Loading...
2012/06/12 City Council Resolution 2012-55RESOLUTION NO. 2012- 55 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK AUTHORIZING AND APPROVING AN AGREEMENT WITH GREEN VALLEY CONSULTING ENGINEERS FOR CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES OF THE ARLEN DRIVE AND EAST COTATI OVERLAY PROJECT NO. 2010-07, COPELAND CREEK BIKE PATH RECONSTRUCTION PROJECT NO. 2010-08, AND RANCHO VERDE CIRCLE AND ROHNERT PARK EXPRESSWAY TRAFFIC SIGNAL PROJECT NO. 2011-08 WHEREAS, the City desires to construct the Arlen Drive and East Cotati Overlay Project No. 2010 -07, Copeland Creek Bike Path Reconstruction Project No. 2010 -08, and Rancho Verde Circle and Rohnert Park Expressway Traffic Signal Project No. 2011 -08; WHEREAS, inspection and construction management services are needed during construction; WHEREAS, Arlen Drive and East Cotati Avenue Overlay Project No. 2010- 07 and the Copeland Creek Bike Path Reconstruction Project No. 2010 -08 are Federally funded and will require the complete and careful paperwork documentation that is a requirement of Federal funding. WHEREAS, a request for proposals was distributed via email to various consultants in the Counties of Alameda, Colusa, Contra Costa, Lake, Marin, Mendocino, Napa, Sacramento, San Francisco, San Mateo, Santa Clara, Solano, Sonoma, Tehama, and Yolo to include Certified DBEs/UDBEs. WHEREAS, the City received four proposals which staff reviewed using the following criteria: quality of construction management team including resident engineer, inspector and administrative personnel and ability to appropriately commit staffing to the project; quality of construction management team including resident engineer, inspector and administrative personnel and ability to appropriately commit staffing to the project; experience managing federally funded construction projects including files and associated paperwork including knowledge of Caltrans Standard Plans, Standard Specifications, and Local Assistance Procedures Manual; knowledge and experience of Traffic Signal construction management and inspection work; experience communicating with the public on construction projects; and experience doing constructability reviews and solving constructability problems. Two consultants were interviewed by staff. WHEREAS, Green Valley Consulting Engineers, a UDBE certified firm, is qualified and experienced to provide such services, has submitted a proposal for inspection and construction management services, and has been selected by staff as the most appropriate construction manager for the said projects; and WHEREAS, Green Valley Consulting Engineers entered in a Master Agreement for Services to provide construction management and design services per Resolution No. 2011 -07. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert Park that it does hereby authorize and approve an agreement by and between Green Valley Consulting Engineers, a California Corporation, and the City of Rohnert Park, a municipal corporation, for Construction Management and Inspection Services for Arlen Drive and East Cotati Overlay Project No. 2010 -07, Copeland Creek Bike Path Reconstruction Project No. 2010 -08, and Rancho Verde Circle and Rohnert Park Expressway Traffic Signal Project No. 2011 -08 for the combined not to exceed amount of $173,230.00. BE IT FURTHER RESOLVED that the City Manager is hereby authorized and directed to take all actions to effectuate this agreement for and on behalf of the City of Rohnert Park, including execution, if necessary, in substantially similar form to the agreement attached hereto as Exhibit "A," subject to minor modifications by the City Manager or City Attorney. DULY AND REGULARLY ADOPTED this 12`h day of June, 2012. CITY OF ROHNERT PARK Mayor ATTEST: 9 62 ROKNERr PARk r City Clerk CALIPOANIN AHANOTU:�L(C BELFORTE: CALLINAN: /qy�: STAFFORD: AL MACKENZIE: /'t I e- AYES: (�j ) NOES: ( D ) ABSENT: ( Q ) ABSTAIN: ( 0 ) (2) Exhibit A City of Rohnert Park 1.30 Avram Ave. Rohnert Park, CA 94928 DESIGN PROFESSIONAL SERVICES AGREEMENT RE: CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES OF THE ARLEN DRIVE AND EAST COTATI OVERLAY PROJECT NO. 2010-07, COPELAND CREEK BIKE PATH RECONSTRUCTION P13110JECT NO. 2010-08, AND RANCHO VERDE CIRCLE AND ROHNERT PAR ESSWAY TRAFFIC SIGNAL PROJECT NO. 2011- WHEREAS, De � : � ' is skilled and able to 1�. e such WHEREAS11% desires provide the services des d id determine fr( of Work and ,sents to-RW City that Design Professional in Section 1 of this Agreement; and Designv&fessional pursuant to this Agreement to Agreement TIES HERETO AGREE AS FOLLOWS: Subject to such policy direction and approvals as the City may ;n Professional shall perform the services set out in the "Scope nce" attached hereto as Exhibit A. �. t ime lei tormance. The services of Design Professional are to commence upon receipt of a written notice to proceed from City, but in no event prior to receiving a fully executed agreement from City and obtaining and delivering the required insurance coverage, and satisfactory evidence thereof, to City. The services of Design Professional are to be completed not later than December 31, 2012. Design Professional shall perform its services in accordance with'the schedule set out in the "Scope of Work and Schedule of Performance" attached hereto as Exhibit A. Any changes to the dates in this Section or Exhibit A must be approved in writing by the City. -1- Revised: 1/10/11 3. Compensation and Method of Payment. A. Compensation. The compensation to be paid to Design. Professional, including both payment for professional services and reimbursable expenses, shall be at the rate and schedules attached hereto as Exhibit B. However, in no event shall the amount City pays Design Professional exceed One Hundred Seventy -three Thousand Two Hundred Thirty Dollars ($173,230.00). Payment by City under this Agreement shall not be deemed a waiver of unsatisfactory work, even if such defects were known to the City at th,�&,time of payment. B. Timing of Payment. (1) Design Professional shall sub -•. m onthly invoices for work performed. City sha e paym full, within thirty (30) days after approval invoice by (2) Payments due and le to Design Profession current services must be the curre -. ge t and with _ available, unexhausted and une ber I ropriation of the ity. In the event the City has not a ed sufficient funds for payment of Design onal servic and the current fiscal year, this Agreeme er only t osts incurred up to the conclusion the iscal, ayment for additional work is C. es i ensa esign Pro sional will not undertake any work that will incur in excess he amo et forth in Section 3(A) without prior written amendment to this ement. D. S r. s upon the professional ability of Design Professio rial i ment to ente nto this Agreement. All work performed by Desig ssion M r thi eement shall be in accordance with all applicable legal req nts and shal the and of quality ordinarily to be expected of competent pro : als in Design P Sion . eld of expertise. Vbrfonned sign Professional shall pay all taxes, assessments and premiums under the fe Act, any applicable unemployment insurance contributions, Workers Come premiums, sales taxes, use taxes, personal property taxes, or other taxes or r hereafter in effect and payable by reason of or in connection with the servic by Design Professional. F. No Overtime or Pr emium Pay. Design Professional shall receive no premium or enhanced pay for work normally understood as overtime, i.e., hours that exceed forty (40) hours per work week, or work performed during non - standard business hours, such as in the evenings or on weekends, unless specifically required by the applicable task order and authorized by City in writing. Design Professional shall not receive a premium or enhanced pay for work performed on a recognized holiday. Design Professional shall not receive paid time off for days not worked, whether it be in the form of sick leave, administrative leave, or for any other form of absence. -2- 1126651 v3 80078 /0012 Revised: 1/10/11 G. Litigation Support. Design Professional agrees to testify at City's request if litigation is brought against City in connection with Design Professional's report. Unless the action is brought by Design Professional or is based upon Design Professional's negligence, City will compensate Design Professional for the preparation and the testimony at Design Professional's standard hourly rates, if requested by City and not part of the litigation brought by City against Design Professional. 4. Amendment to Scope of Work City shall have the Work within the Agreement by written notification to the Design the compensation and time of performance shall be subject to re of either party to the Agreement. Failure of the Design Profesq authorization for extra or changed work shall constitute a w adjustment in the contract price or time due, whether by f cc quantum meruit, etc. for work done without the appro City a 5. Duties of City. City shall provid Professional that is reasonably necessary to perl rights of approval and discretion with respect to this Agreement. C.9 A. The plans, material prepared by or drafts and working doc "Documents "), shall or not. Design Pro completion of the Se request by Ci in writir shalffdr all (2) t the to amend the Scope of Tonal. In such event, tion upon written demand secure City's written nd all right to -on, restitution, tested by n Work. City r. s all ,rtakings contemplated by Fniogra reports, models, and other ement including all and pa er forms (collectively the the City, whether the Services are completed k les to City, upon request at (1) the of this Agreement for any reason, or (3) s due to Design Professional. Do nts may be used by City and its officers, elected officials, ntee d assigns, in whole or in part, or in modified form, for all able ut further employment of or payment of any Tonal. f City desires to modify Documents before using them, >n . t from Design Professional for any such modification, and such e withheld. If City modifies Documents without obtaining rofessional, Design Professional shall not.be liable to City for any of such modified Documents, provided that the Design Professional of such damages. C. Design Professional retains the copyright in and to the intellectual property depicted in the Documents subject to Design Professional's limitations and City's rights and licenses set forth in this Agreement. City's ownership interest in the Documents includes the following single, exclusive license from Design Professional: Design Professional, for itself, its employees, heirs, successors and assigns, hereby grants (and if any subsequent grant is necessary, agrees to grant) to City an irrevocable, perpetual, royalty-free, fully paid, sole and exclusive license and right to use and exercise any and all of the copyrights or other intellectual property rights that Design Professional may author or create, alone or jointly with others, in or -3- 1126651v3 80078/0012 Revised: 1/10/11 with respect to the Documents, including without limitation all analysis, reports, designs and graphic representations. City's license shall include the right to sublicense, shall be for all purposes with respect to each right of copyright, and shall be without restriction. D. Design Professional shall include in all subcontracts and agreements with respect to the Services that Design Professional negotiates, language which is consistent with this Section 6. E. All reports, information, data, and exhibits pre Design Professional in connection with the performance of its Se Agreement are confidential until released by the City to the p shall not make any of these documents or information avail a not employed by the Design Professional or the City wit u e Wntl before any such release. This provision shall not ap informatic public domain, (2) was previously known by Desi essional, (3) required to provide by law, or (4) reasonably re y Design Prof defense in a legal or similar proceeding, so long sign Pro n before use of such information. 7. Pd or assembled by pursuant to this the Design Professional dividual or organization %; ent of the City is already in the lesig resslonal is sional duct its notifies n writing or C. Ncont r Tonal shall make every reasonable effort to maintain stabi d continuign sionars Key Personnel assigned to perform the Services. Key Pe el for this are lis din Exhibit D. Desi ofessional shall provide City with a minimum twenty (20) days prior written Ino f an ges in Design Professional's Key Personnel, provided that Design Profe s such notice, and shall not replace any Key Personnel with anyone to whom the has asonable objection. E. Design Professional plans to retain the subconsultants listed in Exhibit D, who will provide services as indicated in Exhibit D. F. Design Professional will not utilize subconsultants other than those listed in Exhibit D without advance written notice to the City. Design Professional will not utilize a subconsultant to whom the City has a reasonable objection. Subconsultants providing professional services will provide professional liability insurance as required in Exhibit C unless the City waives this requirement, in writing. -4- 1126651 v3 80078/0012 Revised: 1/10/11 8. Conflict of Interest. A. Design Professional understands that its professional responsibility is solely to City. Design Professional warrants that it presently has no interest, and will not acquire any direct or indirect interest, that would conflict with its performance of this Agreement. Design Professional shall not knowingly, and shall take reasonable steps to ensure that it does not, employ a person having such an interest in the performance of this Agreement. If Design Professional discovers that it has employed a person with a direct or indirect interest that would AOK conflict with its performance of this Agreement, Design Profession 1 promptly disclose the relationship to the City and take such action as the City may dire . the conflict. B. Design Professional (including employees) covenants and represents that it does not i property and shall not acquire any interest, direct or ii or any other source of income, interest in real prop any manner or degree by the performance of De 4. Professional further covenants and represents tha t person having any such interest shall perform .any s C. Design Professi the Political Reform Act because Desi Eck , as tes and professional a any in - ent or interest in real s , in the area c d by this contract investment which d be affected in :ssional's Services he ::der. Design erfo ce of its duties t eunder no this Agreement. within the meaning of 10. Lia embers and Em to ees of City. No member of the City and no other officer, elected cial, employee, agent or volunteer of the City shall be personally liable to Design Professional or otherwise in the event of any default or breach of the City, or for any amount which may become due to Design Professional or any successor in interest, or for any obligations directly or indirectly incurred under the terms of this Agreement. 11. Indemnity. A. To the fullest extent permitted by law (including, without limitation, California Civil Code Sections 2782 and 2782.8), Design Professional shall defend (with legal counsel reasonably acceptable to City), indemnify, and hold harmless City and its officers, -5- 11266510 80078/0012 Revised: 1 /10 /11 elected officials, employees, agents, and volunteers (collectively "Indemnitees ") from and against any and all claims, loss, cost, damage, injury (including, without limitation, injury to or death of an employee of Design Professional or its subconsultants), expense and liability of every kind, nature and description (including, without limitation, fines, penalties, incidental and consequential damages, reasonable court costs and reasonable attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith, and costs of investigation), that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of Design Professional, any subconsultant, anyone directl or indirectly employed by them, or anyone that they control (collectively "Liabilities "). Su ligence, recklessness, or willful misconduct includes without limitation the failure of D rofessional to disclose information known by Design Professional to be material to g the Services. Such obligations to defend, hold harmless and indemnify any In ee not apply to the extent that such Liabilities are caused by the negligence, active . gence, o 1 misconduct of such Indemnitee. Notwithstanding any provision oft ; reement to th trary, the extent of Design Professional's obligation to defend, indem d hold harmless sh governed by the provisions of California Civil Code Section B. Neither termination of this A e completion of the Services shall release Design Professional from ' s obligations s Section 11, as long as the event giving rise to the claim, loss, cost, da ury, expen lability occurred prior to the effective date of any such termination n. C. Design Professiona ees to ecu ndemnity agreements with provisions identical to tho h in this ti in every subconsultant or any other person or entity i d , with o half of De gn Professional in the performance of this ment. If ign Pro 'oval fails to obtain such indemnity obligations from of s require sign Pro nal shall be fully responsible for all obligations under this on. tom r compliance with this requirement imposes no a onal o n no way act as a waiver of any rights hereunde tion emnify and de d City as set forth herein is binding on the succe assigns so gn Professional and shall survive the termination of this AgrdlWht or this secti D. Desi rofessiTnal's compliance with the insurance requirements does not relieve n Professio from the obligations described in this Section 11, which shall apply whethe .. of such ance policies are applicable to a claim or damages. 12. Desi ssional Not an Agent of Cit.. Design Professional, its officers, employees and agents all not have any power to bind or commit the City to any decision. 13. Independent Contractor. It is understood that Design Professional, in the performance of the work and services agreed to be performed by Design Professional, shall act as and be an independent contractor as defined in Labor Code 3353 and not an agent or employee of City; and as an independent contractor, Design Professional shall obtain no rights to retirement benefits or other benefits which accrue to City's employees, and Design Professional hereby expressly waives any claim it may have to any such rights. 