2015/04/14 City Council Resolution 2015-066RESOLUTION NO. 2015-066
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK
AUTHORIZING AND APPROVING A TASK ORDER FOR CONSTRUCTION
MANAGEMENT AND INSPECTION SERVICES FOR THE ROHNERT PARK
EXPRESSWAY REHABILITATION PROJECT (PROJECT NUMBER 2013 -01) WITH
GREEN VALLEY CONSULTING ENGINEERS
WHEREAS, the City desires to improve Rohnert Park Expressway; and
WHEREAS, Rohnert Park Expressway Rehabilitation Project will enter into the
Construction Phase; and
WHEREAS, funding for the Rohnert Park Expressway Rehabilitation Project is available
from Gas Tax, Casino Mitigation and federally grant funds; and
WHEREAS, the City has issued a Request for Proposal for Construction Management
and Inspection Services; and
WHEREAS, Green Valley Consulting Engineers submitted a proposal for Construction
Management and Inspection Services; and
WHEREAS, the City has reviewed the proposal by Green Valley Consulting Engineers,
believes that Green Valley Consulting Engineers is the best qualified firm to administer the
construction phase of the Rohnert Park Expressway Rehabilitation Project.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert
Park that it does hereby authorize and approve a Task Order with Green Valley Consulting
Engineers, for Construction Management and Inspection Services for Rohnert Park Expressway
Rehabilitation (Project No. 2013 -01) for a not to exceed amount of $174,430.
BE IT FURTHER RESOLVED that the City Manager is hereby authorized and directed
to take all actions to effectuate this Design Professional Services Agreement for and on behalf of
the City of Rohnert Park, including execution, if necessary, in substantially similar form to
Exhibit A attached hereto and incorporated by this reference subject to minor modifications by
the City Manager or City Attorney.
BE IT FURTHER RESOLVED that the Finance Director is hereby authorized and
directed to make budget appropriations as necessary from funding source 184- 0000 - 400 -8310
(Casino Supplemental Mitigation Fund) to project 310 -1301- 400 -9901 ( Rohnert Park
Expressway Rehabilitation).
DULY AND REGULARLY ADOPTED this 14`x' day of April, 2015.
CITY OF ROHNERT PARK
Amy . A otu, M r
ATTEST:
f,
i oAnne M. Buergler, City lerk
CALLINAN: G'�,�.-C. MACKENZIE: ' Vll e STAFFORD: i4_ BELFORTE: W 4� _ AHANOTU: A&) - s �
AYES: ( L-\ ) NOES: ( O ) ABSENT: ( � ) ABSTAIN: ( C )
(2)
GREEN VALLEY CONSULTING ENGINEERS TASK ORDER NO. 2015 -01
CITY OF ROHNERT PARK
AND
GREEN VALLEY CONSULTING ENGINEERS
AUTHORIZATION TO PROVIDE CONSTRUCTION MANAGEMENT AND INSPECTION
SERVICES FOR ROHNERT PARK EXPRESSWAY REHABILITATION PROJECT NO. 2013 -01
SECTION 1— PURPOSE
The purpose of this Task Order is to authorize and direct Green Valley Consulting Engineers to proceed
with the work specified in Section 2 below in accordance with the provisions of the MASTER
AGREEMENT between the City of Rohnert Park ( "City ") and Green Valley Consulting Engineers
( "Consultant ") hereto dated April 14, 2015.
SECTION 2 — SCOPE OF WORK
The items authorized by this Task Order are presented in Attachment "A" - Scope of Services.
SECTION 3 — COMPENSATION AND PAYMENT
Compensation shall be as provided in the MASTER AGREEMENT between the parties hereto referenced
in SECTION 1 above. The total cost for services as set forth in SECTION 2 shall be actual costs (time
and materials) based on Consultants' standard labor charges in accordance with the provisions of the
MASTER AGREEMENT and as shown in Attachment "B" for an amount not -to- exceed $174,430.00.
SECTION 4 — TIME OF PERFORMANCE
The work described in SECTION 2 shall be completed by December 31, 2015, or as extended by the City
Manager.
