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