Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Canal Neighborhood Pedestrian Improvements ProjectSPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
CITY OF SAN RAFAEL CROSS WALK PROJECTS:
Canal Neighborhood Intersection Improvements,
Pedestrian Crossing Improvement - Safe Pathways to School,
Pedestrian Crossing & Multimodal Improvements, Bellam Blvd —
Vista Del Mar to Playa Del Ray/Winward Way,
And Bellam & Kerner / Kerner & Novato Multimodal Repairs
March 2021
BID DATE: April 15, 2021 at 11:OOAM
CITY PROJECT NO. 11381
CITY FILE NO. 16.01.296
\-X RA Fq�`
� 2
� y0
C/TY WITH t'e��y
DEPARTMENT OF
PUBLIC WORKS
City of San Rafael Crosswalk Projects
City Project No. 11381
APPROVED BY CITY OF SAN RAFAEL:
Hunter Young
Assistant Public Works Director/City Engineer
3/24/2021
Date
RAFq�`
1�
2
Aj A
�o
WITH AcI\Gi
DEPARTMENT OF
PUBLIC WORKS
March 24, 2021
INVITATION FOR BIDS
Electronic bids for the Construction of the Project Entitled:
CITY OF SAN RAFAEL CROSS WALK PROJECTS
City Project No. 11381
Electronic bids must be received by 11:00 am, April 15, 2021 at:
https://www.bidexpress.com/businesses/39341/home
TABLE OF CONTENTS
NoticeInviting Bids....................................................................................................................... 7
Instructionsto Bidders...............................................................................................................
10
BidProposal.................................................................................................................................
15
BidSchedule................................................................................................................................
17
SubcontractorList.......................................................................................................................
19
Noncollusion Declaration...........................................................................................................
20
BidBond.......................................................................................................................................
21
Bidder's Questionnaire...............................................................................................................
23
Contract........................................................................................................................................
26
PaymentBond..............................................................................................................................
30
PerformanceBond......................................................................................................................
32
GeneralConditions.....................................................................................................................
34
Article1 - Definitions...................................................................................................................
34
Definitions..................................................................................................................................
34
Article 2 - Roles and Responsibilities.......................................................................................
36
2.1 City................................................................................................................................
36
2.2 Contractor......................................................................................................................37
2.3 Subcontractors..............................................................................................................
39
2.4 Coordination of Work.....................................................................................................
40
2.5 Submittals......................................................................................................................41
2.6 Shop Drawings..............................................................................................................
41
Article 3 - Contract Documents..................................................................................................
42
3.1 Interpretation of Contract Documents...........................................................................
42
3.2 Order of Precedence.....................................................................................................
43
3.3 Caltrans Standard Specifications..................................................................................
43
3.4 For Reference Only.......................................................................................................
44
3.5 Current Versions...........................................................................................................
44
3.6 Conformed Copies........................................................................................................
44
Article 4 - Bonds, Indemnity, and Insurance............................................................................
44
4.1 Payment and Performance Bonds................................................................................
44
4.2 Indemnity.......................................................................................................................
45
4.3 Insurance.......................................................................................................................
45
Article5 - Contract Time.............................................................................................................
47
5.1 Time is of the Essence..................................................................................................
47
5.2 Schedule Requirements................................................................................................
48
5.3 Delay and Extensions of Contract Time........................................................................
49
5.4 Liquidated Damages.....................................................................................................
53
Article 6 - Contract Modification................................................................................................
53
6.1 Contract Modification....................................................................................................
53
6.2 Contractor Change Order Requests.............................................................................
54
6.3 Adjustments to Contract Price.......................................................................................
55
6.4 Unilateral Change Order...............................................................................................
56
6.5 Non -Compliance Deemed Waiver.................................................................................
56
Article 7 - General Construction Provisions.............................................................................
56
7.1 Permits, Fees, Business License, and Taxes...............................................................
56
7.2 Temporary Facilities......................................................................................................
56
7.3 Noninterference and Site Management........................................................................
57
7.4 Signs..............................................................................................................................57
7.5 Project Site and Nearby Property Protections..............................................................
57
7.6 Materials and Equipment...............................................................................................
59
7.7 Substitutions..................................................................................................................59
7.8 Testing and Inspection..................................................................................................
60
iv
7.9
Project Site Conditions and Maintenance.....................................................................
61
7.10
Instructions and Manuals..............................................................................................
62
7.11
As -built Drawings..........................................................................................................
63
7.12
Existing Utilities.............................................................................................................
63
7.13
Notice of Excavation......................................................................................................
64
7.14
Trenching and Excavations of Four Feet or More .........................................................
64
7.15
Trenching of Five Feet or More.....................................................................................
64
7.16
New Utility Connections................................................................................................
65
7.17
Lines and Grades..........................................................................................................
65
7.18
Historic or Archeological Items......................................................................................
65
7.19
Environmental Control...................................................................................................
65
7.20
Noise Control.................................................................................................................
66
7.21
Mined Materials.............................................................................................................
66
Article8
- Payment......................................................................................................................
66
8.1
Schedule of Values.......................................................................................................
66
8.2
Progress Payments.......................................................................................................
66
8.3
Adjustment of Payment Application..............................................................................
67
8.4
Early Occupancy...........................................................................................................
67
8.5
Retention.......................................................................................................................
67
8.6
Payment to Subcontractors and Suppliers....................................................................
68
8.7
Final Payment...............................................................................................................
69
8.8
Release of Claims.........................................................................................................
69
8.9
Warranty of Title............................................................................................................
69
Article 9
- Labor Provisions........................................................................................................
69
9.1
Discrimination Prohibited...............................................................................................
69
9.2
Labor Code Requirements............................................................................................69
9.3
Prevailing Wages..........................................................................................................
70
9.4
Payroll Records.............................................................................................................
70
9.5
Labor Compliance.........................................................................................................
70
Article 10 - Safety Provisions.....................................................................................................
71
10.1
Safety Precautions and Programs................................................................................
71
10.2
Hazardous Materials.....................................................................................................
71
10.3
Material Safety..............................................................................................................
71
10.4
Hazardous Condition.....................................................................................................
72
10.5
Emergencies.................................................................................................................
72
Article 11
- Completion and Warranty Provisions.................................................................... 72
11.1
Final Completion...........................................................................................................
72
11.2
Warranty........................................................................................................................73
11.3
Use Prior to Final Completion.......................................................................................
74
11.4
Substantial Completion.................................................................................................
74
Article 12 - Dispute Resolution.................................................................................................. 74
12.1
Claims............................................................................................................................74
12.2
Claims Submission........................................................................................................
75
12.3
City's Response............................................................................................................
77
12.4
Meet and Confer............................................................................................................
77
12.5
Mediation and Government Code Claims.....................................................................
77
12.6
Tort Claims....................................................................................................................
78
12.7
Arbitration......................................................................................................................
78
12.8
Burden of Proof and Limitations....................................................................................
78
12.9
Legal Proceedings.........................................................................................................
78
12.10
Other Disputes..............................................................................................................
78
Article 13
- Suspension and Termination.................................................................................. 79
13.1
Suspension for Cause...................................................................................................
79
13.2
Suspension for Convenience........................................................................................
79
13.3
Termination for Default..................................................................................................
79
13.4
Termination for Convenience........................................................................................
81
v
13.5 Actions Upon Termination for Default or Convenience ................................................. 81
Article 14 - Miscellaneous Provisions....................................................................................... 82
14.1 Assignment of Unfair Business Practice Claims........................................................... 82
14.2 Provisions Deemed Inserted......................................................................................... 82
14.3 Waiver........................................................................................................................... 82
14.4 Titles, Headings, and Groupings................................................................................... 83
14.5 Statutory and Regulatory References........................................................................... 83
14.6 Survival..........................................................................................................................83
vi
Notice Inviting Bids
1. 1. Bid Submission. The City of San Rafael ("City") will accept electronic bid submittals for its City
of San Rafael Crosswalk Projects ("Project"), by or before April 15, 2021, at 11:00a.m., at which
time the bids will be publicly opened and read aloud on a Zoom Meeting. Information including the
project documents and a how-to guide for first-time Bid Express users can be found on the San
Rafael Bid Express home page at https://www.bidexpress.com/businesses/39341/home. Please
note that you will have to register for a free Bid Express account to view project solicitations and
download documents.
Public Works is inviting you to a scheduled Zoom meeting.
Topic: City of San Rafael Crosswalk Projects
Time: Apr 15, 2021 11:00 AM Pacific Time (US and Canada)
Join Zoom Meeting
https://zoom.us/j/96230137431
Meeting ID: 962 3013 7431
One tap mobile
+16699006833„96230137431# US(San Jose)
+13462487799„96230137431# US (Houston)
Dial by your location
+1 669 900 6833 US (San Jose)
+1 346 248 7799 US (Houston)
+1 253 215 8782 US (Tacoma)
+1 301 715 8592 US (Washington DC)
+1 312 626 6799 US (Chicago)
+1 929 205 6099 US (New York)
Meeting ID: 962 3013 7431
Find your local number: https://zoom.us/u/adsmpEkvMU
2. project Information.
2.1 Location and Description. The Project is located at various locations around the City
including the Canal Neighborhood and Mission Avenue. This project consists of concrete
work, asphalt paving and patching, striping and electrical upgrades, including the
installation of Rapid Rectangular Flashing Beacons (RRFB), lighting systems, and a
Realtime Arrival Board.
2.2 Time for Final Completion. The Project must be fully completed within 55 working days
from the start date set forth in the Notice to Proceed. City anticipates that the Work will
begin on or about May 2021, but the anticipated start date is provided solely for
convenience and is neither certain nor binding.
2.3 Estimated Cost. The estimated construction cost is $800,000
3. License and Registration Requirements.
3.1 License. This Project requires a valid California contractor's license for the following
classification (s): A.
City of San Rafael Crosswalk Projects 2021 Form BID SCHEDULE
City Project #11381 Page 7
3.2 DIR Registration. City may not accept a Bid Proposal from or enter into the Contract with
a bidder, without proof that the bidder is registered with the California Department of
Industrial Relations ("DIR") to perform public work pursuant to Labor Code § 1725.5,
subject to limited legal exceptions.
4. Contract Documents. The plans, specifications, bid forms, and contract documents for the
Project, and any addenda thereto ("Contract Documents") can be found on the Bid Express San
Rafael home page at https://www.bidexpress.com/businesses/39341/home under the project
solicitation's Attachment List. A how-to guide for first time Bid Express users can also be found on
the home page. Please note that you will have to register for a free Bid Express account to view
project solicitations and download documents. Copies of the Contract Documents are not available
from the City.
5. Bid Security. The Bid Proposal must be accompanied by bid security of ten percent of the
maximum bid amount, in the form of a cashier's or certified check made payable to City, or a bid
bond executed by a surety licensed to do business in the State of California on the Bid Bond form
included with the Contract Documents. The bid security must guarantee that within ten days after
City issues the Notice of Potential Award, the successful bidder will execute the Contract and
submit the payment and performance bonds, insurance certificates and endorsements, and any
other submittals required by the Contract Documents and as specified in the Notice of Potential
Award.
Prevailing Wage Requirements.
6.1 General. Pursuant to California Labor Code § 1720 et seq., this Project is subject to the
prevailing wage requirements applicable to the locality in which the Work is to be performed
for each craft, classification or type of worker needed to perform the Work, including
employer payments for health and welfare, pension, vacation, apprenticeship and similar
purposes.
6.2 Rates. These prevailing rates are on file with the City and are available online at
http://www.dir.ca.gov/DLSR. Each Contractor and Subcontractor must pay no less than the
specified rates to all workers employed to work on the Project. The schedule of per diem
wages is based upon a working day of eight hours. The rate for holiday and overtime work
must be at least time and one-half.
6.3 Compliance. The Contract will be subject to compliance monitoring and enforcement by
the DIR, under Labor Code § 1771.4.
7. Performance and Payment Bonds. The successful bidder will be required to provide
performance and payment bonds, each for 100% of the Contract Price, as further specified in the
Contract Documents.
8. Substitution of Securities. Substitution of appropriate securities in lieu of retention amounts from
progress payments is permitted under Public Contract Code § 22300.
9. Subcontractor List. Each Subcontractor must be registered with the DIR to perform work on
public projects. Each bidder must submit a completed Subcontractor List form with its Bid Proposal,
including the name, location of the place of business, California contractor license number, DIR
registration number, and percentage of the Work to be performed (based on the base bid price) for
each Subcontractor that will perform Work or service or fabricate or install Work for the prime
contractor in excess of one-half of 1 % of the bid price, using the Subcontractor List form included
with the Contract Documents.
10. Instructions to Bidders. All bidders should carefully review the Instructions to Bidders for more
detailed information before submitting a Bid Proposal. The definitions provided in Article 1 of the
City of San Rafael Crosswalk Projects 2021 Form BID SCHEDULE
City Project #11381 Page 8
General Conditions apply to all of the Contract Documents, as defined therein, including this Notice
Inviting Bids.
By: Date: 3/23/2021
Shawn Graf, Junior Engineer
END OF NOTICE INVITING BIDS
Publication Date: 3/24/2021
City of San Rafael Crosswalk Projects 2021 Form BID SCHEDULE
City Project #11381 Page 9
REVISED
Notice Inviting Bids
1. 1.Bid Submission. The City of San Rafael ("City") will accept electronic bid submittals for its City
of San Rafael Crosswalk Projects ("Project"), by or before April 4520, 2021, at 11:00a.m., at which
time the bids will be publicly opened and read aloud on a Zoom Meeting. Information including the
project documents and a how-to guide for first-time Bid Express users can be found on the San
Rafael Bid Express home page at https://www.bidexpress.com/businesses/39341/home. Please
note that you will have to register for a free Bid Express account to view project solicitations and
download documents.
Public Works is inviting you to a scheduled Zoom meeting.
Topic: City of San Rafael Crosswalk Proiects
Time: Apr 20, 2021 11:00 AM Pacific Time (US and Canada)
Join Zoom Meeting
https://zoom.us/*/96230137431
Meeting ID: 962 3013 7431
One tap mobile
+16699006833„96230137431# US(San Jose)
+13462487799„96230137431# US (Houston)
Dial by your location
+1 669 900 6833 US (San Jose)
+1 346 248 7799 US (Houston)
+1 253 215 8782 US (Tacoma)
+1 301 715 8592 US (Washington DC)
+1 312 626 6799 US (Chicago)
+1 929 205 6099 US (New York)
Meetinq ID: 962 3013 7431
Find your local number: https://zoom.us/u/adsmpEkvMU
City of San Rafael Crosswalk Projects 2021 Form BID SCHEDULE
City Project #11381 Page 7
Project Information.
2.1 Location and Description. The Project is located at various locations around the City
including the Canal Neighborhood and Mission Avenue. This project consists of concrete
work, asphalt paving and patching, striping and electrical upgrades, including the
installation of Rapid Rectangular Flashing Beacons (RRFB), lighting systems, and a
Realtime Arrival Board.
2.2 Time for Final Completion. The Project must be fully completed within 55 working days
from the start date set forth in the Notice to Proceed. City anticipates that the Work will
begin on or about May 2021, but the anticipated start date is provided solely for
convenience and is neither certain nor binding.
2.3 Estimated Cost. The estimated construction cost is $800,000
3. License and Registration Requirements.
3.1 License. This Project requires a valid California contractor's license for the following
classification (s): A.
3.2 DIR Registration. City may not accept a Bid Proposal from or enter into the Contract with
a bidder, without proof that the bidder is registered with the California Department of
Industrial Relations ("DIR") to perform public work pursuant to Labor Code § 1725.5,
subject to limited legal exceptions.
4. Contract Documents. The plans, specifications, bid forms, and contract documents for the
Project, and any addenda thereto ("Contract Documents") can be found on the Bid Express San
Rafael home page at https://www.bidexpress.com/businesses/39341/home under the project
solicitation's Attachment List. A how-to guide for first time Bid Express users can also be found on
the home page. Please note that you will have to register for a free Bid Express account to view
project solicitations and download documents. Copies of the Contract Documents are not available
from the City.
5. Bid Security. The Bid Proposal must be accompanied by bid security of ten percent of the
maximum bid amount, in the form of a cashier's or certified check made payable to City, or a bid
bond executed by a surety licensed to do business in the State of California on the Bid Bond form
included with the Contract Documents. The bid security must guarantee that within ten days after
City issues the Notice of Potential Award, the successful bidder will execute the Contract and
submit the payment and performance bonds, insurance certificates and endorsements, and any
other submittals required by the Contract Documents and as specified in the Notice of Potential
Award.
6. Prevailing Wage Requirements.
6.1 General. Pursuant to California Labor Code § 1720 et seq., this Project is subject to the
prevailing wage requirements applicable to the locality in which the Work is to be performed
for each craft, classification or type of worker needed to perform the Work, including
employer payments for health and welfare, pension, vacation, apprenticeship and similar
purposes.
6.2 Rates. These prevailing rates are on file with the City and are available online at
http://www.dir.ca.gov/DLSR. Each Contractor and Subcontractor must pay no less than the
specified rates to all workers employed to work on the Project. The schedule of per diem
City of San Rafael Crosswalk Projects 2021 Form BID SCHEDULE
City Project #11381 Page 8
wages is based upon a working day of eight hours. The rate for holiday and overtime work
must be at least time and one-half.
6.3 Compliance. The Contract will be subject to compliance monitoring and enforcement by
the DIR, under Labor Code § 1771.4.
Performance and Payment Bonds. The successful bidder will be required to provide
performance and payment bonds, each for 100% of the Contract Price, as further specified in the
Contract Documents.
8. Substitution of Securities. Substitution of appropriate securities in lieu of retention amounts from
progress payments is permitted under Public Contract Code § 22300.
9. Subcontractor List. Each Subcontractor must be registered with the DIR to perform work on
public projects. Each bidder must submit a completed Subcontractor List form with its Bid Proposal,
including the name, location of the place of business, California contractor license number, DIR
registration number, and percentage of the Work to be performed (based on the base bid price) for
each Subcontractor that will perform Work or service or fabricate or install Work for the prime
contractor in excess of one-half of 1% of the bid price, using the Subcontractor List form included
with the Contract Documents.
10. Instructions to Bidders. All bidders should carefully review the Instructions to Bidders for more
detailed information before submitting a Bid Proposal. The definitions provided in Article 1 of the
General Conditions apply to all of the Contract Documents, as defined therein, including this Notice
Inviting Bids.
By: Date: 3/33/1 4/26/2021
Shawn Graf, Junior Engineer
Publication Date: 3/'^�2T 4/26/2021
END OF NOTICE INVITING BIDS
City of San Rafael Crosswalk Projects 2021 Form BID SCHEDULE
City Project #11381 Page 9
Instructions to Bidders
Each Bid Proposal submitted to the City of San Rafael ("City") for its City of San Rafael Crosswalk
Projects ("Project") must be submitted in accordance with the following instructions and requirements:
Bid Submission.
1.1 General. Each Bid Proposal must be signed, sealed and submitted to City, using
BidExpress, by or before the date and time set forth in Section 1 of the Notice Inviting Bids,
or as amended by subsequent addendum.. Late submissions will be returned unopened.
City reserves the right to postpone the date or time for receiving or opening bids. Each
bidder is solely responsible for all of its costs to prepare and submit its bid and by
submitting a bid waives any right to recover those costs from City. The bid price(s) must
include all costs to perform the Work as specified, including all labor, material, supplies,
and equipment and all other direct or indirect costs such as applicable taxes, insurance and
overhead.
All bids must be submitted electronically using the BidExpress platform. This
supersedes any language in the contract documents that may be interpreted as the
City requiring paper bid submittals.
1.2 Electronic Submission using Bid Express. The Bid Express San Rafael home page can
be found at https://www.bidexpress.com/businesses/39341/home. Project solicitations and
a how-to guide for first-time users can be found on this home page. Please note that you
will have to register for a free Bid Express account to view project solicitations and
download documents.
1.3 DIR Registration. Subject to limited legal exceptions forjoint venture bids and federally -
funded projects, City may not accept a Bid Proposal from a bidder without proof that the
bidder is registered with the DIR to perform public work under Labor Code § 1725.5. If City
is unable to confirm that the bidder is currently registered with the DIR, City may disqualify
the bidder and return its bid unopened. (Labor Code §§ 1725.5 and 1771.1(a).)
2. Bid Proposal Form and Enclosures. Each Bid Proposal must be completed using the Bid
Proposal form included within the BidExpress solicitation for this project. Each Bid Proposal must
be accompanied by bid security, as set forth in Section 4 below, and by a completed Subcontractor
List and Non -Collusion Declaration using the forms included with the Contract Documents.
3. Authorization and Execution. Each Bid Proposal must be signed by the bidder's authorized
representative. A Bid Proposal submitted by a partnership must be signed in the partnership name
by a general partner with authority to bind the partnership. A Bid Proposal submitted by a
corporation must be signed with the legal name of the corporation, followed by the signature and
title of two officers of the corporation with full authority to bind the corporation to the terms of the Bid
Proposal, under California Corporation Code § 313.
4. Bid Security. Each Bid Proposal must be accompanied by bid security of ten percent of the
maximum bid amount, in the form of a cashier's check or certified check, made payable to the City,
or bid bond using the form included in the Contract Documents and executed by a surety licensed
to do business in the State of California. The bid security must guarantee that, within ten days after
issuance of the Notice of Potential Award, the bidder will: execute and submit the enclosed
Contract for the bid price; submit payment and performance bonds for 100% of the maximum
Contract Price; and submit the insurance certificates and endorsements and any other submittals, if
any, required by the Contract Documents or the Notice of Potential Award. A Bid Proposal may not
be withdrawn for a period of 60 days after the bid opening without forfeiture of the bid security,
except as authorized for material error under Public Contract Code § 5100 et seq.
City of San Rafael Crosswalk Projects 2021 Form BID SCHEDULE
City Project #11381 Page 10
A scanned copy or electronic copy of the bond forms should be uploaded to the BidExpress
website. Only the apparent low bidder will be required to mail the original forms to the Public Works
Department.
5. Requests for Information. Questions or requests for clarifications regarding the Project, the bid
procedures, or any of the Contract Documents must be submitted in writing to Shawn Graf, Junior
Engineer, at shawn.graf@cityofsanrafael.org or submitted using the BidExpress platform. Oral
responses are not authorized and are not binding on the City. Bidders should submit any such
written inquiries at least five Working Days before the scheduled bid opening. Questions received
any later might not be addressed before the bid deadline. An interpretation or clarification by City in
response to a written inquiry will be issued in an addendum.
6. Pre -Bid Investigation.
6.1 General. Each bidder is solely responsible at its sole expense for diligent and thorough
review of the Contract Documents, examination of the Project site, and reasonable and
prudent inquiry concerning known and potential site and area conditions prior to submitting
a Bid Proposal. Each bidder is responsible for knowledge of conditions and requirements
which reasonable review and investigation would have disclosed. However, except for any
areas that are open to the public at large, bidders may not enter property owned or leased
by the City or the Project site without prior written authorization from City.
6.2 Document Review. Each bidder is responsible for review of the Contract Documents and
any informational documents provided "For Reference Only," e.g., as-builts, technical
reports, test data, and the like. A bidder is responsible for notifying City of any errors,
omissions, inconsistencies, or conflicts it discovers in the Contract Documents, acting
solely in its capacity as a contractor and subject to the limitations of Public Contract Code §
1104. Notification of any such errors, omissions, inconsistencies, or conflicts must be
submitted in writing to the City no later than five Working Days before the scheduled bid
opening. (See Section 5, above.) City expressly disclaims responsibility for assumptions a
bidder might draw from the presence or absence of information provided by City.
6.3 Project Site. Questions regarding the availability of soil test data, water table elevations,
and the like should be submitted to the City in writing, as specified in Section 5, above. Any
subsurface exploration at the Project site must be done at the bidder's expense, but only
with prior written authorization from City. All soil data and analyses available for inspection
or provided in the Contract Documents apply only to the test hole locations. Any water table
elevation indicated by a soil test report existed on the date the test hole was drilled. The
bidder is responsible for determining and allowing for any differing soil or water table
conditions during construction. Because groundwater levels may fluctuate, difference(s) in
elevation between ground water shown in soil boring logs and ground water actually
encountered during Project construction will not be considered changed Project site
conditions. Actual locations and depths must be determined by bidder's field investigation.
The bidder may request access to underlying or background information on the Project site
in City's possession that is necessary for the bidder to form its own conclusions, including,
if available, record drawings or other documents indicating the location of subsurface lines,
utilities, or other structures.
6.4 Utility Company Standards. The Project must be completed in a manner that satisfies
the standards and requirements of any affected utility companies or agencies (collectively,
"utility owners"). The successful bidder may be required by the third party utility owners to
provide detailed plans prepared by a California registered civil engineer showing the
necessary temporary support of the utilities during coordinated construction work. Bidders
are directed to contact the affected third party utility owners about their requirements before
submitting a Bid Proposal.
City of San Rafael Crosswalk Projects 2021 Form BID SCHEDULE
City Project #11381 Page 11
7. Bidders Interested in More Than One Bid. No person, firm, or corporation may submit or be a
party to more than one Bid Proposal unless alternate bids are specifically called for. However, a
person, firm, or corporation that has submitted a subcontract proposal or quote to a bidder may
submit subcontract proposals or quotes to other bidders.
Addenda. Any addenda issued prior to the bid opening are part of the Contract Documents.
Subject to the limitations of Public Contract Code § 4104.5, City reserves the right to issue addenda
prior to bid time. Each bidder is solely responsible for ensuring it has received and reviewed all
addenda prior to submitting its bid. Addenda will be located on the BidExpress website with the
other contract documents for this solicitation.
9. Brand Designations and "Or Equal" Substitutions. Any specification designating a material,
product, thing, or service by specific brand or trade name, followed by the words "or equal," is
intended only to indicate quality and type of item desired, and bidders may request use of any equal
material, product, thing, or service. All data substantiating the proposed substitute as an equal item
must be submitted with the written request for substitution. A request for substitution must be
submitted within 35 days after Notice of Potential Award unless otherwise provided in the Contract
Documents. This provision does not apply to materials, products, things, or services that may
lawfully be designated by a specific brand or trade name under Public Contract Code § 3400(c).
10. Bid Protest. Any bid protest against another bidder must be submitted in writing and received by
City at its Department of Public Works at 111 Morphew Street, San Rafael, California 94901, ATTN:
Public Works Director, or sent via email at bill.guerin@cityofsanrafael.org before 5:00 p.m. no later
than two Working Days following bid opening ("Bid Protest Deadline") and must comply with the
following requirements:
10.1 General. Only a bidder who has actually submitted a Bid Proposal is eligible to submit a
bid protest against another bidder. Subcontractors are not eligible to submit bid protests. A
bidder may not rely on the bid protest submitted by another bidder, but must timely pursue
its own protest. If required by City, the protesting bidder must submit a non-refundable fee
in the amount specified by City, based upon City's reasonable costs to administer the bid
protest. Any such fee must be submitted to City no later than the Bid Protest Deadline,
unless otherwise specified. For purposes of this Section 10, a "Working Day" means a day
that City is open for normal business, and excludes weekends and holidays observed by
City. Pursuant to Public Contract Code § 4104, inadvertent omission of a Subcontractor's
DIR registration number on the Subcontractor List form is not grounds for a bid protest,
provided it is corrected within 24 hours of the bid opening or as otherwise provided under
Labor Code § 1771.1(b).
10.2 Protest Contents. The bid protest must contain a complete statement of the basis for the
protest and must include all supporting documentation. Material submitted after the Bid
Protest Deadline will not be considered. The protest must refer to the specific portion or
portions of the Contract Documents upon which the protest is based. The protest must
include the name, address, email address, and telephone number of the protesting bidder
and any person submitting the protest on behalf of or as an authorized representative of the
protesting bidder.
10.3 Copy to Protested Bidder. Upon submission of its bid protest to City, the protesting
bidder must also concurrently transmit the protest and all supporting documents to the
protested bidder, and to any other bidder who has a reasonable prospect of receiving an
award depending upon the outcome of the protest, by email or hand delivery to ensure
delivery before the Bid Protest Deadline.
10.4 Response to Protest. The protested bidder may submit a written response to the protest,
provided the response is received by City before 5:00 p.m., within two Working Days after
City of San Rafael Crosswalk Projects 2021 Form BID SCHEDULE
City Project #11381 Page 12
the Bid Protest Deadline or after actual receipt of the bid protest, whichever is sooner (the
"Response Deadline"). The response must attach all supporting documentation. Material
submitted after the Response Deadline will not be considered. The response must include
the name, address, email address, and telephone number of the person responding on
behalf of or representing the protested bidder if different from the protested bidder.
10.5 Copy to Protesting Bidder. Upon submission of its response to the bid protest to the City,
the protested bidder must also concurrently transmit by email or hand delivery, by or before
the Response Deadline, a copy of its response and all supporting documents to the
protesting bidder and to any other bidder who has a reasonable prospect of receiving an
award depending upon the outcome of the protest.
10.6 Exclusive Remedy. The procedure and time limits set forth in this Section are mandatory
and are the bidder's sole and exclusive remedy in the event of a bid protest. A bidder's
failure to comply with these procedures will constitute a waiver of any right to further pursue
a bid protest, including filing a Government Code Claim or initiation of legal proceedings.
10.7 Right to Award. City reserves the right, acting in its sole discretion, to reject any bid
protest that it determines lacks merit, to award the Contract to the bidder it has determined
to be the responsible bidder submitting the lowest responsive bid, and to issue a Notice to
Proceed with the Work notwithstanding any pending or continuing challenge to its
determination.
11. Reservation of Rights. City reserves the unfettered right, acting in its sole discretion, to waive or
to decline to waive any immaterial bid irregularities; to accept or reject any or all bids; to cancel or
reschedule the bid; to postpone or abandon the Project entirely; or to perform all or part of the Work
with its own forces. The Contract will be awarded, if at all, within 60 days after opening of bids or as
otherwise specified in the Special Conditions, to the responsible bidder that submitted the lowest
responsive bid. Any planned start date for the Project represents the City's expectations at the time
the Notice Inviting Bids was first issued. City is not bound to issue a Notice to Proceed by or before
such planned start date, and it reserves the right to issue the Notice to Proceed when the City
determines, in its sole discretion, the appropriate time for commencing the Work. The City
expressly disclaims responsibility for any assumptions a bidder might draw from the presence or
absence of information provided by the City in any form. Each bidder is solely responsible for its
costs to prepare and submit a bid, including site investigation costs.
12. Bonds. Within ten calendar days following City's issuance of the Notice of Potential Award to the
apparent low bidder, the bidder must submit payment and performance bonds to City as specified
in the Contract Documents using the bond forms included in the Contract Documents. All required
bonds must be calculated on the maximum total Contract Price as awarded, including additive
alternates, if applicable.
13. License(s). The successful bidder and its Subcontractor(s) must possess the California
contractor's license(s) in the classification(s) required by law to perform the Work. The successful
bidder must also obtain a City business license within 5 days following City's issuance of the Notice
of Potential Award. Subcontractors must also obtain a City business license before performing any
Work.
14. Ineligible Subcontractor. Any Subcontractor who is ineligible to perform work on a public works
project under Labor Code §§ 1777.1 or 1777.7 is prohibited from performing work on the Project.
15. Safety Orders. If the Project includes construction of a pipeline, sewer, sewage disposal system,
boring and jacking pits, or similar trenches or open excavations, which are five feet or deeper, each
bid must include a bid item for adequate sheeting, shoring, and bracing, or equivalent method, for
the protection of life or limb, which comply with safety orders as required by Labor Code § 6707.
City of San Rafael Crosswalk Projects 2021 Form BID SCHEDULE
City Project #11381 Page 13
16. COVID-19 Requirements. By submitting a bid for this project, the Contractor acknowledges their
responsibility to implement the requirements listed in the Technical Specifications under the section
heading "COVID-19 Construction Field Safety" and also as set forth in the current Marin Public
Health Order for construction projects as defined in Appendix B-1 and B-2 of the Health Order, or
any subsequent amendments to the Health Order.
7. Bid Schedule. Each bidder must complete the Bid Schedule form with unit prices as indicated,
and submit the completed Bid Schedule with its Bid Proposal.
17.1 Incorrect Totals. In the event a computational error for any bid item (base bid or
alternate) results in an incorrect extended total for that item, the submitted base bid or bid
alternate total will be adjusted to reflect the corrected amount as the product of the
estimated quantity and the unit cost. In the event of a discrepancy between the actual
total of the itemized or unit prices shown on the Bid Schedule for the base bid, and the
amount entered as the base bid on the Bid Proposal form, the actual total of the itemized
or unit prices shown on the Bid Schedule for the base bid will be deemed the base bid
price. Likewise, in the event of a discrepancy between the actual total of the itemized or
unit prices shown on the Bid Schedule for any bid alternate, and the amount entered for
the alternate on the Bid Proposal form, the actual total of the itemized prices shown on
the Bid Schedule for that alternate will be deemed the alternate price. Nothing in this
provision is intended to prevent a bidder from requesting to withdraw its bid for material
error under Public Contract Code § 5100 et seq.
17.2 Estimated Quantities. The quantities shown on the Bid Schedule are estimated and the
actual quantities required to perform the Work may be greater or less than the estimated
amount. The Contract Price will be adjusted to reflect the actual quantities required for
the Work based on the itemized or unit prices provided in the Bid Schedule, with no
allowance for anticipated profit for quantities that are deleted or decreased, and no
increase in the unit price, and without regard to the percentage increase or decrease of
the estimated quantity and the actual quantity.
18. Bidder's Questionnaire. A completed, signed Bidder's Questionnaire using the form provided
with the Contract Documents and including all required attachments must be submitted within 48
hours following a request by City. A bid that does not fully comply with this requirement may be
rejected as nonresponsive. A bidder who submits a Bidder's Questionnaire which is subsequently
determined to contain false or misleading information, or material omissions, may be disqualified
as non -responsible.
END OF INSTRUCTIONS TO BIDDERS
City of San Rafael Crosswalk Projects 2021 Form BID SCHEDULE
City Project #11381 Page 14
General Info
Total:
$673,141.07
Number Description
City of San Rafael Crosswalk The Project is located at various locations around the City including the Canal
Projects Neighborhood and Mission Avenue. This project consists of concrete work, asphalt
Deadline paving and patching, striping and electrical upgrades, including the installation of Rapid
Rectangular Flashing Beacons (RRFB), lighting systems, and a Realtime Arrival Board.
04/20/2021 06:00 PM UTC
Please note that the entire bid proposal shall be submitted digital and no hardcopy bid
Vendor proposals will be accepted. The bid proposal and sample contract in the specifications do
Team Ghilotti, Inc. not need to be filled out.
Submitted
04/20/2021 05:38 PM UTC Allows zero unit prices and labor
No
Signed by
kevin Ghilotti Account Holder Allows negative unit prices and labor
Kevin Ghilotti No
Opened
04/20/2021 06:05 PM UTC By
shawn.graf@cityofsanrafael.org
ATTACHMENT LIST
City of San Rafael Crosswalk Projects Plans for Bid 2021-3-22 HY Signed.pdf (7.3 MB)
Specs for Bid 2-24-21.pdf (8.97 MB)
Revised Notice Inviting Bids.pdf (94.5 KB)
Addendum1_City of San Rafael Crosswalks.pdf (303 KB)
Addendum2_City of San Rafael Crosswalks.pdf (802 KB)
BID PROPOSAL
("Bidder") *
Team Ghilotti, Inc.
Page 1 of 9 04/21/2021
hereby submits this Bid Proposal to the City of San Rafael ("City") for the above -referenced project ("Project") in response to the
Notice Inviting Bids and in accordance with the Contract Documents referenced in the Notice.
1. Base Bid. Bidder proposes to perform and fully complete the Work for the Project as specified in the Contract Documents,
within the time required for full completion of the Work, including all labor, materials, supplies, and equipment and all other direct
or indirect costs including, but not limited to, taxes, insurance and all overhead for the following price ("Base Bid"):
$673,141.07
2. Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued for
this Bid. Bidder waives any claims it might have against the City based on its failure to receive, access, or review
any addenda for any reason. Bidder specifically acknowledges receipt of the following addenda (click "+" to add
addenda. Type "N/A" if no addenda have been issued):
Addendum M *
Addendum Date: *
04/06/2021
2. Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued for
this Bid. Bidder waives any claims it might have against the City based on its failure to receive, access, or review
any addenda for any reason. Bidder specifically acknowledges receipt of the following addenda (click "+" to add
addenda. Type "N/A" if no addenda have been issued): 1
Addendum M *
Addendum Date: *
04/15/2021
3. Bidder's Certifications and Warranties. By signing and submitting this Bid Proposal, Bidder certifies and warrants the
following:
3.1 Examination of Contract Documents. Bidder has thoroughly examined the Contract Documents and represents that,
to the best of Bidder's knowledge, there are no errors, omissions, or discrepancies in the Contract Documents, subject to
the limitations of Public Contract Code§ 1104.
3.2 Examination of Project Site. Bidder has had the opportunity to examine the Project site and local conditions at the
Project location.
Page 2 of 9 04/21/2021
3.3 Bidder Responsibility. Bidder is a responsible bidder, with the necessary ability, capacity, experience, skill,
qualifications, workforce, equipment, and resources to perform or cause the Work to be performed in accordance with the
Contract Documents and within the Contract Time.
3.4 Responsibility for Bid. Bidder has carefully reviewed this Bid Proposal and is solely responsible for any errors or
omissions contained in its completed Bid. All statements and information provided in this Bid Proposal and enclosures are
true and correct to the best of Bidder's knowledge.
3.5 Nondiscrimination. In preparing this Bid, the Bidder has not engaged in discrimination against any prospective or
present employee or Subcontractor on grounds of race, color, ancestry, national origin, ethnicity, religion, sex, sexual
orientation, age, disability, or marital status.
3.6 Iran Contracting Act. If the Contract Price exceeds $1,000,000, Bidder is not identified on a list created under the
Iran Contracting Act, Public Contract Code § 2200 et seq. (the "Act'), as a person engaging in investment activities in Iran,
as defined in the Act, or is otherwise expressly exempt under the Act.
4. Award of Contract. By signing and submitting this Bid Proposal, Bidder agrees that if Bidder is awarded the Contract for the
Project, within ten days following issuance of the Notice of Award to Bidder, Bidder will do all of the following:
4.1 Execute Contract. Enter into the Contract with City in accordance with the terms of this Bid Proposal, by signing and
submitting to City the Contract prepared by City using the form included with the Contract Documents;
4.2 Submit Required Bonds. Submit to City a payment bond and a performance bond, each for 100% of the Contract
Price, using the bond forms provided and in accordance with the requirements of the Contract Documents; and
4.3 Insurance Requirements. Submit to City the insurance certificate(s) and endorsement(s) as required by the Contract
Documents.