SECTION 5 — ITEMS AND CONDITIONS
All items and conditions contained in the MASTER AGREEMENT for professional services between
City and Consultant are incorporated by reference.
Approved this 14th day of April, 2015.
CITY OF ROHNERT PARK
Darrin Jenkin, City Manager (Date)
Per Resolution No. 2015- adopted by the
Rohnert Park City Council at its meeting
of 4 -14 -15
GREEN VALLEY CONSULTING ENGINEERS
Liz Ellis, Principal -in- Charge (Date)
Pre - Construction Services:
Conduct a kick -off meeting with
the City staff and relevant parties to
discuss the proposed design scope and
subsequent construction of the project.
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
Construction Manager.
• 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.
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.
Provide Contract work with the City. Establish and
implement coordination, tracking, and communication
procedures among City, 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.
4, Establish and implement coordination, tracking,
and communication procedures among City, CM,
Construction Inspector, Designer, and Contractor.
Green VAION/ Cnrrsr.rltinci Fnaineers Citv of Rohrwrt Pnrk - Rohne.rt. Park Exnr(`CCVV;Av Rehabilitation CM and Insnectinn a
a
I
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.
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
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
Green Vallev Consulting Engineers City of Rohnc rt Park - Rohnert Park hxnrP1c1;Wav F4,hahilitat.ion CM and Inenprtinn �
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
The CM and Inspector will review contract documents
and interpret the drawings as necessary to answer
the questions raised by the contractor. The CM 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 CM
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.
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.
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 CM, or the design
Green Vallev constihina E rmineers City of Rohrwrt Nark - Rol-inert Park EXnr('(;S;W;r)v Rehabilitation CM and Insnection ti
engineer. Upon receipt of a proposed change, the CM
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 CM determines that a proposed change
is warranted, a proposed change order file will be
established. Documents prepared by the CM 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
CM. Upon receipt of the contractor's quotation, the
Construction Inspector will review and compare it to the
independent estimate. Based on the review, the CM will
either recommend approval to the City, or recommend
rejection. If negotiation is authorized, the CM 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 CM, 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.
21 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.
r'nnci ill inn Fnniru,nrc Citv of rinhr,nrt P;4rk -, RnhnPrt Park FxnrACC1nrav Rnhahilitaiinn CM and Insn (,rtinn -7
26. The CM 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 CM
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.
a 2. At the completion of the project, we
® ®® will perform inspections of the work to
® m ® 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.
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.
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.
Green Vallev Consulting Engineers City of Rohnort Park - Rohnert Park Exnr(,Wav Ri-habilitation CM and InsDection R
t
°
c
� V
ro
O
0
E
m
a
N
3
>
0
0
W N
b
C
N
O
Q)f
Q,) :
K
N
,O
C
T
N
N
O
N
O
E
C
{�
p
W
J,.... ;;
N
a
ol
Y
P
r0
E
a+
n
E
Y
W
x
E
.0
N
W
v
m
K a
C
p
F
o
x
C
00
lfl
C
C
a
E
a
0
3
0
Z
~
E
"
E
a
O
O
O
O
O
O
O
c
O
c
U p
°
J
CD
cm
a
°
Q)
N
v
d
d
v
N
v
t0
v
C
O
m
m
m
m
m
m
m
E
°
V
(00
O
T
O
O
01
O
O
O
O
N
O
O
O
O
T
N
O
O
t00
O
0 0
N
a
N
4A
b9
Hi
v
N
Vi
N
N�
b9
o
Vi
Y
N Q
°
m
O
~
o
w
V
F
v
�
a �
�
0
0
E
T
w
w
$
o n
2
N
N
_ ca
n
c
-
O
-
.0
NO
C
CL.
