturer.2.Do not install surface-mounted cabinets in finished areas, unless so indicated. Whereconflicting data is indicated, verify mounting requirements prior to ordering cabinetswith the Owner. Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials B.Products:1.Construct of cold-rolled drawing quality steel, with metal gauges and constructionmethods conforming to 2008 NEC requirements, and Underwriters' Laboratories andNEMA standards.2.Finish doors, trims, and back boxes for surface-mounted cabinets in finished areas,by applying a rust-resistant treatment, prime coat, and a final coat of manufacturer'sstandard enamel or lacquer finish. Galvanize all other sheet metal components ofcabinets including back boxes for flush cabinets, except non-ferrous metal parts, orsteel parts provided with cadmium plating or equivalent protective plating.3.Set cabinet doors flush into cabinet trim. Equip trim with adjustable clamps or otherapproved means to fasten trim to cabinets. Fastening method shall permitadjustment for aligning the trim of flush cabinets to a plumb position. Trim of flushcabinets shall extend not less than 3/4" beyond the perimeter of the back box. Trimfor surface cabinets shall be even with the perimeter of the back box.4.Equip cabinet for use with telephone, alarm, or signal systems with a 3/4" thickplywood backboard. Equip cabinets with terminal strips where so specified. Equipcabinets with nameplates with 3/16" high white letters engraved in laminated blackmicarta, where nameplates are specified or indicated.5.Surface cabinets shall be furnished without knockouts. Punch or drill requiredopenings during installation. Equip flush back boxes with manufacturer's standardpattern of knockouts.6.Equip cabinet doors exceeding 40" in height with vertical bolt, three-point lockingmechanisms.7.Cabinets over 30" wide shall be furnished with double doors. Vault handle and three-point catches shall be furnished for doors 36" or more in height. Trim and hardwareof all cabinets shall be of a matching type.8.Wiring gutters or spaces shall be provided at top, sides and bottom having a minimumdimension of 4" at sides and 8" at top and bottom.9.Where different systems are served in one cabinet, provide full-height vertical metalbarriers to form the section widths as indicated. Terminate all conduits in the propersection of such cabinets.C.Acceptable Manufacturers:1.Cabinets for general use - Alwalt Manufacturing Co., Square D, ColumbiaManufacturing Co., Hoffman Engineering Company, or approved equal.2.Cabinets for systems or products, use cabinets furnished by manufacturer withsystem or product. Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials 2.09 WIRING DEVICES A.General:1.Wiring devices shall be of the molded composition type, specification grade, rated at125 volts, unless otherwise noted or specified. All devices shall be flush mountedunless otherwise noted and with finish matching device plates. Switches for 120-volts circuits shall be keyed identically. Receptacle shall be of NEMA Standardconfiguration of prongs for each application, using a horseshoe shaped groundingpole.B.Receptacles: Provide types in accordance with NEMA Standard configuration as shown andhereinafter specified.1.Duplex receptacles for 120-volts, single-phase service shall be specification grade orbetter, rated 125 volts, back and side wire. Color shall be brown in mechanical andelectrical rooms and ivory in finished areas. Provide 15-amp Hubbell No. 5252 formultiple receptacle circuits. Provide 20A, Hubbell 5352 receptacles for singlereceptacle circuits fed from 20A circuit breakers.2.Provide duplex receptacles with isolated ground for branch circuits that are indicatedwith separate ground wire. Provide 15-amp Hubbell No. IG-5262 for multiplereceptacle circuits. Provide 20A Hubbell IG-5362 for single receptacle circuits fedfrom 20A CB.3.Double duplex receptacles for 120-volt, single-phase service to be same as duplexreceptacles with two duplex receptacles installed in one 4" x 4" outlet box with one2-gang faceplate.4.Single receptacles for 120-volt, 3-wire service shall be similar to duplex receptacles.Provide 15-amp Hubbell No. 5251 for multiple receptacle circuits. Provide 20AHubbell No. 5351 for single receptacle circuits fed from 20A CB.5.Weatherproof receptacles: In wet areas, weather-exposed areas, areas subject tohosing down, or where indicated, use individually gasketed cast aluminum coverplates. Outdoor receptacles shall be recessed, 20A-ampere, 125-volt rated. ProvideHubbell CWP8H weatherproof cover plate.6.For all receptacles of ratings other than 20A, 120V, 2-pole, 3 wire service, provideunits similar to those indicated above. 2.10 DEVICE PLATES A.Provide plates for all outlet boxes and fitting of all systems except at outlets where fixturecanopies are used, as follows:1.Provide engraved or etched plates for all pilot switches, control circuit switches,three-gang or larger gang switches, switches from which the equipment beingcontrolled cannot be readily seen, where receptacles are other than standard 15A or20A, single or duplex receptacles (to indicate amperage, voltage, phases) and for Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials switches or devices as indicated. 2.Provide galvanized steel plates in all unfinished electrical and mechanical equipmentrooms, utility rooms, unfinished areas, and on all indoor surface mounted boxes,fittings, and exposed extension rings.3.Galvanized steel plates: Square or rectangular and hot-dip galvanized.4.Plastic plates: Provide noncombustible, mar-resistant thermosetting plastic 0.1"thick and of plain style unless otherwise indicated. Finish of outlet plates shall beivory unless noted otherwise. 2.11 NAMEPLATES A.Provide a nameplate for each panel board, terminal cabinet, backboard, individuallymounted circuit breaker, disconnect switch, pull box, control panel, contactor, relay, and forall other control devices or major items of electrical equipment, as follows:1.Provide laminated plastic nameplates engraved minimum 1/4" high black letters onwhite background to correspond with the designation on the Drawings. Indicate theload served or controlled and any additional information on the nameplate when suchinformation is shown on the Drawings.2.Equipment containing or operating on circuits of more than 150 volts nominal.Provide laminated plastic warning signs engraved in 1/2" high by 3/8" wide whiteletters on red background to read: "CAUTION - HIGH VOLTAGE" indicating actualvoltage unless noted otherwise in Specifications for the equipment.3.Attach nameplates to equipment with rivets, bolts, or appropriate sheet metal screws.Glue-on types and pop-rivet types are not acceptable.4.Identify all receptacle outlets with DYMO type labels to indicate circuit numbers. 2.12 INDIVIDUAL CIRCUIT BREAKERS A.Provide automatic thermal-magnetic units with the indicated rating and complying withapplicable requirements, including manufacturer's requirements. Provide breakers indoorin NEMA Type 1 enclosures; outdoors or where indicated to be weatherproof provide NEMAType "4" or "4X" enclosures. 2.13 WIREWAYSA.General:1.Wireway shall be installed complete with the necessary compliment of fittings,connectors, and accessory parts. Wireways shall be of the "lay-in" type withoutstandard knockouts and screw covers for full channel access.2.Use wireway with 14-gage sheet steel. Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials 3.Cross section dimensions shall be as indicated on the plan.4.All sheet metal parts shall be coated with a rust inhibitor and finished in bakedenamel. All hardware shall be plated to prevent corrosion.B.Acceptable manufacturers or approved equal:1.Square D.2.Hoppman3.Circle A-W.4.Wiegmann.C.Cable Tray1.Husky2.P-W3.B-Line 2.14 FIREPROOFING TAPE A.Refer to Section 07 8400 for additional fireproofing requirements.B.The tape shall consist of a flexible, conformable fabric of organic composition coated oneside with flame-retardant elastomer.C.The tape shall be self-extinguishing and shall not support combustion. It shall be arc proofand fireproof.D.The tape shall not deteriorate when subjected to water, gases, salt water, sewage, or fungusand shall be resistant to sunlight and ultraviolet light.E.The finished application shall withstand a 200-ampere arc for not less than 30 seconds.F.Securing tape: Glass cloth electrical tape not less than 7 mils thick, and 3/4-inch wide. PART 3 - EXECUTION 3.01 RACEWAYS A.Close ends and openings against entry of construction debris, until access is required forinstallation of conductors or pull wires.B.Support risers at each floor level.C.Arrange riser supports for minimum obstruction of unused openings. Seal unused openings. Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials D.Do not install across ventilation openings.E.Equip with expansion fittings at building expansion joints.F.Minimum cross-sectional area not less than code requirements for conductor to beinstalled.G.Install exposed runs perpendicular or parallel to the surfaces, planes, and structuralmember shapes which define the finished appearance of the construction.H.Verify that raceways are unobstructed prior to pulling in conductors.I.Do not exceed 250 feet of straight runs between accessible openings in raceway systems,reducing this length by 50 feet for each 90° bend. For telephone or signal system conduitand tubing runs, do not exceed 100 feet between accessible pull points.J.Install so that removal covers are accessible and removable without prior removal of otherbuilding elements.K.Do not cut, notch, or drill structural steel for raceways unless prior approval is obtainedfrom the Engineer.L.Install surface-mounted raceway tight against building surfaces with minimum space asrequired for support. Use common supports for parallel surface-mounted raceway in closeproximity. 3.02 CONDUITSA.Conduit Usage and Locations1.Exterior areas exposed to direct weather: PVC coated rigid steel.2.Exterior areas not exposed to direct weather: EMT3.Interior areas: EMT4.For short runs from J-boxes to surface mounted equipment: Liquid tight flexibleconduit.5.Below Grade: Concrete encased rigid PVC.B.All conduits shall be metallic unless otherwise indicated or noted.1.All rigid galvanized steel conduits shall be of the threaded type.2.Electric metallic tubing shall be used up to maximum size permitted by Code inconcealed locations. Exposed power branch circuit conduits lower than 10'-0" abovefinished floor shall be rigid galvanized steel.3.Flexible steel conduit shall be used for short runs from devices, motors, or vibratingequipment to junction boxes, and from recessed lighting fixtures to adjacent junction Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials boxes, or branch circuit wiring as approved. a.Where approved, flexible steel conduit may be used when conditions make theuse of other conduit impractical.b.Where required by Code or elsewhere herein, a separate ground conductorshall be provided.c.Use liquid tight flexible conduit, where flexible conduit is exposed to weather,oil or moisture and making all equipment connections.4.Conduits crossing expansion joints of building shall be provided with suitableexpansion fittings or flexible lengths or with runs that parallel joints for a distance ofapproximately 4 feet before crossing at right angle.a.Conduit shall be concealed in office areas and exposed in unfinished areas.b.Conduit passing through fire rated walls shall be caulked with fire ratedcaulking.C.All conduit installed underground or in contact with soil shall be of the non-metallic typeexcept where specifically indicated otherwise or as required by Utilities or Codeenforcement Agencies.1.Concrete-Encased Non-Metallic Ducts shall be installed for underground feeders, andother runs as designated on the drawings.a.Material shall be PVC.b.Sizes and configuration shall be provided as indicated on the drawings.c.End bells and conduit adapters shall be provided at termination point asrequired.d.All electrical runs shall be provided with a Code sized ground unless a largersize is noted on drawing.2.Rigid PVC conduit (UL listed Schedule 80) shall be used for underground branchcircuit, underground telephone lateral extension, and underground signal conduits.a.All electrical runs shall be provided with a grounding conductor as indicated onthe drawings or required.D.All wiring shall be in conduit unless otherwise shown. Conduit shall be concealed in finishedareas and may be exposed in unfinished areas.1.Minimum size of conduit above grade shall be 3/4" unless otherwise noted orapproved by the Engineer. Where underground, below grade, beneath slabs and inslabs conduit shall be 1" minimum.2.Conduit runs shall be continuous from outlet to outlet, fitting, pull or junction box, tocabinet or panel and shall be mechanically and electrically secured to assure groundcontinuity.3.Conduit shall be cut square, reamed to full size, and shouldered without butting intocouplings, or fittings.4.Threads shall be of the standard length and diameter for the size of conduit used, andall rigid conduit couplings shall be of the threaded type. Approved conduit unionsshall be used when required. Running threads shall not be used. Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials 5.Furnish and install approved expansion fittings with grounding continuity jumperwherever conduit runs across building expansion or seismic joints.6.Conduits shall have a smooth interior free of obstructions, and shall be capped withapproved seals during construction. Runs shall be uniformly sloped to eliminatetrapped condensation.7.Clearance from steam, gas, refrigeration, and hot water pipes shall not be less than 6inches. Right angles bends in conduit 1 inch and larger, shall be made with standardconduit elbows.8.Field made bends shall be made with a hickey or machine bender. Bends shall not beflattened or kinked and shall not materially reduce the internal diameter of theconduit.9.Do not reduce conduit sizes where shown as larger than required by Code forconductors indicated to be installed.10.Rigid conduit or EMT shall not be attached to vibrating equipment. A short length ofliquid tight flexible conduit shall be used.11.Conduits installed in anchorages and tunnels shall be secured to Unistrut which shallbe anchored to the concrete structure.12.Conduit may be exposed in machinery rooms, switchboard or switchgear rooms,electric closets, unfinished areas, or elsewhere if approved as a field condition.13.Use cast metal boxes and cast metal fitting for tee or cross connections for exposedconduit except where pressed steel boxes are permitted by this Specification.14.For PVC coated rigid steel conduits wrap joints with two layers of 10-mil PVC tape.15.For nonmetallic conduit:a.Affix joints to form watertight connections.b.Attach plastic conduit ends, couplings and fittings with solvent.c.Encase buried nonmetallic conduit unless otherwise specified.E.Conduit in concrete and masonry:1.Joints of rigid conduit installed in concrete or masonry shall be made liquid-and-gas-tight, with joint compound, and shall engage not less than five threads.2.Conduit in concrete shall be placed so that no portion of conduit or coupling isexposed, and at a sufficient depth to prevent cracking or spalling.a.Do not install, in concrete or masonry, conduit with a diameter larger than 1/4of the slab thickness or conduit larger than 1" nominal diameter unlessapproved prior to placement.b.Do not deflect or interfere with slab reinforcement.c.Use sleeves to pass conduit through slabs not on grade and space sleeve oncenterlines at least four times the diameter of the largest of adjacent pair of Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials sleeves. d.On steel decking do not use larger than 3/4" conduit in slabs of 2-1/2"minimum thickness and 1" conduit in slabs of 3" or greater thickness.3.Metallic conduit shall not be installed underground or in contract with the soil unlessspecifically required by the serving utilities or the drawings, in which case the conduitshall be rigid steel wrapped and concrete encased.F.Exposed conduit shall be parallel with or at right angles to building line, beams, or ceilings.G.Support: Conduit shall be supported at intervals of not more than 10-feet, and as specifiedin this paragraph unless indicated otherwise.1.Route conduit along existing raceways and supports where possible.2.Flexible steel conduit shall be supported at intervals of not more than 3-feet, andwithin 12-inches of the outlets or wiring enclosures.3.Conduit 1-inch and smaller shall be fastened to the building structure with approvedpipe straps, or to furring channels or metal studs with 12-AWG zinc-coated iron tiewire.4.Nails or metal plumbers’ tape shall not be used.5.Conduit, 1-1/4-inch and larger shall be suspended from the building structure bymeans of approved pipe hangers, racks, or trapezes.6.Individual hangers shall be malleable iron split rings. Hanger rods shall be 3/8-inchminimum diameter for 2-inch and smaller conduits.7.Hanger and racks shall be attached to concrete with metal inserts set in the forms,and to steel members with beam clamps.8.Trapezes and racks shall be sized as necessary with conduits resting on and securedto cross bars. Conduits shall be braced to prevent sway.9.Conduits and outlet boxes shall not be attached to ductwork, piping, or mechanicalequipment unless approved by the Engineer.H.Connection to wiring enclosures: Conduits shall be secured to outlet boxes or wiringenclosures with double locknuts and bushings, or approved fittings except outdoors whereweatherproof hubs shall be used.1.Conduit shall be screwed in and shall engage at least five threads in hub whereconduit boxes with threaded hubs are used.2.Insulating bushings shall be used for conduits 1-1/4" or larger and for conductorslarger than 10-AWG, and in all cases where wiring is subject to vibration.I.Vertical cable support shall be furnished and installed at tops of vertical runs exceeding 20- Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials feet in length for conductors 14-AWG and larger, and otherwise where required by Code. Cable supports shall be of the split-wedge type that automatically tightens under the weight of conductors. J.Demountable ceiling areas: Conduit installed above ceiling panels shall be supportedindependently of the ceiling suspension, unless noted otherwise, and in no case will bepermitted to interfere with the installation or removal of any ceiling tile.K.Conduit Stub outs:1.Extend underground conduit, which is stubbed out for future use, a minimum of 5'clear beyond building foundation, concrete walks, paving, other utilities, and the like.2.Leave ends of underground stub outs 6" clear of concrete envelope. Cap ends of steelconduit and wrap entire exposed portions with Scotchrap No. 50. Plug ends ofnonmetallic conduit with Duxseal and cover with gravel and redwood planks formechanical protection.L.Conduit Stubups:1.Use rigid steel conduit for stubups and risers to grade from other conduits. Cap allstubups for future use.2.Conduits stubbed up through concrete floors for connections to freestandingequipment shall be provided with a short elbow and a coupling set flush with thefinished floor. Wiring shall be extended in rigid threaded conduit to the equipment,except that where required, flexible conduit may be used 6" above the floor.Screwdriver-operated threaded flush plugs shall be installed in conduits from whichno equipment connections are made. Use oil or grease in threads on plug to preventsticking.3.In utility rooms, electrical room, mechanical rooms, and other unfinished areas notaccessible to the public, terminate stubups to a minimum of 8" above floor unlessotherwise indicated.M.Empty Conduits:1.Provide a nylon or polyethylene rope rated 250 lbs. tensile strength in each conduitmore than 20' in length and left empty for future use. Not less than 12" of slack shallbe left at ends of the conduits.2.Tag empty conduit at each accessible end identifying the purpose of the conduit andthe location of the other end.3.In wet, corrosive, outdoor or underground locations use brass, bronze or copper No.16 gauge tags or lead tags secured to conduit ends with No. 16 or larger galvanizedwire. Inscribe on the tags, with steel punch dies, clear and complete identifyinginformation.4.In dry interior locations use metal-rimmed paper tags securely affixed with nylon Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials twine. Inscribe on the tags with India ink, clear and complete identifying information. 5.All unused conduit openings shall be plugged or capped with a suitable devicedesigned for the purpose. Caulking compound shall not be used for plugging emptyconduits. 3.03 WIRE A.General:1.All wiring and cable for all systems including low voltage, control circuits, andcommunication systems shall be installed in conduit or raceway unless otherwisenoted.2.Before installing conductors, remove debris and moisture from conduit andequipment enclosures. Use approved wire-pulling compound to facilitate theinstallation of conductors. Oil, grease, or similar substances shall not be used aspulling compound.3.Leave a minimum of 8" free length of wire at all outlets, junction boxes, and pull boxesfor final connection. Where equipment final connections are specifically indicated tobe performed under other Sections or by others, provide 15 feet of cable in a neat coilwith taped ends at end of conduit.4.Each circuit shall correspond to the branch circuit number or control circuit numberas indicated. All control wiring shall conform to the wiring diagrams on the Drawingswhen indicated and the manufacturer's wiring diagrams and shall control theequipment in the manner specified under this and other Sections.B.Splices:1.Make joints, splices, taps, and connections for 600-volt conductors with solderlessconnector. Use only plated copper alloy connector or lugs. Aluminum connector orlugs shall not be used.2.For copper conductors, the following connectors are acceptable:a.For #10 AWG and smaller: Use 3M, Ideal "Super Nut", or approved equal.3.Retighten all bolt type connectors 24 to 48 hours after initial installation and beforetaping.4.Tape all connections made with noninsulated type connectors with rubber-type tape,1-1/2 times the thickness of the conductor insulation, then cover with Scotch No. 33tape.C.Color coding:1.Color-code all feeders by means of colored adhesive tape. Each phase shall be thesame color throughout the system and shall be different color from other phases andother systems. Color-coding for branch circuit wiring shall be per this Section. Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials D.Tagging:1.Neatly arrange and lace conductors in switchboards, panel boards, gutters, andterminal cabinets by means of nylon twine, Scotch No. 33 tape, or T&B "Ty-Rap" ties.2.Main and feeder cables shall be tagged in all boxes, panels, wireways and gutters, andat all terminal blocks. Tags shall identify wire or cable number and equipment servedand shall be made of flame-resistant material.3.Tag all spare wires for future use and tape exposed ends in same manner as requiredfor noninsulated connectors.E.Voltage drop:1.All branch circuits shall be limited to a maximum voltage drop of 3 percent. Increasebranch circuit wire sizes where required to comply with this requirement. All feedersshall be limited to a maximum voltage drop of 2 percent. 3.04 FITTINGS A.Install fittings for raceway systems in a manner to ensure that equipment ground continuityis maintained. 3.05 OUTLET BOXESA.Equip pressed steel outlet boxes with tile ring where installed in brick, tile, marble, andsimilar material, and in masonry block walls. Equip with plaster rings where plaster ordrywall finish is indicated. Select rings of proper depth to place front of ring even with theplane of the finish surface. Select style of ring to match device and finish plates to beinstalled.B.Close unused openings in pressed steel boxes with knockout closures and in cast boxes withthreaded plugs.C.Equip cast metal boxes with gasketed covers except in dry locations, where gasket may beomitted.D.Use concrete type boxes where required to clear and not displace reinforcement.E.Use multiple gang boxes for grouping devices at one location. Provide barriers betweendifferent systems and between adjacent devices when the voltage between adjacentexposed live parts exceeds 300 volts to ground.F.Support ceiling outlet boxes flush with the ceiling plane. Use approved bar hanger or otherapproved means to provide adequate support for lighting fixtures of other productsattached to ceiling outlet boxes. Equip boxes with fixture studs where required by thelighting fixtures to be installed. Support boxes in suspended ceiling systems from mainrunner channels, or joists or other structural members. Do not support from the ceilingsuspensions system hanger wires or tile support tees of similar lightweight ceilingcomponents unless the components are designed and approved for this purpose. Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials G.Locate outlets required for feeds to equipment in accordance with the requirements of theequipment and with drawings furnished by the equipment supplier.H.Equip outlet boxes used as junction boxes with blank device plates if installed flush, andwith blank galvanized covers if installed on the surface. Use raised covers on surfaces boxesin finished areas. Flat plates may be used on surfaces boxes in machine rooms, electricalrooms, and similar unfinished areas.I.Equip outlet boxes with bushed cover plates where used for telephone systems or othersystems requiring an exposed cable connection from the box.J.Locate outlet boxes so that they will be accessible. Boxes over suspended ceiling systemshall be considered accessible if the ceiling tile removal permits access to such boxes.K.Where outlet boxes are used as junction or splice boxes, identify the enclosed circuitnumbers with black ink marking pen on the outside surface of the box cover. 3.06 OPENINGS, CHASES AND SLEEVESA.Provide openings, chases, cutting, patching, sleeves, and other products, necessary topermit the electrical raceways and cables to pass through the structure.B.Establish locations for openings, chases, and sleeves sufficiently in advance of constructionto avoid cutting and patching. Perform any required cutting and patching for electrical workand obtain approval for cutting prior to work being done.C.Repair damages to finished work and surfaces caused by cutting, to the satisfaction of theEngineer.D.Install sleeves wherever raceways of any type pass through walls or floors above grade,except that sleeves are not required for drywall construction or laid up masonryconstruction used for interior partitions and not fire related.E.Use pipe or sheet steel sleeves for interior dry locations.F.Install sleeves with both ends flush with wall surfaces and with upper ends 3" above floorsurfaces. Install bottom end of floor sleeves flush with slabs if not concealed by ceilingsystem. Use steel pipe sleeves through floors.G.For conduit passing through interior sleeves in floors or fire-rated walls, use "Fire-Seal"fittings or fire sealant to maintain fire rating integrity.H.Core drill existing concrete walls or slabs to pass new runs of conduit or tubing. Seal coredrilled openings as described for sleeves.I.For exterior wall below grade, conduit entries, use manufacturer fabricated wall entranceseals. Section 26 0500: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Elec Basic Materials 3.07 SURFACE RACEWAYS A.Install the products of a single manufacturer throughout the project.B.Do not exceed raceway fill requirements as established by code requirements.C.Install raceways using screws through back channel of two-piece raceways, or single screwclips for one-piece raceways. Use raceway straps for support only after obtaining approval.D.Execute installation to ensure good ground continuity. 3.08 CABINETSA.Set cabinets at heights indicated or specified. In the absence of such information, setcabinets as not to exceed 6'-6" from finish floor to top of cabinet.B.Align the tops of cabinets in sight of each other at a uniform height.C.Install cabinets and other enclosure products in plumb with the building construction.Install flush enclosures so that the trim will rest against the surrounding surface materialaround the entire perimeter of the enclosure.D.Where cabinets are poured-in-place concrete wall construction, brace internally withtemporary wood or other bracing to prevent deformation of the back or side of theenclosure.E.Do not locate cabinets (or other electrical enclosures) where room doors will touchenclosure face when room door is opened. Locate cabinets (and other enclosures) so thatenclosure door can be opened through a minimum 180° arc, except that the arc may bereduced to 130° for enclosures mounted to wireways. END OF SECTION Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 26 0526: Grounding SECTION 26 0526 GROUNDING AND BONDING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A.General: Drawings and General Provisions of the Contract, including General andSupplementary Conditions and Special Provisions, apply to this section. Also provide thework in accordance with the Division 28, Security and Division 26, Electrical. 1.02 WORK SPECIFICIED IN THIS SECTIONA.Provide complete Electrical Grounding and Bonding work, the extent of which is indicatedon the drawings and as specified to include, but not be limited to, the following1.UPS systems2.Panelboards3.Outlet boxes4.Junction boxes5.Metallic conduit6.FixturesB.Provide special grounding as indicated for signal systems, and on the drawings. 1.03 APPLICABLE PUBLICATIONSA.General: The publications listed below form a part of this specification to the extentreferenced. The publications are referenced in the text by the basic designation only.B.National Fire Protection Association (NFPA)C.70-87 National Electrical Code (NEC)D.Underwriters Laboratories, Inc. (UL)1.83-83 Thermoplastic-Insulated Wires and Cables - 8/14/852.44-83 Rubber-Insulated Wires and Cables - 8/5/853.467-84 Grounding and Bonding Equipment - 4/30/85 1.04 QUALITY ASSURANCE A.Comply with standards set for in Section 26 0000, Article 1.15 Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 26 0526: Grounding 1.05 SUBMITTALS A.Comply with standards set for in Section 26 0000, Article 1.10. PART 2 - PRODUCTS 2.01 MATERIALS A.Provide Wiring, conduit, cable, busses, connector and other materials required for thecontinuance of the existing grounding system as indicated, specified and required.B.Ground Rods: ¾” X 10’ copper clad unless noted otherwise on drawings.C.Grounding conductors: Insulated copper conductors, type THWN. Bare copper softdrawn,#4/0 unless noted otherwise on drawings.D.Connectors1.UL listed and of materials complying with use of requirement of NEC Article 250.2.Multi-bolt solderless compression clamps: High strength electrical bronze withsilicon bronze clamping bolts and hardware. Bolts, nuts and lock washers and similarhardware designed not to damage ground wire. PART 3 - EXECUTION 3.01 INSTALLATION A.Make good contact at all electrical equipment, outlet boxes and wherever the conduit run isbroken. Permanently and effectively ground all metallic conduits, fixtures, motors andother equipment as required by all applicable codes and regulations.B.All connections to building steel and to grounding counter post shall be exothermic type.C.All raceway grounding and bonding wires shall be green insulated copper conductor.D.All equipment including transformers, conduit system, motors and other apparatus shall begrounded in accordance with NEC Art. 250 unless noted otherwise on drawings.E.Ground rods shall be driven in quantities and lengths as required to produce a maximum ofone ohm, unless noted otherwise in drawings to ground when measured at the building orbus connection point. END OF SECTION 26 0526 Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req SECTION 28 0000 SECURITY GENERAL REQUIREMENTS PART 1 - GENERAL 1.01 SECURITY CONSULTANT OF RECORD A.The Consultant of Record for this project is:Triad Consulting & System Design Group2925 Mira Vista WayCorona, CA 92881(949) 943-9422 1.02 RELATED DOCUMENTS A.Drawings and General Provisions of the Contract, including General and SupplementaryConditions, City of Rohnert Park Standard Terms and Special Provisions, apply to thissection. Also, provide the work in accordance with Division 26, Electrical. 1.03 DESCRIPTIONA.General Description: This specification section covers general requirements to provide andtest a complete low-voltage Electronic Access Control System (EACS). Following is anoutline of the project scope. The scope includes coordinating phasing of the installation tokeep the existing system up and transitioning to the new system to minimize downtime.Once the new system is installed the contractor shall remove old cable and panels anddispose per environmental standards.B.Furnish and install electric security hardware devices, mounting brackets, power supplies,switches, equipment cabinets, controls, consoles, and other components of the system asshown and specified.C.Furnish and install outlets, junction boxes, pull boxes, conduit, connectors, wiring, and otheraccessories necessary to complete the system installation. Requirements shall be inaccordance with Division 26 Electrical.D.Remove old cable and control panels and enclosures.E.Provide pre-testing and acceptance testing of equipment, programming, wiring andinstallation.F.Related Sections: Requirements that relate to this section are included in, but not limitedto, the following sections {select as appropriate}1.Division 7 Section 07 8400 for Firestopping requirements2.Division 26 for Electrical requirements3.Division 28 Section 28 05 13 for Security Cable requirements Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req 4.Division 28 Section 28 10 00 Electronic Access Control System requirements 1.04 EXISTING SYSTEMS A.Electronic Access Control System (EACS)1.City of Rohnert Park has an existing Stanley EACS throughout city facilities includingCity Hall, Public Services Building, Public Works Corporation Yard, and the SeniorCenter Annex Room. The system is running Stanley software. The existing EACSserver is in the Public Services Building IDF Room (Refer to Reference Note 3 onEY111 for location).2.This project shall install a new RS2 EACS running AccessIt! software. The existingStanley controllers in City Hall, Public Services Building, Public Works CorporateYard, and the Senior Center Annex Room shall be removed once the new system is inplace. New cable for reader, lock, DPS and REX hardware shall be provided. Existingreaders, DPS and REX devices at the doors shall be removed and new devicesinstalled. Once the new devices are in place and operational the old cable shall beremoved.3.When the new system is completely operational the old controllers shall be removedand discarded by the contractor.4.The existing server shall remain operational to service other city buildings notincluded in the upgrade.B.Video Surveillance System (VSS)1.City of Rohnert Park has an existing Milestone video system. There is limited workrequired on the VMS system or devices. The contractor shall implement the RS2integration to Milestone to allow EACS alarm events to automatically display camerasin the area of the alarm. 1.05 SCOPE OF WORK A.Provide systems and services as described herein and completed per the approvedschedule.B.Systems: Provide the following work complete per the contract schedule, and withacceptable engineering and installation practices as described herein.1.Electronic Access Control System (EACS) replacementC.Areas or work: The areas of work shall include, but not be limited to, the following buildings1.City Hall2.Public Services Building3.Public Works Corporation Yard Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req 4.Senior Center Annex Room5.West Sude Fire Station. The fire station does not have an existing system. This site hasinfrastructure pre-installed and the contractor shall use this infrastructure to installcable and devices as located on the plan drawings.D.Services: Contractor shall provide the following services complete and as scheduled:1.Project Planning and Management2.Interdiscipline Coordination3.Engineering and Material Purchase4.Submittals5.System Phasing and Installation6.System Start-up and Commissioning7.Training8.Testing9.Warranty10.Post Acceptance Work 1.06 RELATED WORK A.General1.Observe interface procedures to related work as described in PART 3, herein.2.Coordinate with City of Rohnert Park on all aspects of aesthetic interface.B.Installation of network equipment, wireless network equipment and provisioning of acomplete security system network shall comply with City of Rohnert Park standards andrequirements. Coordinate network equipment and connection with the City of Rohnert ParkProject Manager.C.Conditions1.Coordinate with all existing construction, equipment, and field devices2.Equipment provided under this project shall be installed in a manner consistent witharchitectural, operational, service, and maintenance considerations. 1.07 APPLICABLE PUBLICATIONS A.Standards: Perform the work in accordance with the following standards: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req 1.UL Underwriters Laboratories, Inc., UL 294, UL 1076, ULC 2.EIA Electrical Industries Association 3.NTSC National Television Standards Committee 4.NEMA National Electrical Manufacturers Association 5.NECA National Electrical Contractors Association National Electrical Installation Standards (NEIS) 6.NFPA National Fire Protection Association 101 Life Safety Code 70 National Electrical Code (2017) 7.2018 IBC International Building Code 8.ADA Americans with Disabilities Act 9.FCC Part 15, Part 68 B.Where one or more code is applicable, the more stringent shall applyC.Cable installation, termination, and identification shall be performed in accordance with themanufacturer’s installation manuals in addition to the applicable codes.D.When the manufacturer provides no recommendations on cable applications the Contractorshall ensure the cable selected meets the technical requirements of the equipment installedand shall meet the environmental requirements of the installed location. 1.08 QUALITY ASSURANCEA.Contractor Qualifications1.Duration of Business: The contractor shall have been in the business of installing andservicing security systems of the type described herein for a period of at least fiveyears.2.Similar Experience: The contractor shall have installed a minimum of three projectsinvolving integration of the systems types required on this project. The contractorshall provide references as described below.3.Experience: Provide personnel with the following minimum experience:a.Project Management: The Project Manager shall have at least five years directexperience managing projects of the type specified herein.b.Field Supervisor: The Field Supervisor shall have at least three years directexperience supervising projects of the type specified herein.c.Field Installers: Field installers shall have at least three years direct experienceinstalling projects of the type specified herein. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req 4.Certifications: The Contractor or its assigned subcontractors shall be certified by themanufacturer for the systems they are working on. Where manufacturers do not havecertifications for outside personnel the Contractor shall contract with themanufacturer for Professional Services to complete the work on their system.a.RS2 CertifiedB.Manufacturer Qualifications1.This project primarily involves replacement of existing systems in the Public ServicesBuilding and the contractor shall sub-contract with the existing system manufactureror certified value-added reseller (VAR) for worked performed on the existing systemto delete the programming information related to readers and associated devices thatare removed from the existing system.2.Where new equipment is being provided it shall meet the following requirements:a.System components shall be furnished by manufacturers of establishedreputation and experience who shall have produced similar equipment andwho shall be able to refer to similar installations rendering satisfactory service.b.The manufacturer's products shall have been in satisfactory operation on atleast three similar installations for not less than three years.c.Components including, but not limited to, cameras, intercoms, computers, andpower supplies shall have been tested and listed by Underwriters Laboratories,Inc., Factory Mutual Systems, or other approved independent testinglaboratory. 1.09 BID RESPONSE A.Base Bid: Base bid shall include the installation of new EACS equipment and integration ofthe new EACS to the existing VSS systems as described in the Contract Documents. Thecontractor shall provide all licenses required for the system to perform the functionsdescribed in the Contract Documents.B.Alternate Bids: None 1.10 SHOP DRAWING AND EQUIPMENT SUBMITTALA.General: Comply with the requirements of Article 5.4 WORKING DRAWINGS. Comply withthe additional requirements as described below.1.Format: Make each submittal in one complete and contiguous package. Partial orunmarked submittals will be rejected without review.2.The Contractor shall be aware of and identify products that may require long leadtimes for manufacturing and/or delivery and must prepare the submittal packageaccordingly for City of Rohnert Park for review.3.The submittal package shall be clearly identified by reference to the Project name,specification section, paragraph, drawing number or detail as applicable. Submittalsshall be well organized, and shall be clear and legible and of sufficient size for clearpresentation of data. Data submitted shall describe the materials, equipment, or Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req other items to be furnished and, where applicable, the system in sufficient detail to indicate full compliance with the requirements of these Contract Documents. B.Bid documents, including drawings, details and specifications are generally consideredconceptual in nature, and provide direction on products and project requirements. In mostcases, the Contractor is given some choice of products and methods that may beincorporated into the system. These choices may affect the overall design, configuration,and installation of the proposed system. The contractor shall be responsible for the meansand methods of installation of equipment and raceways. Where specifically noted on theplan drawings the contractor shall use existing raceways or provide new raceways asshown.C.Requirements: Provide the following information complete, and in the manner describedherein:1.Shop Drawings: Shop Drawings shall be numbered consecutively and shall accuratelyand distinctly present the following information:a.Title Sheetb.Plan Drawings: Showing all devices, pull boxes, cabinets, conduits, andconductors in their proposed locationsc.Riser Diagram: Showing all conduit relationships between devices shown onthe Plan Drawings. Show all power sources including panel identification andcircuit number.d.Single-Line/Block Diagrams: Show system architecture and signalrelationships of controls, processors, and head-end devices within the system.e.Custom Assembly Diagrams: For each custom assembly, provide an assemblydrawing illustrating the appearance of the assembled device. Includedimensions, assembly components, and functional attributes (momentary oralternate action switch, lens color, panel finish, color, etc.). "Customassemblies" include, but are not limited to:1)Security Terminal Cabinets2)Cover plates and Escutcheons3)Receptacle Assemblies4)Console Bezels and Materialsf.Component Connection Diagrams1)Show the wire designations on all connectors.2)Show a schedule of the wire colors connected to the pins on each deviceconnector.g.Equipment Wiring Diagrams1)Show a pictorial illustration of each equipment enclosure and/orterminal cabinet, including terminals, components, and wiring devices.2)Show the device nomenclature exactly as shown on the single linediagrams.3)Terminations Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req a)Show every termination and terminating cable, with applicablecable and wire numbers matching the single line diagrams.b)Every termination in the system must be documented.c)Termination information may be rendered as a wiring list(s), ifproperly coordinated with, and referenced to, typical componentand single-line diagrams. Otherwise, the Shop Drawings shall showa pictorial of every component in the system, with its terminations.d)Show wire colors for each terminal.e)For each wire exiting the enclosure, show the destination of thewire by floor, room number and the drawing number of the panelwhere the wire terminates.h.All working dimensions and erection dimensionsi.Arrangements and sectional viewsj.Necessary details, including complete information for making connectionsbetween work under this Contract and work under other Contracts.k.Stock or standard drawings will not be accepted for review unless fullidentification and supplementary information is shown thereon in ink ortypewritten form.l.Each Drawing or page shall include:1)Project name, Project Number, and descriptions2)Submittal date and space for revision dates3)Identification of equipment, product, or material4)Name of Contractor and Subcontractor5)Relation to adjacent structure of material6)Physical dimensions, clearly identified7)ASTM and Specifications references where applicable8)Identification of deviations from the Contract Documents9)Contractor's stamp, initialed or signed, dated, and certifying to review ofsubmittal, certification of field measurements and compliance withContract.10)Location at which the equipment or materials are to be installed.Location shall mean both physical location and location relative to otherconnected or attached material.2.Equipment Submittalsa.General: Equipment submittals shall be organized in the same chronologicalorder as listed in each specification section.b.Provide a Title Page, with project name, Contractor’s name, and address,contact information, date of submission, and submission revision number.c.Provide a Parts List, for proposed equipment, materials, components, anddevices, listing the following information for each line item:1)The system type,2)Model number,3)Project quantity,4)Specification sheet page reference including Specification Section,Paragraph, and sub-paragraph. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req d.Provide Manufacturers Specification Sheet with descriptive information forequipment, materials, components, and devices. Number each page, tocorrespond with the Parts List.e.Clearly delineate (with highlighter, arrow, or underline) on each specificationsheet, which model numbers, options and configurations are being proposedfor this project.f.Include materials and finishes for all equipment.3.Acceptance Testing Plan:a.Submit a written document detailing the test procedures to be followed by thecontractor in evaluating and proving the installed System(s).b.Provide a sample of the test forms to be used for each system and for eachcomponent of each system.c.Include all tests required by the equipment Manufacturer and by thisSpecification.D.City of Rohnert Park will return unchecked any submittal that does not contain completedata on the work and full information on related matters.E.Verification: The contractor shall check and acknowledge all shop drawings, and shall placehis signature on all shop drawings submitted to City of Rohnert Park. Contractor's signatureshall constitute a representation that all quantities, dimensions, field construction criteria,materials, catalog numbers, performance criteria and similar data have been verified andthat, in his opinion, the submittal fully meets the requirements of the Contract Documents.F.Departure from Contract Requirements: If the shop drawings show departures from theContract requirements, the Contractor shall make specific mention thereof in his letter oftransmittal, otherwise review of such submittals shall not constitute review of thedeparture. Review of the drawings shall constitute review of the specific subject matter forwhich the drawings were submitted and not of any other structure, materials, equipment,or apparatus shown on the drawing.G.Use of Contract Drawings: The contractor may use the contract “bid” drawings forpreparation of shop drawings. When using portions of the contract documents forsubmittal purposes the contractor shall take full responsibility for the information shownon the drawings. The contractor shall add information as described in the shop drawingsubmittal requirements herein. The submitted drawings shall include all cable types,conduit fill, cable routing (start and destination), labels for all cables and devic es, and IPaddresses for network connected devices. Incomplete submittals shall be rejected. 1.11 OPERATING AND MAINTENANCE MANUALS: (“AS-BUILT” RECORD SET)A.Phase One As-built Review: The Contractor shall submit for review the following clearlylabeled as the "Operating and Maintenance Manual" within thirty days after FinalAcceptance of the Installation and prior to requesting final payment:1.Record Drawings: Submit two copies of revised versions of drawings as submitted inthe "Shop and Field” Submittals showing actual device locations, conduits, wiring andrelationships as-built. Include nomenclature showing as-built wire designations and Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req colors. 2.Manuals: Submit one hard copy and electronic version of each of the followingmaterials in bound manuals with labeled dividers:a.Equipment Instruction Manuals: Complete, comprehensive instructions for theoperation of all devices and equipment provided as part of this work.b.Manufacturers Instruction Manuals: All specification sheets, brochures,Operation Manuals, and service sheets published by the manufacturers of thecomponents, devices and equipment provided.c.A final Bill of Material for each systemd.Include information for testing, repair, troubleshooting, assembly,disassembly, and recommended maintenance intervals.e.Provide a replacement parts list with current prices. Include list ofrecommended spare parts, tools, and instruments for testing and maintenancepurpose.f.Performance, Test and Adjustment Data: Comprehensive documentation of allperformance verification according to parameters specified herein.g.Warranties: Provide an executed copy of the Warranty Agreement and copiesof all manufacturers’ Warranty Registration papers as described herein.B.Phase Two: Within fourteen days of receipt of review comments for the Operating andMaintenance Manual (Phase One), submit the following corrected documents; two copies ofthe reviewed Record Drawings and two copies of the reviewed Operating and MaintenanceManuals to City of Rohnert Park. The contractor shall also provide electronic versions ofsubmitted drawings and manuals on CD-ROM.1.In each equipment enclosure and/or terminal cabinet, the contractor shall place aSingle Line drawing of the system(s) and the respective Terminal Cabinet WiringDiagram in a clear plastic sleeve permanently attached to the cover of the terminalcabinet.2.The contractor shall provide to City of Rohnert Park one copy of all executive and usersoftware, including all graphical maps on CD-ROM disks, flash drive, or other suitablestorage device as directed by the City.3.Sufficient information, (detailed schematics of subsystems, assemblies, andsubassemblies to component level) clearly presented, shall be included to determinecompliance with drawings and specifications. 1.12 WARRANTY A.The Warranty shall serve two purposes:1.The Contractor shall repair any system malfunction or installation deficiencydiscovered by City of Rohnert Park or their representatives during the warrantyperiod.2.The contractor shall replace any piece of equipment that ceases to function properlyduring the warranty period. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req B.The Contractor shall correct any installation deficiencies found against the contractdrawings and specifications discovered by the City or their representatives during thewarranty periodC.Personnel: Service personnel shall be certified in the maintenance and repair of the specifictype of equipment installed and qualified to accomplish work promptly and satisfactorily.The City shall be advised in writing of the name of the designated service representative,and of any change in personnel.D.Inspections shall include visual checks and operational tests of console equipment,peripheral equipment, local processors, sensors, and electrical and mechanical controls.E.Inspections shall also include testing of all communication links to verify operation withinmanufacturer’s parameters.F.Emergency Response: The City will initiate service calls when the system is not functioningproperly. Qualified personnel shall be available to provide service to the complete system.The City shall be furnished with a telephone number where the service supervisor can bereached at all times. Service personnel shall be at site within 4 hours after receiving arequest for service. The system shall be restored to proper operating condition within 8hours after service personnel arrive onsite and obtain access to the system.G.Software Updates: The Contractor shall provide a description of all software updates to theCity, who will then decide whether they are appropriate for implementation. Afternotification by the City, the Contractor shall implement the designated software updatesand verify operation in the system. These updates shall be accomplished in a timelymanner, fully coordinated with system operators, and shall be incorporated into theoperation and maintenance manuals, and software documentation. Contractor shall makea system image file so the system can be restored to its original state if the software updateadversely affects system performance. 1.13 SPARE PARTSA.Spare parts levels shall be maintained through the warranty and maintenance periods suchthat they are at the original quantities at the end of the contractor’s involvement.B.Unless otherwise noted herein, provide 2%, or a minimum of one, of the Contractor-provided quantity of each type of active electronic device including, but not limited to, cardreaders, electrified locking hardware, door position switches, request-to-exit (REX)detectors, cameras, power supplies, etc.C.The following items shall not require spare parts provision: Connectors, conductors, patchpanels, mounting components, batteries, devices for which the system already incorporatesredundant components and components or devices whose total quantity is 3 or lessand whose failure would not affect any other part of the system.D.Submit Spare Parts Material list to the City of Rohnert Park Project Manager for approvalprior to shipment. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req 1.14 EQUIPMENT COMPATIBILITY REQUIREMENTSA.While individual items of equipment may meet the equipment specifications and in factmeet the system specifications, the total system shall be designed so that the combinationof equipment employed does not produce any undesirable effects such as signal distortion,noise pulses, transients, or crosstalk interferences when electrically associated with itselfor other equipment. 1.15 OWNER’S RIGHT TO USE EQUIPMENTA.City of Rohnert Park reserves the right to use equipment, material and services provided aspart of this work prior to Acceptance of the Work, without incurring additional charges andwithout commencement of the Warranty period. PART 2 - PRODUCTS 2.01 GENERAL A.Product Acceptability: The Products section contains lists of acceptable products. If productsubstitutions are proposed, they must be made based upon a comparison of equivalence tothe product specified. Considerations may include, but shall not be limited to functional,physical, aesthetic and/or interface aspects. The City shall be the sole judge of whether asubmitted substitution is deemed to be "equivalent" to that specified.B.Listed Manufacturers: Manufacturers listed in the product section are known to generallymeet the specification requirements. Listing of a manufacturer does not automatically meanit meets all requirements listed herein. The contractor is responsible to provide anyhardware and/or software modifications for any submitted product to ensure compatibilitywith the functional performance specified herein.C.All equipment shall be new and the current model of a standard product of a manufacturerof record. When a manufacturer provides a newer model than that included in thespecifications the contractor shall provide the newer model. A manufacturer of record shallbe defined as a company whose main occupation is the manufacture for sale of the items ofequipment supplied.D.For each item of equipment offered, manufacturer shall maintain:1.A factory production line2.A stock of replacement parts3.Engineering drawings, specifications, operating manuals, and maintenance manuals4.Manufacturer shall have published and distributed descriptive literature andequipment specifications on each item of equipment offered. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req E.Complete System: All auxiliary and incidental equipment necessary for the completeoperation and protection of the systems specified herein shall be furnished and installed asif specified in full.F.Similar Devices: Similar devices within a system shall be identical.G.Safety: Unless otherwise specified, all electronic equipment shall be UL rated. All electronicequipment shall be of the dead front type, having no exposed live electrical connections,terminals or exposures to hands-on operating surfaces or other exposed surfaces duringany power-on condition. Every live electrical connection, terminal or exposure shall becovered with durable, removable insulating material.H.Rack Mounting: All rack-mounted electronic equipment shall be specifically designed ormodified for standard 19-inch rack mounting unless otherwise noted.I.Keying: Key all panels identically where provided for similar usage within a system.J.Framing: Floor supported units shall be substantially framed and supported. All boltedconnections shall be made with self-locking devices.K.Aesthetics: Coordinate all console or control panels so that their general appearance issimilar. Provide locking panel covers on all recessed, semi-recessed and surface mountedcontrol panels not located in equipment rooms. Control panels shall be contained within ormounted to formed and welded aluminum or steel back boxes. Operating panels shall berecessed within the back box to a depth sufficient to permit a locking hinge panel cover toclose completely without affecting any device within the enclosure.L.Labeling: Provide intelligible permanent engraved identification on or adjacent to allcontrols, fuses and/or circuit breakers, patching jacks, connectors, receptacles, terminalblocks, meters, indicators, switches, monitors, and the like.M.Engraving, labels, decals or other identification on any device, equipment or miscellaneouscomponent shall be coordinated with the associated Shop and Field and Equipment WiringDrawings.N.No proprietary identification on assemblies will be permitted.O.Operational Voltage: Devices connected to the fuse or breaker protected electrical systemand all auxiliary equipment necessary for the operation of the equipment associated withsystems specified herein shall be designed to operate from 105 to 130-volt, 60 Hertz,alternating current service, with stable performance, fully in accordance with thesespecifications, and shall have integral fuse or circuit breaker protection. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req P.Contractor-fabricated items shall be provided with fuses that indicate when they are blownor defective.Q.All protection devices shall be located to facilitate replacement, resetting or observation ofstatus without demounting the associated unit and/or de-energizing adjacent equipment.R.Manufacturer's Recommendations: Components and devices shall be operated inaccordance with recommendations of the manufacturer and shall contain sufficientpermanent identification to facilitate replacement.S.Wiring Practices: Consistently identified terminal strips shall be provided for all externalconnections. These designations shall be shown on drawings. 2.02 MISCELLANEOUS PRODUCTSA.Cabinets: Hoffman, Rittal, Wiegmann or equal, assembled and wired with all componentsand as indicated on the drawings. Cabinets shall be equipped with removable back panels,ventilations, fans, and filters to maintain acceptable environmental conditions for thecomponents installed within the cabinet. Coordinate color, location, and trim with City ofRohnert Park.B.Connection Devices1.General Purpose Multi-Pin Panel Mounting Receptacle: Amp, Molex, or equal, or asindicated on the Drawings.2.General Purpose Multi-Pin Cable Connector: Cannon, Amp, or equal, or as indicatedon the Drawings.C.Cable Termination Devices1.Screw-Type Barrier Blocks: Kulka 601 or Kulka 601-3700 Series, TRW-Cinch, 140,141 and 142 Series, Buchanan, or equal.D.Wire and Cable Labels: Provide labels by Brady, Thomas and Betts, or equal.E.Wire and Cable Support Racks: Provide Cable Support Racks by Unistrut, Kindorf, B-Line, orequal.F.Tamper Proof Screws: Provide tamper proof fasteners as manufactured by Tamper-Pruf,L.H. Dottie, Theft-Pruf, or equal, for installation of security equipment in accessiblelocations. Provide six tamper proof screwdrivers and transfer to City of Rohnert Park priorto final acceptance testing. 2.03 TEST EQUIPMENT A.The Contractor is responsible for furnishing test equipment required to test the system inaccordance with the parameters specified. Unless otherwise stated, the test equipment shallnot be considered part of the system. The Contractor shall furnish test equipment ofaccuracy better than the parameters to be tested. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req B.Readiness: Keep all test equipment at hand and maintain in calibrated condition at thejobsite as required for routine and performance testing of this work. PART 3 - EXECUTION 3.01 GENERAL A.Perform this Work in accordance with acknowledged industry and professional standardsand practices, and the procedures specified herein. Minimum installation standards shallmeet the requirements of NFPA 731 – Standard for the Installation of Electronic PremisesSecurity Systems 2019 EditionB.Aesthetics are an important consideration in this installation. All components shall beinstalled to have aesthetically pleasing results per City of Rohnert Park. Actual locations ofall visible components shall be coordinated in advance with City of Rohnert Park.C.The Contractor shall insure that all installation personnel understand all the requirementsof the Specifications. 3.02 COORDINATIONA.General: Conform to the standards set forth in Division 1 and additional requirements listedbelow.1.This Contract involves functioning systems. Coordination with City of Rohnert Parkis critical. Do not interrupt any functioning system without coordination with City ofRohnert Park and any phasing requirements to minimize downtime for functioningsystems.2.Coordinate the work with City of Rohnert Park and all trades to assure that wherethis work interfaces to other trades, those interfaces are provided, complete andfunctional.3.Meet with a representative of the City of Rohnert Park and each trade. Identify devicesneeded to complete functional operation of this work that are being provided by Cityof Rohnert Park, General Contractor, or another trade, and assure that the work beingprovided by others will be acceptable.4.Make sure work by others is scheduled in order that this work can be installed in atimely fashion.5.Verify all dimensions, and work by others that may be necessary to facilitate the workand coordinate with other trades. Assure that related work by others is coordinatedwith this work.6.Verify all field conditions. Regularly examine all construction and the work of othersthat may affect the work to ensure proper conditions are provided for the equipmentand devices before their manufacture, fabrication, or installation. Be responsible forthe proper fitting of the systems, equipment, materials, and devices provided as partof this work. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req 7.Coordinate connections to City of Rohnert Park network equipment with City ofRohnert Park Information Technology (IT) staff.B.Required Resources: Become familiar with the available access and space for equipmentand any potential interference requiring coordination. Coordinate with City of Rohnert Parkto assure that adequate electrical and HVAC services are available. Provide the physicalspace for equipment, and ample access room for installation and maintenance of equipment.C.Positioning Members: Provide additional support or positioning members as required forthe proper installation and operation of equipment, materials and devices provided as partof this work as approved by City of Rohnert Park without additional expense.D.Interface Devices: Provide items necessary to complete this work in conformance with theContract Documents or the satisfaction of City of Rohnert Park without any additionalexpense.E.Equipment shall be mounted with sufficient clearance to meet applicable codes andfacilitate observation and testing. Securely hang and/or fasten with appropriate fittings toensure positive grounding, free of ground loops, throughout the entire system. Units shallbe installed parallel and square to building lines.F.Installation shall comply with “Codes and Standards” section of this specification. Wheremore than one code or regulation is applicable, the more stringent shall apply.G.Where new equipment is replacing old equipment, Contractor is responsible for removingand dispensing the old equipment and doing whatever repair work is necessary to meetstandards determined by City of Rohnert Park.H.Install fire stopping for penetrations in slabs and firewalls to meet code at the completionof work and prior to final testing demonstration to City of Rohnert Park.I.Project Documentation: Review all project documentation. If the Contractor perceives anyconflict or ambiguity in the contract documents, he shall seek interpretation from City ofRohnert Park prior to proceeding.J.Supervision: Maintain a competent supervisor and supporting technical personnelacceptable to City of Rohnert Park during the entire installation. A change of supervisorduring the project shall not be acceptable without prior written approval from City ofRohnert Park.K.Work and Manpower Rules: Comply with all applicable jobsite work and labor regulations.L.Shop Drawing Redlines: The contractor shall maintain on site the most current shopdrawings with redline mark-ups of changes where the installation varies from the shopdrawings. The contractor shall review the redline shop drawings with City of Rohnert Parkon a weekly basis. The final redline drawings at completion of the installation shall be usedby the contractor to create the final as-built drawings. 3.03 SECURITY SYSTEM INTEGRATIONA.General: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req 1.The object of “security system integration” is to automatically configure the systemto display, record, and report appropriate system activity to various elements of thesystem. Automatic configuration frees operators from several difficult control tasks ,gives the operator more time to respond to events, reduces operator error, andensures critical system tasks occur consistently.2.Security system elements (EACS/ VSS) shall be electronically integrated in such a wayas to enable database records and/or event-initiated instructions to becommunicated between system elements, to initiate recording, display,communication, and control activities.3.The EACS may also be electronically integrated with other facility databases to importand export database information.B.Event-Initiated Interface, General:1.The system shall support the capability to send and receive messages between EACS,VSS, and other systems via a LAN communications link, and shall act upon thosemessages received. All software routines required to accomplish the required data -interface with external equipment and controls will be fully developed, installed,tested, and supported by the Contractor.2.Communication of event information between systems shall take place automaticallyand immediately, when the event is sensed by the system.C.VSS1.The system shall automatically position and focus one or more cameras, or sequenceof cameras, when an alarm is detected by the EACS or the VSS. Coordinate with theEngineer on camera views and programming.2.Upon receiving event/alarm information from any other system, the VSS virtualswitcher shall transmit camera pre-positioning commands to applicable fixed andpan/tilt/zoom cameras, and shall cause the system to process, display, and recordapplicable cameras.3.Alarm video shall be tagged to EACS alarm events such that when reviewing the alarmqueue an operator can retrieve the video associated to an alarm from the alarmscreen 3.04 INSTALLATION A.Conduit routing on the bid documents of interior building spaces is diagrammatic andalternate conduit routing is acceptable to provide for a more efficient installation. Conduitrouting shall be coordinated with City of Rohnert Park.B.Contractor shall conduct detailed site surveys of each site during mobilization and the shopdrawing submittal process and provide detailed shop drawings indicating the proposedinstallation of devices and conduit.C.Wiring in finished areas where the wiring will be out of sight may be installed using plenum Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req cabling. Cable shall be supported by individual hangars installed for the purpose of securing the plenum cable. Cables shall not be laid across the ceiling or secured to lighting or ceiling supports. D.Existing wiring to the gates may be re-used. The contractor shall test the wiring to confirmit meets technical requirements for use. Contact the City of Rohnert Parm Project Managershould the existing cable not meet requirements for re-use with new equipment. 3.05 WORKMANSHIPA.The installation shall be performed in a professional and competent manner.B.Daily clean up and deposit in appropriate containers all debris from work performed underthe appropriate Specification sections. Stack and organize all parts, tools and equipmentwhen not being used.C.Preparation, handling, and installation shall be in accordance with the Manufacturer'swritten instructions and technical data appropriate to the product specified.D.Work shall conform to the National Electrical Contractors Association "Standard ofInstallation" for general installation practice.E.At the conclusion of the installation, work areas, including panel boxes, shall be vacuumed,and cleaned to remove debris and grease. 3.06 EQUIPMENT, RACK AND CONSOLE INSTALLATIONA.Construction: Coordinate access openings and wire paths through the cabinets for desk-mounted devices.B.Compliance: Comply with powering, conduit entry and grounding practices as describedherein and as required by code.C.Coordination of Access: Coordinate the installation of access covers, hinged panels, or pull-out drawers to ensure complete access to terminals and interior components. Access shallbe designed such that demounting or de-energizing of equipment is not required to gainaccess to any equipment.D.Service Loop: Fasten removable covers containing any wired component with a continuoushinge along one side with associated wiring secured and dressed to provide an adequateservice loop. Appropriate stop locks shall be provided to hold all hinged panels and drawersin a serviceable position.E.Labeling: Provide an engraved lamacoid marker on the front of desk-mounted equipmentincluding its designation as assigned and referenced consistently throughout this project. 3.07 GROUNDING PROCEDURESA.Provide grounding of all systems and equipment in accordance with manufacturers’recommendations, local electrical codes, and industry standards. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req B.Signal Ground: Signal ground shall be derived from the one main electrical panel that servesall equipment herein.C.Grounding procedures for wire, equipment and devices shall be in strict accordance withmanufacturers’ recommendations and standard installation practices.D.All equipment enclosures of an assembly shall be grounded to the single grounding terminalstrip of each assembly.E.Multiple Powered System Isolation: Where powered devices of the same system exist in twoor more locations and a different signal ground exists in each location, the system'scommunication signal shall be isolated from signal ground at both source and destinationends via modem, fiber optics or other equivalent method.F.Contractor shall eliminate or correct all potential ground-loop problems in a mannerapproved by City of Rohnert Park.G.Enclosure Isolation: Equipment enclosures of this section shall not be permitted to toucheach other or any other "grounded device" unless bolted together. Equipment enclosuresshall not be permitted to touch metallic conduit at any point. Conduit entry shall be madeusing flexible non-metallic conduit material only.H.Shielding: Shielded cables of this section shall be grounded exclusively to Signal Ground. Noshields shall be permitted to carry live currents of any kind. Shields shall be tied to SignalGround at the signal source end only, unless otherwise noted or required by themanufacturer. 3.08 IDENTIFICATION AND TAGGINGA.Cables, wires, wiring forms, terminal blocks and terminals shall be identified by labels, tags,or other permanent markings. The markings shall clearly indicate the function, source, ordestination of all cabling, wiring and terminals. The wire-marking format contained in theshop drawings shall be utilized for all conductors installed under this Specification. Allcables and wires shall be identified, utilizing heat-shrink, machine printed, polyolefin wiremarkers. Hand written tags are not acceptable.B.Should a situation arise where the wire tagging format as shown on the shop drawingscannot be used, a substitute format shall be submitted which complies with the intent toprovide documentation that will permit end-to-end tracing of all System wiring.C.All terminal points shall be appropriately identified and labeled as shown on shop drawings.D.All panels shall be provided with permanently attached engraved lamacoid labels withidentifying names and functions. Labels shall be consistent in form, color, and typefacethroughout the system and all must contain the name of the system or subsystem as part ofthe label textual information. Design, color, font, and layout shall be coordinated with, andapproved by, City of Rohnert Park. 3.09 DATABASE PREPARATION, CHECKING AND ACTIVATIONA.Contractor shall provide City of Rohnert Park with the appropriate forms necessary to Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req organize the system database inputs. Guidance shall also be provided to City of Rohnert Park personnel in a timely manner to insure their understanding of database format requirements and constraints. It is essential that the above activities be clearly identified on the Project Schedule so database preparation is accomplished in sufficient time to permit orderly and on time system activation. The forms and guidance shall be presented to City of Rohnert Park not less than 60 days prior to scheduled central system activation. B.It shall be the responsibility of City of Rohnert Park to ensure the accuracy of the databaseinformation entered on forms by thoroughly checking all completed data entry forms.C.It shall be the responsibility of Contractor to ensure that database formatting is correctprior to entry into the system and system activation.D.The Contractor shall be responsible for the initial database entry into the system prior toactivation. The database shall consist of hardware and function-related information, i.e.,system configuration, cameras, card readers, alarm points, software parameters for systemmanagement, graphical maps, and user profiles. A printout of the final database shall beprovided to City of Rohnert Park for review and approval prior to system activation.E.System activation shall be the responsibility of Contractor. Once the system and databasehave been demonstrated to be functioning properly according to manufacturer's guidelinesand the system design, all further database entries and upgrades shall be the responsibilityof City of Rohnert Park, unless otherwise noted.F.If later versions of the operating system or application software are made available to, orrequested by City of Rohnert Park, these updated versions shall be installed and checkedout by Contractor. Before installing upgrade software, Contractor shall insure that existingdatabase information is properly "backed-up" prior to any installation action. 3.10 START-UP RESPONSIBILITYA.Contractor shall initiate System Operation. Competent start-up personnel shall be providedby Contractor on each consecutive working day until the System is functional and ready tostart the acceptance test phase. If in City of Rohnert Park’ judgment Contractor is notdemonstrating progress in solving any technical problems, Contractor shall supplyManufacturer's factory technical representation and diagnostic equipment at no cost to Cityof Rohnert Park, until resolution of those defined problems.B.Use a start-up sequence that incrementally brings each portion of the system on-line in alogical order that incorporates checking individual elements before proceeding tosubsequent elements until the entire system is operational. 3.11 PRELIMINARY INSPECTION & TESTINGA.Perform a Preliminary Inspection and Test to determine the operating status of componentsand systems prior to Final Acceptance Testing.B.Coordination: Coordinate testing of components of the system in cooperation with othertrades.C.Verification: Prior to performing Preliminary Testing, perform inspection and/or testing Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req procedures to insure the following: 1.Safe and proper operation of all components, devices or equipment, and the absenceof extraneous or interfering signals.2.Proper grounding of devices and equipment.3.Integrity of signal and electrical system ground connections.4.Proper powering of devices and equipment.5.Integrity of all insulation, shield terminations and connections.6.Integrity of soldered connections and absence of solder splatter, solder bridges, anddebris of any kind.7.Proper dressing of wire and cable.8."Wire-checking" of all circuitry, including phase and continuity.9.Mechanical integrity of all support and positioning provisions.10.Sequencing: If applicable, determine and record the sequence of energizing systemsto minimize the risk of damage from improper startup.11.Operation of all systems in accordance with specified performance requirements.D.Adjustments and Documentation: After successfully energizing the systems, make allpreliminary adjustments and document the setting of all controls, parameters of allcorrective networks, voltages at key system interconnection points, gains, and losses asapplicable. Tabulate all data along with an inventory of test equipment, a description oftesting conditions and a list of test personnel. Copies of preliminary test data shallaccompany copies of performance testing data as part of the Operating and Maintenancesubmittal. 3.12 PREPARATION FOR ACCEPTANCE (PRIOR TO FINAL INSPECTION)A.Temporary facilities and utilities shall be properly disconnected, removed, and disposed ofoff-site.B.Systems, equipment, and devices shall be in full and proper adjustment and operation, andproperly labeled and identified.C.Materials shall be neat, clean, and unmarred, and parts securely attached.D.Broken work, including glass, raised flooring and supports, ceiling tiles and supports, walls,doors, etc., shall be replaced or properly repaired, and debris cleaned up and appropriatelydiscarded.E.Extra materials as specified shall be delivered and stored at the premises as directed. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req F.Test reports of each system and each system component, and project record documentsshall be complete and available for inspection and delivery as directed by City of RohnertPark. 3.13 ACCEPTANCE TESTING AND ADJUSTING PROCEDURESA.Purpose: Conduct testing and adjusting procedures to realize and verify the performancecriteria specified herein. Successfully demonstrate the acceptable performance of eachspecified system in the presence of the City of Rohnert Park and Consultant of Record.B.Scope: Conduct all performance testing, adjustment, and documentation procedures toverify and realize compliance with the performance specifications herein. Make available atleast one engineer familiar with this work, additional staff as required to conduct thetesting, and all required test equipment for the duration of performance testing verification,at the convenience of City of Rohnert Park.C.Acceptance Testing Readiness: Acceptance testing will be performed after the system isinstalled and pre-tested completely.1.The contractor shall have successfully tested the system prior to scheduling formalacceptance testing. Contractor shall correct all deficiencies found at that time. TheContractor shall provide pre-test documentation showing the entire system has beentested with signature of the project manager attesting the pre-test work has beencompleted.2.Acceptance testing will be conducted in accordance with the approved AcceptanceTesting Plan.3.Deliver all equipment, devices and materials required for the security system(s) workto the site at least fourteen working days prior to the scheduled Completion Date.4.Install, test and ready all of the security system(s) work for final Acceptance Testingof the Installation to start ten working days prior to the Completion Date.D.Acceptance Testing Schedule: Contractor shall confirm in writing to City of Rohnert Parkwhen the system is ready for acceptance testing. Contractor shall then schedule a completeAcceptance Test at the convenience of City of Rohnert Park.E.Acceptance Testing: Contractor shall test and verify the performance of all equipment,systems, interfaces, and peripheral equipment in the presence of City of Rohnert Park andthe Consultant of Record. Tests shall be performed in accordance with the requirements ofindividual systems as specified herein and in related specification sections to includesections on Integration.F.Correction of Jobsite Observation Report Items: Perform all remedial work to correctinadequate performance or unacceptable conditions of, or relating to any of this work, asdetermined by City of Rohnert Park prior to the completion date. Corrective work shall beperformed at no additional cost to the City of Rohnert Park.G.Test Documentation: Document all acceptance testing, calibration and correctionprocedures described herein with the following information: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0000: Sec Gen Req 1.Performance date of the procedure.2.The names of personnel conducting the procedure.3.The equipment used to conduct the procedure.4.Type of procedure and description.5.Condition during performance of procedure.6.Parameters measured and their values, including values measured prior tocalibration or correction as applicable.7.Parameters associated with calibration or corrective networks, components, ordevices. 3.14 FINAL PROCEDURES A.Portable Equipment: Furnish portable equipment specified herein to City of Rohnert Park,along with complete documentation for the materials furnished. All portable equipmentshall be presented in the original manufacturer's packing, complete with manufacturer’sinstructions, manuals, and documents. Testing of all portable equipment shall have beenpreviously conducted by the Contractor. END OF SECTION Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0513: Sec Cables SECTION 28 0513 SECURITY CONDUCTORS AND CABLES PART 1 - GENERAL 1.01 DESCRIPTION A.This specification section covers the furnishing and installation of conductors and cables tointerconnect electronic equipment, devices, and systems throughout the City of RohnertPark. 1.02 GENERAL CONDITIONSA.Provide the work in accordance with Section 28 0000, Security General Requirements. 1.03 RELATED WORKA.Provide the work in accordance with Section 28 0000, Security General Requirements. 1.04 SHOP DRAWINGS & EQUIPMENT SUBMITTALA.Provide the work in accordance with Section 28 0000, Security General Requirements. 1.05 EQUIPMENT COMPATIBILITY REQUIREMENTSA.Provide the work in accordance with Section 28 0000, Security General Requirements. 1.06 DEFINITIONSA.EMI: Electromagnetic interference.B.IDC: Insulation displacement connector.C.IDF: Intermediate distribution frame.D.LAN: Local area network.E.PVC: Polyvinyl chloride.F.UTP: Unshielded twisted pair.G.WAN: Wide Area Network. 1.07 REFERENCE STANDARDSA.ANSI/TIA/EIA-568-C.0 – Generic Communications Cabling for Customer Premises.B.ANSI/TIA/EIA-568-C.1 – Commercial Building Communications Cabling Standard Part 1:General Requirements.C.ANSI/TIA/EIA-568-C.2 – Balanced Twisted-Pair Telecommunications Cabling and Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0513: Sec Cables Components Standards D.ANSI/TIA/EIA-569-B – Commercial Building Standard for Telecommunications Pathwaysand Spaces.E.ANSI/TIA/EIA-606-A – Administration Standard for the Commercial TelecommunicationsInfrastructure.F.ANSI/TIA-607-B – Commercial Building Bonding and Grounding (Earthing) Requirementsfor Telecommunications.G.NFPA 70 – National Electrical Code (NEC).H.BICSI – TDMM, Building Industries Consulting Services International, TelecommunicationsDistribution Methods Manual (TDMM) 1.08 UTP TESTINGA.All UTP cable shall be tested for the following:1.Opens2.Shorts3.Grounds4.Continuity5.Polarity, or pair reversals6.Low frequency noise level7.High frequency noise level8.Total loop resistance9.Impedance10.Near and crosstalk (NEXT)11.Jitter12.Delay. PART 2 - PRODUCTS 2.01 GENERAL A.The Contractor shall provide wire and cable as specified, or as recommended by themanufacturer. Wiring shall meet NFPA 70 standards. Cable shall be rated and approved forthe intended use. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0513: Sec Cables 2.02 ELECTRONIC ACCESS CONTROL AND INTRUSION DETECTION CABLE A.Composite Cable (Reader, Lock, Door Position Switch (DPS), REX): Provide Belden 658AFS,Windy City Wire Part 4461230, or equal, with (3) Twisted Shielded Pair 22AWG, 2-Condutctor Shielded 22AWG, 4-Conductor Shielded 22AWG, and 4-Conductor 18 AWG.Individual cables may also be used.B.Alarm Monitoring Cable (e.g., DPS)1.In Conduit: Provide Belden 5500FE, Windy City Wire Part 016102, or equal, 1 PairShielded 22AWG, or equal.2.Plenum Rated: Provide Belden 6500FE, Windy City Wire Part 004320, or equal, 1 PairShielded 22AWG, or equal.3.Below Grade: West Penn AQC292, Windy City Wire Part 714310VNQ, 1 Pair Shielded20AWG with water block material or equal.C.Powered Devices (e.g., motion detectors, REX)1.In Conduit: Provide Belden 5441FE, Windy City Wire Part 001630, 2 Pair Shielded20AWG, or equal2.Plenum Rated: Provide Belden 6441FE, Windy City Wire Part 150100, 2 Pair Shielded20AWG, or equal3.Below Grade: West Penn AQC359, Windy City Wire Part 716110VNQ, 2 Pair, 1 PairShielded 20AWG with water block material or equal.D.Readers1.In Conduit: Provide Belden 5542FE, Windy City Wire Part 016102, 3 Pair Shielded22AWG, or equal.2.Plenum Rated: Provide Belden 6542FE, Windy City Wire Part 444351, 3 Pair Shielded22AWG, or equal.3.Below Grade: West Penn AQC3186, Windy City Wire Part 714410VNQ, 6 ConductorShielded, 18AWG with water block material or equal.E.Lock Power1.General: The Contractor shall calculate the voltage drop for electric locks based ondistance between LPS and locks and provide cable gauge as required to maintainproper voltage at each lock.2.In Conduit:a.Provide Belden 5300UE, Windy City Wire Part 027100, or equal, 2-Conductor18AWGb.Provide Belden 5200UE, Windy City Wire Part 028100, or equal, 2-Conductor16AWG Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0513: Sec Cables 3.Plenum Rated:a.Provide Belden 6300UE, Windy City Wire Part 002360, or equal, 2-Conductor18AWGb.Provide Belden 6200UE, Windy City Wire Part 001360, or equal, 2-Conductor16AWG4.Below Grade: Belden 5240U1, West Penn AQC225, Windy City Wire Part 728110VNQ,1 Pair 16AWG with water block material or equal.F.Communications (RS-485)1.In Conduit: Provide Belden 5441FE, Windy City Wire Part 016102, 2 Pair Shielded20AWG, or equal.2.Plenum Rated: Provide Belden 6441FE, Windy City Wire Part 150100, 2 Pair Shielded20AWG, or equal.3.Below Grade: West Penn AQC430, Windy City Wire Part 043006ALDB, 2 Pair,Shielded 22AWG with water block material or equal. 2.03 CABLE TIES A.Provide Velcro type Panduit HLS, HLM, HLC or equal PART 3 - EXECUTION 3.01 INSTALLATION A.General: Refer to Division 26 Electrical for additional requirements for cable raceways andsupport for cables run in conduit or installed in plenum rated areas.B.Wires shall be installed in conduit or in another approved raceway, unless otherwise notedor excepted. Where a wire run is above a suspended ceiling, its conduit or raceway shall betied up or clamped to the supports and not left to sit on top of the ceiling panels.C.Conduit Verification: Verify that conduit has been installed, de-burred and properly joined,routed and terminated prior to pulling of cables.D.Wire Pulling: Apply a chemically inert conduit lubricant to wire and cable prior to pulling.Do not subject wire and cable to tension greater than recommended by the manufacturer.E.Wire Routing: Secure wire and cable runs vertically for continuous distances greater than30 feet at the vertical run terminations. Non-coaxial cables shall be secured by screw-flangenylon cable ties or similar devices. Symmetrical clamping devices with split, circular orother wire conforming, non-metallic bushings shall be provided for other cables.F.All security cabling used throughout this project shall comply with the requirements asoutlined in the National Electric Code (NEC) Articles 725, 760, 770, and 800 and theappropriate local codes. All copper cabling shall bear CMP (Plenum Rated), CM/CMR (RiserRated) and/or appropriate markings for the environment in which they are installed. All Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0513: Sec Cables fiber optic cabling/ tube cabling shall bear OFNP (Plenum Rated), OFNR (Riser Rated) and/or appropriate markings for the environment in which they are installed. Cable utilized underground shall be outside plant rated. Upon entering a facility, the cable shall be transitioned to the appropriate cable type outlined in the NEC (or CEC) or shall be run to its destination within the facility in conduit. G.Cable Pathways1.In suspended ceiling and raised floor areas where duct, cable trays or conduit are notavailable, the Contractor shall bundle, in bundles of 50 or less, security system cableswith half inch Velcro strips, but not deforming the cable geometry. Cable bundlesshall be supported via "J" hooks attached to the existing building structure andframework at a maximum of ten-foot intervals. Plenum rated Velcro will be used inall appropriate areas. In areas where two (2) or more bundles are traveling in closeproximity, utilize a Chatsworth Rapidtrak Cable support system. The contractor shalladhere to the manufacturers’ requirements for bending radius and pulling tension ofall cables.2.Cables shall not be attached to lift out ceiling grid supports or laid directly on theceiling grid.3.Cables shall not be attached to or supported by fire sprinkler heads or deliverysystems or any environmental sensor located in the ceiling air spaceH.Sealing of openings between floors, through rated fire and smoke walls, existing or createdby the contractor for cable pass through shall be the responsibility of the contractor. Sealingmaterial and application of this material shall be accomplished in such a manner that isacceptable to/in compliance with the AHJ requirements, the current edition of National FireProtection Association (NFPA) or other prevailing code and must be a system listed byUnderwriter’s Laboratory (U.L.). Creation of such openings as are necessary for cablepassage between locations as shown on the drawings shall be the responsibility of thecontractor unless otherwise noted. Any openings created by or for the contractor and leftunused shall also be sealed as part of this work.I.The contractor shall be responsible for damage to any surfaces or work disrupted as a resultof his work. Repair of surfaces, including painting, shall be included as necessary.J.Verification of Continuity: After installation, and before termination, wiring shall bechecked and tested to insure there are no grounds, opens, or shorts on any conductors orshields. In addition, wiring between buildings or underground and coax cables shall haveinsulation tested with a megohmeter and a reading of greater than 20 megohms shall berequired to successfully complete the test.K.Splicing1.Run wires continuously from termination to termination without splices.2.Splices at certain junction box locations may be allowed at the discretion of MissionRock and the Consultant of Record. Locations which may require spliced wires shouldfirst be established with Mission Rock and Consultant of Record. Contractor shall Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0513: Sec Cables obtain written approval before proceeding with splices. 3.If splices are required and approved by the Consultant of Record, the wire shall bejoined with solder, then taped or otherwise protected in an approved manner so asto provide mechanical and electrical integrity. Wire nuts and/or electrical tapeconnections shall not be acceptable. Final connections shall be made at terminalboards with full tagging, labeling and documentation.L.Water Protection1.Water-resistant protection shall be continuous throughout the cable in surfaceconduit, poles, in-slab pull-boxes, in-slab conduit, and underground conduit and pull-boxes, and in any areas subject to moisture and/or water infiltration.2.Splices/Junctions: Provide water-proof protection of splices and junctions in surfaceconduit and boxes, in-slab conduit and pull-boxes, underground conduit, andunderground pull-boxes, to prevent the entry of moisture or water into cables, splicesor connections.3.Cable Entries: Provide water-blocking sealants at conduit entries into pull-boxes,junction boxes, back-boxes, cabinets, etc., to prevent the entry of moisture or waterinto the conduit and cable system.M.Boxes: Provide a box loop for wire and cable routed through pull boxes or distributionpanels. Cable loops and bends shall not be at a radius less than that recommended by themanufacturer. Coordinate pull box size with the Division 26 Electrical as necessary toaccommodate this requirement.N.Wire Labeling: Identify wire and cable clearly with permanent labels wrapped around thefull circumference within one-inch of each connection. Locate the label so that it is visible,and so that wire does not need to be undressed or disassembled for clarity. Correlate thelabel with the number designated on the associated Shop and Field Drawings. Assign wireor cable designations consistently throughout a given system. Each wire or cable shall carrythe same labeled designation over its entire run, regardless of intermediate terminations.Cables within pull boxes and underground vaults shall be labeled with the origination anddestination of each cable.O.Wire Lacing and Dressing: Dress, lace, tie or harness wire and cable vertically, horizontallyand at right angles to the enclosure surfaces to prevent mechanical stress on electricalconnections as required herein and in accordance with accepted professional practice. Nowire or cable shall be supported by a connection point. Use the specified cable managementguides within enclosures and cabinets to ensure a neat wiring scheme.P.Class Mixing:1.Class 1 circuits shall not be mixed with Class 2.2.Wiring in the same conduit or wireway shall not contain wiring of multiple typeswhere voltage differences exceed 20 dbv except where line and microphone levelswill not be used at the same time. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0513: Sec Cables Q.Terminations: Make connections and splices (except microphone or line level) to screw-connection terminal blocks with insulated crimp-type spade lugs or under terminal blockpressure plates. Size terminal blocks and lugs properly to assure high electrical integrity.Connect only one wire per spade lug and not more than two lugs per screw terminal.R.Shielded Cables: Shielded cables shall be insulated. Do not permit shields to contactconduit, raceway, boxes, terminal cabinets or equipment enclosures. Tin terminated shielddrain wires and insulate with heat shrinkable tubing.S.Unacceptable Conditions: Correct all unacceptable wiring conditions immediately uponreceiving notice to correct. 3.02 INSTALLATION – UNSHIELDED CABLESA.Install unshielded twisted-pair cables in accordance with manufacturer’s instructions.B.Install cables in continuous lengths from origin to destination, without splices, except fortransition points or consolidation points.C.Where transition points or consolidation points are allowed, they shall be located inaccessible locations and housed in enclosure intended and suitable for the purpose.D.Install unshielded twisted-pair cables so that there are no bends smaller than 4 times cableoutside diameter at any point in the run and at the termination field.E.Pulling Tension on Cables: Do not exceed 25 lbf for cable.F.Separation from Power Lines: Provide following minimum separation distances betweenpathways for copper communications cables and power wiring of 480 volts or less:1.Open or Nonmetal Communications Pathways:a.Electric motors, fluorescent light fixtures, and unshielded power lines carryingup to 3 kVA: 12 inches.b.Electrical equipment and unshielded power lines carrying more than 5 kVA: 36inches.c.Large electrical motors or transformers: 48 inches2.Grounded Metal Conduit Communications Pathways:a.Electrical equipment and unshielded power lines carrying up to 2 kVA: 2-1/2inches.b.Electrical equipment and unshielded power lines carrying from 2 kVA to 5 kVA:6 inches.c.Electrical equipment and unshielded power lines carrying more than 5 kVA: 12inches.d.Power lines enclosed in grounded metal conduit (or equivalent shielding)carrying from 2 kVA to 5 kVA: 3 inches.e.Power lines enclosed in grounded metal conduit (or equivalent shielding)carrying more than 5 kVA: 6 inches. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 0513: Sec Cables 3.03 LABELING A.Label horizontal cables using machine-printed label at each end of cable at approximately12 inches from termination point and again at approximately 48 inches from terminationpoint.1.Handwritten Labels: Not acceptable.B.Labels: Denote device ID and unique cable number for that device, i.e. A-001-A for cablenumber 1, A-001-B for cable number 2, and so forth.1.City of Rohnert Park may provide specific labeling requirements. Coordinate with theCity of Rohnert Park for specific requirements.C.Note labeling information on as-built drawings 3.04 COORDINATIONA.Provide the work in accordance with Section 28 0000, Security General Requirements. 3.05 WORKMANSHIPA.Provide the work in accordance with Section 28 0000, Security General Requirements. 3.06 GROUNDING PROCEDURESA.Provide grounding of all systems and equipment in accordance with Section 26 0526,Grounding and Bonding and Section 28 0000, Security General Requirements. 3.07 CONDUIT AND WIRE INSTALLATION PRACTICESA.Provide conduit, wire and cable installation in accordance with Section 28 0000, SecurityGeneral Requirements. 3.08 IDENTIFICATION AND TAGGINGA.Provide identification of wire, panels, and devices in accordance with Section 28 0000,Security General Requirements. 3.09 FINAL PROCEDURESA.Perform final procedures in accordance with Section 28 0000, Security GeneralRequirements. END OF SECTION Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS SECTION 28 1000 ELECTRONIC ACCESS CONTROL SYSTEM (EACS) PART 1 - GENERAL 1.01 RELATED DOCUMENTS A.Drawings and General Provisions of the Contract, including General and SupplementaryConditions, City of Rohnert Park Standard Terms and Special Provisions, apply to thissection. Also, provide the work in accordance with Section 28 0000, Security GeneralRequirements. 1.02 DESCRIPTIONA.General Description: This specification section covers the installation of an ElectronicAccess Control System (EACS). Refer to Section 28 0000 for description of existing systems.Contractor shall be replacing existing EACS hardware as noted on the plan drawings.Contractor shall coordinate with the City of Rohnert Park for equipment phasing to limitdown-time for each access-controlled door.B.Contractor shall furnish and install security hardware devices, mounting brackets, powersupplies, switches, controls, consoles and other components of the system as shown andspecified.C.Furnish and install special boxes, cable, connectors, wiring, and other accessories necessaryto complete the system installation. Requirements shall be in accordance with applicablecodes.D.Outlets, junction boxes, pull boxes, conduit, connectors, wiring, and other accessoriesnecessary to complete the system installation; will be provided by the Contractor, inaccordance with CEC and NEC. 1.03 RELATED WORKA.Provide the work in accordance with Section 28 0000, Security General Requirements.B.Door Hardware1.Security Door Requirements: The Contractor shall be responsible for surveying eachsecurity door shown on the drawings before installation, and reviewing the doorhardware configuration and installation conditions with respect to the specifiedfunctions. The Contractor shall verify the compatibility and completeness of theproposed hardware and its installation, submit detailed drawings showing theproposed modifications and installation, and provide all equipment and servicesrequired to achieve the specified electrical and mechanical performance. Coordinateacceptable door hardware and installation techniques with the City of Rohnert ParkProject Manager. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS 2.Doors and Door Hardware:a.Door hardware and installation shall comply in all respects with therequirements of Public Law 101-336, Americans with Disabilities Actb.For designated new security doors being added to the security system doorposition switches, request-to-exit function, and card readers shall be furnishedand installed by the Contractor.c.Electrified locking hardware and transfer hinges shall be provided underSection 08 7100. Electrified locks shall be mechanically keyed, to permitmanual locking/unlocking, in an emergency. Mechanical operation shall notoverride door monitoring functions.d.All electrified locks shall be configured as fail-secure, i.e.: the electrified lockshall unlock only when powered. Coordinate the selected hardware with Cityof Rohnert Park Project Manager to assure its suitability for the purposeintended.3.Fire Alarm Interface: Electrified locks, strikes and delayed exiting panic hardware,which are part of this work and which are locked in the path of legal exiting, shall beconnected to the building Fire Alarm System in accordance with City of Rohnert ParkProject Manager and the Authority having Jurisdiction (AHJ) requirements such thatthey automatically unlock in the event of activation of the Fire Alarm System. Thisshall occur whether the activation is a result of a manual pull station, smoke detectoror sprinkler flow switch.a.A fire alarm "general/common alarm relay" shall be programmed at the firealarm control panel to activate the EACS interface relays located at each LockPower Supply. The Security Contractor shall research and provide all necessaryFire Alarm System conduit, wire, hardware and programming to perform therequired interface.b.This interface shall not depend on the EACS System Server or RemoteControllers for its operation. Locate these interface relays electrically ahead oflock power distribution as shown on the drawings. The Contractor shall supplyand install programmed alarm interface relay(s) with sufficient capacity tocontrol the power supplied to all controlled locks 1.04 SHOP DRAWINGS & EQUIPMENT SUBMITTAL A.Provide the work in accordance with Section 28 0000, Security General Requirements. 1.05 OPERATIONS AND MAINTENANCE MANUALSA.Provide the work in accordance with Section 28 0000, Security General Requirements. 1.06 WARRANTYA.Provide the work in accordance with Section 28 0000, Security General Requirements. 1.07 QUALITY ASSURANCEA.Provide the work in accordance with Section 28 0000, Security General Requirements Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS 1.08 TRAINING A.Provide the work in accordance with Section 28 0000, Security General Requirements. 1.09 TECHNICAL REQUIREMENTS, ELECTRONIC ACCESS CONTOL SYSTEM (EACS)A.General1.The following information is provided to establish required system performance forthe complete operating EACS. Contractor shall provide equipment, wiring, andsoftware programming, as necessary, to provide a complete system as describedherein and as shown on the drawings.2.Contractor shall be responsible for providing all equipment and software to achievethe specified system performance described herein.1.Contractor shall be responsible to provide all required licenses to provide completesystem operation as specified herein.B.Purpose:1.General: The Electronic Access Control System is designed to monitor and restrictaccess to specified areas, and to report on the activity and violations of restrictedaccess in those areas.C.Environment:1.The system shall be installed in the City of Rohnert Park in the following facilities;Public Services Building as shown on the drawings. Coordinate installation ofsoftware at workstation locations as noted under Monitoring Posts.2.Monitoring Posts:a.Primary monitoring shall be at the Police Department. Two monitoringworkstations shall be located in PD dispatch.b.Administrative and badging workstation shall be at City Hall. Coordinate withCity of Rohnert Park for specific location.c.Secondary monitoring shall be at the Public Works facility. Coordinate with Cityof Rohnert Park for specific location.3.Infrastructure and Connectivity:a.Local network infrastructure shall be provided by the City. Networkinfrastructure for communications to the City of Rohnert Park LAN/WAN isexisting. Communication to security devices and equipment within each facilityshall be over copper or wireless infrastructure provide by the contractor.b.The main EACS Management server shall be located in the Police Departmentmain server room.c.The system shall provide mobile connectivity to IOS and Android devices overthe City of Rohnert Park wireless network or regular carrier service. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS Coordinate connectivity between the wireless network and the security network. D.Attributes1.General: The following attributes describe the existing system capabilities.a.The system shall comprise EACS field devices located as shown on the drawingsand connected together to provide a complete and operational system.b.The EACS shall be based on a distributed system of fully intelligent, stand-alonecontrollers, operating in a multi-tasking, multi-user environment.2.The system shall support all capabilities of the Acre RS2 AccessIT! access controlsoftware as delineated in the manufacturer A&E specifications.E.EACS Functions1.General: The following functional descriptions identify the requirements foroperation at the City of Rohnert Park Public Services Building. Refer to Article 3.03for additional system configuration requirements.2.Access Controla.Secured Doors: Doors equipped with electric locks shall be individuallyprogrammed for locking and unlocking at specific times of the day.b.Access Card: The system shall authorize users to gain access by means ofpresentation of a valid access card to an access card reader at a controlled door.c.Lamps: The reader shall display a green lamp when door passage is possibleand a red lamp when it is not. If an invalid card is presented, the red lamp shallflash for at least two seconds.d.Authorized and Unauthorized Users: The system shall distinguish betweenauthorized and unauthorized users using individually programmableparameters of identification, time, location and entitlement.e.Access Authorization: The system shall read the access card, record thetransaction in the system database and energize a relay that shall open theauthorized access portal. “Door force” and “door held open” alarms associatedwith the portal shall be software bypassed (prevented from reporting analarm) for duration of time programmable on an individual door and individualcardholder basis.1)The system shall support the programming of multiple bypass durationsand assignment of special bypass durations to unique cardholders.f.Free Egress Authorization1)Unless otherwise shown on the plans or described herein, the systemshall detect the normal egress of a user at any individual portal and shallbypass any alarm associated with the portal for duration of timeprogrammable on an individual door and individual cardholder basis.2)On doors with integral electro-mechanical locking mechanisms (strikes,electrical panic hardware, or electrical mortise locks), the mechanicalaction of the door hardware shall enable egress without requiring releaseof the electrical mechanism. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS 3)Contractor shall verify Request-to-Exit devices (infrared detectors) andthe respective System Controller will react quickly enough to bypass thealarm before a fast-moving individual can reach and open the door.g.Anti-passback: The system shall support regional, global and user-defined anti-passback.3.Alarma.Alarm Devices: All alarms shall report to the Primary Site MonitoringWorkstations.b.Alarm Functions:1)Alarms shall be presented to the Operator on a priority basis. Thepossibility for 99 different alarm priorities shall be provided, with all newalarms being presented ahead of previously acknowledged alarms. TheContractor shall coordinate alarm priorities with the City of RohnertPark.2)Alarm indications shall display their alarm, reset, and cleared status. Itshall not be possible to clear an alarm until its input has reset.3)When the Operator selects an alarm, the system shall display up to fivelines of pre-configured instructions to indicate the action to be taken forthat alarm.4)Operator Logsa)It shall be possible for the Operator to enter textual “comments”,which shall be logged with the time, date, and Operator name forsubsequent review via the historical log.b)To speed the entering of comments, provide a pre-defined drop-down menu of typical comments, for selection by the Operator.The system shall support a minimum of 16 pre-defined comments.c)It shall be possible, for suitably authorized Operators, to enter newinstructions and assign them to the relevant alarms andadditionally add to the pick list of pre-defined comments asrequired.c.Alarm Groups: An alarm point may be logically grouped (zoned) with otheralarm points for scheduling or control.1)Groups may be controlled as an alarm zone by use of a keypad or otherinput device.2)Groups may be programmed using standard logic elements ("and", "or","not") to initiate global event outputs.d.Alarm Bypass/Active Modes: Alarm points may be individually programmed ormanually controlled to enter active (armed) or bypassed (disarmed) modes.The system shall be capable of recording the door activity of a point when it isin the bypassed mode, but shall be prevented from reporting the activity as analarm. The system shall identify wire tampering while in the bypass mode, andreport the tampering as an alarm.1)Graphical alarm icons and alarm outputs may be programmed to "follow"both bypassed and active alarm points.2)When in “bypass” mode, the system shall continue to record and displaythe trouble or supervisory activity of the bypassed alarm point. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS 3)Whether in alarm or bypass modes, a point may be included in globalevent software schemes.e.Card Activated Alarm Bypass: The system shall allow readers to beprogrammed to manually “arm” (activate) or “disarm” (bypass) software-associated alarm groups. Through means of software programming, the systemshall provide the ability to define one or more alarm inputs as an “alarm group”whose alarm activation may be bypassed by a specific card reader(s) in thefollowing manner:1)Activation of alarm bypass programming for alarm groups shall “toggle”between active and bypass states each time a card is presented to theassociated reader. When a valid badge is presented to a reader soprogrammed, the system shall “disarm” one or more active alarm groupsthat are associated with that reader. When a valid card is again presentedto the card reader, the system shall “arm” the one or more inactive alarmgroups that are associated with that reader. Provide L.E.D. indicators(red and green) at the designated reader to indicate the status of thealarm group condition (“on” or “off”).2)The system shall support a minimum of 64 such “alarm groups”.f.Scheduled Modes: All alarm points may be individually programmed toautomatically enter active and bypassed modes at scheduled times of the day.g.Exit/Entry Delays: An alarm point, group or zone may be programmed tosupport an arm and/or disarm delay after an event initiation. The exit/entrydelay event initiation and delay duration shall be user programmable. Eventinitiation may be by authorized card, keypad, or other input device.h.Tamper Devices:1)Terminal cabinets, equipment cabinets, power supply cabinets, exposedwireways, and pull and junction boxes with wire connections or splicesshall be equipped with tamper switches programmed to report an alarm.2)Junction boxes requiring tamper switches that are associated with anindividual alarmed device may report on their respective device alarmpoint. All other cabinets and boxes shall report as independent alarmpoints.i.Power Supply/Battery Chargers: Power supply/battery chargers shall beconnected to alarm monitoring points to provide an "Event" indication ofpower failures and other system troubles.4.System Integration:a.The EACS shall interface to the VSS to position, display and record camerasviewing alarm points and intercom station when the associated point isactivated PART 2 - PRODUCTS 2.01 PRODUCT ACCEPTABILITY A.The Products section contains lists of acceptable products. If product substitutions areproposed, they must be made based upon a comparison of equivalence to the productspecified. Considerations may include but shall not be limited to functional, physical, Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS aesthetic and/or interface aspects. the City of Rohnert Park Project Manager shall be the sole judge of whether a submitted substitution is deemed to be "equivalent" to that specified. 