2017/04/11 City Council Resolution 2017-038RESOLUTION NO. 2017-038
A RESOLUTION APPROVING THE PLANS AND SPECIFICATIONS
FOR WATER TANK #8 (PROJECT NUMBER 2006-09), AWARDING
THE CONSTRUCTION CONTRACT TO ARGONAUT
CONSTRUCTORS, AND OTHER RELATED ACTIONS
WHEREAS, on October 25, 2016, the City Council approved a second amendment to the
Development Agreement (DA) for the University District Developer (Developer) that establishes the
City's responsibility to construct the Water Tank #8 (Project Number 2006-09) once the developer
produces plans and specifications, which have been provided and approved by staff, and
WHEREAS, the DA also requires the Developer to provide the City with an initial five
million dollar ($5,000,000) contribution to fund the construction and management of the Project; and
WHEREAS, the DA allows the City to collect an adjusted deposit amount to account for all
expected costs plus a twenty-five percent (25%) project contingency as needed; and
WHEREAS, staff estimates that an additional $1,428,984 deposit is needed from the
Developer to account for all staff time, construction management, construction contract,
projected future expenses, and the contingency allowed per the DA; and
WHEREAS, plans and specifications were provided by the Developer and reviewed and
approved by City staff including the City Engineer; and
WHEREAS, the City of Rohnert Park Municipal Code Title 3 Chapter 3.04 provides that the
city's purchasing functions shall be governed by the city's purchasing policy; and
WHEREAS, consistent with City of Rohnert Park Purchasing Policy Section 3.6.F Contracts
for Public Projects which defers to the Public Contract Code, an invitation for sealed bids was
posted on February 27, 2017, for the Project; and
WHEREAS, five bids were received on the bid opening date of March 21, 2017; and
WHEREAS, Development Services staff determined that Argonaut Constructors
submitted the lowest cost bid and is the lowest responsive and responsible bidder with a bid
amount of $4,312,558; and
WHEREAS, consistent with the City of Rohnert Park Purchasing Policy and after a
qualifications -based selection process, staff has secured a proposed from Brelje & Race for
construction management services for $528,750.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert
Park as follows:
1. The plans and specifications for the Rohnert Park Water Tank #8 Number 2006-09 are
hereby approved and adopted.
2. In malting its findings the City Council relied upon and hereby incorporates by reference
all of the bid materials, correspondence, staff reports and all other related materials.
3. In accordance with California Public Contract Code Section 20160 et seq. and following
any other applicable laws, the City Council of the City of Rohnert Park hereby finds the
bid of Argonaut Constructors for the Project to be the lowest, responsive and responsible
bid and waives any irregularities in such bid in accordance with applicable law.
4. The City Manager is hereby authorized and directed to execute the contract with
Argonaut Constructors, in substantially similar form to Exhibit A, which is attached
hereto and incorporated by this reference, for the sum of the base bid for the four million,
three hundred and twelve thousand, five hundred and fifty-eight dollars ($4,312,558) for
construction of the Project in accordance with the bid documents and applicable law upon
submission by Argonaut of all documents required pursuant to the Project bid documents.
5. City staff is hereby directed to issue a Notice of Award to Argonaut Constructors for this
project.
6. The City Manager is hereby authorized to execute future change orders of up to twenty-
five percent the original bid amount.
7. The City Manager is hereby authorized to execute Task Order 2017-01 with Brelje &
Race consultants for Project construction management.
8. The Finance Director is hereby authorized to accept an additional $1,428,984 deposit
from the Developer and make budget adjustments and appropriations as necessary to fund
the Project.
DULY AND REGULARLY ADOPTED this 11th day of April, 2017.
CITY OF ROHNERJ-PARK
Jake
ATTEST:
�i 'aaVAL
Caitlin Saldanha, Deputy City Clerk
Attachment: Exhibit A
AHANOTU: AVe17f BELFORTE: Al e C'ALLINAN:
AJ � STAFFORD: ' + { MACI{ENZIE:
AYES: ( � ) NOES: ( O )
ABSENT: ( (
) ABSTAIN: (C) )
(2)
2017-038
Exhibit A to Resolution
CONTRACT
WATER TANK #8 PROJECT
PROJECT NO. 2006-09
THIS AGREEMENT, made and entered into this day of , 20__, by and
between hereinafter called "Contractor", and the City of Rohnert Park,
hereinafter called "City".
WITNESSETH:
WHEREAS, the City Council of said City has awarded a contract to Contractor for performing the
work hereinafter mentioned in accordance with the sealed proposal of said Contractor.
NOW, THEREFORE, IT IS AGREED, as follows:
1. Scope of Work: The Contractor must perform all the work and furnish all the labor,
materials, equipment and all utility and transportation services required to complete all of the work of
construction and installation of the improvements more particularly described in the Resolution adopted by
the City Council of said City on <<MONTH DAY, YEAR>>, the items and quantities of which are more
particularly set forth in the Contractor's bid therefor on file in the office of the City Clerk, except work to be
performed by subcontractors as set forth in the Contractor's bid and for which the Contractor retains
responsibility.