0
10
O
N
p
K
V
2
V
4
d
ti
d
U
V
Y
�
N
M
d
ut
�p
F
W
p
U
O
N
M
h
o
N
0
N
W
u
w
w
K
a
o
z
0
F
0
Q
S
W
}
N
O
CO
E 3
W
W
W
W
T
m W
N
W
�
m O
Y
V
p
a
X
® W
N
Y
U
m
`w
O
f.
m
I
j
Q
N cl
w
�
W
z
S
U
O
K
C
O
O
a
°2
o
w
m
O
T
o
N a
N
lo
n N
o)
N N
c C
O —
U
O
'O y
N
N
W
W
CO
V
l0
O
O
WT
T
M
a O
m M�
W
Y �
°
� V
a
>
0
0
W N
b
C
N
C
Z i-
E
N
= W
n
Y
E
.0
v
O
v
m
K a
C
p
o
x
d!
a
E
a
0
3
o
~
E
"
E
a
O
E
m
c
m
c
p
c
U p
°
CD
cm
a
°
Q)
N
a
N
p1
C
`p
t0
C
a
a
g
o
v
Y
°
m
d
o
w
V
0
E
T
w
w
$
v
_ ca
F
c
-
O
-
.0
NO
C
CL.
0
N
p
K
V
2
V
4
d
ti
d
U
V
Y
�
N
M
d
ut
�p
1�
W
QJ
O
N
M
h
a
6
J
a
d
a
�a
ma
n
a `
v �
n O
7
O M
C a-�
W a
i0 v
? to
aE
r�
o c
0 a
of
Y 6
c
o�
G
O �
o no
Qt cV
c
Y a
E.E
c c c
0 0 o.v
N a
.0
m m m x
HOURLY FEE SCHEDULE
Principal
$220
Project Manager
$150 -$220
Project Engineer
$135 -$195
Staff Engineer
$125 -$165
Survey Crew
$180 -$215
Professional Land Surveyor
$140
Construction Manager
$135 -$185
Construction Inspector
$115 -$150
Construction Inspector II Overtime
$160
Construction Inspector II Night
$165
Prevailing Wage Overtime
$160
Prevailing Wage Double OT
$190
Prevailing Wage Night
$165
Prevailing Wage Night OT
$190
Prevailing Wage Night OT Double
$210
Field Personnel
$95 -$125
CAD Technician
$115 -$145
Administration /Word Processing
$70 -$75
All rates meet current State and Federal requirements for prevailing wage rates, if
applicable.
USE OF COMPANY -OWNED EQUIPMENT AND SPECIALIZED SUPPLIES
The cost of using company -owned equipment and specialized supplies is included in
the hourly rates billed to our projects.
MISCELLANEOUS EXTERNAL EXPENDITURES
Miscellaneous external expenditures, such as those costs associated with
blueprints, and reproduction of originals will be billed at the actual cost plus 15 %.
Subconsultant charges will be billed at cost plus 10 %. We do not charge for
mileage.
CONSTRUCTION INSPECTION AND CONSTRUCTION MANAGEMENT VEHICLE
RATES
Hourly Rate (up to 8 hours) $10 /hour
Daily Rate (8 or more hours) $80 -$100 /day
Green Vaal :v Consultlny E:i aineers Citv of Rohnnrt Perk -. Rnhn!r'r P:,rk rvnrne P Ih kilk_atinn C'RA and
Local Assistance Procedures Manual EXHIBIT 10 -H
Sample Cost Proposal
EXHIBIT 10 -H SAMPLE COST PROPOSAL
ACTUAL COST- PLUS -FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
(DFSIGN, ENGINEERING AND ENVIRONMENTAL STUDIES)
Note: Mark -ups are Not Allowed
Consultant Green Valley Consulting Engineers Contract No. 2013 -01 Date March 26, 2015
"ID L'!lm I A MAD
Classification/Title
Name
Hours
Actual Hourly Rate
Total
PIC
Liz Ellis
12
$ 119.19
$ 1,430.23
Construction Mqr.
Tom Gorman
316
$ 116.28
$ 36,744.19
Construction Inspect.