2.02 ELECTRONIC ACCESS CONTROL EQUIPMENT A.System: Acre RS2 AccessIT, no acceptable equal1.Software: Provide RS2 AccessIT! Universal.NET Enterprise Software.2.Milestone Integration Software: Provide RS2 Model RS2-E-API-MIPS to integrateAccessIT! To the existing Milestone system for automatic camera call-up. Coordinatewith RS2 and milestone to provide any additional software required to provideproper operation of the integration requirements.3.Contractor shall provide a minimum of two reprogramming sessions within 12-month warranty period of the final acceptance of the system to modify the userprogramming as requested by City of Rohnert Park.B.Servers and Workstations: Provide Servers and Client Workstations as noted herein and asshown on the plans.1.EACS Server: Provide RS2 Model RS2-RAZ-ESSL8-1U. Server bundles with AIU.NETESSL8, E-WEB, E-NOTIFY, and E-MOBILE.2.Monitoring Client Workstations: Client software shall be loaded on existingworkstations. Provide RS2 Model RS2-E-CLIENT-5P 5-pack workstation licenses.C.System Controller Panels: Provide sufficient controllers and input/output boards to meetall requirements of specifications.1.Controller Connectivitya.Controllers shall support connection to the new LAN/WAN using TCP/IPprotocol, and shall also support connection using standard datacommunications protocols (RS-232, RS-485, or RS-422).b.TCP/IP-connected controllers may act as a network “gateway”, to re-transmitcontroller data via the manufacturers standard data communications protocol(RS-232, RS-485, or RS-422), to other EACS controllers located within the samesite. Provide controllers which support the manufacturer’s standard datacommunications protocol, RS-232/RS-483, as required.2.Controller Power Supply: Provide manufacturer recommended power supply basedon panel configuration.3.Intelligent Controllers: The contractor shall provide an RS2 LP1502 at locationsshown on the drawings. The LP 1502 controller shall connect to the network usingthe Cat6 network cable and provide a RS-485 connection to downstream controllersand I/O boards. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS 4.Controller Provide access control reader boards (ACB), alarm input boards (AIM), andoutput control boards (OCB) as required to control the devices connected at eachlocation.a.ACB Single Reader: RS2 MR50-S3Bb.ACB Dual Reader: RS2 MR52-S3Bc.AIM: RS2 MR16IN, Mercury MR16IN-S3Cd.OCB: RS2 MR16OUT-S3C5.Controllers and modules shall be mounted within a Security Terminal Cabinet (STC).Cabinet shall be suitable for the environment in which it is installed, as recommendedby the manufacturer and required by the specifications.D.Access Control Readers: Provide multiclass 125 KHz Proximity (RFID) / 13.56 MHzsmartcard readers as shown on the drawings. Access control readers shall be configured toread the current City of Rohnert Park standard access credentials. Coordinate with the Cityto verify the current credential technology. This shall be for locations on the plan drawingswhere new readers are required. Readers shall be "single-package" type, combiningcontroller, electronics and antenna in one package, in the following configurations:1.Provide “single-gang” mounting style smart card proximity readers for wallmounting, Vehicle Stanchions and Pedestals, and where shown on plans.2.The reader shall have an approximate read range of 2.2” when used with thecompatible access card.3.The readers shall support OSDP V2 protocol and shall be connected to the controllersusing the OSDP V2 protocol.4.The reader shall be UL94 V2 flame retardant and UL746CFL outdoor rated5.The reader shall be UL 294 listed, and shall be FCC certified.6.The reader shall have a lifetime warranty.7.The reader shall support software control of the LED through the OSDP connection tothe ACB.8.Color shall be black.9.Reader configurationsa.Reader, Wall Mounting (Single-Gang Mounting Applications): Wavelynx ModelET20-7WS, HID Signo Model 40, or Schlage Model MT15.b.Reader w/Keypad, Wall Mounting (Single-gang Mounting Applications):Wavelynx Model ET25-7WS, HID Signo Model 40K, or Schlage Model MTK15c.Reader, Special Mounting (applications with a minimum of mounting space ormullion locations): Wavelynx Model E20-7WS, HID Signo Model 20, or SchlageModel MT11. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS E.Credentials (Access Cards):1.Contractor shall provide (250) Desfire EV3 dual technology cards. Coordinate withCity of Rohnert Park for current format and bit-count. Cards shall be programmed forproximity use to be compatible with the existing Stanley system. Coordinate smartcard bit configuration with City of Rohnert Park for new high security application.F.Security Terminal Cabinet (STC) and Communications Equipment Cabinet (CEC): Systemcontrollers, field control boards and communications devices serving a given area shall beinstalled inside a STC or CEC (Note that STC and CEC have similar requirements. Where STCis referenced in the specifications it also applies to CEC). No controller or control moduleshall be mounted independently of the cabinet and its power supplies. Refer to the drawingsand the following description for details on STC construction. Use existing STCs whereshown on the Drawings.G.Provide STC’s as described below, located as shown on the drawings, or at places convenientto its respective field devices. Each STC shall contain the following equipment to supportthe current and future alarm initiating and controlled devices to be connected at that STClocation:1.STC Cabinet with integrated electronics power supply, lock power supply andmounting configuration for EACS control boards all in a single enclosure:a.RS2 configured LifeSafety Power Model RS2-FPO150/250-2D8P2M8NL4E8M22.STC Power:a.Derive primary STC 120VAC power from a designated power source in a securelocation. The Contractor shall use the existing 120V source for the newequipment.b.Power cable shall be protected by conduit.c.Transformers shall be installed in locked cabinets, protected by tamperswitches. Plug-in transformers that are not protected by locked cabinets arenot acceptable.d.Serve all low-voltage powered devices within the STC from the ElectronicsPower Supply.e.Provide barriers as may be necessary to separate Class I from Class II power3.Electronics Power Supply:a.Ratings: Provide UL Listed Class II transformers and power supplies within theSTC. Provide barriers as may be necessary to separate Class I from Class IIpower.b.Capacity: The power supply shall be capable of powering a minimum of 150percent of the load required at the time of acceptance.c.Power Monitoring: The system shall monitor the loss and restoration of powerat the STC. Loss and restoration of power shall be displayed at the Primary andSecondary monitoring locations, but shall not require resetting of the system.d.Battery Back-up: Provide battery back-up to retain functions of all electronicsfor a period of twenty-four (24) hours upon loss of 120VAC power. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS 4.Lock Power Supply:a.Capacity: The power supply shall be capable of powering 200 percent of theload required at the time of acceptance.b.Power Monitoring: The system shall monitor the loss and restoration of powerat the STC. Restoration of power shall be displayed at the Primary andSecondary monitoring locations, but shall not require resetting of the system.c.Battery Back-Up: Provide 4 hours of battery back-up for all low-voltageelectrified door hardware. Power supplies shall be equipped with integralbattery recharging circuits.5.Provide network interface board to provide remote monitoring of the STC powersystem.6.EACS Intelligent Controller Board: As required for connection to access readers, locks,door position switches and egress devices associated with access-controlled doors.Intelligent controllers shall also communicate to the System Controller over theexisting network and to downstream controllers over RS-485 or network protocols.7.EACS Access Control Board: As required for connection to readers, locks, doorposition switches and egress devices associated with access-controlled doors shownconnected at this location8.EACS Alarm Input Board: As required for connection to alarm initiating devicesshown connected at this location.9.EACS Output Control Board: As required for connection to controlled devices shownconnected at this location.10.STC Tamper Switch: Provide a tamper switch on the STC. Connect to the system as anindividual alarm point.11.Terminations: Provide all connections to labeled screw barrier terminal blocks.12.Secure all devices within the STC. Dress all wiring in a neat and workmanlike manner.Label all conductors to match documentation.13.Provide minimum of four hours of battery back-up for all controller boards.H.Alarm Initiating Devices (required for new doors and Alternate Bids only)1.Door Position Switch: The Contractor shall align, prepare and fabricate doors andframes to accept specified door position switches. The Contractor shall be responsiblefor coordinating the installation so systems and hardware operate as specified.a.Surface Mounted Door Switch: United Technologies Interlogix Model 2505-A-06 or Flair Model MSS-100-23 Surface Mounted Magnetic Switch with armoredcable. Route armored cable to junction box and permanently secure to box withclamp or set-screws. Use where shown on drawings, and where flush mounteddevices cannot be installed. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS b.Non-fire Rated Doors, Flush Mount:1)Hollow Metal Doors: United Technologies Interlogix Model 1076C-W orFlair Model MSS200 Concealed Magnetic Door Switch.2)Storefront Doors: United Technologies Interlogix Model 1076C-W orFlair Model MSS200 Concealed Magnetic Door Switch.3)Wood Faced Doors: United Technologies Interlogix Model 1275-Wn orFlair Model RMS-94 Concealed Magnetic Door Switch.c.Fire Rated Doors1)General: Contractor shall coordinate all security hardware equipmentand installation so as to maintain the Fire Rating of each specific door tothe satisfaction of the local AHJ.2)Hollow Metal Doors: United Technologies Interlogix Model 1078CW, or2750, concealed magnetic door switch, or equal, approved by UL for useon UL classified fire doors with metal faces, rated up to 3-hours.3)Hollow Metal Doors, Hinge Switch: Stanley Model “CS” Electrical HingeSwitch, or equal by Markar products. Finish and style as directed by theCity of Rohnert Park Project Manager.4)Storefront Doors: United Technologies Interlogix Model 1078CWConcealed Magnetic Door Switch, or equal.5)Wood Door w/Hollow Metal Frame: United Technologies InterlogixModel 1078CW Concealed Magnetic Door Switch, with UnitedTechnologies Interlogix Model 1835 Mini-Max Wide Gap Magnet. Magnetshall be made of rare-earth magnetic materials, and shall be of 5/8” x1/8”, cylindrical (washer) shape. Drill 1/8”-deep hole to flush mountmagnet to top of door.d.Gates and Roll-Up Doors: United Technologies Interlogix Model 2205A or FlairModel 1000, with armored cable. Route armored cable to junction box andpermanently secure to box with clamp or set-screws.I.Request-to-Exit (REX) Detector:1.Integral to door hardware where available.a.Bosch Security Detection Systems Model DS-150, GE Sensors Model 6179 orBosch Model A690. Coordinate color with the City of Rohnert Park ProjectManager.J.Duress Switch:1.Lever Type Duress Switch (D): Interlogix Aritech Model 3045 or equal.2.Recessed Push-button: Provide United Security Products Model HUB2 seriesrecessed push button, or equivalent by Security Door Controls or Locknetics,momentary contact, push-button.K.Electrified Locking Hardware:1.Existing electric strikes where noted on plan drawings. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS 2.New Electrified Mortise Locks:a.Sargent 8200 series electrified mortise lock or equal by Schlage or Corbin-Russwin, fail secure, with request to exit monitor, latchbolt monitor, andspecified mechanical operation. Coordinate lever handle, escutcheon, and trimtypes with the Owner. Provide finishes as required by the Owner.b.Provide 24 VDC version.c.Latch bolt: 5/8” x 1” x 3/4" Throw stainless steel with anti-friction tongued.Contractor shall coordinate key cylinder to match City of Rohnert Park’s keyingsystem. Existing key cylinders may be reused in the new locks, if they are inoperable condition.L.Wire and Cable1.General: Refer to Section 28 0513. PART 3 - EXECUTION 3.01 GENERAL A.The Contractor shall install system components and appurtenances in accordance with themanufacturer's instructions, and as shown. The Contractor shall furnish necessaryinterconnections, services, and adjustments required for a complete and operable systemas specified and shown.B.Follow the General Requirements of Section 28 0000, Security General Requirements forequipment and services provided under this section. In addition, provide the following.C.Installation: The Contractor shall install the system in accordance with the standards forsafety, NFPA 70, UL 681, UL 1037 and UL 1076, and the appropriate installation manual foreach equipment type. Flexible cords or cord connections shall not be used to supply powerto any components of the system, except where specifically noted. All other electrical workshall be as specified in Division 16, and as shown. 3.02 INSTALLATIONA.General: There is an existing EACS operating within the building. The contractor shall phasethe project to limit down-time for each door and shall work on one door at a time. Down-time for EACS shall be coordinated with the City.B.This project shall provide new cable to each door location. Cable shall be pulled and stagedto provide quick switch-over from the existing system to the new system.C.The EACS server and controllers shall be installed and operation with programmingcompleted before switching doors from the old system to the new system.D.Installation Phasing:1.Server, controllers, cable, and programming shall be completed first. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS 2.New credentials shall be programmed and distributed to all City personnel.3.The contractor shall test and confirm operation of each cable at each door.4.The contractor shall notify the City they are about to switch over a door.5.The contractor shall disconnect the existing cable and remove existing reader, DPS,and REX at the door. Note that some doors may not have existing devices. Thecontractor shall install the new reader, DPS, and REX at the door. Where existingelectric locks are to be re-used connect the existing lock to the new cable.6.Test the operation of all devices.7.Remove the old cable and dispose of properly.E.Elevator Interface:1.Hall Call Reader: There is an existing Hall Call reader that shall be replaced by thecontractor. The Hall Call interface is connected to the existing system. The contractorshall identify the output control relay that interfaces to the Hall Call button and re-connect to the new system.2.Elevator Cab Reader and control: Coordinate installation of elevator cab reader andconnection to elevator controls to secure floors 2 and 3. Coordination shall be withthe City of Rohnert Park elevator service provider. Coordinate with the City ofRohnert Park Project Manager to obtain contact information of elevator serviceprovider. 3.03 SYSTEM CONFIGURATION A.General: System configuration shall match existing system configuration based on thedatabase conversion of the existing Casi system Facility Commander software at the mainPolice Building and Keri System software for all other specified facilities . The informationprovide herein shall be for new doors and used as a guideline should there be any problemsrelated to the database conversion.B.Portal Hardware1.Access Control and Lock Configurationa.Secured Doors: Doors equipped with electric locks shall be individuallyprogrammed for locking according to time zones as designated by the City ofRohnert Park Project Manager. During programmed secure mode for a portal avalid credential presented at a reader will allow the portal to unlock for aprogrammed period of time.b.Upon authorization by card reader or manual means, "door force" and "doorheld open" alarms associated with the portal shall be automatically bypassed(or masked) for a duration of time programmable on an individual door andindividual cardholder basis. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS c.Auto-Relock: The door shall re-lock immediately upon closing, after anauthorized access, and the bypass duration shall be immediately truncated. Amagnetic contact will be required at every door for this purpose, and to sensethe position of the door for "door forced" and "door held open" sensing.d.Free Egress Authorization: Unless otherwise shown on the plans or describedherein, such as for anti-passback zones, the system shall detect the normalegress of a user at any individual portal and shall bypass any alarm associatedwith the portal for a duration of time programmable on an individual door andindividual cardholder basis. Request-to-exit timing shall be independentlyprogrammed for each cardholder during the initial enrollment process. Thisfunction allows extended timing for persons carrying equipment to passthrough certain portals. The timing function shall automatically truncate afteran adjustable period (0 - 4 seconds) after a portal is closed. This feature allowsa subsequent alarm at the portal to be detected, and prevents the portal frombeing re-opened without an authorized request.C.Readers:1.Readers shall be wired to the controllers using OSDP wiring protocol.2.Contractor shall configure and program the readers to provide LED light control asspecified in the Functions requirements in the Technical Description.D.System Integration: Refer to Section 28 0000, Article 3.03 for additional requirements.1.The contractor shall program any alarm point to automatically display one or morecameras on the VSS workstation when it is activated.2.Coordinate with the City of Rohnert Park to confirm camera call-up requirements foreach alarm and program as specified.E.Electrified locks:1.The contractor shall utilize the existing locks and connect to the new system. Thecontractor shall survey all existing door locations and verify operation of the existinglocks. The contractor shall notify the City of Rohnert Park when they identify any locknot operating properly. When a lock is noted as not operating properly the contractorshall coordinate with the City to replace the lock. Should the City request thecontractor to replace any lock that will be considered as additional services.2.The Fire Station has existing stand-alone electric locks with a keypad for access. Thecontractor shall replace those with electrified mortise locks and transfer hinge andconnect to the new controllers in that building. The contractor shall coordinate withthe City for lock model, finishes and key cylinder to be compatible with the City keyingstandards.F.Tamper Devices: Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS 1.Terminal cabinets, equipment cabinets, enclosures, power supply cabinets, exposedwireways, and pull and junction boxes with wire connections or splices shall beequipped with tamper switches programmed to report an alarm.2.Junction boxes requiring tamper switches that are associated with an individualalarmed device (such as a door position switch) may report to the respective devicealarm point. Other cabinet and box tamper switches shall report as independentalarm points.3.Power Supplies and Battery Chargers: Power supplies and battery chargers shall beconnected to alarm monitoring points to provide an indication of tamper, powerfailure, battery disconnection, and charger trouble.G.Graphical User Interface (GUI) Environment Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS 1.General:a.Contractor shall create maps, icons, menus, text, and other functions of the GUI,as noted herein, to incorporate elements and functionality of the project asspecified and required by the City of Rohnert Park Project Manager.b.The system monitor shall display color graphic maps, menus, and real-timeinformation in graphical image formats, as required by the City of Rohnert ParkProject Manager and described herein. All viewing, menu and operatingactivity, including map "browse", "zoom", scrolling, output control, alarmacknowledgment and reset functions shall be operable by point-and-clickinterface with the mouse and by programmable "function keys" on the systemkeyboard.c.Alternate Display and Control Techniques: Alternate map control and displaytechniques that provide the required functionality and information may beconsidered by the City of Rohnert Park Project Manager. Contractor shallsubmit a clearly delineated description of map display and control operation,demonstrate its use and effectiveness to the City of Rohnert Park ProjectManager using a working copy of the software, and obtain approval from theCity of Rohnert Park Project Manager before proceeding with the work.2.Map Database: Contractor shall research (with the City of Rohnert Park ProjectManager), design, develop and provide maps described herein in complete operatingcondition including graphic representations, icons, alarm, and control interfaces.a.Individual Site Plans: Individual site plan maps shall include the entire siteperimeter showing buildings, vehicle and foot traffic features and streetfrontage. Individual site plans may contain multiple buildings. Large-scalemaps shall have dynamic zoom or designated “hot spot” areas to allow thecapability to zoom into an area down to 1/8” scale. Site plans shall have iconsfor exterior mounted devices and entry/exit portals.b.Building Maps: Building Maps shall include the building footprint andsurrounding areas, ground floor plan, a floor stacking plan (elevation) andstairwell risers. Building plans shall have icons for exterior mounted devicesand entry/exit portals.c.Floor Plan Maps (Where access control, alarm, or video security measures aredeployed): Floor plan maps shall include rooms, corridors, elevators, door androom designations (number and usage), penetrable wall points, columnsupports, location of security control equipment and any other detailsnecessary to clearly and completely depict the secured environment.d.Individual site plans, building plans, and floor plan maps shall show text andicons for devices monitored and/or controlled by the security system. 3.04 EQUIPMENT, RACK AND CONSOLE INSTALLATION A.Mount equipment in rooms, consoles, equipment racks, and desktops in accordance withSection 28 0000, Security General Requirements. Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS 3.05 GROUNDING PROCEDURES A.Provide grounding of all systems and equipment in accordance with Section 28 0000,Security General Requirements. 3.06 WIRE AND CABLE INSTALLATION PRACTICESA.Provide wire and cable installation in accordance with Section 28 0513, SecurityConductors and Cables. 3.07 DATABASE PREPARATION, CHECKING AND ACTIVATIONA.Provide database preparation, checking and activation for systems and equipment inaccordance with Section 28 0000, Security General Requirements.B.Programming:1.Required Graphical Maps: Contractor shall research (with the City), develop andinstall property, building, floor plans, and other graphic maps with all icons anddetails necessary to clearly display all system information and functions, includingbut not limited to the information described herein. Contractor shall provide acomplete and operating graphical environment for all EACS systems and subsystems.2.Required System Programming:a.Contractor shall research with the City of Rohnert Park Project Manager,develop, and install all executive and user software required for the finalacceptance of the system as specified herein and on the drawings.b.Contractor shall provide the City of Rohnert Park Project Manager with formsand instructions to facilitate the gathering and entry of user software data.Forms shall include but not be limited to information regarding cardholderdata, access privileges, time schedules, portal groups, access groups, alarmpoints, tenant/elevator authorization, password protection levels, two-manand anti-passback locations. 3.08 START-UP RESPONSIBILITY A.Provide start-up services for all systems and equipment in accordance with Section 280000, Security General Requirements. 3.09 SYSTEM PERFORMANCE TESTING AND ADJUSTING PROCEDURESA.Provide Preliminary Testing, Inspection, Performance Verification Testing and,Commissioning services for EACS systems and equipment.B.Electronic Access Control System Testing1.Test and verify the normal operation of every alarm point in all four states (normal,alarm, open circuit, short circuit) at each alarm panel. Test each alarm point for the Building Access Control System ReplacementRohnert Park City Proj. No. 2021-03 Section 28 1000: EACS alarm function by normal operation of the alarm point, i.e.: for a door position switch, open the door and so forth. 2.Test each door during its programmed secure time period to assure that it commandsthe lock to activate and permits access by valid credential within one second frompresentation of the credential.3.Verify all egress systems on access-controlled doors work correctly.4.Verify system integration schemes function automatically and correctly.5.Verify all activity at Monitoring Stations functions correctly. 3.10 FINAL PROCEDURES A.Perform final procedures in accordance with Section 28 0000, Security GeneralRequirements. END OF SECTION OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 PART 5 – DRAWINGS (UNDER SEPARATE COVER) Building Access Control System Replacement Part 5: Drawings Rohnert Park City Proj. No. 2021-03 Page 5-1 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 City of Rohnert Park  600 Enterprise Drive  Rohnert Park, California 94928 Tel: (707) 588-3331  Fax: (707) 588-3333 www.rpcity.org DATE: AUGUST 26, 2025 TO: ALL PLANHOLDERS SUBJECT: CITY OF ROHNERT PARK BUILDING ACCESS CONTROL SYSTEM REPLACEMENT, PROJECT NO. 2021-03 NO. OF PAGES: 2 ADDENDUM NO. 1 This package provides an addendum to the Project Contract Documents. This Addendum shall become part of the Contract and all provisions of the Contract shall apply thereto. Bidders shall acknowledge receipt of this Addendum by signing the acknowledgement located in the Bid Proposal documents, under “Addendum Acknowledgement.” Failure to do so may cause your bid to become non-responsive and subject to rejection. NOTE: BID OPENING DATE REMAINS THE SAME ON TUESDAY, SEPTEMBER 9, 2025 AT 2:00 P.M. BID PACKET AND BID DOCUMENTS 1. PART I – BID DOCUMENTS Page 1-1, Third Paragraph, first sentence, revise as follows: The Contractor must have a valid California contractor’s license, a Class C-10 and/or C-7 license. 2. PART 2 – SPECIAL PROVISIONS Page 2-6, Section 2.10.A PERMITS AND LICENSES, first sentence, revise as follows: Contractor must have a valid California contractor’s license, a Class C- 10 and/or C-7 license. INFORMATION The City of Rohnert Park has received questions in regards to the construction phase of the project and would like to provide clarification. Please note the following additional information and clarifications to questions. 1. Question: Can you provide the current system that is installed? Response: This information is located in Part 4 Technical Specifications, Section 28 00 00 Security General Requirements, Article 1.04 EXISTING SYSTEMS. 2. Question: Will RS2 be the only acceptable manufacturer that can be installed? Response: Yes. City of Rohnert Park Public Works Department City of Rohnert Park  600 Enterprise Drive  Rohnert Park, California 94928 Tel: (707) 588-3331  Fax: (707) 588-3333 www.rpcity.org 3. Question: RS2 uses Mercury boards which are, more or less, the standard for most access control systems. Would you accept an alternate to RS2? Response: No. The City looked at several options during design and selected the Acre RS2 system. Addendum No. 1 approved by: _________________________ 8-26-25 Julian De Anda Date Acting City Engineer City of Rohnert Park  600 Enterprise Drive  Rohnert Park, California 94928 Tel: (707) 588-3331  Fax: (707) 588-3333 www.rpcity.org DATE: SEPTEMBER 3, 2025 TO: ALL PLANHOLDERS SUBJECT: CITY OF ROHNERT PARK BUILDING ACCESS CONTROL SYSTEM REPLACEMENT, PROJECT NO. 2021-03 NO. OF PAGES: 8 ADDENDUM NO. 2 This package provides an addendum to the Project Contract Documents. This Addendum shall become part of the Contract and all provisions of the Contract shall apply thereto. Bidders shall acknowledge receipt of this Addendum by signing the acknowledgement located in the Bid Proposal documents, under “Addendum Acknowledgement.” Failure to do so may cause your bid to become non-responsive and subject to rejection. NOTE: BID OPENING DATE HAS BEEN EXTENDED TO THURSDAY, SEPTEMBER 18, 2025 AT 2:00 P.M. BID PACKET AND BID DOCUMENTS 1. PART I – BID DOCUMENTS Front Cover of Bid Documents, revise as follows: BID DUE DATE: TUESDAY, SEPTEMBER 9, 2025 THURSDAY, SEPTEMBER 18, 2025 AT 2:00PM REQUEST FOR INFORMATION DUE: TUESDAY, SEPTEMBER 2 9, 2025 BY 4:00PM Page 1-1, First Paragraph, revise as follows: Notice is hereby given that on TUESDAY, SEPTEMBER 9, 2025 THURSDAY, SEPTEMBER 18, 2025 at 2:00:00 PM at 130 Avram Avenue, Rohnert Park, California, the City of Rohnert Park will receive and open sealed bids for the Bidding Access Control System Replacement Project No. 2021-03 (“Project”). Sealed Bids shall be dropped off in the secured box to the right of the main doors in front of City Hall before 2:00:00 PM on Tuesday, September 9, 2025 Thursday, September 18, 2025. Page 1-2, Last Paragraph, Second Sentence, revise as follows: Submit requests for information (RFIs) by Tuesday, September 2 9, 2025 at 4:00 PM, to the Department of Public Works at PWProjects@rpcity.org and/or LLuchini@rpcity.org. City of Rohnert Park Public Works Department City of Rohnert Park  600 Enterprise Drive  Rohnert Park, California 94928 Tel: (707) 588-3331  Fax: (707) 588-3333 www.rpcity.org Page 1-3, First Paragraph, Third Sentence, revise as follows: 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 AM on Tuesday, September 9, 2025 2:00 PM on Thursday, September 18, 2025. 2. PART 5 – DRAWINGS Modify the following plan sheets, as detailed below and clouded on the attached as Delta 2. Public Safety Main – Site Address: 500 City Center Drive Plan Set: Drawing EY001: 1. Add (RK) Reader/Keypad to the Symbol List. Drawing EY110: 1. Delete the existing keypad for vehicle gate access. 2. Provide a reader/keypad to provide access through the vehicle gate. Drawing EY501, Detail 4: 1. Add cable routing through door frame for electrified panic hardware. 2. Remove reference to UCI. Drawing EY-520, Detail 2: 1. Add Door Controllers for Pedestrian Gates in the CEC. Drawing EY532, Detail 1: 1. Change wiring diagram to show Mercury MR16OUT control board and wiring for Floors 2 and 3 only. City Building Access Control Plan Set: Drawing EY600, Detail 1: 1. Remove Detail 1, CITY CENTER, PUBLIC SAFETY BUILDING SINGLE LINE DIAGRAM (Refer to EY600 within Public Safety Plan Set) Addendum No. 2 approved by: _________________________ 9-3-25 Julian De Anda, PE Date Acting City Engineer ABBREVIATION DRAWING LIST ELECTRICAL NOTES PORTAL SYMBOL KEY GENERAL NOTES KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L VANESSA GARRETT, P.E. C84141 CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 COVER SHEET, NOTES SYMBOLS AND ABBREVIATIONS EY001 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 PROJECT DATA · AREA MAP VICINITY MAP 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 ADDENDUM # - CLARIFICATIONS2 09/02/2025 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L VANESSA GARRETT, P.E. C84141 CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY CENTER PUBLIC SAFETY BLDG. SITE PLAN DEVICE LAYOUT EY110 N REFERENCE NOTES: 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 ADDENDUM # - CLARIFICATIONS 2 09/02/2025 SP1 - TYPICAL CONDUIT REQUIREMENTS FOR SINGLE DOOR W/ ELECTRIFIED MORTISE LOCK, READER, DPS, AND REX 1 GENERAL NOTES: SP2 - TYPICAL CONDUIT REQUIREMENTS FOR SINGLE DOOR W/EXISTING TO REMAIN ELECTRIFIED STRIKE, NEW READER AND REX, DPS 2 GENERAL NOTES: SP3 - TYPICAL CONDUIT REQUIREMENTS FOR DOUBLE DOOR W/ ELECTRIFED MORTISE LOCK, READER, DPS, AND REX 3 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L VANESSA GARRETT, P.E. C84141 CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 DOOR DETAILS - 1 EY501 SP4 - TYPICAL CONDUIT REQUIREMENTS FOR DOUBLE STOREFRONT DOOR W/ ELECTRIFIED PANIC HARDWARE W/INTEGRAL RX, READER, AND DPS 4 GENERAL NOTES: GENERAL NOTES: 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 ADDEMDUM #2 CLARIFICATION 09/02/2025 J4 J3 + RE S E T 3V BR/CR2330 2 3 4 1 S1 VBAT J5 GN D FLT GND TMP GND VIN TB1 RXD CTS GND RTS TXD TB2 TB 3 TR+ GND TR- IN1 IN2 IN3 IN4 IN5 IN6 IN7 IN8 TB4 TB5TB6 TB7 - C4, C4P Power Control Module Fle x I O Fault 1A 1B 1C 1D 1E1F 2A 2B 3A 3B 4A 4B 2C2D2E2F 3C3D3E3F 4C4D4E4F F1 F2 F3 F4 B1 B1 B2 B2 BR BR RED = FAIBLU = INPUT INVERT WHT = OUTPUT INVERTBLK = NO/NC OUTPUT YEL = BUSS SELECT C4 3 AMP ATM FUSE C4P 2.5 AMP Cl 2, PWR LTD Zone 1 Zone 2 Zone 3 Zone 4 INPUT OUTPUT +-+-+-+-+-+-+-+- IN 1 IN 2 IN 3 IN 4 OUT 1 OUT 2 OUT 3 OUT 4 12V 24V AC INPUTAC O N FA I GN D F L T AC F L T SY S F L T RE V B A T DC2 DC 1 DC1 BAT BA T DE T EA R T H G N D DE T 120/230AVC BAT + BA T - DC 1 BRDC 2 Fle x I O Da t a L i n k DC 2 N O DC 1 N C + DC2 -+ DC1 - FPO25, 75 Power Supply Style 2 NEGH L L V- I- I+ V+ NC NC NO NO C C SY S F L T AC F L T FA I I N P U T IN P U T S IN 1 IN 2 IN 3 IN 4 TB1 TB2 TB3 IN 5 IN 6 TB4 IN 7 IN 8 TB5TMP GND PFL GND TR- NC NC GND TR+ TB6 RS - 4 8 5 TB7 VIN GND VOUT A B 1 2 3 4 5 6 7 8 PFLR1 R2TMP NC NO C NC RL Y 1 C NO RL Y 2 RL Y 4 RL Y 3 NO C NO NC C NC RL Y 6 RL Y 5 NO C NO NC C NC TB10 TB11 TB12 RE A D E R 2 VO LE D BZ R CL K DA T GN D D1 D0 VO LE D BZ R CL K GN D D1 D0 DA T RE A D E R 1 TB8TB9 12 V PT J1 K1 K2 K3 K4 K5 K6 J4 1 4 3 2 ^|ON 1 4 3 2 5 8 7 6 S1 S2 MR 5 2 + IN P U T S IN 1 IN 2 IN 3 IN 4 TB1 TB2 TB3 IN 5 IN 6 TB4 IN 7 IN 8 TB5TMP GND PFL GND TR- NC NC GND TR+ TB6 RS - 4 8 5 TB7 VIN GND VOUT A B 1 2 3 4 5 6 7 8 PFLR1 R2TMP NC NO C NC RL Y 1 C NO RL Y 2 RL Y 4 RL Y 3 NO C NO NC C NC RL Y 6 RL Y 5 NO C NO NC C NC TB10 TB11 TB12 RE A D E R 2 VO LE D BZ R CL K DA T GN D D1 D0 VO LE D BZ R CL K GN D D1 D0 DA T RE A D E R 1 TB8TB9 12 V PT J1 K1 K2 K3 K4 K5 K6 J4 1 4 3 2 ^|ON 1 4 3 2 5 8 7 6 S1 S2 MR 5 2 + KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L VANESSA GARRETT, P.E. C84141 CITY ENGINEER, CITY OF ROHNERT PARK DATE: DAL DAS --- 190204 AS NOTED MISCELLANEOUS DETAILS - 1 EY520SLIDE/CANTILEVER GATE WIRING DIAGRAM 1 J4 J3 + RESET 3V B R / C R 2 3 3 0 234 1 S1 VB A T J5 GNDFL T GN D TM P GN D VI N TB 1 RX D CT S GN D RT S TX D TB 2 TB3 TR + GN D TR - IN 1 IN 2 IN 3 IN 4 IN 5 IN 6 IN 7 IN 8 TB 4 TB 5 TB 6 TB 7 - TYPICAL COMMUNICATIONS EQUIPMENT CABINET (CEC) ELEVATION 2 REFERENCE NOTES: TYPICAL COMMUNICATIONS EQUIPMENT CABINET MOUNTING ELEVATION 3 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 ADDEMDUM #2 CLARIFICATION 09/02/2025 POWER IN 12-24Vdc SIO COMMUNICATION PORT, RS-485 TAMPER AND POWER MONIOTR INPUTS STATUS LEDs Ø.156 [Ø4.0] 8 PLACES OUTPUTS OUTPUTS RELAY STATUS LEDs NC C NO NC C NO OUT 8 OUT 7 NO C NC NO C NCOUT 6 OUT 5 NO C NC NO C NC OUT 4 OUT 3 NO C NC NO C NCOUT 2 OUT 1 NO C NC NO C NC OUT 9 OUT 10 C NO NC C NO NC OUT 11 OUT 12 NC C OUT 13NO NC OUT 14NO C OUT 16NO C OUT 115 NC C NO NC DIP SWITCHES TR+ GND TR- RS - 4 8 5 GND VIN GND BA CT GN D VOUT TB10 TB9 TB11 J1 S1 1 2 3 4 5 6 7 8 A B CT BA TB4 TB3 TB2 TB1 TB5 TB6 TB7 TB8 1 2 3 4S2 K1 K2 K3 K4 K5 K6 K7 K8 K9 K1 0 K1 1 K1 2 K1 3 K1 4 K1 5 K1 6 1 2 43 5 129768 13 141011 15 16 NOT USED 2 STC-1.0 PARTIAL ELEVATOR WIRING REFER TO EY540 FOR COMPLETE STC-1.0 ELEVATION WITH BOARD LAYOUT 1 KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L VANESSA GARRETT, P.E. C84141 CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 ELEVATOR WIRING DIAGRAM EY532 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 REFERENCE NOTES: ADDENDUM #1 - CLARIFICATIONS 08/26/2025 CITY CENTER, PUBLIC SAFTEY BUILDING SINGLE LINE DIAGRAM 1 STC-1.0 COAX CABLE CAT6E NETWORK CABLE LOW VOLTAGE CABLE LEGEND: KEY PLAN . . . Prepared by: Sub-Consultants: APPROVED FOR CONSTRUCTION: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L JULIAN DE ANDA, R.C.E. C82463 ACTING CITY ENGINEER, CITY OF ROHNERT PARK DATE: DB DL DS/MU 220919 AS NOTED 10-07-2022 SINGLE LINE DIAGRAMS EY600 CEC-1.0 95% CD SUBMITTAL 10/02/2023 (R)STC-CH.1 COAX CABLE CAT6E NETWORK CABLE LOW VOLTAGE CABLE LEGEND: CITY HALL BUILDING SINGLE LINE DIAGRAM 2 (R)STC-CY.1 COAX CABLE CAT6E NETWORK CABLE LOW VOLTAGE CABLE LEGEND: CITY CORPORATE YARD BUILDING SINGLE LINE DIAGRAM 2 (N)STC-CY.2 (R)STC-SC.1 COAX CABLE CAT6E NETWORK CABLE LOW VOLTAGE CABLE LEGEND: SENIOR CENTER SINGLE LINE DIAGRAM 4 (R)STC-CH.1 COAX CABLE CAT6E NETWORK CABLE LOW VOLTAGE CABLE LEGEND: FIRE STATION SINGLE LINE DIAGRAM 5 100% CD SUBMITTAL 12/11/2023 11/19/2024 BUILDING APPROVED REVIEWED FOR CODE COMPLIANCE 8/14/25 REFER TO SHEET EY600 AS PART OF PUBLIC SAFETY PLAN SET. ADDEMDUM #2 CLARIFICATION 09/02/2025 City of Rohnert Park  600 Enterprise Drive  Rohnert Park, California 94928 Tel: (707) 588-3331  Fax: (707) 588-3333 www.rpcity.org DATE: SEPTEMBER 17, 2025 TO: ALL PLANHOLDERS SUBJECT: CITY OF ROHNERT PARK BUILDING ACCESS CONTROL SYSTEM REPLACEMENT, PROJECT NO. 2021-03 NO. OF PAGES: 27 ADDENDUM NO. 3 This package provides an addendum to the Project Contract Documents. This Addendum shall become part of the Contract and all provisions of the Contract shall apply thereto. Bidders shall acknowledge receipt of this Addendum by signing the acknowledgement located in the Bid Proposal documents, under “Addendum Acknowledgement.” Failure to do so may cause your bid to become non-responsive and subject to rejection. NOTE: BID OPENING DATE HAS BEEN EXTENDED TO WEDNESDAY, SEPTEMBER 24, 2025 AT 2:00 P.M. BID PACKET AND BID DOCUMENTS 1. PART I – BID DOCUMENTS Front Cover of Bid Documents, revise as follows: BID DUE DATE: TUESDAY, SEPTEMBER 9, 2025 THURSDAY, SEPTEMBER 18, 2025 WEDNESDAY, SEPTEMBER 24, 2025 AT 2:00PM Page 1-1, First Paragraph, revise as follows: Notice is hereby given that on TUESDAY, SEPTEMBER 9, 2025 THURSDAY, SEPTEMBER 18, 2025 WEDNESDAY, SEPTEMBER 24, 2025 at 2:00:00 PM at 130 Avram Avenue, Rohnert Park, California, the City of Rohnert Park will receive and open sealed bids for the Bidding Access Control System Replacement Project No. 2021-03 (“Project”). Sealed Bids shall be dropped off in the secured box to the right of the main doors in front of City Hall before 2:00:00 PM on Tuesday, September 9, 2025 Thursday, September 18, 2025 WEDNESDAY, SEPTEMBER 24, 2025. Page 1-9, Schedule of Bid Prices, replace with the attached Page 1-9.1R and 1-9.2 R. Adds Bid Alternate #1 -Wireless Communication from CEC at Gates to the Public Safety Building. City of Rohnert Park Public Works Department City of Rohnert Park  600 Enterprise Drive  Rohnert Park, California 94928 Tel: (707) 588-3331  Fax: (707) 588-3333 www.rpcity.org 2. PART 4: TECHNICAL SPECIFICATIONS Specification Section 28 00 00, Article 1.06, add Paragraph D: D: Access Doors: Coordinate with City for the provision of access doors where needed to gain access to wiring, boxes, panels and enclosures in walls or ceilings. Specification Section 28 00 00, Article 1.08, add Paragraph C.2.: 2. Required Alternate Bids: a. Alternate Bid #1: Provide wireless communication from CEC at gates to the building. Refer to Drawing EY110 for additional information. i. Wireless Transceiver: Provide Altowav P/N AW3-P421-BR1- C-PW P421 Bridge Kit or equal. ii. Surge Protector: Provide Altowav P/N AX-ESP-IN-1G indoor RJ45 surge protector or equal. iii. Provide compatible power supply as recommended by the manufacturer. iv. 5-year Warranty: Provide Altowav P/N ESUP-5-P421B or equal. v. Contact Closure over IP (for fire alarm interface): Provide Relay Pros Model MirXR15-MXNET or equal. Specification Section 28 10 00, Article 2.02, Paragraph K, add sub- Paragraph 3: 3. Electrified Mortise Locks: a. Provide Von Duprin QEL retrofit kit for Von Duprin 99 exit hardware with all required accessories or equal from Command Access. b. Provide Von Duprin ETP-10 electric transfer hinge of equal from Command Access to route cable from door hardware to door frame. c. Based on selected hardware contractor to confirm Lock Power Supply is rated for required current draw. This shall be done as part of the shop drawing and data submittal process. 2. PART 5 – DRAWINGS Modify the following plan sheets, as detailed below and clouded on the attached as Addendum No. 3: Public Safety Main – Site Address: 500 City Center Drive Plan Set: Drawing EY001: 1. Add (WTR) Wireless Transceiver to the Symbol List. 2. Remove EY532 – Elevator Wiring Diagram from the Drawing List. 3. Rename EY600 to EY600.1 for clarification. City of Rohnert Park  600 Enterprise Drive  Rohnert Park, California 94928 Tel: (707) 588-3331  Fax: (707) 588-3333 www.rpcity.org Drawing EY101: 1. Add reference Note 1 to describe operation of Reader adjacent to the Alarm Keypad (AKP). Drawing EY110: 1. Add Wireless Transceivers (WTR) for wireless communications to the CEC. This item shall be Alternate Bid #1. 2. Revise Reference Notes for clarification and add Reference Notes 3 & 4 for WTR installation. Drawing EY111: 1. Change Readers (R) to Reader/Keypad (RK) at Doors P02, P03, and P04. 2. Remove Reader inside Elevator Cab. Drawing EY113: 1. Add Reference Notes 4 & 5. 2. Show approximate location of 3rd Floor network switch and routing of cable from the roof WTR to the network switch. Drawing EY502, Detail 1: 1. Revise Gate Detail to show existing Maglock to re-use and underground site conduit. 2. Remove reference to UCI. Drawing EY502, Detail 3: 1. Show cable routing in frame for electrified panic hardware. Drawing EY520, Detail 2: 1. Add Reference Note 7 to clarify Lock Power Supply requirements. Drawing EY521, Detail 2: 1. Add Detail 2 for WTR installation requirements. Drawing EY530, Detail 3: 1. Add Detail 2 for wiring interface to Fire Alarm System to unlock doors or gates locked in the path of egress. Drawing EY532, Detail 1: 1. EY532 is removed from the drawing set. Elevator interface not required for floor control. Drawing EY600.1: 1. Rename EY600 to EY600.1 for Public Safety Building single line diagram. 2. Add WTR to single line diagram for Alternate Bid #1. City Building Access Control Plan Set: Drawing EY120: 1. Change Reader (R) to Reader/Keypad (RK) at gate entry. City of Rohnert Park  600 Enterprise Drive  Rohnert Park, California 94928 Tel: (707) 588-3331  Fax: (707) 588-3333 www.rpcity.org Drawing EY121: 1. Change Reader (R) to Reader/Keypad (RK) at Door 1.05. 2. Change Door 1.06 to type SP1 (SIM). Only provide a DPS at this location. 3. Add Door 1.09, Door type SP6. 4. Add Door OHD3, Door type SP8. Drawing EY122: 1. Change Reader (R) to Reader/Keypad (RK) at Doors P02, P03, and P04. 2. Remove Reader inside Elevator Cab. Drawing EY502, Detail 1: 1. Revise Gate Detail to show existing Maglock to re-use and underground site conduit. 2. Remove reference to UCI. Drawing EY502, Detail 3: 2. Show cable routing in frame for electrified panic hardware. Drawing EY600: 1. Delete Detail 1 for Public Safety Building single line diagram. INFORMATION The City of Rohnert Park has received questions in regards to the construction phase of the project and would like to provide clarification. Please note the following additional information and clarifications to questions. 1. Question: In reference to door electrified lock specification “Please confirm the specification for door hardware at new reader locations is the above and no substitutions will be allowed.” Response: Refer to Specification Section 28 1000, Article 2.02, Paragraph K. sub-paragraph 2.a. which states “a. Sargent 8200 series electrified mortise lock or equal by Schlage or Corbin-Russwin,” Note or equal statement. 2. Question: In reference to REX switches “Please confirm the specification for REX Switches is to be integral to door hardware at all new hardware locations and scanners are to only be utilized at existing card reader door locations.” Response: Electrified door hardware is to be provided by the contractor at new door locations. Since the contractor is providing the door hardware they should know if the RX option is included in what they provide. If the RX option isn’t provided the contractor shall provide a REX motion detector. 3. Question: In reference to Fire Rating of doors “Please confirm that the contractor will be required to maintain the existing fire labeling on all fire rated doors, and that compliance with NFP-80 standards are mandatory therefore requiring a certified company to provide field medication (such as Intertek or UL certifications).” Response: Per Specification Section 28 1000, Article 2.02, Paragraph H., sub- paragraph 1. c. 1): “General: Contractor shall coordinate all security hardware City of Rohnert Park  600 Enterprise Drive  Rohnert Park, California 94928 Tel: (707) 588-3331  Fax: (707) 588-3333 www.rpcity.org equipment and installation so as to maintain the Fire Rating of each specific door to the satisfaction of the local AHJ.” This paragraph confirms the contractor shall maintain the fire rating of any door/frame that is modified. 4. Question: In reference to removal and replacement DPS and REX along with removal and replacement of existing cable at existing security doors “Please confirm the removal and installation of new DPS and REX devices at existing door locations to the AccessIT! System as well as new cabling at ALL locations.” Response: Per Specification Section 28 00 00, Article 1.04, Paragraph A. 2. All existing DPS and REX devices shall be removed and new devices shall be installed. In addition, existing cable shall be removed and new cable installed. 5. Question: In reference to system integration between the access control and video systems “Please confirm that this additional software requirement for integration of Milestone with RS2 is included to ensure proper operation of the specified integration functions. Please confirm the purpose of this integration with Milestone is to have Forced Door open alerts via proper REX and Door Contact monitoring in the RS2 system.” Response: Per Specification Section 28 00 00, Article 3.03. The EACS shall be integrated with the Milestone VSS for automatic call-up on alarm conditions generated from the EACS. Alarm events include door/gate forced, door/gate propped, door alarm for monitored only doors, and duress alarms. 6. Question: In reference to electric locks at the pedestrian gates “To ensure proper egress from the secured side to the Public/Unsecured Side, the gate swing must be revised accordingly. If the gate is to remain the same, will an exception be made for the requirement of fail secure locks to keep the existing MAGLOCK on the gate. Maglocks require power to stay secure.” Response: Existing maglocks shall be re-used and the hardware shown in the detail will not be required. Refer to Addendum #3 drawings for updates to the gate details. As maglock are by default fail-safe batteries shall be required to maintain the maglocks for a minimum of 4 hours in case of power failure. Refer to Specification Section 28 10 00, Article 2.02, Paragraph G, sub-paragraph 4 for battery requirements. Note that requirements for STC and CEC enclosures are the same. 7. Question: In reference to communication to the vehicle and pedestrian gates “Please confirm that a point-to-point network connection may be used for the gates to have a controller provided out at the gate connection.” Response: Refer to Addendum #3 drawings for additional information regarding communications to the gate CEC. A high-security point-to-point wireless connection may be used if the existing conduit will not support installing a new data cable. Note that the existing cable can be removed as all control will now be handled by hardware at the CEC. Conduit path was indicated to exist per City as-built records, but location not verified. Refer to as-built drawings provided by the City. Alternate Bid #1 has been added to the drawings and specifications to provide a wireless link if the conduit is found to be not suitable for the project. City of Rohnert Park  600 Enterprise Drive  Rohnert Park, California 94928 Tel: (707) 588-3331  Fax: (707) 588-3333 www.rpcity.org 8. Question: In reference to license requirements for contractors modifying fire rated door frames “Will a properly licensed subcontractor (C28) be required to perform the door/frame modifications to the existing openings?” Response: Per California licensing requirements the contractor modifying fire rated door frames should hold a C-16 or C-61/D-28 license. 9. Question: Can Grade 1 electric strikes be used where applicable? Response: Provide electrified mortise locks as specified. 10. Question: Can Command Access locking hardware be submitted as an equivalent? Response: Yes. Refer to Addendum #3, Specification Section 28 10 00, Article 2.02, Paragraph K, additional sub-Paragraph 3 for additional information for electric locking hardware for doors with panic hardware. 11. Question: Please confirm that all existing intercoms will remain in place and are no part of this upgrade. Response: Intercoms are not part of the project and shall remain in place. They were shown for reference only. 12. Question: Are all access control panels required to be hardwired for power, or can they be pigtailed to an outlet? Response: All panels shall be hardwired to an electrical circuit used just for the security panels. The circuit for the existing Stanley controllers may be used but all connections shall be hardwired. Plug-in transformers or other similar power connections are not allowed. 13. Question: Is the price breakdown by location in the bid documents only for City budgeting purposes? Response: Yes. 14. Question: Please confirm that the project award will be based on all sites combined, not by site-specific pricing. Response: The contract award will be based upon the Base Bid of all sites combined. 15. Question: Public Safety Building: Please provide details on the wireless bridge requirements for the exterior gates. Will Ubiquiti devices work with the current bridge deployment? Response: Refer to Addendum #3, Specification Section 28 00 00, Article 1.08, additional Paragraph C.2., for wireless connectivity requirements. This item shall be a bid alternate. 16. Question: Public Safety Building: Clarification on elevator reader requirements: Are there in-cab card readers? If so, will these be installed by the City of Rohnert City of Rohnert Park  600 Enterprise Drive  Rohnert Park, California 94928 Tel: (707) 588-3331  Fax: (707) 588-3333 www.rpcity.org Park’s elevator contractor but supplied under this RFP? Can the existing cable from the elevator control panel be reused, or is new cabling required back to the access control system? Response: The reader in the elevator cab has been eliminated. 17. Question: Public Safety Building: Clarification on elevator reader requirements: Please verify schematic counts on page EY600. Current line diagrams do not match the floor plan counts. Response: Contractor is responsible for device counts. Note Addendum #3 for clarification on single line diagrams. Use EY600.1 for the Public Safety Building. Should there be a discrepancy between the plan drawings and single line diagrams the plan drawings shall take precedence per industry standards. 18. Question: Public Safety Building: Is conduit required for the interior of the new SP3 110 and SP3 111 doors? Please confirm if these walls are fire-rated? Response: Conduit raceway is required in wall at the door per door details. It may be flexible conduit. Refer to as-built documents provided by the City to verify wall rating. Surface conduit may be provided on the interior side of the wall for access to the door frame and reader location. Route to security terminal cabinet is plenum. 19. Question: Public Safety Building: A duress button is shown on EY111 but not on schematic EY600. Should this device be tied into the new access control panels? Response: Duress buttons report to dispatch room on a separate system. Duress buttons are not connected to the new EACS. 20. Question: Fire Station: Can the new Fire Station cabling be reused for certain devices? Response: Remove the existing cable routed within the fire station and provide new cable for all security devices. 21. Question: Fire Station: Can the existing sypher locks remain in place and be wiped of all codes? Response: Cypher locks shall be replaced with electrified mortise locks as indicated on the door details. 22. Question: Fire Station: Please clarify the intent for the current sypher locks: will replacement locksets be required? Response: Replace with electrified mortise lock. 23. Question: City Hall: Are we permitted to install access hatches in hard-lid ceiling areas to route cabling to the doors in the hard-lid areas? Response: Access hatches are allowed. Refer to Addendum #3 update to Specification Section 28 0000, Article 1.06, added paragraph D: “Access Doors: City of Rohnert Park  600 Enterprise Drive  Rohnert Park, California 94928 Tel: (707) 588-3331  Fax: (707) 588-3333 www.rpcity.org Coordinate with the City for the provision of access doors where needed to gain access to wiring, boxes, panels and enclosures in walls or ceilings.” 24. Question: City Hall: Can existing cabling be reused, re-certified, and warrantied, or must all cabling be replaced? Response: As specified, all new cable shall be installed and existing cable removed. 25. Question: City Hall: Line diagram does not show the alarm keypad reader – should this be included? Response: Refer to Addendum #3 for clarification on the Alarm Keypad shown on the plan drawings. It is shown for reference only. The card reader shown adjacent to the alarm keypad shall be configured to arm/disarm the alarm panels as described in Addendum #3. 26. Question: City Hall: Are we replacing the alarm keypad, or only adding a reader for disarming? Response: No. See response to Question #25. 27. Question: Corporate Yard: Warehouse SP6 1.06 has been updated to a door contact only (based on site walk). Response: Yes – SP6, Door 1.06, can be changed to have a DPS only. Refer to Addendum #3 drawings for additional information related to this item. 28. Question: Please confirm wireless network to the Public Safety Gate location panels will be acceptable. Response: See response to Question #7. 29. Question: During the walkthrough, the scope of work to replace all existing cabling makes sense in all buildings other than City Hall. The City Hall Building has hard lid ceilings and very limited crawl space. Removing existing and installing new cabling will be problematic and could require hard lid ceilings and removing sheetrock. Based upon the new construction of the building we believe it would make sense to allow contractors to re-use existing cabling at City Hall if all cabling is tested for functionality and warranted contractor. This would remove any risk from the City, minimize impact on occupants and provide a significant cost savings. Response: As specified, all new cable shall be installed and existing cable removed. Refer to this Addendum #3 update to Specification Section 28 0000, Article 1.06, added paragraph D: “Access Doors: Coordinate with the City for the provision of access doors where needed to gain access to wiring, boxes, panels and enclosures in walls or ceilings.” 30. Question: In reviewing the design for card readers at the Public Safety Main Building there are card readers on the man gates for entering and exiting. When card readers are required for exit this presents a potential life safety danger in the City of Rohnert Park  600 Enterprise Drive  Rohnert Park, California 94928 Tel: (707) 588-3331  Fax: (707) 588-3333 www.rpcity.org event someone is trying to exist and unable to because either their credential doesn’t work, or they do not have a credential to exit. Response: The Lock Power Supply for the gates should be connected to the Fire Alarm System to unlock the gates or any other door locked in the path of egress. A detail for this interconnection has been included in Addendum #3 drawings. Refer to Specification Section 28 1000 Article 1.03, Paragraph B. 3 for Fire Alarm System interface requirements. Addendum No. 3 approved by: _________________________ 9-17-25 Julian De Anda Date Acting City Engineer Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-9.1R OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 SCHEDULE OF BID PRICES BUILDING ACCESS CONTROL SYSTEM REPLACEMENT PROJECT NO. 2021-03 TO BE EXECUTED BY ALL BIDDERS AND SUBMITTED WITH BID In accordance with the plans and specifications approved by the City of Rohnert Park, the undersigned bidder is submitting the following bid prices for the performance of the entire proposed work as described in these specifications and attached drawings. The contract award will be based upon the Base Bid. Base Bid ITEM NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL COST 1 EACS Replacement City Hall (130 Avram Avenue) 1 LS 2 EACS Replacement Public Works Corporation Yard (600 Enterprise Drive) 1 LS 3 EACS Replacement West Side Fire Station No. 3 (6020 Labath Avenue) 1 LS 4 EACS Replacement Public Safety Main Building (500 City Center Drive) 1 LS 5 EACS Replacement Senior Center (6800 Hunter Drive)_ 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) Bid Alternate ITEM NO. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE Alt #1 Wireless Communication from CEC at Gates to the Public Safety Building 1 LS Building Access Control System Replacement Part 1: Bid Documents Rohnert Park City Proj. No. 2021-03 Page 1-9.2R OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 ______________________________ ______________________________ 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 DIR Number DIR Expiration Date Contractor’s email address ABBREVIATION DRAWING LIST ELECTRICAL NOTES PORTAL SYMBOL KEY GENERAL NOTES KEY PLAN . . . Prepared by: Sub-Consultants: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L DB DL DS/MU 220919 AS NOTED 10-07-2022 COVER SHEET, NOTES SYMBOLS AND ABBREVIATIONS EY001 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 PROJECT DATA x AREA MAP VICINITY MAP 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 $''(1'8083'$7(6 08/26/2025 $''(1'8083'$7(6 09/11/2025 9-17-25 KEY PLAN . . . Prepared by: Sub-Consultants: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY HALL FIRST FLOOR PLAN DEVICE LAYOUT EY101 N GENERAL NOTES: 100% CD SUBMITTAL 12/11/2023 REFERENCE NOTES: ADDENDUM #3 018/11/2025 9-17-25 KEY PLAN . . . Prepared by: Sub-Consultants: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY CENTER PUBLIC SAFETY BLDG. SITE PLAN DEVICE LAYOUT EY110 N REFERENCE NOTES: 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 ADDENDUM #2 - UPDATES 08/26/2025 ADDENDUM #3 - UPDATES 09/11/2025 REFERENCE NOTES: 9-17-25 KEY PLAN . . . Prepared by: Sub-Consultants: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY CENTER PUBLIC SAFETY BLDG. FIRST FLOOR PLAN DEVICE LAYOUT EY111 N REFERENCE NOTES: GENERAL NOTES: 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 ADDENDUM #3 018/11/2025 9-17-25 KEY PLAN . . . Prepared by: Sub-Consultants: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY CENTER PUBLIC SAFETY BLDG. THIRD FLOOR PLAN DEVICE LAYOUT EY113 N 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 REFERENCE NOTES:GENERAL NOTES: CO 01 CHANGES 01/13/2025 REFERENCE NOTES: ADDENDUM #3 09/11/2025 9-17-25 SP6 - INSTALLATION REQUIREMENTS FOR SINGLE DOORW/ INTEGRATED ELECTRIFIED PANIC HARDWARE W/INTEGRAL REX, READER, AND DPS 2 GENERAL NOTES: KEY PLAN . . . Prepared by: Sub-Consultants: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L DB DL DS/MU 220919 AS NOTED 10-07-2022 DOOR DETAILS - 2 EY502 GENERAL NOTES: SP5 - TYPICAL CONDUIT REQUIREMENTS FOR SINGLE PEDESTRIAN GATEW/ELECTRIFIED PANIC HARDWARE W/RIM DEVICE AND INTEGRATED REX, READER AND DPS 1 95% CD SUBMITTAL 10/02/2023 GENERAL NOTES:GENERAL NOTES: SP8 - TYPICAL CONDUIT REQUREMENTS FOR ROLL-UP DOOR WITH DPS 4 SP7 - INSTALLATION REQUIREMENTS FOR STORE FRONT DOUBLE DOORW/ INTEGRATED ELECTRIFIED PANIC HARDWARE W/INTEGRAL REX, READER, AND DPS 3 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 ADDENDUM #3 09/11/2025 REFERENCE NOTES: 9-17-25 J4 J3 + RES E T 3V BR/CR2330 234 1 S1 VBAT J5 GND FLTGND TMPGND VINTB1 RXD CTSGND RTS TXDTB2 TB3 TR+ GND TR- IN1 IN2 IN3 IN4 IN5 IN6 IN7 IN8 TB4 TB5TB6 TB7 - C4, C4PPower Control Module FlexI O Fault 1A1B 1C1D1E1F 2A2B 3A3B 4A4B 2C2D2E2F 3C3D3E3F4C4D4E4F F1 F2 F3 F4 B1 B1B2B2BRBR RED = FAIBLU = INPUT INVERTWHT = OUTPUT INVERTBLK = NO/NC OUTPUTYEL = BUSS SELECTC4 3 AMP ATM FUSEC4P 2.5 AMP Cl 2, PWR LTD Zone 1 Zone 2 Zone 3 Zone 4INPUTOUTPUT +-+-+-+-+-+-+-+-IN 1 IN 2 IN 3 IN 4 OUT 1 OUT 2 OUT 3 OUT 4 12V 24V AC INPUTAC ON FAIGND F L T AC F L T SYS F L T REV BATDC2 DC1DC1 BAT BATDET EARTH G N D DET 120/230AVC BAT + BAT- DC1BRDC2 Flex I O DataL i n k DC2 N O DC1 N C + DC2 - + DC1 - FPO25, 75Power SupplyStyle 2 NEGH L L V - I - I + V + NC N C NO N O CC SYS F L T A C F L T F A I I N P U T INP U T S IN1 I N 2 I N 3 I N 4 TB1 TB2 TB3IN5 I N 6 TB4IN7 I N 8 TB5TMPGNDPFLGND TR-NCNCGND TR+TB6 RS- 4 8 5 TB7VIN GNDVOUT AB12345678 PFLR1R2TMP NC N O C N C RLY 1 CNORLY 2 RLY 4 R L Y 3 NO CNO NCCNC RLY 6 R L Y 5 NO CNO N CCNC TB10 TB11TB12 REA D E R 2 VO LED B Z R C L K D A T G N D D1 D 0 VO LED B Z R C L K GND D1 D 0 DAT REA D E R 1 TB8TB9 12V P T J1 K1 K 2 K 3 K 4 K 5 K 6 J4 1 432 ^|ON 1 432 5 876 S1 S2 MR5 2 + INP U T S IN1 I N 2 I N 3 I N 4 TB1 TB2 TB3IN5 I N 6 TB4IN7 I N 8 TB5TMPGNDPFLGND TR-NCNCGND TR+TB6 RS- 4 8 5 TB7VIN GNDVOUT AB12345678 PFLR1R2TMP NC N O C N C RLY 1 CNORLY 2 RLY 4 R L Y 3 NO CNO NCCNC RLY 6 R L Y 5 NO CNO N CCNC TB10 TB11TB12 REA D E R 2 VO LED B Z R C L K D A T G N D D1 D 0 VO LED B Z R C L K GND D1 D 0 DAT REA D E R 1 TB8TB9 12V P T J1 K1 K 2 K 3 K 4 K 5 K 6 J4 1 432 ^|ON 1 432 5 876 S1 S2 MR5 2 + KEY PLAN . . . Prepared by: Sub-Consultants: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L DAL DAS --- 190204 AS NOTED MISCELLANEOUS DETAILS - 1 EY520SLIDE/CANTILEVER GATE WIRING DIAGRAM 1 J4 J3 + RESET 3V B R / C R 2 3 3 0 2341 S1 VB A T J5 GNDFL T GN D TM P GN D VI N TB 1 RX D CT S GN D RT S TX D TB 2 TB3 TR + GN D TR - IN 1 IN 2 IN 3 IN 4 IN 5 IN 6 IN 7 IN 8 TB 4 TB 5 TB 6 TB 7 - TYPICAL COMMUNICATIONS EQUIPMENT CABINET (CEC) ELEVATION 2 REFERENCE NOTES: TYPICAL COMMUNICATIONS EQUIPMENT CABINET MOUNTING ELEVATION 3 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 $''(1'8083'$7(6 08/26/2025 $''(1'8083'$7(6 09/11/2025 9-17-25 KEY PLAN . . . Prepared by: Sub-Consultants: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L DAL DAS --- 190204 AS NOTED MISCELLANEOUS DETAILS - 2 EY521CITY OF ROHNERT PARK, STANDARD TRENCHING DETAIL 1 PARAPET AND POLE MOUNTFOR WIRELESS TRANSCEIVER AT GATE AND ON BUILDING 2NOT USED 4 95% CD SUBMITTAL 10/02/2023 NOT USED 3 GENERAL NOTES: 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 GENERAL NOTES: $''(1'8083'$7(6 09/11/2025 9-17-25 Power Control - +- + NO C NC FACP INTERFACE + INP - T + RET - TR G TR I G G E R IN P U T IN G N D I N G N D I N G N D I N G N D 1 2 3 4 CO N T R O L L E R Ro H S LE D 1 LE D 2 L E D 3 LE D 4 SW 1 SW 2 S W 3 SW 4 MA I N NO C N C Power Control - +- + NO C NC FACP INTERFACE + INP - T + RET - TR G TR I G G E R IN P U T IN G N D I N G N D I N G N D I N G N D 1 2 3 4 CO N T R O L L E R Ro H S LE D 1 LE D 2 L E D 3 LE D 4 SW 1 SW 2 S W 3 SW 4 MA I N Power Control - +- + NO C NC FACP INTERFACE + INP - T + RET - TR G TR I G G E R IN P U T IN G N D I N G N D I N G N D I N G N D 1 2 3 4 CO N T R O L L E R Ro H S LE D 1 LE D 2 L E D 3 LE D 4 SW 1 SW 2 S W 3 SW 4 MA I N Power Control - +- + NO C NC FACP INTERFACE + INP - T + RET - TR G TR I G G E R IN P U T IN G N D I N G N D I N G N D I N G N D 1 2 3 4 CO N T R O L L E R Ro H S LE D 1 LE D 2 L E D 3 LE D 4 SW 1 SW 2 S W 3 SW 4 MA I N KEY PLAN . . . Prepared by: Sub-Consultants: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L DB DL DS/MU 220919 AS NOTED 10-07-2022 DOOR WIRING DETAILS EY530 $''(1'8083'$7(6 9-17-25 POWER IN 12-24Vdc SIO COMMUNICATION PORT, RS-485 TAMPER AND POWER MONIOTR INPUTS STATUS LEDs Ø.156 [Ø4.0] 8 PLACES OUTPUTS OUTPUTS RELAY STATUS LEDs NC C NO NC C NO OUT 8 OUT 7 NO C NC NO C NCOUT 6 OUT 5 NO C NC NO C NC OUT 4 OUT 3 NO C NC NO C NCOUT 2 OUT 1 NO C NC NO C NC OUT 9 OUT 10 C NO NC C NO NC OUT 11 OUT 12 NC C OUT 13NO NC OUT 14NO C OUT 16NO C OUT 115 NC C NO NC DIP SWITCHES TR+ GND TR- RS - 4 8 5 GND VIN GND BA CT GN D VOUT TB10 TB9 TB11 J1 S1 1 2 3 4 5 6 7 8 A B CT BA TB4 TB3 TB2 TB1 TB5 TB6 TB7 TB8 1 2 3 4S2 K1 K2 K3 K4 K5 K6 K7 K8 K9 K1 0 K1 1 K1 2 K1 3 K1 4 K1 5 K1 6 1 2 43 5 129768 13 1410 11 15 16 NOT USED 2 STC-1.0 PARTIAL ELEVATOR WIRING REFER TO EY540 FOR COMPLETE STC-1.0 ELEVATION WITH BOARD LAYOUT 1 KEY PLAN . . . Prepared by: Sub-Consultants: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L DB DL DS/MU 220919 AS NOTED 10-07-2022 ELEVATOR WIRING DIAGRAM EY532 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 REFERENCE NOTES: ADDENDUM #1 - CLARIFICATIONS 08/26/2025 9-17-25 CITY CENTER, PUBLIC SAFTEY BUILDINGSINGLE LINE DIAGRAM 1 STC-1.1 COAX CABLE CAT6E NETWORK CABLE LOW VOLTAGE CABLE LEGEND: KEY PLAN . . . Prepared by: Sub-Consultants: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L DB DL DS/MU 220919 AS NOTED 10-07-2022 SINGLE LINE DIAGRAMS EY600.1 CEC-1.0 95% CD SUBMITTAL 10/02/2023 100% CD SUBMITTAL 12/11/2023 NOT USED 2 NOT USED 3 100% CD RESUBMITTAL 05/13/2024 STC-1.2 CO 01 CHANGES 01/13/2025 REFERENCE NOTES: ADDENDUM #3 - UPDATES 09/11/2025 9-17-25 KEY PLAN . . . Prepared by: Sub-Consultants: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY CORPORATION YARD SITE PLAN DEVICE LAYOUT EY120 N GENERAL NOTES: 100% CD SUBMITTAL 12/11/2023 $''(1'8083'$7(6 09/11/2025 9-17-25 KEY PLAN . . . Prepared by: Sub-Consultants: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY CORPORATION YARD OFFICE FLOOR PLANS DEVICE LAYOUT EY121 N GENERAL NOTES: 100% CD SUBMITTAL 12/11/2023 $''(1'8083'$7(6 09/11/2025 9-17-25 KEY PLAN . . . Prepared by: Sub-Consultants: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L DB DL DS/MU 220919 AS NOTED 10-07-2022 CITY CORPORATION YARD WAREHOUSE FLOOR PLANS DEVICE LAYOUT EY122 N 100% CD SUBMITTAL 12/11/2023 $''(1'8083'$7(6 09/11/2025 REFERENCE NOTES: 9-17-25 SP6 - INSTALLATION REQUIREMENTS FOR SINGLE DOORW/ INTEGRATED ELECTRIFIED PANIC HARDWARE W/INTEGRAL REX, READER, AND DPS 2 GENERAL NOTES: KEY PLAN . . . Prepared by: Sub-Consultants: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L DB DL DS/MU 220919 AS NOTED 10-07-2022 DOOR DETAILS - 2 EY502 GENERAL NOTES: SP5 - TYPICAL CONDUIT REQUIREMENTS FOR SINGLE PEDESTRIAN GATEW/ELECTRIFIED PANIC HARDWARE W/RIM DEVICE AND INTEGRATED REX, READER AND DPS 1 95% CD SUBMITTAL 10/02/2023 GENERAL NOTES:GENERAL NOTES: SP8 - TYPICAL CONDUIT REQUREMENTS FOR ROLL-UP DOOR WITH DPS 4 SP7 - INSTALLATION REQUIREMENTS FOR STORE FRONT DOUBLE DOORW/ INTEGRATED ELECTRIFIED PANIC HARDWARE W/INTEGRAL REX, READER, AND DPS 3 100% CD SUBMITTAL 12/11/2023 100% CD RESUBMITTAL 05/13/2024 CO 01 CHANGES 01/13/2025 ADDENDUM #3 09/11/2025 REFERENCE NOTES: 9-17-25 KEY PLAN . . . Prepared by: Sub-Consultants: Sheet Number: Scale: Checked by: Designed by: Drawn by: Date: Project number: Sheet Title: Issue Description Date N . . tel: 949-943-9422 web: www.triadsdg.com ROHNERT PARK CITY BUILDING SECURITY ACCESS CONTROL REPLACEMENT PROJECT 10 0 % C D S U B M I T T A L 10 0 % C D S U B M I T T A L DB DL DS/MU 220919 AS NOTED 10-07-2022 SINGLE LINE DIAGRAMS EY600 95% CD SUBMITTAL 10/02/2023 COAX CABLE CAT6E NETWORK CABLE LOW VOLTAGE CABLE LEGEND: CITY CORPORATE YARD BUILDINGSINGLE LINE DIAGRAM 2 (N)STC-CY.2 (R)STC-CH.1 COAX CABLE CAT6E NETWORK CABLE LOW VOLTAGE CABLE LEGEND: CITY HALL BUILDINGSINGLE LINE DIAGRAM 2 (R)STC-CY.1 (R)STC-SC.1 COAX CABLE CAT6E NETWORK CABLE LOW VOLTAGE CABLE LEGEND: SENIOR CENTERSINGLE LINE DIAGRAM 4 (R)STC-CH.1 COAX CABLE CAT6E NETWORK CABLE LOW VOLTAGE CABLE LEGEND: FIRE STATIONSINGLE LINE DIAGRAM 5 100% CD SUBMITTAL 12/11/2023 NOT USED - REFER TO EY600.1 FOR PUBLIC SAFETY BUILDING 1 $''(1'8083'$7(6 09/11/2025 9-17-25 ITEM NO. 8.F. 1 Meeting Date: October 28, 2025 Department: Public Works Submitted By: Mark Hendersen, Acting Director of Public Works Prepared By: Scott Sanders, Environmental & Sustainability Manager Laura Luchini, Acting CIP Program Manager Agenda Title: Adopt a Resolution Approving Participation in PG&E’s EV Fleet Program for the Design and Installation of Electric Vehicle Charging Infrastructure for the Utilities Administration Building Project CIP1807, Authorize the City Manager to Execute Related Agreements and Committing to the Program Requirements and Find the Project Exempt from the California Environmental Quality Act (CEQA) Pursuant to CEQA Guidelines Sections 15301 (Existing Facilities), 15302 (Replacement or Reconstruction), 15303 (New Construction), and 15311 (Accessory Structures) (14 Cal. Code Regs. §§ 15301, 15302, 15303, and 15311) RECOMMENDED ACTION: Adopt a Resolution for the following actions: 1. Approve the City’s participation in PG&E’s Electric Vehicle (EV) Fleet Program for the installation of electric vehicle charging infrastructure for the Utilities Administration Building Project CIP1807 2. Authorize the City Manager to execute all necessary agreements with PG&E to implement the program as provided in the attachments 3. Commit to the program requirements, including providing behind-the-meter infrastructure as planned with the Utilities Administration Building Project CIP1807, maintaining the charger equipment for ten (10) years, sharing vehicle and charger usage data with PG&E for five (5) years, and purchasing two (2) electric vehicles dedicated to the Pump Station by June 2028 4. Find the Project Exempt from the California Environmental Quality Act (CEQA) Pursuant to CEQA Guidelines Sections 15301 (Existing Facilities), 15302 (Replacement or Reconstruction), 15303 (New Construction), and 15311 (Accessory Structures) (14 Cal. Code Regs. §§ 15301, 15302, 15303, and 15311) BACKGROUND: The Utilities Administration Building Project CIP1807 (Project) is a funded project in the Capital Improvement Program. Staff is currently working with Coar Design Group on the 100% Project Plans and Specifications, which are currently undergoing building permit review. Mission Statement “We Care for Our Residents by Working Together to Build a Better Community for Today and Tomorrow.” CITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT ITEM NO. 8.F. 2 The Project’s scope of work includes a new administration building and fenced parking lot with electric vehicle charging stations for use by Utility Operations staff. The Project will also install additional electrical infrastructure for future EV chargers to be installed for public use. The new administrative building and parking lot would be occupied by Public Works utilities services staff, to not only centralize the division, but accommodate current and future growth. In early 2025, Public Works staff learned of PG&E’s EV Fleet Program (Program), a ratepayer-funded initiative designed to accelerate the adoption of medium- and heavy-duty electric vehicles by providing no-cost electrical infrastructure upgrades, rebates for eligible vehicles and chargers, and technical assistance for fleet electrification projects. The Program requires participating agencies to commit to acquiring a minimum of two eligible electric vehicles per site within five years, install supporting charging infrastructure, and provide PG&E with ongoing charger usage and vehicle charging data to support statewide fleet electrification planning. With California advancing toward statewide fleet electrification, the California Air Resources Board is requiring public agencies to begin transitioning heavier-duty fleet vehicles to zero-emission models by 2030, with lighter-duty requirements expected to follow. To prepare for this mandate, the City had planned to install two EV chargers as part of this Project to support the future EV vehicles purchases. Staff coordinated with the Public Works Fleet Division and Utility Operations to identify future medium- duty EV fleet needs, which included purchases of Ford F-150 Lightning trucks and/or E-Transit cargo vans, with flexibility to adjust based on operational requirements. With the minimum Program qualifications already in motion, staff submitted the Program application to PG&E for EV Infrastructure at the Utilities Administration Building Project Pump Station (FLEET004685739). In August 2025, the Program application was approved by PG&E. Staff is now seeking City Council approval to participate in PG&E’s EV Fleet Program as part of the Utilities Administration Building Project CIP1807, and to authorize the City Manager to execute the Letter of Commitment, Oversized Switchgear Acknowledgement and contract with PG&E. ANALYSIS: PG&E’s EV Fleet Program provides a unique opportunity for the City to advance its fleet electrification goals while reducing the costs associated with charging infrastructure. Through this Program, PG&E will design, construct, and pay for all “to the meter” electrical infrastructure, including transformers, service connections, and other utility-owned equipment, at no cost to the City. The City is responsible for the “behind the meter” infrastructure, which includes electrical panels, switchgear, conduit, and connections from the meter to the chargers, as well as the purchase and installation of two Level 2 ChargePoint CP6000 chargers. This portion of work is already designed and funded as part of the Utilities Administration Building Project. In addition, PG&E provides an incentive under the Make-Ready Incentive Option that reimburses the City for the lesser of either (i) 80 percent of the customer-owned make-ready infrastructure costs or (ii) up to $8,000 total, based on two eligible medium-duty vehicles. The incentive amount is calculated on a per-vehicle basis and is intended to offset both the infrastructure and vehicle deployment requirements identified in the agreement. ITEM NO. 8.F. 3 By leveraging PG&E’s program, the City will offset anticipated project costs, receive up to $4,000 per medium-duty vehicle purchased, and accelerate its progress toward meeting Council’s sustainability and climate action goals. ENVIRONMENTAL ANALYSIS: The project involves design of a building located in an existing paved parking lot area, construction of a new parking lot in a previously disturbed grass area, upgrades to the existing PG&E transformer and electrical infrastructure on site, and installation electric vehicle charging stations. The installation of electric vehicle charging infrastructure at the Utilities Administration Building is considered a minor alteration of existing public facilities and involves negligible expansion of use. Therefore, the Project is categorically exempt from the requirements of CEQA to Sections Pursuant to CEQA Guidelines Sections 15301 (Existing Facilities), 15302 (Replacement or Reconstruction), 15303 (New Construction), and 15311 (Accessory Structures) (14 Cal. Code Regs. §§ 15301, 15302, 15303, and 15311). STRATEGIC PLAN AND COUNCIL GOALS/PRIORITIES ALIGNMENT: The recommended action is consistent with the City’s Strategic Framework and Council priorities. Participation in the PG&E EV Fleet Program advances the City’s long-term Planning and Infrastructure goal by supporting environmental sustainability and investing in modernized facilities to accommodate electric vehicles. The program also aligns with the goal of Long-Term Financial Sustainability by leveraging external funding to offset the high costs of electrical infrastructure upgrades and vehicle procurement. In addition, this project reflects the City’s values of Fiscal Responsibility, Innovation and Creativity, and Collaboration by working with PG&E to reduce expenses, introduce new technology, and prepare for future fleet needs. These efforts contribute to the City’s mission of building a better community for today and tomorrow while positioning Rohnert Park as a leader in sustainability and operational efficiency. OPTIONS CONSIDERED: 1. Approve participation in PG&E’s EV Fleet Program. This option would allow PG&E to design and construct the necessary electrical upgrades needed to support the EV Charger installation as part of the Utilities Administration Building Project. 2. Decline participation in PG&E’s EV Fleet Program. This option is not recommended as participation in the program provides opportunity to offset anticipated Project costs. FISCAL IMPACT/FUNDING SOURCE: The Utilities Administration Building Project CIP1807 is funded by Water and Sewer Enterprise Funds with a current available Project balance of $4,689,089.83. There is no fiscal impact with this action however, opportunity for potential cost savings to the Project as PG&E would fund the construction for the “to the meter” costs instead of funding this portion of work out of the Project. Department Head Approval Date: 10/7/2025 ITEM NO. 8.F. 4 Risk Manager / HR Director Approval Date: 10/07/2025 Finance Approval Date: 10/17/2025 City Attorney Approval Date: 10/21/2025 City Manager Approval Date: 10/21/2025 Attachments: 1. A Resolution Approving Participation in PG&E’s EV Fleet Program for the Design and Installation of Electric Vehicle Charging Infrastructure for the Utilities Administration Building Project CIP1807, Authorize the City Manager to Execute Related Agreements, Commit to the Program Requirements and Find the Project Exempt from the California Environmental Quality Act (CEQA) Pursuant to CEQA Guidelines Sections 15301 (Existing Facilities), 15302 (Replacement or Reconstruction), 15303 (New Construction), and 15311 (Accessory Structures) (14 Cal. Code Regs. §§ 15301, 15302, 15303, and 15311) 2. PG&E Letter of Commitment and Contract 3. PG&E Oversized Switchgear Acknowledgement 4. PG&E Preliminary Design RESOLUTION NO. 2025-077 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK APPROVING PARTICIPATION IN PG&E’S EV FLEET PROGRAM FOR THE DESIGN AND INSTALLATION OF ELECTRIC VEHICLE CHARGING INFRASTRUCTURE FOR THE UTILITIES ADMINISTRATION BUILDING PROJECT CIP1807, AUTHORIZING THE CITY MANAGER TO EXECUTE RELATED AGREEMENTS AND DOCUMENTS, COMMITTING TO PROGRAM REQUIREMENTS, AND FINDING THE PROJECT EXEMPT FROM THE CALIFORNIA ENVIRONMENTAL QUALITY ACT (CEQA) WHEREAS, the City of Rohnert Park (“City”) is committed to advancing environmental sustainability, reducing greenhouse gas emissions, and transitioning its municipal fleet to electric vehicles; and WHEREAS, new California Air Resources Board regulations require Public Agencies to begin transitioning heavier-duty fleet vehicles to zero-emission models by 2030, with lighter- duty requirements expected to follow; and WHEREAS, the Utilities Administration Building Project CIP1807 (“Project”) is included in the City’s Capital Improvement Program to construct a new administration building and fenced parking lot at the Pump Station site, including installation of electric vehicle charging infrastructure for utility operations staff; and WHEREAS, in early 2025, Public Works staff found that PG&E offers an EV Fleet Program (“Program”) which is a ratepayer-funded initiative authorized by the California Public Utilities Commission to provide design, construction, and funding assistance for electric vehicle charging infrastructure to support fleet electrification; and WHEREAS, the City submitted an application to PG&E (FLEET004685739) for the Pump Station located at 201 J. Rogers Lane, Rohnert Park, CA 94928, to install two (2) Level 2 ChargePoint CP6000 single-port chargers (16.6 kW per charger, 33.2 kW total load) and received Program approval in August 2025; and WHEREAS, under the Program, PG&E will design, construct, own, and maintain all electrical infrastructure up to the utility meter, including transformers, conduit, and related utility components, at no cost to the City; and WHEREAS, the City will design, build, own, and maintain the EV Supply Infrastructure, or behind-the-meter infrastructure and charging stations as planned and part of the Pump Station Utilities Administration Building Project CIP1807. WHEREAS, the Oversized Switchgear Acknowledgement dated October 3, 2025, authorizes installation of a 1000A, 208/120V service panel at the Pump Station to allow additional load capacity for future fleet expansion, at PG&E’s expense; and WHEREAS, in summary the Program requires the City to commit to purchasing two (2) medium-duty electric vehicles by June 30th 2028, maintain the installed charging equipment for ten (10) years, and provide vehicle and charger usage data to PG&E for five (5) years pursuant to the Program Terms and Conditions (the “Contract”); and Resolution 2025-077 2 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert Park that it does hereby authorize and approve participation in PG&E’s EV Fleet Program for the Utilities Administration Building Project (FLEET004685739). BE IT FURTHER RESOLVED that the Director of Finance is authorized to make any and all appropriation adjustments necessary to incorporate all approved Program reimbursements and cost offsets into the Utilities Administration Building Project CIP1807. BE IT FURTHER RESOLVED by the City Council of the City of Rohnert Park that it does hereby find and determine that this action is exempt from the California Environmental Quality Act (CEQA) pursuant to CEQA Guidelines Sections 15301, 15302, 15303, and 15311. BE IT FURTHER RESOLVED that the City Manager is hereby authorized and directed to execute all necessary agreements and documents, including the Letter of Commitment, Oversized Switchgear Acknowledgement, and the Contract. The City Manager is additionally authorized to execute all documents required to implement the Program and effectuate the purpose of both the Contract and this Resolution in a form approved by the City Attorney. DULY AND REGULARLY ADOPTED BY THE CITY COUNCIL OF THE CITY OF ROHNERT PARK ON this 28th day of October, 2025. CITY OF ROHNERT PARK ____________________________________ ATTEST: Gerard Giudice, Mayor ______________________________ Sylvia Lopez Cuevas, City Clerk APPROVED AS TO FORM: ______________________________ Michelle M. Kenyon, City Attorney Attachments: Exhibit A ADAMS: _________ ELWARD: _________ RODRIGUEZ: _________SANBORN: _________ GIUDICE: _________ AYES: ( ) NOES: ( ) ABSENT: ( ) ABSTAIN: ( ) Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Cover Letter (11.2024 Version) Page 1 of 4 August 28, 2025 City of Rohnert Park 201 J Rogers Ln Rohnert Park, CA 94928 RE: FLEET004685739 Dear Scott Sanders, Congratulations! We are pleased to extend City of Rohnert Park an invitation to join PG&E’s EV Fleet Electrification program. Upon your completion of the action items below, we will move your project into the design phase and begin the engineering, design and construction plans for 201 J Rogers Ln, Rohnert Park, CA 94928. Please note, future changes to the project scope may change your eligibility for the program. Included in this contract are the following items: • Cover Letter o Offer Description o Preliminary Design (also attached as PDF) • Letter of Commitment o EV Deployment Commitment • EV Fleet Program Terms and Conditions (“Contract”) • Exhibit A: Project Scope • Appendices o Appendix A: PG&E EV Fleet Program Participant Data Reporting Requirements o Appendix B: CPUC’s Safety Requirements Checklist for CPUC-Approved Transportation Electrification Programs Immediate Action Items: • Review the entire document • Sign and return the Letter of Commitment and Contract • Provide proof of commitment (as defined below) for appropriate vehicles By signing the Letter of Commitment and the Contract, I hereby confirm my participation in PG&E’s Fleet Electrification program and acknowledge that: • I agree to install the number of EV Supply Equipment (EVSE or “EV charger”) specified in Exhibit A of the Contract; • Upon execution of the Contract, PG&E will begin incurring design fees and costs as my project moves forward; • If I withdraw from the program prior to the site being activated, then PG&E reserves the right to recover all fees and costs incurred by it and its subcontractors after the execution of the Contract, including but not limited to, design cost, site walk costs, etc.; • PG&E may need to conduct a comprehensive design site walk; • If the existing infrastructure or physical site or equipment is substantially different than anticipated or described, then PG&E will make reasonable effort to redesign the project in a manner acceptable to both parties, but reserves the right to cancel my participation in the program; • If I request to make changes to the scope or design of the project, then PG&E reserves the right to recover all costs associated with that change, such as redesign costs; Exhibit A to Resolution 2025-077 Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Cover Letter (11.2024 Version) Page 2 of 4 • If I do not submit required documentation (e.g., signed easement) or fail to move this project forward for a period of 90 days or more, then PG&E may consider this an abandonment of this Contract and reserves the right to cancel my participation in the program and recover all costs incurred; and • My EV chargers meet the Safety Checklist requirements and have networking protocols (as described in Appendix A and Appendix B). I agree to ensure that EVSE network connectivity is in good condition for at least five years from the date of activation. Offer Description After careful consideration of the project costs and scope of work, PG&E has determined you are eligible for the Make-Ready Incentive Option. PG&E will design, construct, own, and maintain any necessary EV supply infrastructure to the meter only. City of Rohnert Park will design, build, own, operate, and maintain the EV supply infrastructure behind the meter, hereafter referred to as customer-owned make-ready infrastructure. PG&E provides an incentive that is equal to the lesser amount of either: (i) 80% of the customer-owned make- ready infrastructure costs or (ii) the incentive cap of $8,000.00 as described in the table below. Project documentation should be submitted to your Project Manager within 90 days of site activation to initiate the incentive payment process. EV Supply Infrastructure Incentive Applies to Site Hosts who pay for, own, and maintain EV Supply Infrastructure Vehicle Type Per Vehicle Incentive # of Vehicles School Buses, Local Delivery Trucks, or Other Vehicles $4,000.00 per Vehicle 2 Vehicle Type (Total) Incentive (Total) Incentive Total Total # of Vehicles 2 Lesser amount of either 80% of the customer-owned make-ready infrastructure costs or the incentive cap, as described above, on a per vehicle basis Maximum of $8,000.00 EV Charger Requirements As a reminder, to participate in the EV Fleet program, your EV chargers, also known as EV supply equipment, at a minimum must meet the EV Fleet Program Data Reporting requirements outlined in Appendix A and the Safety Checklist requirements outlined in Appendix B. In addition, the EV chargers must at least meet the following network communications requirements: • Electric Vehicle Supply Equipment (EVSE) shall have metering capability through an internal device and shall be able to measure power and usage parameters to enable reporting of the metrics in the Contractor Requirement section. • After loss of power, provided the EVSE connector to vehicle has not been removed, the EVSE shall return to its post-configuration state (i.e., shall persist communication and registration configurations. This does not include continuing user sessions when authorization is required to start a session). • EVSE shall provide a reset option, which returns the device to its pre-charge state (e.g., card or message- not user accessible). Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Cover Letter (11.2024 Version) Page 3 of 4 Preliminary Design The preliminary design for your project is below and has also been provided as a PDF along with this contract. Please note that any requests to change the scope of the project may result in redesign costs to you of up to $15,000 per request. Examples of changes to scope include requests to modify the number or type of charger being deployed or modify the location of the meter. PG&E may opt to utilize existing infrastructure, including existing conduit, in order to minimize project costs as indicated by the word “existing” on any components on the Preliminary Design. Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Cover Letter (11.2024 Version) Page 4 of 4 Next Steps: We respectfully request that you return your signed contract as soon as possible. After we receive your signed contract, I will introduce you to your Project Manager, who will lead you through the design and construction process for your site. Thank you for your participation in this exciting program! You are taking an important step to support California’s ambitious climate and air quality goals, and we appreciate that you have elected to work with PG&E to electrify your fleet. Please contact me if you have any questions. Regards, Jacob Panachaveettil Jacob.Panachaveettil@pge.com 925-336-3589 Electric Vehicle Customer Onboarding Specialist Pacific Gas and Electric Company Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 EV Fleet Letter of Commitment (06.2025 Version) Page 1 of 1 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company August 28, 2025 Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Re: Electric Vehicle Deployment Commitment for City of Rohnert Park (FLEET004685739) Dear Pacific Gas and Electric Company, City of Rohnert Park and PG&E have worked together and agreed on a contract under which City of Rohnert Park purchases electric fleet vehicles and PG&E performs make-ready infrastructure work and, if qualified, provides EV charger rebates and infrastructure incentives. City of Rohnert Park has received approval from our internal decision makers and commits to purchase 2 electric vehicles by December 31, 2029. We plan to purchase and deploy the vehicles during the following timeline: Electric Vehicle Deployment Schedule Description 2025 2026 2027 2028 2029 Total Medium Duty Vehicle 0 0 0 2 0 2 By signing the Letter of Commitment and the Contract, City of Rohnert Park understands that, in accordance with the section titled ‘Vehicle Purchase Plans’, City of Rohnert Park is responsible for realizing the number and type of EV Fleet vehicles that have been indicated in Exhibit A of the aforementioned Contract regardless of the decision of granting agencies. These vehicles will be domiciled at 201 J Rogers Ln, Rohnert Park, CA 94928. If City of Rohnert Park does not put into operation the number of vehicles stated in the section above, PG&E in its sole discretion may require City of Rohnert Park to reimburse PG&E for costs incurred by PG&E associated with PG&E’s reliance on my commitment to install infrastructure, such as costs of equipment, site design, and installation. Additionally, if the first vehicle deployment is planned for 2028, City of Rohnert Park understands that at least two vehicles must be deployed by June 30, 2028 in order to meet EV Fleet’s minimum eligibility requirements. If this requirement is not met, PG&E in its sole discretion may require City of Rohnert Park to reimburse PG&E for costs incurred by PG&E associated with PG&E’s reliance on my commitment to install infrastructure, such as costs of equipment, site design, and installation. Sincerely, Customer Signature1 Signature City of Rohnert Park Company Name Customer Print Print Customer SignedDate1 Date Customer Title1 Title Type text here Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 1 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company EV Fleet Program Terms and Conditions (“Contract”) Definitions As used in this Contract, the following terms have the following meanings: Disadvantaged Community: Census tracts in PG&E’s service territory with a top quartile score according to California Environmental Protection Agency’s CalEnviroScreen 3.0. EV Service Connection: Traditional utility infrastructure from the utility distribution system to the meter, which may include but is not limited to cable, conductors, conduit, transformers, and associated substructures from the utility distribution system. Also referred to as “To the Meter” (TTM) infrastructure. EV Supply Infrastructure: Infrastructure from the meter (“but not including the meter”) to the parking space, which may include an electrical panel, cable, and conduit necessary to deliver power to the parking space. Also referred to as “Behind the Meter” (BTM) infrastructure. Electric Vehicle Supply Equipment (EVSE): Equipment used for charging EVs. The conductors, including the ungrounded, grounded, and equipment grounding conductors, the electric vehicle chargers, connectors, attachment plugs, and all other fittings, devices, power outlets, or apparatuses installed specifically for the purpose of delivering energy from the Premises wiring to the electric vehicle. EVSE Package: EVSE hardware, software, and network services. EV Service Provider (EVSP): A company that provides EV charging solutions to Customer, including but not limited to network services, billing, and customer support. Operation and Maintenance (O&M): O&M includes, but is not limited to, network fees, resetting of breakers, replacement of parts, and associated services necessary to keep the EVSE and/or EV Supply Infrastructure operational. Premises: Premises includes all of the real property and apparatus employed in a single enterprise on an integral parcel of land undivided, excepting in the case of industrial, agricultural, oil field, resort enterprises, and public or quasi-public institutions, by a dedicated street, highway or public thoroughfare or railway. Automobile parking lots constituting a part of or adjacent to a single enterprise may be separated by an alley from the remainder of the Premises served. All Premises must be reviewed by PG&E to determine where service could be provided and at what cost. PG&E may agree to include some or all of the Premises in the EV Fleet Program. Multiple Premises may be listed in Exhibit A. Rate Plan: The PG&E electric rate that Customer pays for using EVSE. Detail on PG&E rates and eligibility criteria can be found at www.pge.com/tariffs. Customer: The entity participating in the EV Fleet Program that owns, leases, or manages the Premises where the EVSE Packages are installed. Customer will receive the bill for the energy delivered to the EVSE Package. Specific Terms Acknowledgement and Term: All parties agree to abide by the terms and conditions of this Contract for participation in the EV Fleet Program (part of California Public Utilities Commission, or “CPUC”, Decision Number 18-05-040 issued May 31, 2018), including all requirements included by reference. The duration of this Contract (the “Term”) will commence on the date Customer’s EVSE Package becomes operational and will continue in effect for ten (10) years thereafter (unless otherwise earlier terminated pursuant to the terms herein). PG&E will inform Customer in writing when the EVSE Package becomes operational. Ownership: Customer has two options for ownership of EV Supply Infrastructure. Ownership of other components is listed below for reference. Sections in this Contract labeled “Customer Owned EV Supply Infrastructure” or “PG&E Owned EV Supply Infrastructure” will apply depending on the ownership option a Customer selects. Customer should indicate their ownership option in the Cover Letter provided to the customer. All other terms are common to both ownership options. Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 2 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company EV Service Connection: PG&E always constructs, owns, operates, and maintains the EV Service Connection when necessary. PG&E may opt to utilize existing infrastructure, including customer-owned conduits, in order to minimize project costs. This will be indicated in the accompanying Preliminary Design. In some cases,the customer may opt to use an existing service connection, in which case no work will be completed by PG&E. EV Supply Infrastructure: Customer may have two options for EV Supply Infrastructure ownership: 1. PG&E Owned: PG&E constructs, owns, and maintains the EV Supply Infrastructure. PG&E covers costs in accordance with CPUC requirements. 2. Customer Owned: Customer is responsible for construction and maintenance of EV Supply Infrastructure and receives an incentive in accordance with CPUC requirements. EV Supply Equipment (EVSE): Customer always installs, owns, operates, and maintains the EVSE. Selection of EVSE Package: Upon approval of application by PG&E, Customer shall select and procure an EVSE Package from the PG&E approved product list. PG&E will share approved product list with Customer. Customer shall install, operate, and maintain the number and type of the EVSE Package, associated equipment, and signage as selected by Customer and approved by PG&E. Customer acknowledges that PG&E makes no representations regarding manufacturers, dealers, contractors, materials, or workmanship of the EVSE Package. Customer agrees that PG&E has no liability whatsoever concerning the quality and safety of such EVSE Package. At PG&E sole discretion, Customer may use an EVSE Package that is not on the approved product list. If EVSE Package is not on the approved product list, EVSE Package must be compliant with minimum requirements. These minimum requirements are attached to this Contract, as applicable. In addition to these requirements, EVSE Package must be ISO15118-ready, with the exception of equipment that will be used to charge off-road vehicles. Customer agrees to provide all information requested by PG&E about non-approved EVSE Packages, including but not limited to technical and safety specifications. EVSE Rebate: Customer may qualify for a rebate of EVSE, in accordance with the CPUC requirements. Rebate amounts will vary in accordance with the CPUC requirements. Rebates will be paid after (1) Customer provides proof of purchase of EVSE Package, (2) at PG&E discretion PG&E inspects the installation of the EVSE and the physical location, and (3) the EVSE is operational. All EVSE rebate claims must be submitted no later than March 31, 2028. Any EVSE acquired after March 2028 will not be eligible for rebate. Additional Services from EVSP: Separate and apart from the application and PG&E’s obligations under the EV Fleet Program, the EVSP selected by Customer may offer and contract directly with the Customer to provide any additional or complementary services, as long as these services do not interfere with the objectives of the EV Fleet Program as fully described in the CPUC decision. The costs of additional EVSP services, and any cost related to O&M of any additional EVSP services, will not be borne by PG&E, unless they are complementary services necessary to support the EV Fleet Program objectives and are approved by PG&E in writing. EV Drivers’ Right to Access: Customer shall not restrict access to or use of the EVSE for reasons including, but not limited to, race, color, religion, age, sex, national origin, ancestry, physical or mental disability, or any basis prohibited by applicable law. However, Customer may decide to make the EVSE available only to its employees, tenants, or lessors; under the terms of the EV Fleet Program, Customer decides whether to make the EVSE available to other 3rd parties. Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 3 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company Accessibility Requirements: The installation of the EVSE and EV Service Connection is required to comply with the Americans with Disabilities Act (ADA) and California Building Standards. Customer understands and accepts that such standards may impact parking layouts and reduce the number of non-accessible parking spaces available. Customer understands and accepts that changes to initial design representations may occur during the design, construction, and operational phases of the EVSE as may be dictated by design constraints, by law or regulation, or by local jurisdictional authorities. Easement Requirement: An easement may be required to maintain PG&E owned facilities. PG&E will use existing easements when possible to minimize encumbrances on Customer property. If a new easement is required, access rights will follow standard utility requirements for providing electrical service. PG&E will determine if a new easement is required when Customer application is evaluated and will communicate that to Customer. If Customer does not wish to grant an easement for one or more Premises, PG&E may remove those Premises from the EV Fleet program. If Customer accepts easement requirements, Customer agrees to grant PG&E an easement for the installation of EV Service Connection and EV Supply Infrastructure. If the EV Service Connection must cross property owned by a third party to serve Customer, PG&E may, at its option, install such EV Service Connection after appropriate rights of way or easements, satisfactory to PG&E, are obtained without cost to PG&E. Customer is responsible for coordinating attainment of any easements. Customer agrees to sign and return easement to PG&E within 30 days of receipt. If the Customer does not respond within 30 days, PG&E reserves the right to rescind Customer’s participation in the EV Fleet Program and recover all costs incurred. Upon termination of the Contract, PG&E shall upon written demand therefore execute and deliver to Customer a good and sufficient quitclaim of said easement and right of way or such portion thereof conveyed in this document, at Customer expense. EVSE O&M: The Customer is required to maintain the EVSE for the Term. Customer will pay all O&M costs associated with the EVSE. Customer shall maintain a consistent uptime at the direction of PG&E for EVSE installed. Customer shall maintain the common area improvements immediately surrounding the EVSE in good condition, ordinary wear and tear excepted, and will promptly notify PG&E of any problems it is aware of related to the EVSE. Such maintenance by Customer of the immediately surrounding common areas shall include, but not be limited to, pavement maintenance and snow removal services, if applicable. Uninterrupted service is not guaranteed, and PG&E may interrupt service when necessary to ensure safety or to perform maintenance on PG&E owned infrastructure. PG&E will use reasonable efforts to notify Customer in advance of interruptions to service, planned maintenance, and physical access to Premises. Customer will immediately shut down chargers if there is a safety issue. Billing: Customer will be the PG&E Customer and will be served according to the applicable Rate Plan. As the Customer, Customer will be responsible for paying the PG&E bill. Compensation: Under no conditions shall Customer or EV Drivers receive compensation of any kind (including but not limited to: cash, in-kind services, or otherwise) for any duties or requirements provided for in this Contract or for participation in any way as part of the EV Fleet Program, including but not limited to: easements, use of data for lawful purposes, loss of business activity during construction or maintenance activities, or any other inconvenience or loss, without limitation, related to participation. Changing Rate Plan: Customer may change Rate Plan during the Term but must remain on a retail PG&E rate for the duration of the Term. If Customer switches to a non-retail PG&E rate during the Term, Customer shall bear the full cost and sole expense, as circumstances may dictate, for losses incurred by PG&E on behalf of ratepayers, such as pro-rated costs of equipment, site design, and installation. Reliability: PG&E does not guarantee uninterrupted service. Customer may pursue options to ensure that any impact to Customer operations from potential loss of power is sufficiently mitigated. Customer is responsible for the cost of any supplemental solutions to improve reliability. Expansion of EVSE Installation: Customer may add more charging ports to their installation in the future, in accordance with the provisions of CPUC filed tariffs such as Electric Rule 16. Customer must coordinate with PG&E prior to any approved installation extension. Any installations or related work performed outside of EV Fleet program will be at Customer’s expense and its liability. EVSE Replacement: Customer may replace their EVSE during the Term. Customer must notify PG&E ahead of replacement to ensure infrastructure can accommodate the additional load and new EVSE complies with necessary CPUC requirements for the program. If adequate infrastructure does not exist, Customer must request increased capacity in Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 4 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company accordance with the provisions of CPUC filed tariffs such as Electric Rule 16. Any replacements will be at Customer’s expense and its liability. Vehicle Purchase Plans: PG&E will work with Customer to understand its fleet electrification plans and may install infrastructure to support future vehicle purchases. In Exhibit A, Customer will provide the number, type, and charging levels of electric vehicles that will be used at the Premises over time to justify the requested infrastructure. At PG&E discretion, during the Term PG&E may request evidence that Customer is operating these vehicles and associated charging in accordance with its electrification plan. If Customer is not operating vehicles consistent with its electrification plans, at PG&E discretion, Customer may be responsible for PG&E costs associated with installing the excess infrastructure. This includes costs, as circumstances may dictate, for losses incurred by PG&E on behalf of ratepayers, such as costs of equipment, site design and installation. Customer may, at any time within the Term request from PG&E projected and final costs associated with this. If Customer wishes to change its plan, Customer must provide a modified plan to PG&E. This modified plan must be mutually agreed upon by PG&E and Customer. Customer may opt to replace these vehicles with similar equipment but must operate the number and type of vehicles outlined in the electrification plan. Vehicles that are leased must be replaced with similar equipment upon termination of the lease duration. If Customer is not the party responsible for purchasing or leasing the vehicles indicated in Exhibit A, they will acquire and provide such proof from the responsible party including the number, type, and charging levels of electric vehicles that will be used at the Premises over time to justify the requested infrastructure. Customer is responsible to provide evidence of vehicle operation and associated charging during this term in accordance with the indicated electrification plans. If vehicles are not operating consistent with the indicated electrification plans, at PG&E discretion, Customer may be responsible for PG&E costs associated with installing the excess infrastructure. This includes costs, as circumstances may dictate, for losses incurred by PG&E on behalf of ratepayers, such as costs of equipment, site design, and installation. Project Scope: Customer acknowledges that: • Customer agrees to the high-level project scope listed in Exhibit A; • Upon execution of this Contract, PG&E will begin incurring design fees and costs as Customer project moves forward; • If Customer withdraws from the program, then PG&E reserves the right to recover all fees and costs incurred by it and its subcontractors after the execution of this Contract including, but not limited to, design cost, site walk costs, etc.; • PG&E will conduct a site walk; • If the existing infrastructure or physical site or equipment is substantially different than anticipated or described, then PG&E will make reasonable effort to redesign the project in a manner acceptable to both parties, but reserves the right to cancel Customer participation in the program; and • If Customer does not submit required documentation (e.g., signed easement if needed) in a timely manner, then PG&E may grant extensions by request but reserves the right to waitlist Customer application and/or cancel participation in the program. External Funding Sources: Customer understands that the total infrastructure and EVSE rebate and incentive amounts the Customer receives from all sources, which may include but is not limited to, utilities, state programs, manufacturer, retailer, or otherwise, cannot exceed Customer’s total cost of purchasing the EVSE, installing the EVSE, and constructing the EV Supply Infrastructure. Customer agrees to keep records of all infrastructure and EVSE incentives and rebates received for Customer’s EV Fleet project. Customer understands that PG&E may request and review said records up to one year after project completion date. If rebates and incentives received exceed incurred project cost, PG&E may inform all other funding sources, which may include but is not limited to, utilities, state programs, manufacturer, retailer, or other, of the violation, including the name of the Customer, a description of the project, and details regarding the excessive rebates and incentives. Customer Owned EV Supply Infrastructure Section EV Supply Infrastructure Incentive: Customer qualifies for an incentive towards the cost of EV Supply Infrastructure if they choose to own and maintain the EV Supply Infrastructure. Incentive amounts will vary in accordance with the CPUC requirements. Incentive will be paid after (1) Customer provides proof of actual EV Supply Infrastructure construction cost, (2) EV Supply Infrastructure construction is complete, (3) the EVSE is operational. Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 5 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company Installation of EV Service Connection: PG&E and/or its contractors shall design and construct the EV Service Connection in compliance with the terms of this Contract, as well as all applicable local, state, and federal laws and regulatory requirements. Customer is responsible for providing all disclosures, including but not limited to hazardous materials located at the site of the installation. If an easement is required, PG&E will provide a preliminary layout of proposed facilities to Customer prior to preparation of easement for Customer review and approval; such approval will not unreasonably be withheld. The easement will be executed and recorded in favor of PG&E so that PG&E may access the EV Service Connection as needed. It will be the Customer’s responsibility to provide a preliminary design of the EV Supply Infrastructure and associated electrical loads so that PG&E can provide the associated EV Service Connection design. PG&E and Customer will approve final design prior to construction beginning. Once design is approved, no material changes will be made without approval from PG&E and Customer. After the EVSE is operational, Customer may request a copy of “as built” designs, which will be provided by PG&E. Installation of EV Supply Infrastructure: The Customer and/or its contractors shall construct the EV Supply Infrastructure and install the EVSE in compliance with the terms of this Contract, as well as all applicable local, state, and federal laws and regulatory requirements, including PG&E requirements found at www.pge.com/greenbook. The Customer is responsible for (i) the costs to construct the EV Supply Infrastructure, (ii) the purchase of the EVSE Package, and (iii) installation of the EVSE. After the EVSE is operational, Customer receives incentive for EV Supply Infrastructure in accordance with terms of this Contract. EV Supply Infrastructure O&M: If Customer owns the EV Supply Infrastructure, Customer is responsible for O&M of the EV Supply Infrastructure for the Term. Customer will pay all O&M costs associated with the EV Supply Infrastructure. Customer shall maintain the common area improvements immediately surrounding the EV Supply Infrastructure in good condition, ordinary wear and tear excepted, and will promptly notify PG&E of any problems it is aware of related to the EV Supply Infrastructure. Such maintenance by Customer of the immediately surrounding common areas shall include, but not be limited to, pavement maintenance and snow removal services, if applicable. Uninterrupted service is not guaranteed, and PG&E may interrupt service when necessary to ensure safety or to perform maintenance. PG&E will use reasonable efforts to notify Customer in advance of interruptions to service, planned maintenance, and physical access to Premises. Access to Customers Premises: PG&E shall at all times have the right to enter and leave the Customer’s Premises for any purpose connected with the furnishing of electric service to the EV Service Connection (meter reading, inspection, testing, routine repairs, replacement, maintenance, vegetation management, emergency work, etc.) and the exercise of any and all rights secured to it by law, or under PG&E's applicable tariff schedules. If Customer does not grant PG&E reasonable access to the Premises, then PG&E may deenergize the EV Service Connection until access is granted. PG&E will work closely with Customer to ensure this access does not unreasonably interfere with Customer’s property or operations. End of Term: At the end of the Term, the Customer will have the following options: 1. Continue operating EVSE and EV Supply Infrastructure o Customer has continued responsibility for O&M of EVSE and EV Supply Infrastructure. o If an easement was required for installation, easement remains in place. o PG&E continues to own EV Service Connection and will treat this under the standard provisions of CPUC filed tariffs such as Electric Rule 16. 