2. Time of Performance and Liquidated Damage : The Contractor must begin work within
fifteen (15) calendar days after official notice by the City Engineer to proceed with the work and must
diligently prosecute the same to completion within 280 working days of that Notice. The Contractor
acknowledges and agrees that time is of the essence with respect to Contractor's work and that
Contractor shall diligently pursue performance of the work.
In the event the Contractor does not complete the work within the time limit so specified or within
such further time as said City Council must have authorized, the Contractor must pay to the City liquidated
damages in the amount of FIVE HUNDRED DOLLARS ($500) per day for each and every calendar day's
delay in finishing the work beyond the completion date so specified. Additional provisions with regard to
said time of completion and liquidated damages are set forth in the specifications, which provisions are
hereby referred to and incorporated herein by reference.
3. Payanents: Payments will be made by City to the Contractor for said work performed at the
times and in the manner provided in the specifications and at the unit prices stated in Contractor's bid.
The award of the contract is for a total amount of «AMOUNT».
4. Component Parts and hnterpretatiola: This contract must consist of the following documents,
each of which is on file in the office of the City Clerk and all of which are incorporated herein and made a
part hereof by reference thereto:
a) This Agreement
Water Tank #8 Project
Rohnert Park City Proj. No. 2006-09
LA #4834-0043-9827 v1
Part 1: Bid Documents
Page 1-1
Exhibit A to Resolution
b) Notice Inviting Sealed Proposals
C) Instruction and Information to Bidders
d) Accepted Proposal, with all attachments and certifications
e) Faithful Performance Bond
f) Labor and Material Bond
g) Special Provisions
h) Standard Specifications
i) Design Standards
j) Plans, Profiles and Detailed Drawings
In the event of conflict between these documents, the following order of precedence will govern:
this contract; change orders; supplemental agreements and approved revisions to plans and
specifications; special conditions; standard specifications; detail plans; general plans; standard plans;
reference specifications. In the absence of a controlling or contrary provision in the foregoing, the
Standard Specifications (20 10 edition) of the California Department of Transportation shall apply to this
project.
5. Independent Contractor. Contractor is and will at all times remain as to City a
wholly independent contractor. Neither City nor any of its officers, employees, or agents will have
control over the conduct of Contractor or any of Contractor's officers, employees, agents or
subcontractors, except as expressly set forth in the Contract Documents. Contractor may not at any time
or in any manner represent that it or any of its officers, employees, agents, or subcontractors are in any
manner officers, employees, agents or subcontractors of City.
6. Prevailing Wages: Copies of the determination of the Director of the Department
of Industrial Relations of the prevailing rate of per diem wages for each craft, classification or type of
worker needed to execute this Contract will be on file in, and available at, the office of the Director at
601 Carmen Drive, Camarillo, California 93010.
Contractor must post at the work site, or if there is no regular work site then at its principal
office, for the duration of the Contract, a copy of the determination by the Director of the Department of
Industrial Relations of the specified prevailing rate of per diem wages. (Labor Code § 1773.2.)
Contractor, and any subcontractor engaged by Contractor, may pay not less than the specified
prevailing rate of per diem wages to all workers employed in the execution of the contract. (Labor Code
§ 1774.) Contractor is responsible for compliance with Labor Code section 1776 relative to the
retention and inspection of payroll records.
Contractor must comply with all provisions of Labor Code section 1775. Under Section 1775,
Contractor may forfeit as a penalty to City up to $200.00 for each worker employed in the execution of
the Contract by Contractor or any subcontractor for each calendar day, or portion thereof, in which the
worker is paid less than the prevailing rates. Contractor may also be liable to pay the difference between
the prevailing wage rates and the amount paid to each worker for each calendar day, or portion thereof,
for which each worker was paid less than the prevailing wage rate.
Nothing in this Contract prevents Contractor or any subcontractor from employing properly
registered apprentices in the execution of the Contract. Contractor is responsible for compliance with
Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that contractors and
subcontractors must submit contract award information to the applicable joint apprenticeship committee,
Water Tank #8 Project Part 1: Bid Documents
Rohnert Park City Proj. No. 2006-09 Page 1-2
LA #4834-0043-9827 v]
Exhibit A to Resolution
must employ apprentices in apprenticeable occupations in a ratio of not less than one hour of
apprentice's work for every five hours of labor performed by a journeyman (unless an exception is
granted under § 1777.5), must contribute to the fund or funds in each craft or trade or a like amount to
the California Apprenticeship Council, and that contractors and subcontractors must not discriminate
among otherwise qualified employees as apprentices solely on the ground of sex, race, religion, creed,
national origin, ancestry or color. Only apprentices defined in Labor Code section 3077, who are in
training under apprenticeship standards and who have written apprentice contracts, may be employed on
public works in apprenticeable occupations.
If federal funds are used to pay for the Work, Contractor and any subcontractor agree to comply,
as applicable, with the labor and reporting requirements of the Davis -Bacon Act (40 USC § 276a-7), the
Copeland Act (40 USC § 276c and 18 USC § 874), and the Contract Work Hours and Safety Standards
Act (40 USC § 327 and following).