14. Compliance with Laws. r2 1126651 v3 80078/0012 Revised: 1/10/11 A. General. Design Professional shall (and shall cause its agents and subcontractors), at its sole cost and expense, comply with all applicable federal, state and local laws, codes, ordinances and regulations now in force or which may hereafter be in force during the term of this agreement. Except as otherwise allowed by City in its sole discretion, Design Professional and all subconsultants shall have acquired, at their expense, a business license from City in accordance with Chapter 5.04 of the Rohnert Park Municipal Code prior to City's issuance of an authorization to proceed with the Services. Such license(s) must be kept valid throughout the term of this Agreement. Any corrections to Design Pro ssional's reports or other Documents (as defined in Section 6) that become necessary as a res Design Professional's failure to comply with these requirements shall be made at the D rofessional's expense. B. Updates. Should Design Profession ..t m re that the requirements referenced in subparagraph A above change aftt.ents report o , r Document is prepared, Design Professional shall be responsiing City of s the in requirements. Design Professional will bring th into conforman . - th the newly issue d requirements at the written direction of CProf ssional's cos roviding services pursuant to this paragraph shall be sub ditional Servic F. Prevailing Wage. Design Professional and Design Professional's sub - consultants, shall, to the extent required by the California Labor Code, pay not less than the latest prevailing wage rates to workers and professionals as determined by the Director of Industrial Relations of the State of California pursuant to California Labor Code, Part 7, Chapter 1, Article 2. Copies of the applicable wage determination are on file at City Clerk's office. This provision to comply with prevailing wage laws takes precedence over the provisions of paragraph 3.E. -7- 11266510 80078/0012 Revised: 1 /10 /11 G. Injury and Illness Prevention Program. Design Professional certifies that it is aware of and has complied with the provisions of California Labor Code Section 6401.7, which requires every employer to adopt a written injury and illness prevention program. H. City Not Responsible. City is not responsible or liable for Design Professional's failure to comply with any and all of the requirements set forth in this Agreement. 15. Nonexclusive Agreement. Design Professional unde#Stnds that this is not an exclusive Agreement and that City shall have the right to negotiate nd enter into contracts with others providing the same or similar services as those provi esign Professional as the City desires. 16. Confidential Information. All data, docu , n discusXb. information developed or received by or for Design Professional i rmance oent are confidential and not to be disclosed to any person e e as authorizeequired by law, or as otherwise allowed by this Agreement. 17. Insurance. Design Professional sha ide ance in accordance with the requirements of Exhibit C. 18. Assignment Prohibited. fessiona not assign any of its rights nor transfer any of its obligations under this ee "t out th r written consent of City and any attempt to so assign or so transfer wit such hall oid and without legal effect and shall constitute aroundAMUNexminatinn 19. If De. Professional fails to cure the default within seven (7) days after written notice th - Ci y, at its sole option, take possession of any Documents or other materials (in paper ronic form) prepared or used by Design Professional and (1) provide any such work, labor, erials or services, as may be necessary to overcome the default and deduct the cost thereof from any money then due or thereafter to become due to Design Professional under this Agreement; and/or (2) terminate Design Professional's right to proceed with this Agreement. C. In the event City elects to terminate, City shall have the right to immediate possession of all Documents and work in progress prepared by Design Professional, whether located at Design Professional's place of business, or at the offices of a subconsultant, and may employ any other person or persons to finish the Services and provide the materials therefor. In 1126651 v3 80078/0012 Revised: 1/10/11 case of such default termination, Design Professional shall not be entitled to receive any further payment under this Agreement until the Services are completely finished. D. In addition to the foregoing right to terminate for default, City reserves the absolute right to terminate this Agreement without cause, upon 72- hours' written notice to Design Professional. In the event of termination without cause, Design Professional shall be entitled to payment in an amount not to exceed the Not -To- Exceed Amount which shall be calculated as follows: (1) Payment for Services then satisfactorily co leted and accepted by City, plus (2) Payment for Additional Services satisfactorily compl . d accepted by City, plus (3) Reimbursable Expenses actually incurred by Design Pro nal, as approved by City. The amount of any payment made to Design Professional prio date of termination of this Agreement shall be deducted from the amounts described i 2) : 3) above. Design Professional shall not be entitled to any claim or lien ag ' t ity for a ditional compensation or damages in the event of such termin f nd payment. ddition, the City's right to withhold funds under. Section 19.C. shall b icable in the event rmination for convenience. E. If this Agreement is terminat C' default and it is later determined that the default termination as wrongful, ination automatically shall be converted to and treated as a Termina Convenien er this Section 19 and Design Professional shall be entitled to receive ounts pa under Section 19.D.. 20. Suspension. The City shal ve the to s nd this Agreement and the services contemplated her ' y or in f p he /she deems necessary due to unfavorable conditions e eon th f the Desig Professional to perform any provision of this Ag ent. Desi rofessio will be paid for satisfactory Services performed through ate of ter ry suspen In the event that Design Professional's services hereunder ar yed f .n exc f six (6) months due to causes beyond Design Profe "oval's re n r " } fessional's compensation shall be subject to renegoti t� Entire A .. men Amendment. This Agreement constitutes the complete and exclu tatement of the eeme een City and Design Professional and supersedes any previou I ements, whet erbal o written, concerning the same subject matter. This Agreemen T only, be am d or extended from time to time by written agreement of the parties hereto. 22. Inte This Agreement shall be interpreted as though it was a product of a joint drafting effort no provisions shall be interpreted against a party on the ground that said party was solely or primarily responsible for drafting the language to be interpreted. 23. Litigation Costs. If either party becomes involved in litigation arising out of this Agreement or the performance thereof, the court in such litigation shall award reasonable costs and expenses, including attorneys' fees, to the prevailing party. In awarding attorneys' fees, the court will not be bound by any court fee schedule, but shall, if it is in the interest of justice to do so, award the full amount of costs, expenses, and attorneys' fees paid or incurred in good faith. 24. Time of the Essence. Time is of the essence of this Agreement. -9- 1126651x3 80078/0012 Revised: I /10/11 25. Written Notification. Any notice, demand, request, consent, approval or communication that either party desires or is required to give to the other party shall be in writing and either served personally or sent by prepaid, first class mail. Any such notice, demand, etc. shall be addressed to the other party at the address set forth hereinbelow. Either party may change its address by notifying the other party of the change of address. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: If to Design Professional: 26. A. Design Professio intain an d all ledgers, books of account, invoices, vouchers, canceled checks, an er r r docu . evidencing or relating to charges for services, or expenditures and rsem ed t ity for a minimum period of three (3) years, or for any od req date of final payment to Design Professional. B. esign Prof nal shall tain all documents and records which demonstrate perform a . nder ent fo inimum period of three (3) years, or for any longer p requir ro ermination or completion of this Agreement. C. re or documents required to be maintained pursuant to this Agr t shall be ma aila inspection or audit, at any time during regular business hours, written reque the ttorney, City Auditor, City Manager, or a designated represen of any of the fficers. Copies of such documents shall be provided to City for inspection it is practic do so. Otherwise, unless an alternative is mutually agreed upon, the reco all be ble at Design Professional's address indicated for receipt of notices in this A en D. may, by written request by any of the above -named officers, require that custody of the records be given to City and that the records and documents be maintained in the City Manager's office. Access to such records and documents shall be granted to any party authorized by Design Professional, Design Professional's representatives, or Design Professional's successor -in- interest. E. Pursuant to California Government Code Section 10527, the parties to this Agreement shall be subject to the examination and audit of representative of the Auditor General of the State of California for a period of three (3) years after final payment under the Agreement. -10- 1126651 v3 80078/0012 Revised: 1/10/11 The examination and audit shall be confined to those matters connected with the performance of this Agreement including, but not limited to, the cost of administering the Agreement. 27. Equal Employment Opportunity. Design Professional is an equal opportunity employer and agrees to comply with all applicable state and federal regulations governing equal employment opportunity. Design Professional will not discriminate against any employee or applicant for employment because of race, age, sex, creed, color, sexual orientation, marital status or national origin. Design Professional will take affirmative act n to ensure that applicants are treated during such employment without regard to ra , sex, creed, color, sexual orientation, marital status or national origin. Such action A nclude, but shall not be limited to, the following: employment, upgrading, demotion L er; recruitment or recruitment advertising; lay -offs or termination; rates of pa e s of compensation; and selection for training, including apprenticeship. Design sional : - agrees to post in conspicuous places, available to employees and appli "or employme tices setting forth the provisions of this nondiscrimination clause. 28. Unauthorized Aliens. Design Pro with all the provisions of the Federal Immigration a seq., as. amended, and in connection therewith, shall therein. Should Design Professional such work and/or services covered by this A C imposed against City for such use of una < riz and shall reimburse City for the cost of all .. h liab any and all costs, includint s' fees, omises and a to comply Act, 8 U.S.C.A. 1101, et unauthorized aliens as defined A aliens for performance of liability or sanctions be ofessional hereby agrees to imposed, together with 32. Sev If any one or more of the provisions contained herein shall for any reason be held to be Wilild, i llegal or unenforceable in any respect, then such provision or provisions shall be deemed severable from the remaining provisions hereof, and such invalidity, illegality or unenforceability shall not affect any other provision hereof, and this Agreement shall be construed as if such invalid, illegal or unenforceable provision had not been contained herein. 33. No Waiver Of Default. No delay or omission of City to exercise any right or power arising upon the occurrence of any event of default shall impair any such right or power or shall be construed to be a waiver of any such default of an acquiescence therein; and every power and remedy given by this Agreement to City shall be exercised from time to time and as often as may be deemed expedient in the sole discretion of City. -11- 1126651x3 80078/001.2 Revised: 1/10/11 34. Successors And Assigns. All representations, covenants and warranties set forth in this Agreement, by or on behalf of, or for the benefit of any or all of the parties hereto, shall be binding upon and inure to the benefit of such party, its successors and assigns. 35. Exhibits. The following exhibits are attached to this Agreement and incorporated herein by this reference: A. Exhibit A: Scope of Work and Schedule of B. Exhibit B: Compensation C. Exhibit C: Insurance Requireme e Professional Services Agreement D. Exhibit D: Key Personne - ther ConsultantNiona ialists or Experts E _ d by Design Profess 36, Execution. This Agreement may be ut( which shall constitute one and the same instrument an f when at least one copy hereof shall h signed by Agreement, it shall not be necessary to account 37. News Releases/Interviewsvmm releases, media interviews ny at he expressly authorized by 38. - Ven. n the event t suit such en 'es), person(s), any state a :. federal lay Furthermore, tering i not have breach e to Professional is obl ral counterparts, each of binding upon the parties hereto. In approving this than one such counterpart. i subconsultant news shall be prohibited unless brought by either party hereunder, the lusively in a state court in the County of N*Agreement this Agreement warrant and represent that they have the in the names, titles, and capacities herein stated firms represented or purported to be represented by that all formal requirements necessary or required by rder to enter into this Agreement have been fully complied with. is Agreement, Design Professional hereby warrants that it shall conditions of any other contract or agreement to which Design i breach would have a material effect hereon. -12- 11266510 80078/0012 Revised: I /10/11 IN WITNESS WHEREOF, the City and Design Professional have executed this Agreement as of the date first above written. CITY OF ROHNERT PARK GREEN VALLEY Gabriel A. Gonzalez, City Manager Date: Per Resolution No. 20_- _adopted by the Rohnert Park City Council at its meeting of June 12, 2012 . APPROVED AS TO FORM: ATTEST: -13- By: _ Title: Date: 11266510 80078/0012 Revised: 1/10/11 EXHIBIT A Scope of Work and Schedule of Performance -14- 11266510 80078/0012 Revised: 1/10/11 Arlen Drive and East Cotati Avenue Overlays Project Understanding The City of Rohnert Park is seeking proposals from qualified Consulting firms interested in contracting with the City to provide construction management and inspection services for the Arlen Drive and East Cotati Avenue Overlays Project. Arlen Drive is located off of Commerce Blvd and runs through a residential neighborhood, while East Cotati Avenue predominately is located adjacent to open space strips with no business or homes directly adjacent to the road frontage. The project is funded with federal funds that are administered by Caltrans Local Assistance. Construction Bids have not yet been received for this project, although it is anticipated that this project will be under construction in late June. The City is seeking construction management/inspection and administration services for the duration of the project. Contract Documents allow for 90 working days, but our experience on similar projects indicates the work will likely be completed much sooner, and we are estimating 60 working days for our fee estimate. We have allowed for 8 additional working days for project start up and closeout. Both streets will have pavement repair and re- surfacing work, with the repairs consisting of hot mix asphalt (HMA) overlay and dig out repairs. Arlen Drive will have a number of "dig- outs" performed prior to the final HMA overlay. Edge and conform grinds will be performed with an AC leveling course over ground area to accept pavement reinforcing fabric. Crack cleaning and sealing will be done, roadway prepared for the reinforcement fabric and then a 3 inch overlay section for project limits. New sanitary manholes will be installed to upgraded the existing manhole chimneys, frames and covers. New striping and signing will be installed, including new shared roadway bicycle striping and school crossing symbols. East Cotati Avenue shall have edge and conform grinds, and minor dig -outs and a 2 inch thick AC overlay. A more detailed scope can be found in Section 01100 of the project specifications. The replacement of traffic detector loops is also included within the scope of work. We have performed the CM and inspection on a number of identical projects to the Arlen Drive and East Cotati Avenue Overlay project — including the recently constructed 2010 County of Sonoma ARRA Overlays where we worked closely with the County's material lab and have excellent working relationships with Kevin Howze, Sarah Fredericks and Vic Hayes. This project utilized a new and cutting edge material in Sonoma County of rubberized chip seal for the overlay. In addition the project was spread over the geographic limits of Sonoma County at 5 different rural locations, from west of Sebastopol, to East of Sonoma, up to the Sonoma/Napa County border. We.excelled at managing the Contractor and overall schedule of the project despite the numerous locations, and believe we can do the same for Rohnert Park. Our Resident Engineer /Construction Manager also stands in as an inspector when needed, which keeps the costs down and continuity within the assigned team. We easily believe that the Overlay project can be completed with 1 inspector and part-time Construction Management, with Tim assisting as needed during critical times of the process. Additionally, we were the Construction Manager and Inspector for the also recent City of Cotati's East Cotati Avenue Improvements project, which is detailed in the project reference section. Like the East Cotati Avenue Overlay segment, traffic control was critical for the success of the project, especially with the extensive hardscape improvements like the pedestrian "refuge" islands, traffic signal modifications, and striping and signing improvements. We are very good at Value Engineering projects and will work diligently to help the City come in within budget if this becomes a concern on this particular project. Understanding and Scope for Administration of Federally Funded Projects As referenced in the City's RFP, the Overlay project will have Federal Funds. As a result, the construction administration and administration of the project shall comply with the most recent federal requirements, Caltrans Local Assistance Procedures Manual (LAPM), and other relevant Federal Highway Administration (FHWA) guidelines. The detailed scope of work is outlined below in accordance with Caltrans's recently updated (January 2012) Construction Oversight information Notices (COIN). The Caltrans Local Assistance Program Caltrans Oversight Information Notice, or "COIN" for short, are single -topic bulletins intended to provide outreach information and guidance to local agencies on all issues pertaining to the Federal -aid projects. 1. Project Files and Organization - Assist the City in setting up and organizing the files in accordance with Caltrans recommended Project Record Filing System for locally administered federal -aid projects. reer. L'a i, , i:,;;; <,;. ii ;; ; _ c,i ? r >r• City of Rohnert Park - Construction Management for Various 2-011 Summer Projects 17 2. Assist the City's Project Manager in submitting the required DBE/UDBE information to Caltrans within the required time. 3. Coordinate with the City to obtain and review Contractor's federally required submissions for the preparation of contract award package to be submitted to Caltrans. 