This Bid Proposal is hereby submitted on [Date] *
04/20/2021
s/ *
Kevin Ghilotti
Name and Title
Kevin Ghilotti - President, Owner, CEO
Page 3 of 9 04/21/2021
s/ *
Joe Moreira
Name and Title
Joe Moreira - Assistant Secretary, General Manager
Company Name
Team Ghilotti, Inc
License #, Expiration Date, and Class *
895384, 04/30/2023, A & HAZ
Address *
2531 Petaluma Blvd. S.
DIR Registration #
1000002085
City, State, Zip
Petaluma
Phone *
(707)763-8700
Contact Name *
Gabe Duran
Contact Email *
gabed@teamghilotti.com
END OF BID PROPOSAL
BID SCHEDULE - DIRECTIONS
This Bid Schedule must be completed digitally and included with the Bid Proposal. Pricing must be provided for each Bid Item as
indicated. Items marked "(SW)" are Specialty Work that must be performed by a qualified Subcontractor. The lump sum or unit
cost for each item must be inclusive of all costs, whether direct or indirect, including profit and overhead. The sum of all amounts
entered in the "Extended Total Amount' column must be identical to the Base Bid price entered in Section 1 of the Bid Proposal
form.
Page 4 of 9 04/21/2021
AL = Allowance LF = Linear Foot CF = Cubic Feet LS = Lump Sum CY = Cubic Yard SF = Square Feet EA = Each TON
= Ton (2000lbs)
LB = Pounds
BID SCHEDULE
Bid
Unit
Item
Item Description
No.
LS
1
Mobilization
2
Traffic Control
3
Tree Removal
4
Remove Existing Sign
5
Remove Existing Post
6
Remove Existing Lighting Assembly
7
Clearing and Grubbing
8
Adjust Utility Box
9
PCC Sidewalk
10
PCC Curb Ramps
11
PCC Curb and Gutter
12
PCC Raised Island
13
K71 Flexible Bollards
14
6" Thermoplastic White Line
15
Thermoplastic(White or Yellow)
16
AC Plug
$673,141.07
Est Qty.
Unit
Unit Cost
Extension
1.00
LS
$60,028.00
$60,028.00
1.00
LS
$55,163.07
$55,163.07
5.00
EA
$1,185.00
$5,925.00
19.00
EA
$490.00
$9,310.00
5.00
EA
$425.00
$2,125.00
1.00
EA
$3,500.00
$3,500.00
1.00
LS
$82,875.00
$82,875.00
4.00
EA
$865.00
$3,460.00
1,400.00
SF
$15.30
$21,420.00
4.00
EA
$6,927.00
$27,708.00
320.00
LF
$59.20
$18,944.00
1.00
EA
$12,396.00
$12,396.00
40.00
EA
$300.00
$12,000.00
450.00
LF
$2.00
$900.00
4,500.00
SF
$3.75
$16,875.00
2,700.00
SF
$14.50
$39,150.00
Total: $673,141.07
Page 5 of 9 04/21/2021
Bid
Item
Item Description
Est Qty.
Unit
Unit Cost
Extension
No.
17
Curb Paint
500.00
LF
$2.50
$1,250.00
18
Detail 27B
40.00
LF
$2.00
$80.00
19
Street Bond; San Diego Buff
1,200.00
SF
$5.00
$6,000.00
20
Sign, Post, and Foudation
10.00
EA
$275.00
$2,750.00
21A
Medway Road at Front Street (Rectangular Rapid Flashing
1.00
LS
$23,880.00
$23,880.00
Beacon and Lighting Systems)
21B
Medway Road and Mill Street (Rectangular Rapid Flashing
1.00
LS
$23,880.00
$23,880.00
Beacon and Lighting Systems)
21C
Belvedere Street and Vivian Street (Rectangular Rapid Flashing
1.00
LS
$35,400.00
$35,400.00
Beacon and Lighting Systems)
21 D
Spinnaker Point Drive and Bahia Way(Rectangular Rapid
1.00
LS
$20,700.00
$20,700.00
Flashing Beacon and Lighting Systems)
21E
Kerner Blvd and Sonoma Street (Rectangular Rapid Flashing
1.00
LS
$25,100.00
$25,100.00
Beacon and Lighting Systems)
21F
Bellam Blvd and Vista Del Mar (Rectangular Rapid Flashing
1.00
LS
$32,000.00
$32,000.00
Beacon and Lighting Systems)
21G
Bellam Blvd and Winward Way(Rectangular Rapid Flashing
1.00
LS
$24,300.00
$24,300.00
Beacon and Lighting Systems)
21H
Mission Ave and Park Street(Rectangular Rapid Flashing Beacon
1.00
LS
$27,600.00
$27,600.00
and Lighting Systems)
211
Mission Ave and West of Alice Street (Rectangular Rapid
1.00
LS
$30,300.00
$30,300.00
Flashing Beacon and Lighting Systems)
22
Marin Transit Real Time Arrival Board
1.00
LS
$25,200.00
$25,200.00
23
Storm Drain Catch Basin (Type E)
1.00
EA
$9,747.00
$9,747.00
24
12" SDR 35
25.00
LF
$527.00
$13,175.00
Total: $673,141.07
SUBCONTRACTOR LIST - INSTRUCTIONS
Page 6 of 9 04/21/2021
For each Subcontractor that will perform a portion of the Work in an amount in excess of one-half of 1 % of the bidder's total
Contract Price,[1] the bidder must list a description of the Work, the name of the Subcontractor, its California contractor license
number, the location of its place of business, its DIR registration number, and the portion of the Work that the Subcontractor is
performing based on a percentage of the Base Bid price.
[1] For street or highway construction this requirement applies to any subcontract of $10,000 or more.
SUBCONTRACTOR LIST
Description of Subcontractor
Work Name
Devincenzi
Concrete Work Concrete
Construction
California DIR Reg Percent
Contractor Location of Business NOof
License Number ' Work
326998
Striping, Street Bond, Bayside Stripe
Sign, Post & & Seal 883985
Foundation
Sawcutting Bayline Cutting 809660
& Coring, Inc
Electrical Columbia 765902
Electric, Inc
NON -COLLUSION DECLARATION
The undersigned declares:
I am the
President
of: *
Team Ghilotti, Inc.
3276 Dutton Ave, Santa 1000001188 7.1
Rosa, CA 95407
PO Box 703, Petaluma, 1000001757 6.9
CA 94953
501 Cesar Chavez St
#101B, San Francisco, CA 1000003185 0.6
94124
1980 Davis St., San 1000001478 40.9
Leandro, CA 94577
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
Page 7 of 9
04/21/2021
the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization,
or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any
other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with
any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly,
sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix
any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true.
The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or
divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository,
or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid and will not pay, any person or entity
for such purpose.
This declaration is intended to comply with California Public Contract Code § 7106 and Title 23 U.S.0 § 112.
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], * [city] * [state]
04/20/2021 Petaluma CA
F,—/I agree that my digital or electronic signature applies to this form
Name *
Kevin Ghilotti
Bid Security
As a guarantee that, if awarded the Contract, Bidder will perform its obligations under Section 4 above, Bidder is enclosing bid
security in the amount of ten percent of its maximum bid amount in one of the following forms (select one). Upload a scan of the
paper bid security.
Within ten calendar days following City's issuance of the Notice of Award to the apparent low bidder, the bidder must submit
original hardcopies of the payment and performance bonds to City as specified in the Contract Documents using the bond forms
included in the Contract Documents.
Guarantee Method *
Paper Bid Security, Cashier's
Check, or Certified Check:
Page 8 of 9 04/21/2021
Paper Bid Security, Cashier's Check, or Certified Check:
Confirmation: *
A bid security, using the Bid Security form included with the Contract Documents, payable to City and executed by a surety
licensed to do business in the State of California.
REQUIRED DOCUMENTS LIST
Name
Omission Terms
Paper Bid Security, Certified Check, or Cashier's
Check I am verifying my bid security electronically
[insert instructions for delivery of wet -ink, original
documents]
1 Required Document
Page 9 of 9
Submitted
File
Bid Bond -
Team Ghilotti,
Inc..pdf
04/21/2021
Bid Bond
_Team Ghilotti, Inc. ("Bidder') has submitted a
bid, dated _ April 20 2021 ("Bid"), to City of San Rafael ("City") for
work on the City of San Rafael Crosswalk Projects ("Project"). Under this duly executed bid bond
("Bid Bond"), Bidder as Principal and Berkley Insurance Company , its surety ("Surety"),
are bound to City as obligee in the penal sum of ten percent of the maximum amount of the Bid
(the "Bond Sum"). Bidder and Surety bind themselves and their respective heirs, executors,
administrators, successors and assigns, jointly and severally, as follows:
1. General. If Bidder is awarded the Contract for the Project, Bidder will enter into the
Contract with City in accordance with the terms of the Bid.
2. Submittals. Within ten days following issuance of the Notice of Potential Award to Bidder,
Bidder must submit to City the following:
2.1 Contract. The executed Contract, using the form provided by City in the Project
contract documents ("Contract Documents");
2.2 Payment Bond. A payment bond for 100% of the maximum Contract Price,
executed by a surety licensed to do business in the State of California using the
Payment Bond form included with the Contract Documents;
2.3 Performance Bond. A performance bond for 100% of the maximum Contract Price,
executed by a surety licensed to do business in the State of California using the
Performance Bond form included with the Contract Documents; and
2.4 Insurance. The insurance certificate(s) and endorsement(s) required by the
Contract Documents, and any other documents required by the Instructions to
Bidders or Notice of Potential Award.
3. Enforcement. If Bidder fails to execute the Contract and to submit the bonds and
insurance certificates as required by the Contract Documents, Surety guarantees that
Bidder forfeits the Bond Sum to City. Any notice to Surety may be given in the manner
specified in the Contract and delivered or transmitted to Surety as follows:
Attn: Berkley Surety Group, Surety Claims Department
Address: 412 Mount Kemble Avenue, Suite 310N
City/State/Zip: Morristown. NJ 07960
Phone: 866-768-3534
Fax: _N/A
Email: BSQInqu6ryQberkIeysumty.cam
4. Duration and Waiver. If Bidder fulfills its obligations under Section 2, above, then this
obligation will be null and void; otherwise it will remain in full force and effect for 60 days
following the bid opening or until this Bid Bond is returned to Bidder, whichever occurs first.
Surety waives the provisions of Civil Code §§ 2819 and 2845.
[Signatures are on the following page. ]
City of San Rafael Crosswalk Projects 2021 Form BID BOND
City Project #11381 Page 21
This Bid Bond is entered into and effective on April 7 .2021
SURETY:
Berkley Insurance
Business Name _
April 7, 2021
Date
L. Neu
(Attach Acknowledgment with Notary Seal and Power of Attorney)
BIDDER:
Team Ghilotti, Inc.
Business Name
2-04-v-,, ZG2t
Date
_Kwn_GhIlaffi. Prs'Ir ot, CFO, Treasurer
Name, Title
END OF BID BOND
City of San Rafael Crosswalk Projects 2021 Form BID BOND
City Project #11381 Page 22
CALIFORNIA ACKNOWLEDGMENT
CIVIL CODE § 9189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document
to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California 1
County of Sonoma J}
On
APR 2 0 1021
Date
before me, Gabriel William Duran, Notary Public
Here Insert Name and Title of the Officer
personally appeared
Namef4lof Signer -or
who proved to me on the basis of satisfactory evidence to be the personKwhose name(sTis/aresubscribed
to the within instrument and acknowledged to me that he/sWtl Le executed the same in his/WttWrr
authorized capacity(ipt), and that by his/fyef/tbeir signatureKon the instrument the personjs ; or the entity
upon behalf of which the personK acted, executed the instrument.
GABRIEL WILLIAM DURAN
Notary Public • California
Sonoma County
Commission # 2338747
'�o•" My Comm. Expires Nov 27, 20I4 1
Place Notary Seal and/or Stamp Above
I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
✓ Signature 6�N�o ry Public
Completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
020119 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
[_validity of that document.
Staunt te f California Santa Clara
Y
On APR 7 2021
before me, Erin Bautista, Notary Public
(insert name and title of the officer)
personally appeared Jean L. Neu
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ma
subscribed to the within instrument and acknowledged to me that M/she/tw executed the same in
H!Wherfteirauthorized capacity(!", and that by /her/ signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
ERN ZAUTISTA
N -Lary Public • CtOforrt
Santa Clara County
C01111:IISSInn # 22.36034
SignatureAM-
(Seal) '' --%
My Comrn. Explre5 Ajar 27, 20•[2
No. BI -10192d -el
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
and appointed, and does by these presents make, constitute and appoint: Bryan D. Martin; Erin Bautista; Jean L. Neu, Stephen
E. Leveroni; Angelina A. Campano; Gordon Scott Gaddy; or Jennifer Marie Hyland of ABD Insurance & Financial Services,
Ina of San Mateo, CA its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute,
seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing
that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such
bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their
own proper persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein
to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
attorney-in-fact and revoke any power of attorney previously granted; and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
manner and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and
fiurther
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
though manually affixed The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
IN WITNESS WHEREOF, the Company has caused these presents to.be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this 21st day of�Apr4I
Attest Berkl Insurance Company
E
Yvar7gr� C O
t W 5EA I, z By By
67 _ 7975 < derman 7e after 1
#rnwP�E Executive Vice President &Secretary �Se ' resident
STATE OF CONNECTICUT)
) ss:
COuN-fY OF F -AIRFIELD )
Sworn to before me, a Notary Public in the State of Connecticut, this 21st day of A ril , _ 2020 , by Ira S. Lederman
and kffyty M. Hafter who are sworn to me to be the Executive Vice President Secretary, and o Senior Vice President,
respectively, of Berkley Insurance Company. UARni A M9 RLIKM
IC
CONNECTICUT ,
( fY CoAPHIIS3o;2W4PIRE® otary Public, State of Connecticut
CERTIFICATE
I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIF1r that the foregoing is a
true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded
ancLtha� authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of
Attd "�N ched, is in full force and effect as of this date.
ry FAP der my hand and seal of the Company, this 7th day of April , 2021
`,O l97S
�t`'^!aP� Vincent P. Forte
Please verify the authenticity of the instrument attached to this power
by:
Toll -Free Telephone: (866) 768-3534; or
Electronic Mail: BSGinguiry@berkleysurety.com
Any written notices, inquiries, claims or demands to the Surety on the bond
attached to this power should be directed to:
Berkley Surety Group
412 Mount Kemble Ave.
Suite 31ON
Morristown, NJ 07960
Attention: Surety Claims Department
.n
Email: BSGClaim@berkleysuretV.com
Please include with all communications the bond number and the name of the
principal on the bond. Where a claim is being asserted, please set forth generally
the basis of the claim. In the case of a payment or performance bond please also
identify the project to which the bond pertains.
Berkley Surety Group is an operating unit of W. R. Berkley Corporation that
underwrites surety business on behalf of Berkley Insurance Company and Berkley
Regional Insurance Company
Bidder's Questionnaire
CITY OF SAN RAFAEL CROSSWALK PROJECTS
Within 48 hours following a request by City, a bidder must submit to City a completed, signed
Bidder's Questionnaire using this form and all required attachments, including clearly labeled
additional sheets as needed. City may request the Questionnaire from one or more of the
apparent low bidders following the bid opening, and may use the completed Questionnaire as
part of its investigation to evaluate a bidder's qualifications for this Project. The Questionnaire
must be filled out completely, accurately, and legibly. Any errors, omissions, or
misrepresentations in completion of the Questionnaire may be grounds for rejection of the bid or
termination of a Contract awarded pursuant to the bid.
Part A: General Information
Bidder Business Name:
Check One:
_ Corporation (State of incorporation:
_ Partnership
_ Sole Proprietorship
_ Joint Venture of:
Other:
Main Office Address and Phone:
Local Office Address and Phone:
Website address:
Owner of Business:
Contact Name and Title:
Contact Phone and Email:
Bidder's California Contractor's License Number(s):
Bidder's DIR Registration Number:
Part B: Bidder Experience
("Bidder")
1. How many years has Bidder been in business under its present business name? years
2. Has Bidder completed projects similar in type and size to this Project as a general contractor?
Yes No
3. Has Bidder ever been disqualified from a bid on grounds that it is not responsible, or otherwise
disqualified or disbarred from bidding under state or federal law?
Yes No
City of San Rafael Crosswalk Projects 2021 Form BIDDER'S QUESTIONNAIRE
City Project #11381 Page 23
If yes, provide additional information on a separate sheet regarding the disqualification or
disbarment, including the name and address of the agency or owner of the project, the type and
size of the project, the reasons that Bidder was disqualified or disbarred, and the month and year
in which the disqualification or disbarment occurred.
4. Has Bidder ever been terminated for cause, alleged default, or legal violation from a
construction project, either as a general contractor or as a subcontractor?
Yes No
If yes, provide additional information on a separate sheet regarding the termination, including the
name and address of the agency or owner of the subject project, the type and size of the project,
whether Bidder was under contract as a general contractor or a subcontractor, the reasons that
Bidder was terminated, and the month and year in which the termination occurred.
5. Provide information about Bidder's past projects performed as general contractor as follows:
5.1 Six most recently completed public works projects within the last three years;
5.2 Three largest completed projects within the last three years; and
5.3 Any project which is similar to this Project including scope and character of the
work.
6. Use separate sheets to provide all of the following information for each project identified in
response to the above three categories:
6.1 Project name, location, and description;
6.2 Owner (name, address, email, and phone number);
6.3 Prime contractor, if applicable (name, address, email, and phone number);
6.4 Architect or engineer (name, email, and phone number);
6.5 Project and/or construction manager (name, email, and phone number);
6.6 Scope of work performed (as general or as subcontractor);
6.7 Initial contract price and final contract price (including change orders);
6.8 Original scheduled completion date and actual date of completion;
6.9 Time extensions granted (number of days);
6.10 Number and amount of stop notices or mechanic's liens filed;
6.11 Amount of any liquidated damages assessed against Bidder; and
6.12 Nature and resolution of any project -related claim, lawsuit, mediation, or
arbitration involving Bidder.
Part C: Safety
1. Provide Bidder's Experience Modification Rate (EMR) for the last three years:
Year EMR
2. Complete the following, based on information provided in Bidder's CalOSHA Form 300 or
Form 300A, Annual Summary of Work -Related Illnesses and Injuries, from the most recent past
calendar year:
2.1 Number of lost workday cases:
2.2 Number of medical treatment cases:
2.3 Number of deaths:
City of San Rafael Crosswalk Projects 2021 Form BIDDER'S QUESTIONNAIRE
City Project #11381 Page 24
3. Has Bidder ever been cited, fined, or prosecuted by any local, state, or federal agency,
including OSHA, CaIOSHA, or EPA, for violation of any law, regulation, or requirements
pertaining to health and safety?
Yes No
If yes, provide additional information on a separate sheet regarding each such citation, fine, or
prosecution, including the name and address of the agency or owner of the project, the type and
size of the project, the reasons for and nature of the citation, fine, or prosecution, and the month
and year in which the incident giving rise to the citation, fine, or prosecution occurred.
4. Name, title, and email for person responsible for Bidder's safety program:
Name Title
Part D: Verification
Email
In signing this document, I, the undersigned, declare that I am duly authorized to sign and submit
this Bidder's Questionnaire on behalf of the named Bidder, and that all responses and information
set forth in this Bidder's Questionnaire and accompanying attachments are, to the best of my
knowledge, true, accurate and complete as of the date of submission. I declare under penalty of
perjury under the laws of the State of California that the foregoing is true and correct.
Signature:
By:
Name and Title
Date:
END OF BIDDER'S QUESTIONNAIRE
City of San Rafael Crosswalk Projects 2021 Form BIDDER'S QUESTIONNAIRE
City Project #11381 Page 25
Contract
This public works contract ("Contract") is entered into by and between the City of San Rafael ("City") and
Team Ghilotti, Inc. ("Contractor"), for work on the City's Canal Neighborhood Pedestrian Improvements
Project (City Project No. 11381) ("Project").
The parties agree as follows:
1. Award of Contract. In response to the Notice Inviting Bids, Contractor has submitted a Bid
Proposal to perform the Work to construct the Project. On May 3, 2021, City authorized award of
this Contract to Contractor for the amount set forth in Section 4, below.
2. Contract Documents. The Contract Documents incorporated into this Contract include and are
comprised of all of the documents listed below. The definitions provided in Article 1 of the General
Conditions apply to all of the Contract Documents, including this Contract.
2.1 Notice Inviting Bids;
2.2 Instructions to Bidders;
2.3 Addenda, if any;
2.4 Bid Proposal and attachments thereto;
2.5 Contract;
2.6 Payment and Performance Bonds;
2.7 General Conditions;
2.8 Special Conditions;
2.9 Project Plans and Specifications;
2.10 Change Orders, if any;
2.11 Notice of Award;
2.12 Notice to Proceed;
2.13 Uniform Standards All Cities and County of Marin (available online at:
https://www.marincounty.orq/-
/media/files/departments/pw/engineering/2018-ucs-complete-set.pdf?la=en );
and
3. Contractor's Obligations. Contractor will perform all of the Work required for the Project, as
specified in the Contract Documents. Contractor must provide, furnish, and supply all things
necessary and incidental for the timely performance and completion of the Work, including all
necessary labor, materials, supplies, tools, equipment, transportation, onsite facilities, and utilities,
unless otherwise specified in the Contract Documents. Contractor must use its best efforts to
diligently prosecute and complete the Work in a professional and expeditious manner and to meet
or exceed the performance standards required by the Contract Documents, and in full compliance
with Laws.
4. Payment. As full and complete compensation for Contractor's timely performance and completion
of the Work in strict accordance with the terms and conditions of the Contract Documents, City will
pay Contractor $673,141.07 ("Contract Price") for all of Contractor's direct and indirect costs to
perform the Work, including all labor, materials, supplies, equipment, taxes, insurance, bonds and
all overhead costs, in accordance with the payment provisions in the General Conditions.
5. Time for Completion. Contractor will fully complete the Work for the Project within one year from
the commencement date given in the Notice to Proceed ("Contract Time"). By signing below,
Contractor expressly waives any claim for delayed early completion.
Canal Neighborhood Pedestrian Improvements 2020 Form
City Project No. 11381
SR City Attorney Approved 1/30/2020
CONTRACT
Page 1
6. Liquidated Damages. If Contractor fails to complete the Work within the Contract Time, City will
assess liquidated damages in the amount of $500 per day for each day of unexcused delay in
completion, and such liquidated damages may be deducted from City's payments due or to become
due to Contractor under this Contract.
Labor Code Compliance.
7.1 General. This Contract is subject to all applicable requirements of Chapter 1 of Part 7 of
Division 2 of the Labor Code, including requirements pertaining to wages, working hours
and workers' compensation insurance, as further specified in Article 9 of the General
Conditions.
7.2 Prevailing Wages. This Project is subject to the prevailing wage requirements applicable
to the locality in which the Work is to be performed for each craft, classification or type of
worker needed to perform the Work, including employer payments for health and welfare,
pension, vacation, apprenticeship and similar purposes. Copies of these prevailing rates
are available online at.hftp://www.dir.ca.gov/DLSR.
7.3 DIR Registration. City may not enter into the Contract with a bidder without proof that the
bidder and its Subcontractors are registered with the California Department of Industrial
Relations to perform public work pursuant to Labor Code § 1725.5, subject to limited legal
exceptions.
8. Workers' Compensation Certification. Pursuant to Labor Code § 1861, by signing this Contract,
Contractor certifies as follows: "I am aware of the provisions of Labor Code § 3700 which require
every employer to be insured against liability for workers' compensation or to undertake self-
insurance in accordance with the provisions of that code, and I will comply with such provisions
before commencing the performance of the Work on this Contract."
9. Conflicts of Interest. Contractor, its employees, Subcontractors and agents, may not have,
maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance
or requirement, or in violation of any California law, including Government Code § 1090 et seq., or
the Political Reform Act, as set forth in Government Code § 81000 et seq. and its accompanying
regulations. Any violation of this Section constitutes a material breach of the Contract.
10. Independent Contractor. Contractor is an independent contractor under this Contract and will have
control of the Work and the means and methods by which it is performed. Contractor and its
Subcontractors are not employees of City and are not entitled to participate in any health, retirement, or
any other employee benefits from City.
Canal Neighborhood Pedestrian Improvements 2020 Form CONTRACT
City Project No. 11381
SR City Attorney Approved 1/30/2020
Page 2
11. Notice. Any notice, billing, or payment required by or pursuant to the Contract Documents must be
made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable
overnight delivery service, or by email as a PDF file. Notice is deemed effective upon delivery,
except that service by U.S. Mail is deemed effective on the second working day after deposit for
delivery. Notice for each party must be given as follows:
City:
City Clerk's Office
1400 Fifth Avenue, Room 209
San Rafael, CA 94901
Attn: City Clerk
Copy to:
Director of Public Works
Email:
Bill.Guerin(cbcityofsanrafael.orcI
Contractor:
Name:
Team Ghilotti, Inc.
Address:
2531 Petaluma Blvd S
City/State/Zip: Petaluma, CA 94952
Phone:
(707) 763-8700
Attn:
Kevin Ghilotti, CEO
Email:
KevinG(D_teamghilotti.com
12. General Provisions.
12.1 Assignment and Successors. Contractor may not assign its rights or obligations under
this Contract, in part or in whole, without City's written consent. This Contract is binding on
Contractor's and City's lawful heirs, successors and permitted assigns.
12.2 Third Party Beneficiaries. There are no intended third -parry beneficiaries to this Contract.
12.3 Governing Law and Venue. This Contract will be governed by California law and venue
will be in the Marin County Superior Court, and no other place. Contractor waives any right
it may have pursuant to Code of Civil Procedure § 394, to file a motion to transfer any
action arising from or relating to this Contract to a venue outside of Marin County,
California.
12.4 Amendment. No amendment or modification of this Contract will be binding unless it is in
a writing duly authorized and signed by the parties to this Contract.
12.5 Integration. This Contract and the Contract Documents incorporated herein, including
authorized amendments or Change Orders thereto, constitute the final, complete, and
exclusive terms of the agreement between City and Contractor.
12.6 Severability. If any provision of the Contract Documents is determined to be illegal,
invalid, or unenforceable, in whole or in part, the remaining provisions of the Contract
Documents will remain in full force and effect.
12.7 Iran Contracting Act. If the Contract Price exceeds $1,000,000, Contractor certifies, by
signing below, that it is not identified on a list created under the Iran Contracting Act, Public
Canal Neighborhood Pedestrian Improvements 2020 Form
City Project No. 11381
SR City Attomey Approved 1/30/2020
CONTRACT
Page 3
Contract Code § 2200 et seq. (the "Act'), as a person engaging in investment activities in
Iran, as defined in the Act, or is otherwise expressly exempt under the Act.
12.8 Authorization. Each individual signing below warrants that he or she is authorized to do
so by the party that he or she represents, and that this Contract is legally binding on that
party. If Contractor is a corporation, signatures from two officers of the corporation are
required pursuant to California Corporation Code § 313. If Contractor is a partnership, a
signature from a general partner with authority to bind the partnership is required.
[Signatures are on the following page.]
Canal Neighborhood Pedestrian Improvements 2020 Form CONTRACT
City Project No. 11381
SR City Attorney Approved 1/30/2020
Page 4
The parties agree to this Contract as witnessed by the signatures below:
CITY: Approved as to form:
s/ s/ nni ^,�
Jim chut , City Manage �5d . GD��tBhp �� (I� Afb ne-y
Name, Title
Date: �-� /1 — 2,,(
Attest:
�b rLindsay Lara, City ClL2q
Date: i
CONTRACTOR: Team Ghilotti, Inc.
Business Name
Date: ZZ aZI
s/_ Seal:
Kevin Ghilotti, CEO & President
Name, Title
Date: May 6, 2021
Second Signature (See Section 12.8):
s/---�� e4 C
Joe Moreira, General Manager & Assistant Secretary
Name, Title
Date: May 6, 2021
Contractor's California License Number(s) and Expiration Date(s)
END OF CONTRACT
Canal Neighborhood Pedestrian Improvements 2020 Form
City Project No. 11381
SR City Attomey Approved 1/30/2020
CONTRACT
Page 5
CALIFORNIA ACKNOWLEDGMENT
CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document
to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of
Sonoma
On MAY 0 6 1011
Date
personally appeared
before me, Gabriel William Duran, Notary Public
Here Insert Name and Title of the Officer
Kevin Ghilotti, President, CFO, Treasurer
Name(s) of Signer(s)
Joe Moreira, General Manager, Assistant Secretary
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)Afare subscribed
to the within instrument and acknowledged to me that I}ersl6/they executed the same in IJis74f/their
authorized capacity(ies), and that by 17is >6r/their signature(s) on the instrument the person(s), or the entity
upon behalf of which the person(s) acted, executed the instrument.
GABRIEL WILLIAM DURA
Notary Public -California
i Sonoma County
r + Commission # 2338747
Y " °�•"� My Comm. Expires Nov 27, 2024 r
Place Notary Seal and/or Stamp Above
I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature 4, —;, /7"�/
Signotur otary Public
Completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
02019 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Bond #0232602
Premium: Inc[. in Performance Bond
Payment Bond
The City of San Rafael ("City") and Team Ghilotti. Inc. ("Contractor") have entered
into a contract for work on the City of San Rafael Crosswalk Projects ("Project"). The Contract is
incorporated by reference into this Payment Bond ("Bond").
1. General. Under this Bond, Contractor as principal and Berkley Insurance Company
its surety ("Surety"), are bound to City as obligee in an amount not less than
$ 673,141.07 , under California Civil Code § 9550 et seq., to ensure payment to
authorized claimants. This Bond is binding on the respective successors, assigns, owners,
heirs, or executors of Surety and Contractor.
Surety's Obligation. If Contractor or any of its Subcontractors fails to pay a person
authorized in California Civil Code § 9100 to assert a claim against a payment bond, any
amounts due under the Unemployment Insurance Code with respect to work or labor
performed under the Contract, or any amounts required to be deducted, withheld, and paid
over to the Employment Development Department from the wages of employees of
Contractor and its Subcontractors under California Unemployment Insurance Code § 13020
with respect to the work and labor, then Surety will pay the obligation.
3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California
Civil Code § 9100, so as to give a right of action to those persons or their assigns in any
suit brought upon this Bond. Contractor must promptly provide a copy of this Bond upon
request by any person with legal rights under this Bond.
4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and
equipment furnished for use in the performance of the Work required by the Contract, in
conformance with the time requirements set forth in the Contract and as required by
California law, Surety's obligations under this Bond will be null and void. Otherwise,
Surety's obligations will remain in full force and effect.
5. Waivers. Surety waives any requirement to be notified of alterations to the Contract or
extensions of time for performance of the Work under the Contract. Surety waives the
provisions of Civil Code §§ 2819 and 2845. City waives the requirement of a new bond for
any supplemental contract under Civil Code § 9550. Any notice to Surety may be given in
the manner specified in the Contract and delivered or transmitted to Surety as follows:
Attn: Berkley Surety Group Attn: Claims Department
Address: 412 Mount Kemble Ave., Suite 31ON
City/State/Zip: Morristown. NJ 07960
Phone: 866-769-3534
Email: BSGinguirytcDberkleysurety.com
6. Law and Venue. This Bond will be governed by California law, and venue for any dispute
pursuant to this Bond will be in the Marin County Superior Court, and no other place.
Surety will be responsible for City's attorneys' fees and costs in any action to enforce the
provisions of this Bond.
[Signatures are on the following page.]
City of San Rafael Crosswalk Projects 2021 Form PAYMENT BOND
City Project #11381 Page 30
7. Effective Date; Execution. This Bond is entered into and is effective on May 3
2021.
SURETY:
Berkley Insurance Company
Business Name
s/ 8
�' !L = —
Jean L. eu, Attorney -in -Fact
Name, Title
May 3, 2021
Date
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR:
Team Ghilotti, Inc.
Business Name
s/ V1GtL Cy
evin Ghilot i, President Date
Name, Title
APPROVED BY CITY:
s/ LAQ -5— // Zf z'
/�
1 n, Date
.154 A. GoIJAi, . C".A&tf1ey
Name, Title J 7
END OF PAYMENT BOND
City of San Rafael Crosswalk Projects 2021 Form PAYMENT BOND
City Project #11381 Page 31
CALIFORNIA ACKNOWLEDGMENT
CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document
to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Sonoma
On MAY 0 6 2021
Date
personally appeared
before me, Gabriel William Duran, Notary Public
Here Insert Name and Title of the Officer
Kevin Ghiloth, President, CFO, Treasurer
Nome,,W-of Signe
who proved to me on the basis of satisfactory evidence to be the person(gwhose name(eris/aWsubscribed
to the within instrument and acknowledged to me that he/sl).e�/t>ey executed the same in his/odthigir
authorized capacity(os), and that by his/Us*tbef signature;(a) on the instrument the person, or the entity
upon behalf of which the person,(a)'acted, executed the instrument.
aMGABRIEL WILLIAM ID jNotary Public - CaliforniaSonoma CountyCommission # 2338747
y Comm. Expires Nov 27, 2024
Place Notary Seal and/or Stamp Above
I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
Signature o otory Public
,
Completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
©2019 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Santa Clara
MAY - 3 2021
[*IT
before me,
Erin Bautista, Notary Public
(insert name and title of the officer)
personally appeared Jean L. Neu
who proved to me on the basis of satisfactory evidence to be the persona) whose names) is/am
subscribed to the within instrument and acknowledged to me that M/she/fw executed the same in
his/her/t**Fauthorized capacity(i", and that by #Wher/their- signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
ERIN BAUTISTA
Notary Public - CaliforniaSanta
@My
Clara County
Commission N 2236034
Comm. Expires Apr 25, 20221
(Seal)
No. BI -10192d -el
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
and appointed, and does by these presents make, constitute and appoint: Bryan D. Martin; Erin Bautista; Jean L. Neu; Stephen
E. Leveroni; Angelina A. Campano; Gordon Scott Gaddy; or Jennifer Marie Hyland of ABD Insurance & Financial Services,
Inc. of Say: Mateo, CA its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute,
seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing
that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such
bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their
own proper persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein
to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
attorney-in-fact and revoke any power of attorney previously granted; and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
manner and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
IN WITNESS WHEREOF, the Company has caused these presents to be sifined and attested by its appropriate officers and its
corporate seal hereunto affixed this 21g day of _April2020
\\�S\1RAN�f Attest: Berk] Insurance Company
r
�� 141r
r � .� By By
i W ti'1 1I, z Ir edermanJSe
after
`� �• 1975 �
5 Executive Vice President & Secretary c resident
STATE OF CONNECTICUT)
) ss:
COUNTY OF FAIRFiELD )
Sworn to before me, a Notary Public in the State of Connecticut, this 21st:,ot;�6,
xPublic,
l 2020 , by Ira S. Lederman
and Jeffrey ]A- Hafter who are sworn to me to be the Executive Vice Pretary, and t e Senior Vice President,
respectively, of Berkley Insurance Company. MARIA TARY PUB Act I &�
CONNECTICUT
MVC MMISSION APHIL 30, 2024PIRE9 ate of Connecticut
CERTIFICATE
I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded
and. that thr;. authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of
S\1HAN
Atttirnf ttached, is in full force and effect as of this date.
�' n 'E$� �ander my band and seal of the Company, this 3rd day of May 2021
( l .S .11 11 z
1975 �
Vincent P. Forte
Please verify the authenticity of the instrument attached to this power
by:
Toll -Free Telephone: (866) 768-3534; or
Electronic Mail: l3SGlnguiry2berldeysuretV.com
Any written notices, inquiries, claims or demands to the Surety on the bond
attached to this power should be directed to:
Berkley Surety Group
412 Mount Kemble Ave.
Suite 310N
Morristown, NJ 07960
Attention: Surety Claims Department
Or
Email: BSGClaim@berkleysurety.com
Please include with all communications the bond number and the name of the
principal on the bond. Where a claim is being asserted, please set forth generally
the basis of the claim. In the case of a payment or performance bond please also
identify the project to which the bond pertains.
Berkley Surety Group is an operating unit of W. R. Berkley Corporation that
underwrites surety business on behalf of Berkley Insurance Company and Berkley
Regional Insurance Company
Bond #0232602
Premium: $7,400.00
Performance Bond
The City of San Rafael ("City") and Team Ghilotti, Inc. ("Contractor") have entered
into a contract for work on the City of San Rafael Crosswalk Projects ("Project"). The Contract is
incorporated by reference into this Performance Bond ("Bond").
1. General. Under this Bond, Contractor as Principal and Berkley Insurance Company
its surety ("Surety"), are bound to City as obligee for an amount not less than
$ 673,141.07 to ensure Contractor's faithful performance of its obligations under
the Contract. This Bond is binding on the respective successors, assigns, owners, heirs, or
executors of Surety and Contractor.
2. Surety's Obligations. Surety's obligations are co -extensive with Contractor's obligations
under the Contract. If Contractor fully performs its obligations under the Contract, including
its warranty obligations under the Contract, Surety's obligations under this Bond will
become null and void. Otherwise, Surety's obligations will remain in full force and effect.
3. Waiver. Surety waives any requirement to be notified of and further consents to any
alterations to the Contract made under the applicable provisions of the Contract
Documents, including changes to the scope of Work or extensions of time for performance
of Work under the Contract. Surety waives the provisions of Civil Code §§ 2819 and 2845.
4. Application of Contract Balance. Upon making a demand on this Bond for completion of
the Work prior to acceptance of the Project, City will make the Contract Balance available
to Surety for completion of the Work under the Contract. For purposes of this provision, the
Contract Balance is defined as the total amount payable by City to Contractor as the
Contract Price minus amounts already paid to Contractor, and minus any liquidated
damages, credits, or backcharges to which City is entitled under the terms of the Contract.
5. Contractor Default. Upon written notification from City of Contractor's termination for
default under Article 13 of the Contract General Conditions, time being of the essence,
Surety must act within the time specified in Article 13 to remedy the default through one of
the following courses of action:
5.1 Arrange for completion of the Work under the Contract by Contractor, with City's
consent, but only if Contractor is in default solely due to its financial inability to
complete the Work;
5.2 Arrange for completion of the Work under the Contract by a qualified contractor
acceptable to City, and secured by performance and payment bonds issued by
an admitted surety as required by the Contract Documents, at Surety's expense;
or
5.3 Waive its right to complete the Work under the Contract and reimburse City the
amount of City's costs to have the remaining Work completed.
6. Surety Default. If Surety defaults on its obligations under the Bond, City will be entitled to
recover all costs it incurs due to Surety's default, including legal, design professional, or
delay costs.
7. Notice. Any notice to Surety may be given in the manner specified in the Contract and
sent to Surety as follows:
Attn: Berkley Surety Group Attn: Claims Department
Address: 412 Mount Kemble Ave., Suite 31 ON
City of San Rafael Crosswalk Projects 2021 Form PERFORMANCE BOND
City Project #11381 Page 32
City/State/Zip: Morristown, NJ 07960
Phone: 866-768-3534
Fax: N/A
Email: BSGClaim(aD-berkleysurety.com
8. Law and Venue. This Bond will be governed by California law, and venue for any dispute
pursuant to this Bond will be in the Marin County Superior Court, and no other place.
Surety will be responsible for City's attorneys' fees and costs in any action to enforce the
provisions of this Bond.
9. Effective Date; Execution. This Bond is entered into and effective on
May 3 , 2021 .