2. Stop operating EVSE and EV Supply Infrastructure o Remove the EVSE and/or EV Supply Infrastructure at Customer’s cost and expense. o If an easement was required for installation, PG&E will deliver a quitclaim for the easement and the easement will be removed. o PG&E will require access to any energized PG&E facilities. If EV Service Connection serves other load or assets, for example building load or solar, PG&E continues to own EV Service Connection and will treat this under the standard provisions of CPUC filed tariffs such as Electric Rule 16. If EV Service Connection serves only the EVSE installed under this Contract, PG&E will deenergize EV Service Connection and abandon facilities in place. PG&E Owned EV Supply Infrastructure Section Installation of Equipment: PG&E and/or its contractors shall design and construct the EV Service Connection and EV Supply Infrastructure in compliance with the terms of this Contract, as well as all applicable local, state, and federal laws and regulatory requirements. Customer is responsible for providing all disclosures, including but not limited to hazardous materials located at the site of the installation. If an easement is required, PG&E will provide a preliminary layout of proposed facilities to Customer prior to preparation of easement for Customer review and approval; such approval will not Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 6 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company unreasonably be withheld. The easement will be executed and recorded in favor of PG&E so that PG&E may access the EV Service Connection and EV Supply Infrastructure as needed. After Customer approval of the preliminary design, PG&E will coordinate with the Customer if there are any proposed material changes. A final design with no material changes from the agreed upon design will be provided by PG&E prior to any installation activities. PG&E and Customer will approve final design prior to construction beginning. Once design is approved, no material changes will be made without approval from PG&E and Customer. An estimated installation schedule shall be provided by PG&E after execution of required easement and timely selection of EVSE Package. Should the installation schedule require modification, PG&E shall notify Customer within a reasonable amount of time of such changes. PG&E is responsible for the costs to construct the EV Supply Infrastructure. The Customer is responsible for (i) the purchase of the EVSE Package and (ii) installation of the EVSE. Upon completion of installation of the EVSE, the Customer understands and acknowledges that it will be responsible for the O&M of the EVSE installed through the EV Fleet Program. After the EVSE is operational, Customer may request a copy of “as built” designs, which will be provided by PG&E. EV Supply Infrastructure O&M: If PG&E owns the EV Supply Infrastructure, PG&E is responsible for O&M of the EV Supply Infrastructure for the Term. PG&E will pay all O&M costs associated with the EV Supply Infrastructure. Customer shall maintain the common area improvements immediately surrounding the EV Supply Infrastructure in good condition, ordinary wear and tear excepted, and will promptly notify PG&E of any problems it is aware of related to the EV Supply Infrastructure. Such maintenance by Customer of the immediately surrounding common areas shall include, but not be limited to, pavement maintenance and snow removal services, if applicable. Uninterrupted service is not guaranteed, and PG&E may interrupt service when necessary to ensure safety or to perform maintenance. PG&E will use reasonable efforts to notify Customer in advance of interruptions to service, planned maintenance, and physical access to Premises. Access to Customers Premises: PG&E shall at all times have the right to enter and leave the Customer’s Premises for any purpose connected with the furnishing of electric service to the EV Service Connection (meter reading, inspection, testing, routine repairs, replacement, maintenance, vegetation management, emergency work, etc.) and the exercise of any and all rights secured to it by law, or under PG&E's applicable tariff schedules. If Customer does not grant PG&E reasonable access to the Premises, then PG&E may deenergize the EV Service Connection until access is granted. PG&E will work closely with Customer to ensure this access does not unreasonably interfere with Customer’s property or operations. End of Term: At the end of the Term, the Customer will have the following options: 1. Continue operating EVSE o Customer has continued responsibility for O&M of EVSE. o If an easement was required for installation, easement remains in place. o PG&E continues to own EV Service Connection and EV Supply Infrastructure and will treat these under the standard provisions of CPUC filed tariffs such as Electric Rule 16. 2. Stop operating EVSE o Remove the EVSE at Customer’s cost and expense. o If an easement was required for installation, PG&E will deliver a quitclaim for the easement and the easement will be removed. o PG&E will require access to any energized PG&E facilities. If EV Service Connection and/or EV Supply Infrastructure serves other load or assets, for example solar, PG&E continues to own EV Service Connection and/or EV Supply Infrastructure and will treat these under the standard provisions of CPUC filed tariffs such as Electric Rule 16. If EV Service Connection and/or EV Supply Infrastructure serves only the EVSE installed under this Contract, PG&E will deenergize EV Service Connection and EV Supply Infrastructure and abandon facilities in place. General Terms Permission to Use Data: Customer agrees to allow PG&E and its agents and representatives to use data gathered as part of the EV Fleet Program (including usage data from the EVSE and EVSE performance data supplied directly to PG&E from the EVSP) (“Usage Data”) for use in regulatory reporting, ordinary business use, industry forums, case studies, or other similar activities, in accordance with applicable laws and regulations. Usage Data furnished to PG&E by the EVSP will not include any personal information as defined for the purposes of California privacy laws (including the California Privacy Rights Act, as amended(“CPRA”)). Any such personal data will be deidentified (as defined by CPRA) before it is provided to PG&E. Notwithstanding the foregoing, Customer acknowledges that PG&E is required to disclose location data at census tract or 5-digit zip code level as part of its regulatory obligations to report aggregate data. Although such locations will not be identified as Customer locations in the aggregated and anonymous data disclosed by PG&E, a third party could potentially associate Customer with disclosed locations by reference to other facts and data sources. Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 7 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company Representations: Customer understands that its participation in EV Fleet Program shall not be construed as creating any agency, partnership, or other form of joint enterprise between the Customer, PG&E, or their affiliates, contractors, vendors, representatives, or designees, nor create any obligations or responsibilities on their behalf except as may be expressly granted in writing, nor make any representations of any kind to this effect. Customer represents and warrants that it is either (i) the fee title owner and has the ability to grant an easement (if required), or (ii) it is the authorized manager of the proposed EV Fleet Program site working with the fee title owner, it has the power, authority, and capacity to bind itself to undertake the EV Fleet Program terms and conditions and to perform each and every obligation required of Customer, and such fee title owner has the ability to grant an easement (if needed). Changes: PG&E may initiate changes to the EV Fleet Program as necessary to comply with CPUC directives. PG&E shall endeavor to provide Customer with advance notice of any such changes. Customer has the option to opt out of the Program subject to section “Customer Removal or Termination” below. Compliance with Laws: All parties shall comply with all applicable federal, state, and local statutes, rules, regulations, laws, orders, and decisions that relate to or govern its participation in the EV Fleet Program and/or Customer’s interactions with customers in connection with the EV Fleet Program. Failure to Comply with Terms and Conditions: Without limitation, and to the greatest extent allowed by law, PG&E and Customer reserve the right to seek damages and recovery for losses incurred due to any breach of this Contract on the part of Customer or PG&E, whether intentional or unintentional. Relocations: Should Customer request relocation of EVSE or parts thereof, such relocation shall be per mutually agreeable terms and shall be at sole expense of Customer and in accordance with any EV Fleet Program requirements, laws, regulations, or other applicable jurisdictional requirements. Additionally, if applicable and requested by PG&E, Customer shall either amend the easement to include the legal description of the new location or enter into a new easement with PG&E. PG&E Termination or Suspension: PG&E may terminate, or for any duration suspend, Customer’s participation in the EV Fleet Program, with or without cause, at any time, and for any reason, with reasonable advance notice. Such reasons may include but are not limited to failure to provide or maintain terms of easement, failure to abide by EV Fleet Program terms and conditions, permitting issues, exceptional installation costs, environmental concerns, or any other reason(s) not in the best interests of the EV Fleet Program or PG&E’s ratepayers. Customer Removal or Termination: Should Customer request removal or termination of EVSE or parts thereof prior to expiration of the Term, then Customer shall bear the full cost and sole expense of such removal as well as all fees and costs, as circumstances may dictate, for losses incurred by PG&E on behalf of ratepayers, such as pro-rated costs of equipment, site design, and installation. Customer may, at any time within the Term, request from PG&E projected and final costs associated with such a removal request. Such costs will include all amounts paid by PG&E, divided equally over a ten- year period (e.g., if amounts total $100k and Customer leaves after 1 year it is responsible for $90k). If the Customer wishes to assign its rights and obligations of this Contract to a new Customer prior to the expiration of the Term, the new Customer may assume all rights and obligations for the remaining Term with PG&E consent. Such consent not to be unreasonably withheld. Indemnification: Customer shall indemnify, hold harmless, and defend PG&E, its affiliates, subsidiaries, parent company, officers, managers, directors, agents, and employees, from and against all claims, demands, losses, damages, costs, expenses, and liability (legal, contractual, or otherwise), which arise from or are in any way connected with any: (i) injury to or death of persons, including but not limited to employees of PG&E or Customer; (ii) injury to property or other interests of PG&E, Customer, or any third party; (iii) violation of a local, state, or federal common law, statute, or regulation, including but not limited to environmental laws or regulations; or (iv) strict liability imposed by any law or regulation; so long as such injury, violation, or strict liability (as set forth in (i) - (iv) above) arises from or is in any way connected with Customer’s performance of, or failure to perform, this Contract. This indemnification obligation shall not apply to the extent that such injury, loss, or damage is caused by the negligence or willful misconduct of PG&E, its officers, managers, or employees. Customer shall, on PG&E's request, defend any action, claim, or suit asserting a claim which might be covered by this indemnity, using counsel acceptable to PG&E. Customer shall pay all costs and expenses that may be incurred by PG&E in enforcing this indemnity, including reasonable attorney's fees. To the extent necessary, each Party was represented by counsel in the negotiation and execution of this Contract. PG&E represents and warrants that it has indemnification language in its contract with any third party who PG&E may send to perform work on Customer’s physical site. PG&E Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 8 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company agrees to work closely with Customer on any concerns that may arise related to the party who will perform work on Customer’s physical site. Insurance Requirements: Customer shall procure, carry, and maintain the following insurance coverage, and Customer is also responsible for its Subcontractors maintaining sufficient limits of the appropriate insurance coverage: A. Personal Liability 1. The limit shall not be less than One Million Dollars ($1,000,000) each occurrence for bodily injury, property damage and personal injury. 2. Coverage shall: a) By "Additional Insured" endorsement add as insureds PG&E, its directors, officers, agents, and employees with respect to liability arising out of work performed by or for the Customer; b) Be endorsed to specify that the Customer insurance is primary and that any insurance or self-insurance maintained by PG&E shall not contribute with it. B. Workers’ Compensation and Employers’ Liability 1. Workers’ Compensation insurance or self-insurance indicating compliance with any applicable labor codes, acts, laws, or statutes, state or federal, where Customer performs Work. 2. Employers’ Liability insurance shall not be less than $1,000,000 for injury or death in each accident. C. Commercial General Liability 1. Coverage shall be at least as broad as the Insurance Services Office (ISO) Commercial General Liability Coverage “occurrence” form, with no coverage deletions. 2. The limit shall not be less than $1,000,000 each occurrence for bodily injury, property damage and personal injury. 3. Coverage shall: a) by “Additional Insured” endorsement add as insureds PG&E, its affiliates, subsidiaries, and parent company, and PG&E’s directors, officers, agents, and employees with respect to liability arising out of or connected with the Work performed by or for the Customer. (ISO Form CG2010 or equivalent is preferred.) In the event the Commercial General Liability policy includes a “blanket endorsement by contract,” the following language added to the certificate of insurance will satisfy PG&E’s additional insured requirement: “PG&E, its affiliates, subsidiaries, and parent company, and PG&E’s directors, officers, agents, and employees with respect to liability arising out of the work performed by or for the Customer are additional insureds under a blanket endorsement.”; b) be endorsed to specify that the Customer’s insurance is primary and that any insurance or self- insurance maintained by PG&E shall not contribute with it. D. Documentation Requirements 1. Customer shall have all insurance in place before beginning any Work. Upon request, Customer shall furnish PG&E with certificates of insurance, declaration pages and endorsements (collectively, “Documentation”) of all required insurance. Documentation shall be signed and submitted by a person authorized by that insurer to issue certificates of insurance and endorsements on its behalf. 2. The insurer shall deliver notification to PG&E in accordance with the policy provisions if any of the above- described policies are cancelled before the stated expiration date. 3. PG&E may inspect the original policies in Sections A or B or require copies at any time. Customer/Owner may redact non-essential exposure information from copies. 4. The minimum liability insurance requirements established in this Contract are not a representation by PG&E that the insurance limits are sufficient, nor do these requirements in any way limit Customer’s liability under this Contract. 5. Upon request, Customer shall furnish PG&E the same evidence of insurance for its Subcontractors as PG&E requires of Customer. Dispute Resolution: After attempting in good faith to resolve a dispute, a party may request mediation by written notice to the other Party. The mediation shall be conducted by a mutually-agreeable mediator with appropriate experience. All negotiations and any mediation conducted pursuant to this provision are confidential and shall be treated as compromise and settlement negotiations, to which Section 1119 of the California Evidence Code shall apply, and Section 1119 is incorporated herein by reference. No Partnership: This Contract shall not be construed as creating a partnership, joint venture, agency relationship, franchise, or association, nor shall this Contract render PG&E and Customer liable as partners, co-ventures, or principals. Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 9 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company Enforceability: If any of the provisions, or application of any of the provisions, of this Contract are held to be illegal or invalid by a court of competent jurisdiction, PG&E and Customer shall negotiate an equitable adjustment in the provisions of this Contract with a view toward effectuating the purpose of this Contract. The illegality or invalidity of any of the provisions, or application of any of the provisions, of this Contract will not affect the legality or enforceability of the remaining provisions or application of any of the provisions of the Contract. Integration: This Contract, including all items incorporated herein by reference, constitutes the entire agreement and understanding between the parties as to the subject matter of the Contract. It supersedes all prior or contemporaneous agreements, commitments, representations, writings, and discussions between parties, whether oral or written, express or implied, that relate in any way to the subject matter of this Contract. This Contract has been induced by no representations, statements, or agreements other than those expressed herein. Neither party shall be bound by any prior or contemporaneous obligations, conditions, warranties, or representations with respect to the subject matter of this Contract. Survival: The provisions of this Contract, which by their nature should survive expiration, cancellation, or other termination of this Contract, including but not limited to provisions regarding warranty, indemnity, insurance, confidentiality, document retention, business ethics, and availability of information, shall survive such expiration, cancellation, or other termination. Notice: Any and all notices shall be in writing and addressed to the parties at the addresses specified below or such other addresses as either party may direct by notice given in accordance with this section and shall be delivered in one of the following manners: (i) by personal delivery, in which case notice shall be deemed to have been duly given when delivered; (ii) by certified mail, return receipt requested, with postage prepaid, in which case notice shall be deemed to have been duly given on the date indicated on the return receipt; or (iii) by reputable delivery service (including by way of example and not limitation Federal Express, UPS and DHL) which makes a record of the date and time of delivery, in which case notice shall be deemed to have been duly given on the date indicated on the delivery service’s record of delivery. If to PG&E: Pacific Gas and Electric Company Attn: EV Fleet Program Manager 300 Lakeside Drive Oakland, CA 94612 Email Address: EVChargeNetwork@pge.com If to Customer: Customer CompanyInput (Company Name) Customer AddressInput (Street Address) Customer CityZipInput (City, Zip) Customer NameInput (Name) The Parties have executed this Contract on the dates indicated below, to be effective upon the later date. City of Rohnert Park Company Name PG&E Pacific Gas and Electric Company PG&E Company Name Customer Signature2 Signature PG&E Signature Signature Customer Print2 Print PG&E Print Print Customer Title2 Title PG&E Title PG&E Contract Signer Title Customer SignedDate2 Date PG&E SignedDate Date Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 10 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company EXHIBIT A PROJECT SCOPE 201 J Rogers Ln, Rohnert Park, CA 94928 Vehicle Summary Description 2025 2026 2027 2028 2029 Total Medium Duty Vehicle 0 0 0 2 0 2 Charger (EVSE) Summary Description 2025 2026 2027 2028 2029 Total 16.6 kW 2 0 0 0 0 2 EVSEs Anticipated Load (kW) 33.2 kW 0 kW 0 kW 0 kW 0 kW 33.2 kW Please note that your project was scoped based on the make, model, and power level of your EV chargers, as described in the preliminary design. Changes to your EV charger selection may impact the charger load of your project. If you would like to change your charger selection, please consult with your Project Manager before charger purchase so they can ensure the alternative chargers will be compatible with your project’s design. PG&E reserves the right to recover additional costs associated with any changes you request to your project scope. Service Description Main Service Size (Amps) 400 (Oversized) Voltage and Phase 120/208V Three Phase Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Page 1 of 2 Appendix A Appendix A PG&E EV FLEET PROGRAM PARTICIPANT DATA REPORTING REQUIREMENTS EV Fleet program participants are required to provide site, equipment, and utilization data for at least 5 years from the time chargers are operational. Sites are required to install chargers with Application Program Interface (API) communication capability. Below are the data and metrics that may be collected by PG&E through the API. PG&E will contact EVSPs after EVSEs are activated to initiate API testing. Upon activation, Customer must give consent to their EVSP to provide API data to PG&E and its agents and representatives. Customer agrees to receive and respond to customer surveys throughout the project lifecycle including post- installation, upon request of PG&E or an associated party. Off-road vehicles: Sites with off-road vehicles are excluded from API requirements but must install a separate meter that is dedicated for EV charging. In addition, due to the need for PG&E to report charger usage data to the CPUC, no form of generation or distributed generation (including solar and battery storage) may be installed onto this meter panel until five years after the date of project activation. Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Page 2 of 2 Appendix A Table 1. Data collected from API Category Metrics Site • Pricing Structure ($/kWh, $/hour, subscription, free, flat fee, other) (for public charging stations only) • Street Address • City • State • Zip Code Equipment • EVSE Manufacturer • EVSE Model • EVSE Model number • EVSE Serial Number • EVSE ID (for public charging stations only) • Demand Max (Maximum rated kW for each EVSE) • Number of ports on associated EVSE • Gateway or non-gateway Sessions Data for each charging session that occurs at the site • Maximum rated kW of each port • Start date and time of session • End date and time of session • Equipment outages • Reason for outage • Date and time of when outage started • Date and time of when outage ended • Number of kWh consumed during the session • Average demand (kW) per session • Maximum demand (kW) per session • Total dollar amount charged to the driver for the charging session (for public charging stations only) • Demand charge ($/kW) (for public charging stations only) • Payment type (for public charging stations only) • Anonymous unique driver ID for each driver/user • Vehicle Make • Vehicle Model • Vehicle Year • Vehicle Type (BEV, PHEV) Session Intervals 15-minute interval data for each charging session • Start date and time of interval • End date and time of interval • Number of kWh consumed during the session interval • Average demand (kW) per session interval • Maximum demand (kW) per session interval Port Intervals 15-minute interval data for each port each day (96 intervals/port/day) • Start date and time of interval • End date and time of interval • Number of kWh consumed during the interval • Average demand (kW) per interval • Maximum demand (kW) per interval Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Page 1 of 4 Appendix B Appendix B CPUC’S SAFETY REQUIREMENTS CHECKLIST FOR CPUC-APPROVED TRANSPORTATION ELECTRIFICATION PROGRAMS Transportation Electrification Safety Requirements Checklist D.18-01-024/D.18-05-040 Page 2 of 4 Appendix B SAFETY REQUIREMENTS CHECKLIST FOR CPUC-APPROVED TRANSPORTATION ELECTRIFICATION PROGRAMS [Note: Each sponsoring utility must ensure that the following Pre-construction, Construction, and Operational standards are met and report on their compliance at quarterly Program Advisory Council meetings. These requirements are the minimum safety precautions the utilities should meet.] Terminology Defined1 Acronym Definition EV Electric Vehicle UL Underwriters Laboratory EVSE Electric Vehicle Supply Equipment safely connects the AC electricity grid at a site to the EV. Sometimes used more broadly to refer to the charging equipment, not including the make- ready infrastructure or other charging infrastructure. May include multiple connectors to charge several EVs or to serve EVs with different types of connectors (e.g., SAE CCS and CHAdeMO) SAE Society of Automotive Engineers ADA Americans with Disabilities Act AHJ Authority Having Jurisdiction, as defined by Article 100 of the 2017 National Electric Code: An organization, office, or individual responsible for enforcing the requirements of a code or standard, or for approving equipment, materials, an installation, or a procedure.2 J-1772 Standard An SAE standard for electrical and physical interface to facilitate a safe connection from the EVSE for conductive charging 1 See D.18-01-024 at Appendix A. 2 2017 NEC Article 100, Definitions, includes an informational note regarding AHJ: “The phrase ‘authority having jurisdiction’ or its acronym AHJ, is used in National Fire Protection Association (NFPA) documents in a broad manner, since jurisdictions and approval agencies vary, as do their responsibilities. Where public safety is primary, the authority having jurisdiction may be a federal, state, local, or other regional department or individual such as a fire chief; fire marshal; chief of a fire prevention bureau, labor department, or health department; building official; electrical inspector; or others having statutory authority. For insurance purposes, an insurance inspection department, rating bureau, or other insurance company representative may be the authority having jurisdiction. In many circumstances, the property owner or his or her designated agent assumes the role of the authority having jurisdiction; at government installations, the commanding officer or departmental official may be the authority having jurisdiction.” Transportation Electrification Safety Requirements Checklist D.18-01-024/D.18-05-040 Page 3 of 4 Appendix B Acronym Definition Level 1 Charging Charging via AC electrical connection at 120 volts and up to 16 amps, or 1.9 kW. Level 2 Charging Charging via AC electrical connection at 208 volts or 240 volts at up to 80 amps. DC Fast Charging Charging via DC electrical connection using off-board AC/DC equipment at a fast rate. Not all EVs have this connector. CHAdeMO and/or CCS Charging Connector Standards There are three types of standard charging connectors for Direct Current Fast Charging. Vehicles capable of DC fast charging will have one of these ports on the vehicle. Other nonstandard connectors include Tesla and BYD. Most public DCFC currently deployed in California includes standard CHAdeMO and/or CCS Type 1 charging connectors. IOU(s) Investor Owned Utility(ies) EVITP Training The Electric Vehicle Infrastructure Training Program provides electricians with training for the installation of EVSE. EVITP is a collaboration of industry stakeholders, including automakers, EVSE manufacturers, educational institutions, utility companies, and electric industry professionals. More information is available at https://evitp.org. NRTL Nationally Recognized Testing Lab Pre-construction: These EV charging equipment safety requirements must be specified in procurement documents: 1. Charging equipment must be certified by a Nationally Recognized Testing Lab (NRTL). 2. Infrastructure must comply with applicable safety performance requirements associated with the type of TE infrastructure being installed. • For light-duty vehicles, compliance with the Society of Automotive Engineers (SAE) J-1772 Standard for Level 1 or Level 2 charging. Compliance with CHAdeMO and CCS for DC fast charging would be appropriate evidence of compliance with this requirement. • For other types of TE infrastructure, including any non-standardized EVSE, the following basic connector safety measures will be required: • A passing EVSE safety performance evaluation report performed by a Nationally Recognized Testing Lab (NRTL); • When not connected, the vehicle inlet and the EVSE connector must be designed to prevent direct contact with any live components; • The vehicle inlet and EVSE connector shall be free of sharp edges and potentially injurious protrusions; • The coupler between the vehicle and the EVSE should avoid or mitigate any potentially hazardous conditions such as fires, electrical shock to users, or other personal injuries. 3. Infrastructure and its planned installation must comply with California Electrical Code Article 625.1 4. Infrastructure and its planned installation must comply with the Americans with Disabilities Act (ADA), 42 U.S.C. § 12101 et seq., and California Building Code Chapter 11B, 2 if applicable, per the AHJ where the EVSE will be installed, unless the appropriate waiver is obtained from local authorities. 2 California Electrical Code Article 625 covers Electric Vehicle Charging System safety and standards as installed in place. California Code of Regulations, Title 24, Article 625. 3 California Building Code Chapter 2 includes definition associated with electric vehicle charging stations. CBC Chapter 11B defines requirements for ‘Accessibility to Public Buildings, Public Accommodations, Commercial Buildings, and Public Housing.’ Transportation Electrification Safety Requirements Checklist D.18-01-024/D.18-05-040 Page 4 of 4 Appendix B 5. Outdoor-mounted EVSE must be rated to be installed for outdoor use. 6. For utility infrastructure work on the customer side of the meter, contractors must provide proof of EVITP Certification prior to construction. 7. Contractors must provide the utility proof of a full site assessment, including the appropriate load calculations to ensure existing infrastructure can accommodate additional EV load, or that appropriate infrastructure upgrades will be completed. During Construction: 1. All utility infrastructure work on the customer side of the meter not performed by employees of the IOUs shall be performed by fully licensed electricians. For commercial installations, all electrical contractors should hold a valid C-10 contractor’s license. 2. Installations will be designed per Article 625 of the California Electrical Code. Operational Safety: 1. Overcurrent protection associated with utility transformers and distribution circuits that feed power to the charging stations. 2. Overcurrent protection in the meter pedestal/circuit breaker panel that feeds each of the charging stations. 3. Bollard equipment protection installed where appropriate as defined by utility design standards and AHJ requirements. 4. Concrete parking stops to protect equipment where appropriate as defined by utility design standards and AHJ requirements. Clean Energy Transportation Pacific Gas and Electric Company 77 Beale Street San Francisco, CA 94105 EV Fleet Oversized Switchgear Acknowledgement (4.15.2022 Version) Page 1 of 1 Internal August 28, 2025 PG&E’s EV Fleet Program Oversized Switchgear Acknowledgement PG&E’s EV Fleet Program has agreed to allow, City of Rohnert Park (FLEET004685739, 201 J Rogers Ln.) to install a switchgear that exceeds the load outlined in Exhibit A of the EV Fleet Contract. PG&E will agree to adjust its EVSE Supply Infrastructure to accommodate the increased switchgear capacity, at PG&E’s expense to be paid out of EV Fleet Program funds, on the terms set forth below. By signing this document, City of Rohnert Park (FLEET004685739, 201 J Rogers Ln.) acknowledges the following: 1. The additional switchgear capacity must solely be used for the purpose of supplying power to future electric vehicle charging load as dictated by the California Public Utilities Commission in Decision 18- 05-040. If the Customer fails to comply with this guidance, PG&E in its sole discretion may require the Customer to reimburse PG&E for additional costs incurred by PG&E to accommodate the larger switchgear, such as costs of equipment and installation, that PG&E determines were not eligible for EV Fleet Program funding. 2. PG&E will only energize the capacity required to supply the charging load required for EV charging as outlined in Exhibit A of the Contract. Future service capacity expansion requests must be made directly to PG&E’s Service Planning department. Such expansions are not funded by the EV Fleet Program, and consequently any additional service capacity equipment, installations or related work performed outside of the EV Fleet Program will be at the Customer’s expense and its liability. 3. The cost of the switchgear is not eligible for EV Supply Infrastructure Incentives and will be excluded from any incentive calculations. ________________________________ Signature ________________________________ Company Name ________________________________ Print Name ________________________________ Date ________________________________ Title W LP AL WV WV WV EVA AL AL BO BO BO BO P BOBOBOBOBO LP Drawing: P:\219\219-0393\Site\_B3_2025 SITES\City of Rohnert Park (Pump Station)_FLEET004685739\Preliminary Design\CAD files\FLEET004685739_PD.dwg; Layout1 Plot by: cburger Aug 07, 2025 - 2:52pm SCALE: AS NOTED OF SHEETS SHEET NO.CH. BY DR. BY DATE CONSULTANT PG&E EV FLEET CHARGING PROGRAM FLEET004685739 CITY OF ROHNERT PARK (PUMP STATION) 201 J ROGERS LN, ROHNERT PARK, CA 94928 PRELIMINARY DESIGN AVC CRB 08-07-2025 1 1 0 10 20 30 60 SCALE IN FEET PROPOSED SYMBOL LEGEND: BTM BOLLARD BTM CHARGEPOINT [CP6000] SINGLE PORT EVSE BTM ELECTRIC PULL BOX BTM METER SERVICE (COMBINATION) TTM UNDERGROUND CONDUIT LINE BTM UNDERGROUND CONDUIT LINE LIMITS OF WORK CONCRETE BO P LIMITS OF WORK PROPERTY LINE EXISTING T6758, 75KVA, 12/21KV-208/120V 1-750AL QPX IN 1-5" DUCT PROPOSED 400A, 208/120VA, METER SERVICE NOTES: 1.ALL QUANTITIES ARE ESTIMATED AND SHOULD BE VERIFIED BY THE CONTRACTOR. 2.ASSUMED STANDARD RATED EQUIPMENT WILL BE USED. 3.THE CUSTOMER IS RESPONSIBLE FOR THE REMOVAL AND RESTORATION OF LANDSCAPING/TREES AND IRRIGATION PRIOR TO CONSTRUCTION. 4.THE SITE IS LOCATED IN FLOOD HAZARD ZONE X. 5.PULL BOXES TO BE INSTALLED AS NEEDED 6.LOAD RESTRICTIONS REQUIRED: NONE 7.CUSTOMER REQUESTED OVERSIZED SWITCHGEAR AT 400A. *LINEAR FOOTAGE QUANTITIES INCLUDE VERTICAL TRAVEL STALL AND STATION COUNT PROPOSED EV CHARGING QUANTITY FLEET STALLS 2 TOTAL 2 EV CHARGING STATIONS QUANTITY LEVEL 2 (19.2 KW NOMINAL / 16.6 KW ACTUAL) SINGLE PORT - PEDESTAL MOUNT 2 TOTAL 2 ANTICIPATED LOAD TOTAL KW CHARGEPOINT CP6000 @ 16.6 KW 33.2 CHARGER BANK DEMAND LOAD (AMPS @ 480V)92.2 BILL OF MATERIALS ITEM UNIT QUANTITY TTM 106" x 90" TRANSFORMER PAD EACH 1 BTM 400A, 208/120V, 3Ø, METER SERVICE (COMBINATION) - PEDESTAL MOUNT EACH 1 BTM PULL BOX EACH 1 BTM 1-1/2" PVC CONDUIT LF 600 TTM 5" PVC CONDUIT LF 135 BTM (2) 1/0 AWG THWN-2 CU + (1) #4 AWG THWN-2 CU EGC LF 620 TTM 750AL QPX LF 150 TTM 36" WIDE OPEN CUT TRENCH - HARDSCAPE LF 120 TTM 36" WIDE OPEN CUT TRENCH - SOFTSCAPE LF 20 BTM 24" WIDE OPEN CUT TRENCH - SOFTSCAPE LF 250 TTM RESTORE ASPHALT PAVEMENT SF 355 TTM RESTORE CONCRETE SF 10 TTM RESTORE SOFTSCAPE SF 55 BTM RESTORE SOFTSCAPE SF 500 BTM BOLLARD EACH 9 BTM EV CHARGER FOUNDATION EACH 2 EXISTING 400A, 208/120V, METER SERVICE REPLACE EXISTING PAD WITH 106"x90" PRECAST PAD EXISTING J449 OWNER: CITY OF ROHNERT PARK APN: 143-040-130 ITEM NO. 8.G. 1 Meeting Date: October 28, 2025 Department: Public Works Submitted By: Mark Hendersen, Acting Director of Public Works Prepared By: Scott Sanders, Environmental & Sustainability Manager Laura Luchini, Acting CIP Program Manager Agenda Title: Adopt a Resolution Approving Participation in PG&E’s EV Fleet Program for the Design and Installation of Electric Vehicle Charging Infrastructure at the Public Works Corporation Yard for the Electric Vehicle Charging Stations Project CIP2312, Authorizing the City Manager to Execute Related Agreements and Committing to the Program Requirements, and Finding the Project Exempt from the California Environmental Quality Act (CEQA) Pursuant to CEQA Guidelines Sections 15301 (Existing Facilities), 15302 (Replacement or Reconstruction), 15303 (New Construction), and 15311 (Accessory Structures) (14 Cal. Code Regs. §§ 15301, 15302, 15303, and 15311) RECOMMENDED ACTION: Adopt a Resolution for the following actions: 1. Approve the City’s participation in PG&E’s Electric Vehicle (EV) Fleet Program for the installation of electric vehicle charging infrastructure at the Public Works Corporation Yard for the Electric Vehicle Charging Stations Project CIP2312 2. Authorize the City Manager to execute all necessary agreements with PG&E to implement the Program as provided in the attachments 3. Commit to the Program requirements, including providing behind-the-meter infrastructure as planned with the Electric Vehicle Charging Installation Project CIP2312, maintaining the charger equipment for ten (10) years, sharing vehicle and charger usage data with PG&E for five (5) years, and purchasing two (2) electric vehicles dedicated to the Public Works Corporation Yard by June 2028 4. Find the Project Exempt from the California Environmental Quality Act (CEQA) Pursuant to CEQA Guidelines Sections 15301 (Existing Facilities), 15302 (Replacement or Reconstruction), 15303 (New Construction), and 15311 (Accessory Structures) (14 Cal. Code Regs. §§ 15301, 15302, 15303, and 15311) BACKGROUND: The Electric Vehicle Charging Stations Project CIP2312 (Project) was identified and adopted into the Capital Improvement Program per Resolution No. 2023-040 at the City Council meeting held on May 23, 2023. The Project supports sustainability- related initiatives derived from the Climate Change Mission Statement “We Care for Our Residents by Working Together to Build a Better Community for Today and Tomorrow.” CITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT ITEM NO. 8.G. 2 element of the General Plan and will install electric vehicle charging stations at Public Safety Main, City Hall, and Public Work Corporation Yard (Corp Yard). Additionally, California is advancing toward statewide fleet electrification. New state regulations are requiring public agencies to begin transitioning heavier-duty fleet vehicles to zero-emission models by 2030, with lighter-duty requirements expected to follow. In early 2025, Public Works staff learned of PG&E’s EV Fleet Program (Program), a ratepayer-funded initiative designed to accelerate the adoption of medium- and heavy-duty electric vehicles by providing no-cost electrical infrastructure upgrades, rebates for eligible vehicles and chargers, and technical assistance for fleet electrification projects. The Program requires participating agencies to commit to acquiring a minimum of two eligible electric vehicles per site within five years, install supporting charging infrastructure, and provide PG&E with ongoing charger usage and vehicle charging data to support statewide fleet electrification planning. Because staff was already in design for the Project, which included installation of two EV chargers at the Corp Yard, staff coordinated with the Public Works Fleet Division to identify future medium-duty EV fleet needs, including planned purchases of Ford F-150 Lightning trucks and/or E-Transit cargo vans, with flexibility to adjust based on operational requirements. With the minimum Program qualifications already in motion, staff submitted the Program application to PG&E for EV Infrastructure at the Corp Yard (FLEET013367250). In August 2025, the Program application was approved by PG&E. Staff is now seeking City Council approval to participate in PG&E’s EV Fleet Program as part of the Electric Vehicle Charging Stations Project CIP2312, and to authorize the City Manager to execute the Letter of Commitment, Oversized Switchgear Acknowledgement and contract with PG&E. ANALYSIS: PG&E’s EV Fleet Program provides a unique opportunity for the City to advance its fleet electrification goals while reducing the costs associated with charging infrastructure. Through this Program, PG&E will design, construct, and pay for all “to the meter” electrical infrastructure, including transformers, service connections, and other utility-owned equipment at the Corp Yard, at no cost to the City. The City is responsible for the installation of the EV Supply Infrastructure, or the “behind the meter” infrastructure, which provides power from the meter to the parking space. This includes electrical panels, switchgear, conduit, and cables, as well as the purchase and installation of two Level 2 ChargePoint CP6000 chargers at the Corp Yard. This portion of work is already designed and funded as part of the Project. In addition, PG&E provides an incentive under the Make-Ready Incentive Option that reimburses the City for the lesser of either (i) 80 percent of the customer-owned make-ready infrastructure costs or (ii) up to $8,000 total, based on two eligible medium-duty vehicles. The incentive amount is calculated on a per-vehicle basis and is intended to offset both the infrastructure and vehicle deployment requirements identified in the agreement. By leveraging PG&E’s program, the City will offset a portion of anticipated project costs, receive up to $4,000 per medium-duty vehicle purchased, and accelerate its progress toward meeting Council’s sustainability and climate action goals. ENVIRONMENTAL ANALYSIS: ITEM NO. 8.G. 3 The installation of electric vehicle charging infrastructure at the Corp Yard is considered a minor alteration of existing public facilities and involves negligible expansion of use. Therefore, staff has determined that this project is categorically exempt from the California Environmental Quality Act (CEQA) pursuant to CEQA Guidelines Section 15301 (Existing Facilities), 15302 (Replacement or Reconstruction), 15303 (New Construction), and 15311 (Accessory Structures) (14 Cal. Code Regs. §§ 15301, 15302, 15303, and 15311). STRATEGIC PLAN AND COUNCIL GOALS/PRIORITIES ALIGNMENT: The recommended action is consistent with the City’s Strategic Framework and Council priorities. Participation in the PG&E EV Fleet Program advances the City’s long-term Planning and Infrastructure goal by supporting environmental sustainability and investing in modernized facilities to accommodate electric vehicles. The program also aligns with the goal of Long-Term Financial Sustainability by leveraging external funding to offset the high costs of electrical infrastructure upgrades and vehicle procurement. In addition, this project reflects the City’s values of Fiscal Responsibility, Innovation and Creativity, and Collaboration by working with PG&E to reduce expenses, introduce new technology, and prepare for future fleet needs. These efforts contribute to the City’s mission of building a better community for today and tomorrow while positioning Rohnert Park as a leader in sustainability and operational efficiency. OPTIONS CONSIDERED: 1. Approve participation in PG&E’s EV Fleet Program. This option would allow PG&E to design and construct the necessary electrical upgrades needed to support the Electrical Vehicle Charging Stations Project. 2. Decline participation in PG&E’s EV Fleet Program. This option is not recommended as participation in the Program provides the City opportunity to offset anticipated Project costs. FISCAL IMPACT/FUNDING SOURCE: The Electric Vehicle Charging Stations Project CIP2312 is funded by Rohnert Park Foundation and General Fund Infrastructure with a current available Project balance of $230,935.80. There is no fiscal impact with this action however, opportunity for potential cost savings to the Project as PG&E would fund the construction for the “to the meter” costs at the Corp Yard site instead of funding this portion of work out of the Project. Department Head Approval Date: 10/8/2025 Risk Manager / HR Director Approval Date: 10/7/2025 Finance Approval Date: 10/17/2025 City Attorney Approval Date: 10/21/2025 City Manager Approval Date: 10/21/2025 Attachments: 1. A Resolution Approving Participation in PG&E’s EV Fleet Program for the Design and Installation of Electric Vehicle Charging Infrastructure at the Public Works Corporation ITEM NO. 8.G. 4 Yard for the Electric Vehicle Charging Stations Project CIP2312, Authorize the City Manager to Execute Related Agreements, Commit to the Program Requirements, and Find the Project Exempt from the California Environmental Quality Act (CEQA) Pursuant to CEQA Guidelines Sections 15301 (Existing Facilities), 15302 (Replacement or Reconstruction), 15303 (New Construction), and 15311 (Accessory Structures) (14 Cal. Code Regs. §§ 15301, 15302, 15303, and 15311). of CEQA Guidelines. (14 Cal. Code Regs. §§ 15301, 15302) 2. PG&E Letter of Commitment and Contract 3. PG&E Oversized Switchgear Acknowledgement 4. PG&E Preliminary Design RESOLUTION NO. 2025-078 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK APPROVING PARTICIPATION IN PG&E’S EV FLEET PROGRAM FOR THE DESIGN AND INSTALLATION OF ELECTRIC VEHICLE CHARGING INFRASTRUCTURE AT THE PUBLIC WORKS CORPORATION YARD FOR THE ELECTRIC VEHICLE CHARGING STATIONS PROJECT CIP2312, AUTHORIZING THE CITY MANAGER TO EXECUTE RELATED AGREEMENTS AND DOCUMENTS, COMMITTING TO PROGRAM REQUIREMENTS, AND FINDING THE PROJECT EXEMPT FROM THE CALIFORNIA ENVIRONMENTAL QUALITY ACT (CEQA) WHEREAS, the City of Rohnert Park (“City”) is committed to advancing environmental sustainability, reducing greenhouse gas emissions, and transitioning its municipal fleet to electric vehicles; and WHEREAS, new California Air Resources Board regulations require Public Agencies to begin transitioning heavier-duty fleet vehicles to zero-emission models by 2030, with lighter- duty requirements expected to follow; and WHEREAS, the Electric Vehicle Charging Stations Project CIP2312 (“Project”) was approved and adopted into the City’s Capital Improvement Program per Resolution No. 2023- 040 on May 23, 2023, to install electric vehicle chargers at Public Safety Main, City Hall, and the Public Works Corporation Yard (“Corporation Yard”); and WHEREAS, in early 2025, City staff identified PG&E’s EV Fleet Program (“Program”), a ratepayer-funded initiative authorized by the California Public Utilities Commission that provides design, construction, and funding assistance for electric vehicle charging infrastructure to support fleet electrification; and WHEREAS, the City submitted an application to PG&E (FLEET013367250) for the Corporation Yard located at 600 Enterprise Drive, Rohnert Park, CA 94928, to install two (2) Level 2 ChargePoint CP6000 dual-port chargers (33.2 kW per unit, 66.4 kW total load) and received formal approval on October 3, 2025; and WHEREAS, under the Program, PG&E will design, construct, own, and maintain all electrical infrastructure up to the utility meter, including the pad-mounted transformer, riser pole, conduit, and related utility components, at the Corporation Yard, at no cost to the City; and WHEREAS, the City will design, build, own, and maintain the EV Supply Infrastructure, or behind-the-meter infrastructure and charging stations as planned and part of the Electric Vehicle Charging Stations Project CIP2312;and WHEREAS, the Oversized Switchgear Acknowledgement dated October 3, 2025, authorizes installation of a 1000A, 208/120V service panel at the Corporation Yard to allow additional load capacity for future fleet expansion, at PG&E’s expense; and WHEREAS, in summary the Program requires the City to commit to purchasing two (2) medium-duty electric vehicles by June 30th 2028, maintain the installed charging equipment for ten (10) years, and provide vehicle and charger usage data to PG&E for five (5) years pursuant to the Program Terms and Conditions (the “Contract”); and Resolution 2025-078 Page 2 of 2 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert Park that it does hereby authorize and approve participation in PG&E’s EV Fleet Program for the Corporation Yard site (FLEET013367250). BE IT FURTHER RESOLVED that the Director of Finance is authorized to make any and all appropriation adjustments necessary to incorporate all approved Program reimbursements and cost offsets into the Electric Vehicle Charging Stations Project CIP2312. BE IT FURTHER RESOLVED by the City Council of the City of Rohnert Park that it does hereby find and determine that this action is exempt from the California Environmental Quality Act (CEQA) pursuant to CEQA Guidelines Sections 15301 (Existing Facilities), 15302 (Replacement or Reconstruction), 15303 (New Construction) and 15311 (Accessory Structures). BE IT FURTHER RESOLVED that the City Manager is hereby authorized and directed to execute all necessary agreements and documents, including the Letter of Commitment, Oversized Switchgear Acknowledgement, and the Contract. The City Manager is additionally authorized to execute all documents required to implement the Program and effectuate the purpose of both the Contract and this Resolution in a form approved by the City Attorney. DULY AND REGULARLY ADOPTED BY THE CITY COUNCIL OF THE CITY OF ROHNERT PARK ON this 28th day of October, 2025. CITY OF ROHNERT PARK ____________________________________ ATTEST: Gerard Giudice, Mayor ______________________________ Sylvia Lopez Cuevas, City Clerk APPROVED AS TO FORM: ______________________________ Michelle M. Kenyon, City Attorney Attachments: Exhibit A ADAMS: _________ ELWARD: _________ RODRIGUEZ: _________SANBORN: _________ GIUDICE: _________ AYES: ( ) NOES: ( ) ABSENT: ( ) ABSTAIN: ( ) Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Cover Letter (11.2024 Version) Page 1 of 4 October 3, 2025 City of Rohnert Park 600 Enterprise Drive Rohnert Park, CA 94928 RE: FLEET013367250 (Corporate Yard) Dear Scott Sanders, Congratulations! We are pleased to extend City of Rohnert Park an invitation to join PG&E’s EV Fleet Electrification program. Upon your completion of the action items below, we will move your project into the design phase and begin the engineering, design and construction plans for 600 Enterprise Drive, Rohnert Park, CA 94928. Please note, future changes to the project scope may change your eligibility for the program. Included in this contract are the following items: • Cover Letter o Offer Description o Preliminary Design (also attached as PDF) • Letter of Commitment o EV Deployment Commitment • EV Fleet Program Terms and Conditions (“Contract”) • Exhibit A: Project Scope • Appendices o Appendix A: PG&E EV Fleet Program Participant Data Reporting Requirements o Appendix B: CPUC’s Safety Requirements Checklist for CPUC-Approved Transportation Electrification Programs Immediate Action Items: • Review the entire document • Sign and return the Letter of Commitment and Contract • Provide proof of commitment (as defined below) for appropriate vehicles By signing the Letter of Commitment and the Contract, I hereby confirm my participation in PG&E’s Fleet Electrification program and acknowledge that: • I agree to install the number of EV Supply Equipment (EVSE or “EV charger”) specified in Exhibit A of the Contract; • Upon execution of the Contract, PG&E will begin incurring design fees and costs as my project moves forward; • If I withdraw from the program prior to the site being activated, then PG&E reserves the right to recover all fees and costs incurred by it and its subcontractors after the execution of the Contract , including but not limited to, design cost, site walk costs, etc.; • PG&E may need to conduct a comprehensive design site walk; • If the existing infrastructure or physical site or equipment is substantially different than anticipated or described, then PG&E will make reasonable effort to redesign the project in a manner acceptable to both parties, but reserves the right to cancel my participation in the program ; • If I request to make changes to the scope or design of the project, then PG&E reserves the right to recover all costs associated with that change, such as redesign costs; Exhibit A to Resolution 2025-078 Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Cover Letter (11.2024 Version) Page 2 of 4 • If I do not submit required documentation (e.g., signed easement) or fail to move this project forward for a period of 90 days or more, then PG&E may consider this an abandonment of this Contract and reserves the right to cancel my participation in the program and recover all costs incurred; and • My EV chargers meet the Safety Checklist requirements and have networking protocols (as described in Appendix A and Appendix B). I agree to ensure that EVSE network connectivity is in good condition for at least five years from the date of activation. Offer Description After careful consideration of the project costs and scope of work, PG&E has determined you are eligible for the Make-Ready Incentive Option. PG&E will design, construct, own, and maintain any necessary EV supply infrastructure to the meter only. City of Rohnert Park will design, build, own, operate, and maintain the EV supply infrastructure behind the meter, hereafter referred to as customer-owned make-ready infrastructure. PG&E provides an incentive that is equal to the lesser amount of either: (i) 80% of the customer -owned make- ready infrastructure costs or (ii) the incentive cap of $8,000.00 as described in the table below. Project documentation should be submitted to your Project Manager within 90 days of site activation to initiate the incentive payment process. EV Supply Infrastructure Incentive Applies to Site Hosts who pay for, own, and maintain EV Supply Infrastructure Vehicle Type Per Vehicle Incentive # of Vehicles School Buses, Local Delivery Trucks, or Other Vehicles $4,000.00 per Vehicle 2 Vehicle Type (Total) Incentive (Total) Incentive Total Total # of Vehicles 2 Lesser amount of either 80% of the customer-owned make-ready infrastructure costs or the incentive cap, as described above, on a per vehicle basis Maximum of $8,000.00 EV Charger Requirements As a reminder, to participate in the EV Fleet program, your EV chargers, also known as EV supply equipment, at a minimum must meet the EV Fleet Program Data Reporting requirements outlined in Appendix A and the Safety Checklist requirements outlined in Appendix B. In addition, the EV chargers must at least meet the following network communications requirements: • Electric Vehicle Supply Equipment (EVSE) shall have metering capability through an internal device and shall be able to measure power and usage parameters to enable reporting of the metrics in the Contractor Requirement section. • After loss of power, provided the EVSE connector to vehicle has not been removed, the EVSE shall return to its post-configuration state (i.e., shall persist communication and registration configurations. This does not include continuing user sessions when authorization is required to start a session). • EVSE shall provide a reset option, which returns the device to its pre-charge state (e.g., card or message- not user accessible). Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Cover Letter (11.2024 Version) Page 3 of 4 Preliminary Design The preliminary design for your project is below and has also been provided as a PDF along with this contract. Please note that any requests to change the scope of the project may result in redesign costs to you of up to $15,000 per request. Examples of changes to scope include requests to modify the number or type of charger being deployed or modify the location of the meter. PG&E may opt to utilize existing infrastructure, including existing conduit, in order to minimize project costs as indicated by the word “existing” on any components on the Preliminary Design. Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Cover Letter (11.2024 Version) Page 4 of 4 Next Steps: We respectfully request that you return your signed contract as soon as possible. After we receive your signed contract, I will introduce you to your Project Manager, who will lead you through the design and construction process for your site. Thank you for your participation in this exciting program! You are taking an important step to support California’s ambitious climate and air quality goals, and we appreciate that you have elected to work with PG&E to electrify your fleet. Please contact me if you have any questions. Regards, Jacob Panachaveettil jacob.panachaveettil@pge.com 925-336-3589 Electric Vehicle Customer Onboarding Specialist Pacific Gas and Electric Company Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 EV Fleet Letter of Commitment (06.2025 Version) Page 1 of 1 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company October 3, 2025 Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Re: Electric Vehicle Deployment Commitment for City of Rohnert Park (FLEET013367250) Dear Pacific Gas and Electric Company, City of Rohnert Park and PG&E have worked together and agreed on a contract under which City of Rohnert Park purchases electric fleet vehicles and PG&E performs make-ready infrastructure work and, if qualified, provides EV charger rebates and infrastructure incentives. City of Rohnert Park has received approval from our internal decision makers and commits to purchase 2 electric vehicles by December 31, 2029. We plan to purchase and deploy the vehicles during the following timeline: Electric Vehicle Deployment Schedule Description 2025 2026 2027 2028 2029 Total Medium Duty Vehicle 0 0 0 2 0 2 By signing the Letter of Commitment and the Contract, City of Rohnert Park understands that, in accordance with the section titled ‘Vehicle Purchase Plans’, City of Rohnert Park is responsible for realizing the number and type of EV Fleet vehicles that have been indicated in Exhibit A of the aforementioned Contract regardless of the decision of granting agencies. These vehicles will be domiciled at 600 Enterprise Drive, Rohnert Park, CA 94928. If City of Rohnert Park does not put into operation the number of vehicles stated in the section above, PG&E in its sole discretion may require City of Rohnert Park to reimburse PG&E for costs incurred by PG&E associated with PG&E’s reliance on my commitment to install infrastructure, such as costs of equipment, site design, and installation. Additionally, if the first vehicle deployment is planned for 2028, City of Rohnert Park understands that at least two vehicles must be deployed by June 30, 2028 in order to meet EV Fleet’s minimum eligibility requirements. If this requirement is not met, PG&E in its sole discretion may require City of Rohnert Park to reimburse PG&E for costs incurred by PG&E associated with PG&E’s reliance on my commitment to install infrastructure, such as costs of equipment, site design, and installation. Sincerely, Customer Signature1 Signature City of Rohnert Park Company Name Customer Print Print Customer SignedDate1 Date Customer Title1 Title Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 1 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company EV Fleet Program Terms and Conditions (“Contract”) Definitions As used in this Contract, the following terms have the following meanings: Disadvantaged Community: Census tracts in PG&E’s service territory with a top quartile score according to California Environmental Protection Agency’s CalEnviroScreen 3.0. EV Service Connection: Traditional utility infrastructure from the utility distribution system to the meter, which may include but is not limited to cable, conductors, conduit, transformers , and associated substructures from the utility distribution system. Also referred to as “To the Meter” (TTM) infrastructure. EV Supply Infrastructure: Infrastructure from the meter (“but not including the meter”) to the parking space, which may include an electrical panel, cable, and conduit necessary to deliver power to the parking space. Also referred to as “Behind the Meter” (BTM) infrastructure. Electric Vehicle Supply Equipment (EVSE): Equipment used for charging EVs. The conductors, including the ungrounded, grounded, and equipment grounding conductors, the electric vehicle chargers, connectors, attachment plugs, and all other fittings, devices, power outlets, or apparatuses installed specifically for the purpose of delivering energy fr om the Premises wiring to the electric vehicle. EVSE Package: EVSE hardware, software, and network services. EV Service Provider (EVSP): A company that provides EV charging solutions to Customer, including but not limited to network services, billing, and customer support. Operation and Maintenance (O&M): O&M includes, but is not limited to, network fees, resetting of breakers, replacement of parts, and associated services necessary to keep the EVSE and/or EV Supply Infrastructure operational. Premises: Premises includes all of the real property and apparatus employed in a single enterprise on an integral parcel of land undivided, excepting in the case of industrial, agricultural, oil field, resort enterprises, and public or quasi -public institutions, by a dedicated street, highway or public thoroughfare or railway. Automobile parking l ots constituting a part of or adjacent to a single enterprise may be separated by an alley from the remainder of the Premises served. All Premises must be reviewed by PG&E to determine where service could be provided and at what cost. PG&E may agree to include some or all of the Premises in the EV Fleet Program. Multiple Premises may be listed in Exhibit A. Rate Plan: The PG&E electric rate that Customer pays for using EVSE. Detail on PG&E rates and eligibility criteria can be found at www.pge.com/tariffs. Customer: The entity participating in the EV Fleet Program that owns, leases , or manages the Premises where the EVSE Packages are installed. Customer will receive the bill for the energy delivered to the EVSE Package. Specific Terms Acknowledgement and Term: All parties agree to abide by the terms and conditions of this Contract for participation in the EV Fleet Program (part of California Public Utilities Commission, or “CPUC”, Decision Number 18 -05-040 issued May 31, 2018), including all requirements included by reference. The duration of this Contract (the “Term”) will commence on the date Customer’s EVSE Package becomes operational and will continue in effect for ten (10) years thereafter (unless otherwise earlier terminated pursuant to the terms herein). PG&E will inform Customer in writing when the EVSE Package becomes operational. Ownership: Customer has two options for ownership of EV Supply Infrastructure. Ownership of other components is listed below for reference. Sections in this Contract labeled “Customer Owned EV Supply Infrastructure” or “PG&E Owned EV Supply Infrastructure” will apply depending on the ownership option a Customer selects. Customer should indicate their ownership option in the Cover Letter provided to the customer. All other terms are common to both ownership options. Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 2 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company EV Service Connection: PG&E always constructs, owns, operates, and maintains the EV Service Connection when necessary. PG&E may opt to utilize existing infrastructure, including customer -owned conduits, in order to minimize project costs. This will be indicated in the accompanying Preliminary Design. In some cases,the customer may opt to use an existing service connection, in which case no work will be completed by PG&E. EV Supply Infrastructure: Customer may have two options for EV Supply Infrastructure ownership: 1. PG&E Owned: PG&E constructs, owns, and maintains the EV Supply Infrastructure. PG&E covers costs in accordance with CPUC requirements. 2. Customer Owned: Customer is responsible for construction and maintenance of EV Supply Infrastructure and receives an incentive in accordance with CPUC requirements. EV Supply Equipment (EVSE): Customer always installs, owns, operates, and maintains the EVSE. Selection of EVSE Package: Upon approval of application by PG&E, Customer shall select and procure an EVSE Package from the PG&E approved product list. PG&E will share approved product list with Customer. Customer shall install, operate, and maintain the number and type of the EVSE Package, associated equipment , and signage as selected by Customer and approved by PG&E. Customer acknowledges that PG&E makes no representations regarding manufacturers, dealers, contractors, materials, or workmanship of the EVSE Package. Customer agrees that PG&E has no liability whatsoever concerning the quality and safety of such EVSE Package. At PG&E sole discretion, Customer may use an EVSE Package that is not on the approved product list. If EVSE Package is not on the approved product list, EVSE Package must be compliant with minimum requirements. These minimum requirements are attached to this Contract, as applicable. In addition to these requirements, EVSE Package must be ISO15118-ready, with the exception of equipment that will be used to charge off-road vehicles. Customer agrees to provide all information requested by PG&E about non -approved EVSE Packages, including but not limited to technical and safety specifications. EVSE Rebate: Customer may qualify for a rebate of EVSE, in accordance with the CPUC requirements. Rebate amounts will vary in accordance with the CPUC requirements. Rebates will be paid after (1) Customer provides proof of purchase of EVSE Package, (2) at PG&E discretion PG&E inspects the installation of the EVSE and the physical location, and (3) the EVSE is operational. All EVSE rebate claims must be submitted no later than March 31, 2028. Any EVSE acquired after March 2028 will not be eligible for rebate. Additional Services from EVSP: Separate and apart from the application and PG&E’s obligations under the EV Fleet Program, the EVSP selected by Customer may offer and contract directly with the Customer to provide any additional or complementary services, as long as these services do not interfere with the objectives of the EV Fleet Program as fully described in the CPUC decision. The costs of additional EVSP services, and any cost related to O&M of any additional EVSP services, will not be borne by PG&E, unless they are complementary services necessary to support the EV Fleet Program objectives and are approved by PG&E in writing. EV Drivers’ Right to Access: Customer shall not restrict access to or use of the EVSE for reasons including, but not limited to, race, color, religion, age, sex, national origin, ancestry, physical or mental disability, or any basis prohibited by app licable law. However, Customer may decide to make the EVSE available only to its employees, tenants, or lessors; under the terms of the EV Fleet Program, Customer decides whether to make the EVSE available to other 3rd parties. Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 3 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company Accessibility Requirements: The installation of the EVSE and EV Service Connection is required to comply with the Americans with Disabilities Act (ADA) and California Building Standards. Customer understands and accepts that such standards may impact parking layouts and reduce the number of non-accessible parking spaces available. Customer understands and accepts that changes to initial design representations may occur during the design, construction , and operational phases of the EVSE as may be dictated by design constraints, by law or regulation , or by local jurisdictional authorities. Easement Requirement: An easement may be required to maintain PG&E owned facilities. PG&E will use existing easements when possible to minimize encumbrances on Customer property. If a new easement is required, access rights will follow standard utility requirements for providing electrical service. PG&E will determine if a new easement is required when Customer application is evaluated and will communicate that to Customer. If Customer does not wish to grant an easement for one or more Premises, PG&E may remove those Premises from the EV Fleet program. If Customer accepts easement requirements, Customer agrees to grant PG&E an easement for the installation of EV Service Connection and EV Supply Infrastructure. If the EV Service Connection must cross property owned by a third party to serve Customer, PG&E may, at its option, install such EV Service Connection after appropriate rights of way or easements, satisfactory to PG&E, are obtained without cost to PG&E. Customer is responsible for coordinating attainment of any easements. Customer agrees to sign and return easement to PG&E within 30 days of receipt. If the Customer does not respond within 30 days, PG&E reserves the right to rescind Customer’s participation in the EV Fleet Program and recover all costs incurred. Upon termination of the Contract, PG&E shall upon written demand therefor e execute and deliver to Customer a good and sufficient quitclaim of said easement and right of way or such portion thereof conveyed in this document, at Customer expense. EVSE O&M: The Customer is required to maintain the EVSE for the Term. Customer will pay all O&M costs associated with the EVSE. Customer shall maintain a consistent uptime at the direction of PG&E for EVSE installed. Customer shall maintain the common area improvements immediately surrounding the EVSE in good condition, ordinary wear and tear excepted, and will promptly notify PG&E of any problems it is aware of related to the EVSE. Such maintenance by Customer of the immediately surrounding common areas shall include, but not be limited to, pavement maintenance and snow removal services, if applicable. Uninterrupted service is not guaranteed, and PG&E may interrupt service when necessary to ensure safety or to perform maintenance on PG&E owned infrastructure. PG&E will use reasonable efforts to notify Customer in advance of interruptions to service, planned maintenance, and physical access to Premises. Customer will immediately shut down chargers if there is a safety issue. Billing: Customer will be the PG&E Customer and will be served according to the applicable Rate Plan. As the Customer, Customer will be responsible for paying the PG&E bill. Compensation: Under no conditions shall Customer or EV Drivers receive compensation of any kind (including but not limited to: cash, in-kind services, or otherwise) for any duties or requirements provided for in this Contract or for participation in any way as part of the EV Fleet Program, including but not limited to: easements, use of data for lawful purposes, loss of business activity during construction or maintenance activities, or any other inconvenience or loss, without limitation, related to participation. Changing Rate Plan: Customer may change Rate Plan during the Term but must remain on a retail PG&E rate for the duration of the Term. If Customer switches to a non-retail PG&E rate during the Term, Customer shall bear the full cost and sole expense, as circumstances may dictate, for losses incurred by PG&E on behalf of ratepayers, such as pro -rated costs of equipment, site design, and installation. Reliability: PG&E does not guarantee uninterrupted service. Customer may pursue options to ensure that any impact to Customer operations from potential loss of power is sufficiently mitigated. Customer is responsible for the cost of any supplemental solutions to improve reliability. Expansion of EVSE Installation: Customer may add more charging ports to their installation in the future, in accordance with the provisions of CPUC filed tariffs such as Electric Rule 16. Customer must coordinate with PG&E prior to any approved installation extension. Any installations or related work performed outside of EV Fleet program will be at Customer’s expense and its liability. EVSE Replacement: Customer may replace their EVSE during the Term. Customer must notify PG&E ahead of replacement to ensure infrastructure can accommodate the additional load and new EVSE complies with necessary CPUC requirements for the program. If adequate infrastructure does not exist, Customer must request increased capacity in Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 4 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company accordance with the provisions of CPUC filed tariffs such as Electric Rule 16. Any replacements will be at Customer’s expense and its liability. Vehicle Purchase Plans: PG&E will work with Customer to understand its fleet electrification plans and may install infrastructure to support future vehicle purchases. In Exhibit A, Customer will provide the number, type, and charging levels of electric vehicles that will be used at the Premises over time to justify the requested infrastructure. At PG&E discretion, during the Term PG&E may request evidence that Customer is operating these vehicles and associated charging in accordance with its electrification plan. If Customer is not operating vehicles consistent with its electrification plans, at PG&E discretion, Customer may be responsible for PG&E costs associated with installing the excess infrastructure. This includes costs, as circumstances may dictate, for losses incurred by PG&E on behalf of ratepayers, such as costs of equipment, site design and installation. Customer may, at any time within the Term request from PG&E projected and final costs associated with this. If Customer wishes to change its plan, Customer must provide a modified plan to PG&E. This modified plan must be mutually agreed upon by PG&E and Customer. Customer may opt to replace these vehicles with similar equipment but must operate the number and type of vehicles outlined in the electrification plan. Vehicles that are leased must be replaced with similar equipment upon termination of the lease duration. If Customer is not the party responsible for purchasing or leasing the vehicles indicated in Exhibit A , they will acquire and provide such proof from the responsible party including the number, type, and charging levels of electric vehicles that will be used at the Premises over time to justify the requested infrastructure. Customer is responsible to provide evidence of vehicl e operation and associated charging during this term in accordance with the indicated electrification plans. If vehicles are no t operating consistent with the indicated electrification plans, at PG&E discretion, Customer may be responsible for PG&E costs associated with installing the excess infrastructure. This includes costs, as circumstances may dictate, for losses incurred by PG&E on behalf of ratepayers, such as costs of equipment, site design , and installation. Project Scope: Customer acknowledges that: • Customer agrees to the high-level project scope listed in Exhibit A; • Upon execution of this Contract, PG&E will begin incurring design fees and costs as Customer project moves forward; • If Customer withdraws from the program, then PG&E reserves the right to recover all fees and costs incurred by it and its subcontractors after the execution of this Contract including, but not limited to, design cost, site walk costs, etc.; • PG&E will conduct a site walk; • If the existing infrastructure or physical site or equipment is substantially different than anticipated or described, then PG&E will make reasonable effort to redesign the project in a manner acceptable to both parties, but reserves the right to cancel Customer participation in the program; and • If Customer does not submit required documentation (e.g., signed easement if needed) in a timely manner, then PG&E may grant extensions by request but reserves the right to waitlist Customer application and/or cancel participation in the program. External Funding Sources: Customer understands that the total infrastructure and EVSE rebate and incentive amounts the Customer receives from all sources, which may include but is not limited to, utilities, state programs, manufacturer, retaile r, or otherwise, cannot exceed Customer’s total cost of purchasing the EVSE, installing the EVSE, and constructing the EV Supply Infrastructure. Customer agrees to keep records of all infrastructure and EVSE incentives and rebates received for Customer’s EV Fleet project. Customer understands that PG&E may request and review said records up to one year after project completion date. If rebates and incentives received exceed incurred project cost, PG&E may inform all other funding sources, which may include but is not limited to, utilities, state programs, manufacturer, retailer, or other, of the violation, including the name of the Customer, a description of the project, and details regarding the excessive rebates and incentives. Customer Owned EV Supply Infrastructure Section EV Supply Infrastructure Incentive: Customer qualifies for an incentive towards the cost of EV Supply Infrastructure if they choose to own and maintain the EV Supply Infrastructure. Incentive amounts will vary in accordance with the CPUC requirements. Incentive will be paid after (1) Customer provides proof of actual EV Supply Infrastructure construction cost, (2) EV Supply Infrastructure construction is complete, (3) the EVSE is operational. Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 5 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company Installation of EV Service Connection: PG&E and/or its contractors shall design and construct the EV Service Connection in compliance with the terms of this Contract, as well as all applicable local, state , and federal laws and regulatory requirements. Customer is responsible for providing all disclosures, including but not limited to hazardous materials located at the site of the installation. If an easement is required, PG&E will provide a preliminary layout of proposed facilities to Customer prior to preparation of easement for Customer review and approval; such approval will not unreasonably be withheld. The easement will be executed and recorded in favor of PG&E so that PG&E may access the EV Service Connection as needed. It will be the Customer’s responsibility to provide a preliminary design of the EV Supply Infrastructure and associated electrical loads so that PG&E can provide the associated EV Service Connection design. PG&E and Customer will approve final design prior to construction beginning. Once design is approved, no material changes will be made without approval from PG&E and Customer. After the EVSE is operational, Customer may request a copy of “as built” designs, which will be provided by PG&E. Installation of EV Supply Infrastructure: The Customer and/or its contractors shall construct the EV Supply Infrastructure and install the EVSE in compliance with the terms of this Contract, as well as all applicable local, state, and federal laws and regulatory requirements, including PG&E requirements found at www.pge.com/greenbook. The Customer is responsible for (i) the costs to construct the EV Supply Infrastructure, (ii) the purchase of the EVSE Package, and (iii) installation of the EVSE. After the EVSE is operational, Customer receives incentive for EV Supply Infrastructure in accordance with terms of this Contract. EV Supply Infrastructure O&M: If Customer owns the EV Supply Infrastructure, Customer is responsible for O&M of the EV Supply Infrastructure for the Term. Customer will pay all O&M costs associated with the EV Supply Infrastructure. Customer shall maintain the common area improvements immediately surrounding the EV Supply Infrastructure in good condition, ordinary wear and tear excepted, and will promptly notify PG&E of any problems it is aware of related to the EV Supply Infrastructure. Such maintenance by Customer of the immediately surrounding common areas shall include, but not be limited to, pavement maintenance and snow removal services, if applicable. Uninterrupted service is not guaranteed, and PG&E may interrupt service when necessary to ensure safety or to perform maintenance. PG&E will use reasonable efforts to notify Customer in advance of interruptions to service, planned maintenance, and physical access to Premises. Access to Customers Premises: PG&E shall at all times have the right to enter and leave the Customer’s Premises for any purpose connected with the furnishing of electric service to the EV Service Connection (meter reading, inspection, testing, routine repairs, replacement, maintenance, vegetation management, emergency work, etc.) and the exercise of any and all rights secured to it by law, or under PG&E's applicable tariff schedules. If Customer does not grant PG&E reasonable access to the Premises, then PG&E may deenergize the EV Service Connection until access is granted. PG&E will work closely with Customer to ensure this access does not unreasonably interfere with Customer’s property or operations. End of Term: At the end of the Term, the Customer will have the following options: 1. Continue operating EVSE and EV Supply Infrastructure o Customer has continued responsibility for O&M of EVSE and EV Supply Infrastructure. o If an easement was required for installation, easement remains in place. o PG&E continues to own EV Service Connection and will treat this under the standard provisions of CPUC filed tariffs such as Electric Rule 16. 2. Stop operating EVSE and EV Supply Infrastructure o Remove the EVSE and/or EV Supply Infrastructure at Customer’s cost and expense. o If an easement was required for installation, PG&E will deliver a quitclaim for the easement and the easement will be removed. o PG&E will require access to any energized PG&E facilities. If EV Service Connection serves other load or assets, for example building load or solar, PG&E continues to own EV Service Connection and will treat this under the standard provisions of CPUC filed tariffs such as Electric Rule 16. If EV Service Connection serves only the EVSE installed under this Contract, PG&E will deenergize EV Service Connection and abandon facilities in place. PG&E Owned EV Supply Infrastructure Section Installation of Equipment: PG&E and/or its contractors shall design and construct the EV Service Connection and EV Supply Infrastructure in compliance with the terms of this Contract, as well as all applicable local, state , and federal laws and regulatory requirements. Customer is responsible for providing all disclosures, including but not limited to hazardous materials located at the site of the installation. If an easement is required, PG&E will provide a preliminary layout of proposed facilities to Customer prior to preparation of easement for Customer review and approval; such approval will not Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 6 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company unreasonably be withheld. The easement will be executed and recorded in favor of PG&E so that PG&E may access the EV Service Connection and EV Supply Infrastructure as needed. After Customer approval of the preliminary design, PG&E will coordinate with the Customer if there are any proposed material changes. A final design with no material changes from the agreed upon design will be provided by PG&E prior to any installation activities. PG&E and Customer will approve final design prior to construction beginning. Once design is approved, no material changes will be made without approval from PG&E and Customer. An estimated installation schedule shall be provided by PG&E after execution of required easement and timely selection of EVSE Package. Should the installation schedule require modification, PG&E shall notify Customer within a reasonable amount of time of such changes. PG&E is responsible for the costs to construct the EV Supply Infrastructure. The Customer is responsible for (i) the purchase of the EVSE Package and (ii) installation of the EVSE. Upon completion of installation of the EVSE, the Customer understands and acknowledges that it will be responsible for the O&M of the EVSE installed through the EV Fleet Program. After the EVSE is operational, Customer may request a copy of “as built” designs, which will be provided by PG&E. EV Supply Infrastructure O&M: If PG&E owns the EV Supply Infrastructure, PG&E is responsible for O&M of the EV Supply Infrastructure for the Term. PG&E will pay all O&M costs associated with the EV Supply Infrastructure. Customer shall maintain the common area improvements immediately surrounding the EV Supply Infrastructure in good condition, ordinary wear and tear excepted, and will promptly notify PG&E of any problems it is aware of related to the EV Supply Infrastructure. Such maintenance by Customer of the immediately surrounding common areas shall include, but not be limited to, pavement maintenance and snow removal services, if applicable. Uninterrupted service is not guaranteed, and PG&E may interrupt service when necessary to ensure safety or to perform maintenance. PG&E will use reasonable efforts to notify Customer in advance of interruptions to service, planned maintenance, and physical access to Premises. Access to Customers Premises: PG&E shall at all times have the right to enter and leave the Customer’s Premises for any purpose connected with the furnishing of electric service to the EV Service Connection (meter reading, inspection, testing, routine repairs, replacement, maintenance, vegetation management, emergency work, etc.) and the exercise of any and all rights secured to it by law, or under PG&E's applicable tariff schedules. If Customer does not grant PG&E reasonable access to the Premises, then PG&E may deenergize the EV Service Connection until access is granted. PG&E will work closely with Customer to ensure this access does not unreasonably interfere with Customer’s property or operations. End of Term: At the end of the Term, the Customer will have the following options: 1. Continue operating EVSE o Customer has continued responsibility for O&M of EVSE. o If an easement was required for installation, easement remains in place. o PG&E continues to own EV Service Connection and EV Supply Infrastructure and will treat these under the standard provisions of CPUC filed tariffs such as Electric Rule 16. 2. Stop operating EVSE o Remove the EVSE at Customer’s cost and expense. o If an easement was required for installation, PG&E will deliver a quitclaim for the easement and the easement will be removed. o PG&E will require access to any energized PG&E facilities. If EV Service Connection and/or EV Supply Infrastructure serves other load or assets, for example solar, PG&E continues to own EV Service Connection and/or EV Supply Infrastructure and will treat these under the standard provisions of CPUC filed tariffs such as Electric Rule 16. If EV Service Connection and/or EV Supply Infrastructure serves only the EVSE installed under this Contract, PG&E will deenergize EV Service Connection and EV Supply Infrastructure and abandon facilities in place. General Terms Permission to Use Data: Customer agrees to allow PG&E and its agents and representatives to use data gathered as part of the EV Fleet Program (including usage data from the EVSE and EVSE performance data supplied directly to PG&E from the EVSP) (“Usage Data”) for use in regulatory reporting, ordinary business use, industry forums, case studies, or other similar activities, in accordance with applicable laws and regulations. Usage Data furnished to PG&E by the EVSP will not include any personal information as defined for the purposes of California privacy laws (including the California Privacy Rights Act, as amended(“CPRA”)). Any such personal data will be deidentified (as defined by CPRA) before it is provided to PG&E. Notwithstanding the foregoing, Customer acknowledges that PG&E is required to disclose location data at census tract or 5-digit zip code level as part of its regulatory obligations to report aggregate data. Although such locations will not be identified as Customer locations in the aggregated and anonymous data disclosed by PG&E, a third party could potentially associate Customer with disclosed locations by reference to other facts and data sources. Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 7 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company Representations: Customer understands that its participation in EV Fleet Program shall not be construed as creating any agency, partnership, or other form of joint enterprise between the Customer, PG&E, or their affiliates, contractors, vendors, representatives, or designees, nor create any obligations or responsibilities on their behalf except as may be expressly granted in writing, nor make any representations of any kind to this effect. Customer represents and warrants that it is either (i) the fee title owner and has the ability to grant an easement (if required), or (ii) it is the authorized manager of the proposed EV Fleet Program site working with the fee title owner, it has the power, authority , and capacity to bind itself to undertake the EV Fleet Program terms and conditions and to perform each and every obligation required of Customer, and such fee title owner has the ability to grant an easement (if needed). Changes: PG&E may initiate changes to the EV Fleet Program as necessary to comply with CPUC directives. PG&E shall endeavor to provide Customer with advance notice of any such changes. Customer has the option to opt out of the Program subject to section “Customer Removal or Termination” below. Compliance with Laws: All parties shall comply with all applicable federal, state, and local statutes, rules, regulations, laws, orders, and decisions that relate to or govern its participation in the EV Fleet Program and/or Customer’s interactions with customers in connection with the EV Fleet Program. Failure to Comply with Terms and Conditions: Without limitation, and to the greatest extent allowed by law, PG&E and Customer reserve the right to seek damages and recovery for losses incurred due to any breach of this Contract on the part of Customer or PG&E, whether intentional or unintentional. Relocations: Should Customer request relocation of EVSE or parts thereof, such relocation shall be per mutually agreeable terms and shall be at sole expense of Customer and in accordance with any EV Fleet Program requirements, laws, regulations, or other applicable jurisdictional requirements. Additionally, if applicable and requested by PG&E, Customer shall either amend the easement to include the legal description of the new location or enter into a new easement with PG&E. PG&E Termination or Suspension: PG&E may terminate, or for any duration suspend, Customer’s participation in the EV Fleet Program, with or without cause, at any time, and for any reason, with reasonable advance notice. Such reasons may include but are not limited to failure to provide or maintain terms of easement, failure to abide by EV Fleet Program terms and conditions, permitting issues, exceptional installation costs, environmental concerns, or any other reason(s) not in the best interests of the EV Fleet Program or PG&E’s ratepayers. Customer Removal or Termination: Should Customer request removal or termination of EVSE or parts thereof prior to expiration of the Term, then Customer shall bear the full cost and sole expense of such removal as well as all fees and costs, as circumstances may dictate, for losses incurred by PG&E on behalf of ratepayers, such as pro -rated costs of equipment, site design, and installation. Customer may, at any time within the Term, request from PG&E projected and final costs associated with such a removal request. Such costs will include all amounts paid by PG&E, divided equally over a ten - year period (e.g., if amounts total $100k and Customer leaves after 1 year it is responsible for $90k). If the Customer wishe s to assign its rights and obligations of this Contract to a new Customer prior to the expiration of the Term, the new Customer may assume all rights and obligations for the remaining Term with PG&E consent. Such consent not to be unreasonably withheld. Indemnification: Customer shall indemnify, hold harmless, and defend PG&E, its affiliates, subsidiaries, parent company, officers, managers, directors, agents, and employees, from and against all claims, demands, losses, damages, costs, expenses, and liability (legal, contractual, or otherwise), which arise from or are in any way connected with any: (i) injury to or death of persons, including but not limited to employees of PG&E or Customer; (ii) injury to property or other interests o f PG&E, Customer, or any third party; (iii) violation of a local, state, or federal common law, statute , or regulation, including but not limited to environmental laws or regulations; or (iv) strict liability imposed by any law or regulation; so long as such injury, violation, or strict liability (as set forth in (i) - (iv) above) arises from or is in any way connected with Customer’s performance of, or failure to perform, this Contract. This indemnification obligation shall not apply to the extent that such injury, loss, or damage is caused by the negligence or willful misconduct of PG&E, its officers, managers, or employees. Customer shall, on PG&E's request, defend any action, claim, or suit asserting a claim which might be covered by this indemnity, using counsel acceptable to PG&E. Customer shall pay all costs and expenses that may be incurred by PG&E in enforcing this indemnity, including reasonable attorney's fees. To the extent necessary, each Party was represented by counsel in the negotiation and execution of this Contract. PG&E represents and warrants that it has indemnification language in its contract with any third party who PG&E may send to perform work on Customer ’s physical site. PG&E Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 8 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company agrees to work closely with Customer on any concerns that may arise related to the party who will perform work on Customer’s physical site. Insurance Requirements: Customer shall procure, carry, and maintain the following insurance coverage, and Customer is also responsible for its Subcontractors maintaining sufficient limits of the appropriate insurance coverage: A. Personal Liability 1. The limit shall not be less than One Million Dollars ($1,000,000) each occurrence for bodily injury, property damage and personal injury. 2. Coverage shall: a) By "Additional Insured" endorsement add as insureds PG&E, its directors, officers, agents , and employees with respect to liability arising out of work performed by or for the Customer; b) Be endorsed to specify that the Customer insurance is primary and that any insurance or self -insurance maintained by PG&E shall not contribute with it. B. Workers’ Compensation and Employers’ Liability 1. Workers’ Compensation insurance or self-insurance indicating compliance with any applicable labor codes, acts, laws, or statutes, state or federal, where Customer performs Work. 2. Employers’ Liability insurance shall not be less than $1,000,000 for injury or death in each accident. C. Commercial General Liability 1. Coverage shall be at least as broad as the Insurance Services Office (ISO) Commercial General Liability Coverage “occurrence” form, with no coverage deletions. 2. The limit shall not be less than $1,000,000 each occurrence for bodily injury, property damage and personal injury. 3. Coverage shall: a) by “Additional Insured” endorsement add as insureds PG&E, its affiliates, subsidiaries, and parent company, and PG&E’s directors, officers, agents, and employees with respect to liability arising out of or connected with the Work performed by or for the Customer. (ISO Form CG2010 or equivalent is preferred.) In the event the Commercial General Liability policy includes a “blanket endorsement by contract,” the following language added to the certificate of insurance will satisfy PG&E’s additional insured requirement: “PG&E, its affiliates, subsidiaries, and parent company, and PG&E’s directors, officers, agents , and employees with respect to liability arising out of the work performed by or for the Customer are additional insureds under a blanket endorsement.”; b) be endorsed to specify that the Customer’s insurance is primary and that any insurance or self - insurance maintained by PG&E shall not contribute with it. D. Documentation Requirements 1. Customer shall have all insurance in place before beginning any Work. Upon request, Customer shall furnish PG&E with certificates of insurance, declaration pages and endorsements (collectively, “Documentation”) of all required insurance. Documentation shall be signed and submitted by a person authorized by that insurer to issue certificates of insurance and endorsements on its behalf. 2. The insurer shall deliver notification to PG&E in accordance with the policy provisions if any of the above - described policies are cancelled before the stated expiration date . 3. PG&E may inspect the original policies in Sections A or B or require copies at any time. Customer/Owner may redact non-essential exposure information from copies. 4. The minimum liability insurance requirements established in this Contract are not a representation by PG&E that the insurance limits are sufficient, nor do these requirements in any way limit Customer’s liability under this Contract. 5. Upon request, Customer shall furnish PG&E the same evidence of insurance for its Subcontractors as PG&E requires of Customer. Dispute Resolution: After attempting in good faith to resolve a dispute, a party may request mediation by written notice to the other Party. The mediation shall be conducted by a mutually-agreeable mediator with appropriate experience. All negotiations and any mediation conducted pursuant to this provision are confidential and shall be treated as compromise and settlement negotiations, to which Section 1119 of the California Evidence Code shall apply, and Section 1119 is incorporated herein by reference. No Partnership: This Contract shall not be construed as creating a partnership, joint venture, agency relationship, franchise, or association, nor shall this Contract render PG&E and Customer liable as partners, co-ventures, or principals. Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 9 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company Enforceability: If any of the provisions, or application of any of the provisions, of this Contract are held to be illegal or invalid by a court of competent jurisdiction, PG&E and Customer shall negotiate an equitable adjustment in the provisions of this Contract with a view toward effectuating the purpose of this Contract. The illegality or invalidity of any of the provi sions, or application of any of the provisions, of this Contract will not affect the legality or enforceability of the remaining pro visions or application of any of the provisions of the Contract. Integration: This Contract, including all items incorporated herein by reference, constitutes the entire agreement and understanding between the parties as to the subject matter of the Contract. It supersedes all prior or contemporaneous agreements, commitments, representations, writings, and discussions between parties, whether oral or written, express or implied, that relate in any way to the subject matter of this Contract. This Contract has been induced by no representations, statements, or agreements other than those expressed herein. Neither party shall be bound by any prior or contemporaneous obligations, conditions, warranties , or representations with respect to the subject matter of this Contract. Survival: The provisions of this Contract, which by their nature should survive expiration, cancellation , or other termination of this Contract, including but not limited to provisions regarding warranty, indemnity, insurance, confidentiality, document retention, business ethics, and availability of information, shall survive such expiration, cancellation , or other termination. Notice: Any and all notices shall be in writing and addressed to the parties at the addresses specified below or such other addresses as either party may direct by notice given in accordance with this section and shall be delivered in one of the following manners: (i) by personal delivery, in which case notice shall be deemed to have been duly given when delivered; (ii) by certified mail, return receipt requested, with postage prepaid, in which case notice shall be deemed to have been dul y given on the date indicated on the return receipt; or (iii) by reputable delivery service (including by way of example and no t limitation Federal Express, UPS and DHL) which makes a record of the date and time of delivery, in which case notice shall be deemed to have been duly given on the date indicated on the delivery service’s record of delivery. If to PG&E: Pacific Gas and Electric Company Attn: EV Fleet Program Manager 300 Lakeside Drive Oakland, CA 94612 Email Address: EVChargeNetwork@pge.com If to Customer: Customer CompanyInput (Company Name) Customer AddressInput (Street Address) Customer CityZipInput (City, Zip) Customer NameInput (Name) The Parties have executed this Contract on the dates indicated below, to be effective upon the later date. City of Rohnert Park Company Name PG&E Pacific Gas and Electric Company PG&E Company Name Customer Signature2 Signature PG&E Signature Signature Customer Print2 Print PG&E Print Print Customer Title2 Title PG&E Title PG&E Contract Signer Title Customer SignedDate2 Date PG&E SignedDate Date Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Contract version revised 11.2024 Page 10 of 10 EV Fleet Program Terms and Conditions (“Contract”) Between City of Rohnert Park and Pacific Gas and Electric Company EXHIBIT A PROJECT SCOPE 600 Enterprise Drive, Rohnert Park, CA 94928 Vehicle Summary Description 2025 2026 2027 2028 2029 Total Medium Duty Vehicle 0 0 0 2 0 2 Charger (EVSE) Summary Description 2025 2026 2027 2028 2029 Total 33.2 kW (Dual Port) 0 2 0 0 0 2 EVSEs Anticipated Load (kW) 0 kW 66.4 kW 0 kW 0 kW 0 kW 66.4 kW Please note that your project was scoped based on the make, model, and power level of your EV chargers, as described in the preliminary design. Changes to your EV charger selection may impact the charger load of your project. If you would like to change your charger selection, please consult with your Project Manager before charger purchase so they can ensure the alternative chargers will be compatible with your project’s design. PG&E reserves the right to recover additional costs associated with any changes you request to your project scope. Service Description Main Service Size (Amps) 1000 (Oversized) Voltage and Phase 120/208V Three Phase Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Page 1 of 2 Appendix A Appendix A PG&E EV FLEET PROGRAM PARTICIPANT DATA REPORTING REQUIREMENTS EV Fleet program participants are required to provide site, equipment, and utilization data for at least 5 years from the time chargers are operational. Sites are required to install chargers with Application Program Interface (API) communication capability. Below are the data and metrics that may be collected by PG&E through the API. PG&E will contact EVSPs after EVSEs are activated to initiate API testing. Upon activation, Customer must give consent to their EVSP to provide API data to PG&E and its agents and representatives. Customer agrees to receive and respond to customer surveys throughout the project lifecycle including post - installation, upon request of PG&E or an associated party. Off-road vehicles: Sites with off-road vehicles are excluded from API requirements but must install a separate meter that is dedicated for EV charging. In addition, due to the need for PG&E to report charger usage data to the CPUC, no form of generation or distributed generation (including solar and battery storage) may be installed onto this meter panel until five years after the date of project activation. Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Page 2 of 2 Appendix A Table 1. Data collected from API Category Metrics Site • Pricing Structure ($/kWh, $/hour, subscription, free, flat fee, other) (for public charging stations only) • Street Address • City • State • Zip Code Equipment • EVSE Manufacturer • EVSE Model • EVSE Model number • EVSE Serial Number • EVSE ID (for public charging stations only) • Demand Max (Maximum rated kW for each EVSE) • Number of ports on associated EVSE • Gateway or non-gateway Sessions Data for each charging session that occurs at the site • Maximum rated kW of each port • Start date and time of session • End date and time of session • Equipment outages • Reason for outage • Date and time of when outage started • Date and time of when outage ended • Number of kWh consumed during the session • Average demand (kW) per session • Maximum demand (kW) per session • Total dollar amount charged to the driver for the charging session (for public charging stations only) • Demand charge ($/kW) (for public charging stations only) • Payment type (for public charging stations only) • Anonymous unique driver ID for each driver/user • Vehicle Make • Vehicle Model • Vehicle Year • Vehicle Type (BEV, PHEV) Session Intervals 15-minute interval data for each charging session • Start date and time of interval • End date and time of interval • Number of kWh consumed during the session interval • Average demand (kW) per session interval • Maximum demand (kW) per session interval Port Intervals 15-minute interval data for each port each day (96 intervals/port/day) • Start date and time of interval • End date and time of interval • Number of kWh consumed during the interval • Average demand (kW) per interval • Maximum demand (kW) per interval Clean Energy Transportation Pacific Gas and Electric Company 300 Lakeside Drive Oakland, CA 94612 Page 1 of 4 Appendix B Appendix B CPUC’S SAFETY REQUIREMENTS CHECKLIST FOR CPUC-APPROVED TRANSPORTATION ELECTRIFICATION PROGRAMS Transportation Electrification Safety Requirements Checklist D.18-01-024/D.18-05-040 Page 2 of 4 Appendix B SAFETY REQUIREMENTS CHECKLIST FOR CPUC-APPROVED TRANSPORTATION ELECTRIFICATION PROGRAMS [Note: Each sponsoring utility must ensure that the following Pre-construction, Construction, and Operational standards are met and report on their compliance at quarterly Program Advisory Council meetings. These requirements are the minimum safety precautions the utilities should meet.] Terminology Defined1 Acronym Definition EV Electric Vehicle UL Underwriters Laboratory EVSE Electric Vehicle Supply Equipment safely connects the AC electricity grid at a site to the EV. Sometimes used more broadly to refer to the charging equipment, not including the make- ready infrastructure or other charging infrastructure. May include multiple connectors to charge several EVs or to serve EVs with different types of connectors (e.g., SAE CCS and CHAdeMO) SAE Society of Automotive Engineers ADA Americans with Disabilities Act AHJ Authority Having Jurisdiction, as defined by Article 100 of the 2017 National Electric Code: An organization, office, or individual responsible for enforcing the requirements of a code or standard, or for approving equipment, materials, an installation, or a procedure.2 J-1772 Standard An SAE standard for electrical and physical interface to facilitate a safe connection from the EVSE for conductive charging 1 See D.18-01-024 at Appendix A. 2 2017 NEC Article 100, Definitions, includes an informational note regarding AHJ: “The phrase ‘authority having jurisdiction’ or its acronym AHJ, is used in National Fire Protection Association (NFPA) documents in a broad manner, since jurisdictions and approval agencies vary, as do their responsibilities. Where public safety is primary, the authority having jurisdiction may be a federal, state, local, or other regional department or individual such as a fire chief; fire marshal; chief of a fire prevention bureau, labor department, or health department; building official; electrical inspector; or others having statutory authority. For insurance purposes, an insurance inspection department, rating bureau, or other insurance company representative may be the authority having jurisdiction. In many circumstances, the property owner or his or her designated agent assumes the role of the authority having jurisdiction; at government installations, the commanding officer or departmental official may be the authority having jurisdiction.” Transportation Electrification Safety Requirements Checklist D.18-01-024/D.18-05-040 Page 3 of 4 Appendix B Acronym Definition Level 1 Charging Charging via AC electrical connection at 120 volts and up to 16 amps, or 1.9 kW. Level 2 Charging Charging via AC electrical connection at 208 volts or 240 volts at up to 80 amps. DC Fast Charging Charging via DC electrical connection using off-board AC/DC equipment at a fast rate. Not all EVs have this connector. CHAdeMO and/or CCS Charging Connector Standards There are three types of standard charging connectors for Direct Current Fast Charging. Vehicles capable of DC fast charging will have one of these ports on the vehicle. Other nonstandard connectors include Tesla and BYD. Most public DCFC currently deployed in California includes standard CHAdeMO and/or CCS Type 1 charging connectors. IOU(s) Investor Owned Utility(ies) EVITP Training The Electric Vehicle Infrastructure Training Program provides electricians with training for the installation of EVSE. EVITP is a collaboration of industry stakeholders, including automakers, EVSE manufacturers, educational institutions, utility companies, and electric industry professionals. More information is available at https://evitp.org. NRTL Nationally Recognized Testing Lab Pre-construction: These EV charging equipment safety requirements must be specified in procurement documents: 1. Charging equipment must be certified by a Nationally Recognized Testing Lab (NRTL). 2. Infrastructure must comply with applicable safety performance requirements associated with the type of TE infrastructure being installed. • For light-duty vehicles, compliance with the Society of Automotive Engineers (SAE) J-1772 Standard for Level 1 or Level 2 charging. Compliance with CHAdeMO and CCS for DC fast charging would be appropriate evidence of compliance with this requirement. • For other types of TE infrastructure, including any non-standardized EVSE, the following basic connector safety measures will be required: • A passing EVSE safety performance evaluation report performed by a Nationally Recognized Testing Lab (NRTL); • When not connected, the vehicle inlet and the EVSE connector must be designed to prevent direct contact with any live components; • The vehicle inlet and EVSE connector shall be free of sharp edges and potentially injurious protrusions; • The coupler between the vehicle and the EVSE should avoid or mitigate any potentially hazardous conditions such as fires, electrical shock to users, or other personal injuries. 3. Infrastructure and its planned installation must comply with California Electrical Code Article 625.1 4. Infrastructure and its planned installation must comply with the Americans with Disabilities Act (ADA), 42 U.S.C. § 12101 et seq., and California Building Code Chapter 11B, 2 if applicable, per the AHJ where the EVSE will be installed, unless the appropriate waiver is obtained from local authorities. 2 California Electrical Code Article 625 covers Electric Vehicle Charging System safety and standards as installed in place. California Code of Regulations, Title 24, Article 625. 3 California Building Code Chapter 2 includes definition associated with electric vehicle charging stations. CBC Chapter 11B defines requirements for ‘Accessibility to Public Buildings, Public Accommodations, Commercial Buildings, and Public Housing.’ Transportation Electrification Safety Requirements Checklist D.18-01-024/D.18-05-040 Page 4 of 4 Appendix B 5. Outdoor-mounted EVSE must be rated to be installed for outdoor use. 6. For utility infrastructure work on the customer side of the meter, contractors must provide proof of EVITP Certification prior to construction. 7. Contractors must provide the utility proof of a full site assessment, including the appropriate load calculations to ensure existing infrastructure can accommodate additional EV load, or that appropriate infrastructure upgrades will be completed. During Construction: 1. All utility infrastructure work on the customer side of the meter not performed by employees of the IOUs shall be performed by fully licensed electricians. For commercial installations, all electrical contractors should hold a valid C-10 contractor’s license. 2. Installations will be designed per Article 625 of the California Electrical Code. Operational Safety: 1. Overcurrent protection associated with utility transformers and distribution circuits that feed power to the charging stations. 2. Overcurrent protection in the meter pedestal/circuit breaker panel that feeds each of the charging stations. 3. Bollard equipment protection installed where appropriate as defined by utility design standards and AHJ requirements. 4. Concrete parking stops to protect equipment where appropriate as defined by utility design standards and AHJ requirements. Clean Energy Transportation Pacific Gas and Electric Company 77 Beale Street San Francisco, CA 94105 EV Fleet Oversized Switchgear Acknowledgement (4.15.2022 Version) Page 1 of 1 Internal October 3, 2025 PG&E’s EV Fleet Program Oversized Switchgear Acknowledgement PG&E’s EV Fleet Program has agreed to allow, City of Rohnert Park (FLEET013367250, 600 Enterprise Drive) to install a switchgear that exceeds the load outlined in Exhibit A of the EV Fleet Contract. PG&E will agree to adjust its EVSE Supply Infrastructure to accommodate the increased switchgear capacity, at PG&E’s expense to be paid out of EV Fleet Program funds, on the terms set forth below. By signing this document, City of Rohnert Park (FLEET013367250, 600 Enterprise Drive) acknowledges the following: 1. The additional switchgear capacity must solely be used for the purpose of supplying power to future electric vehicle charging load as dictated by the California Public Utilities Commission in Decision 18 - 05-040. If the Customer fails to comply with this guidance, PG&E in its sole discretion may require the Customer to reimburse PG&E for additional costs incurred by PG&E to accommodate the larger switchgear, such as costs of equipment and installation , that PG&E determines were not eligible for EV Fleet Program funding. 