4. Prepare the federally required exhibits for construction award package after the contract is awarded. 5. Coordinate and follow up with Caltrans, and incorporate comments on the award package. Follow up with Caltrans's Oakland office to ensure that the submission package has been reviewed, and properly processed through appropriate divisions. 6. Review the requirements of Chapter 16 of LAPM, Caltrans Construction Manual, City's approved request for authorization, contract award package, and other federal requirements with the City's Project Manager, and our Project Inspector. 7. Assist the City's Project Manager in obtaining contractor's monthly employment reports. 8. Quality Assurance Program (QAP) - We do not anticipate that there will be an issue with the project lab on this project due to the utilization of the County of Sonoma in performing all materials testing for the project. 9. Prepare reimbursement invoices to be submitted to Caltrans for the City's Project Manager's signature. Follow up and coordinate with Caltrans Accounting Division in Oakland to ensure timely processing of the invoices. 10. Upon completion of construction, participate in the final job walks, prepare a punch list, ensure timely submittal of the federally required documents by contractor, prepare the final reimbursement invoice, the exhibits required for the project completion package, and submit the completion package to Caltrans. 11. Schedule a final job walk with Caltrans Local Assistance Engineer and the City's Project Manager; assist the City's Project Manager with the process, incorporate Caltrans comments and questions on the City's project completion package, and final invoice for the reimbursement of federal funds. Scope of Work for Construction Management/ Inspection The City's RFP has outlined in detail the services required of our team. We have not attempted to copy these requirements, but rather to outline our approach that will cover those services, as well as any that we feel should be included to bring the project to a successful close for the City of Rohnert Park. The Scope of Work is divided into three phases as follows Pre- Construction Services Construction Phase Services r Post- Construction Services Pre - Construction Services: 1. Conduct a kick -off meeting with the City staff and relevant parties to discuss the proposed design scope and subsequent construction of the project. 2. Perform a constructability review of the plans and specifications to ensure the feasibility and constructability of proposed improvements. 3. Prepare a Construction Management Plan for the project. The Plan will include the following: • Preparation of a project specific manual identifying procedures and protocols to be used by the Construction Manager and project inspectors throughout the project. • Identifying lines of communication between City, Contractor, and Resident Engineer. • Contact list of key agencies, personnel, emergency contacts for Fire, Police, and others, etc. • Provides for standard daily field reports of work accomplished. • Shop drawing log to identify contractor submittals and tracks status of approvals and return to contractor. • Logging system to track contractors' requests for information and status.of responses. • Logging system to identify change order requests and status of approvals or negotiations. • Log of correspondence from and to contractor and City. • Preparation of a monthly report to the City showing progress for the previous month, with any issues needing resolution or pending. Photos of work in progress are typically included. • Assisting City with review of monthly progress payment requests from the contractor and recommendations to the City for payment. • Preside over weekly or semi - weekly progress meetings to discuss previous period progress and review upcoming work, discuss status of submittals, correspondence, requests for information, and other reaxr Fi31ic.;: <'t; <sir! .i;: i (i,Cji;;rc' 5 City of Rohnert Park - Construction Minagernen; for V•a.l`ious 2012 Surr,iner Projects 18 significant issues relating to the project. 4. Establish and implement coordination, tracking, and • Photo records of construction and monitoring of communication procedures among City, RE, CM, contractor's record drawings. Construction Inspector, Designer, and Contractor. 4. Perform a thorough review of the final bid documents prior to start of construction. Verify quantities provided in the bidding documents. Provide results to the City and make recommendations on any identified ambiguities or omissions. 5. Determine requirements, and identify any necessary permits as required to construct and operate the improvements. 6. Prepare a list of affected utilities. Prior to commencement of construction, prepare a notice to utilities identifying the impact of the project on their utilities and for any relocation required. 7. Review the project plans and conduct a job walk to verify the site conditions. Determine the construction requirements, constraints, sequence of operations, methods of traffic control, and related project activities/ events. Determine any interference with current or future projects and make recommendations for construction staging and phasing. 8. Take photos and video of the existing site conditions. 9. Conduct meetings with the businesses and residents along the route to inform them about the project schedule and construction impacts. Construction Phase Services: 1. Schedule and chair the Pre - Construction Conference. We will prepare an agenda and minutes of the meeting. Attention will be given to those items which may impact the schedule and /or project funding. 2. Conduct progress meetings with the Contractor, the City Project Manager, and other involved parties to discuss the progress of the project. Follow up on the issues raised at these meetings to expedite resolution and closure to issues. 3. Provide Contract work with the City. Establish and implement coordination, tracking, and communication procedures among City, Resident Engineer, Construction Manager, Construction Inspector, and Contractor. Prepare correspondence, reports, meeting notes, and other documentation as needed to communicate with the City, the Contractor, and other involved parties, and to establish a clear program record. Prepare and circulate meeting minutes. 5. Establish and implement procedures for reviewing and processing requests for clarification and interpretation of the contract documents, shop drawings, samples and other submittals, contract schedule adjustments, change order proposals, written proposals for substitutions, payment applications, and the maintenance of field logs. Assist City in notifying the public prior to performing construction work that will impact them. 6. Record Management and Document Control Document Tracking System: Maintain a computer - based correspondence, information, and submittal tracking system to ensure that correspondence requiring responses, requests, and submittals are answered in a timely manner. The contractor's submittal schedule will list all significant submittals required by the specifications and those that are critical to the project's success. The schedule will identify the expected date that the item is due, We will review the schedule to confirm that all submittals are listed and that the planned dates allow sufficient time before the item is required on the job site. Green Valley Consulting Engineers will identify those submittals that can be reviewed at the job site and those that should be reviewed by the design engineer. The objective will be to proactively forecast potential problems and develop solutions before impacts occur in the project process. Maintain Project Files: Maintain orderly project files. These files shall include, but not be limited to: • Notice to Proceed • Correspondence • Meeting minutes Submittals • Reproductions of original contract documents, including addenda • Change orders supporting - documentation • Permit documentation • Clarifications for the contract documents • Materials delivery tickets and compliance certification • Weekly and monthly progress reports • Meeting minutes • Daily inspection reports • Progress photos • Lab and field test reports • Progress payments supporting documentation • Other• project documentation Gr: en Valley Cors.iii! J City of Rohnert Park - C.onstr actior; for Varic;us 2012 SUrY mor Projects 19 Provide field observation during construction. We will conduct detailed site observations of the general progress of the work to determine if the work is proceeding in accordance with the contract documents. The Construction Inspector will: • Attend all meetings • Ensure compliance with any ADA requirements and the contract documents • Coordinate and schedule sampling and testing of construction materials, soil, and AC compaction tests with County Lab • Arrange for batch plant inspections (not needed for this contract) • Retain tickets prior to placement of material • Record up -to -date construction information to use in preparation of the record drawings • Prepare daily reports • Report to City any violations to any applicable regulations • Maintain a copy of the contract documents and construction- related documents at the site • Coordinate all construction activities with the utility companies and other agencies within the project area, and as required by the City Prepare construction inspection reports. The on -site observer will complete a daily report of events that occur at the jobsite. Green Valley Consulting Engineers will implement a format for these reports which will include the following: • Contractor's working hours on the jobsite. A separate log will be maintained if the contractor works two shifts or nights. • Contractor and subcontractor personnel and equipment on the jobsite. • Weather conditions and observations as to the effect on the progress of the work. • Decisions or directions given to the contractor. Items of this nature would be those of usual work progress with directions to be included in a more formal manner. • Daily utilization of the contractor and subcontractor equipment on the site, but obviously idle or in temporary storage will be so noted on the report. • Observations connected with the progress of the work including deficiencies or violations of contract requirements by the contractor. • Materials delivered to the job site, together with indication as to results of inspection thereof. • Observed or potential delays and apparent causes. The contractor's reaction to these delays will be noted. • Data relative to claims, extras or deduction. This should include those noted and agreed, as well as potential claims or items of disagreement. • List of visitors, including testing laboratory representatives or others. 9. Prepare and submit bi- weekly status report to the City consisting of, but not limited to, the following documentation: • A narrative description of the progress of work and major tasks completed • Schedule overview. • Change order summary. • One set of key progress photos. • Summary of construction progress for the prior reporting period. • Significant project issues including recommendations on any unsolved issues. • A narrative description of the progress of work and major tasks completed. 10. Review the contract documents and verify that all the required permits have been obtained for the construction of the project. 11. Review Contractor's schedule of values versus the payment application. Provide a recommendation of the monthly progress payment applications submitted by the contractor. We recommend that as a condition of approval, the contractor must be current with as -built recording and scheduling efforts. 12. Review, and Track Requests for Information (RA's), Requests for Clarifications (RFC's), and Shop Drawings. Green Valley Consulting Engineers will establish and implement a Request for Information (RFI) procedure for use in providing resolutions to inquiries from the contractor regarding interpretations and clarifications of the plans and specifications. The RE and Inspector will review contract documents and interpret the drawings as necessary to answer the questions raised by the contractor. The RE will determine if resolution can be developed by application of the plans, typical details, the specifications, and applicable codes and standards. if the resolution cannot be determined from these or similar documents, the RE will consult with the design engineer and ask for the design engineer's interpretation. If the design engineer is authorized to develop additional design details necessary to resolve a problem, Green Valley Consulting Engineers will coordinate through the engineer, the development Grc,r:r : %ail r;; :_ofvau` rn i( ii 01 " s City of Rohnert Park; - Construction I°,Aanacfs.>ri ent for Various 2012 Summer Projects 20 of a revised design so that it is compatible with field conditions or status of the work, with the goal of minimizing or mitigating the impact on the contractor's work. We will maintain a submittal log and process required submittals, prior to, and during the process of the work as follows: • Concrete mix designs for minor concrete • Mix designs for asphalt concrete • Certificates of compliance for materials • SWPPP Plan • Contractor's Safety Plan • Certified Payrolls We understand the importance of reviewing submittals in a timely manner. It is imperative that submittals are received early on in a project and reviewed and approved promptly so as to not impact construction activities. We will work with the contractor to verify that all submittals are submitted and approved well in advance of the construction activities. 13. Review the contractor's initial and updated schedules for compliance with the contract documents and verify that the schedules accurately represent the scope of work. We will verify that all work for interim milestones is included on the schedule. We will verify logic ties of activities, check the reasonability of task durations, review the critical path, and check for critical activities. Important scheduling elements, such as partial shutdowns, street and lane closures, detours, public notifications, material delivery, material storage, and contractor material hauling will be a part of the schedule review process. 14. Contract Change Orders (CCO's) may be requested by the City, the Contractor, the RE, or the design engineer. Upon receipt of a proposed change, the RE will determine the necessity of the change, check for propriety, consider other methods of accomplishing the work, method of compensation, effect on contract time, estimate of cost, the Contractor's reaction to the proposed change, and the probability of final approval. If the RE determines that a proposed change is warranted, a proposed change order file will be established. Documents prepared by the RE describing the work, will be transmitted to the Contractor for pricing. Concurrently, independent estimate of cost and time impact will be prepared by the City and RE. Upon receipt of the contractor's quotation, the Construction inspector will review and compare it to the independent estimate. Based on the review, the RE will either recommend approval to the City, or recommend rejection. If negotiation is authorized, the RE will conduct the negotiations with the Contractor. For work where a unit cost is not determined prior to performing the work, the Inspector will collect time and material sheets at the end of each day. All documentation regarding change orders will be maintained, including dates of notification by Contractor, interim steps, recommendation by RE, and final decision. 15. Green Valley Consulting Engineers will assist the City to reach an agreement with the Contractor regarding disputes. 16. Review the Contractor's initial and updated schedules for compliance with the contract documents and verify that the schedules accurately represent the scope of work. Important scheduling elements, such as partial shutdowns, street and lane closures, detours, public notifications, material delivery, material storage, and contractor material hauling will be a part of the schedule review process. 17. Perform field interviews with the contractor's work force on the payment of prevailing wages and fringe benefits. Conduct labor compliance interviews of Contractor's and Subcontractor's employees. Provide and ensure proper posting of the appropriate Federal And State Wage Determinations and labor compliance posters on the project site. Obtain copies of the certified payrolls and fringe benefit statements from the Contractor on a weekly basis. Review the payroll records, interview forms, daily logs, and compare for accuracy. Prepare bi- weekly reports of any deficiencies; and request Contractor to submit back up documents for the contractor, subcontractors, second tier subcontractors, and unlisted subcontractors (contracts less than $10,000) working on the project. 18. Prepare weekly statement of working days 19. Provide videotape and photographic documentation of project site prior to, during, and after construction. Ensure that any survey markers disturbed by the Contractor are restored by the Contractor. 20. Maintain a set of contract documents with up -to -date information regarding all addendum, substitutions, clarifications, and changes. Green :y i::or sits "1.;r f (:r ;c in<2edrs City of Ro inert Park - COMMIC60l1 Managerner't for Varlous 2012 Sumner Protects 21 21. Coordinate any certified technical inspections, field testing, or laboratory testing required for the project. Ensure that Contractor has notified utilities affected by the project. 22. Review and monitor the contractor's safety program. The inspector will enforce on -site safety requirements and will report to City on any observed deviations from the plan. 23. Review and monitor all traffic control and public safety plans for compliance with all safety laws and regulations. Review all detour, lane closures, temporary access, signing, delineation and traffic control plans. The Inspector will enforce traffic control safety requirements in and around construction zones. 24. Review the Contractor's "Best Management Practices" plan prior to beginning of construction. Monitor the Contractor's implementation to prevent storm water pollution from related activities in compliance with the National Pollutant Discharge Elimination System (NPDES). 