SURETY:
Berkley Insurance Company
Business Name
s/
"k—
Jean L.i eu, Attomey-in-Fact
Name, Title
May 3, 2021
Date
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR:
Team Ghilotti Inc.
Business Name
s/l,Gt rt Gam' M a K lP, at -
Kevin Ghilotti, President Date
Name, Title
APPROVED BY CITY:
sl 5�1912D ZJ
YN
Zi$Q A - &0 yen _ A5`St Date
Name, Title
END OF PERFORMANCE BOND
City of San Rafael Crosswalk Projects 2021 Form PERFORMANCE BOND
City Project #11381 Page 33
CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document
to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of
Sonoma
On MAY 0 6 2021 before me, Gabriel William Duran, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Kevin Ghilotti, President, CFO, Treasurer
NomeXbf Signers'
who proved to me on the basis of satisfactory evidence to be the persons whose name(*Isha� subscribed
to the within instrument and acknowledged to me that he/5hig/t( v executed the same in his�W/ter
authorized capacity(ip�s), and that by his/hpWt�ieir signatureA on the instrument the persorlK, or the entity
upon behalf of which the persorpracted, executed the instrument.
GABRIEL WILLIAM OURAN
Notary Public - California
Sonoma County
` Commission N 2338747
My Comm. Expires Nov 27, 2024
Place Notary Seal and/or Stamp Above
I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature //�✓/
Signature "ary Public
Completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
020119 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Santa Clara
MAY -- 3 2021
On
before me, Erin Bautista, Notary Public
(insert name and title of the officer)
personally appeared ]ean L. Neu
who proved to me on the basis of satisfactory evidence to be the person( -4) whose names) is/am
subscribed to the within instrument and acknowledged to me that he/she/ffw executed the same in
his/her/t r -authorized capacity(i", and that by /her/#ie*signatures) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature L L�� L (Seal)
ERIN BAUTISTA
Notary Public - California
Santa Clara County
Commission It 2236034
My Comm, Expires Apr 25, 2022 ,I
No. BI -10192d -el
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
and appointed, and does by these presents make, constitute and appoint: Bryan D. Martin; Erin Bautista; Jean L. Neu; Stephen
E. Leveroni; Angelina A. Campano; Gordon Scott Gaddy; or Jennifer Marie Hyland ofABD Insurance & Financial Services,
Inc. of San Mateo, CA its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute,
seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing
that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such
bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their
own proper persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein
to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
attorney-in-fact and revoke any power of attorney previously granted; and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
manner and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
IN WITNESS WHEREOF, the Company has caused these presents to. be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this 21t day of _� 2020
19ANce Attest: Berkl r Insurance Company
By
By
S1 1 L Ir ederman �Je after © 3975 C
Executive Vice President & Secretary Se 1 \ resident
STATE OF CON ECTICUT )
) ss:
COUNTY OF FAIRFIELD )
Sworn to before me a Notary Public in the State of Connecticut, this 21st day ofAril 20 , by Ira S. Lederman
and Jerre) h4- Hefner who are sworn to me to be the Executive Vice President Secretaq, and t A Senior �Vice President,
respectively, of Berkley Insurance Company. MARIA C NOTARY PURI IC
EM LJ LGA `
CONNECTICUT
MY COMMISSION EXPIRES
APHIL 30.2024 ot;q Public, State of Connecticut
CERTIFICATE
1, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded
and that -the, authority of the Attomey-in-Fact set forth therein, who executed the bond or undertaking to which this Power of
%RAN
AttE)`5 f ghached, is in full force and effect as of this date.
rt '.mder my hand and seal of the Company, this 3rd day of may 2021
.J leu ll, n
W 2
°fenwra` Vincent P. Forte
General Conditions
Article 1 - Definitions
Definitions. The following definitions apply to all of the Contract Documents unless otherwise
indicated, e.g., additional definitions that apply solely to the Specifications or other technical
documents. Defined terms and titles of documents are capitalized in the Contract Documents,
with the exception of the following (in any tense or form): "day," "furnish," "including," "install,"
"work day" or "working day."
Allowance means a specific amount that must be included in the Bid Proposal for a specified
purpose.
Article, as used in these General Conditions, means a numbered Article of the General
Conditions, unless otherwise indicated by the context.
Change Order means a written document duly approved and executed by City, which changes
the scope of Work, the Contract Price, or the Contract Time.
City means the municipality which has entered into the Contract with Contractor for performance
of the Work, acting through its City Council, officers, employees, City Engineer, and any other
authorized representatives.
City Engineer means the City Engineer for City and his or her authorized delegee(s).
Claim means a separate demand by Contractor for a change in the Contract Time or Contract
Price, that has previously been submitted to City in accordance with the requirements of the
Contract Documents, and which has been rejected by City, in whole or in part; or a written
demand by Contractor objecting to the amount of Final Payment.
Contract means the signed agreement between City and Contractor for performing the Work
required for the Project, and all documents expressly incorporated therein.
Contract Documents means, collectively, all of the documents listed as such in Section 2 of the
Contract, including the Notice Inviting Bids; the Instructions to Bidders; addenda, if any; the Bid
Proposal, and attachments thereto; the Contract; the Notice of Potential Award and Notice to
Proceed; the payment and performance bonds; the General Conditions; the Special Conditions;
the Project Plans and Specifications; any Change Orders; and any other documents which are
clearly and unambiguously made part of the Contract Documents. The Contract Documents do
not include documents provided "For Reference Only," or documents that are intended solely to
provide information regarding existing conditions.
Contract Price means the total compensation to be paid to Contractor for performance of the
Work, as set forth in the Contract and as may be amended by Change Order or adjusted for an
Allowance. The Contract Price is not subject to adjustment due to inflation or due to the increased
cost of labor, material, supplies or equipment following submission of the Bid Proposal.
Contract Time means the time specified for complete performance of the Work, as set forth in
the Contract and as may be amended by Change Order.
Contractor means the individual, partnership, corporation, or joint -venture that has signed the
Contract with City to perform the Work.
Day means a calendar day unless otherwise specified.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 34
Design Professional means the licensed individual(s) or firm(s) retained by City to provide
architectural, engineering, or electrical engineering design services for the Project. If no Design
Professional has been retained for this Project, any reference to Design Professional is deemed
to refer to the Engineer.
DIR means the California Department of Industrial Relations.
Drawings has the same meaning as Plans.
Engineer means the City Engineer for the City of San Rafael and his or her authorized delegees.
Excusable Delay is defined in Section 5.3(B), Excusable Delay.
Extra Work means new or unforeseen work added to the Project, as determined by the Engineer
in his or her sole discretion, including Work that was not part of or incidental to the scope of the
Work when the Contractor's bid was submitted; Work that is substantially different from the Work
as described in the Contract Documents at bid time; or Work that results from a substantially
differing and unforeseeable condition.
Final Completion means Contractor has fully completed all of the Work required by the Contract
Documents to the City's satisfaction, including all punch list items and any required
commissioning or training, and has provided the City with all required submittals, including the
instructions and manuals, product warranties, and as -built drawings.
Final Payment means payment to Contractor of the unpaid Contract Price, including release of
undisputed retention, less amounts withheld or deducted pursuant to the Contract Documents.
Furnish means to purchase and deliver for the Project.
Government Code Claim means a claim submitted pursuant to California Government Code §
900 et seq.
Hazardous Materials means any substance or material identified now or in the future as
hazardous under any Laws, or any other substance or material that may be considered
hazardous or otherwise subject to Laws governing handling, disposal, or cleanup.
Including, whether or not capitalized, means "including, but not limited to," unless the context
clearly requires otherwise.
Inspector means the individual(s) or firm(s) retained or employed by City to inspect the
workmanship, materials, and manner of construction of the Project and its components to ensure
compliance with the Contract Documents and all Laws.
Install means to fix in place for materials, and to fix in place and connect for equipment.
Laws means all applicable local, state, and federal laws, regulations, rules, codes, ordinances,
permits, orders, and the like enacted or imposed by or under the auspices of any governmental
entity with jurisdiction over any of the Work or any performance of the Work, including health and
safety requirements.
Non -Excusable Delay is defined in Section 5.3(D), Non -Excusable Delay.
Plans means the City -provided plans, drawings, details, or graphical depictions of the Project
requirements, but does not include Shop Drawings.
Project means the public works project referenced in the Contract
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 35
Project Manager means the individual designated by City to oversee and manage the Project on
City's behalf and may include his or her authorized delegee(s) when the Project Manager is
unavailable. If no Project Manager has been designated for this Project, any reference to Project
Manager is deemed to refer to the Engineer.
Recoverable Costs is defined in Section 5.3(F), Recoverable Costs.
Request for Information or RFI means Contractor's written request for information about the
Contract Documents, the Work or the Project, submitted to City in the manner and format
specified by City.
Section, when capitalized in these General Conditions, means a numbered section or subsection
of the General Conditions, unless the context clearly indicates otherwise.
Shop Drawings means drawings, plan details or other graphical depictions prepared by or on
behalf of Contractor, and subject to City acceptance, which are intended to provide details for
fabrication, installation, and the like, of items required by or shown in the Plans or Specifications.
Specialty Work means Work that must be performed by a specialized Subcontractor with the
specified license or other special certification, and that the Contractor is not qualified to self -
perform.
Specifications means the technical, text specifications describing the Project requirements,
which are prepared for and incorporated into the Contract by or on behalf of City, and does not
include the Contract, General Conditions or Special Conditions.
Subcontractor means an individual, partnership, corporation, or joint -venture retained by
Contractor directly or indirectly through a subcontract to perform a specific portion of the Work.
The term Subcontractor applies to subcontractors of all tiers, unless otherwise indicated by the
context. A third party such as a utility performing related work on the Project is not a
Subcontractor, even if Contractor must coordinate its Work with the third party.
Technical Specifications has the same meaning as Specifications.
Work means all of the construction and services necessary for or incidental to completing the
Project in conformance with the requirements of the Contract Documents.
Work Day or Working Day, whether or not capitalized, means a weekday when the City is open
for business, and does not include holidays observed by the City.
Worksite means the place or places where the Work is performed, which includes, but may
extend beyond the Project site, including separate locations for staging, storage, or fabrication.
Article 2 - Roles and Responsibilities
2.1 City.
(A) City Council. The City Council has final authority in all matters affecting the
Project, except to the extent it has delegated authority to the Engineer.
(B) Engineer. The Engineer, acting within the authority conferred by the City
Council, is responsible for administration of the Project on behalf of City, including
authority to provide directions to the Design Professional and to Contractor to ensure
proper and timely completion of the Project. The Engineer's decisions are final and
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 36
2.2
conclusive within the scope of his or her authority, including interpretation of the Contract
Documents.
(C) Project Manager. The Project Manager assigned to the Project will be the
primary point of contact for the Contractor and will serve as City's representative for daily
administration of the Project on behalf of City. Unless otherwise specified, all of
Contractor's communications to City (in any form) will go to or through the Project
Manager. City reserves the right to reassign the Project Manager role at any time or to
delegate duties to additional City representatives, without prior notice to or consent of
Contractor.
(D) Design Professional. The Design Professional is responsible for the overall
design of the Project and, to the extent authorized by City, may act on City's behalf to
ensure performance of the Work in compliance with the Plans and Specifications,
including any design changes authorized by Change Order. The Design Professional's
duties may include review of Contractor's submittals, visits to any Worksite, inspecting
the Work, evaluating test and inspection results, and participation in Project -related
meetings, including any pre -construction conference, weekly meetings, and coordination
meetings. The Design Professional's interpretation of the Plans or Specifications is final
and conclusive.
Contractor.
(A) General. Contractor must provide all labor, materials, supplies, equipment,
services, and incidentals necessary to perform and timely complete the Work in strict
accordance with the Contract Documents, and in an economical and efficient manner in
the best interests of City, and with minimal inconvenience to the public.
(B) Responsibility for the Work and Risk of Loss. Contractor is responsible for
supervising and directing all aspects of the Work to facilitate the efficient and timely
completion of the Work. Contractor is solely responsible for and required to exercise full
control over the Work, including the construction means, methods, techniques,
sequences, procedures, safety precautions and programs, and coordination of all
portions of the Work with that of all other contractors and Subcontractors, except to the
extent that the Contract Documents provide other specific instructions. Contractor's
responsibilities extend to any plan, method or sequence suggested, but not required by
City or specified in the Contract Documents. From the date of commencement of the
Work until either the date on which City formally accepts the Project or the effective date
of termination of the Contract, whichever is later, Contractor bears all risks of injury or
damage to the Work and the materials and equipment delivered to any Worksite, by any
cause including fire, earthquake, wind, weather, vandalism or theft.
(C) Project Administration. Contractor must provide sufficient and competent
administration, staff, and skilled workforce necessary to perform and timely complete the
Work in accordance with the Contract Documents. Before starting the Work, Contractor
must designate in writing and provide complete contact information, including telephone
numbers and email address, for the officer or employee in Contractor's organization who
is to serve as Contractor's primary representative for the Project, and who has authority
to act on Contractor's behalf. A Subcontractor may not serve as Contractor's primary
representative.
(D) On -Site Superintendent. Contractor must, at all times during performance of
the Work, provide a qualified and competent full-time superintendent acceptable to City,
and assistants as necessary, who must be physically present at the Project site while any
aspect of the Work is being performed. The superintendent must have full authority to act
and communicate on behalf of Contractor, and Contractor will be bound by the
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 37
superintendent's communications to City. City's approval of the superintendent is
required before the Work commences. If City is not satisfied with the superintendent's
performance, City may request a qualified replacement of the superintendent. Failure to
comply may result in temporary suspension of the Work, at Contractor's sole expense
and with no extension of Contract Time, until an approved superintendent is physically
present to supervise the Work. Contractor must provide written notice to City, as soon as
practicable, before replacing the superintendent.
(E) Standards. Contractor must, at all times, ensure that the Work is performed in
an efficient, skillful manner following best practices and in full compliance with the
Contract Documents and Laws and applicable manufacturer's recommendations.
Contractor has a material and ongoing obligation to provide true and complete
information, to the best of its knowledge, with respect to all records, documents, or
communications pertaining to the Project, including oral or written reports, statements,
certifications, Change Order requests, or Claims.
(F) Meetings. Contractor, its project manager, superintendent and any primary
Subcontractors requested by City, must attend a pre -construction conference, if
requested by City, as well as weekly Project progress meetings scheduled with City. If
applicable, Contractor may also be required to participate in coordination meetings with
other parties relating to other work being performed on or near the Project site or in
relation to the Project, including work or activities performed by City, other contractors, or
other utility owners.
(G) Construction Records. Contractor will maintain up-to-date, thorough, legible,
and dated daily job reports, which document all significant activity on the Project for each
day that Work is performed on the Project. The daily report for each day must include the
number of workers at the Project site; primary Work activities; major deliveries; problems
encountered, including injuries, if any; weather and site conditions; and delays, if any.
Contractor will take date and time -stamped photographs to document general progress of
the Project, including site conditions prior to construction activities, before and after
photographs at offset trench laterals, existing improvements and utilities, damage and
restoration. Contractor will maintain copies of all subcontracts, Project -related
correspondence with subcontractors, and records of meetings with Subcontractors. Upon
request by the City, Contractor will permit review of and/or provide copies of any of these
construction records.
(H) Responsible Party. Contractor is solely responsible to City for the acts or
omissions of any Subcontractors, or any other party or parties performing portions of the
Work or providing equipment, materials or services for or on behalf of Contractor or the
Subcontractors. Upon City's written request, Contractor must promptly and permanently
remove from the Project, at no cost to City, any employee or Subcontractor or employee
of a Subcontractor who the Engineer has determined to be incompetent, intemperate or
disorderly, or who has failed or refused to perform the Work as required under the
Contract Documents.
(1) Correction of Defects. Contractor must promptly correct, at Contractor's sole
expense, any Work that is determined by City to be deficient or defective in any way,
including workmanship, materials, parts or equipment. Workmanship, materials, parts or
equipment that do not conform to the requirements under the Plans, Specifications and
every other Contract Document, as determined by City, will be considered defective and
subject to rejection. Contractor must also promptly correct, at Contractor's sole expense,
any Work performed beyond the lines and grades shown on the Plans or established by
City, and any Extra Work performed without City's prior written approval. If Contractor
fails to correct or to take reasonable steps toward correcting defective Work within five
days following notice from City, or within the time specified in City's notice to correct, City
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 38
may elect to have the defective Work corrected by its own forces or by a third party, in
which case the cost of correction will be deducted from the Contract Price. If City elects
to correct defective Work due to Contractor's failure or refusal to do so, City or its agents
will have the right to take possession of and use any equipment, supplies, or materials
available at the Project site or any Worksite on City property, in order to effectuate the
correction, at no extra cost to City. Contractor's warranty obligations under Section 11.2,
Warranty, will not be waived nor limited by City's actions to correct defective Work under
these circumstances. Alternatively, City may elect to retain defective Work, and deduct
the difference in value, as determined by the Engineer, from payments otherwise due to
Contractor. This paragraph applies to any defective Work performed by Contractor during
the one-year warranty period under Section 11.2.
(J) Contractor's Records. Contractor must maintain all of its records relating to the
Project in any form, including paper documents, photos, videos, electronic records,
approved samples, and the construction records required pursuant to paragraph (G),
above. Project records subject to this provision include complete Project cost records and
records relating to preparation of Contractor's bid, including estimates, take -offs, and
price quotes or bids.
(1) Contractor's cost records must include all supporting documentation,
including original receipts, invoices, and payroll records, evidencing its direct
costs to perform the Work, including, but not limited to, costs for labor, materials
and equipment. Each cost record should include, at a minimum, a description of
the expenditure with references to the applicable requirements of the Contract
Documents, the amount actually paid, the date of payment, and whether the
expenditure is part of the original Contract Price, related to an executed Change
Order, or otherwise categorized by Contractor as Extra Work. Contractor's failure
to comply with this provision as to any claimed cost operates as a waiver of any
rights to recover the claimed cost.
(2) Contractor must continue to maintain its Project -related records in an
organized manner for a period of five years after City's acceptance of the Project
or following Contract termination, whichever occurs first. Subject to prior notice to
Contractor, City is entitled to inspect or audit any of Contractor's Project records
relating to the Project or to investigate Contractor's plant or equipment during
Contractor's normal business hours. The record-keeping requirements set forth
in this subsection 2.2(J) will survive expiration or termination of the Contract.
(K) Copies of Project Documents. Contractor and its Subcontractors must keep
copies, at the Project site, of all Work-related documents, including the Contract,
permit(s), Plans, Specifications, Addenda, Contract amendments, Change Orders, RFIs
and RFI responses, Shop Drawings, as -built drawings, schedules, daily records, testing
and inspection reports or results, and any related written interpretations. These
documents must be available to City for reference at all times during construction of the
Project.
2.3 Subcontractors.
(A) General. All Work which is not performed by Contractor with its own forces must
be performed by Subcontractors. City reserves the right to approve or reject any and all
Subcontractors proposed to perform the Work, for reasons including the subcontractor's
poor reputation, lack of relevant experience, financial instability, and lack of technical
ability or adequate trained workforce. Each Subcontractor must obtain a City business
license before performing any Work.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 39
2.4
(B) Contractual Obligations. Contractor must require each Subcontractor to
comply with the provisions of the Contract Documents as they apply to the
Subcontractor's portion(s) of the Work, including the generally applicable terms of the
Contract Documents, and to likewise bind their subcontractors. Contractor will provide
that the rights that each Subcontractor may have against any manufacturer or supplier for
breach of warranty or guarantee relating to items provided by the Subcontractor for the
Project, will be assigned to City. Nothing in these Contract Documents creates a
contractual relationship between a Subcontractor and City, but City is deemed to be a
third -party beneficiary of the contract between Contractor and each Subcontractor.
(C) Termination. If the Contract is terminated, each Subcontractor's agreement
must be assigned by Contractor to City, subject to the prior rights of any surety, but only if
and to the extent that City accepts, in writing, the assignment by written notification, and
assumes all rights and obligations of Contractor pursuant to each such subcontract
agreement.
(D) Substitution of Subcontractor. If Contractor requests substitution of a listed
Subcontractor under Public Contract Code § 4107, Contractor is solely responsible for all
costs City incurs in responding to the request, including legal fees and costs to conduct a
hearing, and any increased subcontract cost to perform the Work that was to be
performed by the listed Subcontractor. If City determines that a Subcontractor is
unacceptable to City based on the Subcontractor's failure to satisfactorily perform its
Work, or for any of the grounds for substitution listed in Public Contract Code § 4107(a),
City may request removal of the Subcontractor from the Project. Upon receipt of a written
request from City to remove a Subcontractor pursuant to this paragraph, Contractor will
immediately remove the Subcontractor from the Project and, at no further cost to City, will
either (1) self -perform the remaining Work to the extent that Contractor is duly licensed
and qualified to do so, or (2) substitute a Subcontractor that is acceptable to City, in
compliance with Public Contract Code § 4107, as applicable.
Coordination of Work.
(A) Concurrent Work. City reserves the right to perform, have performed, or permit
performance of other work on or adjacent to the Project site while the Work is being
performed for the Project. Contractor is responsible for coordinating its Work with other
work being performed on or adjacent to the Project site, including by any utility
companies or agencies, and must avoid hindering, delaying, or interfering with the work
of other contractors, individuals, or entities, and must ensure safe and reasonable site
access and use as required or authorized by City. To the full extent permitted by law,
Contractor must hold harmless and indemnify City against any and all claims arising from
or related to Contractor's avoidable, negligent, or willful hindrance of, delay to, or
interference with the work of any utility company or agency or another contractor or
subcontractor.
(B) Coordination. If Contractor's Work will connect or interface with work performed
by others, Contractor is responsible for independently measuring and visually inspecting
such work to ensure a correct connection and interface. Contractor is responsible for any
failure by Contractor or its Subcontractors to confirm measurements before proceeding
with connecting Work. Before proceeding with any portion of the Work affected by the
construction or operations of others, Contractor must give the Project Manager prompt
written notification of any defects Contractor discovers which will prevent the proper
execution of the Work. Failure to give notice of any known or reasonably discoverable
defects will be deemed acknowledgement by Contractor that the work of others is not
defective and will not prevent the proper execution of the Work. Contractor must also
promptly notify City if work performed by others, including work or activities performed by
City's own forces, is operating to hinder, delay, or interfere with Contractor's timely
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 40
performance of the Work. City reserves the right to backcharge Contractor for any
additional costs incurred due to Contractor's failure to comply with the requirements in
this Section 2.4.
2.5 Submittals. Unless otherwise specified, Contractor must submit to the Engineer for
review and acceptance, all schedules, Shop Drawings, samples, product data, and
similar submittals required by the Contract Documents, or upon request by the Engineer.
Unless otherwise specified, all submittals, including Requests for Information, are subject
to the general provisions of this Section, as well as specific submittal requirements that
may be included elsewhere in the Contract Documents, including the Special Conditions
or Specifications. The Engineer may require submission of a submittal schedule at or
before a pre -construction conference, as may be specified in the Notice to Proceed.
(A) General. Contractor is responsible for ensuring that its submittals are accurate
and conform to the Contract Documents.
(B) Time and Manner of Submission. Contractor must ensure that its submittals
are prepared and delivered in a manner consistent with the current City -accepted
schedule for the Work and within the applicable time specified in the Contract
Documents, or if no time is specified, in such time and sequence so as not to delay the
performance of the Work or completion of the Project.
(C) Required Contents. Each submittal must include the Project name and contract
number, Contractor's name and address, the name and address of any Subcontractor or
supplier involved with the submittal, the date, and references to applicable Specification
section(s) and/or drawing and detail number(s).
(D) Required Corrections. If corrections are required, Contractor must promptly
make and submit any required corrections as specified in full conformance with the
requirements of this Section, or other requirements that apply to that submittal.
(E) Effect of Review and Acceptance. Review and acceptance of a submittal by
City will not relieve Contractor from complying with the requirements of the Contract
Documents. Contractor is responsible for any errors in any submittal, and review or
acceptance of a submittal by City is not an assumption of risk or liability by City.
(F) Enforcement. Any Work performed or any material furnished, installed,
fabricated or used without City's prior acceptance of a required submittal is performed or
provided at Contractor's risk, and Contractor may be required to bear the costs incident
thereto, including the cost of removing and replacing such Work, repairs to other affected
portions of the Work or material, and the cost of additional time or services required of
City, including costs for the Design Professional, Project Manager, or Inspector.
(G) Excessive RFIs. A RFI will be considered excessive or unnecessary if City
determines that the explanation or response to the RFI is clearly and unambiguously
discernable from the Contract Documents. City's costs to review and respond to
excessive or unnecessary RFIs may be deducted from payments otherwise due to
Contractor.
2.6 Shop Drawings. When Shop Drawings are required by the Specifications or requested
by the Engineer, they must be prepared according to best practices at Contractor's
expense. The Shop Drawings must be of a size and scale to clearly show all necessary
details. Unless otherwise specified by City, Shop Drawings must be provided to the
Engineer for review and acceptance at least 30 days before the Work will be performed.
If City requires changes, the corrected Shop Drawings must be resubmitted to the
Engineer for review within the time specified by the Engineer. For all Project components
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 41
requiring Shop Drawings, Contractor will not furnish materials or perform any Work until
the Shop Drawings for those components are accepted by City. Contractor is responsible
for any errors or omissions in the Shop Drawings, shop fits and field corrections; any
deviations from the Contract Documents; and for the results obtained by the use of Shop
Drawings. Acceptance of Shop Drawings by City does not relieve Contractor of
Contractor's responsibility.
2.7 Access to Work. Contractor must afford prompt and safe access to any Worksite by
City and its employees, agents, or consultants authorized by City; and upon request by
City, Contractor must promptly arrange for City representatives to visit or inspect
manufacturing sites or fabrication facilities for items to be incorporated into the Work.
2.8 Personnel. Contractor and its Subcontractors must employ only competent and skillful
personnel to perform the Work. Contractor and its Subcontractor's supervisors, security
or safety personnel, and employees who have unescorted access to the Project site must
possess proficiency in English sufficient to read, understand, receive, and implement oral
or written communications or instructions relating to their respective job functions,
including safety and security requirements. Upon written notification from the Engineer,
Contractor and its Subcontractors must immediately discharge any personnel who are
incompetent, disorderly, disruptive, threatening, abusive, or profane, or otherwise refuse
or fail to comply with the requirements of the Contract Documents or Laws, including
Laws pertaining to health and safety. Any such discharged personnel, may not be re-
employed or permitted on the Project in any capacity without City's prior written consent.
Article 3 - Contract Documents
3.1 Interpretation of Contract Documents.
(A) Plans and Specifications. The Plans and Specifications included in the
Contract Documents are complementary. If Work is shown on one but not on the other,
Contractor must perform the Work as though fully described on both, consistent with the
Contract Documents and reasonably inferable from them as being necessary to produce
the indicated results. The Plans and Specifications are deemed to include and require
everything necessary and reasonably incidental to completion of the Work, whether or
not particularly mentioned or shown. Contractor must perform all Work and services and
supply all things reasonably related to and inferable from the Contract Documents. In the
event of a conflict between the Plans and Specifications, the Specifications will control,
unless the drawing(s) at issue are dated later than the Specification(s) at issue. Detailed
drawings take precedence over general drawings, and large-scale drawings take
precedence over smaller scale drawings. Any arrangement or division of the Plans and
Specifications into sections is for convenience and is not intended to limit the Work
required by separate trades. A conclusion presented in the Plans or Specifications is only
a recommendation. Actual locations and depths must be determined by Contractor's field
investigation. Contractor may request access to underlying or background information in
City's possession that is necessary for Contractor to form its own conclusions.
(B) Duty to Notify and Seek Direction. If Contractor becomes aware of a changed
condition in the Project, or of any ambiguity, conflict, inconsistency, discrepancy,
omission, or error in the Contract Documents, including the Plans or Specifications,
Contractor must promptly submit a Request for Information to the Engineer and wait for a
response from City before proceeding further with the related Work. The RFI must notify
City of the issue and request clarification, interpretation or direction. The Engineer's
clarification, interpretation or direction will be final and binding on Contractor. If
Contractor proceeds with the related Work before obtaining City's response, Contractor
will be responsible for any resulting costs, including the cost of correcting any incorrect or
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 42
defective Work that results. Timely submission of a clear and complete RFI is essential to
avoiding delay. Delay resulting from Contractor's failure to submit a timely and complete
RFI to the Engineer is Non -Excusable Delay. If Contractor believes that City's response
to an RFI justifies a change to the Contract Price or Contract Time, Contractor must
perform the Work as directed, but may submit a timely Change Order request in
accordance with the Contract Documents. (See Article 5 and 6.)
(C) Figures and Dimensions. Figures control over scaled dimensions.
(D) Technical or Trade Terms. Any terms that have well-known technical or trade
meanings will be interpreted in accordance with those meanings, unless otherwise
specifically defined in the Contract Documents.
(E) Measurements. Contractor must verify all relevant measurements in the
Contract Documents and at the Project site before ordering any material or performing
any Work, and will be responsible for the correctness of those measurements or for costs
that could have been avoided by independently verifying measurements.
(F) Compliance with Laws. The Contract Documents are intended to comply with
Laws and will be interpreted to comply with Laws.
3.2 Order of Precedence. Information included in one Contract Document but not in
another will not be considered a conflict or inconsistency. Unless otherwise specified in
the Special Conditions, in case of any conflict or inconsistency among the Contract
Documents, the following order of precedence will apply, beginning from highest to
lowest, with the most recent version taking precedent over an earlier version:
(A) Change Orders;
(B) Addenda;
(C) Contract;
(D) Notice to Proceed;
(E) Attachment B — Federal Contract Requirements (only if used);
(F) Special Conditions;
(G) General Conditions;
(H) Payment and Performance Bonds;
(1) Specifications;
(J) Plans;
(K) Notice of Potential Award;
(L) Notice Inviting Bids;
(M) Attachment A — Federal Bidding Requirements (only if used);
(N) Instructions to Bidders;
(0) Contractor's Bid Proposal and attachments;
(P) the City's standard specifications, as applicable; and
(Q) Any generic documents prepared by and on behalf of a third party, that were not
prepared specifically for this Project, such as the Caltrans Standard Specifications or
Caltrans Special Provisions.
3.3 Caltrans Standard Specifications. Any reference to or incorporation of the Standard
Specifications of the State of California, Department of Transportation ("Caltrans"),
including "Standard Specifications," "Caltrans Specifications," "State Specifications," or
"CSS," means the most current edition of Caltrans' Standard Specifications, unless
otherwise specified ("Caltrans Standard Specifications"), including the most current
amendments as of the date that Contractor's bid was submitted for this Project. The
following provisions apply to use of or reference to the Caltrans Standard Specifications
or Special Provisions:
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 43
(A) Limitations. The "General Provisions" of the Caltrans Standard Specifications,
i.e., sections 1 through 9, do not apply to these Contract Documents with the exception of
any specific provisions, if any, which are expressly stated to apply to these Contract
Documents.
(B) Conflicts orinconsistencies. If there is a conflict or inconsistency between any
provision in the Caltrans Standard Specifications or Special Provisions and a provision of
these Contract Documents, as determined by City, the provision in the Contract
Documents will govern.
(C) Meanings. Terms used in the Caltrans Standard Specifications or Special
Provisions are to be interpreted as follows:
(1) Any reference to the "Engineer" is deemed to mean the City Engineer.
(2) Any reference to the "Special Provisions" is deemed to mean the Special
Conditions, unless the Caltrans Special Provisions are expressly included in the
Contract Documents listed in Section 2 of the Contract.
(3) Any reference to the "Department" or "State" is deemed to mean City.
3.4 For Reference Only. Contractor is responsible for the careful review of any document,
study, or report provided by City or appended to the Contract Documents solely for
informational purposes and identified as "For Reference Only." Nothing in any document,
study, or report so appended and identified is intended to supplement, alter, or void any
provision of the Contract Documents. Contractor is advised that City or its
representatives may be guided by information or recommendations included in such
reference documents, particularly when making determinations as to the acceptability of
proposed materials, methods, or changes in the Work. Any record drawings or similar
final or accepted drawings or maps that are not part of the Contract Documents are
deemed to be For Reference Only. The provisions of the Contract Documents are not
modified by any perceived or actual conflict with provisions in any document that is
provided For Reference Only.
3.5 Current Versions. Unless otherwise specified by City, any reference to standard
specifications, technical specifications, or any City or state codes or regulations means
the latest specification, code or regulation in effect at the time the Contract is signed.
3.6 Conformed Copies. If City prepares a conformed set of the Contract Documents
following award of the Contract, it will provide Contractor with two hard copy (paper) sets
and one copy of the electronic file in PDF format. It is Contractor's responsibility to
ensure that all Subcontractors, including fabricators, are provided with the conformed set
of the Contract Documents at Contractor's sole expense.
3.7 Ownership. No portion of the Contract Documents may be used for any purpose other
than construction of the Project, without prior written consent from City. Contractor is
deemed to have conveyed the copyright in any designs, drawings, specifications, Shop
Drawings, or other documents (in paper or electronic form) developed by Contractor for
the Project, and City will retain all rights to such works, including the right to possession.
Article 4 - Bonds, Indemnity, and Insurance
4.1 Payment and Performance Bonds. Within ten days following issuance of the Notice of
Potential Award, Contractor is required to provide a payment bond and a performance
bond, each in the penal sum of not less than 100% of the Contract Price, and each
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 44
executed by Contractor and its surety using the bond forms included with the Contract
Documents.
(A) Surety. Each bond must be issued and executed by a surety admitted in
California. If an issuing surety cancels the bond or becomes insolvent, within seven days
following written notice from City, Contractor must substitute a surety acceptable to City.
If Contractor fails to substitute an acceptable surety within the specified time, City may, at
its sole discretion, withhold payment from Contractor until the surety is replaced to City's
satisfaction, or terminate the Contract for default.
(B) Supplemental Bonds for Increase in Contract Price. If the Contract Price
increases during construction by five percent or more over the original Contract Price,
Contractor must provide supplemental or replacement bonds within ten days of written
notice from City pursuant to this Section, covering 100% of the increased Contract Price
and using the bond forms included with the Contract Documents.
4.2 Indemnity. To the fullest extent permitted by law, Contractor must indemnify, defend,
and hold harmless City, its Council, officers, officials, employees, agents, volunteers, and
consultants (individually, an "Indemnitee," and collectively the "Indemnitees") from and
against any and all liability, loss, damage, claims, causes of action, demands, charges,
fines, costs, and expenses (including, without limitation, attorney fees, expert witness
fees, paralegal fees, and fees and costs of litigation or arbitration) (collectively, "Liability")
of every nature arising out of or in connection with the acts or omissions of Contractor, its
employees, Subcontractors, representatives, or agents, in bidding or performing the Work
or in failing to comply with any obligation of Contractor under the Contract, except such
Liability caused by the active negligence, sole negligence, or willful misconduct of an
Indemnitee. This indemnity requirement applies to any Liability arising from alleged
defects in the content or manner of submission of Contractor's bid for the Contract.
Contractor's failure or refusal to timely accept a tender of defense pursuant to this
Contract will be deemed a material breach of the Contract. City will timely notify
Contractor upon receipt of any third -party claim relating to the Contract, as required by
Public Contract Code § 9201. Contractor waives any right to express or implied indemnity
against any Indemnitee. Contractor's indemnity obligations under this Contract will
survive the expiration or any early termination of the Contract.
4.3 Insurance. No later than ten days following issuance of the Notice of Potential Award,
Contractor must procure and provide proof of the insurance coverage required by this
Section in the form of certificates and endorsements acceptable to City. The required
insurance must cover the activities of Contractor and its Subcontractors relating to or
arising from the performance of the Work, and must remain in full force and effect at all
times during the period covered by the Contract, through the date of City's acceptance of
the Project. All required insurance must be issued by a company licensed to do business
in the State of California, and each such insurer must have an A.M. Best's financial
strength rating of "A" or better and a financial size rating of "VIII" or better. If Contractor
fails to provide any of the required coverage in full compliance with the requirements of
the Contract Documents, City may, at its sole discretion, purchase such coverage at
Contractor's expense and deduct the cost from payments due to Contractor, or terminate
the Contract for default. The procurement of the required insurance will not be construed
to limit Contractor's liability under this Contract or to fulfill Contractor's indemnification
obligations under this Contract.
(A) Policies and Limits. The following insurance policies and limits are required for
this Contract, unless otherwise specified in the Special Conditions:
(1) Commercial General Liability ("CGL) Insurance: The CGL insurance policy
must be issued on an occurrence basis, written on a comprehensive general
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 45
liability form, and must include coverage for liability arising from Contractor's or
its Subcontractor's acts or omissions in the performance of the Work, including
contractor's protected coverage, contractual liability, products and completed
operations, and broad form property damage, with limits of at least $2,000,000
per occurrence and at least $4,000,000 general aggregate. The CGL insurance
coverage may be arranged under a single policy for the full limits required or by a
combination of underlying policies with the balance provided by excess or
umbrella policies, provided each such policy complies with the requirements set
forth in this Section, including required endorsements.
(2) Automobile Liability Insurance: The automobile liability insurance policy must
provide coverage of at least $2,000,000 combined single -limit per accident for
bodily injury, death, or property damage, including hired and non -owned auto
liability.
(3) Workers' Compensation Insurance and Employer's Liability: The workers'
compensation and employer's liability insurance policy must comply with the
requirements of the California Labor Code, providing coverage of at least
$1,000,000 or as otherwise required by the statute. If Contractor is self-insured,
Contractor must provide its Certificate of Permission to Self -Insure, duly
authorized by the DIR.
(4) Pollution Liability Insurance: The pollution liability insurance policy must be
issued on an occurrence basis, providing coverage of at least $2,000,000 for all
loss arising out of claims for bodily injury, death, property damage, or
environmental damage caused by pollution conditions resulting from the Work.
(5) Builder's Risk Insurance: The builder's risk insurance policy must be issued
on an occurrence basis, for all-risk or "all perils" coverage on a 100% completed
value basis on the insurable portion of the Project for the benefit of City.
(B) Notice. Each certificate of insurance must state that the coverage afforded by
the policy or policies will not be reduced, cancelled or allowed to expire without at least
30 days written notice to City, unless due to non-payment of premiums, in which case ten
days written notice must be made to City.
(C) Waiver of Subrogation. Each required policy must include an endorsement
providing that the carrier will waive any right of subrogation it may have against City.
(D) Required Endorsements. The CGL policy, automobile liability policy, pollution
liability policy, and builder's risk policy must include the following specific endorsements:
(1) The City, including its Council, officials, officers, employees, agents,
volunteers and consultants (collectively, "Additional Insured") must be named as
an additional insured for all liability arising out of the operations by or on behalf of
the named insured, and the policy must protect the Additional Insured against
any and all liability for personal injury, death or property damage or destruction
arising directly or indirectly in the performance of the Contract. The additional
insured endorsement must be provided using ISO form CG 20 10 11 85 or an
equivalent form approved by the City.