2. PG&E will only energize the capacity required to supply the charging load required for EV charging as outlined in Exhibit A of the Contract. Future service capacity expansion requests must be made directly to PG&E’s Service Planning department. Such expansions are not funded by the EV Fleet Program, and consequently any additional service capacity equipment, installations or related work performed outside of the EV Fleet Program will be at the Customer’s expense and its liability. 3. The cost of the switchgear is not eligible for EV Supply Infrastructure Incentives and will be excluded from any incentive calculations. ________________________________ Signature ________________________________ Company Name ________________________________ Print Name ________________________________ Date ________________________________ Title LP LP LP LP LP LP BO BO BOBOBO BO BO BOBO 20 ' BO Drawing: P:\219\219-0393\Site\_B3_2025 SITES\City of Rohnert Park (Corp Yard)_FLEET013367250\Preliminary Design\CAD files\FLEET013367250_PD.dwg; Layout1 Plot by: cburger Sep 07, 2025 - 2:47pm SCALE: AS NOTED OF SHEETS SHEET NO.CH. BY DR. BY DATE CONSULTANT PG&E EV FLEET CHARGING PROGRAM FLEET013367250 CITY OF ROHNERT PARK (CORPORATE YARD) 600 ENTERPRISE DRIVE, ROHNERT PARK, CA 94928 PRELIMINARY DESIGN AVC CRB 08-29-2025 1 1 ENTERPRISE DR PROPOSED SYMBOL LEGEND: BTM BOLLARD TTM BOLLARD BTM CHARGEPOINT [CP6000] DUAL PORT EVSE BTM METER SERVICE (COMBINATION) TTM PAD MOUNT TRANSFORMER TTM RISER POLE TTM UNDERGROUND CONDUIT LINE BTM UNDERGROUND CONDUIT LINE LIMITS OF WORK CONCRETE BO LIMITS OF WORK PROPOSED 1000A, 208/120V METER SERVICE (OVERSIZED) PROPOSED 75KVA, 12/21KV-208/120V PADMOUNT TRANSFORMER INSTALL 45'-2 POLE WITH 3-PT44/10T RISER FUSE 3-1/0AL EPR IN 1-4" DUCT 1-1000AL QPX IN 3-5" DUCT EXISTING BUILDING PROPERTY LINE STALL AND STATION COUNT IMPACTED EXISTING QUANTITY FLEET STALLS 5 TOTAL 5 PROPOSED EV CHARGING QUANTITY FLEET STALLS 4 TOTAL 4 EV CHARGING STATIONS QUANTITY LEVEL 2 (19.2 KW NOMINAL / 16.6 KW ACTUAL) DUAL PORT - PEDESTAL MOUNT 2 TOTAL 2 ANTICIPATED LOAD TOTAL KW CHARGEPOINT CP6000 @ 16.6 KW PER PORT 66.4 CHARGER BANK DEMAND LOAD (AMPS @ 208V)184.3 OWNER: CITY OF ROHNERT PARK APN: 143-051-089 OWNER: SONOMA-MARIN AREA RAIL TRANSIT DISTRICT APN: 143-051-088 OWNER: STATE OF CALIFORNIA APN: 143-061-026 BILL OF MATERIALS ITEM UNIT QUANTITY TTM 75KVA, 12/21KV-208/120V, 3Ø, PAD MOUNT TRANSFORMER WITH CONCRETE PAD EACH 1 TTM 45'-2 POLE EACH 1 TTM PT44/10T RISER FUSE EACH 3 BTM 1000A, 208/120V, 3Ø, METER SERVICE (COMBINATION) - PEDESTAL MOUNT (OVERSIZED) EACH 1 BTM 1-1/2" PVC CONDUIT LF 95 TTM 4" PVC CONDUIT LF 30 TTM 5" PVC CONDUIT LF 35 BTM (4) #1 AWG THWN-2 CU + (1) #4 AWG THWN-2 CU EGC LF 115 TTM 1/0AL EPR LF 240 TTM 1000AL QPX LF 25 TTM 36" WIDE OPEN CUT TRENCH - HARDSCAPE LF 25 TTM 36" WIDE OPEN CUT TRENCH - SOFTSCAPE LF 15 BTM 24" WIDE OPEN CUT TRENCH - HARDSCAPE LF 55 TTM RESTORE ASPHALT PAVEMENT SF 70 BTM RESTORE ASPHALT PAVEMENT SF 100 TTM RESTORE SOFTSCAPE SF 45 TTM BOLLARD EACH 6 BTM BOLLARD EACH 10 BTM EV CHARGER FOUNDATION EACH 2 NOTES: 1.ALL QUANTITIES ARE ESTIMATED AND SHOULD BE VERIFIED BY THE CONTRACTOR. 2.ASSUMED STANDARD RATED EQUIPMENT WILL BE USED. 3.THE CUSTOMER IS RESPONSIBLE FOR THE REMOVAL AND RESTORATION OF LANDSCAPING/TREES AND IRRIGATION PRIOR TO CONSTRUCTION. 4.THE SITE IS LOCATED IN FLOOD HAZARD ZONE X. 5.LOAD RESTRICTIONS REQUIRED: NONE 6.CUSTOMER REQUESTED OVERSIZED SWITCHGEAR AT 1000A. 7.3RD PARTY EASEMENT REQUIRED. *LINEAR FOOTAGE QUANTITIES INCLUDE VERTICAL TRAVEL 0 10 20 30 60 SCALE IN FEET ITEM NO. 8.H. 4929-8163-2884 v1 1 Meeting Date: October 28, 2025 Department: City Administration Submitted By: Marcela Piedra, City Manager Prepared By: Kevin King, Sr. Management Analyst Agenda Title: Adopt a Resolution to Approve a Second Amendment to the Exclusive Agreement to Negotiate between the City of Rohnert Park and CenterCal Properties, LLC for the development of 6400 State Farm Drive, and Authorize the City Manager to Continue Negotiations with CenterCal Properties. RECOMMENDED ACTION: Adopt a resolution to approve a Second Amendment to Exclusive Agreement To Negotiate between the City of Rohnert Park (“City”) and CenterCal Properties, LLC (“Center Cal”), and thereby extend the Preliminary Stage of the Negotiating Period to Dec. 31, 2025, and authorize the City Manager to continue negotiations with CenterCal Properties. BACKGROUND: The City is the owner of an approximately 29.88-acre parcel of real property, commonly known as 6400 State Farm Drive, Rohnert Park (Assessor Parcel Number 143-051-072-000)(the “Property”). The Property is located within the Central Rohnert Priority Development Area Plan (“PDA Plan”), with an approved Environmental Impact Report (“PDA EIR”) prepared in accordance with the requirements of the California Environmental Quality Act (“CEQA”) and a Mitigation Monitoring and Reporting Plan (“PDA MMRP”). In addition to being within the PDA Plan area, the Property is located within the Station Center Subarea and Downtown District Amenity Zone (“DDAZ”) as designated in the PDA Plan. On March 4, 2023, the City Council adopted Resolution No. 2023-019, determining the Property is “exempt surplus land” pursuant to provisions of the Surplus Land Act, Government Code Section 54221; and on April 14, 2023, the State of California, Department of Housing and Community Development (HCD), notified the City that it concurred with the City’s determination. On November 1, 2023, the City issued a Request for Qualifications (“RFQ”) for development of the Property, and on August 27, 2024, City Council supported staff’s recommendation and selected CenterCal, a commercial real estate developer and property manager, from a choice of five developers who responded to the RFQ. On October 22, 2024, through approval of Council Resolution 2024-092, the City and CenterCal entered into an Exclusive Agreement to Negotiate (“ENA”) in order to set forth the terms under which the Parties will enter into an exclusive relationship to negotiate in good faith a detailed non-binding term sheet with respect to the Project (“Term Sheet”) which, if negotiations are successful, will be Mission Statement “We Care for Our Residents by Working Together to Build a Better Community for Today and Tomorrow.” CITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT ITEM NO. 8.H. 4929-8163-2884 v1 2 presented to the City Council for approval prior to the expiration of the Preliminary Stage of the Negotiating Period. If the City Council approves the Term Sheet prior to the expiration of the Preliminary Stage of the Negotiating Period, the Agreement also establishes procedures and standards for the good faith negotiation and drafting of a comprehensive proposed Disposition and Development Agreement (“DDA”), consistent with the Term Sheet, during what is defined as the DDA Stage of the Negotiating Period. It is contemplated that the DDA would address, among other things, the City’s conveyance to CenterCal, subject to CenterCal meeting performance milestones to be set forth in the DDA, of all of the Property via multiple phased closings, and CenterCal’s implementation, either itself or in cooperation with one or more vertical developers, of the Project. As authorized pursuant to Section 3.3 of the ENA, on April 30, 2025, the City Manager extended the Preliminary Stage of the Negotiation Period to August 18, 2025; and on Aug. 12, 2025, the City Council approved a First Amendment To Exclusive Agreement To Negotiate (“First Amendment”) to extend the Preliminary Stage of the Negotiation Period to October 31, 2025 (Resolution 2025-059). This item, seeking approval of a Second Amendment to Exclusive Agreement To Negotiate (“Second Amendment”) between the City and CenterCal, is being presented to the City Council because city staff and representatives of CenterCal need additional time to finalize the Term Sheet and any further extensions of the Preliminary Stage of the Negotiation Period requires the approval of the City Council. ANALYSIS: The ENA provides that the Negotiating Period will be conducted in two stages, the Preliminary Stage and the DDA Stage, each with its own set of deadlines that are dependent on specific milestones being met. The Preliminary Stage began when the ENA was approved by the City Council on October 22, 2024, and was to expire 150 calendar days thereafter. However, as authorized pursuant to Section 3.3 of the ENA, on April 30, 2025, the City Manager extended the Preliminary Stage of the Negotiation Period to August 18, 2025; and later, on August 12, 2025, the City Council approved the First Amendment to extend the Preliminary Stage of the Negotiation Period to October 31, 2025. At this juncture, city staff and representatives of CenterCal have been making good progress towards finalizing a Term Sheet, which along with the draft Conceptual Design of the proposed Project, must be presented to and approved by the City Council prior to expiration of the Preliminary Stage. However, the Parties need additional time to finish preparing the Term Sheet and anticipate a need for more time, to December 31, 2025, to finalize discussions on terms before it will be ready for presentation to the City Council for its consideration. If the Preliminary Stage of the Negotiation Period is not extended, then either Party can then terminate the ENA, which is not recommended by city staff. It is staff’s recommendation that the City Council approve and authorize the City Manager to execute the proposed Second Amendment and thereby extend the Preliminary Stage of the Negotiation Period through December 31, 2025. Accordingly, city staff and representatives of CenterCal will be afforded the time needed to finalize a Term Sheet and present it, along with the Draft Conceptual Design, to the City Council for its consideration. If the Term Sheet and Draft Conceptual Design are not approved by the City Council before the expiration of the Preliminary Stage of the Negotiation Period, or December 31, 2025, then either Party can still terminate the ENA. If on the other hand, the Term Sheet and Draft Conceptual Design are approved by the City Council before the expiration of the Preliminary Stage of the Negotiation Period, then the Parties will embark upon the DDA Stage of the Negotiation Period as provided in the ENA. ITEM NO. 8.H. 4929-8163-2884 v1 3 ENVIRONMENTAL ANALYSIS: This action is exempt from CEQA because it does not qualify as a “project” pursuant to Public Resource Code Section 21065 and CEQA Guidelines Sections 15320, 15378 and 15061(b)(3), because it can be seen with certainty that there is no possibility the City’s action would cause either a direct physical change in the environment or a reasonably foreseeable indirect physical change in the environment. Further, As noted at the outset of this report, the Property is located within the area covered by the PDA Plan, as well as the DDAZ as designated in the PDA Plan. The City previously certified and approved the PDA EIR prepared in accordance with CEQA and adopted the PDA MMRP, in connection with the approval of the PDA Plan and the DDAZ. Accordingly any development resulting from the execution of the ENA, as amended by the First Amendment and Second Amendment, will be substantially consistent with the PDA Plan and hence covered by the PDA EIR and therefore subject to the provisions of the PDA MMRP. Thus, reliance on the PDA EIR for purposes of approval of this Second Amendment is appropriate at this time as there are no substantial changes to the project contemplated by the ENA, no substantial changes to the circumstances under which the project contemplated is undertaken, and there is no new information of substantial importance, which was not known at the time the PDA EIR was certified, which would otherwise require the preparation of a subsequent EIR or supplement to the PDA EIR in accordance with CEQA Guidelines Section 15162 and 15163, respectively. Furthermore, as provided in Section 5 and 9 of the ENA, the land use entitlements required for any development of the property remain subject to further CEQA review, and the City retains all discretion in accordance with the law to evaluate the environmental impacts of any proposed development to the extent not adequately addressed in the PDA EIR. The proposed Second Amendment does not modify in any way the provisions of Section 5 and 9 of the ENA. STRATEGIC PLAN AND COUNCIL PRIORITIES ALIGNMENT: This action is consistent with Council Strategic Plan Goal 2 (“Community Quality of Life”) and is Council Priority No. 1 for FY24/25 (“Continue to Make Progress on a Downtown”). OPTIONS CONSIDERED: 1. Adopt a resolution to approve a Second Amendment to the Exclusive Agreement to Negotiate between the City of Rohnert Park and CenterCal Properties, LLC for the development of 6400 State Farm Drive, and authorize the City Manager to continue negotiations with CenterCal Properties. (recommended) 2. Do not adopt a resolution to approve a Second Amendment to the Exclusive Agreement To Negotiate between the City of Rohnert Park and CenterCal Properties, LLC for the development of 6400 State Farm Drive, and accordingly direct the City Manager to terminate the ENA (not recommended) FISCAL IMPACT/FUNDING SOURCE: Same as under the terms of the agreement approved by City Council on October 22, 2024. Code Compliance Approval Date: N/A Department Head Approval Date: 10/21/25 Finance Approval Date: N/A ITEM NO. 8.H. 4929-8163-2884 v1 4 Human Resources Approval Date: N/A City Attorney Approval Date: 10/21/25 City Manager Approval Date: 10/21/25 Attachments: 1. A Resolution of the City Council of the City of Rohnert Park Approving and Authorizing the City Manager to Execute a Second Amendment to the Exclusive Agreement to Negotiate between the City of Rohnert Park and CenterCal Properties, LLC for the development of 6400 State Farm Drive LLC a. Second Amendment to the Exclusive Agreement to Negotiate with CenterCal Properties LLC for the Development of 6400 State Farm Drive RESOLUTION NO. 2025-079 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A SECOND AMENDMENT TO EXCLUSIVE AGREEMENT TO NEGOTIATE BETWEEN THE CITY OF ROHNERT PARK AND CENTERCAL PROPERTIES LLC FOR THE DEVELOPMENT OF 6400 STATE FARM DRIVE & AUTHORIZE THE CITY MANAGER TO CONTINUE NEGOTIATIONS WITH CENTERCAL PROPERTIES LLC WHEREAS, the City is the owner of an approximately 29.88-acre parcel of real property, commonly known as 6400 State Farm Drive in Rohnert Park, California (Assessor Parcel Number 143-051-072-000, as depicted on the County Assessor’s Parcel Map)(“Property”); and WHEREAS, City issued a Request for Qualifications (“RFQ”) for development of the Property on November 1, 2023, and following review of all submissions to the RFQ, determined that CenterCal Properties, LLC (“CenterCal”) would be best suited to develop the Property; and WHEREAS, the City and CenterCal entered into an Exclusive Agreement to Negotiate (“ENA”) on October 22, 2024, and approved as Resolution 2024- 092, in order to set forth the terms under which the Parties will enter into an exclusive relationship to negotiate in good faith a detailed non-binding term sheet with respect to the Project (“Term Sheet”) which, if negotiations are successful, will be presented to the City Council for approval prior to the expiration of the Preliminary Stage of the Negotiating Period, as defined in the ENA; and WHEREAS, if the City Council approves the Term Sheet prior to the expiration of the Preliminary Stage of the Negotiating Period, the Agreement also establishes procedures and standards for the good faith negotiation and drafting of a comprehensive proposed Disposition and Development Agreement (“DDA”), consistent with the Term Sheet, during the DDA Stage of the Negotiating Period, as defined in the ENA; and WHEREAS, pursuant to the authority provided in Section 3.3 of the ENA, and based on substantial progress by the Parties with respect to the negotiation of a Term Sheet, the City Manager extended the Preliminary Stage of the Negotiating Period beyond its initial 150 calendar day period, to August 18, 2025; and WHEREAS, pursuant to the authority provided in Section 3.3 of the ENA, and based on substantial progress by the Parties with respect to the negotiation of a Term Sheet, on Aug. 12, 2025, the City Council approved a First Amendment To Exclusive Agreement To Negotiate (“First Amendment”) to extend the Preliminary Stage of the Negotiation Period to October 31, 2025; and WHEREAS, while the Parties continued to make substantial progress towards negotiation of a Term Sheet within the period of time authorized by the First Amendment, the Parties require approximately two (2) months more time, to December 31, 2025, to be able to finalize a Term Sheet for presentation to the City Council and accordingly the extension of the Preliminary Stage of the Negotiating Period requires the approval of the City Council of a Second Amendment to Exclusive Agreement to Negotiate (“Second Amendment”) substantially in the form attached to this resolution as Exhibit A; now, therefore, be it Resolution 2025-079 Page 2 of 3 RESOLVED, by the City Council of the City of Rohnert Park that it hereby finds as follows: 1. Approval of the Second Amendment is exempt from CEQA because it does not qualify as a “project” pursuant to Public Resource Code Section 21065 and CEQA Guidelines Sections 15320, 15378 and 15061(b)(3), because it can be seen with certainty that there is no possibility the City’s action to approve the Second Amendment and extend the Preliminary Stage of the Negotiation Period would cause either a direct physical change in the environment or a reasonably foreseeable indirect physical change in the environment. 2. Furthermore, the City previously certified and approved an Environmental Impact Report (“PDA EIR”) prepared in accordance with the requirements of the California Environmental Quality Act (“CEQA”) and a Mitigation Monitoring and Reporting Plan (“PDA MMRP”), in connection with the approval of the Central Rohnert Priority Development Area Plan (“PDA Plan”) and the Station Center Subarea and Downtown District Amenity Zone (“DDAZ”) which encompasses and governs land use of the Property. 3. The ENA anticipates that CenterCal Properties will pursue land use entitlements that are consistent with the PDA Plan and the DDAZ and any development resulting from the execution of the ENA will be subject to the provisions of the PDA MMRP. 4. Reliance on the PDA EIR for purposes of approval of the Second Amendment is appropriate at this time as there are no substantial changes to the project contemplated by the Second Amendment, no substantial changes to the circumstances under which the project contemplated by the Second Amendment is undertaken, and there is no new information of substantial importance, which was not known at the time the PDA EIR was certified, which would otherwise require the preparation of a subsequent EIR or supplement to the PDA EIR in accordance with CEQA Guidelines Section 15162 and 15163, respectively. 5. Furthermore, as provided in Sections 5 and 9 of the ENA, the land use entitlements required for any development of the Property remain subject to further CEQA review, the City retains all discretion in accordance with the law to evaluate the environmental impacts of any proposed development on the Property proposed by CenterCal to the extent not adequately addressed in the PDA EIR, and nothing in the Second Amendment modifies or changes the requirements outlined in Sections 5 and 9 of the ENA; and, be it FURTHER RESOLVED, by the City Council of the City of Rohnert Park that a Second Amendment to Exclusive Agreement to Negotiate between the City of Rohnert Park and CenterCal Properties, LLC for the development of 6400 State Farm Drive, in the form attached hereto as Exhibit A and extending the Preliminary Stage of the Negotiating Period to December 31, 2025, is hereby approved; and, be it FURTHER RESOLVED, that the City Manager is hereby authorized to execute and to take all actions necessary to continue to implement the ENA, as amended by this Second Amendment to Exclusive Agreement to Negotiate, on behalf of the City of Rohnert Park. Resolution 2025-079 Page 3 of 3 DULY AND REGULARLY ADOPTED BY THE CITY COUNCIL OF THE CITY OF ROHNERT PARK ON this 28th day of October, 2025. CITY OF ROHNERT PARK ____________________________________ ATTEST: Gerard Giudice, Mayor ______________________________ Sylvia Lopez Cuevas, City Clerk APPROVED AS TO FORM: ______________________________ Michelle M. Kenyon, City Attorney Attachments: Exhibit A ADAMS: _________ ELWARD: _________ RODRIGUEZ: _________SANBORN: _________ GIUDICE: _________ AYES: ( ) NOES: ( ) ABSENT: ( ) ABSTAIN: ( ) 4915-4088-9716 v2 1 SECOND AMENDMENT TO EXCLUSIVE AGREEMENT TO NEGOTIATE THIS SECOND AMENDMENT TO EXCLUSIVE AGREEMENT TO NEGOTIATE (“Second Amendment”), dated for reference purposes as of October 28, 2025 (the “Effective Date”), is entered into by and between the CITY OF ROHNERT PARK, a California municipal corporation (“City”), and CENTERCAL PROPERTIES, LLC, a Delaware limited liability company (“Developer”). City and Developer are sometimes referred to individually herein as a “Party” and collectively as the “Parties.” RECITALS A. The City is the owner of an approximately 29.88-acre parcel of real property, commonly known as 6400 State Farm Drive, Rohnert Park, California, Assessor Parcel Number 143-051-072-000 (the “Property”), as depicted on the County Assessor’s Parcel Map attached hereto as Exhibit A. B. The Property is located within the Central Rohnert Park Priority Development Area Plan (“PDA Plan”), approved and adopted by the City Council on March 22, 2016, pursuant to Resolution No. 2016-28. Prior to the approval and adoption of the PDA Plan, on March 22, 2016, the City Council adopted Resolution No. 2016-27 certifying that the PDA Plan Final Environmental Impact Report (“PDA EIR”) was prepared in accordance with the requirements of the California Environmental Quality Act (“CEQA”) to evaluate the environmental impacts of the PDA Plan, adopted Findings of Facts, a Statement of Overriding Considerations, and a Mitigation Monitoring and Reporting Plan (“PDA MMRP”). C. The Property is located within the Station Center Subarea and Downtown District Amenity Zone (“DDAZ”) as designated in the PDA Plan. Thereafter, to further implement the PDA Plan, on November 27, 2018, the City Council adopted Ordinance No. 927 and thereby established form based zoning code provisions consistent with adopted design guidelines for a mixed use downtown environment within the DDAZ. D. On March 4, 2023, the City Council adopted Resolution No. 2023-019, determining the Property is “exempt surplus land” pursuant to provisions of the Surplus Land Act, Government Code Section 54221 et.seq. Thereafter, on April 14, 2023, the State of California, Department of Housing and Community Development (“HCD”), notified the City that it concurred with the City’s determination. Effective January 1, 2024, the Surplus Land Act was amended such that the basis for the aforementioned “exempt surplus land” determination by the City, as concurred by HCD, is now set forth in Government Code Section 54221 (f)(1)(H) (the “SLA Requirements”). E. City issued a Request for Qualifications (“RFQ”) for development of the Property on November 1, 2023. On August 27, 2024, the City Council, based on the statements of qualifications submitted in response to the RFQ, selected Developer to negotiate with City and to potentially become the master developer of a potential development project to include a mix of residential, commercial and public uses substantially consistent with the approved PDA Plan, DDAZ, and SLA Requirements (“Project”) on the Property. F. On October 22, 2024, City and Developer entered into that certain Exclusive Agreement to Negotiate (“Agreement”) in order to set forth the terms under which the Parties will 4915-4088-9716 v2 2 enter into an exclusive relationship to negotiate in good faith a detailed non-binding term sheet with respect to the Project (“Term Sheet”) which, if negotiations are successful, will be presented to the City Council for approval prior to the expiration of the Preliminary Stage of the Negotiating Period. If the City Council approves the Term Sheet prior to the expiration of the Preliminary Stage of the Negotiating Period, the Agreement also establishes procedures and standards for the good faith negotiation and drafting of a comprehensive proposed Disposition and Development Agreement (“DDA”), consistent with the Term Sheet, during the DDA Stage of the Negotiating Period, it being contemplated that the DDA would address, among other things, the City’s conveyance to Developer, subject to Developer meeting performance milestones to be set forth in the DDA, of all of the Property via multiple phased closings, and Developer’s implementation, either itself or in cooperation with one or more vertical developers, of the Project. G. Pursuant to the authority provided in Section 3.3 of the Agreement, and based on substantial progress by the Parties with respect to the negotiation of a Term Sheet, the City Manager extended the Preliminary Stage of the Negotiating Period to August 18, 2025. H. Thereafter, in accordance with Section 3.3 of the Agreement, on Aug. 12, 2025, the City Council approved a First Amendment To Exclusive Agreement To Negotiate (“First Amendment”) to extend the Preliminary Stage of the Negotiation Period to October 31, 2025. While the Parties continue to make substantial progress towards negotiation of a Term Sheet, the Parties require approximately two (2) months more time, to December 31, 2025, to be able to finalize a Term Sheet. NOW, THEREFORE, City and Developer hereby mutually agree as follows: AGREEMENTS 1. Incorporation of Recitals. The recitals set forth above, and all defined terms set forth in such recitals and in the introductory paragraph preceding the recitals, are hereby incorporated into this Second Amendment as though set forth in full. 2. Amended And Restated Section 3 of Agreement, as Amended by First Amendment. City and Developer hereby agree that Section 3 Negotiating Period of the Agreement, as amended by the First Amendment, is hereby amended and restated in its entirety to read as follows: 3. Negotiating Period. The Negotiating Period will be conducted in two stages as follows: 3.1 Preliminary Stage. The first stage of the Negotiating Period (“Preliminary Stage”) shall commence on the Effective Date and expire, unless extended as provided in Section 3.3 below, December 31, 2025. During the Preliminary Stage, the Parties shall diligently and in good faith work together to negotiate and present to the City Council, prior to expiration of the Preliminary Stage, for Council’s consideration and potential approval of a Term Sheet addressing matters described in the RFQ, the SLA Requirements, and such 4915-4088-9716 v2 3 other matters agreed upon by the Parties. Within five (5) calendar days of the Effective Date, the City shall provide Developer for its review and comment an initial outline of matters to be negotiated in the preparation of the Term Sheet. In connection with the negotiation of the Term Sheet, Developer shall submit to City: (a) a pro-forma budget identifying reasonably anticipated and estimated costs of purchasing the Property and constructing the Project, and identification of the anticipated equity and debt sources of such funds (“Sources and Uses”) within ninety (90) calendar days following the Effective Date; and (b) draft conceptual designs for the Project, which must include, a dimensioned and detailed site plan, parking and circulation plan, elevations or renderings of critical components of the proposed Project (e.g. major public spaces) as agreed during negotiation of the Term Sheet, tabulation of areas/uses, and anticipated parcelization plan and phasing plan for public infrastructure and Project improvements (“Draft Conceptual Design”) within thirty (30) calendar days following the Effective Date. The Sources and Uses shall be updated from time to time during the Preliminary Stage as the Parties may agree, and to the extent such information is available and reliable, shall include all estimated “hard” and “soft” costs and contingencies, shall identify the anticipated source of funds (e.g. Developer’s Principals’ capital contributions, third party loans, third party equity, etc.), and shall be accompanied by evidence reasonably satisfactory to City that Developer shall have the ability to secure (based on the anticipated source of funds identified) sufficient funds to meet all budget requirements for the Project. The Sources and Uses shall be updated in connection with presentation of the Term Sheet to the City Council for approval. Within thirty (30) days of receipt of the Draft Conceptual Design, City staff and Developer shall meet and confer to discuss any revisions thereto as may be desired or required to conform with the PDA Plan, PDA MMRP, DDAZ, or SLA Requirements. Developer shall thereafter make any agreed upon revisions and resubmit the revised Draft Conceptual Design to the City within thirty (30) days after said meet and confer. If the Parties fail to reach agreement on a mutually acceptable Term Sheet prior to expiration of the Preliminary Stage, either Party may terminate this Agreement by written notice to the other Party. Upon such termination, neither Party shall have any further rights or obligations under this Agreement, except as expressly set forth herein. If the Parties reach agreement on a mutually acceptable Term Sheet and Draft Conceptual Design, and such Term Sheet and Draft Conceptual Design are approved by the City Council, Developer, at its option, may nevertheless terminate this Agreement by written notice to City delivered within thirty (30) calendar days of the date of the City Council’s approval of the Term Sheet and Draft Conceptual Design, in which case neither Party shall have any further rights or obligations under this Agreement, except as expressly set forth herein. 3.2 DDA Stage. (a) If, and only if, prior to expiration of the Preliminary Stage, as may be extended pursuant to Section 3.3 below, the Parties reach agreement on a mutually 4915-4088-9716 v2 4 acceptable Term Sheet and Draft Conceptual Design, and the City Council approves the Term Sheet and Draft Conceptual Design, the Parties shall proceed to the second stage of the Negotiating Period (“DDA Stage”), which shall commence on the date the City Council approves the Term Sheet and Draft Conceptual Design, and unless extended as provided in Section 3.3 below, shall expire on the date which is eighteen (18) months thereafter. The City Manager or designee is authorized to approve amendments to this Agreement to the extent consistent with the approved Term Sheet. If a DDA has not been executed by City and Developer by the expiration of the DDA Stage (as may be extended pursuant to the term herein), then this Agreement shall terminate and neither Party shall have any further rights or obligations under this Agreement, except as set forth herein. (b) In connection with the negotiation of the DDA, the Sources and Uses shall be updated from time to time during the DDA Stage as the Parties may agree, and to the extent such information is available and reliable, shall include all estimated “hard” and “soft” costs and contingencies, shall identify the anticipated source of funds (e.g. Developer’s Principals’ capital contributions, third party loans, third party equity, etc.), and shall be accompanied by evidence reasonably satisfactory to City that Developer shall have the ability to secure sufficient funds (based on the anticipated source of funds identified) to meet all budget requirements for the Project. The foregoing notwithstanding, the Sources and Uses shall be updated no later than (i) ninety (90) calendar days following submission of applications for all required Project Approvals, and (ii) not less than ninety (90) calendar days prior to the scheduled presentation of a DDA to the City Council for its consideration of approval. (c) If Developer elects to proceed with the proposed Project in accordance with this Agreement, then within one hundred eighty (180) calendar days of City Council approval of the Draft Conceptual Design, Developer shall submit an application to the City for all required land use entitlements (e.g. use permit, design review, subdivision, etc., collectively the “Project Approvals”) needed for the Project based on the Draft Conceptual Design, and timely provide all information, data, plans and material requested by City to complete said applications. Developer acknowledges that City Council approval of the Draft Conceptual Design does not preclude further review and revision of the Project as may be desired by the Parties or required as part of the Project Approvals or CEQA review process. Developer shall use good faith efforts to prepare and provide all site plans, elevations, architectural details, landscape and planting plans (including evaluations of the health of existing tress on the Property), parking plans, and phasing plans as reasonably necessary and appropriate to secure the Project Approvals within the period of the DDA Stage. Developer shall pay all fees, costs and expenses associated with the application, review and processing of all required Project Approvals, and such fees, costs and expense shall not be charged against the Deposit. 3.3 Extensions The DDA Stage may be extended one or more times for a period not to exceed an additional ninety (90) calendar days by the City Manager or designee if such official determines in their sole discretion that such an extension is necessary to address delays related to CEQA compliance. Subject to approval by the City Council, which it may grant or deny in its sole 4915-4088-9716 v2 5 discretion, either stage of the Negotiating Period may also be extended by mutual written agreement of the Parties. 3. Applicable Law; Venue. This Second Amendment shall be construed in accordance with the law of the State of California, including its statutes of limitation, but without reference to choice of laws principles, and venue for any action under this Second Amendment shall be in Sonoma County, California. 4. Severability. If any provision of this Second Amendment or the application of any such provision shall be held by a court of competent jurisdiction to be invalid, void or unenforceable to any extent, the remaining provisions of this Second Amendment and the application thereof shall remain in full force and effect and shall not be affected, impaired, or invalidated. 5. Integration. This Second Amendment contains the entire understanding between the Parties relating to the matters set forth herein. All prior or contemporaneous agreements, understandings, representations, and statements, oral or written, are merged in this Second Amendment and shall be of no further force or effect. 6. Modifications. Any alteration, change, or modification of or to this Second Amendment, in order to become effective, shall be made in writing and in each instance signed on behalf of each Party. 7. Waiver of Lis Pendens. It is expressly understood and agreed by the Parties that no lis pendens shall be filed against any portion of the Property with respect to this Second Amendment or any dispute or act arising from this Second Amendment. 8. Interpretation. As used in this Second Amendment, masculine, feminine, or neuter gender and the singular or plural number shall each be deemed to include the others where and when the context so dictates. The word “including” shall be construed as if followed by the words “without limitation.” Unless otherwise expressly stated, “days” means calendar days. This Second Amendment shall be interpreted as though prepared jointly by the Parties. Titles and captions are for convenience of reference only and do not define, describe, or limit the scope or the intent of this Second Amendment or any of its terms. 9. Authority. Each person executing this Second Amendment on behalf of Developer does hereby covenant and warrant that: (a) Developer is created and validly existing under the laws of 4915-4088-9716 v2 6 Delaware; (b) Developer has and is duly qualified to do business in California; (c) Developer has full company power and authority to enter into this Agreement and to perform all of Developer’s obligations hereunder; and (d) each person (and all of the persons if more than one signs) signing this Second Amendment on behalf of Developer is duly and validly authorized to do so. 10. Non-Liability of Officials, Employees and Agents. No City council member, board member, commission member, official, employee, attorney or agent of City shall be personally liable to Developer, or any successor in interest to Developer, in the event of any default or breach by City of any representation, warranty, or covenant herein, or for any amount which may become due to Developer or any successor or on any obligation under the terms of this Second Amendment. No direct or indirect principal, member, partner, officer, director, employee, attorney or agent of Developer shall be personally liable to City, or any successor in interest to City, in the event of any default or breach by Developer of any representation, warranty, or covenant herein, or for any amount which may become due to City or any successor or on any obligation under the terms of this Second Amendment. 11. Next Business Day. In the event the date on which the City or Developer is required to take any action under the terms of this Second Amendment is not a business day, the action shall be taken on the next succeeding business day. 12. Joint and Several. If Developer consists of more than one entity or person, the obligations of Developer hereunder shall be joint and several. 13. Counterparts. This Second Amendment may be executed in counterparts, each of which shall be deemed an original but all of which together shall constitute one and the same agreement. 15. No Conflict of Interest. No member, official, or employee of City shall have any personal interest, direct or indirect, in this Second Amendment, nor shall any such member, official, or employee participate in any decision relating to this Second Amendment that affects their personal interests or the interests of any corporation, partnership, or association in which they are, directly or indirectly, interested. 4915-4088-9716 v2 [Signature Page to Second Amendment to Exclusive Agreement to Negotiate] IN WITNESS WHEREOF, the Parties have executed this Second Amendment as of the date first above written. CITY: DEVELOPER: CITY OF ROHNERT PARK, a California municipal corporation CENTERCAL PROPERTIES, LLC, a Delaware limited liability company By: By: Name: Marcela Piedra Name: Jean-Paul Wardy Title: City Manager Title: Chief Executive Officer ATTEST: ___________________________/_______ City Clerk Date APPROVED AS TO FORM: By: Michelle Marchetta Kenyon, City Attorney 4915-4088-9716 v2 EXHIBIT A – MAP OF PROPERTY 1 ITEM NO. 9.A. 4918-0888-1011 v2 Mission Statement “We Care for Our Residents by Working Together to Build a Better Community for Today and Tomorrow.” CITY OF ROHNERT PARK CITY COUNCIL AGENDA Meeting Date: October 28, 2025 Department: Development Services and Public Safety Submitted By: Ali Giudice, Development Services Director Prepared By: Bob Curry, Chief Building Official & Aaron Hall, Fire Marshal Agenda Title: Conduct a Public Hearing and Consider Waiving the Second Reading of and Adopting Ordinance 989, an Ordinance Repealing and Replacing Chapters 15.04 through 15.28 of Title 15 “Buildings and Construction” of the Rohnert Park Municipal Code to Adopt by Reference the 2025 California Building Standards Code (Title 24 of the California Code of Regulations (Parts 2, 2.5, 3, 4, 5, 6, 7, 9 with Local Amendments as Set Forth in Chapters 15.04 (General Provisions), 15.08 (Building Code), 15.12 (Residential Code), 15.16 (Electrical Code), 15.18 (Mechanical Code), 15.20 (Plumbing Code), 15.22 (Energy Code), 15.24 (Existing Building Code), 15.26 (Green Building Standards Code), 15.28 (Fire Code) and adding a new Chapter 15.30 (Wildland-Urban Interface Code) to Title 15 “Building and Construction” RECOMMENDED ACTION: Conduct the public hearing, and consider the waiving of the second reading and adoption of an ordinance repealing and replacing Chapters 15.04 through 15.28 of Title 15 “Buildings and Construction” of the Rohnert Park Municipal Code to adopt by reference the 2025 California Building Standards Code with local amendments as set forth in Chapters 15.04 (General Provisions), 15.08 (Building Code), 15.12 (Residential Code), 15.16 (Electrical Code), 15.18 (Mechanical Code), 15.20 (Plumbing Code), 15.22 (Energy Code), 15.24 (Existing Building Code), 15.26 (Green Building Standards Code), 15.28 (Fire Code) and 15.30 (Wildland-Urban Interface Code) to Title 15 “Building and Construction”; finding the ordinance exempt from review pursuant to section 15061(b)(3) of the California Environmental Quality Act. BACKGROUND: The California Building Standards Code (Title 24 of the California Code of Regulations and hereinafter “Standards”) includes the California Building, Residential, Electrical, Mechanical, Plumbing, Energy, Fire, and Existing Building Codes and the Green Building Standards. The Standards are maintained by the California Building Standards Commission (Commission) which generally updates, amends and republishes the Standards every three years. The Commission bases its 2 ITEM NO. 9.A. 4918-0888-1011 v2 updates on changes to national and international “model codes”, which reflect the best current understanding of the building industry on issues ranging from life safety to energy and water efficiency. The Commission published its most recent update to the Standards on July 1, 2025 (the 2025 Standards). Attachment 1 provides a very brief summary of a significant change included in 2025 Standards and a summary of the local amendments to re-adopt for the City Council’s reference. The City of Rohnert Park is a local jurisdiction with authority to implement and enforce the Standards. Under state law, the 2025 Standards, as published by the Commission, become effective to all occupancies throughout California on January 1, 2026. The California Health and Safety Code requires the City Council to adopt the 2025 Standards but also allows the City Council to adopt local amendments to the Standards based on local climatic, geological or topographical conditions, which the City has done in previous code cycles. If the City does not adopt local amendments to the 2025 Standards by January 1, 2026, the 2025 Building Standards go into effect without any local amendments. On October 14, 2025, the City Council introduced an ordinance that included the 2025 Standards with local amendments and set a public hearing date for the second reading on October 28, 2025. Staff has caused notice of this hearing to be published in accordance with Government Code section 6066. At that meeting the City Council directed staff to provide the following: Local Outreach: The City Council directed staff to provide outreach and on-going notification to affected parties. Since the introduction of the ordinance that occurred on October 14, 2025, staff have provided the following outreach: • Posted on social media • Posted flyers at the front entry of city hall and at the front counter • Delivered notice to the North Coast Builders Exchange and local developers • Published twice in the Community Voice newspaper. • Posted on the City’s website • Posted across city facilities such as the Senior Center, City Hall, Community Center, Library, and Police Department. In addition to the above, staff will be providing posting of flyers at local city sponsored events that will occur between now and January 1, 2026. Provide explanation regarding the use of discretion The Agenda Report distributed for the October 14, 2025 meeting staff included a summary discussion of local amendments with respect to electrical panel replacements and the need to replace certain types of panels due to safety reasons. This local amendment gives the building official, the discretion to allow panels to remain. This discretion is consistent with the discretion allowed by the California Building Standards Code. The state codes gives the building official discretion to allow 3 ITEM NO. 9.A. 4918-0888-1011 v2 alternate methods to comply with the code and consideration is typically given with report submitted by a qualified professional. The discretion allowed related to the panel replacement allows the applicant’s electrician to certify that the Federal Pacific or Zinsco panels have been tested and are safe. Panels that test as safe would not need to replaced. Recommendation: Staff is recommending that the City Council adopt the ordinance so that staff may file the local amendments with the Building Standards Commission. When the new code becomes effective on January 1, 2026, the City’s local amendments will also be in effect. STRATEGIC PLAN AND CITY COUNCIL PRIORITY ALIGNMENT: The adoption, implementation and enforcement of the 2024 Standards with local amendments supports the City Council goals of assuring Quality of Life and Planning and Infrastructure. ENVIRONMENTAL REVIEW: In accordance with California Environmental Quality Act (CEQA) Section 15061(b) (3), the proposed ordinance is not a project subject to CEQA in that there is no possibility that the activity in question may have a significant effect on the environment. OPTIONS CONSIDERED: None. Adopting the 2025 Building Standards with the City’s local amendments meets the requirements of state law. FISCAL IMPACT/FUNDING SOURCE: The fiscal impact of adopting the 2025 Standards with the proposed local amendments will be minimal. Department Head Approval Date: 10/16/2025 Finance Director Approval Date: NA City Attorney Approval Date: 10/20/2025 City Manager Approval Date: 10/20/2025 Attachments: 1. California Code of Regulations Title 24 - Changes from the 2022 Codes to the 2025 Codes 2. Ordinance 989 4 ITEM NO. 9.A. 4918-0888-1011 v2 ATTACHMENT 1 California Code of Regulations Title 24 Changes from the 2022 Codes to the 2025 Codes Significant Change: CALIFORNIA WILDLAND-URBAN INTERFACE CODE – PART 7 The new California Wildland-Urban Interface Code (CWUIC), based on the International Wildland-Urban Interface Code, was created by relocating chapters, sections and language from several parts of Title 24, including the California Building Code (Chapter 7A), California Residential Code (Section R337) and the California Fire Code (Chapter 49). Additionally, it incorporates other provisions from Title 24 (not relocated), and sections from Title 14 (Natural Resources) and Title 19 (Public Safety) of the California Code of regulations, and sections from the Government Code, the Health and Safety Code, and Public Resources Code. Summary of Local Amendments to be Re-Adopted 1. 15.04 – General Provisions a. Re-adopt provisions which allows refunds on fees paid. b. Re-adopt provisions which allow for adjustments to fees and covers the collection process for unpaid fees. c. Re-adopt existing violation and penalty provisions, as required by state law when adopting codes by reference. d. Re-adopt existing provisions related to the Building Appeals Board. e. Re-adopt provisions related to collection of unpaid fees and fines. 2. 15.08 – Building Code a. Re-adopt the local amendment that allows 6-foot fences with 2-feet of lattice to be exempt from building permits. b. Re-adopt the local amendments that allow the Building Official to require photographic evidence and managed unpermitted concealed construction. c. Re-adopt the local amendment which establishes requirements for slab construction, landing construction and downspout protection in recognition of the expansive soil conditions in the City. d. Re-adopt the local amendment which cross-references the Fire Code (Municipal Code Section 15.28) for address numbering and fire protection standards. e. Re-adopt the local amendment which requires developers to fund third- party expert special seismic inspections. f. Re-adopt the amendment that incorporates requirements for patio covers 5 ITEM NO. 9.A. 4918-0888-1011 v2 and grading within the body of the code. 3. 15.12 – Residential Code: a. Re-adopt the local amendments that clarify that all regulations of fire sprinklers is governed by Division 15.28 (Fire Code). b. Re-adopt the appendices that incorporate standard requirements for patio covers and pool safety. c. Re-adopt the local amendments that require Class A Roofing assemblies for all new construction or re-roofs to reduce the risk of fire spread. d. Re-adopt the local amendment that requires self-sealing or ember intrusion resistant vents for attics and crawl spaces to reduce fire risk 4. 15.16 – Electrical Code a. Re-adopt the local amendment that allows for replacement of Federal Pacific and Zinsco electrical panels in certain situations with clear direction to staff to use testing by qualified electricians to minimize conflicts between this requirement and PG&E standards. 5. 15.20 – Plumbing Code: a. Re-adopt the existing local amendment that specifies materials for water supply piping on private property in response to local soils condition b. Re-adopt the existing local amendment that incorporates appendices governing water supply sizing, explanatory notes on combination waste and vent, storm water system sizing, and installation standards for PEX piping. 6. 15.26 – Green Building Code: a. Re-adopt the Green Building Code with Tier 1 standards 7. 15.28 – Fire Code: a. Re-adopt the nuisance alarm notification requirements. b. Re-adopt existing requirements for the size and illumination of address signs to reduce potential confusion and response time. c. Re-adopt modifications to sprinkler requirements intended to promulgate efficient and cost effective sprinkler standards and make minor modifications to organization of requirements relating to additions, remodels, alterations or repairs. These modifications include requirements to install a single attic sprinkler and maintain spare sprinkler heads for detached one- and two- family dwellings and townhouses. d. Re-adopt the existing vegetation management requirements. e. Re-adopt modified fire flow and make minor change to hydrant spacing and fire access roads requirements to align with engineering standards. ORDINANCE NO. 989 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK, REPEALING AND REPLACING CHAPTERS 15. 04 THROUGH 15. 28 OF TITLE 15 “BUILDINGS AND CONSTRUCTION" OF THE ROHNERT PARK MUNICIPAL CODE TO ADOPT BY REFERENCE THE 2025 CALIFORNIA BUILDING STANDARDS CODE (TITLE 24 OF THE CALIFORNIA CODE OF REGULATIONS (PARTS 2, 2.5, 3, 4, 5, 6, 7, 9, 10 and 11) WITH LOCAL AMENDMENTS AS SET FORTH IN CHAPTERS 15. 04 ( GENERAL PROVISIONS), 15. 08 ( BUILDING CODE), 15. 12 ( RESIDENTIAL CODE), 15. 16 ( ELECTRICAL CODE), 15. 18 ( MECHANICAL CODE), 15. 20 (PLUMBING CODE), 15. 22 ( ENERGY CODE), 15. 24 ( EXISTING BUILDING CODE), 15. 26 ( GREEN BUILDING STANDARDS CODE), AND 15. 28 ( FIRE CODE) AND ADDING CHAPTER 15.30 (WILDLAND-URBAN INTERFACE CODE) TO TITLE 15 "BUILDING AND CONSTRUCTION" WHEREAS, the City is responsible for local enforcement of the California Building Standards Code, also known as Title 24 of the California Code of Regulations; WHEREAS, a triennial edition of the California Building Standards Code is published by the California Building Standards Commission approximately every three years based upon model codes specified in the California Health and Safety Code; WHEREAS, local jurisdictions responsible for enforcement of the California Building Standards Code must enact local administrative regulations in order to implement the California Building Standards Code; WHEREAS, on July 1, 2025, the California Building Standards Commission published the 2025 California Building Standards Code; WHEREAS, on January 1, 2026, the building standards and regulations contained in the 2025 California Building Standards Code become effective and applicable throughout the State of California; WHEREAS, local amendments may be adopted by the City of Rohnert Park to the California Building Standards Code pursuant to the California Health and Safety Code due to climatic, geological, or topographical local conditions. NOW THEREFORE, THE CITY COUNCIL OF THE CITY OF ROHNERT PARK, CALIFORNIA, does hereby ordain as follows: SECTION 1. Findings. The City Council finds that: A. The City is authorized and required to adopt the California Building Standards Code by reference pursuant to Health and Safety Code section 17922 and 17958, and has taken all actions required to do so pursuant to Government Code Section 50022. 2. B. In accordance with CEQA Section 15061(b) (3), this is not a project subject to CEQA in that there is no possibility that the activity in question may have a significant effect on the environment. C. This ordinance is enacted pursuant to Health & Safety Code Sections 17958. 5 and 17958. 7 and Government Code Section 50022. 2 to make local amendments to the California Building Standards Code. Ordinance No. 989 Page 2 of 22 D. The Council has reviewed the local amendments set forth herein and finds that they are consistent with and equivalent to changes or modifications previously filed by the City of Rohnert Park with the State Building Standards Commission in 2022 amending the 2022 Building Standards and there is no material change in regulatory effect to the standards in effect in the City of Rohnert Park as of September 30, 2025. Additionally, certain changes or modifications previously filed relate to home hardening and continue to be necessary due to local climatic, geologic or topographical conditions, as described below. E. As required Health and Safety Code 17958.7(a), the amendments to the California Building Standards Code adopted by this ordinance and as described in Chapters 15. 08 through 15. 28 are necessary for the protection of the public health, safety and welfare due to the local climatic, geologic or topographical conditions as described in findings 1 through 10 below. 1. Modification of California Building Code (CBC) Section 105.2 is necessary because the City' s topographic development pattern of residential parcels on relatively small lots necessitates the ability for some property owners to install screening fences in order to preserve private enjoyment of their property. 2. Modification to CBC Sections 107.2.9 and 110.7 are necessary because of the City' s topographic development pattern utilizing master home plans. The ability of the building official to secure photographic evidence and mitigate concealed construction is necessary to ensure safe and consistent implementation of approved plans. 3. Modification of CBC Section 420.17 and 1503.6 is necessary because the City is underlain by highly expansive soils with shrink- swell potential that can damage building foundations and concrete slabs. Rain gutters, downspouts, rain leaders, splash blocks and concrete landings all provide a means to keep rainwater away from foundations and slabs and minimize the potential for the underlying expansive soils to damage structures. 4. Modification of CBC Section 502 and California Fire Code (CFC) Sections 505.1, 505.1.1, 505.1.2, and 505.1.3 is necessary because the City's pattern of thick seasonal fog coupled with its many street cul-de-sacs and multi-family complexes and the distance between emergency response facilities require street numbers on buildings to be clearly visible at all hours in order to support emergency response. 5. Modification of CBC Section 1705.13.10 is necessary because the City is located near several known, active seismic faults that have a history of and the potential to cause severe ground movement, ground shaking, ground failure, land siding, lateral spreading and ground liquefaction. The design features that allow buildings to resist seismic damage are highly specialized and require special inspection expertise to ensure the design is implemented properly. 6. Modification of CBC Sections 1808.6.2.1 and 1907.2 is necessary' because The City is underlain by highly expansive soils and a high groundwater table, subjecting concrete slabs to locally unique foundation conditions. Minimum standards for engineered subgrade and slab reinforcement allow concrete slabs to better resist these soil conditions. 