Sean Lawson
708
$ 75.58
$ 53,511.63
Assistant CM
Tim Dillenburq
48
$ 116.28
$ 5,581.40
Document Control
36
$ 46.51
$ 1,674.42
LABOR COSTS
a) Subtotal Direct Labor Costs
b) Anticipated Salary Increases (see page 2 for sample)
$ 98,941.86
$ 0
c) TOTAL DIRECT LABOR COSTS [(a) + (b)] $ 98,941.86
FRINGE BENEFITS
d) Fringe Benefits (Rate: 2jo- - - %) e) TOTAL FRINGE BENEFITS 19 788.37
[(c) x (d)] $ '
INDIRECT COSTS
f) Overhead (Rate: 22 %) g) Overhead [(c) x (f)] $ 21,767.21
h) General and Administrative (Rate: 20 %) i) Gen & Admin [(c) x (h)] $ 19,788.37
j) TOTAL INDIRECT COSTS [(e) + (g) + (i)] $ 61,343.95
FEE (Profit)
q) (Rate: 10 %)
OTHER DIRECT COSTS (ODC)
Description
1) Travel /Mileage Costs (supported by consultant
actual costs)
in) Equipment Rental and Supplies (itemize)
n) Permit Fees (itemize), Plan sheets (each), Test
Holes (each), etc.
o) Subconsultant Costs (attach detailed cost proposal
in same format as prime consultant estimate for
each subconsultant)
k) TOTAL FIXED PROFIT [(c) + 0)] x (q)]$ 29,682.56
Unit(s) Unit Cost Total
Total $ $ 4,250
p) TOTAL OTHER DIRECT COSTS [(I)+ (m) + (n) + (o)] $ 4,250.00
TOTAL COST [(c) + 0) + (k) + (p)] $ 174,430
NOTES:
• Employees subject to prevailing wage requirements to be marked with an *.
• ODC items should be based on actual costs and supported by historical data and other documentation.
• ODC items that would be considered "tools of the trade" are not reimbursable.
• ODC items should be consistently billed directly to all clients, not just when client will pay for them as a direct cost.
• ODC items when incurred for the same purpose, in like circumstances, should not be included in any indirect cost pool or in
overhead rate.
LPP 15 -01
Page 1 of 5
January 14, 2015
Local Assistance Procedures Manual EXHIBIT 10 -K
Consultant Certification of Contract Costs and Financial Management System
1. Compliant with Generally Accepted Accounting Principles (GAAP) and standards promulgated
by the Cost Accounting Standards Board (when applicable).
2. Compliant with the terms of the contract and is incurred specifically for the contract.
3. Not prohibited by 23 CFR, Chapter 1, Part 172 — Administration of Engineering and Design
Related Service Contracts to the extent requirements are applicable to Consultant.
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be
retained in the project files.
Subconsultants (if applicable)
Proposed Contract Amount (or amount not to exceed if on -call contract): $
Prime Consultants (if applicable)
Proposed Total Contract Amount (or amount not to exceed if on -call contract): $ 174,430.00
Prime, list all Subconsultants and proposed subcontract dollar amounts (attach additional page if necessary):
Consultant Certifying (Print Name and Title):
Name: Liz Ellis, PE
Title: Principal -in- Charge
Consultant Certification Signature
Date of Certification (mm/dd /yyyy): 03/26/2015
Consultant Contact Information:
Email: lizellis @gvalley.com
Phone number:
707 - 579 -0388
* *An individual executive or financial officer of the consultant's organization at a level no lower than a Vice
President or Chief Financial Officer, or equivalent, who has authority to represent the financial information
utilized to establish the Indirect Cost Rate proposal submitted in conjunction with the contract.
Note: Per 23 U.S.C. 112(b)(2)(6), Subconsultants must comply with the FAR Cost Principles contained in 48 CFR, Part 31.
23 CFR Part 172.3 Definitions state: Consultant means the individual or firm providing engineering and design related services as a Parry
to the contract. Therefore, subconsadtants as parties of a contract must complete a certification and send originals to A &1 and keep copies
in Local Agency Project Files.