(2) The inclusion of more than one insured will not operate to impair the rights of
one insured against another, and the coverages afforded will apply as though
separate policies have been issued to each insured.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 46
(3) The insurance provided by Contractor is primary and no insurance held or
owned by any Additional Insured may be called upon to contribute to a loss.
(4) This policy does not exclude explosion, collapse, underground excavation
hazard, or removal of lateral support.
(E) Contractor's Responsibilities. This Section 4.3 establishes the minimum
requirements for Contractor's insurance coverage in relation to this Project, but is not
intended to limit Contractor's ability to procure additional or greater coverage. Contractor
is responsible for its own risk assessment and needs and is encouraged to consult its
insurance provider to determine what coverage it may wish to carry beyond the minimum
requirements of this Section. Contractor is solely responsible for the cost of its insurance
coverage, including premium payments, deductibles, or self-insured retentions, and no
Additional Insured will be responsible or liable for any of the cost of Contractor's
insurance coverage.
(F) Deductibles and Self -Insured Retentions. Any deductibles or self-insured
retentions that apply to the required insurance (collectively, "deductibles") in excess of
$100,000 are subject to approval by the City's Risk Manager, acting in his or her sole
discretion, and must be declared by Contractor when it submits its certificates of
insurance and endorsements pursuant to this Section 4.3. If the City's Risk Manager
determines that the deductibles are unacceptably high, at City's option, Contractor must
either reduce or eliminate the deductibles as they apply to City and all required Additional
Insured; or must provide a financial guarantee, to City's satisfaction, guaranteeing
payment of losses and related investigation, claim administration, and legal expenses.
(G) Subcontractors. Contractor must ensure that each Subcontractor is required to
maintain the same insurance coverage required under this Section 4.3, with respect to its
performance of Work on the Project, including those requirements related to the
Additional Insureds and waiver of subrogation, but excluding pollution liability or builder's
risk insurance unless otherwise specified in the Special Conditions. A Subcontractor may
be eligible for reduced insurance coverage or limits, but only to the extent approved in
writing in advance by the City's Risk Manager. Contractor must confirm that each
Subcontractor has complied with these insurance requirements before the Subcontractor
is permitted to begin Work on the Project. Upon request by the City, Contractor must
provide certificates and endorsements submitted by each Subcontractor to prove
compliance with this requirement. The insurance requirements for Subcontractors do not
replace or limit the Contractor's insurance obligations.
Article 5 - Contract Time
5.1 Time is of the Essence. Time is of the essence in Contractor's performance and
completion of the Work, and Contractor must diligently prosecute the Work and complete
it within the Contract Time.
(A) General. Contractor must commence the Work on the date indicated in the
Notice to Proceed and must fully complete the Work in strict compliance with all
requirements of the Contract Documents and within the Contract Time. Contractor may
not begin performing the Work before the date specified in the Notice to Proceed.
(B) Authorization. Contractor is not entitled to compensation or credit for any Work
performed before the date specified in the Notice to Proceed, with the exception of any
schedules, submittals, or other requirements, if any, that must be provided or performed
before issuance of the Notice to Proceed.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 47
(C) Rate of Progress. Contractor and its Subcontractors must, at all times, provide
workers, materials, and equipment sufficient to maintain the rate of progress necessary to
ensure full completion of the Work within the Contract Time. If City determines that
Contractor is failing to prosecute the Work at a sufficient rate of progress, City may, in its
sole discretion, direct Contractor to provide additional workers, materials, or equipment,
or to work additional hours or days without additional cost to City, in order to achieve a
rate of progress satisfactory to City. If Contractor fails to comply with City's directive in
this regard, City may, at Contractor's expense, separately contract for additional workers,
materials, or equipment or use City's own forces to achieve the necessary rate of
progress. Alternatively, City may terminate the Contract based on Contractor's default.
5.2 Schedule Requirements. Contractor must prepare all schedules using standard,
commercial scheduling software acceptable to the Engineer, and must provide the
schedules in electronic and paper form as requested by the Engineer. In addition to the
general scheduling requirements set forth below, Contractor must also comply with any
scheduling requirements included in the Special Conditions or in the Technical
Specifications.
(A) Baseline (As -Planned) Schedule. Within ten calendar days following City's
issuance of the Notice to Proceed (or as otherwise specified in the Notice to Proceed),
Contractor must submit to City for review and acceptance a baseline (as -planned)
schedule using critical path methodology showing in detail how Contractor plans to
perform and fully complete the Work within the Contract Time, including labor,
equipment, materials and fabricated items. The baseline schedule must show the order of
the major items of Work and the dates of start and completion of each item, including
when the materials and equipment will be procured. The schedule must also include the
work of all trades, reflecting anticipated labor or crew hours and equipment loading for
the construction activities, and must be sufficiently comprehensive and detailed to enable
progress to be monitored on a day-by-day basis. For each activity, the baseline schedule
must be dated, provided in the format specified in the Contract Documents or as required
by City, and must include, at a minimum, a description of the activity, the start and
completion dates of the activity, and the duration of the activity.
(1) Specialized Materials Ordering. Within five calendar days following issuance
of the Notice to Proceed, Contractor must order any specialized material or
equipment for the Work that is not readily available from material suppliers.
Contractor must also retain documentation of the purchase orders date(s).
(B) City's Review of Schedules. City will review and may note exceptions to the
baseline schedule, and to the progress schedules submitted as required below, to assure
completion of the Work within the Contract Time. Contractor is solely responsible for
resolving any exceptions noted in a schedule and, within seven days, must correct the
schedule to address the exceptions. City's review or acceptance of Contractor's
schedules will not operate to waive or limit Contractor's duty to complete the Project
within the Contract Time, nor to waive or limit City's right to assess liquidated damages
for Contractor's unexcused failure to do so.
(C) Progress Schedules. After City accepts the final baseline schedule with no
exceptions, Contractor must submit an updated progress schedule and three-week look -
ahead schedule, in the format specified by City, for review and acceptance with each
application for a progress payment, or when otherwise specified by City, until completion
of the Work. The updated progress schedule must: show how the actual progress of the
Work as constructed to date compares to the baseline schedule; reflect any proposed
changes in the construction schedule or method of operations, including to achieve
Project milestones within the Contract Time; and identify any actual or potential impacts
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 48
to the critical path. Contractor must also submit periodic reports to City of any changes in
the projected material or equipment delivery dates for the Project.
(1) Float. The progress schedule must show early and late completion dates for
each task. The number of days between those dates will be designated as the
"float." Any float belongs to the Project and may be allocated by the Engineer to
best serve timely completion of the Project.
(2) Failure to Submit Schedule. Reliable, up-to-date schedules are essential to
efficient and cost-effective administration of the Project and timely completion. If
Contractor fails to submit a schedule within the time periods specified in this
Section, or submits a schedule to which City has noted exceptions that are not
corrected, City may withhold up to ten percent from payment(s) otherwise due to
Contractor until the exceptions are resolved, the schedule is corrected and
resubmitted, and City has accepted the schedule. In addition, Contractor's failure
to comply with the schedule requirements in this Section 5.2 will be deemed a
material default and a waiver of any claims for Excusable Delay or loss of
productivity arising during any period when Contractor is out of compliance,
subject only to the limits of Public Contract Code § 7102.
(D) Recovery Schedule. If City determines that the Work is more than one week
behind schedule, within seven days following written notice of such determination,
Contractor must submit a recovery schedule, showing how Contractor intends to perform
and complete the Work within the Contract Time, based on actual progress to date.
(E) Effect of Acceptance. Contractor and its Subcontractors must perform the
Work in accordance with the most current City -accepted schedule unless otherwise
directed by City. City's acceptance of a schedule does not operate to extend the time for
completion of the Work or any component of the Work, and will not affect City's right to
assess liquidated damages for Contractor's unexcused delay in completing the Work
within the Contract Time.
(F) Posting. Contractor must at all times prominently post a copy of the most
current City -accepted progress or recovery schedule in its on-site office.
(G) Reservation of Rights. City reserves the right to direct the sequence in which
the Work must be performed or to make changes in the sequence of the Work in order to
facilitate the performance of work by City or others, or to facilitate City's use of its
property. The Contract Time or Contract Price may be adjusted to the extent such
changes in sequence actually increase or decrease Contractor's time or cost to perform
the Work.
(H) Authorized Working Days and Times. Contractor is limited to working Monday
through Friday, excluding holidays, during City's normal business hours, except as
provided in the Special Conditions or as authorized in writing by City. City reserves the
right to charge Contractor for additional costs incurred by City due to Work performed on
days or during hours not expressly authorized in the Contract Documents, including
reimbursement of costs incurred for inspection, testing, and construction management
services
5.3 Delay and Extensions of Contract Time.
(A) Notice of Delay. If Contractor becomes aware of any actual or potential delay
affecting the critical path, Contractor must promptly notify the Engineer in writing,
regardless of the nature or cause of the delay, so that City has a reasonable opportunity
to mitigate or avoid the delay.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 49
(B) Excusable Delay. The Contract Time may be extended if Contractor encounters
"Excusable Delay," which is an unavoidable delay in completing the Work within the
Contract Time due to causes completely beyond Contractor's control, and which
Contractor could not have avoided or mitigated through reasonable care, planning,
foresight, and diligence, provided that Contractor is otherwise fully performing its
obligations under the Contract Documents. Grounds for Excusable Delay may include
fire, natural disasters including earthquake or unusually severe weather, acts of terror or
vandalism, epidemic, unforeseeable adverse government actions, unforeseeable actions
of third parties, encountering unforeseeable hazardous materials, unforeseeable site
conditions, or suspension for convenience under Article 13. The Contract Time will not be
extended based on circumstances which will not unavoidably delay completing the Work
within the Contract Time based on critical path analysis.
(C) Weather Delays. A "Weather Delay Day" is a Working Day during which
Contractor and its forces, including Subcontractors, are unable to perform more than 40%
of the critical path Work scheduled for that day due to adverse weather conditions which
impair the ability to safely or effectively perform the scheduled critical path Work that day.
Adverse weather conditions may include rain, saturated soil, and Project site clean-up
required due to adverse weather. Determination of what constitutes critical path Work
scheduled for that day will be based on the most current, City -approved schedule.
Contractor will be entitled to a non -compensable extension of the Contract Time for each
Weather Delay Day in excess of the normal Weather Delay Days within a given month as
determined by reliable records, including monthly rainfall averages, for the preceding ten
years (or as otherwise specified in the Special Conditions or Specifications).
(1) Contractor must fully comply with the applicable procedures in Articles 5
and 6 of the General Conditions regarding requests to modify the Contract Time.
(2) Contractor will not be entitled to an extension of time for a Weather
Delay Day to the extent Contractor is responsible for concurrent delay on that
day.
(3) Contractor must take reasonable steps to mitigate the consequences of
Weather Delay Days, including prudent workforce management and protecting
the Work, Project Site, materials, and equipment.
(D) Non -Excusable Delay. Delay which Contractor could have avoided or mitigated
through reasonable care, planning, foresight and diligence is "Non -Excusable Delay."
Contractor is not entitled to an extension of Contract Time or any compensation for Non -
Excusable Delay, or for Excusable Delay that is concurrent with Non -Excusable Delay.
Non -Excusable Delay includes delay caused by:
(1) weather conditions which are normal for the location of the Project, as
determined by reliable records, including monthly rainfall averages, for the
preceding ten years;
(2) Contractor's failure to order equipment and materials sufficiently in advance
of the time needed for completion of the Work within the Contract Time;
(3) Contractor's failure to provide adequate notification to utility companies or
agencies for connections or services necessary for completion of the Work within
the Contract Time;
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 50
(4) foreseeable conditions which Contractor could have ascertained from
reasonably diligent inspection of the Project site or review of the Contract
Documents or other information provided or available to Contractor;
(5) Contractor's failure, refusal, or financial inability to perform the Work within
the Contract Time, including insufficient funds to pay its Subcontractors or
suppliers;
(6) performance or non-performance by Contractor's Subcontractors or
suppliers;
(7) the time required to respond to excessive RFIs (see Section 2.5(G));
(8) delayed submission of required submittals, or the time required for correction
and resubmission of defective submittals;
(9) time required for repair of, re -testing, or re -inspection of defective Work;
(10) enforcement of Laws by City, or outside agencies with jurisdiction over the
Work; or
(11) City's exercise or enforcement of any of its rights or Contractor's duties
pursuant to the Contract Documents, including correction of defective Work,
extra inspections or testing due to non-compliance with Contract requirements,
safety compliance, environmental compliance, or rejection and return of defective
or deficient submittals.
(E) Compensable Delay. Pursuant to Public Contract Code § 7102, in addition to
entitlement to an extension of Contract Time, Contractor is entitled to compensation for
costs incurred due to delay caused solely by City, when that delay is unreasonable under
the circumstances involved and not within the contemplation of the parties
("Compensable Delay"). Contractor is not entitled to an extension of Contract Time or
recovery of costs for Compensable Delay that is concurrent with Non -Excusable Delay.
Delay due to causes that are beyond the control of either City or Contractor, including
Weather Delay Days, discovery of Historic or Archeological Items pursuant to Section
7.18, or the actions or inactions of third parties or other agencies, is not Compensable
Delay, and will only entitle Contractor to an extension of time commensurate with the time
lost due to such delay.
(F) Recoverable Costs. Contractor is not entitled to compensation for Excusable
Delay unless it is Compensable Delay, as defined above. Contractor is entitled to recover
only the actual, direct, reasonable, and substantiated costs ("Recoverable Costs") for
each working day that the Compensable Delay prevents Contractor from proceeding with
more than 50% of the critical path Work scheduled for that day, based on the most recent
progress schedule accepted by City. Recoverable Costs will not include home office
overhead or lost profit.
(G) Request for Extension of Contract Time or Recoverable Costs. A request for
an extension of Contract Time or any associated Recoverable Costs must be submitted
in writing to City within ten calendar days of the date the delay is first encountered, even
if the duration of the delay is not yet known at that time, or any entitlement to the Contract
Time extension or to the Recoverable Costs will be deemed waived. In addition to
complying with the requirements of this Article 5, the request must be submitted in
compliance with the Change Order request procedures in Article 6 below. Strict
compliance with these requirements is necessary to ensure that any delay or
consequences of delay may be mitigated as soon as possible, and to facilitate cost -
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 51
efficient administration of the Project and timely performance of the Work. Any request for
an extension of Contract Time or Recoverable Costs that does not strictly comply with all
of the requirements of Article 5 and Article 6 will be deemed waived.
(1) Required Contents. The request must include a detailed description of the
cause(s) of the delay and must also describe the measures that Contractor has
taken to mitigate the delay and/or its effects, including efforts to mitigate the cost
impact of the delay, such as by workforce management or by a change in
sequencing. If the delay is still ongoing at the time the request is submitted, the
request should also include Contractor's plan for continued mitigation of the
delay or its effects.
(2) Delay Days and Costs. The request must specify the number of days of
Excusable Delay claimed or provide a realistic estimate if the duration of the
delay is not yet known. If Contractor believes it is entitled to Recoverable Costs
for Compensable Delay, the request must specify the amount and basis for the
Recoverable Costs that are claimed or provide a realistic estimate if the amount
is not yet known. Any estimate of delay duration or cost must be updated in
writing and submitted with all required supporting documentation as soon as the
actual time and cost is known. The maximum extension of Contract Time will be
the number of days, if any, by which an Excusable Delay or a Compensable
Delay exceeds any concurrent Non -Excusable Delay. Contractor is entitled to an
extension of Contract Time, or compensation for Recoverable Costs, only if, and
only to the extent that, such delay will unavoidably delay Final Completion.
(3) Supporting Documentation. The request must also include any and all
supporting documentation necessary to evidence the delay and its actual
impacts, including scheduling and cost impacts with a time impact analysis using
critical path methodology and demonstrating the unavoidable delay to Final
Completion. The time impact analysis must be submitted in a form or format
acceptable to City.
(4) Burden of Proof. Contractor has the burden of proving that: the delay was an
Excusable or Compensable Delay, as defined above; Contractor has fully
complied with its scheduling obligations in Section 5.2, Schedule Requirements;
Contractor has made reasonable efforts to mitigate the delay and its schedule
and cost impacts; the delay will unavoidably result in delaying Final Completion;
and any Recoverable Costs claimed by Contractor were actually incurred and
were reasonable under the circumstances.
(5) Legal Compliance. Nothing in this Section 5.3 is intended to require the
waiver, alteration, or limitation of the applicability of Public Contract Code § 7102.
(6) No Waiver. Any grant of an extension of Contract Time, or compensation for
Recoverable Costs due to Compensable Delay, will not operate as a waiver of
City's right to assess liquidated damages for Non -Excusable Delay.
(7) Dispute Resolution. In the event of a dispute over entitlement to an
extension of Contract Time or compensation for Recoverable Costs, Contractor
may not stop Work pending resolution of the dispute, but must continue to
comply with its duty to diligently prosecute the performance and timely
completion of the Work. Contractor's sole recourse for an unresolved dispute
based on City's rejection of a Change Order request for an extension of Contract
Time or compensation for Recoverable Costs is to comply with the dispute
resolution provisions set forth in Article 12 below.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 52
5.4 Liquidated Damages. It is expressly understood that if Final Completion is not achieved
within the Contract Time, City will suffer damages from the delay that are difficult to
determine and accurately specify. Pursuant to Public Contract Code § 7203, if Contractor
fails to achieve Final Completion within the Contract Time, City will charge Contractor in
the amount specified in the Contract for each day that Final Completion is delayed
beyond the Contract Time, as liquidated damages and not as a penalty. Any waiver of
accrued liquidated damages, in whole or in part, is subject to approval of the City Council
or its authorized delegee.
(A) Liquidated Damages. Liquidated damages will not be assessed for any
Excusable or Compensable Delay, as set forth above.
(B) Milestones. Liquidated damages may also be separately assessed for failure to
meet milestones specified elsewhere in the Contract Documents.
(C) Setoff. City is entitled to deduct the amount of liquidated damages assessed
against any payments otherwise due to Contractor, including progress payments, Final
Payment, or unreleased retention. If there are insufficient Contract funds remaining to
cover the full amount of liquidated damages assessed, City is entitled to recover the
balance from Contractor or its performance bond surety.
(D) Occupancy or Use. Occupancy or use of the Project in whole or in part prior to
Final Completion does not constitute City's acceptance of the Project and will not operate
as a waiver of City's right to assess liquidated damages for Contractor's Non -Excusable
Delay in achieving Final Completion.
(E) Other Remedies. City's right to liquidated damages under this Section applies
only to damages arising from Contractor's Non -Excusable Delay or failure to complete
the Work within the Contract Time. City retains its right to pursue all other remedies
under the Contract for other types of damage, including damage to property or persons,
costs or diminution in value from defective materials or workmanship, costs to repair or
complete the Work, or other liability caused by Contractor.
Article 6 - Contract Modification
6.1 Contract Modification. Subject to the limited exception set forth in subsection (D)
below, any change in the Work or the Contract Documents, including the Contract Price
or Contract Time, will not be a valid and binding change to the Contract unless it is
formalized in a Change Order, including a "no -cost" Change Order or a unilateral Change
Order. Changes in the Work pursuant to this Article 6 will not operate to release, limit, or
abridge Contractor's warranty obligations pursuant to Article 11 or any obligations of
Contractor's bond sureties.
(A) City -Directed Changes. City may direct changes in the scope or sequence of
Work or the requirements of the Contract Documents, without invalidating the Contract.
Such changes may include Extra Work as set forth in subsection (C) below, or deletion or
modification of portions of the Work. Contractor must promptly comply with City -directed
changes in the Work in accordance with the original Contract Documents, even if
Contractor and City have not yet reached agreement as to adjustments to the Contract
Price or Contract Time for the change in the Work or for the Extra Work. Contractor is not
entitled to extra compensation for cost savings resulting from "value engineering"
pursuant to Public Contract Code § 7101, except to the extent authorized in advance by
City in writing, and subject to any applicable procedural requirements for submitting a
proposal for value engineering cost savings.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 53
(B) Disputes. In the event of a dispute over entitlement to or the amount of a
change in Contract Time or a change in Contract Price related to a City -directed change
in the Work, Contractor must perform the Work as directed and may not delay its Work or
cease Work pending resolution of the dispute, but must continue to comply with its duty
to diligently prosecute the performance and timely completion of the Work, including the
Work in dispute. Likewise, in the event that City and Contractor dispute whether a portion
or portions of the Work are already required by the Contract Documents or constitute
Extra Work, or otherwise dispute the interpretation of any portion(s) of the Contract
Documents, Contractor must perform the Work as directed and may not delay its Work or
cease Work pending resolution of the dispute, but must continue to comply with its duty
to diligently prosecute the performance and timely completion of the Work, including the
Work in dispute, as directed by City. If Contractor refuses to perform the Work in dispute,
City may, acting in its sole discretion, elect to delete the Work from the Contract and
reduce the Contract Price accordingly, and self -perform the Work or direct that the Work
be performed by others. Alternatively, City may elect to terminate the Contract for
convenience or for cause. Contractor's sole recourse for an unresolved dispute related to
changes in the Work or performance of any Extra Work is to comply with the dispute
resolution provisions set forth in Article 12, below.
(C) Extra Work. City may direct Contractor to perform Extra Work related to the
Project. Contractor must promptly perform any Extra Work as directed or authorized by
City in accordance with the original Contract Documents, even if Contractor and City
have not yet reached agreement on adjustments to the Contract Price or Contract Time
for such Extra Work. If Contractor believes it is necessary to perform Extra Work due to
changed conditions, Contractor must promptly notify the Engineer in writing, specifically
identifying the Extra Work and the reason(s) the Contractor believes it is Extra Work. This
notification requirement does not constitute a Change Order request pursuant to Section
6.2, below. Contractor must maintain detailed daily records that itemize the cost of each
element of Extra Work, and sufficiently distinguish the direct cost of the Extra Work from
the cost of other Work performed. For each day that Contractor performs Extra Work, or
Work that Contractor contends is Extra Work, Contractor must submit no later than the
following Working Day, a daily report of the Extra Work performed that day and the
related costs, together with copies of certified payroll, invoices, and other documentation
substantiating the costs ("Extra Work Report"). The Engineer will make any adjustments
to Contractor's Extra Work Report(s) based on the Engineer's records of the Work. When
an Extra Work Report(s) is agreed on and signed by both City and Contractor, the Extra
Work Report(s) will become the basis for payment under a duly authorized and signed
Change Order. Failure to submit the required documentation by close of business on the
next Working Day is deemed a full and complete waiver for any change in the Contract
Price or Contract Time for any Extra Work performed that day.
(D) Minor Changes and RF/s. Minor field changes, including RFI replies from City,
that do not affect the Contract Price or Contract Time and that are approved by the
Engineer acting within his or her scope of authority, do not require a Change Order. By
executing an RFI reply from City, Contractor agrees that it will perform the Work as
clarified therein, with no change to the Contract Price or Contract Time.
(E) Remedy for Non -Compliance. Contractor's failure to promptly comply with a
City -directed change is deemed a material breach of the Contract, and in addition to all
other remedies available to it, City may, at its sole discretion, hire another contractor or
use its own forces to complete the disputed Work at Contractor's sole expense, and may
deduct the cost from the Contract Price.
6.2 Contractor Change Order Requests. Contractor must submit a request or proposal for
a change in the Work, compensation for Extra Work, or a change in the Contract Price or
Contract Time as a written Change Order request or proposal.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 54
(A) Time for Submission. Any request for a change in the Contract Price or the
Contract Time must be submitted in writing to the Engineer within ten calendar days of
the date that Contractor first encounters the circumstances, information or conditions
giving rise to the Change Order request, even if the total amount of the requested change
in the Contract Price or impact on the Contract Time is not yet known at that time. If City
requests that Contractor propose the terms of a Change Order, unless otherwise
specified in City's request, Contractor must provide the Engineer with a written proposal
for the change in the Contract Price or Contract Time within five working days of
receiving City's request, in a form satisfactory to the Engineer.
(B) Required Contents. Any Change Order request or proposal submitted by
Contractor must include a complete breakdown of actual or estimated costs and credits,
and must itemize labor, materials, equipment, taxes, insurance, subcontract amounts,
and, if applicable, Extra Work Reports. Any estimated cost must be updated in writing as
soon as the actual amount is known.
(C) Required Documentation. All claimed costs must be fully documented, and any
related request for an extension of time or delay -related costs must be included at that
time and in compliance with the requirements of Article 5 of the General Conditions.
Upon request, Contractor must permit City to inspect its original and unaltered bidding
records, subcontract agreements, subcontract change orders, purchase orders, invoices,
or receipts associated with the claimed costs.
(D) Required Form. Contractor must use City's form(s) for submitting all Change
Order requests or proposals, unless otherwise specified by City.
(E) Certification. All Change Order requests must be signed by Contractor and
must include the following certification:
"The undersigned Contractor certifies under penalty of perjury that its
statements and representations in this Change Order request are true and
correct. Contractor warrants that this Change Order request is comprehensive
and complete as to the Work or changes referenced herein, and agrees that any
known or foreseeable costs, expenses, or time extension requests not included
herein, are deemed waived."
6.3 Adjustments to Contract Price. The amount of any increase or decrease in the
Contract Price will be determined based on one of the following methods listed below, in
the order listed with unit pricing taking precedence over the other methods. Markup
applies only to City -authorized time and material Work, and does not apply to any other
payments to Contractor. For Work items or components that are deleted in their entirety,
Contractor will only be entitled to compensation for those direct, actual, and documented
costs (including restocking fees), reasonably incurred before Contractor was notified of
the City's intent to delete the Work, with no markup for overhead, profit, or other indirect
costs.
(A) Unit Pricing. Amounts previously provided by Contractor in the form of unit
prices, either in a bid schedule or in a post -award schedule of values pursuant to Section
8.1, Schedule of Values, will apply to determine the price for the affected Work, to the
extent applicable unit prices have been provided for that type of Work. No additional
markup for overhead, profit, or other indirect costs will be added to the calculation.
(B) Lump Sum. A mutually agreed upon, all-inclusive lump sum price for the
affected Work with no additional markup for overhead, profit, or other indirect costs.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 55
(C) Time and Materials. On a time and materials basis, if and only to the extent
compensation on a time and materials basis is expressly authorized by City in advance of
Contractor's performance of the Work and subject to any not -to -exceed limit. Time and
materials compensation for increased costs or Extra Work (but not decreased costs or
deleted Work), will include allowed markup for overhead, profit, and other indirect costs,
and which may include a not -to -exceed limit, calculated as the total of the following sums,
the cumulative total of which may not exceed the maximum markup rate of 15%:
(1) All direct labor costs provided by the Contractor, excluding superintendence,
project management, or administrative costs, plus 15% markup;
(2) All direct material costs provided by the Contractor, including sales tax, plus
15% markup;
(3) All direct plant and equipment rental costs provided by the Contractor, plus
15% markup;
(4) All direct additional subcontract costs plus 10% markup for Work performed
by Subcontractors; and
(5) Increased bond or insurance premium costs computed at 1.5% of total of the
previous four sums.
6.4 Unilateral Change Order. If the parties dispute the terms of a proposed Change Order,
including disputes over the amount of compensation or extension of time that Contractor
has requested, the value of deleted or changed Work, what constitutes Extra Work, or
quantities used, City may elect to issue a unilateral Change Order, directing performance
of the Work, and authorizing a change in the Contract Price or Contract Time for the
adjustment to compensation or time that the City believes is merited. Contractor's sole
recourse to dispute the terms of a unilateral Change Order is to submit a timely Claim
pursuant to Article 12, below.
6.5 Non -Compliance Deemed Waiver. Contractor waives its entitlement to any increase in
the Contract Price or Contract Time if Contractor fails to fully comply with the provisions
of this Article. Contractor will not be paid for unauthorized Extra Work.
Article 7 - General Construction Provisions
7.1 Permits, Fees, Business License, and Taxes.
(A) Permits, Fees, and City Business License. Contractor must obtain and pay for
all permits, fees, or licenses required to perform the Work, including a City business
license. Contractor must cooperate with and provide notifications to all government
agencies with jurisdiction over the Project, as may be required. Contractor must provide
City with copies of all records of permits and permit applications, payment of required
fees, and any licenses required for the Work.
(B) Taxes. Contractor must pay for all taxes on labor, material and equipment,
except Federal Excise Tax to the extent that City is exempt from Federal Excise Tax.
7.2 Temporary Facilities. Contractor must provide, at Contractor's sole expense, any and
all temporary facilities for the Project, including an onsite staging area for materials and
equipment, afield office, sanitary facilities, utilities, storage, scaffolds, barricades,
walkways, and any other temporary structure required to safely perform the Work along
with any incidental utility services. The location of all temporary facilities must be
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 56
approved by the City prior to installation. Temporary facilities must be safe and adequate
for the intended use and installed and maintained in accordance with Laws and the
Contract Documents. Contractor must fence and screen the Project site and, if
applicable, any separate Worksites, including the staging area, and its operation must
minimize inconvenience to neighboring properties. Additional provisions pertaining to
temporary facilities may be included in the Specifications or Special Conditions.
(A) Utilities. Contractor must install and maintain the power, water, sewer and all
other utilities required for the Project site, including the piping, wiring, internet and wifi
connections, and any related equipment necessary to maintain the temporary facilities.
(B) Removal and Repair. Contractor must promptly remove all such temporary
facilities when they are no longer needed or upon completion of the Work, whichever
comes first. Contractor must promptly repair any damage to City's property or to other
property caused by the installation, use, or removal of the temporary facilities, and must
promptly restore the property to its original or intended condition.
7.3 Noninterference and Site Management. Contractor must avoid interfering with City's
use of its property at or adjacent to the Project site, including use of roadways, entrances,
parking areas, walkways, and structures. Contractor must also minimize disruption of
access to private property in the Project vicinity. Contractor must coordinate with affected
property owners, tenants, and businesses, and maintain some vehicle and pedestrian
access to their residences or properties at all times. Temporary access ramps, fencing or
other measures must be provided as needed. Before blocking access to a private
driveway or parking lot, Contractor must provide effective notice to the affected parties at
least 48 hours in advance of the pending closure and allow them to remove vehicles.
Private driveways, residences and parking lots must have access to a roadway during
non -Work hours.
(A) Offsite Acquisition. Unless otherwise provided by City, Contractor must
acquire, use and dispose of, at its sole expense, any additional Worksites, licenses,
easements, and temporary facilities necessary to access and perform the Work.
(B) Offsite Staging Area and Field Office. If additional space beyond the Project
site is needed, such as for the staging area or the field office, Contractor may need to
make arrangements with the nearby property owner(s) to secure the space. Before using
or occupying any property owned by a third party, Contractor must provide City with a
copy of the necessary license agreement, easement, or other written authorization from
the property owner, together with a written release from the property owner holding City
harmless from any related liability, in a form acceptable to the City Attorney.
(C) Traffic Management. Contractor must provide traffic management and traffic
controls as specified in the Contract Documents, as required by Laws, and as otherwise
required to ensure the public and worker safety, and to avoid interference with public or
private operations or the normal flow of vehicular, bicycle, or pedestrian traffic.
7.4 Signs. No signs may be displayed on or about City's property, except signage which is
required by Laws or by the Contract Documents, without City's prior written approval as
to size, design, and location.
7.5 Project Site and Nearby Property Protections.
(A) General. Contractor is responsible at all times, on a 24-hour basis and at its sole
cost, for protecting the Work, the Project site, and the materials and equipment to be
incorporated into the Work, until the City has accepted the Project, excluding any
exceptions to acceptance, if any. Except as specifically authorized by City, Contractor
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 57
must confine its operations to the area of the Project site indicated in the Plans and
Specifications. Contractor is liable for any damage caused by Contractor or its
Subcontractors to the Work, City's property, the property of adjacent or nearby property
owners and the work or personal property of other contractors working for City, including
damage related to Contractor's failure to adequately secure the Work or any Worksite.
(1) Subject to City's approval, Contractor will provide and install safeguards to
protect the Work; any Worksite, including the Project site; City's real or personal
property and the real or personal property of adjacent or nearby property owners,
including plant and tree protections.
(2) City wastewater systems may not be interrupted. If the Work disrupts existing
sewer facilities, Contractor must immediately notify City and establish a plan,
subject to City's approval, to convey the sewage in closed conduits back into the
sanitary sewer system. Sewage must not be permitted to flow in trenches or be
covered by backfill.
(3) Contractor must remove with due care, and store at City's request, any
objects or material from the Project site that City will salvage or reuse at another
location.
(4) If directed by Engineer, Contractor must promptly repair or replace any
property damage, as specified by the Engineer. However, acting in its sole
discretion, City may elect to have the property damage remedied otherwise, and
may deduct the cost to repair or replace the damaged property from payment
otherwise due to Contractor.
(5) Contractor will not permit any structure or infrastructure to be loaded in a
manner that will damage or endanger the integrity of the structure or
infrastructure.
(B) Securing Project Site. After completion of Work each day, Contractor must
secure the Project site and, to the extent feasible, make the area reasonably accessible
to the public unless City approves otherwise. All excess materials and equipment not
protected by approved traffic control devices must be relocated to the staging area or
demobilized. Trench spoils must be hauled off the Project site daily and open excavations
must be protected with steel plates. Contractor and Subcontractor personnel may not
occupy or use the Project site for any purpose during non -Work hours, except as may be
provided in the Contract Documents or pursuant to prior written authorization from City.
(C) Unforeseen Conditions. If Contractor encounters facilities, utilities, or other
unknown conditions not shown on or reasonably inferable from the Plans or apparent
from inspection of the Project site, Contractor must immediately notify the City and
promptly submit a Request for Information to obtain further directions from the Engineer.
Contractor must avoid taking any action which could cause damage to the facilities or
utilities pending further direction from the Engineer. The Engineer's written response will
be final and binding on Contractor. If the Engineer's subsequent direction to Contractor
affects Contractor's cost or time to perform the Work, Contractor may submit a Change
Order request as set forth in Article 6 above.
(D) Support; Adjacent Properties. Contractor must provide, install, and maintain
all shoring, bracing, and underpinning necessary to provide support to City's property and
adjacent properties and improvements thereon. Contractor must provide notifications to
adjacent property owners as may be required by Laws. See also, Section 7.15, Trenching
of Five Feet or More.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 58
(E) Notification of Property Damage. Contractor must immediately notify the City
of damage to any real or personal property resulting from Work on the Project. Contractor
must immediately provide a written report to City of any such property damage in excess
of $500 (based on estimated cost to repair or replace) within 24 hours of the occurrence.
The written report must include: (1) the location and nature of the damage, and the owner
of the property, if known; (2) the name and address of each employee of Contractor or
any Subcontractor involved in the damage, (3) a detailed description of the incident,
including precise location, time, and names and contact information for known witnesses;
and (4) a police or first responder report, if applicable. If Contractor is required to file an
accident report with another government agency, Contractor will provide a copy of the
report to City.
7.6 Materials and Equipment.
(A) General. Unless otherwise specified, all materials and equipment required for
the Work must be new, free from defects, and of the best grade for the intended purpose,
and furnished in sufficient quantities to ensure the proper and expeditious performance of
the Work. Contractor must employ measures to preserve the specified quality and fitness
of the materials and equipment. Unless otherwise specified, all materials and equipment
required for the Work are deemed to include all components required for complete
installation and intended operation and must be installed in accordance with the
manufacturer's recommendations or instructions. Contractor is responsible for all
shipping, handling, and storage costs associated with the materials and equipment
required for the Work. Contractor is responsible for providing security and protecting the
Work and all of the required materials, supplies, tools and equipment at Contractor's sole
cost until City has formally accepted the Project as set forth in Section 11. 1, Final
Completion. Contractor will not assign, sell, mortgage, or hypothecate any materials or
equipment for the Project, or remove any materials or equipment that have been installed
or delivered.
(B) City -Provided. If the Work includes installation of materials or equipment to be
provided by City, Contractor is solely responsible for the proper examination, handling,
storage, and installation in accordance with the Contract Documents. Contractor must
notify City of any defects discovered in City -provided materials or equipment, sufficiently
in advance of scheduled use or installation to afford adequate time to procure
replacement materials or equipment as needed. Contractor is solely responsible for any
loss of or damage to such items which occurs while the items are in Contractor's custody
and control, the cost of which may be offset from the Contract Price and deducted from
any payment(s) due to Contractor.
(C) Intellectual Property Rights. Contractor must, at its sole expense, obtain any
authorization or license required for use of patented or copyright -protected materials,
equipment, devices or processes that are incorporated into the Work. Contractor's
indemnity obligations in Article 4 apply to any claimed violation of intellectual property
rights in violation of this provision.
7.7 Substitutions.
(A) "Or Equal." Any Specification designating a material, product, or thing
(collectively, "item") or service by specific brand or trade name, followed by the words "or
equal," is intended only to indicate the quality and type of item or service desired, and
Contractor may request use of any equal item or service. Unless otherwise stated in the
Specifications, any reference to a specific brand or trade name for an item that is used
solely for the purpose of describing the type of item desired, will be deemed to be
followed by the words "or equal." A substitution will only be approved if it is a true "equal"
item in every aspect of design, function, and quality, as determined by City, including
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 59
dimensions, weight, maintenance requirements, durability, fit with other elements, and
schedule impacts.
(B) Request for Substitution. A post -award request for substitution of an item or
service must be submitted in writing to the Engineer for approval in advance, within the
applicable time period provided in the Contract Documents. If no time period is specified,
the substitution request may be submitted any time within 35 days after the date of award
of the Contract, or sufficiently in advance of the time needed to avoid delay of the Work,
whichever is earlier.
(C) Substantiation. Any available data substantiating the proposed substitute as an
equal item or service must be submitted with the written request for substitution.
Contractor's failure to timely provide all necessary substantiation, including any required
test results as soon as they are available, is grounds for rejection of the proposed
substitution, without further review.
(D) Burden of Proving Equality. Contractor has the burden of proving the equality
of the proposed substitution at Contractor's sole cost. City has sole discretion to
determine whether a proposed substitution is equal, and City's determination is final.
(E) Approval or Rejection. If the proposed substitution is approved, Contractor is
solely responsible for any additional costs or time associated with the substituted item or
service. If the proposed substitution is rejected, Contractor must, without delay, install the
item or use the service as specified by City.
(F) Contractor's Obligations. City's approval of a proposed substitution will not
relieve Contractor from any of its obligations under the Contract Documents. In the event
Contractor makes an unauthorized substitution, Contractor will be solely responsible for
all resulting cost impacts, including the cost of removal and replacement and the impact
to other design elements.
7.8 Testing and Inspection.
(A) General. All materials, equipment, and workmanship used in the Work are
subject to inspection and testing by City at all times and locations during construction
and/or fabrication and at any Worksite, including at shops and yards as well as at the
Project site. All manufacturers' application or installation instructions must be provided to
the Inspector at least ten days prior to the first such application or installation. Contractor
must, at all times, make the Work available for testing or inspection. Neither City's
inspection or testing of Work, nor its failure to do so, operate to waive or limit Contractor's
duty to complete the Work in accordance with the Contract Documents.