7. Modification of California Residential Code(CRC) Section R309.2.2, and CFC Sections 101.6, 202, 901.7, 902.1, 903.2, 903.2.22-24, 903.3, 903.3.1.1, Ordinance No. 989 Page 3 of 22 903.3.1.1.1, 903.3.1.2, 903.3.1.3.1, 903.4.2, 907.2, 907.2.8.1, is necessary because the City is bisected by Highway 101 and the Sonoma Marin Area Rail Transit (SMART) rail corridor. The railroad and freeway create barriers, which obstruct traffic patterns and delay response time for fire equipment. In addition, the City is located near several active seismic faults that have a history of and the potential to cause severe ground movement, ground shaking, ground failure, land siding, lateral spreading and ground liquefaction, which can damage infrastructure and delay response time. This creates the need for conservatively designed fire alarm and sprinkler systems which ensure rapid notice to emergency responders and ability to contain and suppress fires with sprinklers onsite. These conditions also create a need to ensure that emergency responders are not consistently called to false alarms. 8. Modification of CRC Sections R408.1, R806.1, and R902.1 and CFC Sections 304.1.3, 304.1.3.1, 304.1.3.2, 308.1.11 , 507.5.1, 507.5.1.1, Appendix B Section B105.1, Section B105.2, including Table B105.2, Appendix C Section C103.3, Appendix D Sections D103.2, D103.3, D103.4, D103.6, D106.1 and D106.2 is necessary because the City located at near the urban wildland interface and bordered on all sides by undeveloped community separator lands, which are crossed by overhead power lines. During the summer and fall months the combination of dry vegetation and seasonally high winds and temperatures have historically and are expected to continue to produce conditions where wildfires can occur. Modifications to the CRC to improve the fire resistance of residential construction help protect homes against embers from wildfires. Modifications to the CFC to ensure neighborhood vegetation is cleared helps minimize the spread of wildfires. Modifications to the CFD to increase the accessibility of fire fighting infrastructure including on and offsite fire hydrants, increased water flow and pressure and streets that can accommodate fire fighting equipment support the city' s ability to fight wildfire. 9. Modification of California Electrical Code (CEC) Section 230.79(E) is necessary because the City is bisected by Highway 101 and the SMART rail corridor. The railroad and freeway create barriers, which obstruct traffic patterns. Upgrading ageing and undersized electrical systems, when appropriately triggered, minimizes the risk of fire, which is exacerbated by the local conditions topographic conditions that delay emergency response. 10. Modification of California Plumbing Code (CPC) Sections 301.2.6 and 604.1 is necessary because the soils within the City are considered acidic, creating a deleterious effect on metal piping placed underground. While the adoption of the amendments to the California Building Standards Code and the adoption of Ordinances may not prevent the incidence of fire or potential building hazards, it is noted the implementation of these various amendments will reduce the severity and potential loss of life and loss of property. The following revisions to the Rohnert Park Municipal Code are made based on the findings set forth above and the record of proceedings for consideration of this Ordinance. SECTION 2. Chapter 15.04, " General Provisions and Penalties" of the Rohnert Park Municipal Code is repealed and replaced to read in entirety as follows: Ordinance No. 989 Page 4 of 22 “Chapter 15.04 - General Provisions Section 15.04.010 - Local administrative authority defined. A. Excepting California Building Code Appendix J— Grading, which is administered by the city engineer, and State Fire Marshal regulated sections of California Building Code and California Residential Code, which is administered by the fire code official, whenever the term " local administrative authority" or" authority having jurisdiction" is used in the codes adopted by Chapters 15. 04 through 15. 34, excepting Chapters 15. 28, in reference to a local official charged with the responsibility of carrying out the regulations adopted by said code, such local official shall be the building official. Said building official shall have all authority given to such official by said code. B. "Fire Code Official" is used in this Chapter, it shall mean the fire marshal or his/her designee. Section 15.04.020 - References to prior code. Unless superseded and expressly repealed, references in the City' s forms, documents and regulations to the Chapters and Sections of the past adopted regulations of the Rohnert Park Municipal Code, Title 15 - Building and Construction and any prior versions of the California Building Standards Code shall be construed to apply to the corresponding provisions contain within the currently adopted Rohnert Park Municipal Code, Title 15 - Building and Construction and the 2025 California Building Standards Code. Section 15.04.030— Application for permit; fees A. All applications for permits required by Chapters 15.04 through 15.34. with the exception of Chapter 15.28 shall be made to the building official in any form and detail, including any required plans, established by the building official. B. All applications for permits required by Chapter 15.28 shall be made to the Fire Code Official in the form and detail, including any required plans, required by the fire marshal. C. The City Council may establish fees, by resolution, for permit applications. Section 15.04.040— Fee refunds. A. Applications for refunds must be made in writing to the building official within one hundred eighty (180) days of the date the lee is paid. All applicants made after one hundred eighty (180) days will be rejected. B. One hundred per cent (100%) of a fee erroneously paid or collected may be refunded. C. Ninety percent (90%) of the plan review fee may be refunded when an application for a permit for which a plan review fee has been paid is withdrawn or cancelled or expires or becomes void before any plan Ordinance No. 989 Page 5 of 22 review effort has been expended. No portion of the plan review fee shall be refunded when any plan review effort has been performed. D. Ninety percent (90%) of the building, plumbing, electrical, and/ or mechanical permit fee may be refunded when a permit for which some or all of these permit fees have been paid is withdrawn or cancelled or expires or becomes void before any work was done and before any inspections are performed. No portion of these fees shall be refunded when any work was done and/or any inspections have been performed. E. The building official may authorize the refund of all or part of a fee in order to correct an error by the department. The details of such a refund shall be retained in project file. Section 15.04.050 - Adjustments to Permit Fees Paid A. Application for a fee adjustment must be made in writing to the building official within thirty (30) days of the date the fee is paid. B. The building official may authorize the adjustment of all or part of a fee in order to correct an error by the city. The details of such an adjustment shall be retained in project file. Section 15.04.060 - Violations and Penalties A. Any and all portions of work shall be complete and free of correction notices and or violations prior to the expiration of the permit or certificate authorizing said work or occupancy. B. The building official is authorized to serve a notice of violation or order on the person responsible for the erection, construction, alteration, extension, repair, moving, removal, demolition or occupancy of a building or structure in violation of the provisions of this code, or in violation of a permit or certificate issued under the provisions of this code. Such order shall direct the discontinuance of the illegal action or condition and the abatement of the violation. C. Any person who violates a provision of this code or fails to comply with any of the requirements thereof or who erects, constructs, alters or repairs a building or structure in violation of the approved construction documents or directive of the building official, or of a permit or certificate issued under the provisions of this code, shall be subject to penalties as prescribed by law. D. In addition to any other penalties that may be provided at law, any person, firm, corporation, or other entity violating any of the provisions of Chapters 15.08 through 15.34, or any of the provisions of the codes, as amended, adopted by reference in Chapters 15.08 through 15.34, is guilty of a misdemeanor and shall be subject to a fine not to exceed one thousand dollars or by imprisonment not to exceed six months, or both, unless deemed an infraction by the citing officer or prosecuting authority in the exercise of enforcement discretion. Penalties for offenses deemed an infraction shall be the maximum amounts authorized under Government Code section 36900. In the Ordinance No. 989 Page 6 of 22 discretion of the citing officer or prosecuting authority, penalties other than as set forth above may be applied to an offender for violations of Chapters 15.08 through 15.34 where a more specific penalty provision authorizes the imposition of such other penalties. E. Every violation shall be deemed a separate offense for each day or portion thereof during which such violation continues. F. In addition to applicable penalties, any and all portions of work completed without required permits shall be subject to fees for any additional plan review required and plus additional inspection fees. G. It shall be unlawful for any person to remove, mutilate, deface or conceal any notice or order including but not limited to a Stop Work Order, posted by the Building Official or an authorized representative. Any unauthorized removal or tampering shall constitute a violation of this code and shall be subject to the penalties provided in this section. Section 15.04.070— Means of appeal A. In order to hear and decide appeals of orders, decisions or determination made by the building official and the fire marshal, relative to the application and interpretation of this code, there shall be and is hereby created a board of appeals. The board of appeals shall be appointed by the City Council and shall hold office at its pleasure. The City Council may establish fees to recover the costs associated with these appeals by separate resolution. B. The board shall adopt rules of procedure for conducting its business and shall render all decisions and findings in writing to the appellant with a duplicate copy to the building official. Section 15.04.080 - Collection of Unpaid Fees and Fines Any unpaid fees and fines shall be subject to the same collection measures outlined in Chapter 1.24 of the Rohnert Park Municipal Code. SECTION 3. Chapter 15.08, "Building Code" of the Rohnert Park Municipal Code is repealed and replaced the follows: “Chapter 15.08 - Building Code 15.08.010 - Adopted – 2025 California Building Standards Code, Title 24, Part 2 “California Building Code". The 2025 Edition of the California Building Standards Code, known as the California Code of Regulations, Title 24, Part 2, incorporating the International Building Code, 2024 Edition, published by the International Code Council, one copy of which has been filed for use and examination by the public in the office of the building official, is adopted by reference, subject to the following additions and amendments to certain sections thereof which shall read and provide as set forth in this Chapter. Section 105.2 is amended, for the second exemption on the list of exemptions for Buildings to read, in relevant, part as follows: Ordinance No. 989 Page 7 of 22 Section 105.2 - Work exempt from permits. Buildings: (2) Fences not over 7 feet (2134 mm) high or fences totaling 8 feet in height consisting of solid 6 foot section with 2 foot of lattice on top. Section 107.2.9 is added to read: Section 107.2.9 - Additional Documentation. The Building Official may require photographic evidence, a physical inspection or similar documentation of existing conditions at time of building permit application for residential alterations and repairs. Section 110.7 is added to read: Section 110.7 - Concealed construction. Any and all portions of work covered or concealed without authorization by the building official shall be uncovered or unconcealed to allow for inspections set forth in Sections 110.3.1-110.3.12. The Building Official shall prepare and promulgate guidelines to assist with implementation of this section. Section 420.17 is added to read: Section 420.17- Splash Protection. All buildings of Group R Occupancy shall include a concrete landing at the exterior of garage side doors. The landing area shall be a minimum of nine sq. ft. (3'x3'). Section 502 is amended to read: Section 502 - Address Numbers. Address numbers shall meet the requirements specified in Fire Code section 505.1.1-505.1.3, as amended under Rohnert Park Municipal Code section 15.28.020. Section 1503.6 is added to read: Section 1503.6 - Splash Protection. Group R and U structures shall include rain gutters, downspouts, rain leaders and splash blocks. Section 1705.13.10 is added to read: Section 1705.13.10 - Special seismic inspector. Third- Party Inspection. All new structures consisting of Group R Occupancies or Group A. B, E, F, H, I, L, or M Occupancies with an occupant load of fifty or greater, shall employ a third- party inspector for the purpose of inspecting the components of the lateral load system. Third- party inspectors, similar to special inspectors as required elsewhere in Chapter 17, shall be approved by the building Ordinance No. 989 Page 8 of 22 official. All costs associated with the special seismic inspection process shall be borne by the developer. Section 1808.6.2.1 is added to read: Section 1808.6.2.1 - Slab- on- grade foundations. Unless conforming to Section 1808 in its entirety and other than pre- or post- tensioned slabs and engineered pier and grade beam foundations systems, buildings utilizing slab on grade construction shall be constructed on a building pad consisting of a minimum of thirty inches of engineered non- expansive fill material meeting the requirements of Table 1 below. The building pad area to receive the engineered non- expansive fill shall include an area at least five feet beyond the outside edge of the building foundation. The building pad area shall be over excavated to the proper depth and the grade scarified to a minimum depth of eight inches and shall be moisture conditioned and re- compacted to a minimum of ninety percent over optimum. The engineered non- expansive fill shall be placed in lifts not exceeding eight inches, brought to near optimum moisture content and compacted to a minimum of ninety percent of maximum dry density at or within two percent of the optimum moisture content. The depth of the engineered non- expansive fill shall be increased as necessary to maintain a minimum of twelve inches of the engineered non- expansive fill material under all footings, unless determined otherwise by the soils report/geotechnical engineer and approved by the building official. Lime treatment is an acceptable alternative to engineered non- expansive fill, providing that it is described within the project geotechnical report as an allowable alternative. Table 1. Non- expansive Fill Requirements Plasticity Index less than 13 Liquid Limit less than 50 Percent Soil Passing #200 Sieve between 5% & 45% Maximum Aggregate Size 3 inches Maximum Dry Density as determined by ASTM-D1557 test procedures Section 1907.2 is added to read: Section 1907.2 - Nonstructural concrete minimum reinforcement. All nonstructural concrete slabs within the building the building envelope are subject to the following. 1. All slabs shall have a minimum reinforcement of #3 rebar placed eighteen inches on center, each way. Reinforcement shall be placed on suitably sized supports, concrete cubes, or similar material approved by the building official, so as to suspend the reinforcement to mid plane in the slab. All exterior Ordinance No. 989 Page 9 of 22 concrete slabs shall have weakened plane joints at a maximum of ten feet intervals each way. 2. All slabs shall have a minimum sand or approved rock base cushion of not less than four inches in thickness placed immediately below the slab. Exception: Sidewalks and surfaces required under Section 1503. 6 – Splash Protection." Section 15.08.020 - Fire protection systems. Fire protection systems must comply with the requirements specified in Chapter 15.28 of this title. To the extent there is any conflict between the provisions of Chapter 15.28 of this title and the provisions of Chapter 9 of the 2025 California Building Standards Code, the provisions of Chapter 15.28 of this title shall govern. Section 15.08.030 - Appendix Chapters Added. Appendix Chapters I ( Patio Covers) and J ( Grading) shall apply to all structures and shall be considered as part of the body of the code as adopted in Section 15.08.010 and shall apply to all structures." SECTION 4. Chapter 15.12, "Residential Code" of the Rohnert Park Municipal Code is repealed and replaced the follows: “Chapter 15.12 - Residential Code Section 15.12.010 - Adopted - 2025 California Building Standards Code, Title 24, Part 2.5 California Residential Code." The 2025 Edition of the California Building Standards Code, known as the California Code of Regulations, Title 24, Part 2.5, incorporating the International Residential Code, 2024 Edition, published by the International Code Council, one copy of which has been filed for use and examination by the public in the office of the building official, is adopted by reference, subject to the following additions and amendments to certain sections thereof which shall read and provide as set forth in this Chapter. Section R309.2.2 is added to read as follows: Section R309.2.2 - Additions and alterations. Sprinkler systems shall be installed as required when the standards set forth in California Fire Code, Section 903.3.2 and Chapter 15.28 of this title are exceeded. Section R408.1 is amended to add the following after the first paragraph, in relevant part: Section R408.1 — Moisture control. All underfloor ventilation shall be self-sealing or ember intrusion resistant. Section R806.1 is amended to add the following after the first paragraph, in relevant part: Section R806.1 — Ventilation required. Ordinance No. 989 Page 10 of 22 All roof vents shall be self- sealing or ember intrusion resistant. Section R902.1 is amended to read as follows: Section R902.1 — Roof covering Materials. Roofs shall be covered with materials as set forth in Sections R904 and R905. A minimum Class A roofing assembly shall installed and tested in accordance with UL 790 or ASTM E 108. Section 15.12.020- Appendix Chapters Added. Appendix Chapters AH ( Patio Covers) and AX - Swimming Pool Safety Act shall be considered adopted as part of the body of the code as adopted in Section 15.12.010." SECTION 5. Chapter 15.16, “Electrical Code” of the Rohnert Park Municipal Code is repealed and replaced with the following: “Chapter 15.16 - Electrical Code Section 15.16.010 – Adopted - 2025 California Building Standards Code, Title 24, Part 3 “California Electrical Code”. The 2025 Edition of the California Building Standards Code, known as the California Code of Regulations, Title 24, Part 3, incorporating the “National Electrical Code,” 2023 Edition, published by the National Fire Protection Association, one copy of which has been filed for use and examination by the public in the office of the building official, is adopted by reference, subject to the following additions and amendments to certain sections thereof which shall read and provide as set forth in this chapter. Section 230.79 is amended to add a new paragraph (E), to read as follows: Sections 230.79 Rating of Service Disconnecting Means. (E) Modifications to Service Disconnecting Means in Existing One- or Two - Family Dwelling or Townhomes. For existing one or two family dwellings and townhomes, the service disconnecting means may require upgrades when any of the following requirements are exceeded: 1. When any other permit is applied for and the existing main service enclosure was manufactured by Federal Pacific or Zinsco, including such panels that have been rebranded. 2. When any other permit is applied for and the enclosure contains disconnecting mean on the load side of the service disconnect manufactured by Federal Pacific or Zinsco, including such panels that have been rebranded. 3. When Five (5) or more circuits are modified. 4. When any secondary power source is added. 5. When an addition increases the existing gross floor area by 50% or more. Ordinance No. 989 Page 11 of 22 6. When a remodel, alteration or repair to an existing building includes demolition, removal or repair of more than 50% of the structure (including walls, columns, beams or girders, floor or ceiling joists and coverings, roof rafters, roof diaphragms, foundations or similar components). For the purpose of applying this section, the following criteria shall be considered in the 50% threshold evaluation: a. The removal or demolition of more than 50% of the exterior or interior load bearing walls. b. Removal of the roof structure or ceiling thereby permitting installation of new circuits. Note: The rating requirements of the bus bar and enclosure for the service disconnecting means do not require the main service entrance conductors to be upgraded as long as the main service disconnect is rated to match the rating and sizing of the existing main service entrance conductors. Section 15.16.020 – Annex H added. Annex H - Administration and Enforcement, except articles 80.15 and 80.27, of the Appendix to the California Electrical Code is adopted.” SECTION 6. Chapter 15.18, “Mechanical Code” of the Rohnert Park Municipal Code is repealed and replaced the follows: “Chapter 15.18 - Mechanical Code Section 15.18.010 - Adopted - 2025 California Building Standards Code, Title 24, Part 4 “California Mechanical Code”. The 2025 Edition of the California Building Standards Code, known as the California Code of Regulations, Title 24, Part 4, incorporating the “Uniform Mechanical Code,” 2024 Edition, published by the International Association of Plumbing and Mechanical Officials, one copy of which has been filed for use and examination by the public in the office of the building official, is adopted by reference.” SECTION 7. Chapter 15.20, “Plumbing Code” of the Rohnert Park Municipal Code is repealed and replaced with the following: “Chapter 15.20 - Plumbing Code Section 15.20.010 - Adopted – 2025 California Building Standards Code, Title 24, Part 5 “California Plumbing Code”. The 2025 Edition of the California Building Standards Code, known as the California Code of Regulations, Title 24, Part 5, incorporating the “Uniform Plumbing Code,” 2024 Edition, published by the International Association of Plumbing and Mechanical Officials, one copy of which has been filed for use and examination by the public in the office of the building official, is adopted by reference, subject to the following additions and amendments to certain sections thereof which shall read and provide as set forth in this chapter. Section 301.2.6 is added to read: Ordinance No. 989 Page 12 of 22 Section 301.2.6 - Water supply materials All underground service supply lines shall be of non-metallic material consisting of either polyethylene, minimum class 160, Poly Vinyl Chloride (PVC), minimum schedule 40, PEX or PEX-AL-PEX. Metallic materials may be used when suitable protection, approved by the building official, is provided. Section 604.1 is amended to add the following as the first paragraph: Section 604.1 - Pipe, Tube, and Fittings. All underground service supply lines shall be of non-metallic material consisting of either polyethylene, minimum class 160, Poly Vinyl Chloride (PVC), minimum schedule 40, PEX or PEX-AL-PEX. Metallic materials may be used when suitable protection, approved by the building official, is provided. Section 15.20.020 – Appendixes Added. Appendices A (Recommended Rules for Sizing the Water Supply System), B (Explanatory Notes on Combination Waste & Vent Systems), D (Sizing Storm Drainage Systems) and I (Installation Standards) shall apply to all structures and shall be considered adopted as part of the body of the code as adopted in Section 15.20.010.” SECTION 8. Chapter 15.22, “Energy Code” of the Rohnert Park Municipal Code is repealed and replaced with the following: “Chapter 15.22 - Energy Code Section 15.22.010 - Adopted – 2025 California Building Standards Code, Title 24, Part 6 “California Energy Code”. The 2025 Edition of the California Building Standards Code, known as the California Code of Regulations, Title 24, Part 6, published by the California Building Standards Commission, one copy of which has been filed for use and examination by the public in the office of the building official, is adopted by reference.” SECTION 9. Chapter 15.24, “ Existing Building Code.” of the Rohnert Park Municipal Code is repealed and replaced the follows: “Chapter 15.24 - Existing Building Code 15.24.010 - Adopted – 2025 California Building Standards Code, Title 24, Part 10, “California Existing Building Code”. The 2025 Edition of the California Building Standards Code, known as the California Code of Regulations, Title 24, Part 10, published by the California Building Standards Commission, one copy of which has been filed for use and examination by the public in the office of the building official, is adopted by reference. Section 15.24.020 - Appendix Chapters Added. Ordinance No. 989 Page 13 of 22 Appendix Chapters A3 (Prescriptive Provisions for Seismic Strengthening of Cripple Walls and Sill Plate Anchorage of Light, Wood-Frame Residential Buildings and Appendix Chapter), A4 (Earthquake Risk Reduction in Wood- Frame Residential Buildings with Soft, Weak or Open Front Walls) shall be considered as part of the body of the code as adopted in Section 15.24.010." SECTION 10. Chapter 15.26, “Green Building Code” of the Rohnert Park Municipal Code is repealed and replaced with the following: “Chapter 15.26 - Green Building Standards Code Section 15.26.010 - Adopted – 2025 California Building Standards Code, Title 24, Part 11, “Green Building Standards Code” or “CALGreen”. The 2025 Edition of the California Building Standards Code, known as the California Code of Regulations, Title 24, Part 11, published by the California Building Standards Commission, including Appendix Chapter A4, Residential Voluntary Measures at Tier I level for New Residential Construction except Division A4.2 Energy Efficiency and Appendix Chapter A5, Nonresidential Voluntary Measures at Tier I level for New Non-Residential Construction except Division A5.2 Energy Efficiency, one copy of which has been filed for use and examination by the public in the office of the building official, is adopted by reference.” SECTION 11. Chapter 15.28 "Fire Code" of the Rohnert Park Municipal Code is repealed and replaced with the following: “Chapter 15.28 —Fire Code" Section 15.28.010— Adopted— 2025 California Fire Code. The 2025 Edition of the California Building Standards Code, known as California Code of Regulations, Title 24, Part 9, published by the California Building Standards Commission, including all indices and appendices B, C, D, E, F, G, I, J. K, L,N, 0, and P one copy of which has been filed for use and examination by the public in the office of the building official, are hereby adopted by reference with all California and local amendments, additions or deletions as including within this chapter. This chapter shall be known as the 2025 California Fire Code and may be cited and referred to as such. Section 15.28.020— 2025 California Fire Code - Amended. The 2025 California Fire Code adopted by reference in this Chapter 15.28 is amended by the additions, deletions, and amendments contained in this section. Section 101.6 is added to read: Section 101.6 - Other Applicable Standards. Where no applicable standards or requirements are set out in this Chapter, or contained within other laws, codes, regulations, ordinances or rules adopted by the City or its officials, compliance with applicable standards of the National Fire Protection Association or other nationally recognized fire safety standards or other recognized good engineering practices, as approved by the Fire Code Official Ordinance No. 989 Page 14 of 22 shall constitute compliance with this Chapter. Nothing herein shall derogate from the power of the Fire Code Official to determine compliance with codes or standards for those activities or installations within the Fire Code Official' s jurisdiction or responsibility. The Rohnert Park Department of Public Safety publishes Information Bulletins which summarize and/ or clarify interpretations of the above provisions. They are to be considered a portion of this Code, by reference, and used as a guideline. Section 202—is amended to add the following definitions of Alarm and Emergency, and amend the definition of False Alarm to read as follows Section 202 General Definitions ALARM. A signal from a residence or business location in the City of Rohnert Park which ends at the City Department of Public Safety offices, or at a central alarm company's office which in turn relays it to the Department of Public Safety offices and which causes City personnel to respond, or through any other means that result in Department of Public Safety personnel responding to the signal. EMERGENCY. An incident which requires a response by Department of Public Safety personnel. A response due to a failure, malfunction or other error, whether human or mechanical, which results in the transmission of an alarm to the Department of Public Safety is not an emergency. In the event that a question arises as to whether a response by City personnel was a response to an emergency as defined herein, the fire code official shall determine whether an incident constituted an emergency and his or her decision is final. FALSE ALARM. The willful and knowing initiation or transmission of a signal. message or other notification of an event of fire when no such danger exists, or an alarm to which City personnel or equipment have responded because of a report that an emergency existed and which did not require a response because the incident for which the alarm was given did not occur. Section 304.1.3 is amended to read: Section 304.1.3 – Vegetation Weeds, grass, vines or other growth that is capable of being ignited and endangering property, shall be cut down and removed by the owner or occupant of the premises. Vegetation clearance requirements are defined by Information Bulletin 060. Section 304.1.3.1 is added to read: Section 304.1.3. 1 - Hazardous vegetation and fuel management. Every person who owns or controls a lot or parcel of property within the City limits shall maintain them free from lumber and rubbish, weeds, grasses or Ordinance No. 989 Page 15 of 22 vegetative growth which contributes to the spread of wildfire. The Department of Public Safety shall perform an annual fuel management inspection program wherein every vacant parcel is evaluated for debris accumulation and vegetative growth before July 1. The property owner is notified of the results via a written notice. The property owner shall abate the hazard to comply with the department' s current standard. Should the property owner or manager fail to respond in a timely manner, the Fire Marshal is expressly authorized to have the property abated and pass the costs on to the property owner. The responsible party shall maintain the property in a safe condition thereafter. A second round of inspections shall occur by September 1 of each year with noticing and abatements to follow as necessary. The department is not limited to these two inspection intervals. Follow- up inspections shall be at the cost of the property owner at the rate prescribed by the current Fire Services Fee Schedule. Section 304.1.3.2 is added to read: Section 304.1.3.2 - Defensible space. Neighboring property. Persons owning, leasing, or controlling property within areas requiring defensible space are responsible for maintaining a defensible space on the property owned, leased or controlled by said person, within a distance of not less than 30 feet from any neighboring building or structure. Distances may be modified by the tire code official because of a site- specific analysis based on local conditions. Section 308.1.11 is added to read: Section 308.1.11 - Open Flames. The use of a fire pit or outdoor open flame burning is prohibited when" Red Flag Days" or " Spare the Air Days" are declared due to climactic conditions. Exception: cooking appliances such as a barbecue or outdoor griddle. Section 505.1 is amended to read: Section 505.1 - Address numbers. New and existing buildings shall have approved illuminated address numbers, building numbers or approved building identification placed in a position that is plainly legible and visible from the street or road fronting the property. Where access is by means of a private road and the building cannot be viewed from the public way, a monument, pole, or other approved sign or means shall be used to identify the structure. The numbers shall contrast with their background. Address numbers shall be Arabic numerals or alphabetical letters. Size and location of the Address Numbers shall be approved by the fire code official. Section 505.1.1 is added to read: Section 505.1.1 - One- and two- family dwellings. Address numbers for one and two family dwellings shall be a minimum of 4 inches in height with a minimum stroke width of one half(0.5) inches. Section 505.1.2 is added to read: Ordinance No. 989 Page 16 of 22 Section 505.1.2 - Numbers for other than one- and two-family dwellings. Each address identification character shall be not less than twelve (12) inches high with a minimum stroke of one inch. Suite and unit numbers shall not be less than six (6) inches high with a minimum stroke of three-quarters (0.75) inch or as approved by the fire code official. Section 505.1.3 is added to read: Section 505.1.3 - Added - Complex directory. Where two or more buildings cannot be viewed from the public way or when determined by the fire code official, an illuminated complex directory, monument, pole or other approved sign or means shall be used to identify the structures at the main entrances to the property. Section 507.5.1 is amended to read: Section 507.5.1 - Fire hydrant and fire main required locations. Where a portion of the facility or building hereafter constructed or moved into or within the jurisdiction is more than 150 feet from a hydrant on a fire apparatus access road, as measured by an approved route around the exterior of the facility or building, on-site fire hydrants and fire mains shall be provided where required by the fire code official. Exception: For Group R-3 and Group U occupancies, equipped throughout with an approved automatic sprinkler system installed in accordance with Section 903.3.1.1, 903.3.1.2 or 903.3.1.3, the distance requirement shall not be more than 600 feet. Section 507.5.1.1 is amended to read: Section 507.5.1.1 - Hydrant for Standpipe Systems Buildings equipped with a fire department connection shall have a fire hydrant within 50 feet of the fire department connection. Hydrants and fire department connections shall be on the same side of the fire department access. Exception: The distance shall be permitted to exceed 50-feet where approved by the fire code official. Section 901.7 is amended to add the following language after the second paragraph: Section 901.7 Systems out of service When a system is deemed out of service, the operator shall immediately provide current insurance documents and insurer's contact information to the fire code official. The operator or impairment coordinator shall also be responsible for contacting the insurer to inform them of changes in operation of the fire protection system. Section 902.1 is amended to include the following additional terms, as defined in Section 202, in alphabetical order: ALARM. Ordinance No. 989 Page 17 of 22 EMERGENCY. FALSE ALARM. Section 903.2 is amended to read: Section 903.2 Where Required. Approved automatic sprinkler systems shall be installed and maintained in all newly constructed buildings and structures and shall be provided in the locations described in Sections 903.2.1 through 903.2.24. Exceptions: 1. Detached Group U occupancies 1000 sq. ft. or less, as approved by the fire code official. 2. Detached pool houses up to 1000 sq. ft. in floor area within 50 feet of the pool and limited to a single bathroom. 3. Detached non-combustible motor vehicle fuel dispensing canopies classified as a Group M occupancy. 4. Detached Car Ports of non- combustible construction with no habitable space above. 5. Detached Group B or M occupancies 500 sq. ft. or less. 6. Accessory Dwelling Units where specifically exempted by OSFM Information Bulletin. Section 903.2.22 is added to read: Section 903.2.22 - Changes of occupancy. When the fire code official determines, based on life and fire risk, that a proposed use or occupancy classification is more hazardous than an existing use or occupancy classification, including the conversion of residential buildings to condominiums, then no change of use or occupancy shall be made unless such structure is made to comply with the requirements for a newly constructed building. Section 903.2.23 is added to read: Section 903.2.23 - Additions, remodels, alterations or repairs. An automatic fire sprinkler system shall be provided as follows: 1. An automatic fire sprinkler system shall be provided in an existing one or two-family dwelling when additions increase the area by 50% or more calculated by existing gross floor area. 2. An automatic fire sprinkler system shall be provided in an existing nonresidential building when additions increase the area by 25% or more calculated by existing gross floor area. 3. Additions to existing Group R. Division 1 occupancies that result in additional guest rooms or dwelling units, the building shall meet the requirements for a newly constructed building. 4. For remodels, alterations or repairs to an existing building involving demolition, removal or repair of more than 50% of the structure (to include Ordinance No. 989 Page 18 of 22 walls, columns, beams or girders, floor or ceiling joists and coverings, roof rafters, roof diaphragms, foundations or similar components), the building shall meet the requirements for a newly constructed building. For the purpose of applying this section, the following criteria shall be considered in the 50% threshold evaluation: a. The removal or demolition of more than 50% of the exterior or interior weight bearing walls. b. Removal of the roof structure or ceiling thereby permitting installation of overhead piping. c. Exception: R-3 occupancies. d. Removal of interior tenant improvements reducing the building to a "shell" condition shall require the future build- out to comply with fire sprinkler requirements. e. The percentage of work shall be determined and added to any successive remodels that may occur within a subsequent three (3) year period. If the combined percentage totals 50% or more, this work shall constitute a substantial improvement and the building shall be subject to the fire sprinkler requirement. f. Any combination of items above where the improvements equal or exceed fifty percent (50%) of the structure, the entire building shall meet the requirements for a newly constructed building. Exception: Alterations or additions made solely for the purpose of complying with the Americans with Disabilities Act. Section 903.2.24 is added to read: Section 903.2.24- Design criteria. Fire sprinkler systems installed in buildings of undetermined use shall be designed and installed to meet the criteria of an Extra Hazard (Group 1)(EH1) as described in NFPA 13. Where a subsequent occupancy change requires a system with greater capacity, it shall be the building owners' responsibility to upgrade the system to the required density and meet any additional requirements of Chapter 15.28 of this Title at the time of such change. Section 903.3 is amended to read: Section 903.3 - Installation Requirements. Sprinkler systems shall be installed in accordance with NFPA 13 and NFPA 13D when approved by the fire code official, and as adopted by City standards and in accordance with Sections 903.3.1 through 903.3.10. Section 903.3.1.1 is amended to read: Section 903.3.1.1 - NFPA 13 Sprinkler Systems. Where the provisions of this code require that a building or portion thereof be equipped throughout with an automatic sprinkler system in accordance with this section, sprinklers shall be installed throughout in accordance with NFPA 13 as Ordinance No. 989 Page 19 of 22 amended in Chapter 80 except as provided in sections 903.3.1.1.2 through 903.3.1.1.3. Section 903.3.1.1.1 - Exempt locations, is deleted in its entirety. Section 903.3.1.2 - NFPA 13R sprinkler systems, is deleted in its entirety. Section 903.3.1.3.1 is added to read: Section 903.3.1.3.1 Location of Sprinklers and Spare Heads. Sprinklers shall be required in enclosed attached garages and a minimum of a single head in attics, within five feet of the attic access hatch. A supply of at least three sprinklers shall be maintained on the premises so that any sprinklers that have operated or been damaged in any way can be promptly replaced. Section 903.4.2 is amended to read as follows: Section 903.4.2 - Monitoring. Alarm, supervisory, and trouble signals shall be distinctly different and shall be automatically transmitted to an approved and listed central station, remote supervising station or proprietary supervising station as defined in NFPA 72 or, where approved by the fire code official, shall sound an audible alarm at a constantly attended location. Section 907.2 is amended to read as follows Section 907.2 — Where required —new buildings and structures An approved fire alarm system installed in accordance with NFPA 72, as described in sections 907.2.1 through 907.2.29, and the provisions below shall be provided in all new buildings and structures: A. All newly constructed commercial buildings shall be provided with a complete manual and automatic fire alarm system approved by the Fire Code Official which when activated will sound an alarm, which is audible throughout the building and will notify all occupants. B. In any commercial occupancy where a use creates a change of occupancy classification as listed in the California Building Code, the entire structure shall be provided with a fire alarm system approved by the Fire Code Official. C. An exterior horn / strobe alarm device is required to be installed in all buildings with fire sprinkler systems. The horn / strobe alarm shall be located on the street frontage side, or as approved by the Fire Code Official. D. All newly installed, monitored fire alarm systems shall meet the requirements of NFPA 72, Chapter 26 – Supervising Station Alarm Systems. Exceptions: 1. The manual fire alarm box is not required for fire alarm control units systems dedicated to elevator recall control, supervisory service and fire sprinkler monitoring Ordinance No. 989 Page 20 of 22 2. The manual fire alarm box is not required for Group R- 2 occupancies unless required by the fire code official to provide a means for watch personnel to initiate an alarm during a sprinkler system impairment event. Where provided, the manual fire alarm box shall not be located in an area that is open to the public. 3. The manual fire alarm box is not required to be installed when approved by the fire code official. Section B105.1 of Appendix B is amended to read: Section B105.1 - One- and two- family dwellings, Group R-3 and R-4 buildings and townhouses. The minimum fire flow duration requirements for one and two family dwellings shall be 1000 gallons per minute. Table B105.1(1) — Required fire flow for one- and two- family dwellings, of Appendix B, is deleted in its entirety. Section B105.2 of Appendix B is amended to read: Section B105.2 - Buildings other than one- and two- family dwellings, Group R-3 and R-4 Buildings and Townhouses. The minimum fire flow and flow duration for buildings other than one and two family dwellings shall be as specified in Table B105.2 and Table B105.1(2). Table B105.2 AUTOMATIC SPRINKLER SYSTEM (Design Standard) MINIMUM FIRE- FLOW (Gallons Per Minute) FLOW DURATION (Hours) No automatic sprinkler system Value in Table B105.1(2) Duration in Table B105.1(2) Section 903.3.1.1 of the California Fire Code 25% of the value in Table B105.1(2)a Duration in Table B105.1(2) at the reduced flow rate Section 903.1.2 of the California Fire Code 25% of the value in Table B105.1(2)b Duration in Table B105.1(2) at the reduced flow rate For S/I: 1 gallon per minute = 3.785 L/m. a. The reduced fire-flow shall be not less than 1,000 gallons per minute or at the discretion of the fire official per B103.1 b. The reduced fire flow shall not be less than 1,500 gallons per minute or at the discretion of the fire official per B103.1 Section C103.3 of Appendix C is amended to read: Ordinance No. 989 Page 21 of 22 Section C103.3 - Maximum Spacing For commercial, industrial and multifamily residential buildings, average spacing shall be no greater than 300 feet. Section D103.2 of Appendix D is amended to read: Section D103.2— Grade. The grade of fire apparatus access roads shall be in accordance with City standards or as approved by the Fire Code Official. Section D103.3 of Appendix D is amended to read: Section D103.3 - Turning radius. The minimum turning radius shall be in accordance with City standards or as approved by the fire code official. Section D103.4 of Appendix D is amended to read: Section D103.4 - Dead ends. Dead-end fire apparatus access roads in excess of 150 feet ( 45,720 mm) shall be provided with width and turnaround provisions in accordance with City standards. Section D103.6 of Appendix D is amended to read: Section D103.6 - Signs. Where required by the fire code official, fire apparatus access roads shall be marked with permanent NO PARKING- FIRE LANE signs complying with the California Vehicle Code. Section D106.1 of Appendix D is amended to read: Section D106.1 - Projects having more than 50 dwelling units. Multiple-family residential projects having more than 50 dwelling units shall be provided with two separate and approved fire access roads. Section D106.2 of Appendix D is deleted in its entirety.” SECTION 12. Chapter 15.30, “Wildland-Urban Interface Code” of the Rohnert Park Municipal Code is added as follows: “Chapter 15.30 – Wildland-Urban Interface Code” Section 15.30.010 - Adopted - 2025 California Building Standards Code, Title 24, Part 7 “California Wildland-Urban Interface Code”. The 2025 Edition of the California Building Standards Code, known as the California Code of Regulations, Title 24, Part 7, published by the California Building Standards Commission, one copy of which has been filed for use and examination by the public in the office of the building official, is adopted by reference.” Ordinance No. 989 Page 22 of 22 SECTION 13. SEVERABILITY Should any section, subsection, paragraph, sentence, clause, or phrase of this ordinance be declared unconstitutional or invalid for any reason, such declaration shall not affect the validity of the remaining portions of this ordinance. SECTION 14. EFFECTIVE DATE In accordance with Health and Safety Code section 18941.5, this ordinance shall take effect on January 1, 2026. However, where applications and plans for building have been filed and are pending for building permits prior to the effective date of this Ordinance, such permits may be issued, and the applicant may proceed with construction in compliance with the California Building Standards Codes, 2022 Editions, California Code of Regulations, Title 24, as previously adopted and amended by any applicable ordinance of the City of Rohnert Park, but only to the extent that the issuance of such permit is required by Health and Safety Code section 18938.5 and any other applicable law. SECTION 15. PUBLICATION The Clerk shall cause this ordinance to be published in the manner required by law. SECTION 16. FILING WITH BUILDING STANDARDS COMMISSION The Clerk shall cause a certified copy of this Ordinance to be filed with the California Building Standards Commission in the manner required by law. This ordinance was introduced by the City Council of the City of Rohnert Park on October 14, 2025 and DULY AND REGULARLY ADOPTED this October 28, 2025 by the following vote: AYES: NOES: ABSENT: ABSTAIN: CITY OF ROHNERT PARK Gerard Giudice, Mayor ATTEST: Sylvia Lopez Cuevas, City Clerk APPROVED AS TO FORM: Michelle M. Kenyon, City Attorney ITEM NO. 9.B. 1 Meeting Date: October 28, 2025 Department: Administration Submitted By: Marcela Piedra, City Manager Prepared By: Sylvia Lopez Cuevas, City Clerk Agenda Title: Consider a Request to Add Steve Hummel to the City’s Honorary Citizen plaque located at City Hall. RECOMMENDED ACTION Consider a request from Councilmember Susan Adams to add Steve Hummel to the City’s Honorary Citizen plaque located at City Hall. BACKGROUND On October 17, 2025, Councilmember Susan Adams submitted a recognition request to honor Steve Hummel by adding his name to the City’s Honorary Citizen plaque. ANALYSIS: The City Council protocols state that if a request for a perpetual plaque or award is submitted, the request will be directed to the appropriate commission, board, or committee for consideration and recommendation to the Council. In this case the appropriate board is the City Council. The City Council is required to discuss the request before taking action on the request. The recognition request describes the following incident: On January 20, 2025, a violent assault occurred inside a local Walmart store. Without hesitation or concern for his own safety, Steve Hummel intervened to protect an employee who was being attacked. Despite being sprayed in the face with bear spray, he subdued the assailant and prevented further harm. His actions allowed the injured employee to receive lifesaving medical attention and likely prevented a greater tragedy. The City of Rohnert Park will formally recognize Mr. Hummel for his bravery and compassion during the November 18, 2025, City Council meeting. Staff requests Council direction on whether to add Mr. Hummel’s name to the City’s Honorary Citizen plaque. Mission Statement “We Care for Our Residents by Working Together to Build a Better Community for Today and Tomorrow.” CITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT ITEM NO. 9.B. 2 ENVIRONMENTAL ANALYSIS: This action is not a Project under the California Environmental Quality Act (“CEQA”). STRATEGIC PLAN AND COUNCIL PRIORITIES ALIGNMENT: Not Applicable. OPTIONS CONSIDERED: 1. Approve adding Mr. Steve Hummel’s name to the City’s Honorary Citizen plaque. 2.Decline to add Mr. Steve Hummel’s name to the plaque. FISCAL IMPACT The estimated cost to update the plaque is approximately $100 to be funded from the City Council’s Special Expense Account (General Fund). Department Head Approval Date: N/A Finance Director Approval Date: N/A City Manager Approval Date: 10/23/2025 City Attorney Approval Date N/A Attachments: 1.Request 2. Protocols From: Adams, Susan <SAdams@rpcity.org> Sent: Wednesday, September 24, 2025 9:51 PM To: Mack, Karen <kmack@rpcity.org> Cc: Giudice, Gerard <ggiudice@rpcity.org>; mcybulski@netpropriate.com Subject: Fw: Steve Hummel Walmart occurrence re-send Hi Karen, I’ve spoken with Mayor Giudice about honoring Mr. Hummel with a proclamation or other special recognition for his bravery. Are you in the office this Friday? The mayor has invited me to take the lead on this project and I would like to come in early Friday and discuss this with you. Thank you, Susan Get Outlook for iOS From: Michael Cybulski <mcybulski@netpropriate.com> Sent: Wednesday, September 24, 2025 2:19 PM To: Adams, Susan <SAdams@rpcity.org> Subject: Steve Hummel Walmart occurrence re-send EXTERNAL EMAIL Hey, Susan, I suspect the last email I sent got lost in the shuffle, so I'm trying again. This is the accounting as experienced by Steve: Monday, January 20, 2025, started out as a normal afternoon. A week after my wife’s brain surgery she and I went to Walmart, to pick up supplies for her new kitten. We were in the pet section when, suddenly, everything changed. At first, I just heard a woman scream a couple of isles away — sharp, terrified. I heard a man ranting loudly about being “Trump’s warrior” and asking “are you a pedophile”. Instinct made me move toward her. When I got closer, I saw something I’ll never forget: a Walmart employee pinned to the floor, blood all over his face, while a man was stomping on his head with full force. I knew I couldn’t just stand there. I rushed forward and threw myself at the attacker, knocking him off the employee and to the floor. I held him down as best I could, hoping someone else would help or that the police would get there quickly. For that moment, it felt like I was the only thing standing between him and the attacker finishing what he started. The man turned his attention on me, pulled out a can of bear spray, and blasted it directly into my face. The burn was instant and blinding as I continued holding him, but I didn’t regret stepping in. All I could think was that the employee needed time — time to breathe, to get away, to survive — and if I could give him that, it was worth it. He was taken to the front of the store where an ambulance arrived and took him to the hospital. Later, I learned just how severe his injuries were — a skull fracture and a broken eye socket, never mind the psychological damage. The assault had left him traumatized and hurt. He had to take time to heal for many weeks. Knowing that makes me even more certain that stepping in was the only choice. If I’d hesitated, or walked away, I knew in my gut he would have been died. The attacker wasn’t stopping. I trust you're well and up to movin' and shakin' as you usually do. I'll check back in in a few days to confirm that you've received this if I don't hear from you. -- All the very best, always... Michael Cybulski | Executive Vice President 707.548.1709 City Council Protocols Amended 8/26/2025 by Reso No 2025-064 Page 15 of 30 VI. COMMUNITY RELATIONS AND POLICIES A.Mayor to Act as Council Ceremonial Representative and Spokesperson The Mayor has been delegated the responsibility to act as the City Council’s ceremonial representative at public events and functions. The Mayor is also designated to serve as the City’s spokesperson to provide updates and other information as it relates to the state of the City. In the Mayor’s absence, the Vice Mayor assumes this responsibility. In both the Mayor and Vice Mayor’s absence, the Mayor will appoint another Councilmember to assume this responsibility. B.Honoring Residents and Other Worthy Persons It is the policy of the City Council to honor people and organizations who have contributed to the improvement or to the welfare of the City. Recommendations may be made by Councilmembers or residents to an appropriate commission, board, or committee or directly to the City Council. Recognition may also be given to individuals for their personal achievement or for enhancing the image of the City. The accolades could include a simple “Honorable Mention” during the Councilmembers “Communications,” awards, certificates, resolutions or proclamations. In addition, perpetual plaques or awards can be bestowed on individuals. The Council may request the advice of a commission, board or committee to determine merit or, if desirable, to hold a public hearing prior to a formal dedication. City Council Protocols Amended 8/26/2025 by Reso No 2025-064 Page 16 of 30 If any commissioner, board member, committee member, Councilmember, or resident requests an accolade, the following procedure should be followed: 1.Incoming requests for a proclamation or resolution to be presented at an event or Council meeting shall be provided to the Mayor and City Manager for approval. All requests from any Councilmember or member of the public must be provided in writing two (2) weeks prior to event/Council meeting date and should include a draft proclamation or resolution. Content may be changed after submission at the discretion of the City Manager. Once the Mayor approves the request, the proclamation, certificate of recognition, or resolution is either scheduled at an upcoming Council meeting, presented at an event or is picked up/mailed. In the event that the Mayor is unable to attend an event, the Vice Mayor or a Councilmember will attend on behalf of the Council. 2.If a request for a proclamation or resolution is submitted with little verbiage, the requestor should be contacted and advised that a certificate of recognition is more appropriate for the occasion. 3.If a request for a perpetual plaque or award is submitted, the request will be directed to the appropriate commission, board, or committee for consideration and recommendation to the Council. 4. Requests for dedication of a municipal building, room, or facility, shall be considered in accordance with established written City Council Policy Number 8.01.003 “City of Rohnert Park Facility and Park Naming Policy and Park Amenity Donation Policy” adopted by Resolution 2018-107.