25. Review of Storm Water Pollution Prevention Plan (SWPPP) as required by the City. 26. The RE will maintain a copy of the plans on the site with all the changes.. Upon completion of construction, Green Valley Consulting Engineers will conduct an As -Built verification, and prepare and provide a copy of the As- Built plans to the City. 27. Assist City in maintaining a good relationship with the public. The RE will immediately report to the City any inconvenience to the public and will try to remedy arising problems as soon as possible, subsequent to his discussion with the City. Good public relations with the general public are imperative to the success of any project. Typically, construction work is adjacent to private residences and businesses and construction can be very disturbing. Our inspectors will be the first line of defense for addressing complaints by the public. They will work with the Contractor to address issues and concerns brought forth by the public, business, and property owners. On this project, it is critical that good communication transpire between the construction management team and businesses to minimize disruptions to them. We will need to understand an individual business's delivery time and busy times so that we can maintain access to their driveways during these periods. To assist with the public relations efforts for this contract, we will: • Maintain a log of all phone calls received • Listen to citizen's concerns and try to appease them • Work with the Contractor for prompt resolution of issues • Circulate fliers, newspaper notifications as appropriate, and as approved by the City about noise and odor restrictions, period of construction, and suggested alternate routes • Verify that changeable message signs are placed alerting traffic of the period of potential delays during lane closures • Communicate with emergency services about any events that may raise emergency calls from the public • Implement a project hotline if agreed to by the City • Provide information to the city to post on the City's website Post Construction Services 1. Contract closeout services will include the administration of the transfer of the project to the City, coordination of warranty activities and demobilization of the Contractor and CM Staff. 2. At the completion of the project, we will perform inspections of the work to determine if any work is incomplete. We will prepare a punch list of the incomplete work and provide to the Contractor and City. We will perform subsequent inspections to confirm that incomplete work has been completed satisfactorily. 3. We will obtain lien waivers, bonds, warranties, and other documents required by the Contract Documents from the Contractor. 4. We will prepare a final certificate of substantial completion and recommendation to the City for final acceptance of the project. 5. At the completion of the project, we will turn over all documents including final redline as -built drawings. We will coordinate the completion of final as -built drawings through the design engineer. A final project report will be prepared summarizing the project and performance of the contractor. 6. After completion of the project, we will coordinate the warranty repair procedures including a date of warranty expiration. We will monitor warranty problems and assist the City with warranty repair management until the final certificate,of completion is filed. GrE'cn �.fa I: ,,• i:c;rr r,tir� , f.:r; ;iri��� fir:: GO, of Rcftnert Park. - Construction Management far Various 2012 Srrmmmer Projects 22 Copeland Creek Bike Path. Reconstruction Project Project Understanding The City of Rohnert Park is seeking proposals from qualified Consulting firms interested in contracting with the City to provide construction management and inspection services for the Copeland Creek Bike Path Reconstruction Project (Bike Project). The Bike Project is located along a number of segments of the Copeland Creek maintenance channel from Commerce Blvd. to Sonoma State University. With federal funding, the City will need a CM team that understands both the paperwork process and forms required by Caltrans Local Assistance, but also an understanding of the new approach to pathways— reinforced concrete. As a firm that recently designed and provided construction support of the just completed reinforced concrete Lynch Creek Bike Path, for the City of Petaluma, as well as the only firm that completed the design and CM of approximately 70% of the County's ARRA projects which required complete knowledge of Federal funding mechanisms, we have the knowledge and expertise to see the Bike Path successfully completed to everyone's satisfaction. We have just completed a project for the County utilizing their materials lab and have working contacts with them to assist on this assignment. Working adjacent to a public waterway like Copeland Creek will require heightened sensitivity to the need for erosion control measures, implementation of the SWPPP, and awareness of any construction impacts on adjacent trees, vegetation, and the "not to be disturbed" pathway. The project scope of removal of failed asphalt and concrete pavement and aggregate subbase, working of subgrade and placement of geotextile fabric, new aggregate base section and reinforced concrete surface, along with utility adjustments will require a dedicated full -time construction inspector. The contract allows for 90 calendar days, equating to approximately 60 working days. We believe that all 60 days will be needed on this project and we have estimated our fee accordingly. Construction Bids have not yet been received for this project, although it is anticipated that this project will be under construction in mid - summer. Contract Documents allow for 90 working days, but our experience on similar projects indicates the work will likely be completed much sooner, and we are estimating 60 working days for our fee estimate. We have allowed for 8 additional working days for project start up and closeout. Understanding and Scope for Administration of Federally Funded Projects As referenced in the City's RFP, the Bike Project will receive Federal Funds. As a result, the construction administration and administration of the project shall comply with the most recent federal requirements, Caltrans Local Assistance Procedures Manual (LAPM), and other relevant Federal Highway Administration (FHWA) guidelines. The detailed scope of work is outlined below in accordance with Caltrans's recently updated (January 2012) Construction Oversight Information Notices (COIN). The Caltrans Local Assistance Program Caltrans Oversight information Notice, or "COIN" for short, are single -topic bulletins intended to provide outreach information and guidance to local agencies on all issues pertaining to the Federal -aid projects. 1. Project Files and Organization - Assist the City in setting up and organizing the files in accordance with Caltrans recommended Project Record Filing System for locally administered federal -aid projects. 2. Assist the City's Project Manager in submitting the required DBUUDBE information to Caltrans within the required time. 3. Coordinate with the City to obtain and review Contractor's federally required submissions for the preparation of contract award package to be submitted to Caltrans. 4. Prepare the federally required exhibits -for construction award package after the contract is awarded. S. Coordinate and follow up with Caltrans, and incorporate comments on the award package. Follow up with Caltrans's Oakland office to ensure that the submission package has been reviewed, and properly processed through appropriate divisions. 6. Review the requirements of Chapter 16 of LAPM, Caltrans Construction Manual, City's approved request for authorization, contract award package, and other federal requirements with the City's Project Manager, and our Project Inspector. 7. Assist the City's Project Manager in obtaining contractor's monthly employment reports. 8. Quality Assurance Program (QAP) - We do not anticipate that there will be an issue with the project lab on this project due to the utilization of the County of Sonoma in performing all materials testing for the project. Career~ Vz7i!> 2y rj::.liilc t;icl. iF; City of Rohner-, Park Construction = ✓9anacr ie}t For ariois 20 12 SutnmPr (rq e<ks Z4 l 9. Prepare reimbursement invoices to be submitted to Caitrans for the City's Project Manager's signature. Follow up and coordinate with Caltrans Accounting Division in Oakland to ensure timely processing of the invoices. 10. Upon completion of construction, participate in the final job walks, prepare a punch list, ensure .timely submittal of the federally required documents by contractor, prepare the final reimbursement invoice, the exhibits required for the project completion package, and submit the completion package to Caltrans. 11. Schedule a final job walk with Caltrans Local Assistance Engineer and the City's Project Manager; assist the City's Project Manager with the process, incorporate Caltrans comments and questions on the City's project completion package, and final invoice for the reimbursement of federal funds. Scone of Work for Construction Management/ Inspection The City's RFP has outlined in detail the services required of our team. We have not attempted to copy these requirements, but rather to outline our approach that will cover those services, as well as any that we feel should be included to bring the project to a successful close for the City of Rohnert Park, The Scope of Work is divided I into three phases as follows D Pre- Construction Services Construction Phase Services ➢ Post- Construction Services Pre - Construction Services: I. Conduct a kick -off meeting with the City staff and relevant parties to discuss the proposed design scope and subsequent construction of the project. 2. Perform a constructability review of the plans and specifications to ensure the feasibility and constructability of proposed improvements. 3. Prepare a Construction Management Plan for the project. The Plan will include the following; • Preparation of a project specific manual identifying procedures and protocols to be used by the Construction Manager and project inspectors throughout the project. • Identifying lines of communication between City, Contractor, and Resident Engineer. • Contact list of key agencies, personnel, emergency contacts for Fire, Police, and others, etc. • Provides for standard daily field reports of work accomplished. • Shop drawing log to identify contractor submittals and tracks status of approvals and return to contractor. • Logging system to track contractors' requests for information and status of responses. • Logging system to identify change order requests and status of approvals or negotiations. • Log of correspondence from and to contractor and City. • Preparation of a monthly report to the City showing progress for the previous month, with any issues needing resolution or pending. Photos of work in progress are typically included. • Assisting City with review of monthly progress payment requests from the contractor and recommendations to the City for payment. • Preside over weekly or semi- weekly progress meetings to discuss previous period progress and review upcoming work, discuss status of submittals, correspondence, requests for information, and other significant issues relating to the project. • Photo records of construction and monitoring of contractor's record drawings. 4. Perform a thorough review of the final bid documents prior to start of construction. Verify quantities provided in the bidding documents. Provide results to the City and make recommendations on any identified ambiguities or omissions. 5. Determine requirements, and identify any necessary permits as required to construct and operate the improvements. 6. Prepare a list of affected utilities. Prior to commencement of construction, prepare a notice to utilities identifying the impact of the project on their utilities and for any relocation required. Review the project plans and conduct a job walk to verify the site conditions. Determine the construction requirements, constraints, sequence of operations, methods of traffic control, and related project activities/ events. Determine any interference with current or future projects and make recommendations for construction staging and phasing. 8. Take photos and video of the existing site conditions. 9. Conduct meetings with the businesses and residents along the route to inform them about the project i : ecr; t /aiiey ;c +asuitincf F_si7inr ry City of Rohnert Park - Construction Managemen for Various 2012 Summer Protects 25 schedule and construction impacts. Construction Phase Services: 1. Schedule and chair the Pre - Construction Conference. We will prepare an agenda and minutes of the meeting. Attention will be given to those items which may impact the schedule and /or project funding. 2. Conduct progress meetings with the Contractor, the City Project Manager, and other involved parties to discuss the progress of the project. Follow up on the issues raised at these meetings to expedite resolution and closure to issues. Provide Contract work with the City. Establish and implement coordination, tracking, and communication procedures among City, Resident Engineer, Construction Inspector, and Contractor. Prepare correspondence, reports, meeting notes, and other documentation as needed to communicate with the City, the Contractor, 'and other involved parties, and to establish a clear program record. Prepare and circulate meeting minutes. 4. Establish and implement coordination, tracking, and communication procedures among City, RE, Construction Inspector, Designer, and Contractor. Establish and implement procedures for reviewing and processing requests for clarification and interpretation of the contract documents, shop drawings, samples and other submittals, contract schedule adjustments, change order proposals, written proposals for substitutions, payment applications, and the maintenance of field logs. Assist City in notifying the public prior to performing construction work that will impact them. 6. Record Management and Document Control Document Tracking System: Maintain a computer - based correspondence, information, and submittal tracking system to ensure that correspondence requiring responses, requests, and submittals are answered in a timely manner. The contractor's submittal schedule will list all significant submittals required by the specifications and those that are critical to the project's success. The schedule will identify the expected date that the item is due. We will review the schedule to confirm that all submittals are listed and that the planned dates allow suff icient time before the item is required on the job site. Green Valley Consulting Engineers will identify those submittals that can be reviewed at the job site and those that should be reviewed by the design engineer. The objective will be to proactively forecast potential problems and develop solutions before impacts occur in the project process. Maintain Project Files: Maintain orderly project files. These files shall include, but not be limited to: • Notice to Proceed • Correspondence • Meeting minutes • Submittals • Reproductions of original contract documents, including addenda • Change orders supporting - documentation • Permit documentation • Clarifications for the contract documents • Materials delivery tickets and compliance certification • Weekly and monthly progress reports • Meeting minutes • Daily inspection reports • Progress photos • Lab and field test reports • Progress payments supporting documentation • Other project documentation Provide field observation during construction. We will conduct detailed site observations of the general progress of the work to determine if the work is proceeding in accordance with the contract documents. The Construction Inspector will: • Attend all meetings • Ensure compliance with any ADA requirements and the contract documents • Coordinate and schedule sampling and testing of construction materials, soil, and AC compaction tests with County Lab • Arrange for batch plant inspections (not needed for this contract) • Retain tickets prior to placement of material • Record up -to -date construction information to use in preparation of the record drawings • Prepare daily reports • Report to City any violations to any applicable regulations • Maintain a copy of the contract documents and construction - related documents at the site • Coordinate all construction activities with the utility companies and other agencies within the project area and as required by the City 8. Prepare construction inspection reports. The on -site observer will complete a daily report of events that occur at the jobsite. Green Valley Consulting Engineers will implement a format for these reports which will include City of Rohn:art nark - Construction Managernenti for Various 2012 Surnmer Projects 26 M the following: • Contractor's working hours on the jobsite. A separate log will be maintained if the contractor works two shifts or nights. • Contractor and subcontractor personnel and equipment on the jobsite. • Weather conditions and observations as to the effect on the progress of the work. • Decisions or directions given to the contractor. Items of this nature would be those of usual work progress with directions to be included in a more formal manner. • Daily utilization of the contractor and subcontractor equipment on the site, but obviously idle or in temporary storage will be so noted on the report. • Observations connected with the progress of the work including deficiencies or violations of contract requirements by the contractor. • Materials delivered to the job site, together with indication as to results of inspection thereof. • Observed or potential delays and apparent causes. The contractor's reaction to these delays will be noted. • Data relative to claims, extras or deduction. This should include those noted and agreed, as well as potential claims or items of disagreement. • List of visitors, including testing laboratory representatives or others. Prepare and submit bi- weekly status report to the City consisting of, but not limited to, the following documentation: • A narrative description of the progress of work and major tasks completed • Schedule overview. • Change order summary. • One set of key progress photos. • Summary of construction progress for the prior reporting period. • Significant project issues including recommendations on any unsolved issues. • A narrative description of the progress of work and major tasks completed. 10. Review the contract documents and verify that all the required permits have been obtained for the construction of the project. 11. Review Contractor's schedule of values versus the payment application. Provide a recommendation of the monthly progress payment applications submitted by the contractor. We recommend that as a condition of approval, the contractor must be current with as -built recording and scheduling efforts. 12. Review, and Track Requests for Information (RFI's), Requests for Clarifications (RFC's), and Shop Drawings. Green Valley Consulting Engineers will establish and implement a Request for Information (RFI) procedure for use in providing resolutions to inquiries from the contractor regarding interpretations and clarifications of the plans and specifications. The RE and Inspector will review contract documents and interpret the drawings as necessary to answer the questions raised by the contractor. The RE will determine if resolution can be developed by application of the plans, typical details, the specifications, and applicable codes and standards. if the resolution cannot be determined from these or similar documents, the RE will consult with the design engineer and ask for the design engineer's interpretation. If the design engineer is authorized to develop. additional design details necessary to resolve a problem, Green Valley Consulting Engineers will coordinate through the engineer, the development of a revised design so that it is compatible with field conditions or status of the work, with the goal of minimizing or mitigating the impact on the contractor's work. We will maintain a submittal log and process required submittals, prior to, and during the process of the work as follows: • Concrete mix designs for minor concrete • Mix designs for asphalt concrete • Certificates of compliance for materials • SWPPP Plan • Contractor's Safety Plan • Certified Payrolls We understand the importance of reviewing submittals in a timely manner. it is imperative that submittals are received early on in a project and reviewed and approved promptly so as to not impact construction activities. We will work with the contractor to verify that all submittals are submitted, and approved well in advance of the construction activities. 