(B) Scheduling and Notification. Contractor must cooperate with City in
coordinating the inspections and testing. Contractor must submit samples of materials, at
Contractor's expense, and schedule all tests required by the Contract Documents in time
to avoid any delay to the progress of the Work. Contractor must notify the Engineer no
later than noon of the Working Day before any inspection or testing and must provide
timely notice to the other necessary parties as specified in the Contract Documents. If
Contractor schedules an inspection or test beyond regular Work hours, or on a Saturday,
Sunday, or recognized City holiday, Contractor must notify the Engineer at least two
Working Days in advance for approval. If approved, Contractor must reimburse City for
the cost of the overtime inspection or testing. Such costs, including the City's hourly costs
for required personnel, may be deducted from payments otherwise due to Contractor.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 60
(C) Responsibility for Costs. City will bear the initial cost of inspection and testing
to be performed by independent testing consultants retained by City, subject to the
following exceptions:
(1) Contractor will be responsible for the costs of any subsequent tests which
are required to substantiate compliance with the Contract Documents, and any
associated remediation costs.
(2) Contractor will be responsible for inspection costs, at City's hourly rates, for
inspection time lost because the Work is not ready or Contractor fails to appear
for a scheduled inspection.
(3) If any portion of the Work that is subject to inspection or testing is covered or
concealed by Contractor prior to the inspection or testing, Contractor will bear the
cost of making that portion of the Work available for the inspection or testing
required by the Contract Documents, and any associated repair or remediation
costs.
(4) Contractor is responsible for properly shoring all compaction test sites
deeper than five feet below grade, as required under Section 7.15 below.
(5) Any Work or material that is defective or fails to comply with the requirements
of the Contract Documents must be promptly repaired, removed, replaced, or
corrected by Contractor, at Contractor's sole expense, even if that Work or
material was previously inspected or included in a progress payment.
(D) Contractor's Obligations. Contractor is solely responsible for any delay
occasioned by remediation of defective or noncompliant Work or material. Inspection of
the Work does not in any way relieve Contractor of its obligations to perform the Work as
specified. Any Work done without the required inspection(s) will also be subject to
rejection by City.
(E) Distant Locations. If required off-site testing or inspection must be conducted
at a location more than 100 miles from the Project site, Contractor is solely responsible
for the additional travel costs required for testing and/or inspection at such locations.
(F) Final Inspection. The provisions of this Section 7.8 also apply to final inspection
under Article 11, Completion and Warranty Provisions.
7.9 Project Site Conditions and Maintenance. Contractor must at all times, on a 24-hour
basis and at its sole cost, maintain the Project site and staging and storage areas in
clean, neat, and sanitary condition and in compliance with all Laws pertaining to safety,
air quality, and dust control. Adequate toilets must be provided, and properly maintained
and serviced for all workers on the Project site, located in a suitably secluded area,
subject to City's prior approval. Contractor must also, on a daily basis and at its sole cost,
remove and properly dispose of the debris and waste materials from the Project site.
(A) Air Emissions Control. Contractor must not discharge smoke or other air
contaminants into the atmosphere in violation of any Laws.
(B) Dust and Debris. Contractor must minimize and confine dust and debris
resulting from the Work. Contractor must abate dust nuisance by cleaning, sweeping, and
immediately sprinkling with water excavated areas of dirt or other materials prone to
cause dust, and within one hour after the Engineer notifies Contractor that an airborne
nuisance exists. The Engineer may direct that Contractor provide an approved water -
spraying truck for this purpose. If water is used for dust control, Contractor will only use
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 61
the minimum necessary. Contractor must take all necessary steps to keep waste water
out of streets, gutters, or storm drains. See Section 7.19, Environmental Control. If City
determines that the dust control is not adequate, City may have the work done by others
and deduct the cost from the Contract Price. Contractor will immediately remove any
excess excavated material from the Project site and any dirt deposited on public streets.
(C) Clean up. Before discontinuing Work in an area, Contractor must clean the area
and remove all debris and waste along with the construction equipment, tools, machinery,
and surplus materials.
(1) Except as otherwise specified, all excess Project materials, and the materials
removed from existing improvements on the Project site with no salvage value or
intended reuse by City, will be Contractor's property.
(2) Hauling trucks and other vehicles leaving the Project site must be cleaned of
exterior mud or dirt before traveling on City streets. Materials and loose debris
must be delivered and loaded to prevent dropping materials or debris. Contractor
must immediately remove spillage from hauling on any publicly traveled way.
Streets affected by Work on the Project must be kept clean by street sweeping.
(D) Disposal. Contractor must dispose of all Project debris and waste materials in a
safe and legal manner. Contractor may not burn or bury waste materials on the Project
site. Contractor will not allow any dirt, refuse, excavated material, surplus concrete or
mortar, or any associated washings, to be disposed of onto streets, into manholes or into
the storm drain system.
(E) Completion. At the completion of the Work, Contractor must remove from the
Project site all of its equipment, tools, surplus materials, waste materials and debris,
presenting a clean and neat appearance. Before demobilizing from the Project site,
Contractor must ensure that all surfaces are cleaned, sealed, waxed, or finished as
applicable, and that all marks, stains, paint splatters, and the like have been properly
removed from the completed Work and the surrounding areas. Contractor must ensure
that all parts of the construction are properly joined with the previously existing and
adjacent improvements and conditions. Contractor must provide all cutting, fitting and
patching needed to accomplish that requirement. Contractor must also repair or replace
all existing improvements that are damaged or removed during the Work, both on and off
the Project site, including curbs, sidewalks, driveways, fences, signs, utilities, street
surfaces and structures. Repairs and replacements must be at least equal to the
previously existing improvements, and the condition, finish and dimensions must match
the previously existing improvements. Contractor must restore to original condition all
property or items that are not designated for alteration under the Contract Documents
and leave each Worksite clean and ready for occupancy or use by City.
(F) Non -Compliance. If Contractor fails to comply with its maintenance and cleanup
obligations or any City clean up order, City may, acting in its sole discretion, elect to
suspend the Work until the condition(s) is corrected with no increase in the Contract Time
or Contract Price, or undertake appropriate cleanup measures without further notice and
the cost will be deducted from any amounts due or to become due to Contractor.
7.10 Instructions and Manuals. Contractor must provide to City three copies each of all
instructions and manuals required by the Contract Documents, unless otherwise
specified. These must be complete as to drawings, details, parts lists, performance data,
and other information that may be required for City to easily maintain and service the
materials and equipment installed for this Project.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 62
(A) Submittal Requirements. All manufacturers' application or installation
instructions must be provided to City at least ten days prior to the first such application.
The instructions and manuals, along with any required guarantees, must be delivered to
City for review.
(B) Training. Contractor or its Subcontractors must train City's personnel in the
operation and maintenance of any complex equipment or systems as a condition
precedent to Final Completion, if required in the Contract Documents.
7.11 As -built Drawings. Contractor and its Subcontractors must prepare and maintain at the
Project site a detailed, complete and accurate as -built set of the Plans which will be used
solely for the purpose of recording changes made in any portion of the original Plans in
order to create accurate record drawings at the end of the Project.
(A) Duty to Update. The as -built drawings must be updated as changes occur, on a
daily basis if necessary. City may withhold the estimated cost for City to have the as -built
drawings prepared from payments otherwise due to Contractor, until the as -built drawings
are brought up to date to the satisfaction of City. Actual locations to scale must be
identified on the as -built drawings for all runs of mechanical and electrical work, including
all site utilities installed underground, in walls, floors, or otherwise concealed. Deviations
from the original Plans must be shown in detail. The exact location of all main runs,
whether piping, conduit, ductwork or drain lines, must be shown by dimension and
elevation. The location of all buried pipelines, appurtenances, or other improvements
must be represented by coordinates and by the horizontal distance from visible above-
ground improvements.
(B) Final Completion. Contractor must verify that all changes in the Work are
depicted in the as -built drawings and must deliver the complete set of as -built drawings to
the Engineer for review and acceptance as a condition precedent to Final Completion
and Final Payment.
7.12 Existing Utilities.
(A) General. The Work may be performed in developed, urban areas with existing
utilities, both above and below ground, including utilities identified in the Contract
Documents or in other informational documents or records. Contractor must take due
care to locate identified or reasonably identifiable utilities before proceeding with
trenching, excavation, or any other activity that could damage or disrupt existing utilities.
This may include excavation with small equipment, potholing, or hand excavation, and, if
practical, using white paint or other suitable markings to delineate the area to be
excavated. Except as otherwise provided herein, Contractor will be responsible for costs
resulting from damage to identified or reasonably identifiable utilities due to Contractor's
negligence or failure to comply with the Contract Documents, including the requirements
in this Article 7.
(B) Unidentified Utilities. Pursuant to Government Code § 4215, if, during the
performance of the Work, Contractor discovers utility facilities not identified by City in the
Contract Documents, Contractor must immediately provide written notice to City and the
utility. City assumes responsibility for the timely removal, relocation, or protection of
existing main or trunkline utility facilities located on the Project site if those utilities are not
identified in the Contract Documents. Contractor will be compensated in accordance with
the provisions of the Contract Documents for the costs of locating, repairing damage not
due to Contractor's failure to exercise reasonable care, and removing or relocating utility
facilities not indicated in the Plans or Specifications with reasonable accuracy, and for
equipment on the Project necessarily idled during such work. Contractor will not be
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 63
assessed liquidated damages for delay in completion of the Work, to the extent the delay
was caused by City's failure to provide for removal or relocation of the utility facilities.
7.13 Notice of Excavation. Contractor must comply with all applicable requirements in
Government Code §§ 4216 through 4216.5, which are incorporated by reference herein.
Government Code § 4216.2 requires that, except in an emergency, Contractor must
contact the appropriate regional notification center, or Underground Services Alert, at
least two working days, but not more than 14 calendar days, before starting any
excavation if the excavation will be conducted in an area that is known, or reasonably
should be known, to contain subsurface installations. Contractor may not begin
excavation until it has obtained and submitted to Engineer an inquiry identification
number from Underground Services Alert.
7.14 Trenching and Excavations of Four Feet or More. As required by Public Contract
Code § 7104, if the Work includes digging trenches or other excavations that extend
deeper than four feet below the surface, the provisions in this Section apply to the Work
and the Project.
(A) Duty to Notify. Contractor must promptly, and before the following conditions
are disturbed, provide written notice to City if Contractor finds any of the following
conditions:
(1) Material that Contractor believes may be a hazardous waste, as defined in §
25117 of the Health and Safety Code, that is required to be removed to a Class I,
Class ll, or Class III disposal site in accordance with the provisions of existing
Laws;
(2) Subsurface or latent physical conditions at the Project site differing from
those indicated by information about the Project site made available to bidders
prior to the deadline for submitting bids; or
(3) Unknown physical conditions at the Project site of any unusual nature,
materially different from those ordinarily encountered and generally recognized
as inherent in work of the character required by the Contract Documents.
(B) City Investigation. City will promptly investigate the conditions and if City finds
that the conditions materially differ from those indicated, apparent, or reasonably inferred
from information about the Project site made available to bidders, or involve hazardous
waste, and cause a decrease or increase in Contractor's cost of, or the time required for,
performance of any part of the Work, City will issue a Change Order.
(C) Disputes. In the event that a dispute arises between City and Contractor
regarding any of the conditions specified in subsection (B) above, or the terms of a
Change Order issued by City, Contractor will not be excused from completing the Work
within the Contract Time, but must proceed with all Work to be performed under the
Contract. Contractor will retain any and all rights provided either by the Contract or by
Laws which pertain to the resolution of disputes between Contractor and City.
7.15 Trenching of Five Feet or More. As required by Labor Code § 6705, if the Contract
Price exceeds $25,000 and the Work includes the excavation of any trench or trenches of
five feet or more in depth, a detailed plan must be submitted to City for acceptance in
advance of the excavation The detailed plan must show the design of shoring, bracing,
sloping, or other provisions to be made for worker protection from the hazard of caving
ground during the excavation. If the plan varies from the shoring system standards, it
must be prepared by a California registered civil or structural engineer. Use of a shoring,
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 64
sloping, or protective system less effective than that required by the Construction Safety
Orders is prohibited.
7.16 New Utility Connections. Except as otherwise specified, City will pay connection
charges and meter costs for new permanent utilities required by the Contract Documents,
if any. Contractor must notify City sufficiently in advance of the time needed to request
service from each utility provider so that connections and services are initiated in
accordance with the Project schedule.
7.17 Lines and Grades. Contractor is required to use any benchmark provided by the
Engineer. Unless otherwise specified in the Contract Documents, Contractor must
provide all lines and grades required to execute the Work. Contractor must also provide,
preserve, and replace if necessary, all construction stakes required for the Project. All
stakes or marks must be set by a California licensed surveyor or a California registered
civil engineer. Contractor must notify the Engineer of any discrepancies found between
Contractor's staking and grading and information provided by the Contract Documents.
Upon completion, all Work must conform to the lines, elevations, and grades shown in
the Plans, including any changes directed by a Change Order.
7.18 Historic or Archeological Items.
(A) Contractor's Obligations. Contractor must ensure that all persons performing
Work at the Project site are required to immediately notify the Project Manager, upon
discovery of any potential historic or archeological items, including historic or prehistoric
ruins, a burial ground, archaeological or vertebrate paleontological site, including
fossilized footprints or other archeological, paleontological or historical feature on the
Project site (collectively, "Historic or Archeological Items").
(B) Discovery; Cessation of Work. Upon discovery of any potential Historic or
Archeological Items, Work must be stopped within an 85 -foot radius of the find and may
not resume until authorized in writing by City. If required by City, Contractor must assist in
protecting or recovering the Historic or Archeological Items, with any such assistance to
be compensated as Extra Work on a time and materials basis under Article 6, Contract
Modification. At City's discretion, a suspension of Work required due to discovery of
Historic or Archeological Items may be treated as Excusable Delay pursuant to Article 5,
or as a suspension for convenience under Article 13.
7.19 Environmental Control. Contractor must not pollute any drainage course or its tributary
inlets with fuels, oils, bitumens, acids, insecticides, herbicides or other harmful materials.
Contractor must prevent the release of any hazardous material or hazardous waste into
the soil or groundwater, and prevent the unlawful discharge of pollutants into City's storm
drain system and watercourses as required below. Contractor and its Subcontractors
must at all times in the performance of the Work comply with all Laws concerning
pollution of waterways.
(A) Stormwater Permit. Contractor must comply with all applicable conditions of
the State Water Resources Control Board National Pollutant Discharge Elimination
System General Permit for Waste Discharge Requirements for Discharges of Stormwater
Runoff Associated with Construction Activity ("Stormwater Permit").
(B) Contractor's Obligations. If required for the Work, a copy of the Stormwater
Permit is on file in City's principal administrative offices, and Contractor must comply with
it without adjustment of the Contract Price or the Contract Time. Contractor must timely
and completely submit required reports and monitoring information required by the
conditions of the Stormwater Permit. Contractor also must comply with all other Laws
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 65
governing discharge of stormwater, including applicable municipal stormwater
management programs.
7.20 Noise Control. Contractor must comply with all applicable noise control Laws. Noise
control requirements apply to all equipment used for the Work or related to the Work,
including trucks, transit mixers or transient equipment that may or may not be owned by
Contractor.
7.21 Mined Materials. Pursuant to the Surface Mining and Reclamation Act of 1975, Public
Resources Code § 2710 et seq., any purchase of mined materials, such as construction
aggregate, sand, gravel, crushed stone, road base, fill materials, and any other mineral
materials must originate from a surface mining operation included on the AB 3098 List,
which is available online at:
ftp://ftp.consrv.ca.gov/pub/omr/AB3098%2OList/AB3908List.pdf.
Article 8 - Payment
8.1 Schedule of Values. Prior to submitting its first application for payment, Contractor must
prepare and submit to the Project Manager a schedule of values apportioned to the
various divisions and phases of the Work, including mobilization and demobilization. If a
Bid Schedule was submitted with Contractor's bid, the amounts in the schedule of values
must be consistent with the Bid Schedule. Each line item contained in the schedule of
values must be assigned a value such that the total of all items equals the Contract Price.
The items must be sufficiently detailed to enable accurate evaluation of the percentage of
completion claimed in each application for payment, and the assigned value consistent
with any itemized or unit pricing submitted with Contractor's bid.
(A) Measurements for Unit Price Work. Materials and items of Work to be paid for
on the basis of unit pricing will be measured according to the methods specified in the
Contract Documents.
(B) Deleted or Reduced Work. Contractor will not be compensated for Work that
City has deleted or reduced in scope, except for any labor, material or equipment costs
for such Work that Contractor reasonably incurred before Contractor learned that the
Work could be deleted or reduced. Contractor will only be compensated for those actual,
direct and documented costs incurred, and will not be entitled to any mark up for
overhead or lost profits.
8.2 Progress Payments. Following the last day of each month, or as otherwise required by
the Special Conditions or Specifications, Contractor will submit to the Project Manager a
monthly application for payment for Work performed during the preceding month based
on the estimated value of the Work performed during that preceding month.
(A) Application for Payment. Each application for payment must be itemized to
include labor, materials, and equipment incorporated into the Work, and materials and
equipment delivered to the Project site, as well as authorized and approved Change
Orders. Each payment application must be supported by the unit prices submitted with
Contractor's Bid Schedule and/or schedule of values and any other substantiating data
required by the Contract Documents.
(B) Payment of Undisputed Amounts. City will pay the undisputed amount due
within 30 days after Contractor has submitted a complete and accurate payment
application, subject to Public Contract Code § 20104.50. City will deduct a percentage
from each progress payment as retention, as set forth in Section 8.5, below, and may
withhold additional amounts as set forth in Section 8.3, below.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 66
8.3 Adjustment of Payment Application. City may adjust or reject the amount requested in
a payment application, including application for Final Payment, in whole or in part, if the
amount requested is disputed or unsubstantiated. Contractor will be notified in writing of
the basis for the modification to the amount requested. City may also deduct or withhold
from payment otherwise due based upon any of the circumstances and amounts listed
below. Sums withheld from payment otherwise due will be released when the basis for
that withholding has been remedied and no longer exists.
(A) For Contractor's unexcused failure to perform the Work as required by the
Contract Documents, including correction or completion of punch list items, City may
withhold or deduct an amount based on the City's estimated cost to correct or complete
the Work.
(B) For loss or damage caused by Contractor or its Subcontractors arising out of or
relating to performance of the Work or any failure to protect the Project site, City may
deduct an amount based on the estimated cost to repair or replace.
(C) For Contractor's failure to pay its Subcontractors and suppliers when payment is
due, City may withhold an amount equal to the total of past due payments and may opt to
pay that amount separately via joint check pursuant to Section 8.6(B), Joint Checks.
(D) For Contractor's failure to timely correct rejected, nonconforming, or defective
Work, City may withhold or deduct an amount based on the City's estimated cost to
correct or complete the Work.
(E) For any unreleased stop notice, City may withhold 125% of the amount claimed.
(F) For Contractor's failure to submit any required schedule or schedule update in
the manner and within the time specified in the Contract Documents, City may withhold
an amount equal to five percent of the total amount requested until Contractor complies
with its schedule submittal obligations.
(G) For Contractor's failure to maintain or submit as -built documents in the manner
and within the time specified in the Contract Documents, City may withhold or deduct an
amount based on the City's cost to prepare the as-builts.
(H) For Work performed without Shop Drawings that have been accepted by City,
when accepted Shop Drawings are required before proceeding with the Work, City may
deduct an amount based on the estimated costs to correct unsatisfactory Work or
diminution in value.
(1) For fines, payments, or penalties assessed under the Labor Code, City may
deduct from payments due to Contractor as required by Laws and as directed by the
Division of Labor Standards Enforcement.
(J) For any other costs or charges that may be withheld or deducted from payments
to Contractor, as provided in the Contract Documents, including liquidated damages, City
may withhold or deduct such amounts from payment otherwise due to Contractor.
8.4 Early Occupancy. Neither City's payment of progress payments nor its partial or full use
or occupancy of the Project constitutes acceptance of any part of the Work.
8.5 Retention. City will retain five percent of the full amount due on each progress payment
(i.e., the amount due before any withholding or deductions pursuant to Section 8.3,
Adjustment to Payment Application), or the percentage stated in the Notice Inviting Bids,
whichever is greater, as retention to ensure full and satisfactory performance of the Work.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 67
Contractor is not entitled to any reduction in the rate of withholding at any time, nor to
release of any retention before 35 days following City's acceptance of the Project.
(A) Substitution of Securities. As provided by Public Contract Code § 22300,
Contractor may request in writing that it be allowed, at its sole expense, to substitute
securities for the retention withheld by City. Any escrow agreement entered into pursuant
to this provision must fully comply with Public Contract Code § 22300 and will be subject
to approval as to form by City's legal counsel. If City exercises its right to draw upon such
securities in the event of default pursuant to section (7) of the statutory Escrow
Agreement for Security Deposits in Lieu of Retention, pursuant to subdivision (f) of Public
Contract Code § 22300 ("Escrow Agreement"), and if Contractor disputes that it is in
default, its sole remedy is to comply with the dispute resolution procedures in Article 12
and the provisions therein. It is agreed that for purposes of this paragraph, an event of
default includes City's rights pursuant to these Contract Documents to withhold or deduct
sums from retention, including withholding or deduction for liquidated damages,
incomplete or defective Work, stop payment notices, or backcharges. It is further agreed
that if any individual authorized to give or receive written notice on behalf of a party
pursuant to section (10) of the Escrow Agreement are unavailable to give or receive
notice on behalf of that party due to separation from employment, retirement, death, or
other circumstances, the successor or delegee of the named individual is deemed to be
the individual authorized to give or receive notice pursuant to section (10) of the Escrow
Agreement.
(B) Release of Undisputed Retention. All undisputed retention, less any amounts
that may be assessed as liquidated damages, retained for stop notices, or otherwise
withheld pursuant to Section 8.3, Adjustment of Payment Application, will be released as
Final Payment to Contractor no sooner than 35 days following recordation of the notice of
completion, and no later than 60 days following acceptance of the Project by City's
governing body or authorized designee pursuant to Section 11.1(C), Acceptance, or, if
the Project has not been accepted, no later than 60 days after the Project is otherwise
considered complete pursuant to Public Contract Code § 7107(c).
8.6 Payment to Subcontractors and Suppliers. Each month, Contractor must promptly
pay each Subcontractor and supplier the value of the portion of labor, materials, and
equipment incorporated into the Work or delivered to the Project site by the
Subcontractor or supplier during the preceding month. Such payments must be made in
accordance with the requirements of Laws pertaining to such payments, and those of the
Contract Documents and applicable subcontract or supplier contract.
(A) Withholding for Stop Notice. Pursuant to Civil Code § 9358, City will withhold
125% of the amount claimed by an unreleased stop notice, a portion of which may be
retained by City for the costs incurred in handling the stop notice claim, including
attorneys' fees and costs, as authorized by law.
(B) Joint Checks. City reserves the right, acting in its sole discretion, to issue joint
checks made payable to Contractor and a Subcontractor or supplier, if City determines
this is necessary to ensure fair and timely payment for a Subcontractor or supplier who
has provided services or goods for the Project. As a condition to release of payment by a
joint check, the joint check payees may be required to execute a joint check agreement in
a form provided or approved by the City Attorney's Office. The joint check payees will be
jointly and severally responsible for the allocation and disbursement of funds paid by joint
check. Payment by joint check will not be construed to create a contractual relationship
between City and a Subcontractor or supplier of any tier beyond the scope of the joint
check agreement.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 68
8.7 Final Payment. Contractor's application for Final Payment must comply with the
requirements for submitting an application for a progress payment as stated in Section
8.2, above. Corrections to previous progress payments, including adjustments to
estimated quantities for unit priced items, may be included in the Final Payment. If
Contractor fails to submit a timely application for Final Payment, City reserves the right to
unilaterally process and issue Final Payment without an application from Contractor in
order to close out the Project. For the purposes of determining the deadline for Claim
submission pursuant to Article 12, the date of Final Payment is deemed to be the date
that City acts to release undisputed retention as final payment to Contractor, or otherwise
provides written notice to Contractor of Final Payment or that no undisputed funds remain
available for Final Payment due to offsetting withholdings or deductions pursuant to
Section 8.3, Adjustment of Payment Application. If the amount due from Contractor to
City exceeds the amount of Final Payment, City retains the right to recover the balance
from Contractor or its sureties.
8.8 Release of Claims. City may, at any time, require that payment of the undisputed
portion of any progress payment or Final Payment be contingent upon Contractor
furnishing City with a written waiver and release of all claims against City arising from or
related to the portion of Work covered by those undisputed amounts subject to the
limitations of Public Contract Code § 7100. Any disputed amounts may be specifically
excluded from the release.
8.9 Warranty of Title. Contractor warrants that title to all work, materials, or equipment
incorporated into the Work and included in a request for payment will pass over to City
free of any claims, liens, or encumbrances upon payment to Contractor.
Article 9 - Labor Provisions
9.1 Discrimination Prohibited. Discrimination against any prospective or present employee
engaged in the Work on grounds of race, color, ancestry, national origin, ethnicity,
religion, sex, sexual orientation, age, disability, or marital status is strictly prohibited.
Contractor and its Subcontractors are required to comply with all applicable Laws
prohibiting discrimination, including the California Fair Employment and Housing Act
(Govt. Code § 12900 et seq.), Government Code § 11135, and Labor Code §§ 1735,
1777.5, 1777.6, and 3077.5.
9.2 Labor Code Requirements.
(A) Eight Hour Day. Pursuant to Labor Code § 1810, eight hours of labor constitute
a legal day's work under this Contract.
(B) Penalty. Pursuant to Labor Code § 1813, Contractor will forfeit to City as a
penalty, the sum of $25.00 for each day during which a worker employed by Contractor
or any Subcontractor is required or permitted to work more than eight hours in any one
calendar day or more than 40 hours per calendar week, except if such workers are paid
overtime under Labor Code § 1815.
(C) Apprentices. Contractor is responsible for compliance with the requirements
governing employment and payment of apprentices, as set forth in Labor Code § 1777.5,
which is fully incorporated by reference.
(D) Notices. Pursuant to Labor Code § 1771.4, Contractor is required to post all job
site notices prescribed by Laws.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 69
9.3 Prevailing Wages. Each worker performing Work under this Contract that is covered
under Labor Code §§ 1720 or 1720.9, including cleanup at the Project site, must be paid
at a rate not less than the prevailing wage as defined in §§ 1771 and 1774 of the Labor
Code. The prevailing wage rates are on file with the City and available online at
http://www.dir.ca.gov/dlsr. Contractor must post a copy of the applicable prevailing rates
at the Project site.
(A) Penalties. Pursuant to Labor Code § 1775, Contractor and any Subcontractor
will forfeit to City as a penalty up to $200.00 for each calendar day, or portion a day, for
each worker paid less than the applicable prevailing wage rate. Contractor must also pay
each worker the difference between the applicable prevailing wage rate and the amount
actually paid to that worker.
(B) Federal Requirements. If this Project is subject to federal prevailing wage
requirements in addition to California prevailing wage requirements, Contractor and its
Subcontractors are required to pay the higher of the currently applicable state or federal
prevailing wage rates.
9.4 Payroll Records. Contractor must comply with the provisions of Labor Code §§ 1776
and 1812 and all implementing regulations, which are fully incorporated by this reference,
including requirements for electronic submission of payroll records to the DIR.
(A) Contractor and Subcontractor Obligations. Contractor and each
Subcontractor must keep accurate payroll records, 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 in connection with the Work. Each payroll record must
contain or be verified by a written declaration that it is made under penalty of perjury,
stating both of the following:
(1) The information contained in the payroll record is true and correct; and
(2) Contractor or the Subcontractor has complied with the requirements of Labor
Code §§ 1771, 1811, and 1815 for any Work performed by its employees on the
Project.
(B) Certified Record. A certified copy of an employee's payroll record must be
made available for inspection or furnished to the employee or his or her authorized
representative on request, to City, to the Division of Labor Standards Enforcement, to the
Division of Apprenticeship Standards of the DIR, and as further required by the Labor
Code.
(C) Enforcement. Upon notice of noncompliance with Labor Code § 1776,
Contractor or Subcontractor has ten days in which to comply with the requirements of this
section. If Contractor or Subcontractor fails to do so within the ten-day period, Contractor
or Subcontractor will forfeit a penalty of $100.00 per day, or portion a day, for each
worker for whom compliance is required, until strict compliance is achieved. Upon
request by the Division of Apprenticeship Standards, or the Division of Labor Standards
Enforcement, these penalties will be withheld from payments then due to Contractor.
9.5 Labor Compliance. Pursuant to Labor Code § 1771.4, the Contract for this Project is
subject to compliance monitoring and enforcement by the DIR.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 70
Article 10 - Safety Provisions
10.1 Safety Precautions and Programs. Contractor and its Subcontractors are fully
responsible for safety precautions and programs, and for the safety of persons and
property in the performance of the Work. Contractor and its Subcontractors must at all
times comply with all applicable health and safety Laws and seek to avoid injury, loss, or
damage to persons or property by taking reasonable steps to protect its employees and
other persons at any Worksite, materials and equipment stored on or off site, and
property at or adjacent to any Worksite.
(A) Reporting Requirements. Contractor must immediately notify the City of any
death, serious injury or illness resulting from Work on the Project. Contractor must
immediately provide a written report to City of each recordable accident or injury
occurring at any Worksite within 24 hours of the occurrence. The written report must
include: (1) the name and address of the injured or deceased person; (2) the name and
address of each employee of Contractor or of any Subcontractor involved in the incident;
(3) a detailed description of the incident, including precise location, time, and names and
contact information for known witnesses; and (4) a police or first responder report, if
applicable. If Contractor is required to file an accident report with a government agency,
Contractor will provide a copy of the report to City.
(B) Legal Compliance. Contractor's safety program must comply with the
applicable legal and regulatory requirements. Contractor must provide City with copies of
all notices required by Laws.
(C) Contractor's Obligations. Any damage or loss caused by Contractor arising
from the Work which is not insured under property insurance must be promptly remedied
by Contractor.
(D) Remedies. If City determines, in its sole discretion, that any part of the Work or
Project site is unsafe, City may, without assuming responsibility for Contractor's safety
program, require Contractor or its Subcontractor to cease performance of the Work or to
take corrective measures to City's satisfaction. If Contractor fails to promptly take the
required corrective measures, City may perform them and deduct the cost from the
Contract Price. Contractor agrees it is not entitled to submit a Claim for damages, for an
increase in Contract Price, or for a change in Contract Time based on Contractor's
compliance with City's request for corrective measures pursuant to this provision.
10.2 Hazardous Materials. Unless otherwise specified in the Contract Documents, this
Contract does not include the removal, handling, or disturbance of any asbestos or other
Hazardous Materials. If Contractor encounters materials on the Project site that
Contractor reasonably believes to be asbestos or other Hazardous Materials, and the
asbestos or other Hazardous Materials have not been rendered harmless, Contractor
may continue Work in unaffected areas reasonably believed to be safe, but must
immediately cease work on the area affected and report the condition to City. No
asbestos, asbestos -containing products or other Hazardous Materials may be used in
performance of the Work.
10.3 Material Safety. Contractor is solely responsible for complying with § 5194 of Title 8 of
the California Code of Regulations, including by providing information to Contractor's
employees about any hazardous chemicals to which they may be exposed in the course
of the Work. A hazard communication program and other forms of warning and training
about such exposure must be used. Contractor must also maintain Safety Data Sheets
("SDS") at the Project site, as required by Laws, for materials or substances used or
consumed in the performance of the Work. The SDS will be accessible and available to
Contractor's employees, Subcontractors, and City.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 71
(A) Contractor Obligations. Contractor is solely responsible for the proper
delivery, handling, use, storage, removal, and disposal of all materials brought to the
Project site and/or used in the performance of the Work. Contractor must notify the
Engineer if a specified product or material cannot be used safely.
(B) Labeling. Contractor must ensure proper labeling on any material brought onto
the Project site so that any persons working with or in the vicinity of the material may be
informed as to the identity of the material, any potential hazards, and requirements for
proper handling, protections, and disposal.
10.4 Hazardous Condition. Contractor is solely responsible for determining whether a
hazardous condition exists or is created during the course of the Work, involving a risk of
bodily harm to any person or risk of damage to any property. If a hazardous condition
exists or is created, Contractor must take all precautions necessary to address the
condition and ensure that the Work progresses safely under the circumstances.
Hazardous conditions may result from, but are not limited to, use of specified materials or
equipment, the Work location, the Project site condition, the method of construction, or
the way any Work must be performed.
10.5 Emergencies. In an emergency affecting the safety or protection of persons, Work, or
property at or adjacent to any Worksite, Contractor must take reasonable and prompt
actions to prevent damage, injury, or loss, without prior authorization from the City if,
under the circumstances, there is inadequate time to seek prior authorization from the
City.
Article 11 - Completion and Warranty Provisions
11.1 Final Completion.
(A) Final Inspection and Punch List. When the Work required by this Contract is
fully performed, Contractor must provide written notification to City requesting final
inspection. The Engineer will schedule the date and time for final inspection, which must
include Contractor's primary representative for this Project and its superintendent. Based
on that inspection, City will prepare a punch list of any items that are incomplete, missing,
defective, incorrectly installed, or otherwise not compliant with the Contract Documents.
The punch list to Contractor will specify the time by which all of the punch list items must
be completed or corrected. The punch list may include City's estimated cost to complete
each punch list item if Contractor fails to do so within the specified time. The omission of
any non-compliant item from a punch list will not relieve Contractor from fulfilling all
requirements of the Contract Documents. Contractor's failure to complete any punch list
item within the time specified in the punch list will not waive or abridge its warranty
obligations for any such items that must be completed by the City or by a third party
retained by the City due to Contractor's failure to timely complete any such outstanding
item.
(B) Requirements for Final Completion. Final Completion will be achieved upon
completion or correction of all punch list items, as verified by City's further inspection, and
upon satisfaction of all other Contract requirements, including any commissioning
required under the Contract Documents and submission of all final submittals, including
instructions and manuals as required under Section 7.10, and complete, final as -built
drawings as required under Section 7.11, all to City's satisfaction.
(C) Acceptance. The Project will be considered accepted upon City Council action
during a public meeting to accept the Project, unless the Engineer is authorized to accept
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 72
the Project, in which case the Project will be considered accepted upon the date of the
Engineer's issuance of a written notice of acceptance. In order to avoid delay of Project
close out, the City may elect, acting in its sole discretion, to accept the Project as
complete subject to exceptions for punch list items that are not completed within the time
specified in the punch list.
(D) Final Payment and Release of Retention. Final Payment and release of
retention, less any sums withheld pursuant to the provisions of the Contract Documents,
will not be made sooner than 35 days after recordation of the notice of completion. If
Contractor fails to complete all of the punch list items within the specified time, City may
withhold up to 150% of City's estimated cost to complete each of the remaining items
from Final Payment and may use the withheld retention to pay for the costs to self -
perform the outstanding items or to retain a third party to complete any such outstanding
punch list item.
11.2 Warranty.
(A) General. Contractor warrants that all materials and equipment will be new
unless otherwise specified, of good quality, in conformance with the Contract Documents,
and free from defective workmanship and materials. Contractor further warrants that the
Work will be free from material defects not intrinsic in the design or materials required in
the Contract Documents. Contractor warrants that materials or items incorporated into
the Work comply with the requirements and standards in the Contract Documents,
including compliance with Laws, and that any Hazardous Materials encountered or used
were handled as required by Laws. At City's request, Contractor must furnish satisfactory
evidence of the quality and type of materials and equipment furnished. Contractor's
warranty does not extend to damage caused by normal wear and tear, or improper use or
maintenance.
(B) Warranty Period. Contractor's warranty must guarantee its Work for a period of
one year from the date of Project acceptance (the "Warranty Period"), except when a
longer guarantee is provided by a supplier or manufacturer or is required by the
Specifications or Special Conditions. Contractor must obtain from its Subcontractors,
suppliers and manufacturers any special or extended warranties required by the Contract
Documents.
(C) Warranty Documents. As a condition precedent to Final Completion,
Contractor must supply City with all warranty and guarantee documents relevant to
equipment and materials incorporated into the Work and guaranteed by their suppliers or
manufacturers.
(D) Subcontractors. The warranty obligations in the Contract Documents apply to
Work performed by Contractor and its Subcontractors, and Contractor agrees to be co -
guarantor of such Work.
(E) Contractor's Obligations. Upon written notice from City to Contractor of any
defect in the Work discovered during the Warranty Period, Contractor or its responsible
Subcontractor must promptly correct the defective Work at its own cost. Contractor's
obligation to correct defects discovered during the Warranty Period will continue past the
expiration of the Warranty Period as to any defects in Work for which Contractor was
notified prior to expiration of the Warranty Period. Work performed during the Warranty
Period ("Warranty Work") will be subject to the warranty provisions in this Section 11.2 for
a one-year period that begins upon completion of such Warranty Work to City's
satisfaction.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 73
(F) City's Remedies. If Contractor or its responsible Subcontractor fails to correct
defective Work within ten days following notice by City, or sooner if required by the
circumstances, City may correct the defects to conform with the Contract Documents at
Contractor's sole expense. Contractor must reimburse City for its costs in accordance
with subsection (H), below.
(G) Emergency Repairs. In cases of emergency where any delay in correcting
defective Work could cause harm, loss or damage, City may immediately correct the
defects to conform with the Contract Documents at Contractor's sole expense. Contractor
or its surety must reimburse City for its costs in accordance with subsection (H), below.
(H) Reimbursement. Contractor must reimburse City for its costs to repair under
subsections (F) or (G), above, within 30 days following City's submission of a demand for
payment pursuant to this provision. If City is required to initiate legal action to compel
Contractor's compliance with this provision, and City is the prevailing party in such action,
Contractor and its surety are solely responsible for all of City's attorney's fees and legal
costs expended to enforce Contractor's warranty obligations herein in addition to any and
all costs City incurs to correct the defective Work.
11.3 Use Prior to Final Completion. City reserves the right to occupy or make use of the
Project, or any portions of the Project, prior to Final Completion if City has determined
that the Project or portion of it is in a condition suitable for the proposed occupation or
use, and that it is in its best interest to occupy or make use of the Project, or any portions
of it, prior to Final Completion. City will notify Contractor in writing of its intent to occupy
or make use of the Project or any portions of the Project, pursuant to this provision.
(A) Non -Waiver. Occupation or use of the Project, in whole or in part, prior to Final
Completion will not operate as acceptance of the Work or any portion of it, nor will it
operate as a waiver of any of City's rights or Contractor's duties pursuant to these
Contract Documents, and will not affect nor bear on the determination of the time of
substantial completion with respect to any statute of repose pertaining to the time for
filing an action for construction defect.
(B) City's Responsibility. City will be responsible for the cost of maintenance and
repairs due to normal wear and tear with respect to those portions of the Project that are
being occupied or used before Final Completion. The Contract Price or the Contract Time
may be adjusted pursuant to the applicable provisions of these Contract Documents if,
and only to the extent that, any occupation or use under this Section actually adds to
Contractor's cost or time to complete the Work within the Contract Time.
11.4 Substantial Completion. For purposes of determining "substantial completion" with
respect to any statute of repose pertaining to the time for filing an action for construction
defect, "substantial completion" is deemed to mean the last date that Contractor or any
Subcontractor performs Work on the Project prior to City acceptance of the Project,
except for warranty work performed under this Article.