Distribution: I) Original to Caltrans Audits and Investigations
2) Retained in Local Agency Project Files
LPP 15 -01
Page 2 of 2
January 14, 2015
Careen Valley Consulting Engineers Rohnert Park Expressway Rehabilitation CM and Inspection 32
Local Assistance Procedures Manual EXHIBIT 10 -01
Consultant Proposal DBE Commitment
EXHIBIT 10 -01 CONSULTANT PROPOSAL DBE COMMITMENT
(Inclusive of all DBEs listed at bid proposal. Refer to instructions on the reverse side of this form)
Consultant to Complete this Section
1. Local Agency Name: City of Rohnert Park
2. Project Location: Rohnert Park CA
3. Project Description: Rohnert Park Expressway Rehabilitation
4. Consultant Name: Green Valley Consulting Engineers
5. Contract DBE Goal %: 0.0
DBE Commitment Information
6. Description of Services to be Provided
7. DBE Firm
Contact Information
8. DBE Cert.
Number
9. DBE %
Construction Management
Green Valley Consulting Engineers
29202
100
335 Tesconi Circle Santa Rosa CA
707 - 579 -0388
Local Agency to Complete this Section
10. Total
%Claimed
100
16. Local Agency Contract Number:
17. Federal -aid Project Number:
18. Proposed Contract Execution Date:
Local Agency certifies that all DBE certifications are valid and the
information on this form is complete and accurate:
m Preparer's Signature _ _
Liz Ellis
12. Preparer's Name (Print)
President
19. local Agency Representative Name (Print)
20. Local Agency Representative Signature 21. Date
22. Local Agency Representative Title 23. (Area Code) Tel, No
13. Preparer's Title
03/26/2014 707 - 579 -0388
14. Date 15. (Area Code) Tel, No.
Distribution: (1) Original — Consultant submits to local agency with proposal
(2) Copy — Local Agency files
Page 1 of 2
LPP 13 -01 May 8, 2013
Local Assistance Procedures Manual
EXHIBIT 10 -02
Consultant Contract DBE Information
EXHIBIT 10 -02 CONSULTANT CONTRACT DBE INFORMATION
(Inclusive of all DBEs listed at contract award. Refer to instructions on the reverse side of this form)
Consultant to Complete this Section
1. Local Agency Name:Clty of Rohnert Park
2. Project Location: Rohnert Park, CA
3. Project Description: Rohnert Park Expressway Rehabilitation
4. Total Contract Award Amount: $ ____
5. Consultant Name: Green Valley Consulting Engineers
6. Contract DBE Goal %: 0.0
7. Total Dollar Amount for all Subconsultants: $
8. Total Number of all Subconsultants:
Award DBE/DBE Information
9. Description of Services to be Provided
10. DBE /DBE Firm
Contact Information
11. DBE Cert.
Number
12. DBE Dollar
Amount
Construction Management
Green Valley Consulting Engineers
29202
335 Tesconi Circle, Santa Rosa, CA
07 -579 -0388
Local Agency to Complete this Section
13. Total
Dollars
Claimed
$
20. Local Agency Contract Number:
21. Federal -aid Project Number: -
22. Contract Execution Date:
Local Agency certifies that all DBE certifications are valid and the
information on this form is complete and accurate:
14. Total
01b Claimed
23. Local Agency Representative Name (Print)
24. Local Agency Representative Signature 25. Date��Q,
-
26. Local Agency Representative Title 27. (Area Code) Tel. No.
15. Preparer's Signature
LIZ Ellis
I Is
16. Preparer's Name (Print)
President
Caitrans.to.Com "fete this Section
Caltrans District Local Assistance Engineer (DLAE) certifies that this form
has been reviewed for completeness:
28. DLAE Name (Print) 29. DLAE Signature 30. Date
17. Preparer's Title
03/26/2014 707- 579 -0388
18. Date 19. (Area Code) Tel. No.
Distribution: (1) Copy - Email a copy to the Caltrans District Local Assistance Engineer (DLAE) within 30 days of contract award. Failure to send a
copy to the DLAE within 30 days of contract award may result in delay of payment.
(2) Copy - Include in award package sent to Caltrans DLAE
(3) Original - Local agency files
LPP 13 -01
Page 1 of 2
May 8, 2013
D., t1,.. -- n_,.-I. G,..,....- r,- k- .i- ,:I:k-! -- r- nn _ -A Inr-n- ;-- I\