13. Review the contractor's initial and updated schedules for compliance with the contract documents and verify that the schedules accurately represent the scope of work. We will verify that all work for interim milestones is included on the schedule. We will verify logic ties of activities, check the reasonability of task durations, review the critical path, and check for critical .7reL Y? ':iUlEf'v cc,�; , ..i t ?, _- ;ci,.;r. >:vrs. City of Rohnert Park - Cons ruction Management for Various 2012 Surnimer ProjLcts 27 activities. Important scheduling elements, such as partial shutdowns, street and lane closures, detours, public notifications, material delivery, material storage, and contractor material hauling will be a part of the schedule review process. 14. Contract Change Orders (CCO's) may be requested by the City, the Contractor, the RE, or the design engineer. Upon receipt of a proposed change, the RE will determine the necessity of the change, check for propriety, consider other methods of accomplishing the work, method of compensation, effect on contract time, estimate of cost, the Contractor's reaction to the proposed change, and the probability of final approval. If the RE determines that a proposed change is warranted, a proposed change order file will be established. Documents prepared by the RE describing the work, will be transmitted to the Contractor for pricing. Concurrently, independent estimate of cost and time impact will be prepared by the City and RE. Upon receipt of the contractor's quotation, the Construction Inspector will review and compare it to the independent estimate. Based on the review, the RE will either recommend approval to the City, or recommend rejection. If negotiation is authorized, the RE will conduct the negotiations with the Contractor. For work where a unit cost is not determined prior to performing the work, the Inspector will collect time and material sheets at the end of each day. All documentation regarding change orders will be maintained, including dates of notification by Contractor, interim steps, recommendation by RE, and final decision. 15. Green Valley Consulting Engineers will assist the City to reach an agreement with the Contractor regarding disputes. 16. Review the Contractor's initial and updated schedules for compliance with the contract documents and verify that the schedules accurately represent the scope of work. Important scheduling elements, such as partial shutdowns, street and lane closures, detours, public notifications, material delivery, material storage, and contractor material hauling will be a part of the schedule review process. 17. Perform field interviews with the contractor's work force on the payment of prevailing wages and fringe benefits. Conduct labor compliance interviews of Contractor's and Subcontractor's employees. Provide and ensure proper posting of the appropriate Federal and State Wage Determinations and labor compliance posters on the project site. Obtain copies of the certified payrolls and fringe benefit statements from the Contractor on a weekly basis. Review the payroll records, interview forms, daily logs, and compare for accuracy. Prepare bi- weekly reports of any deficiencies; and request Contractor to submit back up documents for the contractor, subcontractors, second tier subcontractors, and unlisted subcontractors (contracts less than $10,000) working on the project. 18. Prepare weekly statement of working days. 19. Provide videotape and photographic documentation of project site prior to, during, and after construction. Ensure that any survey markers disturbed by the Contractor are restored by the Contractor. 20. Maintain a set of contract documents with up -to -date information regarding all addendum, substitutions, clarifications, and changes. 21. Coordinate any certified technical inspections, field testing, or laboratory testing required for the project. Ensure that Contractor has notified utilities affected by the project. 22. Review and monitor the contractor's safety program. The inspector will enforce on -site safety requirements and will report to City on any observed deviations from the plan. 23. Review and monitor all traffic control and public safety plans for compliance with all safety laws and regulations. Review all detour, lane closures, temporary access, signing, delineation and traffic control plans. The Inspector will enforce traffic control safety requirements in and around construction zones. 24. Review the Contractor's "Best Management Practices" plan prior to beginning of construction. Monitor the Contractor's implementation to prevent storm water pollution from related activities in compliance with the National Pollutant Discharge Elimination System (NPDES). 25. Review of Storm Water Pollution Prevention Plan (SWPPP) as required by the City. 26. The RE will maintain a copy of the plans on the site with all the changes. Upon completion of construction, Green Valley Consulting Engineers will conduct an As -Built verification, and prepare and provide a copy of the As- Built plans to the City. Glfe en Valley Cunsui ing Engineers City of Rohnert f'«rk - Construction Manaaernent for Various 2012 Surni -ner Projects 28 27. Assist. City in maintaining a good relationship with the public. The RE will immediately report to the City any inconvenience to the public and will try to remedy arising problems as soon as possible, subsequent to his discussion with the City. Good public relations with the general public are imperative to the success of any project. Typically, construction work is adjacent to private residences and businesses and construction can be very disturbing. Our inspectors will be the first line of defense for addressing complaints by the public. They will work with the Contractor to address issues and concerns brought forth by the public, business, and property owners. On this project, we do not anticipate any out of the ordinary public relation program to be needed. Depending on the City's request we can offer a range of support services. To assist with the public relations efforts for this contract, we will: Maintain a log of all phone calls received Listen to citizen's concerns and try to appease them Work with the Contractor for prompt resolution of issues Circulate fliers, newspaper notifications as appropriate, and as approved by the City about noise and odor restrictions, period of construction, and suggested alternate routes Verify that changeable message signs are placed alerting traffic of the period of potential delays during lane closures Communicate with emergency services about any events that may raise emergency calls from the public Implement a project hotline if agreed to by the City Provide information to the city to post on the City's website Post Construction Services .t . Contract closeout services will include the administration of the transfer of the project to the City, coordination of warranty activities and demobilization of the Contractor and CM Staff. 2. At the completion of the project, we will perform inspections of the work to determine if any work is incomplete. We will prepare a punch list of the incomplete work and provide to the Contractor and City. We will perform subsequent inspections to confirm that incomplete work has been completed satisfactorily. 3. We will obtain lien waivers, bonds, warranties, and other documents required by the Contract Documents from the Contractor. 4. We will prepare a final certificate of substantial completion and recommendation to the City for final acceptance of the project. 5. At the completion of the project, we will turn over all documents including final redline as -built drawings. We will coordinate the completion of final as -built drawings through the design engineer. A final project report will be prepared summarizing the project and performance of the contractor. 6. After completion of the project, we will coordinate the warranty repair procedures including a date of warranty expiration. We will monitor warranty problems and assist the City with warranty repair management until the final certificate of completion is filed. ..qr�' 1 ty of Rohnert Parr - Construction Pvfanagenment for Various 2012 Summer Projects 29 Rancho Verde Circle and Rohnert Park Scope of Work for Construction Management / Expressway Traffic Signal Project Inspection Project Understanding The City of Rohnert Park is seeking proposals from qualified Consulting firms interested in contracting with the City to provide construction management and inspection services for the Traffic Signal Installation on Rohnert Park Expressway at Rancho Verde Circle Project (Traffic Signal). The Traffic Signal is located at the T intersection, and also includes minor concrete improvements of sidewalk and curb ramp upgrades. There are no Federal funds associated with this project, thus making the administration and close -out much faster. Traffic signal work has a lot "down- time" involved while equipment is ordered and waiting delivery. The miscellaneous concrete work will take up some of the time, but we feel that our inspection time can be on a part -time basis with this Project. We have completed signal work for the City of Santa Rosa, with the recent Stony Point Road Widening work (performed at night due to high traffic volumes), and the City of Sebastopol, where we are completing a year -long Streetscape Improvgment Project in the downtown core with Caltrans right of way on Hwy 116 and Hwy 12 with various improvements. Improvements on the Sebastopol project include in- ground lighted cross - walks, signal modifications to support lane changes. The high traffic volumes on Rohnert Park Expressway will require strict adherence to the Contractor's traffic control plan and pedestrian safety measures during construction. Early and on -going coordination with PG &E will be the key to success of this project, which our field staff excel at. All our inspectors have excellent working relationships with the various utility companies as they know they will be working with them on an on -going basis. Our firm does a lot of work with W- Trans, especially Don Costa — traffic signal designer, and have a good rapport which helps when we need a quick response in the field from the Designer. Construction Bids have not yet been received for this project, although it is anticipated that this project will be under construction in mid - summer. Contract Documents allow for 90 calendar days, and with equipment orders, concrete work and PG &E coordination all 60 working days will likely be needed. Our experience on similar projects indicates the work will likely be in chunks of time, and not requiring full -time attendance. We have allotted the equivalence of approximately 40 full time days. The City's RFP has outlined in detail the services required of our team. We have not attempted to copy these requirements, but rather to outline our approach that will cover those services, as well as any that we feel should be included to bring the project to a successful close for the City of Rohnert Park. The Scope of Work is divided into three phases as follows: Pre- Construction Services Construction Phase Services Post - Construction Services Rre,- Car:struction Services. I. Conduct a kick -off meeting with the City staff and relevant parties to discuss the proposed design scope and subsequent construction of the project. 2. Perform a constructability review of the plans and specifications to ensure the feasibility and constructability of proposed improvements. Prepare a Construction Management Plan for the project. The Plan will include the following: • Preparation of a project specific manual identifying procedures and protocols to be used by the Construction Manager and project inspectors throughout the project. • Identifying lines of communication between City, Contractor, and Resident Engineer. • Contact list of key agencies, personnel, emergency contacts for Fire, Police, and others, etc. • Provides for standard daily field reports of work accomplished. • Shop drawing log to identify contractor submittals and tracks status of approvals and return to contractor. • Logging system to track contractors' requests for information and status of responses. • Logging system to identify change order requests and status of approvals or negotiations. • Log of correspondence from and to contractor and City. • Preparation of a monthly report to the City showing progress for the previous month, with any issues needing resolution or pending. Photos of work in progress are typically included. • Assisting City with review of monthly progress payment requests from the contractor and recommendations to the City for payment. i ecn V<aaey : rr:.;s.i't u; If ?:u:;inEc r City of Rohnert Part; - Construction Management for Various 2012 S..,rnmer Projects 31 • Preside over weekly or semi - weekly progress meetings to discuss previous period progress and review upcoming work, discuss status of submittals, correspondence, requests for information, and other significant issues relating to the project. • Photo records of construction and monitoring of contractor's record drawings. 4. Perform a thorough review of the final bid documents prior to start of construction. Verify quantities provided in the bidding documents. Provide results to the City and make recommendations on any identified ambiguities or omissions. 5. Determine requirements, and identify any necessary permits as required to construct and operate the improvements. 6. Prepare a list of affected utilities. Prior to commencement of construction, prepare a notice to utilities identifying the impact of the project on their utilities and for any relocation required. 7. Review the project plans and conduct a job walk to verify the site conditions. Determine the construction requirements, constraints, sequence of operations, method's of traffic control, and related project activities/ events. Determine any interference with current or future projects and make recommendations for construction staging and phasing. 8. Take photos and video of the existing site conditions. 9. Conduct meetings with the businesses and residents along the route to inform them about the project schedule and construction impacts. Construction Phase Services: 1. Schedule and chair the Pre- Construction Conference. We will prepare an agenda and minutes of the meeting. Attention will be given to those items which may impact the schedule and/or project funding. 2. Conduct progress meetings with the Contractor, the City Project Manager, and other involved parties to discuss the progress of the project. Fallow up on the issues raised at these meetings to expedite resolution and closure to issues. 3. Provide Contract work with the City. Establish and implement coordination, tracking, and communication procedures among City, Resident Engineer, Construction Inspector, and Contractor. Prepare correspondence, reports, meeting notes, and other documentation as needed to communicate with the City, the Contractor, and other involved parties, and to establish a clear program record. Prepare and circulate meeting minutes. 4. Establish and implement coordination, tracking, and communication procedures among City, RE, Construction Inspector, Designer, and Contractor. Establish and implement procedures for reviewing and processing requests for clarification and interpretation of the contract documents, shop drawings, samples and other submittals, contract schedule adjustments, change order proposals, written proposals for substitutions, payment applications, and the maintenance of field logs. Assist City in notifying the public prior to performing construction work that will impact them. 6. Record Management and Document Control Document Tracking System: Maintain a computer - based correspondence, information, and submittal tracking system to ensure that correspondence requiring responses, requests, and submittals are answered in a timely manner. The contractor's submittal schedule will list all significant submittals required by the specifications and those that are critical to the project's success. The schedule will identify the expected date that the item is due. We will review the schedule to confirm that all submittals are listed and that the planned dates allow sufficient time before the item is required on the job site. Green Valley Consulting Engineers will identify those submittals that can be reviewed at the job site and those that should be reviewed by the design engineer. The objective will be to proactively forecast potential problems and develop solutions before impacts occur in the project process. Maintain Project Piles: Maintain orderly project files. These files shall include, but not be limited to: • Notice to Proceed • Correspondence • Meeting minutes • Submittals • Reproductions of original contract documents, including addenda • Change orders supporting - documentation • Permit documentation • Clarifications for the contract documents • Materials delivery tickets and compliance certification • Weekly and monthly progress reports • Meeting minutes Green Vak,y i.._sss :.titinc F.rse}in rs City of Rohnert Park - Construction Ma nag e.7ient for Various 20112 Summer Projects 32 • Daily inspection reports • Progress photos • Lab and field test reports • Progress payments supporting documentation • Other project documentation Provide field observation during construction. We will conduct detailed site observations of the general progress of the work to determine if the work is proceeding in accordance with the contract documents. The Construction Inspector will: • Attend all meetings • Ensure compliance with any ADA requirements and the contract documents • Coordinate and schedule sampling and testing of construction materials, soil, and AC compaction tests with County Lab • Arrange for batch plant inspections (not needed for this contract) • Retain tickets. prior to placement of material • Record up -to -date construction information to use in preparation of the record drawings • Prepare daily reports • Report to City any violations to any applicable regulations • Maintain a copy of the contract documents and construction- related documents at the site • Coordinate all construction activities with the utility companies and other agencies within the project area and as required by the City 8. Prepare construction inspection reports. The on -site observer will complete a daily report of events that occur at the jobsite. Green Valley Consulting Engineers will implement a format for these reports which will include the following: • Contractor's working hours on the jobsite. A separate log will be maintained if the contractor works two shifts or nights. • Contractor and subcontractor personnel and equipment on the jobsite. • Weather conditions and observations as to the effect on the progress of the work. • Decisions or directions given to the contractor. Items of this nature would be those of usual work progress with directions to be included in a more formal manner. • Daily utilization of the contractor and subcontractor equipment on the site, but obviously idle or in temporary storage will be so noted on the report. • Observations connected with the progress of the work including deficiencies or violations of contract requirements by the contractor. • Materials delivered to the job site, together with indication as to results of inspection thereof. Observed or potential delays and apparent causes. The contractor's reaction to these delays will be noted. Data relative to claims, extras or deduction. This should include those noted and agreed, as well as potential claims or items of disagreement. List of visitors, including testing laboratory representatives or others. 