Article 12 - Dispute Resolution
12.1 Claims. This Article applies to and provides the exclusive procedures for any Claim
arising from or related to the Contract or performance of the Work.
(A) Definition. "Claim" means a separate demand by Contractor, submitted in
writing by registered or certified mail with return receipt requested, for a change in the
Contract Time, including a time extension or relief from liquidated damages, or a change
in the Contract Price, when the demand has previously been submitted to City in
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 74
accordance with the requirements of the Contract Documents, and which has been
rejected or disputed by City, in whole or in part. A Claim may also include that portion of a
unilateral Change Order that is disputed by the Contractor.
(B) Limitations. A Claim may only include the portion of a previously rejected
demand that remains in dispute between Contractor and City. With the exception of any
dispute regarding the amount of money actually paid to Contractor as Final Payment,
Contractor is not entitled to submit a Claim demanding a change in the Contract Time or
the Contract Price, which has not previously been submitted to City in full compliance
with Article 5 and Article 6, and subsequently rejected in whole or in part by City.
(C) Scope of Article. This Article is intended to provide the exclusive procedures for
submission and resolution of Claims of any amount and applies in addition to the
provisions of Public Contract Code § 9204 and § 20104 et seq., which are incorporated
by reference herein.
(D) No Work Delay. Notwithstanding the submission of a Claim or any other dispute
between the parties related to the Project or the Contract Documents, Contractor must
perform the Work and may not delay or cease Work pending resolution of a Claim or
other dispute, but must continue to diligently prosecute the performance and timely
completion of the Work, including the Work pertaining to the Claim or other dispute.
(E) Informal Resolution. Contractor will make a good faith effort to informally
resolve a dispute before initiating a Claim, preferably by face-to-face meeting between
authorized representatives of Contractor and City.
12.2 Claims Submission. The following requirements apply to any Claim subject to this
Article:
(A) Substantiation. The Claim must be submitted to City in writing, clearly
identified as a "Claim" submitted pursuant to this Article 12 and must include all of the
documents necessary to substantiate the Claim including the Change Order request that
was rejected in whole or in part, and a copy of City's written rejection that is in dispute.
The Claim must clearly identify and describe the dispute, including relevant references to
applicable portions of the Contract Documents, and a chronology of relevant events. Any
Claim for additional payment must include a complete, itemized breakdown of all known
or estimated labor, materials, taxes, insurance, and subcontract, or other costs.
Substantiating documentation such as payroll records, receipts, invoices, or the like, must
be submitted in support of each component of claimed cost. Any Claim for an extension
of time or delay costs must be substantiated with a schedule analysis and narrative
depicting and explaining claimed time impacts.
(B) Claim Format and Content. A Claim must be submitted in the following format:
(1) Provide a cover letter, specifically identifying the submission as a "Claim"
submitted under this Article 12 and specifying the requested remedy (e.g.,
amount of proposed change to Contract Price and/or change to Contract Time).
(2) Provide a summary of each Claim, including underlying facts and the basis
for entitlement, and identify each specific demand at issue, including the specific
Change Order request (by number and submittal date), and the date of City's
rejection of that demand, in whole or in part.
(3) Provide a detailed explanation of each issue in dispute. For multiple issues
included within a single Claim or for multiple Claims submitted concurrently,
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 75
separately number and identify each individual issue or Claim, and include the
following for each separate issue or Claim:
a. A succinct statement of the matter in dispute, including Contractor's
position and the basis for that position;
b. Identify and attach all documents that substantiate the Claim,
including relevant provisions of the Contract Documents, RFls,
calculations, and schedule analysis (see subsection (A), Substantiation,
above);
c. A chronology of relevant events; and
d. Analysis and basis for claimed changes to Contract Price, Contract
Time, or any other remedy requested.
(4) Provide a summary of issues and corresponding claimed damages. If, by the
time of the Claim submission deadline (below), the precise amount of the
requested change in the Contract Price or Contract Time is not yet known,
Contractor must provide a good faith estimate, including the basis for that
estimate, and must identify the date by which it is anticipated that the Claim will
be updated to provide final amounts.
(5) Include the following certification, executed by Contractor's authorized
representative:
"The undersigned Contractor certifies under penalty of perjury that its statements
and representations in this Claim submittal are true and correct. Contractor
warrants that this Claim submittal is comprehensive and complete as to the
matters in dispute, and agrees that any costs, expenses, or delay not included
herein are deemed waived."
(C) Submission Deadlines.
(1) A Claim disputing rejection of a request for a change in the Contract Time or
Contract Price must be submitted within 15 days following the date that City
notified Contractor in writing that a request for a change in the Contract Time or
Contract Price, duly submitted in compliance with Article 5 and Article 6, has
been rejected in whole or in part. A Claim disputing the terms of a unilateral
Change Order must be submitted within 15 days following the date of issuance of
the unilateral Change Order. These Claim deadlines apply even if Contractor
cannot yet quantify the total amount of any requested change in the Contract
Time or Contract Price. If the Contractor cannot quantify those amounts, it must
submit an estimate of the amounts claimed pending final determination of the
requested remedy by Contractor.
(2) With the exception of any dispute regarding the amount of Final Payment,
any Claim must be filed on or before the date of Final Payment or will be deemed
waived.
(3) A Claim disputing the amount of Final Payment must be submitted within 15
days of the effective date of Final Payment, under Section 8.7, Final Payment.
(4) Strict compliance with these Claim submission deadlines is necessary to
ensure that any dispute may be mitigated as soon as possible, and to facilitate
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 76
cost-efficient administration of the Project. Any Claim that is not submitted
within the specified deadlines will be deemed waived by Contractor.
12.3 City's Response. City will respond within 45 days of receipt of the Claim with a written
statement identifying which portion(s) of the Claim are disputed, unless the 45 -day period
is extended by mutual agreement of City and Contractor or as otherwise allowed under
Public Contract Code § 9204. However, if City determines that the Claim is not
adequately substantiated pursuant to Section 12.2(A), Substantiation, City may first
request in writing, within 30 days of receipt of the Claim, any additional documentation
supporting the Claim or relating to defenses to the Claim that City may have against the
Claim.
(A) Additional Information. If additional information is thereafter required, it may be
requested and provided upon mutual agreement of City and Contractor. If Contractor's
Claim is based on estimated amounts, Contractor has a continuing duty to update its
Claim as soon as possible with information on actual amounts in order to facilitate prompt
and fair resolution of the Claim.
(B) Non -Waiver. Any failure by City to respond within the times specified above will
not be construed as acceptance of the Claim, in whole or in part, or as a waiver of any
provision of these Contract Documents.
12.4 Meet and Confer. If Contractor disputes City's written response, or City fails to respond
within the specified time, within 15 days of receipt of City's response or within 15 days of
City's failure to respond within the applicable 45 -day time period under Section 12.3,
respectively, Contractor may notify City of the dispute in writing sent by registered or
certified mail, return receipt requested, and demand an informal conference to meet and
confer for settlement of the issues in dispute. If Contractor fails to dispute City's response
in writing within the specified time, Contractor's Claim will be deemed waived.
(A) Schedule Meet and Confer. Upon receipt of the demand to meet and confer,
City will schedule the meet and confer conference to be held within 30 days, or later if
needed to ensure the mutual availability of each of the individuals that each party
requires to represent its interests at the meet and confer conference.
(B) Location for Meet and Confer. The meet and confer conference will be
scheduled at a location at or near City's principal office.
(C) Written Statement After Meet and Confer. Within ten working days after the
meet and confer has concluded, City will issue a written statement identifying which
portion(s) of the Claim remain in dispute, if any.
(D) Submission to Mediation. If the Claim or any portion remains in dispute
following the meet and confer conference, within ten working days after the City issues
the written statement identifying any portion(s) of the Claim remaining in dispute, the
Contractor may identify in writing disputed portion(s) of the Claim, which will be submitted
for mediation, as set forth below.
12.5 Mediation and Government Code Claims.
(A) Mediation. Within ten working days after the City issues the written statement
identifying any portion(s) of the Claim remaining in dispute following the meet and confer,
City and Contractor will mutually agree to a mediator, as provided under Public Contract
Code § 9204. Mediation will be scheduled to ensure the mutual availability of the selected
mediator and all of the individuals that each party requires to represent its interests. If
there are multiple Claims in dispute, the parties may agree to schedule the mediation to
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 77
address all outstanding Claims at the same time. The parties will share the costs of the
mediator and mediation fees equally, but each party is otherwise solely and separately
responsible for its own costs to prepare for and participate in the mediation, including
costs for its legal counsel or any other consultants.
(B) Government Code Claims.
(1) Timely presentation of a Government Code Claim is a condition precedent to
filing any legal action based on or arising from the Contract. Compliance with the
Claim submission requirements in this Article 12 is a condition precedent to filing
a Government Code Claim.
(2) The time for filing a Government Code Claim will be tolled from the time
Contractor submits its written Claim pursuant to Section 12.2, above, until the
time that Claim is denied in whole or in part at the conclusion of the meet and
confer process, including any period of time used by the meet and confer
process. However, if the Claim is submitted to mediation, the time for filing a
Government Code Claim will be tolled until conclusion of the mediation, including
any continuations, if the Claim is not fully resolved by mutual agreement of the
parties during the mediation or any continuation of the mediation.
12.6 Tort Claims. This Article does not apply to tort claims and nothing in this Article is
intended nor will be construed to change the time periods for filing tort -based
Government Code Claims.
12.7 Arbitration. It is expressly agreed, under Code of Civil Procedure § 1296, that in any
arbitration to resolve a dispute relating to this Contract, the arbitrator's award must be
supported by law and substantial evidence.
12.8 Burden of Proof and Limitations. Contractor bears the burden of proving entitlement to
and the amount of any claimed damages. Contractor is not entitled to damages
calculated on a total cost basis, but must prove actual damages. Contractor is not entitled
to speculative, special, or consequential damages, including home office overhead or any
form of overhead not directly incurred at the Project site or any other Worksite; lost
profits; loss of productivity; lost opportunity to work on other projects; diminished bonding
capacity; increased cost of financing for the Project; extended capital costs; non-
availability of labor, material or equipment due to delays; or any other indirect loss arising
from the Contract. The Eichleay Formula or similar formula will not be used for any
recovery under the Contract. The City will not be directly liable to any Subcontractor or
supplier.
12.9 Legal Proceedings. In any legal proceeding that involves enforcement of any
requirements of the Contract Documents, the finder of fact will receive detailed
instructions on the meaning and operation of the Contract Documents, including
conditions, limitations of liability, remedies, claim procedures, and other provisions
bearing on the defenses and theories of liability. Detailed findings of fact will be
requested to verify enforcement of the Contract Documents. All of the City's remedies
under the Contract Documents will be construed as cumulative, and not exclusive, and
the City reserves all rights to all remedies available under law or equity as to any dispute
arising from or relating to the Contract Documents or performance of the Work.
12.10 Other Disputes. The procedures in this Article 12 will apply to any and all disputes or
legal actions, in addition to Claims, arising from or related to this Contract, including
disputes regarding suspension or early termination of the Contract, unless and only to the
extent that compliance with a procedural requirement is expressly and specifically waived
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 78
by City. Nothing in this Article is intended to delay suspension or termination under Article
13.
Article 13 - Suspension and Termination
13.1 Suspension for Cause. In addition to all other remedies available to City, if Contractor
fails to perform or correct Work in accordance with the Contract Documents, including
non-compliance with applicable environmental or health and safety Laws, City may
immediately order the Work, or any portion of it, suspended until the circumstances giving
rise to the suspension have been eliminated to City's satisfaction.
(A) Notice of Suspension. Upon receipt of City's written notice to suspend the
Work, in whole or in part, except as otherwise specified in the notice of suspension,
Contractor and its Subcontractors must promptly stop Work as specified in the notice of
suspension; comply with directions for cleaning and securing the Worksite; and protect
the completed and in -progress Work and materials. Contractor is solely responsible for
any damages or loss resulting from its failure to adequately secure and protect the
Project.
(B) Resumption of Work. Upon receipt of the City's written notice to resume the
suspended Work, in whole or in part, except as otherwise specified in the notice to
resume, Contractor and its Subcontractors must promptly re -mobilize and resume the
Work as specified; and within ten days from the date of the notice to resume, Contractor
must submit a recovery schedule, prepared in accordance with the Contract Documents,
showing how Contractor will complete the Work within the Contract Time.
(C) Failure to Comply. Contractor will not be entitled to an increase in the Contract
Time or Contract Price for a suspension occasioned by Contractor's failure to comply with
the Contract Documents.
(D) No Duty to Suspend. City's right to suspend the Work will not give rise to a duty
to suspend the Work, and City's failure to suspend the Work will not constitute a defense
to Contractor's failure to comply with the requirements of the Contract Documents.
13.2 Suspension for Convenience. City reserves the right to suspend, delay, or interrupt the
performance of the Work in whole or in part, for a period of time determined to be
appropriate for City's convenience. Upon notice by City pursuant to this provision,
Contractor must immediately suspend, delay, or interrupt the Work and secure the
Project site as directed by City except for taking measures to protect completed or in -
progress Work as directed in the suspension notice, and subject to the provisions of
Section 13.1(A) and (B), above. If Contractor submits a timely request for a Change
Order in compliance with Articles 5 and 6, the Contract Price and the Contract Time will
be equitably adjusted by Change Order pursuant to the terms of Articles 5 and 6 to reflect
the cost and delay impact occasioned by such suspension for convenience, except to the
extent that any such impacts were caused by Contractor's failure to comply with the
Contract Documents or the terms of the suspension notice or notice to resume. However,
the Contract Time will only be extended if the suspension causes or will cause
unavoidable delay in Final Completion. If Contractor disputes the terms of a Change
Order issued for such equitable adjustment due to suspension for convenience, its sole
recourse is to comply with the Claim procedures in Article 12.
13.3 Termination for Default. City may declare that Contractor is in default of the Contract
for a material breach of or inability to fully, promptly, or satisfactorily perform its
obligations under the Contract.
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 79
(A) Default. Events giving rise to a declaration of default include Contractor's refusal
or failure to supply sufficient skilled workers, proper materials, or equipment to perform
the Work within the Contract Time; Contractor's refusal or failure to make prompt
payment to its employees, Subcontractors, or suppliers or to correct defective Work or
damage; Contractor's failure to comply with Laws, or orders of any public agency with
jurisdiction over the Project; evidence of Contractor's bankruptcy, insolvency, or lack of
financial capacity to complete the Work as required within the Contract Time; suspension,
revocation, or expiration and nonrenewal of Contractor's license or DIR registration;
dissolution, liquidation, reorganization, or other major change in Contractor's
organization, ownership, structure, or existence as a business entity; unauthorized
assignment of Contractor's rights or duties under the Contract; or any material breach of
the Contract requirements.
(B) Notice of Default and Opportunity to Cure. Upon City's declaration that
Contractor is in default due to a material breach of the Contract Documents, if City
determines that the default is curable, City will afford Contractor the opportunity to cure
the default within ten days of City's notice of default, or within a period of time reasonably
necessary for such cure, including a shorter period of time if applicable.
(C) Termination. If Contractor fails to cure the default or fails to expediently take
steps reasonably calculated to cure the default within the time period specified in the
notice of default, City may issue written notice to Contractor and its performance bond
surety of City's termination of the Contract for default.
(D) Waiver. Time being of the essence in the performance of the Work, if
Contractor's surety fails to arrange for completion of the Work in accordance with the
Performance Bond within seven calendar days from the date of the notice of termination
pursuant to paragraph (C), City may immediately make arrangements for the completion
of the Work through use of its own forces, by hiring a replacement contractor, or by any
other means that City determines advisable under the circumstances. Contractor and its
surety will be jointly and severally liable for any additional cost incurred by City to
complete the Work following termination, where "additional cost" means all cost in excess
of the cost City would have incurred if Contactor had timely completed Work without the
default and termination. In addition, City will have the right to immediate possession and
use of any materials, supplies, and equipment procured for the Project and located at the
Project site or any Worksite on City property for the purposes of completing the remaining
Work.
(E) Compensation. Within 30 days of receipt of updated as-builts, all warranties,
manuals, instructions, or other required documents for Work installed to date, and
delivery to City of all equipment and materials for the Project for which Contractor has
already been compensated, Contractor will be compensated for the Work satisfactorily
performed in compliance with the Contract Documents up to the effective date of the
termination pursuant to the terms of Article 8, Payment, subject to City's rights to withhold
or deduct sums from payment otherwise due pursuant to Section 8.3, and excluding any
costs Contractor incurs as a result of the termination, including any cancellation or
restocking charges or fees due to third parties. If Contractor disputes the amount of
compensation determined by City, its sole recourse is to comply with the Claim
Procedures in Article 12, by submitting a Claim no later than 30 days following notice
from City of the total compensation to be paid by City.
(F) Wrongful Termination. If Contractor disputes the termination, its sole recourse
is to comply with the Claim procedures in Article 12. If a court of competent jurisdiction or
an arbitrator later determines that the termination for default was wrongful, the
termination will be deemed to be a termination for convenience, and Contractor's
damages will be strictly limited to the compensation provided for termination for
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 80
convenience under Section 13.4, below. Contractor waives any claim for any other
damages for wrongful termination including special or consequential damages, lost
opportunity costs, or lost profits, and any award of damages is subject to Section 12.8,
Burden of Proof and Limitations.
13.4 Termination for Convenience. City reserves the right, acting in its sole discretion, to
terminate all or part of the Contract for convenience upon written notice to Contractor.
(A) Compensation to Contractor. In the event of City's termination for
convenience, Contractor waives any claim for damages, including for loss of anticipated
profits from the Project. The following will constitute full and fair compensation to
Contractor, and Contractor will not be entitled to any additional claim or compensation:
(1) Completed Work. The value of its Work satisfactorily performed as of the
date notice of termination is received, based on Contractor's schedule of values
and unpaid costs for items delivered to the Project site that were fabricated for
incorporation in the Work;
(2) Demobilization. Demobilization costs specified in the schedule of values, or
if demobilizations cost were not provided in a schedule of values pursuant to
Section 8.1, then based on actual, reasonable, and fully documented
demobilization costs; and
(3) Termination Markup. Five percent of the total value of the Work performed
as of the date of notice of termination, including reasonable, actual, and
documented costs to comply with the direction in the notice of termination for
convenience, and demobilization costs, which is deemed to cover all overhead
and profit to date.
(B) Disputes. If Contractor disputes the amount of compensation determined by City
pursuant to paragraph (A), above, its sole recourse is to comply with the Claim
procedures in Article 12, by submitting a Claim no later than 30 days following notice
from City of total compensation to be paid by City.
13.5 Actions Upon Termination for Default or Convenience. The following provisions
apply to any termination under this Article, whether for default or convenience, and
whether in whole or in part.
(A) General. Upon termination City may immediately enter upon and take
possession of the Project and the Work and all tools, equipment, appliances, materials,
and supplies procured or fabricated for the Project. Contractor will transfer title to and
deliver all completed Work and all Work in progress to City.
(B) Submittals. Unless otherwise specified in the notice of termination, Contractor
must immediately submit to City all designs, drawings, as -built drawings, Project records,
contracts with vendors and Subcontractors, manufacturer warranties, manuals, and other
such submittals or Work-related documents required under the terms of the Contract
Documents, including incomplete documents or drafts.
(C) Close Out Requirements. Except as otherwise specified in the notice of
termination, Contractor must comply with all of the following:
(1) Immediately stop the Work, except for any Work that must be completed
pursuant to the notice of termination and comply with City's instructions for
cessation of labor and securing the Project and any other Worksite(s).
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 81
(2) Comply with City's instructions to protect the completed Work and materials,
using best efforts to minimize further costs.
(3) Contractor must not place further orders or enter into new subcontracts for
materials, equipment, services or facilities, except as may be necessary to
complete any portion of the Work that is not terminated.
(4) As directed in the notice, Contractor must assign to City or cancel existing
subcontracts that relate to performance of the terminated Work, subject to any
prior rights, if any, of the surety for Contractor's performance bond, and settle all
outstanding liabilities and claims, subject to City's approval.
(5) As directed in the notice, Contractor must use its best efforts to sell any
materials, supplies, or equipment intended solely for the terminated Work in a
manner and at market rate prices acceptable to City.
(D) Payment Upon Termination. Upon completion of all termination obligations, as
specified herein and in the notice of termination, Contractor will submit its request for
Final Payment, including any amounts due following termination pursuant to this Article
13. Payment will be made in accordance to the provisions of Article 8, based on the
portion of the Work satisfactorily completed, including the close out requirements, and
consistent with the previously submitted schedule of values and unit pricing, including
demobilization costs. Adjustments to Final Payment may include deductions for the cost
of materials, supplies, or equipment retained by Contractor; payments received for sale of
any such materials, supplies, or equipment, less re -stocking fees charged; and as
otherwise specified in Section 8.3, Adjustment of Payment Application.
(E) Continuing Obligations. Regardless of any Contract termination, Contractor's
obligations for portions of the Work already performed will continue and the provisions of
the Contract Documents will remain in effect as to any claim, indemnity obligation,
warranties, guarantees, submittals of as -built drawings, instructions, or manuals, record
maintenance, or other such rights and obligations arising prior to the termination date.
Article 14 - Miscellaneous Provisions
14.1 Assignment of Unfair Business Practice Claims. Under Public Contract Code §
7103.5, Contractor and its Subcontractors agree to assign to City all rights, title, and
interest in and to all causes of action it may have under section 4 of the Clayton Act (15
U.S.C. § 15) or under the Cartwright Act (Chapter 2 (commencing with § 16700) of Part 2
of Division 7 of the Business and Professions Code), arising from purchases of goods,
services, or materials pursuant to the Contract or any subcontract. This assignment will
be effective at the time City tenders Final Payment to Contractor, without further
acknowledgement by the parties.
14.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the
Contract Documents is deemed to be inserted, and the Contract Documents will be
construed and enforced as though such provision has been included. If it is discovered
that through mistake or otherwise that any required provision was not inserted, or not
correctly inserted, the Contract Documents will be deemed amended accordingly.
14.3 Waiver. City's waiver of a breach, failure of any condition, or any right or remedy
contained in or granted by the provisions of the Contract Documents will not be effective
unless it is in writing and signed by City. City's waiver of any breach, failure, right, or
remedy will not be deemed a waiver of any other breach, failure, right, or remedy,
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 82
whether or not similar, nor will any waiver constitute a continuing waiver unless specified
in writing by City.
14.4 Titles, Headings, and Groupings. The titles and headings used and the groupings of
provisions in the Contract Documents are for convenience only and may not be used in
the construction or interpretation of the Contract Documents or relied upon for any other
purpose.
14.5 Statutory and Regulatory References. With respect to any amendments to any
statutes or regulations referenced in these Contract Documents, the reference is deemed
to be the version in effect on the date that that bids were due.
14.6 Survival. The provisions that survive termination or expiration of this Contract include
Contract Section 11, Notice, and subsections 12.1, 12.2, 12.3, 12.4, 12.5, and 12.6, of
Section 12, General Provisions; and the following provisions in these General Conditions:
Section 2.2(J), Contractor's Records, Section 2.3(C), Termination, Section 3.7,
Ownership, Section 4.2, Indemnity, Article 12, Dispute Resolution, and Section 11.2,
Warranty.
END OF GENERAL CONDITIONS
City of San Rafael Crosswalk Projects 2021 Form GENERAL CONDITIONS
City Project #11381 Page 83
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
SECTION 10 -TECHNICAL PROVISIONS
TABLE OF CONTENTS
10-1.01
MOBILIZATION..............................................................................................................3
10-1.01A
CONSTRUCTION AREA SIGNS..............................................................................
3
10-1.01B
PUBLIC NOTIFICATIONS........................................................................................
3
10-1.02
WATER POLLUTION CONTROL...................................................................................4
10-1.03
PRESERVATION OF PROPERTY.................................................................................5
10-1.03A
REPLACEMENT OF DAMAGED SURFACES..........................................................
6
10-1.03B
APPEARANCE OF WORK.......................................................................................
6
10-1.03C
UTILITIES................................................................................................................
6
10-1.03D
MATERIALS.............................................................................................................
7
10-1.04
TRAFFIC CONTROL......................................................................................................
7
10-1.04A
TRAFFIC CONTROL PLAN SUBMITTAL.................................................................7
10-1.04B
ASPHALT TAPERS..................................................................................................
8
10-1.04C
CONSTRUCTION AREA SIGNS..............................................................................
8
10-1.04D
NO PARKING SIGNS...............................................................................................
9
10-1.04E
TRAFFIC CONTROL SYSTEM.................................................................................
9
10-1.04F
TEMPORARY PEDESTRIAN ACCESS..................................................................
10
10-1.04G
TEMPORARY PAVEMENT DELINEATION............................................................
10
10-1.04H
TEMPORARY PAVING..........................................................................................
11
10-1.05
TREE PRESERVATION, TREE TRIMMING/ROOT PRUNING/TREE REMOVAL........
11
10-1.06
DEMOLITION...............................................................................................................
12
10-1.07
ADJUST UTILITIES TO GRADE..................................................................................
16
10-1.07A
ADJUST PULL BOX TO GRADE............................................................................
17
10-1.07B
ADJUST VALVE COVER TO GRADE....................................................................
17
10-1.08
PORTLAND CEMENT CONCRETE.............................................................................
17
10-1.09
AGGREGATE BASE....................................................................................................
21
10-1.10
HOT MIX ASPHALT (Asphalt Concrete Plug)...............................................................
21
10-1.11
FLEXIBLE BOLLARDS.................................................................................................
23
10-1.12
TRAFFIC STRIPES, PAVEMENT MARKINGS, AND MARKERS .................................
23
10-1.12A
PAVEMENT MARKINGS AND TRAFFIC STRIPING ..............................................
23
10-1.12B
CURB PAINT..........................................................................................................
25
10-1.13
TRAFFIC SIGNS..........................................................................................................26
10-1.14
ELECTRICAL...............................................................................................................
27
10-1.14A
RECTANGULAR RAPID FLASHING BEACON SYSTEM .......................................
27
Gym
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
10-1.148 LIGHTING STANDARD AND TRAFFIC SIGNAL POLES ....................................... 29
10-1.14C SOLAR LIGHTING ASSEMBLY............................................................................. 32
10-1.15 MARIN TRANSIT REAL TIME ARRIVAL BOARD......................................................... 33
18-1.16 STORM DRAIN IMPROVEMENTS.................................................................................. 34
APPENDIX A: BELLAM AND KERNER MULTIMODAL REPAIRS ................................................. 35
APPENDIX B: KERNER AND NOVATO MULTIMODAL REPAIRS ................................................ 37
APPENDIX C: CITY OF SAN RAFAEL POLLUTION PREVENTION REQUIREMENT ................... 39
APPENDIX D: CITY SD MANHOLE CASTING ADJUSTING DETAIL ........................................... 41
SP 2
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
10-1.01 MOBILIZATION
Mobilization shall conform to the provisions in Section 9-1.16D, "Mobilization," of the State
Standard Specifications and these Specifications.
In general, mobilization shall consist of the work associated with obtaining permits, insurance,
and bonds, and the moving onto the site of materials, supplies, construction area signs,
restroom facilities, and equipment, and after the work is complete de -mobilize the equipment
and leftover materials as required for the proper performance and completion of the work. The
bid for Mobilization shall not exceed 10% of the total project cost.
10-1.01A CONSTRUCTION AREA SIGNS
Construction area signs shall be furnished, installed, maintained, and removed when no longer
required, in accordance with the provisions in the State of California, Department of
Transportation Manual of Uniform Traffic Control Devices (California MUTCD), Chapter 6F,
these Technical Specifications, and as directed by the Engineer.
The Engineer shall approve all locations prior to Contractor installing signs.
Construction area sign panels shall be metal, with reflective coating, black lettering on orange
background, and mounted on Type II Barricades as described in Section 12-3.10, "Barricades,"
in the State of California, Department of Transportation Standard Specifications (State
Specifications). Construction area sign panels shall conform to Section 12-3.11 B(3), "Portable
Signs", of the State Specifications. Signs shall be kept clean and in good repair.
10-1.01 B PUBLIC NOTIFICATIONS
For the notification of residents and businesses, the Contractor shall prepare notices based on
the Contractor's approved project progress schedule and furnish said notices to the Engineer
for approval. The hours of distribution of these notices by the Contractor shall be from 8:00
A.M. to 5:00 P.M. Monday through Friday. The Contractor shall not distribute any notices except
those approved by the City.
The Contractor shall distribute these notices approximately two (2) weeks in advance of the
specific date of work on any street. All residents and businesses on any portion of an affected
street included within the limits of work shall receive these notices plus any additional notices
during construction or as needed including posting notices on cars parked in the area adjacent
to the intended work.
For bidding purposes: The contractor shall plan on furnishing two (2) CMS boards
placed at least two weeks prior to the start of work and maintained in good working order
through the end of construction.
Measurement and Payment
The contract lump sum price paid for Bid Item 1, Mobilization includes full compensation for
furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work
SP 3
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
involved in mobilizing, re -mobilizing, notifying the public, furnishing construction area signs,
demobilizing, and removing temporary staging as shown on the Plans, as specified in the State
Standard Specifications, these special provision Specifications, and as directed by the
Engineer.
10-1.02 WATER POLLUTION CONTROL
Water pollution control work shall conform to the provisions in Section 13, "Water Pollution
Control Program" of the State Specifications and these Technical Specifications. Refer to the
General Requirements regarding dust, pollution control, and management of storm, surface,
and other waters. Contractor shall prepare and submit a BMP Plan for approval by the Engineer
prior to start of construction.
Water pollution control work shall conform to the requirements in the "Construction Site Best
Management Practices (BMPs) Manual," and addenda thereto issued up to, and including, the
date of advertisement of the project. These manuals are hereinafter referred to respectively as
the "Preparation Manual" and the "Construction Site BMPs Manual," and collectively, as the
"Manuals." Copies of the Manuals may be obtained from the Department of Transportation,
Material Operations Branch, Publication Distribution Unit, and may also be obtained from the
Department's Internet website at:.hftp://www.dot.ca.gov/hq/construc/stormwater.
The Contractor shall know and fully comply with applicable provisions of the Manuals, and
Federal, State, and local regulations and requirements that govern the Contractor's operations
and storm water and non -storm water discharges from both the project site and areas of
disturbance outside the project limits during construction. Attention is directed to Sections 7-1,
"Laws to be Observed "of the Specifications.
Water pollution control requirements shall apply to storm water and non -storm water discharges
from areas outside the project site which are directly related to construction activities for this
contract including, but not limited to, staging areas, storage yards and access roads. The
Contractor shall comply with the Manuals for those areas and shall implement, inspect, and
maintain the required water pollution control practices. Installing, inspecting, and maintaining
water pollution control practices on areas outside the project limits not specifically arranged
and provided for by the Town for the execution of this contract, will not be paid for.
The Contractor shall be responsible for penalties assessed or levied on the Contractor or the
City as a result of the Contractor's failure to comply with the provisions in this section "Water
Pollution Control" including, but not limited to, compliance with the applicable provisions of the
Manuals, and Federal, State and local regulations and requirements as set forth therein.
Penalties as used in this section shall include fines, penalties and damages, whether proposed,
assessed, or levied against the City or the Contractor, including those levied under the Federal
Clean Water Act and the State Porter -Cologne Water Quality Control Act, by governmental
agencies or as a result of citizen suits. Penalties shall also include payments made or costs
incurred in settlement for alleged violations of the Manuals, or applicable laws, regulations, or
requirements. Costs incurred could include sums spent instead of penalties, in mitigation or to
remediate or correct violations.
SP 4
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
Retention of Funds
Notwithstanding any other remedies authorized by law, the City may retain money due the
Contractor under the contract, in an amount determined by the City, up to and including the
entire amount of penalties proposed, assessed, or levied as a result of the Contractor's violation
of the Manuals, or Federal or State law, regulations or requirements. Funds may be retained
by the City until final disposition has been made as to the penalties. The Contractor shall remain
liable for the full amount of penalties until such time as they are finally resolved with the entity
seeking the penalties.
Retention of funds for failure to conform to the provisions in this section, "Water Pollution
Control," shall be in addition to the other retention amounts required by the contract. The
amounts retained for the Contractor's failure to conform to provisions in this section will be
released for payment on the next monthly estimate for partial payment following the date when
an approved Stormwater Management Plan (SWMP) has been implemented and maintained,
and when water pollution has been adequately controlled, as determined by the Engineer.
When a regulatory agency identifies a failure to comply with the Manuals, or other Federal,
State, or local requirements, the City may retain money due the Contractor, subject to the
following:
1. The City will give the Contractor seventy-two (72) hours' notice of the City's intention to
retain funds from partial payments which may become due to the Contractor prior to
acceptance of the contract. Retention of funds from payments made after acceptance of
the contract may be made without prior notice to the Contractor.
During the first progress payment period after that the Contractor fails to conform to the
provisions in this section, "Water Pollution Control," the City may retain an amount equal to
twenty-five percent (25%) of the estimated value of all contract work performed on the entire
contract.
The Contractor shall notify the Engineer immediately upon request from the regulatory agencies
to enter, inspect, sample, monitor, or otherwise access the project site or the Contractor's
records pertaining to water pollution control work. The Contractor and the City shall provide
copies of correspondence, notices of violations, enforcement actions or proposed fines by
regulatory agencies to the requesting regulatory agency.
Measurement and Payment
Full compensation for complying with Section 10-1.02 shall be considered as included in the
contract prices paid for the various items of work and no separate payment will be made
therefor.
10-1.03 PRESERVATION OF PROPERTY
The Contractor's attention is directed to Section 5-1.36 "Property and Facility Preservation" of
the State Standard Specifications. Building, fences, signs, walls, headers, curbs, gutters,
sidewalks, driveways, curb ramps, pavements, hardscape, irrigation systems, drains, utilities,
and any other features which are not designated to be removed shall be protected in place.
SP 5
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
Any damage to these facilities shall be repaired by the Contractor entirely at their expense as
directed by the Engineer.
Existing trees, shrubs, and other plants, that are not to be removed and are injured or damaged
by reason of the Contractor's operations, shall be replaced by the Contractor at his/ her cost.
The minimum size of tree replacement shall be 24 -inch box and the minimum size of shrub
replacement shall be 15 gallons. Replacement ground cover plants shall be from flats and shall
be planted 12 inches on center. The replacement specimen must be of the same species. All
damaged vegetation is to be disposed of in a legal manner as required by these Specifications.
Underground irrigation systems, outside of the public right-of-way, which are damaged or
removed during construction, shall be restored within 48 hours of the first destruction or removal
to be functional. The Contractor shall be responsible for all damage to existing vegetation to
remain due to lack of irrigation from broken irrigation lines. The landscaping and any other
facilities shall be replaced in kind or as approved by the Engineer.
It shall be the contractor's responsibility to ascertain the location of all utilities, including drains,
manholes and monuments. The Contractor shall preserve all existing benchmarks, survey
control points, reference points, and other permanent points within the project limits. Any of
the aforementioned controls that are damaged will be replaced by the Contractor's licensed
Land Surveyor at no cost to the City.
Additionally, the Contractor shall institute measure to preserve and protect buildings, fences,
signs, hardscape, and underground utilities located adjacent to the work area. All damaged
items shall be replaced in kind or as approved by the Engineer.
10-1.03A REPLACEMENT OF DAMAGED SURFACES
All concrete curbs, gutters, driveways, sidewalks, curb ramps or other surfaced areas which
are broken or damaged shall be reconstructed by and at the expense of the Contractor, of the
same kind of material and of the same dimensions as the original work or as directed by the
Engineer, with the minimum requirement that concrete as specified herein shall be used.
Repairs shall be made by removing and replacing the entire portion between joints or scores
and not by refinishing the damaged part.
10-1.03B APPEARANCE OF WORK
All work shall match the appearance of existing improvements to the satisfaction of the
Engineer.
10-1.03C UTILITIES
The Contractor shall telephone Underground Service Alert (USA) at (800) 227-2600 or 811 a
minimum of two working days prior to start of work so that underground facilities can be
approximately located and marked on the surface by the various utilities.
The Contractor shall, prior to start of construction, excavate and pothole and determine the
exact locations, both horizontally and vertically, of all utilities within the roadway in the Project
area. Any utilities that conflict with the proposed work shall be relocated by the respective utility
companies. If any utilities conflict with the proposed work, the Contractor shall notify the
Engineer in writing of the location and elevation of the utility line that is in conflict. The
SP 6
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
Contractor shall coordinate all work with the utility companies under the direction of the
Engineer.
The Contractor will be allowed additional working days equal to the number of working days
that the relocation of utilities delays their work. No compensation will be allowed for idle time
of equipment during the utility relocation.
10-1.03D MATERIALS
Materials and quality of work shall conform to those specified by the City Standards, the State
Standard Plans and Specifications, and these Specifications.
Measurement and Payment
Full compensation for complying with Section 10-1.03 shall be considered as included in the
contract prices paid for the various items of work and no separate payment will be made
therefor.
10-1.04 TRAFFIC CONTROL
Maintaining safe and efficient traffic flow through the work zone is a high priority for the City.
For the purpose of this section, traffic relates to cars, trucks, buses, pedestrians, and bicycles.
The traffic control described in this section shall be coordinated with other City projects. The
Contractor's shall conform to Sections 7-1.03 "Public Convenience," 7-1.04 "Public Safety" and
Section 12 "Temporary Traffic Control" of the State Standard Specifications, insofar as they
may apply, and these Specifications.
Traffic Control shall comply with the following:
1. Standard single lane closure shall be restricted to between the hours of 8:30 A.M. and
3:30 P.M., Monday through Friday, unless allowed by the Engineer. Work area traffic
control requiring the closure of multiple lanes or the detour of traffic (within signalized
intersections) shall be limited to the hours of 9:00 AM and 3:00 PM.
2. No work is allowed on Saturday, Sunday, or Holidays.
3. During lane closure operations, a minimum of one flagger controlled and unobstructed
paved traffic lane, not less than 11 feet wide, shall be open for use by public traffic.
4. The Contractor shall provide flagger and other personnel to control traffic at all times.
5. The Contractor shall provide flashing arrow signs (FAS) at lane closures on arterial
roads.
6. The Contractor shall prepare a detailed traffic control plan for the Engineer's advance
approval; no work involving traffic control may occur until the Engineer approves the
Plan.
7. All signs and other warning devices (including construction and advance warning signs
placed beyond the limits of work) shall be provided and maintained by the Contractor at
their expense, and shall remain their property after the completion of the contract.
8. The Contractor shall provide all flaggers at their expense.
10-1.04A TRAFFIC CONTROL PLAN SUBMITTAL
The Contractor shall submit a "Traffic Control Plan" in conformance with Standard Plan, "Traffic
Control System For Lane Closure on Multilane Conventional Highway", showing the proposed
exact location of signs, cone taper limits, and flashing arrow sign for review and acceptance by
CITY OF SAN RAFAEL _
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
the Engineer. Lanes shall not be closed until the traffic control plan has been reviewed and
accepted by the Engineer. Plan shall also comply with the 2014 CA MUTCD (Revision 4).