9. Prepare and submit bi- weekly status report to the City consisting of, but not limited to, the following documentation: • A narrative description of the progress of work and major tasks completed • Schedule overview. • Change order summary. • One set of key progress photos. • Summary of construction progress for the prior reporting period. • Significant project issues including recommendations on any unsolved issues. • A narrative description of the progress of work and major tasks completed. 10. Review the contract documents and verify that all the required permits have been obtained for the construction of the project. 11. Review Contractor's schedule of values versus the payment application. Provide a recommendation of the monthly progress payment applications submitted by the contractor. We recommend that as a condition of approval, the contractor must be current with as -built recording and scheduling efforts. 12. Review, and Track Requests for Information (RFI's), Requests for Clarifications (RFC's), and Shop Drawings. Green Valley Consulting Engineers will establish and implement a Request for Information (RFI) procedure for use in providing resolutions to inquiries from the contractor regarding interpretations and clarifications of the plans and specifications. The RE and Inspector will review contract documents and interpret the drawings as necessary to answer the questions raised by the contractor. The RE will determine if resolution can be developed by application of the plans, typical details, the specifications, and applicable codes and standards. If the resolution cannot be determined from these or similar documents, the RE will consult with the design engineer and ask for the design engineer's interpretation. If the design engineer is authorized to develop additional design details necessary Green Valley Cn5 ltir)g f :ngineel> m, City of Rohnert Park- Construction Management for Various 2012 Sumrnur Projects 33 to resolve a problem, Green Valley Consulting Engineers will coordinate through the engineer, the development of a revised design so that it is compatible with field conditions or status of the work, with the goal of minimizing or mitigating the impact on the contractor's work. We will maintain a submittal log and process required submittals, prior to, and during the process of the work as follows: • Concrete mix designs for minor concrete • Mix designs for asphalt concrete • Certificates of compliance for materials • SWPPP Plan • Contractor's Safety Plan • Certified Payrolls We understand the importance of reviewing submittals in a timely manner. It is imperative that submittals are received early on in a project and reviewed and approved promptly so as to not impact construction activities. We will work with the contractor to verify that all submittals are submitted and approved well in advance of the construction activities. 13. Review the contractor's initial and updated schedules for compliance with the contract documents and verify that the schedules accurately represent the scope of work. We will verify that all work for interim milestones is included on the schedule. We will verify logic ties of activities, check the reasonability of task durations, review the critical path, and check for critical activities. Important scheduling elements, such as partial shutdowns, street and lane closures, detours, public notifications, material delivery, material storage, and contractor material hauling will be a part of the schedule review process. 14. Contract Change Orders (CCO's) may be requested by the City, the Contractor, the RE, or the design engineer. Upon receipt of a proposed change, the RE will determine the necessity of the change, check for propriety, consider other methods of accomplishing the work, method of compensation, effect on contract time, estimate of cost, the Contractor's reaction to the proposed change, and the probability of final approval. If the RE determines that a proposed change is warranted, a proposed change order file will be established. Documents prepared by the RE describing the work, will be transmitted to the Contractor for pricing. Concurrently, independent estimate of cost and time impact will be prepared by the City and RE. Upon receipt of the contractor's quotation, the Construction Inspector will review and compare it to the independent estimate: Based on the review, the RE will either recommend approval to the City, or recommend rejection. If negotiation is authorized, the RE will conduct the negotiations with the Contractor. For work where a unit cost is not determined prior to performing the work, the Inspector will collect time and material sheets at the end of each day. All documentation regarding change orders will be maintained, including dates of notification by Contractor, interim steps, recommendation by RE, and final decision. 15. Green Valley Consulting Engineers will assist the City to reach an agreement with the Contractor regarding disputes. 16. Review the Contractor's initial and updated schedules for compliance with the contract documents and verify that the schedules accurately represent the scope of work. Important-scheduling elements, such as partial shutdowns, street and lane closures, detours, public notifications, material delivery, material storage, and contractor material hauling will be a part of the schedule review process. 17. Perform field interviews with the contractor's work force on the payment of prevailing wages and fringe benefits. Conduct labor compliance interviews of Contractor's and Subcontractor's employees. Provide and ensure proper posting of the appropriate Federal and State Wage Determinations and labor compliance posters on the project site. Obtain copies of the certified payrolls and fringe benefit statements from the Contractor on a weekly basis. Review the payroll records, interview forms, daily logs, and compare for accuracy, Prepare bi- weekly reports of any deficiencies; and request Contractor to submit back up documents for the contractor, subcontractors, second tier subcontractors, and unlisted subcontractors (contracts less than $10,000) working on the project. 18. Prepare weekly statement of working days 19. Provide videotape and photographic documentation of project site prior to, during, and after construction. Ensure that any survey markers disturbed by the Contractor are restored by the Contractor. 20. Maintain a set of contract documents with up -to -date information regarding all addendum, substitutions, Gre ^n `h II >f C���as�F!tinc, ',, 1q. ne °,ors City of €tohnert Park - Construction PAarragemnnt fnr Iran: us 2012 Summer Projects 34 clarifications, and changes. 21. Coordinate any certified technical inspections, field testing, or laboratory testing required for the project. Ensure that Contractor has notified utilities affected by the project_ 22. Review and monitor the contractor's safety program. The inspector will enforce on -site safety requirements and will report to City on any observed deviations from the plan. 23. Review and monitor all traffic control and public safety plans for compliance with all safety laws and regulations. Review all detour, lane closures, temporary access, signing, delineation and traffic control plans. The Inspector will enforce traffic control safety requirements in and around construction zones. 24. Review the Contractor's "Best Management Practices" plan prior to beginning of construction. Monitor the Contractor's implementation to prevent storm water pollution from related activities in compliance with the National Pollutant Discharge Elimination System (NPDES). 25. Review of Storm Water Pollution Prevention Plan (SWPPP) as required by the City. 26. The RE will maintain a copy of the plans on the site with all the changes. upon completion of construction, Green Valley Consulting Engineers will conduct an As -Built verification, and prepare and provide a copy of the As- Built plans to the City. 27. Assist City in maintaining a good relationship with the public. The RE will immediately report to the City any inconvenience to the public and will try to remedy arising problems as soon as possible, subsequent to his discussion with the City. Good public relations with the general public are imperative to the success of any project. Typically, construction work is adjacent to private residences and businesses and construction can be very disturbing. Our inspectors will be the first line of defense for addressing complaints by the public. They will work with the Contractor to address issues and concerns brought forth by the public, business, and property owners. On this project, we do not anticipate any out of the ordinary public relation program to be needed. Depending on the City's request we can offer a range of support services. we will: • Maintain a log of all phone calls received • Listen to citizen's concerns and try to appease them • Work with the Contractor for prompt resolution of Issues • Circulate fliers, newspaper notifications as appropriate, and as approved by the City about noise and odor restrictions, period of construction, and suggested alternate routes • Verify that changeable message signs are placed alerting traffic of the period of potential delays during lane closures • Communicate with emergency services about any events that may raise emergency calls from the public • Implement a project hotline if agreed to by the City • Provide information to the city to post on the City's website Post Construction Services 1. Contract closeout. services will include the.administration of the transfer of the project to the City, coordination of warranty activities and demobilization of the Contractor and CM Staff. 2. At the completion of the project, we will perform inspections of the work to determine if any work is incomplete. We will prepare a punch list of the incomplete work and provide to the Contractor and City. We will perform subsequent inspections to confirm that incomplete work has been completed satisfactorily. 3. We will obtain lien waivers, bonds, warranties, and other documents required by the Contract Documents from the Contractor. 4. We will prepare a final certificate of substantial completion and recommendation to the City for final acceptance of the project. S. At the completion of the project, we will turn over all documents including final redline as -built drawings. We will coordinate the completion of final as -built drawings through the design engineer. A final project report will be prepared summarizing the project and performance of the contractor. 6. After completion of the project, we will coordinate the warranty repair procedures including a date of warranty expiration. We will monitor warranty problems and assist the City with warranty repair management until the final certificate of completion is filed. To assist with the public relations efforts for this contract, vrc cr: V ik'1/ C Q,"--LWJf)�) cncjir ee =r> City of Rohnert Park - Construction Management ' for- Various 2012 Summer Projects 35 EXHIBIT B Compensation -15- 11266510 80078/0012 Revised: 10/08/10 based on 80 working days for all three Contracts, plus start-up and closeout Based on part and full -time inspection, Monday through Friday at State Prevailing Wages Based on part time Construction Management Estimated at 2 hours per project, per day copies M.WP co Imporm vPnjensl}010 P.ojoclflAlOOB CrgNmtl C—"- PW11RamRnrttionlCM Cwn 0aclCamnuclion Mgml RF -Prap , A. J 111 e- CITY OF.ROHNERT PARK DEVELOPMENT SERVICES (4 COMBINED SERVICES - TRAFFIC SIGNAL INSTALLATION AT RANCHO VERDE CIRCLE, COPELAND CREEK BIKE PATH RECONSTRUCTION, 8 {^' r ARLEN DRIVE &EAST COTATI AVE OVERLAY PROJECT V cis ,:'Jt Y Task Information Billing Classification Senior Task Task Information Project Resident Construction Admin. Direct Total Total Manager /RE Engineer /CM Inspector Assistant Costs Hours Costs Remarks $ 135.00 E 115.00 $ 105.00 $ 70.00 1 Pre- Construction meeting & Photos a Traffic Signal @ Rancho Verde Circle 2 16 8 2 b Co land Creek Bike Path 16 24 20 26 $2,820 C Aden & E. Cotati Overlav 4 2 $25 46 $5,025 20: 20 2 $25 42 $4,565 2 Submittal Management a Traffic Signal @ Rancho Verde Circle 2 12 b Copeland Creek Bike Path 2 12 12 $1,380 Based on an estimate of 16 submittals C Arlen & E. Cotati Overly 12 $1,380 Based on an estimate of 15 submittals 12 12 $1,380 Based on an estimate of 12 submittals 3 Schedule Management & Wkly. St. of Work. Da vs a Traffic Signal Rancho Verde Circle 4 b Co eland Creek Bike Path 4 8 4 $460 Based on 12 weeks c Arlen & E. Cotati Oveda 8 8 $920 Based on 12 weeks 8 $920 Based on 12 weeks 4 Daily Field Inspection & Doc. & Materials Testin a Traffic Signal @ Rancho Verde Circle 2 124 4 b Copeland Creek Bike Path - 130 $13,530 Based on 35 working days C Arlen & E. Cotati Overlay 8 8 430 6 444 $46;490 Based on 60 working dayR 266 4 278 $29,130 Based on 30 working days 5 RFI &RFC Mana ement a Traffic Signal Rancho Verde Circle 2 8 b Co eland Creek Bike Path 8 8 8 $920 Based on an estmate of 4 RFIs C Aden & E. Cotati Overly 8 8 $920 Based on an estimate of 4 RFIs 8 $920 Based on an estimate of 4 RFls 6 Construction Mana ement - a Traffic Signal Rancho Verde Circle 20 D Co land Creek Bike Path 40 20 $2,300 Based on 35 wo ins da s c Ad Arlen & E. Cotali Oveda 40 40 $4,600 Based on 60 working days 40 $4,600 Based on 30 working days 7 Change Order Management a Traffic Signal @ Rancho Verde Circle 2 $ b Co land Creek Bike Path 8 8 $920 Based on an estimate of 2 Change Orders C AdenB E. Cota80veda 8 16 16 $1,840 Based on an estimate of 3 Change Orders 10 10 $1,150 Based on an estimate of 2 Change Ordets 8 ate Mana ement a nal Rancho Verde Circle 6 b Creek Bike Path 8 6 $690 Based on an estimate of 4 Pa Estimates - c . Cotati Oveda 8 8 $920 Based on an estimate of 4 Pa Estimates Mp 8 $920 Based on an estimate of 4 Pa Estimates 9 eetin s nal Rancho Verde Circle 4 a b Creek Bike Path 10 4 $460 B ased on Pro ress Meetin s twice a month C Arlen & E. Cotati Overlay - 10 $1,150 Based on Progress Meetings twice a month twi6 6 $690 Based on Progress Meetings twice a month 10 Federal Reporting Requirements a Traffic Signal Rancho Verde Circle b Co eland Creek Bike Palh 44 0 $0 C Aden & E. Cotati Overlay $25. 44 $5,085 44 $25 44 $5,085 11 Public Relations and Notifications a Traffic Signal Rancho Verde Circle 4 b Co eland Creek Bike Path 4 4 $460 C Arlen & E. Cotati Oveda 4 4 4 $460 $460 12 Closeout & Record Drawin 2 s a Traffic Si at Rancho Verde Circle 16 16 4 b Co land Creek Bike Path 40 20 36 $3,800 c Aden & E. Cotati Oveda 8 $0 68 $7,260 40 18 8 $0 64 $6,840 13 Construction Stakin a Traffic Signal Rancho Verde Circle b Co eland Creek Bike Path 0 $0 c Aden & E. Cotati Overly 0 $0 0 $0 Vehicle Costs $75/day 8 100 $4,950 $4,950 Vehicle for 66 days 38 222 148 470 10 16 Pro ect Totat 12 208 302 1 Total Hours 58 530 920 $7,830 $60,950 $96,600 $5.0 50 $173,230.00 TOTAL NOT -TO- EXCEED COST based on 80 working days for all three Contracts, plus start-up and closeout Based on part and full -time inspection, Monday through Friday at State Prevailing Wages Based on part time Construction Management Estimated at 2 hours per project, per day copies M.WP co Imporm vPnjensl}010 P.ojoclflAlOOB CrgNmtl C—"- PW11RamRnrttionlCM Cwn 0aclCamnuclion Mgml RF -Prap , A. J 111 EXHIBIT C Insurance Requirements to Agreement For Design Professional Services Re: Construction Management and Inspection Services Design Professional shall, at all times it is performing services under this Agreement, provide and maintain insurance in the following types and with limits in conformance with the requirements set forth below. Design Professional will use existing co erage to comply with these requirements. If that existing coverage does not meet the req nts set forth here, Design Professional agrees to amend, supplement or endorse the • g coverage to do so. Design Professional acknowledges that the insurance coverag licy limits set forth in this section constitute the minimum amount of coverage requir k y _ : nce proceeds available to Design Professional in excess of the limits and cover r uired in greement and that is applicable to a given loss will be available to City. 1. Commercial General Liability In V'Imits form, usin Nra,,,nce Services Office ( "ISO ") "Commercial General LCG 00 0pproved equivalent. Defense costs must be paid in additshall be no cross liability exclusion for claims or suits by one ins ed agaare subject to review, but in no event shall be less than $2,000,00 iccurrence; 3. orkers ion o roved policy form providing statu tory benefits law employers liabi y insurance, with minimum limits of $1,00 One r oil I er occurrence. Excess or ella Tlity Insurance (Over Primary) if used to meet limit require shall provide rage a least as broad as specified for the underlying coverages. Any such c ge provide der an umbrella liability policy shall include a drop down provision pro prima erage above a maximum self - insured retention for liability not covered by pri m ' t d by the umbrella. Coverage shall be provided on a "pay on behalf of basis, wi se costs payable in addition to policy limits. Policy shall contain a provision obligating in rer at the time insured's liability is determined, not requiring actual payment by insured first. There shall be no cross- liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Design Professional, subconsultants or others involved in performance of the Services. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $2,000,000 (Two Million Dollars) per occurrence. 5. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or -16- 1126651 v3 80078/0012 Revised: 1/10/11 omissions of the Design Professional and "Covered Professional Services" as designated in the Policy must include the type of work performed under this Agreement. The policy limit shall be no less than $1,000,000 (One Million Dollars) per claim and in the aggregate. 6. Insurance procured pursuant to these requirements shall be written by insurers that are authorized to transact the relevant type of insurance business in the State of California and with an A.M. Bests rating of A- or better and a minimum financial size VII. 7. General conditions pertaining to provision of insura erage by Design Professional. Design Professional and City agree to the followin _ respect to insurance provided by Design Professional: A. Design Professional agrees to hav its surer e . e the third party general liability coverage required herein to include a T Tonal insure City, its officers, elected officials, employees, agents, and volunteers g standard ISO en ent No. CG 2010 with an edition prior to 1992, or an equiva esign Professional also 1. s to require all contractors, and subcontractors to do likewise. :. No Iiability insurance coverage except the Business Auto Coverage p Professional's employees, or agents, f-J Design Professional agrees to waive sut applicability of any insurance proceeds, likewise. the to comply with this Agreement, i Professional, or Design brogation prior to a loss. %wand egardless of the subcontractors to do F. coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises, and City shall be responsible for the cost of any additional insurance required. Design Professional shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. G. Proof of compliance with these insurance requirements, consisting of cert ificates of insurance evidencing all of the coverages required and an additional insured endorsement to Design Professional's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not -17- 1126651 v3 80078/0012 Revised: 1 /10 /11 delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City may terminate this agreement in accordance with Section 19 of the Agreement. H. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Design Professional agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of theciAcate. I. It is acknowledged by the parties of ent that all insurance coverage required to be provided by Design Professional o ,actor,. is intended to apply first and on a primary, noncontributing basis in rXI'?oo y o surance or self insurance available to City. J. Design Professional agree. party involved with the Services who is brought Professional, provide the same minimum insurance provided, however that only subconsultants perforr provide professional liability insuranc n Pry such coverage and assumes all respons conformity with the requirements of this tion. all agreements with subcontractors and of enga; for review. retentions or dedu will not allow any are that involvR consultant , any other the Services esign -d of Design Professional; I services will be required to to monitor and review all coverage is provided in ial agrees that upon request, will be submitted to City nal agr of to self - insure or to use any self - insured of the i nce required herein and further agrees that it archi consultant or other entity or person in any w T $ -° ices contemplated by this agreement to 'Design Pr ssional's existing coverage includes a the deductible or self - insured retention must be declared to view options with the Design Professional, which may eductible or self - insured retention, substitution of other The reserves the right at any time during the term of the contract to change the amo nd of insurance required by giving the Design Professional ninety (90) days advance otice of such change. If such change results in additional cost to the Design Professional, a the City requires Design Professional to obtain the additional coverage, the City will pay Design Professional the additional cost of the insurance. M. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. N. Design Professional acknowledges and agrees that any actual or alleged failure on the part of City to inform Design Professional of non - compliance with any insurance I NO 11266510 80078/0012 Revised: I/10/11 requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. O. Design Professional will endeavor to renew the required coverages for a minimum of three years following completion of the Services or termination of this agreement and, if Design Professional in unable to do so, Design Professional will notify City at least thirty days prior to the cancellation or expiration of the policy or policies. P. Design Professional shall provide proof that herein expiring during the term of this Agreement have been ren policies providing at least the same coverage. Proof that such be submitted prior to expiration. A coverage binder or lette insurance agent to this effect is acceptable. A certificate - i u endorsement as required in these specifications applic o the re be provided to City within five days of the expirati e covera Q. The provisions of any woi the obligations of Design Professional under this agrees that any statutory immunity defenses undf its officers, elected officials, employe : ts. K. Requirements of s] section are not intended as limitations on of any coverage normally by an feature is for purposes i on, any party or insured t imitinl? ll -i Res of insurance required - replaced with other has been ordered shall Professional's OW additional insured coverage must or similar ac .l not limit ign Professional expressly not apply with respect to City, limits contained in this uirements nor as a waiver reference to a given coverage issue, and is not intended by e intended to be separate and distinct from by the parties here to be interpreted as in this Section supersede all other sections and it that any other section or provision conflicts with or Desi ofessional agrees to be responsible for ensuring that no contract entered into by n P Tonal in connection with the Services authorizes, or purports to authorize, any thir , charge City an amount in excess of the fee set forth in the agreement on account of insuran overage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. V. Design Professional agrees to provide immediate notice to City of any claim or loss against Design Professional arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. -19- 11266510 80078/0012 Revised: 1/10/11 EXHIBIT D Key Personnel and Other Consultants, Specialists or Experts Employed by Design Professional -20- 11266510 80078/0012 Revised: 1 /10 /11 Education B.S. /Civil Engineering San Francisco State University Professional Registration Civil /CA C50830 Professional Affiliations Sonoma County Regional Parks Foundation, Member of the Board of Directors CELSOC Member, Board Member for Scholarship Foundation ASCE Member Award Recognition • 2011 ASCE Sustainable Tech- nology Project of the Year & 2012 ACEC Engineering Excellence Award: Laguna Force Main Replacement and Morris Street Pump Station Improvements • 2011 ACEC Special Project of the Year: Mark West Quarry Solar Panel Project • 2011 Santa Rosa Cham- ber of Commerce Bob Blanchard Leadership Award • 2009 ASCE Outstand- ing Small Transportation Project of the Year & 2009 ACEC Engineering Excel- lence Award: Fort Bragg Downtown Streetscape • 2008 ASCE Riverfront Urban Transformation Project of the Year: Oroville Riverfront Improvements • 2007, 2005, 2003 ACEC/ CELSOC Engineering Excellence Award: Pomo Bluffs Coastal Park, Pierson Reach Pathway, Cloverdale Main Street • 2007, 2004 North Bay Women in Business Award • 2005 ASCE Environmental Project of the Year Award: Riverfront Regional Park LIZ ELLIS, P. E. Principal - {n- Charge G ee ; Liz Ellis founded Green Valley Consulting Engineers in 1997. After working for 15 years in public and private sectors Liz pursued her vision of creating an organization that reflected her passion for restoring and enhancing communities and the lives of their residents. She is an accomplished and experienced program manager and project manager/ engineer with a broad range of municipal infrastructure experience. She has over 20 years of experience as both a designer and facilitator dedicated to moving projects forward and successfully resolving complex project issues between multiple stakeholders. She has been responsible for the planning, permitting, design and management of various award- winning municipal transportation projects. Related Project Experience Downtown Streetscape and Franklin Street Reconstruction, City of Fort Bragg. Recipient of the 2009 ACEC Engineering Excellence Award and the 2009 ASCE Outstanding Small Transportation Project of the Year. Recognized by her peers for her engineering excellence, Liz worked with key stakeholders and elected officials to successfully implement a Streetscape Masterplan for over 6 city blocks of the core downtown area. The renovation focused on roadway reconstruction, traffic calming, pedestrian and bicycle access solutions including ADA upgrades, sidewalk curb bulbs, and colored crosswalks, addressing parking concerns, and implementation of hardscape /landscape beautification concepts. Her Project Manager role included extensive public outreach with public workshops, monthly meetings with various downtown business groups and on -going dialogue with businesses and residents. Street Smart Improvements, City of Sebastopol. Performed the overall project management for this two million dollar federally funded transportation improvement project. The project made pedestrian accessibility and safety improvements to multiple intersections along local State highways in the downtown area. These improvements included the removal of existing "old" sidewalks, the installation of new sidewalks with ADA compliant curb ramps, the construction of in- pavement lighted and colored crosswalks, pedestrian flashing beacons, curb extensions (bulb- outs), striping, signage, and landscaping. The project was under the oversight of Caltrans and required adherence to the Caltrans' Local Assistance Procedures Manual for project delivery. Solano Avenue/West Lincoln Avenue Intersection Improvements, City of Napa. Provided the overall project management for this major intersec- tion re- configuration and signalization project that had Caltrans oversight. Intersection improvements included the widening of approximately 700 lineal feet of arterial roadway and State Highway 29 facilities, the installation of new street lighting and signalization, and the construction of extensive drainage facilities and pedestrian safety features. The project involved exten- sive coordination with Caltrans for the coordination of City signals. Green Valley was responsible for all phases of the project including pre- design, topographic mapping, final engineering design, permitting, and construction support. 'Some engineers have a preconceived idea of what a design or plan should be 1 prefer to look at the project as a piece of art. Rather than. design from a rigid set of rules and standards, 1 like to work with my clients to develop new rules and give them an inspired and dynamic product at the end of the process, " - Uz Ellis, Ov ner and Principal "Ir Charz)e, Green :<ili ^y CrnzEatirr,� ng =nez:rz Intersection work for the City of Sebastopo /'s Street Smart Improvement Project. New Sidewalks, ADA Compliant Curb Ramps, and Crosswalks Installed in the City of Fort Bragg. Grc c n voil. V •iq [: l tine F"r'S City of Rohnert Park _ Construction Manage n'umt. for Various 201) Surnmer Projects 4 Education Allan Hancock Junior College Cuesta Junior College TIM DILLENBURG Resident Engineer /Construction Manager Tim. is a certified Resident Engineer per the Caltrans Division of Local Assistance. Resident Engineers Academy. He has over a decade of experience providing construction oversight and contract administration on capital improvement projects. He has acted as Resident Engineer on several Federal -aid projects requiring compliance with the Caltrans' Local Assistance Procedures Manual for project delivery. As a Resident Engineer, his role and responsibilities include Federal -aid project records and accounting, control of materials, communication /correspondence, maintenance of work schedules, quality assurance, control /scope of work, labor compliance, claims and claims avoidance, and project safety. Having previously worked for a large general engineering contractor, Tim understands "both sides of the fence" and strives to facilitate open and clear communication with all parties involved. He has been described by his municipal clients as "able to handle any task assigned" and praised for his "intelligence, skills, and experience." Related Project Experience Coursework in Construction Estimating from San Diego State University and the North Coast Builders Exchange Completion of a 24 -Hour SWPPP Training Course Microsoft Project 2-Day Hands on Workshop Coursework in Construction Management at Santa Rosa Junior College 2010 ARRA Cost Savings Overlay Project, County of Sonoma. Acted as the full -time Resident Engineer for this $2.3 million dollar Federal Highway Administration (FHWA) project which was under the oversight of Caltrans. The project involved the rubberized concrete overlay of four high traffic volume local Sonoma County roads and was funded entirely by cost savings accrued from the American Recovery and Reinvestment Act (ARRA) of 2009. Duties included ensuring that the construction and contract administration was performed in compliance with the Caltrans' Local Assistance Program which dictates ARRA funding reporting requirements as well as all other Federal and State requirements for project delivery. Street Smart Sebastopol - Phase 3, City of Sebastopol. Provided the full -time construction management for this $2 million dollar, Phase 3 Federally funded transportation improvement project. The project made pedestrian accessibility and safety improvements to nine intersections along local State highways in the downtown area. These improvements included the removal of existing "old" sidewalks, the installation of new sidewalks with ADA compliant curb ramps, the construction of in- pavement lighted and colored crosswalks, pedestrian flashing beacons, curb extensions (bulb- outs), striping, signage, and landscaping. The project was under the oversight of Caltrans and required adherence to the Caltrans' Local Assistance Procedures Manual for project delivery. Windsor Road Bicycle Lane at Pond 7, Town of Windsor. Provided the full -time construction management for this transportation improvement project that installed a new bicycle lane and sidewalk along the east side of Windsor Road in front of the Town Corporation Yard. The connection provides a segregated and safe traveling environment to the many pedestrians and bicyclists who use the road. The project was funded by the Caltrans' Bicycle Transportation Account and was delivered in accordance with Caltrans' Local Assistance Procedures Manual. "'Tim has been a huge asset to the City of Fort Bragg. Ne has assisted my staff tremendously with multiple projects over the Iasi. year. Because of his attention to detail and exrellen. t rornmunicafion with all project'stakeholders, 'the City has been able to be relatively 'hands -off' and know with ron;idence that the job will be clone and done well_ Tim makes a c'onsc'ious effort to keep project costs at a minimum while at the same time requiring quality workmanship and products from the contractor:" e i::. Director of Pub- N: c `:Vo, -ks. tY ,f Fort tBr.,gra 111 Contracted with Green Valley Consulting Engineers for Construction ivit:nrluernc:ni' acid Inspection services on the Carle Street 1,41a ter and SewerrMain r?eplacern:>nt project. :LIr. Dilfenburrl and your cons'tr'uction inspectors are a very competent team and great to work with. Tl;(.,y combine eyj)erience and personability into an ideal Construction PAanagemenr and Inspection package. I would recommend thern to anyone who asked." P.bSi: ! ^dark • City froiect t: +ia ager for the it -r Pr)sa "Ail of the work yau've put into the 2071) ARIBA Cost.Savings Project shows. 'Without the contract administration, oversight inspection and testing that you provide, we cannot expect to have such quality work. " -- Kevin i lovvze, Uivisian fvlanagje:, C:ouniy of Sonoma Tr; nsport:!tion and Poblic �rark <. Fort Bragg Downtown Streetscape, City of Fort Bragg. While with Training the City of Fort Bragg, Tim oversaw the construction management Caltrans "Local Assistance and inspection of this mile -long Streetscape project designed by Green Resident Engineer Academy" by iTS Berkeley Valley. The project involved the reconstruction of a portion of Franklin Street and several intersecting side streets with new signage and "Critical Changes to Caltrans Section 39 Hot Mix Asphalt striping, and made significant pedestrian safety improvements which Specifications" - CaIAPA included: the construction of stamped asphalt concrete crosswalks, P P "Managing Construction the installation of new sidewalks with ADA compliant curb ramps and Projects" seminar by torman curb bulb -outs; the construction of bike lanes, the installation of old - Education Services fashioned street lighting, and decorative Streetscape furnishings. Coursework in Construction Estimating from San Diego State University and the North Coast Builders Exchange Completion of a 24 -Hour SWPPP Training Course Microsoft Project 2-Day Hands on Workshop Coursework in Construction Management at Santa Rosa Junior College 2010 ARRA Cost Savings Overlay Project, County of Sonoma. Acted as the full -time Resident Engineer for this $2.3 million dollar Federal Highway Administration (FHWA) project which was under the oversight of Caltrans. The project involved the rubberized concrete overlay of four high traffic volume local Sonoma County roads and was funded entirely by cost savings accrued from the American Recovery and Reinvestment Act (ARRA) of 2009. Duties included ensuring that the construction and contract administration was performed in compliance with the Caltrans' Local Assistance Program which dictates ARRA funding reporting requirements as well as all other Federal and State requirements for project delivery. Street Smart Sebastopol - Phase 3, City of Sebastopol. Provided the full -time construction management for this $2 million dollar, Phase 3 Federally funded transportation improvement project. The project made pedestrian accessibility and safety improvements to nine intersections along local State highways in the downtown area. These improvements included the removal of existing "old" sidewalks, the installation of new sidewalks with ADA compliant curb ramps, the construction of in- pavement lighted and colored crosswalks, pedestrian flashing beacons, curb extensions (bulb- outs), striping, signage, and landscaping. The project was under the oversight of Caltrans and required adherence to the Caltrans' Local Assistance Procedures Manual for project delivery. Windsor Road Bicycle Lane at Pond 7, Town of Windsor. Provided the full -time construction management for this transportation improvement project that installed a new bicycle lane and sidewalk along the east side of Windsor Road in front of the Town Corporation Yard. The connection provides a segregated and safe traveling environment to the many pedestrians and bicyclists who use the road. The project was funded by the Caltrans' Bicycle Transportation Account and was delivered in accordance with Caltrans' Local Assistance Procedures Manual. "'Tim has been a huge asset to the City of Fort Bragg. Ne has assisted my staff tremendously with multiple projects over the Iasi. year. Because of his attention to detail and exrellen. t rornmunicafion with all project'stakeholders, 'the City has been able to be relatively 'hands -off' and know with ron;idence that the job will be clone and done well_ Tim makes a c'onsc'ious effort to keep project costs at a minimum while at the same time requiring quality workmanship and products from the contractor:" e i::. Director of Pub- N: c `:Vo, -ks. tY ,f Fort tBr.,gra 111 Contracted with Green Valley Consulting Engineers for Construction ivit:nrluernc:ni' acid Inspection services on the Carle Street 1,41a ter and SewerrMain r?eplacern:>nt project. :LIr. Dilfenburrl and your cons'tr'uction inspectors are a very competent team and great to work with. Tl;(.,y combine eyj)erience and personability into an ideal Construction PAanagemenr and Inspection package. I would recommend thern to anyone who asked." P.bSi: ! ^dark • City froiect t: +ia ager for the it -r Pr)sa "Ail of the work yau've put into the 2071) ARIBA Cost.Savings Project shows. 