Contractor shall submit a "Pedestrian Traffic Control Plan" showing pedestrian detours or
diversions that complies with 2014 CA MUTCD (Revision 4) including but not limited to Chapter
6D, Chapter 6F. Section 6F.74, Chapter 6G. Section 6G.05, and Chapter 6H, Typical
Application 28 and Caltrans Pedestrian Facilities Handbook downloadable from
http://www.dot.ca.gov/hq/construc/safety/Temporary Pedestrian Facilities Handbook.pdf.
All traffic control plans shall be prepared by a registered civil or traffic engineer, and shall
provide sufficient information and details to show typical lane closures, channelizing, proposed
detours, locations and usage of flagmen, typical construction zone signing, provisions for
pedestrians, etc. The traffic control plan shall show in detail the proposed staging and
sequencing of the work together with the proposed traffic control system for each work task.
The proposed traffic control system shall, in all respects, satisfy the requirements of these
Special Provisions. The Engineer will review the proposed traffic control plan and return it to
the Contractor for any necessary revisions or corrections. The Contractor shall revise and
resubmit the plan to the Engineer, and this process shall be repeated, until the proposed traffic
control plan is accepted by the Engineer. The Contractor will not be permitted to perform any
lane closures or implement any part of the traffic control plan until it has been accepted by the
Engineer.
All weather and accessible access for pedestrians shall be provided at all times in and through
the construction area. When a sidewalk, driveway or curb ramp is removed, the area shall be
fenced, and signage provided to direct pedestrians to an alternate ADA compliant
route. Pedestrians shall be routed to temporary crossing points which shall be submitted to the
Engineer for review and approval.
In locations where the sidewalk, driveway or curb ramp are removed, at the end of the work
day the Contractor shall provide a temporary ADA compliant sidewalk, driveway or curb ramp
fabricated from an accessible surface, including wood, asphalt or metal. A temporary access
plan shall be submitted to the Engineer for review and approval 10 days prior to removal of the
sidewalk, driveway, or curb ramp.
No demolition work shall begin without the Engineer's approval of the Temporary Traffic
Control Plan.
10-1.048 ASPHALT TAPERS
The Contractor shall place hot mix asphalt tapers as described in Section 10-1.10A "Full Width
Pavement Milling" of these special provisions at all vertical surfaces open to traffic (i.e.
driveways and conform limits) and at roadway utility structures. The temporary taper shall be
removed and disposed before installation of the overlay or final lift.
10-1.04C CONSTRUCTION AREA SIGNS
Once construction starts, the Contractor shall furnish and install construction area signs to
inform motorists, pedestrians, and bicyclists of work in the streets and sidewalks. These signs
may include, but are not limited to, "Road Construction Ahead", "Detour Ahead", and "Road
Closed". Construction area signs shall be furnished, installed, maintained, and removed when
SP 8
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
no longer required in accordance with the provisions in Section 12, "Temporary Traffic Control"
of the State Standard Specifications and these Specifications. Construction area signs shall
be metal, with reflective coating, black on orange, and securely mounted. Signs shall be kept
clean and in good repair. The Contractor's traffic control plan shall show the location of the
signs.
The Contractor shall be responsible for providing, placing, and installing all construction area
signs. The signs shall not be installed on trees, utility poles, private property, traffic signals, or
any other appurtenance, unless approved by the Engineer.
10-1.04D NO PARKING SIGNS
The Contractor's traffic control plans shall show the locations where on street parking is to be
temporarily removed. If approved by the Engineer, the Contractor shall post City Furnished
"NO PARKING" signs along the street to be closed not less than 72 hours in advance of the
time they wish to commence operations. The time and date must be written on each sign that
is posted. Signs must be posted no more than 50 feet apart along the area to be cleared of
vehicles. Signs shall be removed upon completion of the work in any given area or when there
will be a delay between types of work (underground, concrete, pavement rehabilitation, etc.).
The Contractor shall notify the Engineer and the San Rafael Police Department after posting
said "NO PARKING" signs no less than 72 hours before the prohibition is to become effective.
The Police Department will then, at their earliest convenience, dispatch an officer who
will verify and log the location and limits. No less than twenty-four (24) hours after said entry
is made, autos may be towed from the location, under the immediate direction of a Police
Officer, provided that the signs have be properly maintained.
10-1.04E TRAFFIC CONTROL SYSTEM
The Contractor shall implement the traffic control system as approved by the Engineer. If
warranted by field conditions, the Contractor shall adjust the system as directed by the
Engineer. The Contractor shall provide and implement all traffic handling devices and
equipment as described in Sections 12-3 "Temporary Traffic Control Devices" and 12-4
"Maintaining Traffic" of the State Standard Specifications.
If any component in the traffic control system is displaced, or ceases to operate or function as
specified, from any cause, during the progress of the work, the Contractor shall immediately
repair the component to its original condition or replace the component, and shall restore the
component to its original location.
At the end of each workday, the Contractor shall open all streets for access and remove traffic
control devices except for those providing advanced warning near work zones. Traffic control
devices shall not be stored within public streets.
The Contractor shall allow traffic flow in two directions at all times providing two travel lanes of
at least 11 feet each. When this is not possible, the Contractor shall provide flaggers to control
traffic. The cost for flaggers is the Contractor's responsibility.
All excavations shall be backfilled or covered with steel trench plates suitable for traffic loading,
SP 9
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
at the end of each day's work. Trench plates shall be securely anchored in place and have
temporary asphalt ramps all around. No open excavation of any depth will be permitted to
remain overnight.
The Contractor shall provide access to all driveways within the work zone at all times.
10-1.04F TEMPORARY PEDESTRIAN ACCESS
All weather and accessible access for pedestrians shall be provided at all times in and through
the construction area. When a sidewalk is removed, the area should be fenced, and signage
provided to direct pedestrians to an alternate route. Pedestrians shall be routed to temporary
crossing points as approved by the Engineer. However, the route shall not exceed one block.
At the end of each workday, the Contractor shall make provisions to allow safe access to
pedestrians through the work zone.
In locations where the sidewalk is removed and entrances to private property are obstructed,
the Contractor shall provide a temporary sidewalk fabricated from wood or asphalt. The
temporary sidewalk shall comply with the Americans with Disabilities Act. A temporary access
plan shall be submitted to the Engineer for review and approval 10 days prior to removal of the
sidewalk.
The Contractor shall provide an alternate circulation path shall be provided whenever the
existing pedestrian access route in the public right-of-way is blocked by construction, alteration,
maintenance, or other temporary conditions.
Where possible, the alternate circulation path shall parallel the disrupted pedestrian access
route, on the same side of the street. The path shall minimize the length of detour and shall be
approved by the Engineer before implementation. The alternate circulation path shall be all
weather and compliant with the Americans with Disabilities Act. Where the alternate circulation
path is adjacent to potentially hazardous conditions, the path shall be protected with barricades.
10-1.04G TEMPORARY PAVEMENT DELINEATION
When the Contractor removes striping or markings, they shall immediately place temporary
delineation prior to opening the traveled way to public traffic.
Surfaces on which temporary pavement delineation is to be applied shall be cleaned of all dirt
and loose material and shall be dry when the pavement delineation is applied. The Contractor
shall perform all work necessary to establish satisfactory alignment for temporary pavement
delineation. Temporary pavement delineation that is damaged from any cause during the
progress of the work shall be immediately repaired or replaced by the Contractor at their
expense.
The Contractor shall not use paint on pavement that is to remain in place. In this case, the
Contractor shall use Temporary Traffic Stripe and Pavement Marking Tape. Tape shall be
applied to a clean dry surface and rolled slowly with a rubber -tired vehicle or roller to ensure
complete contact with the pavement surface in accordance with the manufacturer's
recommendations. Tape shall not be applied over existing stripes or markings. Completed
stripes shall be straight on tangent alignments and shall be on a true arc on curved alignments.
SP 10
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
Temporary pavement markers may be used to simulate the striping shown on the approved
traffic control plans. The use of temporary pavement markers shall conform to the typical
details for pavement markers and traffic lines shown in the State Standard Plans and as
determined by the Engineer.
When no longer required for the direction of public traffic, as determined by the Engineer, the
temporary traffic stripe and pavement marking tape and temporary pavement markers, applied
to existing pavement, the top layer of new pavements or any other paved surface where the
previously placed pavement delineation conflicts with the new traffic pattern, shall be removed
and disposed of in accordance with the provisions of these Specifications, and all lines and
marks used to establish the alignment for the temporary traffic stripes, pavement markings and
temporary pavement markers shall be removed from the pavement.
10-1.04H TEMPORARY PAVING
To accommodate the stage construction, the Contractor may need to install temporary asphalt
paving to provide a uniform path of travel. The Contractor shall place hot mix asphalt pavement
in accordance with the Section 39 "Asphalt Concrete" of the State Standard Specification as
necessary to provide two lanes of travel in each direction, turn lanes, access through
intersections, and accommodate any vertical transitions. In locations shown in the Plans, the
Contractor shall additionally provide, place, and compact class II aggregate base to facilitate
the installation of the temporary asphalt paving. When a vertical difference in excess of 1.0
inch (i.e. between new pavement and old pavement) exists either parallel or perpendicular to
the vehicle's path of travel, the Contractor shall place hot mix asphalt pavement allowing for a
smooth transition to the satisfaction of the Engineer. The Contractor shall be responsible for
maintaining the asphalt pavement for the duration of the project. The Contractor shall grind,
remove, and dispose of the asphalt as necessary to accommodate the staging.
Measurement and Payment
The contract lump sum price for Bid Item 2, Traffic Control includes full compensation for
furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved
in the traffic control, including preparation and maintaining of traffic control plans, providing
signs and flaggers, implementing the traffic control system, placing temporary delineation,
installation of temporary paving, and removal of temporary paving, as shown on the Plans, as
specified in the State Standard Specifications and these Special Provision Specifications, and
as directed by the Engineer.
10-1.05 TREE PRESERVATION, TREE TRIMMING/ROOT PRUNING/TREE REMOVAL
If existing trees or shrubs (including private trees) encroach into the public right-of-way and
obstruct the Contractor's operations, the Contractor shall request permission from the Engineer
and City's Arborist to trim existing trees or shrubs at least five (5) working days in advance of
the date of scheduled tree trimming. All tree and shrub trimming must have prior approval of
the Engineer and City's Arborist and shall be performed by the Contractor or their subcontractor
possessing a C-27, Landscaping Contractor's License or a C-61, Limited Specialty
Contractor's License. A special notice pertaining to the tree trimming shall be delivered to the
adjacent home or business at least five (5) working days prior to the trimming of the adjacent
tree or shrub. The special notice shall be approved by the Engineer prior to delivery to the
SP 11
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
resident or business.
Tree root pruning shall be the responsibility of the Contractor. Tree roots shall be removed to
a depth of six (6) inches below subgrade. Tree roots are to be cut neatly with a saw, or shears
to prevent disease to the tree. Any root three (3) inches or larger shall be brought to the attention
of the Engineer for further instructions.
Some locations may need root work. The Contractor may investigate the locations prior to
bidding.
Measurement and Payment
Full compensation for complying with the above provisions as they relate to tree preservation
and tree or root pruning shall be considered as included in the contract prices paid for the
various items of work and no separate payment will be made therefor.
Bid Item 3, Tree Removal will be measured by Each. The unit price per each shall include full
compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing
all work involved in removal of trees including hauling and disposing off site as shown on the
plans, required by these special provisions, and as directed by the Engineer.
10-1.06 DEMOLITION
General
Demolition work shall consist of all saw cutting and removal of asphalt concrete, removal of
signs and posts, removing for reuse of existing lighting standards, and removal of existing
lighting standard foundation to one foot below finished grade as shown on the Plans or
specified herein. The Contractor shall obtain all permits and licenses and give all notices
required for performance and completion of the demolition and removal work, hauling, and
disposal of debris.
Contractor shall review with City's Representative the exact limits of work and extent of
materials to be removed.
Examine site and structures and determine exact nature and status of structural elements and
above ground and below ground utilities prior to commencing demolition.
City assumes no responsibility for actual condition of items or structures to be demolished.
All work shall conform to ANSI A10.6, Safety Requirements for Demolition Operations and to
the codes and regulations of the City. Attention is also directed to Section 15, "Existing
Facilities," of the State Standard Specifications. Provide a minimum of 72 hours advance
notice of demolition activities to the City Engineer or designee.
Submittals
Contractor shall submit a schedule indicating proposed methods and sequence of operations
for selective demolition work for review prior to commencement of work.
Provide a detailed sequence of demolition and removal work to ensure uninterrupted
progress of adjacent building uses.
SP 12
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
Construction
Environmental Controls: Use water sprinkling, temporary enclosures, and other suitable
methods to limit dust and dirt rising and scattering in air to lowest practical level. Comply with
governing regulations pertaining to environmental protection.
Utilities: The Contractor shall call USA at (800) 642-2444 to mark the locations of all
underground utilities at least 48 hours before the intended start of excavation. Any damage to
any utility due to the Contractor's operations shall be repaired or replaced by the Contractor to
the satisfaction of the City Engineer or designee.
Traffic: Do not close, block, or otherwise obstruct streets, walks, or other occupied or used
facilities without written permission from the City Engineer or designee. Provide alternate
routes around closed or obstructed traffic ways if required by governing regulations.
Contractor shall schedule removal and reconstruction so that only one side of the street is
under construction on any one day, and parking and unimpeded pedestrian passage remains
available on the opposite side of the street.
Contractor shall provide temporary barricades and other forms of protection as required to
protect the general public from injury due to selective demolition work. Provide protective
measures as required to provide free and safe passage of general public. Erect temporary
passageways as required by authorities having jurisdiction.
Selective Demolition: Perform selective demolition work in a systematic manner. Use
methods required to complete work indicated on the plans in accordance with demolition
schedule and governing regulations. Conduct selective demolition operations and debris
removal in a manner to ensure minimum interference with roads, streets, walks, and other
adjacent occupied or used facilities.
Landscape Demolition: Contractor shall replace existing landscape vegetation in-kind or as
approved by the City Engineer or designee.
Clearing and Grubbing: All work shall be done in accordance with Section 17-2 "Clearing
and Grubbing" of the Caltrans Standard Specifications and as directed be the City
Engineer or designee.
Clearing and grubbing shall consist of (but not limited to) removing and disposing of
vegetable growth and deleterious materials in tree wells, including tree roots, grass,
weeds, rocks, as well as pavement sawcut, and all other objectionable material as required
to construct the improvements, as shown on the plans and as specified in these
Specifications.
Prior to starting clearing and grubbing operations, the Contractor shall inform the City
Engineer or designee of the intended limits of his/her clearing and grubbing operations
and shall obtain the City Engineer or designee's approval on such proposed limits. The
Contractor shall not clear and grub any area not essential to their construction obligations
and protect from injury or damage resulting from his/her operations all vegetation, facilities,
SP 13
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
or improvements, which are to remain. All edges of existing paving to remain shall be
sawcut in a neat, clean manner.
Remove AC Base and Surfacing: Roadway base and surfacing shall be removed as required
for the roadway in accordance with Section 19, "Earthwork," of the Caltrans Standard
Specifications and these Specifications, as shown on the plans, and as directed by the City
Engineer or designee. This bid item also includes removal of base rock as required for the
improvements.
Where a portion of the existing surfacing is to be removed, the outline of the area to be
removed shall be cut on a straight neat line with a power -driven saw to a the full depth of the
asphalt concrete before removing the surfacing.
Remove Existing Sign and Post: Contractor shall comply to Section 46 "Removal and
Patching of Concrete" of the Marin Standard Specifications to patch or build up any concrete
surfaces to cover nicks and chips or change grades.
Remove Existing Lighting Assembly: Contractor shall remove existing lighting standard
without damaging the existing equipment to allow for its reuse. Damage to the lighting
standard during equipment removal and reinstallation shall be repaired at the contractor's
expense.
Residue from cutting operations shall not be permitted to flow into storm drains or across
lanes occupied by traffic and shall be removed from the pavement surface, concurrent with
the cutting operation. All excavated material shall be removed and disposed of outside the
street right of way in accordance with relevant sections of the Caltrans Standard
Specifications.
Dust Control shall conform to the provisions of Section 10-5, "Dust Control" of the Caltrans
Standard Specifications.
The Contractor shall receive no additional compensation for delays or inconvenience caused
by utility relocations and/or adjustments. The delay caused by these relocations and/or
adjustments shall not count towards the Contractors' "working days."
Clean up: The Contractor shall perform daily cleanup operations to keep the job site and
adjacent properties free from accumulation of waste materials and debris resulting from the
Contractor's operations. The Contractor shall deposit waste material in on-site containers or
at a legal disposal area away from the site at the end of each working day. Nothing herein
shall be construed as relieving the Contractor of his/her responsibility for final cleanup of the
site as provided in Section 4-1.13, "Cleanup", of the Caltrans Standard Specifications.
Damages: Promptly repair damages caused to adjacent facilities by demolition work at no
cost to the City. If the Contractor damages an existing improvement, which is to remain,
he/she shall restore such improvement to as good a condition as existed before the damage
or shall replace the improvement, when restoration is not acceptable, with an improvement of
at least equal quality. Cost of such restorations or replacements shall be the Contractor's
expense.
SP 14
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
Disposal of Waste Materials
The City has not made arrangements for disposal of material, which may include but is not
limited to soil, concrete, asphalt, pipe, rock, and vegetation. The Contractor shall dispose of all
excess and unsuitable material in a legal manner.
The City has not completed testing of soil within the project limits. The Contractor is responsible
for disposing of all excess soil in a legal manner at a facility with all-weather access. The
Contractor should assume all soil must be disposed in a Class II landfill. The Contractor shall
be responsible for testing soil as required by the disposal site.
The Contractor shall dispose of material such as asphalt, concrete, organic, and wood in a
recycling facility.
All other materials shall be disposed in a legal facility.
MEASUREMENT AND PAYMENT
All work under this section shall be paid for at the unit price bid as shown in the bid schedule
for demolition in the bidder's proposal and shall include full compensation for furnishing all
labor, materials, tools, equipment, dust control, and incidentals, and for doing all the work
involved in demolition work, replacement work, relocating work and salvaging of existing
improvements and all related incidental work as described herein, as shown on the plans, and
as directed by the City Engineer or designee.
Full compensation for "Removal of Asphalt Pavement" and "Concrete" of the various types
shall include full compensation for furnishing all labor, materials, tools, equipment, aggregate
base, and incidentals and for doing all the work complete in place, including saw cutting,
demolition and removal of asphalt, concrete, and aggregate base, hauling, recycling,
disposal, cleanup and other incidental work, as shown on the plans, as specified in the
Caltrans Standard Specifications and these Specifications, and as directed by the City
Engineer or designee and shall be considered as included in the contract prices for the
various items of work and no additional compensation will be made therefor.
Bid Item 4 and 5 Remove Existing Sign paid per EACH
The contract unit price paid to "Remove Existing Sign" and "Remove Existing Pole" shall be
paid per each and shall include full compensation for removing the sign and sign post, all
labor, materials, tools, equipment, and incidentals as shown in the plans.
Bid Item 6 Remove Existing Lighting Assembly paid per EACH
The contract unit price paid to "Remove Existing Lighting Assembly" shall be paid per each
and shall include full compensation for removing the existing lighting assembly, all labor,
materials, tools, equipment, and incidentals as shown in the plans.
Full compensation for replacing existing landscape vegetation and irrigation in-kind or as
approved by the City Engineer or designee shall include all labor, materials, tools, equipment,
and incidentals and for doing all the work as specified herein and shall be considered as
included in the contract prices for the various items of work and no additional compensation
SP 15
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
will be made therefor.
Bid Item 7 Clearing and Grubbing paid per EACH
The contract lump sum price paid for "Clearing and Grubbing" includes full compensation for
furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work
involved in clearing and grubbing, including the removal and disposal of the resulting material
as specified in the Caltrans Standard Specifications and these Specifications, and as directed
by the City Engineer or designee.
Full compensation for protecting and referencing any utility in place shall be considered as
included in the contract prices for the various items of work and no additional compensation
will be made therefor.
Full compensation for complying with Section 10-1.06 shall be considered as included in the
contract prices paid for the various items of work and no separate payment will be made
therefor.
10-1.07 ADJUST UTILITIES TO GRADE
This work shall consist of adjusting City owned facilities such as storm drain manholes, storm
drain valves and cleanouts, sanitary sewer manholes and rodding inlets, traffic signal detector
handholes, water valve frames and water facility pull boxes to below the grading plane in
excavation (roadway inlay) areas, and then to finished grade following placement of the top
layer of asphalt concrete pavement. The Contractor shall adjust these City owned facilities to
below the planed surface prior to cold planning/excavation operation.
Work by the Contractor shall include locating, referencing, and setting sufficient marks prior to
adjusting facilities below the planed surface or grading plane to enable their subsequent
retrieval by the Contractor. The Contractor shall reference and set marks for all City owned
facilities. The Contractor shall submit a plan to the Engineer at least forty-eight (48) hours in
advance of any excavation showing all reference points and offset distances set for each frame,
cover, and monument.
Adjustments below the planed surface shall include placement of a temporary false bottom in
sanitary sewer manholes, removal of rings as required, placing and securing an acceptable
temporary lid or cover below the planed surface or grading plane elevations, and placement of
temporary asphalt concrete over and around the temporary lid or cover as required to allow for
the passage of vehicular traffic prior to and following cold planning or excavation operations.
The final adjustment to finished grade of all manhole frames shall consist of resetting the
manhole frame to grade by adjusting and/or reconstructing the existing concrete riser rings
within the throat area. The existing concrete collar shall be reconstructed to conform to City
Standard Detail SD -507, "Precast Manhole and Type 1 Base", and the existing concrete riser
rings shall be replaced, if damaged. The reconstructed sections shall be at least equal in quality
to the existing structure. In no case shall the precast barrel section be disturbed. Cast iron
extension or adjustment rings will not be allowed in the adjusted structure.
SP 16
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
Water valve frames shall be adjusted to finished grade by removing the existing concrete collar,
raising the frame and cover to finished grade, and constructing a new concrete collar. For all
adjustments, the top surface of the adjusted facility shall be within 1/8 inch of the adjacent
finished grade. Adjustment to final grade shall not be made until the top layer of paving has
been completed immediately surrounding it.
This work shall also include placement of temporary asphalt around the manholes/valves if the
permanent asphalt concrete patching cannot be placed the same day the facility is adjusted to
finished grade.
The Contractor shall cooperate and coordinate all adjustments with the various utility owners
who will be adjusting their facilities. In addition, the Contractor shall arrange with the utility
owners, in a timely manner, the adjustments of their facilities.
10-1.07A ADJUST PULL BOX TO GRADE
The work shall consist of adjustment of traffic signal, streetlight, and other pull boxes to grade
as part of the reconstruction of pavement, curb ramps, and sidewalk. Each box shall be set on
four (4) bricks, one (1) brick at each corner of the box. The bricks shall be set on firm soil to
avoid settlement of the box.
All existing pull boxes requiring adjustment shall be reused in the project and the Contractor
shall take care not to damage them. Any pull boxes damaged as a part of the Contractor's
activities shall be replaced at the Contractor's expense.
10-1.07B ADJUST VALVE COVER TO GRADE
The work shall consist of adjustment of valve cover to concrete island grade. If the valve cover
is damaged as a part of the Contractor's activities, it shall be replaced at the Contractor's
expense.
Measurement and Payment
The quantities will be measured and paid as follows:
Bid Item 8, Adjust Utility Box paid per Each
The contract unit price paid for these items shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for doing all work involved in the
connection, including excavation, disposal of unsuitable materials, and grouting, complete in
place, as specified in the City Standard Plans ,State Standard Specifications and these Special
Provisions Specifications, and as directed by the Engineer.
10-1.08 PORTLAND CEMENT CONCRETE
Attention is directed to Section 10-1.06, "Disposal of Waste Materials" for removal and disposal
of materials required for this work.
Concrete curb, gutter, sidewalk, driveway, valley gutter, and curb ramp to be removed shall be
sawcut and removed at nearest weakened plane joints or removed to the nearest construction
joints as marked by the Engineer in the field. Concrete curb, gutter, sidewalk, driveway, valley
SP 17
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
gutter, and curb ramp removal shall include removing enough existing native or base material
to allow for placement of the specified thickness of new aggregate base material and PCC
improvement. The rubble from the excavation shall be removed immediately and the area left
evenly graded. Subgrade shall be compacted to ninety-five percent (95%) of maximum dry
density as determined by ASTM D1557.
The Contractor shall sawcut existing AC pavement and any underlying materials adjacent to
curb or gutter lip (including gutter for curb ramps) to allow for construction of concrete forms.
The sawcut line on pavement shall be at least twelve (12) inches beyond the concrete edge.
Slurry from sawcut operation shall be removed sufficiently by vacuuming or similar method from
the pavement surface and shall be prevented from entering any waterway or storm drain system
in accordance with best management practices. Rubble from the excavation shall be removed
immediately. Pavement replacement shall meet the requirements of Section 10-1.16, "Hot Mix
Asphalt," of these Technical Specifications.
Whenever existing concrete curb, gutter, driveway, sidewalk, valley gutter, and curb ramp are
removed, the Contractor shall place Type II barricades with flashing lights at the location of the
removed facility. Spacing for Type II barricades shall be no greater than ten (10) feet on center
for curb and gutter. Caution tape shall be attached to barricades if needed to delineate the area.
Only two curb ramps shall be worked on at one intersection at any given time.
All new concrete work shown on the Plans or described in these Technical Specifications shall
conform to City of San Rafael Standard Plans, unless otherwise shown or specified on the
Plans and these Technical Specifications. This work shall include placing new or recycled
aggregate base under new concrete improvements.
All new concrete work to be placed on aggregate base shall be founded on a minimum four (4) -
inch thick layer of aggregate base. Aggregate base shall be Class 2 Aggregate Base
conforming to Section 10-1.12, "Aggregate Base," of these Technical Specifications. Subgrade
and aggregate base shall each be compacted to achieve a relative compaction of not less than
ninety-five percent (95%).
Where subgrade needs to be filled or removed and backfilled for any reason (including root
pruning, unsuitable material removal, design change, etc.), backfill material shall be Class 2
Aggregate Base compacted to 95% relative compaction per Section 10-1.12, "Aggregate
Base," of these Technical Specifications. Removal of roots and/or other debris shall be
performed prior to compaction of subgrade.
Smooth dowels #4x12" shall be installed at the junction between new and existing concrete
facilities. All dowels shall have a minimum 2.5" concrete cover. The dowels shall be placed in
drilled holes, epoxied, and spaced in conformance with the standard detail. Full compensation
for installing dowels shall be considered as included in the various concrete items of work and
no additional compensation will be allowed therefor.
The Contractor shall submit a concrete mix design a minimum of ten (10) working days prior to
any mixing and/or placing of concrete. Concrete mix design must be approved prior to start of
work.
SP 18
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
Unless otherwise specified and if the repair location allows, all curb, gutter, and sidewalk shall
be placed in a monolithic pour.
For any gutter replacement, if the slopes do not appear to maintain drainage after form boards
have been set, notify the Project Engineer prior to ordering concrete. If positive flow of
stormwater cannot be demonstrated, the work will be rejected.
A clear curing compound shall be used to cure all concrete. Pigmented curing compound shall
not be used on this project.
Soil disturbance shall be minimized and limited to those areas that require treatment. All
existing vegetation within the project limits not designated for removal shall be protected,
especially mature shrubs and trees. Under no circumstances shall any disturbance be allowed
to occur outside the work areas identified on the plans or in the field by the Engineer. Any
vegetation or irrigation damaged during construction shall be repaired or replaced and any
areas disturbed or compacted during construction shall receive full soil conditioning and
revegetation treatment at the Contractor's expense as directed by the Engineer. Other areas
shall be reseeded to as good or better condition as soon as possible. When irrigation systems
are damaged the Contractor shall repair these systems the same day they are damaged. The
Contractor shall test the system after the repair is completed to ensure the system is fully
functional. This work shall be considered as included in the bid item price for the various
concrete items and no additional compensation will be allowed therefor.
Work constructed for this project shall meet current ADA standards and shall be in first class
condition prior to acceptance of the Project and shall remain in first class condition through the
warranty period for the project. Contractor recognizes that it is the City's policy that first class
condition prior to acceptance means that the improvements are free from cracks or other
defects, and that any repairs necessary to return the improvements to first class condition prior
to acceptance or within the warranty period are the responsibility of Contractor. Contractor
agrees to cause to be repaired to the satisfaction of the Engineer, any cracks or other damage
deemed by the Engineer to be in need of repair.
Type E Curb: Contractor shall conform to Marin UCS 105 and Section 43 "Curb, Gutter,
Sidewalk, Driveway Approach and Valley Gutter" of the Marin Standard Specifications.
Detectable Warning Surface
Detectable warning surfaces shall consist of raised truncated domes constructed or installed
on curb ramps, in conformance with the details shown on the plans and these Technical
Specifications. The detectable warning surface shall be prefabricated.
Prefabricated detectable warning surface shall be constructed of an epoxy polymer composite
with an ultra violet stabilized coating employing aluminum oxide particles in the truncated
domes, in conformance with the requirements established by the Department of General
Services, Division of State Architect and be installed in conformance with the manufacturer's
recommendations.
Detectable warning surfaces to be installed at curb ramps to be retrofitted shall be set in wet
concrete. The finished surfaces of the detectable warning surface shall be free from blemishes.
SP 19
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
The manufacturer shall provide a written five-year warranty for prefabricated detectable
warning surfaces, guaranteeing replacement when there is defect in the dome shape, color
fastness, sound -on -cane acoustic quality, resilience, or attachment. The warranty period shall
begin upon acceptance of the contract.
Prefabricated detectable warning surface shall meet or exceed the following criteria:
1. Water Absorption: 0.35% maximum, when tested in accordance with ASTM D570.
2. Slip Resistance: 0.90 minimum combined wet/ dry static coefficient of friction on top of
domes and field area, when tested in accordance with ASTM C1028.
3. Compressive Strength: 18,000 psi minimum, when tested in accordance with ASTM
D695.
4. Tensile Strength: 10,000 psi minimum, when tested in accordance with ASTM D638.
5. Flexural Strength: 24,000 psi minimum, when tested in accordance with ASTM C293.
6. Gardner Impact: 450 inch -pounds per inch minimum, when tested in accordance with
Geometry "GE" of ASTM D5420.
7. Chemical Stain Resistance: No reaction to 1 % hydrochloric acid, urine, calcium chloride,
stamp pad ink, gum, and red aerosol paint, when tested in accordance with ASTM D543.
8. Wear Depth: 0.03" maximum, after 1000 abrasion cycles of 40 grit Norton Metallite
sandpaper, when tested in accordance with ASTM D2486 -Modified.
9. Flame Spread: 25 maximum, when tested in accordance with ASTM E84.
10.Accelerated Weathering: No deterioration, fading or chalking for 2000 hours, when
tested in accordance with ASTM D2565.
In addition to the requirements above, prefabricated detectable warning surface adhered to
concrete shall meet or exceed the following performance criteria:
1. Accelerated Aging and Freeze Thaw of Adhesive System: No cracking, delamination,
warping, checking, blistering, color change, loosening, etc. when tested in accordance
with ASTM D1037.
2. Salt and Spray Performance: No deterioration after 100 hours of exposure, when tested
in accordance with ASTM 6117.
All protective plastic coverings shall be removed from the detectable warning surface prior to
opening for pedestrian traffic.
Measurement and Payment
The quantities for Portland Cement Concrete will be measured and paid as follows:
a) Bid Item 9 PCC Sidewalk paid per SQUARE FOOT
b) Bid Item 10, PCC Curb Ramp paid per EACH
c) Bid item 11, Curb and Gutter paid per LINEAR FOOT measured at face of curb.
d) Bid Item 12, PCC Raised Island paid per EACH
SP 20
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
The contract prices paid for Portland cement concrete work shall include full compensation for
furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved
including, but not limited to saw cutting, asphalt, concrete, aggregate base removal, excavation
and earthwork, disposal of unsuitable materials, preparing the subgrade, scarification and
compaction, installation of Type E Curb (PCC Raided Island),Type A Curb and Gutter,
furnishing and compacting the aggregate base, doweling into the existing concrete, furnishing
and placing concrete, furnishing and placing curing compound, asphalt plugs, conform grading,
furnishing and installing detectable warning surface, and landscape/hardscape replacement as
shown on the Plans and as directed by the Engineer and no additional compensation will be
allowed therefor.
10-1.09 AGGREGATE BASE
Class 2 Aggregate Base shall conform to the 3/4 -inch maximum grading and quality
requirements as specified in Section 26, "Aggregate Bases," of the State Specifications.
Four (4) inches of aggregate base shall be placed under new concrete curb, gutter, sidewalk,
curb ramps, and light driveways. Aggregate base shall be spread in accordance with the
provisions of Section 26-1.03C, "Spreading," and Section 26-1.03D, "Compaction," of the State
Specifications. Spreading and compacting shall be performed by methods that will produce a
uniform base, firmly compacted and free from pockets of coarse or fine material. No spreading
operation shall begin until the physical characteristics of aggregate base have been approved
by the Engineer. Aggregate base exceeding a workable moisture content will be rejected by
the City and shall be immediately removed from the project site by the Contractor.
Aggregate base, regardless of its use, shall be compacted to ninety-five percent (95%) relative
compaction. The subgrade shall be graded to the prism of the finished grade and shall be
moisture conditioned and compacted to ninety-five percent (95%) relative compaction. The
Contractor shall take soil samples and provide soil testing to determine maximum dry density
and optimum moisture content of the subgrade.
Measurement and Payment
Full compensation for complying with Section 10-1.09 shall be considered as included in the
contract prices paid for in the related item and no separate payment will be made therefor.
10-1.10 HOT MIX ASPHALT (Asphalt Concrete Plug)
HMA Type A shall be produced and placed according to Section 39-2, "Hot Mix Asphalt," of the
State Specifications and using the "Standard" construction process, except as modified below.
The work includes the construction of HMA plugs where curb & gutter or curb ramps are being
replaced.
The Contractor shall submit an asphalt concrete mix design including gradation and properties
of aggregate for each mix proposed to be used. Each mix shall satisfy the requirements of
Section 39, "Hot Mix Asphalt," and Section 92, "Asphalt Binders," of the State Specifications.
Mix designs shall be accompanied by current test results that indicate compliance with the State
Specifications as well as a Certificate of Compliance for liquid asphalt from the manufacturer
SP 21
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
stating that the material used complies with the requirement of the State Specifications.
The job mix formula shall establish a single percentage of aggregate passing each required
sieve size and a percentage of asphalt binder to be added to the aggregate. The asphalt
concrete binder content shall be based on 4.0% air voids.
Said job -mix formula shall be determined using the specifications set forth herein. If the
Contractor elects to use any material, including blending material, other than those materials
utilized in the mix design, he/she shall so inform the Engineer in advance of the production of
asphaltic concrete and shall document the request through an approved testing laboratory.
Engineer shall make approval decision regarding such material.
The grade of asphalt binder mixed with aggregate for HMA Type A must be PG 64-16 per
Section 92 of the State Specifications.
The aggregate for HMA Type A must comply with the 1/2 -inch aggregate gradation.
The minimum compacted thickness of asphalt concrete shall be the thickness shown on the
Plans. The maximum compacted lift thickness shall be 0.25 feet. The tolerance for minimum
thickness for all operations shall be 0.01 feet. The tolerance for maximum thickness for asphalt
concrete structural sections less than 0.35 feet thick shall be 0.02 feet, and for sections more
than 0.35 feet thick shall be 0.03 feet.
The Contractor shall apply a tack coat to all surfaces receiving HMA and between HMA lift
according to Section 39-2.01 C(3)(f), "Tack Coat," of the State Specifications and at the residual
rates specified. The application rate for various surfaces shall be as specified for SS -1 h. Before
opening the lane to public traffic, the Contractor shall pave shoulders and median borders
adjacent to the lane being paved.
Paving work shall be a continuous non-stop operation with delivery trucks arriving in a uniform
manner or such that delivered material temperatures meet specifications when placed into
paver. The City's representative will meet daily with the Contractor to evaluate the Contractor's
operations relative to the work time restrictions.
The asphalt concrete shall be delivered to the site in a thoroughly blended condition and shall
be spread by a self-propelled asphalt paving machine in such a manner as to avoid particle
and thermal segregation during the placing operations. Joint and edge raking that leaves a
segregated surface and/or low areas surrounding paving joints is prohibited.
No asphalt concrete shall be placed when the atmospheric temperature is below 50°F.
No paving work whatsoever shall be allowed when the roadway or subgrade is moist or damp
or when it is raining. For the purpose of this provision, "raining" shall mean any weather
condition that causes the roadway to become moist or damp. In the case of sudden
precipitation, all paving work must stop immediately. All asphalt concrete on site not yet placed
and all asphalt concrete in transit from the plant shall be rejected, and no payment will be
allowed.
SP 22
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
The Contractor shall be responsible for removal of vegetation from the edge of pavement, edge
and crack cleaning, crack sealing, sweeping, washing and/or any special cleaning to leave a
clean surface ready to receive a tack coat and asphalt concrete. A power wash shall be used
in the deceleration zones of intersections for the complete removal of dust that may cause
overlay slippage. Excess water shall be removed prior to application of tack coat.
Asphalt placement shall conform to the requirement for an accessible -compliant landing at the
base of each curb ramp. Accessible -compliant landings shall extend 2 -feet into the road as
measured from the gutter flowline at the base of the ramp. The maximum cross -slope in this
area shall not exceed 2.0% and the maximum longitudinal slope shall not exceed 5.0%.
Placement of asphalt in these accessible -compliant areas may require placement by hand and
may require a smaller roller to meet the slope requirements. Meeting pavement density in these
areas is still a specification requirement. Minimize aggregate segregation in these areas during
hand work.
Surplus asphalt material raked into the gutters shall be removed from job site daily. Any "green
waste" or yard debris that is moved off the street shall be moved back into street on the same
day. Paving operation shall NOT occur on trash pickup day.
Measurement and Payment
Bid Item 16 Asphalt Concrete Plug shall be measured and paid for on a per square foot (SF)
basis and shall include full compensation for HMA plugs shall include full compensation for
furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work
involved construct HMA plugs to the thickness specified on the plans or six inch minimum depth
whichever is greater, including, but not limited to, providing mix design, tack coat, and
placement and compaction of HMA plugs as directed by the Engineer and no additional
compensation will be allowed therefor.
10-1.11 FLEXIBLE BOLLARDS
Flexible bollards shall be K-71 self re -erecting marker posts as manufactured by US Reflector
or approved equivalent. The color of the flexible bollard shall be white with a diameter of 8"
and a height of 36". Submit manufacturer's cut sheets.
Measurement and Payment
Bid Item 13 K71 Bollards will be measured by Each. The unit price per each shall include full
compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing
all work involved in installing K71 Bollards, according to manufacturer's recommendations
including any necessary cat tracks, dribble lines and layout work, complete in place, as shown
on the plans, required by these special provisions, and as directed by the Engineer.
10-1.12 TRAFFIC STRIPES, PAVEMENT MARKINGS, AND MARKERS
10-1.12A PAVEMENT MARKINGS AND TRAFFIC STRIPING
Pavement markings and traffic striping shall be thermoplastic and shall be applied in
conformance with the provisions in Section 84-2, "Traffic Stripes and Pavement Markings," of
the Standard Specifications and these Special Provisions, with two exceptions. Firstly, all
SP 23
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
thermoplastic traffic stripes composing the various details shall be 4 -inches wide. Secondly,
"Thermoplastic 4 -Inch Line (White or Yellow)" shall instead be applied in conformance with the
2015 Standard Plan. Pavement markings shall include all work and materials required to install
thermoplastic traffic striping and pavement markings.
Thermoplastic material shall be free of lead and chromium and shall conform to the
requirements in State Specification PTH-02ALKYD.
Retroreflectivity of the thermoplastic pavement markings shall conform to the requirements in
ASTM Designation: D 6359-99. White thermoplastic pavement markings shall have a
minimum initial retroreflectivity of 250 mcd m-2 IX -1. Yellow thermoplastic pavement markings
shall have a minimum initial retroreflectivity of 150 mcd m-2 Ix'.
Before the permanent pavement markings are applied, the Contractor shall provide "cat -track"
marking layout for review and approval of the Engineer. Changes, if any, to the marking layout
because of the Engineer's review shall be the responsibility of the Contractor. If the Contractor
fails to obtain the Engineer's approval of the marking layout prior to the permanent marking
installation, changes to the permanent markings as required by the Engineer, including removal
and replacement, shall be the Contractor's responsibility.
Contractor shall restore thermoplastic striping for crosswalks and stop bars within fourteen (14)
days of final lift, which includes a minimum of seven (7) days for HMA pavement cure time.
Thermoplastic traffic stripes shall be applied at the minimum thickness and application rate as
specified below. The minimum application rate is based on a solid stripe of 4 inches in width.
Minimum
Minimum
Stripe Thickness
Application Rate
inch
Ib/ft
0.079
0.27
Where striping joins existing striping, as shown on the plans, the Contractor shall begin and
end the transition from the existing striping pattern into or from the new striping pattern a
sufficient distance to ensure continuity of the striping pattern.
Thermoplastic pavement markings shall be free of runs, bubbles, craters, drag marks, stretch
marks, and debris.
Pavement Markings shall be constructed in conformance with the State of California Standard
Plans A24A through A24E, the project plans, and as directed by the Engineer.
Reflectorized markers shall be installed accurately at the locations called for in the Special
Provisions, project plans, or as required by the CA MUTCD.
The portion of the street surface, which will receive the pavement markers, shall be free of dirt,
oil, moisture, or any other material that would adversely affect the bonding of the adhesive.
Adhesive for pavement markers shall be either rapid set epoxy or hot melt bituminous adhesive
SP 24
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
conforming to the requirements of Section 81-3, "Pavement Markers," of the Standard
Specifications.
Adhesive shall be placed in sufficient quantity to completely cover the bottom of the marker
with no voids and with slight excess after the marker has been pressed into place. The marker
shall be protected against impact until the adhesive has hardened.
Thermoplastic aggregate shall be a neutral, light color that will not affect the color of the finished
product and will have a mesh sizing of 24 Grit. Skid >60 ASTM E303.
10-1.12B CURB PAINT
General
Specifications for providing and installing traffic striping and pavement markings in paint on
pavement as indicated. Paint traffic stripes and pavement markings on pavement shall be
installed only on Grand Street within the limits stated on the plans.
Submittals
For each lot or batch of paint, submit:
Certificate of compliance, including the product name, lot or batch number, and manufacture
date
Materials
Paint for traffic stripes shall be consistent with Standard 84-2.02C of the Caltrans Standard
Specifications and these Specifications
Paint type shall be Waterborne Traffic Line white and yellow conforming to the requirements of
Caltrans Standard Specification PTWB-01 R2.
Execution
Install paint traffic stripes and markings on curbs. Apply a minimum of two coats.
MEASUREMENT AND PAYMENT
The quantities for paint striping and markings will be measured and paid as follows:
The quantities for thermoplastic striping and markings will be measured and paid as follows:
a) Bid Item 14, 6" Thermoplastic White Painted Line, paid per LINEAR FOOT
b) Bid Items 15, Thermoplastic (White or Yellow), paid per SQUARE FOOT
c) Bid Item 17 Curb Paint, paid per LINEAR FOOT
d) Bid Item 18 Detail 27B, paid per LINEAR FOOT.
e) Bid Item 19 Street Bond, San Diego Buff, paid per SQUARE FOOT.
The contract prices paid square foot for the various striping, thermoplastic stripes and curb
paint shall include full compensation for furnishing all labor, supervision, materials, tools,
equipment, and incidentals and for doing all the work involved including, but not limited to, any
necessary cat tracks; dribble lines and layout work; cleaning surfaces to receive stripes,
markers and paint; thermoplastic; and all other work as shown on the plans, as specified in the
SP 25
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
State Standard Specifications and these Special Provisions Specifications, and as directed by
the Engineer and no additional compensation shall be allowed therefor.
Traffic stripes will be measured and paid for by the linear foot along the line of the traffic stripes
(without deductions for gaps except at intersections), shown in the Caltrans standard plan
details. Gaps in traffic stripes through intersections will not be measured or paid for. Pavement
markers that are part of the corresponding details in the Caltrans standard plans shall not be
measured separately.
The contract price paid per square foot for "Thermoplastic Pavement Markings (Arrows, Words,
and Numerals; White or Yellow" shall include full compensation for furnishing all labor,
supervision, materials, tools, equipment and incidentals and for doing all work involved in
placing thermoplastic pavement markings, including, but not limited to, any necessary layout
work and stencils, thermoplastic and all other work as shown on the plans, as specified in the
State Standard Specifications and these Special Provisions Specifications and as directed by
the Engineer and no additional compensation shall be allowed therefor.
10-1.13 TRAFFIC SIGNS
This work consists of removing, furnishing and installing Traffic Signs and new posts
conforming to the provisions in Section 82, "Signs and Markers," of the State Standard
Specifications, as shown on the plans, described in these Special Provisions and as directed by
the Engineer.
Traffic signs shall conform to the latest edition of the MUTCD California Supplement. New
signpost and sleeves shall be Telespar or approved equal.
All signs shall be installed on new posts per City Standard Plans.
The retroreflective sheeting shall be diamond -grade.
Traffic Sign Specifications for California sign codes are available for review at:
http://www.dot.ca.gov/hq/traffops/signtech/signdel/specs.htm
Traffic Sign Specifications for signs referenced with Federal MUTCD sign codes can be found
in Standard Highway Signs Book, administered by the Federal Highway Administration, which
is available for review at:
http://mutcd.fhwa.dot.gov/ser-shs_millennium.htm
Information on cross-referencing California sign codes with the Federal MUTCD sign codes is
available at:
http://www.dot.ca.gov/hg/traffops/signtech/signdel/specs.htm
MEASUREMENT AND PAYMENT
Traffic signs shall be paid by the each with no distinction for specific type of sign or location.
MWIN
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
Measurement will be based on the actual number of traffic signs installed as determined by
actual count.
The contract unit price paid per each Bid Item 20 Sign, Post, and Foundation shall include
full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for
doing all the work involved in installing signs, poles, Portland concrete foundations, complete
in place, and other incidental work, as specified in the State Standard Specifications and these
Special Provisions Specifications, and as directed by the Engineer, and no additional
compensation will be allowed therefore.
10-1.14 ELECTRICAL
Electrical work consists of furnishing and installation of a solar -powered Rectangular Rapid
Flashing Beacon System, a solar -powered Rectangular Rapid Flashing Beacon with Lighting
Assembly, a Street Light connected to the existing electrical service, and solar -powered
lighting assembly .All related work shown in the contract plans.
Work includes procurement and installation of traffic signal equipment necessary to operate
at the locations shown on the plans, and shall conform to the provisions in Section 86 and 87
"Electrical Systems" of the Caltrans Standard Specifications and Standard Plans dated 2018
Edition, and these special provisions.
10-1.14A RECTANGULAR RAPID FLASHING BEACON SYSTEM
Work shall consist of providing and installing complete and in place Rectangular Rapid Flashing
Beacon (RRFB) Assemblies and push buttons for RRFB activation, including pole foundations,
poles, mounting hardware, and all incidentals needed thereto.
RRFB assembly installation shall be as shown on the plans and in accordance with the most
current edition of California MUTCD, these Special Provisions, and the manufacturer's
specifications.
Submit catalog and installation information for the RRFB system as noted in the following
section.
The Rectangular Rapid Flashing Beacon System shall include the following components:
A. Network controller (1 per intersection/crossing) per manufacturers recommendation
B. Rectangular Rapid Flashing Beacon (RRFB) unit (1 per location shown on the plans)
C. 30" W11-2 and 24"x12" W16 -7p signs
D. Spread spectrum wireless radio (1 per pole that requires power for RRFB unit(s))
E. "Campbell Guardian Wave" push button, by Campbell Company or approved equal
F. 2" galvanized bollard with steel cap for push button installation (1 per location shown on
the plans) with aluminum pedestal base
G.4" galvanized pole with mounting hardware with aluminum pedestal base.
Note: Signage shall be applied to the RRFB poles as per the sign schedule on the plans and
California MUTCD standards.
Requirements: System shall be fully compliant with applicable FHWA and CA MUTCD
guidelines and equipped with a GPRS I EDGE modem and GPS receiver attached to its
antenna unit. System may include remote management capability and be online accessible.
System shall not require the installation or alteration of any other equipment or associated
SP 27
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
hardware, such as traffic signal controllers, Ethernet connections, local radios, local
wireless connections, or local networks.
The RRFB housing shall contain two primary light bars mounted in compliance with CA
MUTCD requirements but exceeding the minimum 5" W x 2" H size and CA MUTCD total
light emission requirements. The overall dimensions of the RRFB unit shall be 29"Wx 4"Hx
1.5"D. In addition to the primary light bars, the housing shall have smaller secondary light
bars mounted on each end for pedestrian notification, arrayed in a 0.4" W x 2 H rectangle.
The LEDs used in both the primary and secondary light bars shall be rated for a minimum
15 -year life, and the light bars shall not protrude beyond the surface of the housing, shall
not be mounted to the housing with exposed screws, and shall be covered with
polycarbonate windows for durability and vandal resistance. The RRFB shall draw attention
at distances greater than 1000 feet during the day and over 1 mile at night.
The controller shall adjust RRFB brightness as outside light levels change between day and
night, being brighter during the day and less bright at night.
Activation Devices: Shall consist of one (1) push button each mounted to the RRFB pole or
pedestrian push button pole connected to the RRFB controller per the manufacturer's
recommendations (wired or wirelessly).
Pullboxes: No.6 Concrete Pull Box with bolt down covers as manufactured by Christy,
Quazite or approved equal. Provide all pull boxes with hold down locking box inserts by
McCain Security or approved equal.
Communication Protocols: Each controller shall be equipped with a GPRS I EDGE modem
and GPS receiver attached to its antenna unit. No local host or client software shall be
required.
Remote Management: The controller shall be remotely managed for purposes of activation
duration setting and maintenance. Remote management may be performed over a cellular
M2M network and the internet from anywhere an internet connection can be made by a
capable device.
On -Demand Activation, Test and Reports: Each system shall provide on -demand activation
of RRFBs for emergency or any other purposes; on -demand test of communication
interruption (knockdown), battery health (solar only), beacon outage, and activation reports
through the user interface.
Proactive Diagnostics: Each system shall generate proactive daily RRFB outage, battery
health and communication interruption (knockdown) diagnostics delivered by email to a
configurable set of recipients.
Mechanical and Electrical Specifications: The controller shall be housed in a vandal
resistant NEMA 3R pole- mounted cabinet with a lockable, hinged door.
Power: The controller unit shall be powered as shown on the plans
Contractor shall test the complete installation in the presence of City's Representative upon
completion of the project, including tests for light distribution, controls, unintentional grounds,
proper grounding, and bonding, circuit continuity.
The Rectangular Rapid Flashing Beacon System and its components shall be supported by a two-
year warranty.
SP 28
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
This work will be measured as the number of RRFB systems furnished, installed, and accepted
in place as shown in the contractor plans.
All work under this section shall be included in the price bid for each Rectangular Rapid
Flashing Beacon System shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all the work involved in providing and installing the
Rectangular Rapid Flashing Beacon Crosswalk Lighting System, separate bollards and push
buttons, trenching and wiring of push buttons to RRFB controllers, complete and in place as
shown on the plans, as specified in these Special Provisions, by the manufacturers
specifications, and as directed by the City's Representative.
10-1.14B LIGHTING STANDARD AND TRAFFIC SIGNAL POLES
Work shall consist of providing and installing complete and in place Type 1-13 Signal Pole and
Type 15D Lighting Standard and Luminaire conforming to Caltrans Standard Plan ES -61D and
the provisions in Section 86-1.02K "Luminaires" and 87-1.03J "Standards, Poles, Pedestals, and
Posts of the Caltrans Standard Specification dated 2018 Edition, and these special provisions.
Contractor shall submit manufacturer shop drawings and specifications demonstrating the
proposed materials conform to the requirements of these special provisions prior to ordering
materials from the equipment vendor.
Conduit and fittings shall conform with Section 86-1.02B of the State Specifications. Conduit
installed underground between pull boxes shall be Type 3. Conduit installed between a pull
box and a pole foundation shall be Type 1.
Pull boxes shall conform with Section 86-1.02C of the State Specifications. Pull box covers
shall be marked as shown on Standard Plan ES -8, except that markings shall be labeled as
"STREET LIGHT." Pull boxes shall be the non -tamper resistant type.
Conductors and wiring shall conform with Section 86-1.02F of the State Specifications.
Standards for signals, lighting, and flashing beacons, pedestals for cabinets, and posts for
pedestrian push button assemblies must comply with Section 56-3 of the State Specifications.
Luminaires shall be Leotek LED type, 3000 Kelvin light and shall include sockets for
photoelectric units and shall be equipped with shorting caps. Luminaires shall comply with
Section 86-1.02K(2) of the State Specifications.
Construction methods shall conform with Section 87-1.03A of the State Specifications, as
amended below:
The Engineer determines the final locations of electrical systems.
Verify the locations of electrical systems and the depths of existing detectors, conduits,
and pull boxes.
Notify the Engineer before performing work on the existing system.
SP 29
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
Contractor may shut down the system for alteration or removal with prior notice to the
Engineer for a previously agreed-upon day, time, and duration.
Where an existing underground facility is shown within 10 feet of any excavation, locate
and field mark the facility before performing work that could damage or interfere with the
existing facility.
If an existing facility is within 2 feet of an excavation, determine the exact location of the
facility by excavating with hand tools before using any power -operated or power -driven
excavating or boring equipment. A vacuum excavator may be used if authorized.
Notify the Engineer immediately if an existing facility is damaged by your activities.
If existing underground conduit is to be incorporated into a new system, clean it with a
mandrel or cylindrical wire brush and blow it clean with compressed air.
If you work on an existing lighting system and the roadway is to remain open to traffic,
ensure the system is in operation by nightfall.
Work performed on an existing system not described is change order work.
Do not use electrical power from existing highway facilities unless authorized.
Maintain a minimum 48 -inch clearance for a pedestrian pathway when placing equipment.
Except for service installation or work on service equipment enclosures, do not work
above ground until all materials are on hand to complete the electrical work at each
location.
Bond all metal components to form a continuous grounded system as specified in National
Electrical Code (NEC).
Ground metallic equipment mounted less than 8 feet above the ground surface on a wood
pole.
If you damage any portion of a concrete curb, sidewalk, curb ramp, driveway, or gutter
depression, replace the entire section between contraction or expansion joints under
section 73.
Apply equipment identification characters.
Perform an operational test of the systems.
Before starting the operational test for systems that impact traffic, the system must be
ready for operation, and all signs, pavement delineation, and pavement markings must be
in place at that location.
CONDUIT
SP 30
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
Conduit installation shall conform with Section 87-1.0313 of the State Specifications.
Excavating and backfilling for electrical systems shall conform with Section 87-1.3E of the
State Specifications.
Specifications for excavating, backfilling, and compacting for the installation of pipe per
County of Marin UCS 340 Type 3.
Conduit shall extend 1.5 inches above the bottom of pull boxes.
Conduit runs shown on the plans to be located behind curbs may be installed in the street
within three (3) feet of the face of curb by the "Trenching in Pavement Method" described in
Section 86-2.05C "Installation: of the State Specifications. Trenching installation of conduit
shall conform with City of Berkeley Standard Plan #6890.
After conductors have been installed, the ends of conduits terminating in pull boxes and
service and controller cabinets shall be sealed with an approved type of sealing compound.
PULL BOXES
Pull box installation shall conform with Section 87-1.03C(1) of the State Specifications.
Replace paragraph 3 of Section 87-1.03C(1) with:
Install a pull box on a bed of crushed rock.
Pull boxes shall not be located within sidewalk access ramp areas.
CONDUCTORS AND WIRING
Installation for conductors and wiring shall conform to Section 87-1.03F of the State
Specifications.
Splices shall be insulated by "Method B" or by heat shrink tubing conforming to the
requirements of Section 87-1.03H(2) "Splice Insulation," of the State Specifications.
FOUNDATIONS
Reinforced cast -in -drilled -hole concrete pile foundations for traffic signal and lighting
standards shall conform to the provisions in Section 49 "Piling,", Section 56-3 "Standards,
Poles, Pedestals, and Posts", and Section 87-1.03E(3) of the State Specifications
Material resulting from drilling holes shall be disposed of in conformance with the provisions
in Section 87-1.03E, "Excavating and Backfilling," of the State Specifications.
For foundations shown to be abandoned, remove the top of the foundation, anchor bolts and
conduits to a minimum 1 foot below the sidewalk or roadway finished grade. Backfill the
resulting hole with material equivalent to the surrounding material.
STANDARDS, STEEL PEDESTALS AND POSTS
All standard foundations shall be placed at the grade of the existing or future Portland cement
concrete sidewalk. The Contractor shall establish all foundation grades, which shall be
SP 31
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
approved by the Engineer prior to construction.
Where sign panels are shown to be mounted on traffic signal or lighting standard shafts, sign
mounting hardware shall conform to Standard Plan RS4, Strap and Saddle Bracket Method.
10-1.14C SOLAR LIGHTING ASSEMBLY
Work shall consist of providing and installing complete and in place Solar Lighting Assembly
system as shown on the plans.
Submit catalog and installation information for the Solar Lighting Assembly system as noted in
the following section.
The Solar Lighting Assembly shall be Sol by Carmanah Evergen M Series Solar Lighting
System or approved equal.
The system shall be the two panel, medium battery box system with 25 W LED (130 lumens
per watt) mounted on a 25 -foot pole.
Install the Solar Lighting Assembly and Pole per the manufacturer's specifications.
Measurement and Payment
The contract unit price paid for each intersection for Bid Item 21 Rectangular Rapid
Flashing Beacon and Lighting Systems shall include full compensation for installing the
RRFB System complete including signage attached to the RRFB system, full compensation
for installing Lighting Standard's and Luminaire's and full compensation for installing the Solar
Lighting Assembly complete and functioning in place as specified herein, as shown on the
plans, as directed by the City Engineer. This Bid Item shall also include all associated
hardware, labor, tools, equipment, and incidentals associated with the installation of the
Rectangular Rapid Flashing Beacon and Lighting Systems complete in place per intersection.
The following items of work listed is these specifications shall be considered included
the Bid Item 21 Rectangular Rapid Flashing Beacon and Lighting Systems and no
compensation will be allowed therefor:
Type 1-B (4 -inch Steel Post) installing the post and foundation complete and functioning in
place as specified herein, as shown on the plans, and as directed by the City Engineer.
Lighting Standard and Luminaire installing the Lighting Standard, Luminaire, foundation
and wiring, complete and functioning in place as specified herein, as shown on the plans, and
as directed by the City Engineer.
Solar Lighting Assembly installing the Solar Lighting Assembly complete and functioning in
place as specified herein, as shown on the plans, and as directed by the City Engineer.
No.6 Pull Box installing the No. 6 Pull Box complete and functioning in place as specified
herein, as shown on the plans, and as directed by the City Engineer.
Conduit installing the Conduit complete and functioning in place as specified herein, as
611m%
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
shown on the plans, and as directed by the City Engineer.
Full compensation for all additional materials and labor, not shown on the plans or specified,
which are necessary to complete the installation of the various items, shall be considered as
included in the prices paid for the items, or units thereof, and no additional compensation will
be allowed therefor.
Full compensation for hauling and stockpiling electrical material shall be considered as
included in the contract price paid for the item requiring the material to be removed, and no
additional compensation will be allowed therefor.
Full compensation for all additional materials and labor, not shown on the plans or specified,
which are necessary to complete the installation of the various items, shall be considered as
included in the prices paid for the items, or units thereof, and no additional compensation will
be allowed therefor.
Full compensation for hauling and stockpiling electrical material shall be considered as included
in the contract price paid for the item requiring the material to be removed, and no additional
compensation will be allowed therefor.
Full compensation for the removal and replacement of concrete or asphalt necessitated
by the installation of electrical equipment, conduits, and pull boxes or other associated
work shall be considered included in this bid item. No additional payment will be allowed
therefor.
10-1.15 MARIN TRANSIT REAL TIME ARRIVAL BOARD
Marin Transit Real Time Arrival Board work shall consist of furnishing and installing complete
and in place a real time arrival board as shown in the plans and as specified in the provided
installation instructions attached to these Special Provisions.
Real Time Arrival Board installation includes the materials and labor necessary to install the
Board according to the manufacturer's installation instructions and shall include all incidentals
necessary to install a fully functional real time arrival board. The Real Time Arrival Board shall
be solar powered as shown on the plans. At the City's discretion, the power for this sign may
be provided by a hard -wired connection to the adjacent advertising sign. If a hard wired
connection to determined to be the preferred connection option, the contractor shall submit a
change order for the hard wired connection and provide a credit for the solar panel and
associated work that would not be required.
Measurement and Payment
The contract lump sum price paid for Bid Item 22 Marin Transit Real Time Arrival Board shall
include full compensation for installing the Real Time Arrival Board system complete and
functioning in place as specified herein, as shown on the plans, and as directed by the City
Engineer.
Full compensation for all additional materials and labor, not shown on the plans or specified,
which are necessary to complete the installation of the various items, shall be considered as
included in the prices paid for the items, or units thereof, and no additional compensation will
SP 33
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
be allowed therefor.
Full compensation for the removal and replacement of concrete or asphalt necessitated
by the installation of electrical equipment, conduits, and pull boxes or other associated
work shall be considered included in this bid item. No additional payment will be allowed
therefor.
18-1.16 STORM DRAIN IMPROVEMENTS
Storm drain improvements, including but not limited to, catch basins and stormdrain pipe shall be
constructed in accordance with the provisions of the Uniform Constriction Standards of the Cities and
County of Marin, State Standard Specifications, and these Technical Specifications.
STORM DRAIN STRUCTURES
The Contractor shall install drain inlets and outlets at the locations, and of the types shown on the
plans. Materials and fabrication details for drop inlet frames, grates, and angle anchor assemblies,
shall conform to the applicable provisions of Section 75, "Miscellaneous Metal," of the State Standard
Specifications and these Special Provisions.
Precast Structure shall be rated for AASHTO H2O loading in traffic areas.
Frames, Grates and Covers: State Standard Specifications Section 75-2.
Galvanize steel frames, grates and covers shall have 1/2" maximum openings for grates in the
pedestrian and bicycle path of travel. Grates and covers shall be non -rocking and rated for AASHTO
H2O loading in traffic areas.
Measurement and Payment
Bid Item 23 Storm Drain Catch Basin (Type E) will be measured by Each. The unit price per
each shall include full compensation for furnishing all labor, materials, tools, equipment and
incidentals, and for doing all work involved in installing Storm Drain Catch Basin (Type E),
according to Marin County UCS complete in place, as shown on the plans, required by these
special provisions, and as directed by the Engineer.
Bid Item 24 12" SDR 35 will be measured by the Linear Foot (LF). The unit price per linear
foot shall include full compensation for furnishing all labor, materials, tools, equipment and
incidentals, and for doing all work involved in installing 12" SDR 35, according to Marin County
UCS and state standard specifications complete in place, as shown on the plans, required by
these special provisions, and as directed by the Engineer.
SP 34
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
APPENDIX A:
BELLAM AND KERNER MULTIMODAL REPAIRS
SP 36
JW 4M
OM m
loW
pye
jc,
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
APPENDIX B:
KERNER AND NOVATO MULTIMODAL REPAIRS
SP 38
h
100 ft'k'
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
APPENDIX C:
CITY OF SAN RAFAEL POLLUTION PREVENTION REQUIREMENT
SP 40
CITY OF SAN RAFAEL
POLLUTION PREVENTION: IT'S PART OF THE PLAN
MAKE SURE YOUR CREWS AND SUBS DO THE JOB RIGHT!
RUNOFF FROM STREETS AND OTHER PAVED AREAS IS A MAJOR SOURCE OF POLLUTION IN SAN FRANCISCO BAY.
CONSTRUCTION ACTIVITIES CAN DIRECTLY AFFECT THE HEALTH OF THE BAY UNLES CONTRACTORS AND CREWS
PLAN AHEAD TO KEEP DIRT, DEBRIS, AND OTHER CONSTRUCITON WASTE AWAY FROM STORM DRAINS AND LOCAL
CREEKS. FOLLOWING THESE GUIDELINES WILL ENSURE YOUR COMPLIANCE WITH CITY OF SAN RAFAEL ORDINANCE
REQUIREMETNS.
MATERIALS STORAGE & SPILL CLEANUP
NON -HAZARDOUS MATERIALS MANAGEMENT
- SAND, DIRT, AND SIMILAR MATERIALS MUST BE STORED AT LEAST 10
FEET FROM CATCH BASINS, AND COVERED WITH A TARP DURING WET
WEATHER OR WHEN RAIN IS FORECAST
- USE (BUT DON'T OVERUSE) RECLAIMED WATER FOR DUST CONTROL AS
NEEDED
- SWEEP STREETS AND OTHER PAVED AREAS DAILY. DO NOT WASH
DOWN STREETS OR WORK AREAS WITH WATER!
- RECYCLE ALL ASPHALT, CONCRETE, AND AGGREGATE BASE MATERIAL
FROM DEMOLITION ACTIVITIES.
- CHECK DUMPSTERS REGULARLY FOR LEAKS AND TO MAKE SURE THEY
DON'T OVERFLOW. REPAIR OR REPLACE LEAKING DUMPSTERS
PROMPTLY.
- LABEL ALL HAZARDOUS MATERIALS AND HAZARDOUS WASTES (SUCH AS
PESTICIDES, PAINTS, THINNERS, SOLVENTS, FUEL, OIL, AND ANTIFREEZE)
IN ACCORDANCE WITH CITY, STATE, AND FEDERAL REGULATIONS.
- STORE HAZARDOUS MATERIALS AND WASTES IN SECONDARY
CONTAINMENT AND COVER THEM DURING WET WEATHER
- FOLLOW MANUFACTURER'S APPLICATION INSTRUCTIONS FOR HAZARDOUS
MATERIALS AND BE CAREFUL NOT TO USE MORE THAN NECESSARY.
DO NOT APPLY CHEMICALS OUTDOORS WHEN RAIN IS FORECAST WITHIN
24 HOURS.
- BE SURE TO ARRANGE FOR APPROPRIATE DISPOSAL OF ALL
HAZARDOUS WASTES.
- KEEP A STOCKPILE OF SPILL CLEANUP MATERIALS (RAGS, ABSORBENTS,
ETC.) AVAILABLE AT THE CONSTRUCTION SITE AT ALL TIMES.
- WHEN SPILLS OR LEAKS OCCUR, CONTAIN THEM IMMEDIATELY AND BE
PARTICULARLY CAREFUL TO PREVENT LEAKS AND SPILLS FROM
REACHING THE GUTTER, STREET, OR STORM DRAIN. NEVER WASH
SPILLED MATERIAL INTO A GUTTER, STREET, STORM DRAIN OR CREEK!
- REPORT ANY HAZARDOUS MATERIALS SPILLS IMMEDIATELY! CALL CITY
OF SAN RAFAEL FIRE DEPARTMENT AT (415) 485-3308.
VEHICLE AND EQUIPMENT MAINTENANCE &
CLEANING
- INSPECT VEHICLES AND EQUIPMENT FOR LEAKS FREQUENTLY. USE DRIP
PANS TO CATCH LEAKS UNTIL REPAIRS ARE MADE; REPAIR LEAKS
PROMPTLY
- FUEL AND MAINTAIN VEHICLES ON SITE ONLY IN A BERMED AREA OR
OVER A DRIP PAN THAT IS BIG ENOUGH TO PREVENT RUNOFF
- IF YOU MUST CLEAN VEHICLES OR EQUIPMENT ON SITE, CLEAN WITH
WATER ONLY IN A BERMED AREA THAT WILL NOT ALLOW RINSEWATER
TO RUN INTO GUTTERS, STREETS, STORM DRAINS, OR CREEKS
- DO NOT CLEAN VEHICLES OR EQUIPMENT ON-SITE USING SOAPS,
SOLVENTS, DEGREASERS, STEAM CLEANING EQUIPMENT, ETC.
EARTHWORK & CONTAMINATED SOILS
- KEEP EXCAVATED SOIL ON THE SITE WHERE IT IS LEAST LIKELY TO
COLLECT IN THE STREET. TRANSFER TO DUMP TRUCKS SHOULD TAKE
PLACE ON THE SITE, NOT IN THE STREET.
- USE HAY BALES, SILT FENCES, OR OTHER CONTROL MEASURES TO
MINIMIZE THE FLOW OF SILT OFF THE SITE.
- AVOID SCHEDULING EARTH MOVING ACTIVITIES DURING THE RAINY
SEASON IF POSSIBLE. IF GRADING ACTIVITIES DURING WET WEATHER
ARE ALLOWED IN YOUR PERMIT, BE SURE TO IMPLEMENT ALL CONTROL
MEASURES NECESSARY TO PREVENT EROSION.
- MATURE VEGETATION IS THE BEST FORM OF EROSION CONTROL.
MINIMIZE DISTURBANCE TO EXISTING VEGETATION WHENEVER POSSIBLE.
- IF YOU DISTURB A SLOPE DURING CONSTRUCITON, PREVENT EROSION
BY SECURINT THE SOIL WITH EROSION CONTROL FABRIC, OR SEED WITH
FAST-GROWING GRASSES AS SOON AS POSSIBLE. PLACE HAY BALES
DOWN-SLOPE UNTIL SOIL IS SECURE.
- IF YOU SUSPECT CONTAMINATION FROM SITE HISTORY, DISCOLORATION,
ODOR, TEXTURE, ABANDONED UNDERGROUND TANKS OR PIPES, OR
BURIED DEBRIS), CALL THE FIRE DEPT., (415) 485-3308, FOR HELP IN
DETERMINING WHAT TESTING SHOULD BE DONE.
- MANAGE DISPOSAL OF CONTAMINATED SOIL ACCORDING TO FIRE
DEPARTMENT INSTRUCTIONS.
CITY OF SAN RAFAEL
STORM WATER PROGRAM
(415) 485-3355
DEWATERING OPERATIONS
- REUSE WATER FOR DUST CONTROL, IRRIGATION, OR ANOTHER ON-SITE
PURPOSE TO THE GREATEST EXTENT POSSIBLE.
- BE SURE TO CALL THE CITY'S STORMWATER MANAGER BEFORE
DISCHARGING WATER TO A STREET, GUTTER, OR STORM DRAIN. CALL
THE STORMWATER MANAGER AT (415) 485-3355. FILTRATION OR
DIVERSION THROUGH A BASIN, TANK, OR SEDIMENT TRAP MAY BE
REQUIRED.
- IN AREAS OF KNOWN CONTAMINATION, TESTING IS REQUIRED PRIOR TO
REUSE OR DISCHARGE OF GROUNDWATER. CONSULT WITH THE CITY FIRE
DEPT. TO DETERMINE WHAT TESTING TO DO AND TO INTERPRET
RESULTS. CONTAMINATED GROUNDWATER MUST BE TREATED OR HAULED
OFF-SITE FOR PROPER DISPOSAL.
SAW CUTTING
- ALWAYS COMPLETELY COVER OR BARRICADE STORM DRAIN INLETS WHEN
SAW CUTTING. USE FILTER FABRIC, HAY BALES, SAND BAGS, OR FINE
GRAVEL DAMS TO KEEP SLURRY OUT OF THE STORM DRAIN SYSTEM.
- SHOVEL, ABSORB, OR VACUUM SAW -CUT SLURRY AND PICK UP ALL
WASTE AS SOON AS YOU ARE FINISHED IN ONE LOCATION OR AT THE
END OF EACH WORK DAY (WHICHEVER IS SOONER).
- IF SAW CUT SLURRY ENTERS A CATCH BASIN, CLEAN IT UP
IMMEDIATELY.
PAVING/ASPHALT WORK
- DO NOT PAVE DURING WET WEATHER OR WHEN RAIN IS FORECAST.
- ALWAYS COVER STORM DRAIN INLETS AND MANHOLES WHEN PAVING OR
APPLYING SEAL COAT, TACK COAT, SLURRY SEAL, OR FOG SEAL.
- PLACE DRIP PANS OR ABSORBENT MATERIAL UNDER PAVING EQUIPMENT
WHEN NOT IN USE.
- PROTECT GUTTERS, DITCHES, AND DRAINAGE COURSES WITH HAY BALES,
SAND BAGS, OR EARTHEN BERMS.
- DO NOT SWEEP OR WASH DOWN EXCESS SAND FROM SAND SEALING
INTO GUTTERS, STORM DRAINS, OR CREEKS. COLLECT SAND AND
RETURN IT TO THE STOCKPILE, OR DISPOSE OF IT AS TRASH.
- DO NOT USE WATER TO WASH DOWN FRESH ASPHALT CONCRETE
PAVEMENT.
CONCRETE, GROUT, AND MORTAR STORAGE &
WASTE DISPOSAL
- BE SURE TO STORE CONCRETE, GROUT AND MORTAR UNDER COVER AND
AWAY FROM DRAINAGE AREAS. THESE MATERIALS MUST NEVER REACH
A STORM DRAIN.
- WASH OUT CONCRETE EQUIPMENT/TRUCKS OFF-SITE OR DESIGNATE AN
ON-SITE AREA FOR WASHING WHERE WATER WILL FLOW ONTO DIRT OR
INTO A TEMPORARY PIT IN A DIRT AREA. LET THE WATER SEEP INTO
THE SOIL AND DISPOSE OF HARDENED CONCRETE WITH TRASH.
- IF A SUITABLE DIRT AREA IS NOT AVAILABLE, COLLECT THE WASH
WATER AND REMOVE IT FOR APPROPRIATE DISPOSAL OFF SITE.
- DIVERT WATER FROM WASHING EXPOSED AGGREGATE CONCRETE TO A
DIRT AREA WHERE IT WILL NOT RUN INTO A GUTTER, STREET, OR STORM
DRAIN. IF A SUITABLE DIRT AREA IS NOT AVAILABLE, FILTER THE WASH
WATER THROUGH HAY BALES BEFORE DISCHARGING TO A STORM DRAIN.
PAINTING
- NEVER RINSE PAINT BRUSHES OR MATERIALS IN A GUTTER OR STREET.
- PAINT OUT EXCESS WATER-BASED PAINT BEFORE RINSING BURHSES,
ROLLERS, OR CONTAINERS IN A SINK. IF YOU CAN'T USE A SINK,
DIRECT WASH WATER TO A DIRT AREA AND SPADE IT IN.
- PAINT OUT EXCESS OIL-BASED PAINT BEFORE CLEANING BRUSHES IN
THINNER.
- FILTER PAINT THINNERS AND SOLVENTS FOR REUSE WHENVER POSSIBLE.
DISPOSE OF OIL-BASED PAINT SLUDGE AND UNUSABLE THINNER AS
HAZARDOUS WASTE.
STORM DRAIN POLLUTERS MAY BE LIABLE FOR FINES OF UP TO $500 PER DAY
CITY OF SAN RAFAEL
CANAL NEIGHBORHOOD INTERSECTION IMPROVEMENTS PROJECT 03-23-2021
APPENDIX D:
CITY SD MANHOLE CASTING ADJUSTING DETAIL
SP 42
Symetrical
about I _ 011
Min.
'
11/2" A.0
See note
Class "B" concrete
.o•
1 Taper section
.o
NOT E
1. BLOCK MANHOLE FRAME TO GRADE WITH BRICK OR CONCRETE
BLOCK. POUR CLASS "B" CONCRETE WITH 2% CALCIUM CHLORIDE
TO 1,/2" BELOW FINISH GRADE OF NEW PAVEMENT. FINISH INSIDE TO
SMOOTH SURFACE.
2. COMPLETE TO GRADE WITH 11/2" ASPHALT CONCRETE.
3. SMALL CASTINGS TO BE RAISED IN SIMILAR MANNER.
STANDARD
REVISIONS
DATE OWN. BY CHK. BY CASTING ADJUSTING
a9 5 3L T.'J. °. E. J. DETAIL
CITY OF SAN
RAFAEL
CALIFOR N IA
ENGINEERING
DEPT.
APPROVED
DWrGINO.
G;,uE
Iva
CITY E a
I RAFq�!
1
a 2
y0
WITH N�`y
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Public Works
Project Manager: Iman Kayani for SG Extension: 3352
Contractor Name: Team Ghilotti, Inc.
Contractor's Contact: Gabe Duran Contact's Email: gabed@teamghilotti.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
DATE
Check/Initial
1
Project Manager
a. Email PINS Introductory Notice to Contractor
Click here to
❑
enter a date.
b. Email contract (in Word) and attachments to City
4/27/2021
Attorney c/o Laraine.Gittens@cityofsanrafael.org
❑x IKK
2
City Attorney
a. Review, revise, and comment on draft agreement
4/27/2021
© LG
and return to Project Manager
4/27/2021
N LG
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
3
Department Director
Approval of final agreement form to send to
4/28/2021
® BG
contractor
4
Project Manager
Forward three (3) originals of final agreement to
4/28/2021
❑x IKK
contractor for their signature
5
Project Manager
When necessary, contractor -signed agreement
❑ N/A
agendized for City Council approval *
*City Council approval required for Professional Services
OIKK
Agreements and purchases of goods and services that exceed
Or
$75,000; and for Public Works Contracts that exceed $175,000
5/3/2021
Date of City Council approval
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
6
Project Manager
Forward signed original agreements to City
5/17/2021
IKK
Attorney with printed copy of this routing form
7
City Attorney
Review and approve hard copy of signed
n
agreement
5 6 02021
8
City Attorney
Review and approve insurance in PINS, and bonds
j `j
J•.Q
(for Public Works Contracts)
9
City Manager/ Mayor
Agreement executed by City Council authorized
Com(
official
10
City Clerk
Attest signatures, retains original agreement and
forwards copies to Project Manager