'Without the contract administration, oversight inspection and testing that you provide, we cannot expect to have such quality work. " -- Kevin i lovvze, Uivisian fvlanagje:, C:ouniy of Sonoma Tr; nsport:!tion and Poblic �rark <. Education Ronald Timmsen (Ron) brings over 30 years of project management experience working A.P.. /Civil Engineering Technology with large general engineering contractors to the Green Valley team. He has spent his Santa Rosa Junior College entire professional engineering career working "on the construction side" and has an B.SJCivil Engineering expert knowledge of the materials, cost, lead time, and the administrative process San Jose State University required to "get things built." Ron has worked on countless federal -aid, including Caltrans, projects. He is most recently providing Green Valley's Doyle Drive Replacement Professional Project in San Francisco with resident engineering services — specifically, contract change Registration order analysis. As a Senior Project Manager /Resident Engineer, Ron will oversee the entire Civil /CA 928321 Green Valley Construction Management team during the City of Rohnert Park's projects: Arlen Drive and East Cotati Avenue Overlays, Copeland Creek Bike Path, and Rancho Verde Traffic Signal Project. He will make technical engineering recommendations, provide immediate answers to all questions and concerns if and when they arise in the field, and give the final authorization on all required construction documentation and paperwork. Related Project Experience — with Green Valley Consulting Engi- neers Doyle Drive Replacement Project, ARUP, San Francisco, CA. Construction Cost: $1 Billion Performing the contract change order analysis for the relocation of over 6,000 feet of multiple pipeline relocations for the Doyle Drive Replacement Project (also known as the Presidio Parkway Project). The federally funded project is a joint venture led by Arup, PB Americas Inc., and Caltrans. The project involves the complete replacement of San Francisco's primary approach to the Golden Gate Bridge with the construction of a 1.6 mile long, six lane expressway which includes 1,800 feet twin -bore cut - and -cover tunnels, 1,800 feet of elevated viaducts, and a temporary bypass. The complex utility relocation involves rerouting 2 -inch through 12 -inch water lines, force main, and other utilities within a three foot "clear" space of ground located above the new tunnel and below the roadway. Street Smart Improvements Phase 3, City of Sebastopol, CA. Construction Cost: $1.4 Million Performed the contract change order analysis for Phase 3 of this federally funded roadway improvement project. The project included roadway reconstruction, the installation of in- pavement lighted and colored crosswalks, pedestrian flashing beacons, curb extensions (bulbouts), sidewalk gap closures, landscaping, signage, and entryway treatments at select intersections along the City's "Main Street" —the Highway 116 corridor within the City limits. Funding for the project was from a combination of local and federal funds administered by the Caltrans Local Assistance Program. Close coordination with Caltrans was required for the preparation and processing of encroachment permits, funding applications, and right -of -way certifications. __..... I —- .... ............ ....................__ ..... ..._ ........................... Related Project Management /Construction Experience Senior Project Estimator /Manager for Argonaut Constructors, Santa Rosa, CA. A general engineering contractor performing grading, paving, earthmoving and underground work. Performed numerous contracts for Caltrans, private, and public clients. Chief Estimator /Project Manager for Pipeline Excavators, . Santa Rosa, CA. A general engineering contractor performing grading, paving, earthmoving, and underground work. Performed numerous projects for both public and private clients. urcGreen Valley Education Civil Technician Certificate Santa Rosa Junior College SEAN LAWSON Construction Inspector Sean is an accomplished Construction Inspector with experience in the inspection of municipal infrastructure projects, specifically those projects 'involving paving and roadway improvements. He is know for his "hands on" approach in successfully solving problems, educating and keeping.local resi- dents informed of construction activities, and minimizing any possible delays to project progress. His experience includes water and sewer main projects, storm drain installations, safe routes to schools, and roadway reconstruc- tions. He has been commended for his construction oversight skills from his clients, local businesses and residents, and project superintendents for turning what could be difficult situations into pleasant and accommodating experiences. ._._°._-_._.._. ­..._ --- --------- __,....--- --- ---------- ..- _._,.._..........- _..-._-... Related Project Experience Training On -Call Construction Inspection Services, City of Petaluma . "Critical Changes to Caltrans Responsible for representing the City of Petaluma during the nighttime Section 39 Hot Mix Asphalt installation of an 18 -inch water on a Federally funded Caltrans' highway Specifications" - CalAPA improvement project. The $8.3 million dollar project involves the Advanced Construction construction of highway ramps and a bridge overpass at East Washington Management & Inspection Seminar - Northern Street and includes the installation of water and sewer mains. The 18 -inch California Chapter Chapter nighttime tie -ins to service an adjacent water main installation included 13 ni g "Safety Through Maintenance Raley's shopping center. Operations were performed at night to minimize and Construction Zones" 16 construction impacts and utility disruptions. As the City's representatives, Hour Training Course Including Flagger Training - UC Berkeley Green Valley ensured all construction conformed to all City standards. Institute of Transportation East Cotati Avenue Improvements, City of Cotati. Provided construction Studies, Technology Transfer Program inspection for the $1,000,000 reconstruction of East Cotati Avenue, a major thoroughfare in the heart of downtown Cotati. Project elements included the repair of asphalt concrete failures with dig -outs and full -depth AC paving, traffic loop replacement, cold planing of existing pavement, AC grinding at curb lips and side street conforms, leveling AC, full width pavement fabric, and asphalt concrete overlay. Significant traffic volumes were present on a 24 hour basis and required careful planning and coordination. Stony Point Road Widening, City of Santa Rosa Public Works. Provided the construction inspection for this $4 million roadway improvement project located in southwest Santa Rosa. The project reconstructed 2 blocks of a heavily trafficked reach of roadway directly adjacent to the State Highway 12 on and off ramps. The project is being constructed in two phases and when completed will provide congestion relief to the signalized intersections of Stony Point Road. The project included the widening of Stony Point Road to incorporate a new traffic lane, new and relocated traffic signals, the addition of Class 2 bike lanes, paved driveway entrances, the widening of existing sidewalks, the construction of a new center median and decorative landscaping elements. Inspection required Caltrans' coordination and the implementation of a traffic control and pedestrian safety plan. Santa Rosa Avenue Widening, City of Santa Rosa. Performed tine construction inspection on this roadway improvement project that involved the asphalt concrete overlay of the entire cross- section of roadway from Yolanda Avenue to Kawanan Springs Road. The project included the installation of a new 12 inch water line, a new bus.pullout and new curb, gutter, and sidewalk, the relocation of existing utilities, and the grinding and overlay of specified entrances and exits to a Costco fuel farm. 1 c. is t.1 ;"1 1. N {- ..t 7th Street Water and Sewer Plain Replacement Project Commendations: As a resident of the affected project area, 1 am writing to share my opinion of your emploJ,ee Sean Lawson. in short you have a ''real gem" working for you. What could have been a nightmare for rrtyselfand other affeetod residents has been a lesson in good corr- slru(tion managrp'nent. ......_:,tt.•'r_ndy Robert, Rosa !.Deal RqsiCJera. T.hrs has been the best downtown project ever to work swith: `Ususally -fl l yet are complaints about construction work dowry town, but for this project all I received were positive calls frorn the residents about the inspection. . lbrii 6uanella, Parking S !pervisor for o ar to Roca i would like to let you know r-vhat a brilliant job Sean is doing, it is so nice .to be. on a project with people you can work with. He is a credit to GrFeo ValleV Brendan "smith Pio cct Superintencer:t llad there been issues dur- ing the work that impacted our business, I would have been complaining.loudly But the crew could not have been consider- ate and accommodating while our block was under construction. - Derr Pcclerscr;, Pedersea's t )1rWAire of Santa Rosa, 0'c: r +valley C or':stiltir;c; !:r;uir:r, c-rs City of Rohner°t Park - Construction tvnanagernent for Various 20 12 Summer Proiects 7 Education A. S_ in Science Santa Rosa Junior College Training Hazardous Materials Transportation: Safe Work Practices Personal Protective Equiprnent Toxic Substances Control Act OSHA Hazardous Waste Operations and Emergency Response Standards (HAZWOPER) Confined Space: Permit- Required - Construction VERN TYREE Construction Inspector Vern is an accomplished construction inspector with over 20 years of field experience specialized in municipal infrastructure projects. He has been described as a "take- charge person" and a "tremendous asset who consistently tackles all projects with excellent planning, knowledge and experience, and great dedication." Below are projects representative of his extensive experience with utility, roadway, and streetscape improvements. Related Project Experience Street Smart Sebastopol - Phase 3, City of Sebastopol. Provided the daily construction inspection for this $1.4 million dollar, federally funded street improvement project. The project made pedestrian accessibility and safety improvements to nine intersections along local State highways in the downtown area. These improvements included the removal of existing "old" sidewalks, the installation of new sidewalks with ADA compliant curb ramps, the construction of in- pavement lighted and colored crosswalks,, pedestrian flashing beacons, curb extensions (bulb- outs), striping, signage, and landscaping. The project was under the oversight of Caltrans and required adherence to the Caltrans' Local Assistance Procedures Manual for project delivery in addition to City standards. 2010 ARRA Cost Savings Overlay Project, County of Sonoma. Provided the daily construction inspection for this $2.3 million dollar Federal Highway Administration (FHWA) project which was under the oversight of Caltrans. The project involved the rubberized concrete overlay of four high traffic volume local Sonoma County roads and was funded entirely by cost savings accrued from the American Recovery and Reinvestment Act (ARRA) of 2009. Old Redwood Highway Pedestrian Linkage, Town of Windsor. Provided the daily construction inspection for this federally funded ARRA streetscape improvement project. The project consisted of the installation of an eight foot wide sidewalk with curb and gutter, decorative street lighting, stamped asphalt concrete crosswalks with in- pavement lighting systems, a designated bike lane, ADA compliant curb ramps, roadway signage, and asphalt concrete paving with new markings. Responsible for ensuring that all construction and contract administration was performed in compliance with Caltrans' Local Assistance Procedures Manual which dictates ARRA funding reporting requirements as well as all other Federal and State requirements for project delivery in addition to local Town of Windsor standards. Diamond Hill Estates Frontage Improvements, City of Calistoga. Provided the full -time construction inspection for roadway improvements associated with the construction of the Diamond Hill Estates, a new 35 -home subdivision. Improvements were located within Caltrans jurisdiction on State Highways 29 and 128 and required that all construction and contract administration was performed in accordance with City of Calistoga and Caltrans' standards. "All of the work vou've put into the 20'0 ARRA Cost Savings Project shows. K"ithout the contract administration, oversight, inspection and testing that you provide, we cannon expect to have such quality work " K.virt �(a;:.ze, )ivision Piia; )tiger, 'Co i1!)t_' O` S 0 r ' ?)a Tr,,: sor,a1.!YZ WWI Public V; �r.s Microseal Treatment - County of Sonoma Overlay Project. Gn_en Va icy Const;ltir)cl :r;cJir)ea< rs City of Rol;ncrt Park - Construction Management for Various 2012 Surnmer Projects 10 15 tom°° e � >re - C GN S 1i I. tN6 1;.11 c_1 1,1.HS "All of the work vou've put into the 20'0 ARRA Cost Savings Project shows. K"ithout the contract administration, oversight, inspection and testing that you provide, we cannon expect to have such quality work " K.virt �(a;:.ze, )ivision Piia; )tiger, 'Co i1!)t_' O` S 0 r ' ?)a Tr,,: sor,a1.!YZ WWI Public V; �r.s Microseal Treatment - County of Sonoma Overlay Project. Gn_en Va icy Const;ltir)cl :r;cJir)ea< rs City of Rol;ncrt Park - Construction Management for Various 2012 Surnmer Projects 10 Education High School Diploma Military: Rank of F. -5, EN -2 Engineman 2nd Class Training • 24 Hour SWPPP Training • CA Hazwoper Refresher • 8 Hour Supervisor Refresher • 40 Hour EPA/OSHA Haz- ardous Waste Training • Competent Person, Confined -Space, First Aid and CPR, and TAB Data Training CHARLIE WILLIAMSON Construction Inspector _... Charlie is a seasoned construction inspector with over thirty years` of practical, hands -on construction experience working for large ' f e e f construction companies that specialized in paving projects. Charlie can best be described as a diligent, detail- oriented, and proactive construction N ,_; F. N G l N x: r: _: inspector who has helped lead many of Green Valley's award - winning projects to successful, on -time and on- budget completion. _ ....... . ........... ............... ............ ... .... .: Related Project Experience "Afl of the work you've put into the 2010 ARRA 2010 ARRA Cost Savings Overlay Project, County of Sonoma. Cost Savings Project shorn. Performed the full time construction inspection for this $2.3 million Without the contract dollar road improvement project which involved the unique use of administration,, oversight; rubberized concrete overlay (RAC) of four high traffic volume local inspection and testing that: you provide, we cannon Sonoma County roads. The project was funded entirely by cost savings expect to have such quality accrued from the American Recovery and Reinvestment Act (ARRA) work. of 2009. Duties include ensuring that the construction and contract Kevir7 t?o:�u>, )Msion administration for the project was performed in compliance with the tta;,aveE; County of Sor:u ra ARRA funding reporting requirements per the Caltrans Local Assistance i;,;rsp r .rC <r:'; and Pa,blc. Program.' , r.;rk5 Sebastopol Water Zone Interconnect, City of Sebastopol. Performed the construction inspection for the renovation of existing water facilities at City Well No. 6 in the City of Sebastopol. The project included the installation of new water supply and discharge line piping tie -ins to existing water supply and discharge lines, the installation of all appurtenances such as valves, valve boxes, reducers, and fittings, the backfill of utility trenches, and asphalt concrete surface restoration including pavement re- striping. Windsor Road and Windsor Road Intersection Improvements, Town of Windsor. Provided the construction inspection for this street improvement project in one of the busiest intersections in the heart of downtown Windsor. Project improvements included ADA accessible curb ramps, the removal and replacement of the existing brick crosswalk and sidewalk, and the construction of a curb bulb -out. The high rate of pedestrian traffic at this busy intersection required the implementation of a very detailed traffic control and pedestrian detour plan during construction. Street Smart Sebastopol - Phase 3, City of Sebastopol. Provided the construction inspection for this $2 million dollar, federally funded street improvement project. The project made pedestrian accessibility and safety improvements to nine intersections along local State highways in the downtown area. These improvements included the removal of existing "old" sidewalks, the installation of new sidewalks with ADA compliant curb ramps, the construction of in- pavement lighted and colored crosswalks, pedestrian flashing beacons, curb extensions (bulb - outs), striping, signage, and landscaping. The project was under the oversight of Caltrans and required adherence to the Caltrans' Local Assistance Procedures Manual for project delivery in addition to City standards. Skyfarm A Sewer Lift Station, Wet Well Modifications, City of Santa Rosa. Provided the construction inspection for modifications to the Skyfarm A Sewer Lift Station located in the Fountaingrove area of northeast Santa Rosa. Modifications include the tie -in of a new 10 -foot diameter wet well with the existing wet well, the installation of a new 5 -foot diameter manhole, the installation of new sewer main, all associated valving, appurtenances, and electrical work, and a new asphalt concrete surface. Critical to the success of this project is the communication and coordination with adjacent neighborhood residents and Santa Rosa Memorial Hospital. Green Valley Construction Inspectors - Charlie Williamson and Vern Tyree - Volunteering Their Time at the City of Santa Rosa'; 27th Annual Creek Clean Up During Creek Week. 2010 ARRA Cost Saving Overlays. 2009 Federal Overlays. c=ireerj V dloy (011:'ul ing Engineer> City of Rohnert Park - Construction tvianagement for Various 2012 Summer Projects 11