7. Hours of Labor: Contractor acknowledges that under California Labor Code sections
1810 and following, eight hours of labor constitutes a legal day's work. Contractor will forfeit as a
penalty to City the sum of $25.00 for each worker employed in the execution of this Contract by
Contractor or any subcontractor for each calendar day during which such worker is required or permitted
to work more than eight hours in any one calendar day and 40 hours in any one calendar week in
violation of the provisions of Labor Code section 1810.
8. Apprentices: Attention is directed to the provisions in Sections 1777.5 (Chapter 1411,
Statutes of 1968) and 1777.6 of the Labor Code concerning the employment of apprentices by the
Contractor or any Subcontractor under him.
Section 1777.5, as amended, requires the Contractor or Subcontractor employing tradesmen in any
apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works
project and which administers the apprenticeship program in that trade for a certificate of approval. The
certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the
Contract. The ratio of apprentices to journeymen in such cases must not be less than one to five except:
A. When unemployment in the area of coverage by the joint apprenticeship committee has
exceeded an average of 15 percent in the 90 days prior to the request for certificate, or
B. When the number of apprentices in training in that area exceeds a ratio of one to five, or
C. When the trade can show that it is replacing at least 1/30 of its membership through
apprenticeship training on an annual basis statewide or locally, or
D. When the assignment of an apprentice to any work performed under a public works Contract
would create a condition which would jeopardize his life or the life, safety, or property of
fellow employees or the public at large, or if the specified task to which the apprentice is to
be assigned is of such a nature that training cannot be provided by a journeyman, or
E. When the Contractor provides evidence that he employs registered apprentices on all of his
Contracts on an annual average of not less than one apprentice to eight journeymen.
The Contractor is required to make contributions to funds established for the administration of
apprenticeship program if he employs registered apprentices or journeymen in any apprenticeable trade on
Water Tank #8 Project
Rohnert Park City Proj. No. 2006-09
LA #4834-0043-9827 v1
Part 1: Bid Documents
Page 1-3
Exhibit A to Resolution
such Contracts and if other Contractors on the public works site are making such contributions,
The Contractor and any Subcontractor under him must comply with the requirements of Section
1777.5 and 1777.6 in the employment of apprentices.
Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained
from the Director of Industrial Relations, ex officio the Administrator of Apprenticeship, San Francisco,
California, or from the Division of Apprenticeship Standards and its branch offices. .
9. Labor Discrimination: Attention is directed to Section 1735 of the Labor Code, which reads
as follows:
"A contractor must not discriminate in the employment of persons upon public
works on any basis listed in subdivision (a) of Section 12940 of the Government Code, as those
bases are defined in Sections 12926 and 12926.1 of the Government Code, except as otherwise
provided in Section 12940 of the Government Code. Every contractor for public works who
violates this section is subject to all the penalties imposed for a violation of this chapter. "
10. Workmen's Compensation Insurance: In accordance with the provisions of Article 5,
Chapter 1, Part 7, Division 2 (commencing with Section 1860) and Chapter 4, Part 1, Division 4
(commencing with Section 3700) of the Labor Code of the State of California, the Contractor is required to
secure the payment of compensation to his employees and must for that purpose obtain and keep in effect
adequate Workmen's Compensation Insurance.
The undersigned Contractor is aware of the provisions of Section 3700 of the Labor Code which
requires every employer to be insured against liability for workmen's compensation or to undertake self-
insurance in accordance with the provisions of that Code, and will comply with such provisions before
commencing the performance of the work of this contract.
11. Indemnity and Insurance: To the fullest extent permitted by law, Contractor must indemnify,
hold harmless, release and defend City, its officers, elected officials, employees, agents, volunteers, and
consultants from and against any and all actions, claims, demands, damages, disability, losses, expenses
including, but not limited to, attorney's fees and other defense costs and liabilities of any nature that may be
asserted by any person or entity including Contractor, in whole or in part, arising out of Contractor's
activities hereunder, including the activities of other persons employed or utilized by Contractor including
subcontractors hired by the Contractor in the performance of this Agreement excepting liabilities due to the
active negligence of the City. This indemnification obligation is not limited in any way by any limitation
on the amount or type of damages or compensation payable by or for Contractor under Worker's
Compensation, disability or other employee benefit acts or the terms, applicability or limitations of any
insurance held or provided by Contractor and must continue to bind the parties after termination/completion
of this Agreement.
Contractor shall procure and maintain throughout the time for performance of the work under this
Contract the insurance required by the Special Provisions. The requirement that Contractor procure and
maintain insurance shall in no way be construed to limit the Contractor's duty to indemnify City as
provided in the paragraph above.
Failure of City to monitor compliance with these requirements imposes no additional obligations
on City and will in no way act as a waiver of any rights hereunder.
Water Tank #8 Project Part 1: Bid Documents
Rohnert Park City Proj. No. 2006-09 Page 1-4
LA #4834-0043-9827 v]
Exhibit A to Resolution
12. City Right of Termination and Right to Complete the Work. The City may terminate the
Contract when conditions encountered during the work make it impossible or impracticable to proceed,
or when the City is prevented from proceeding with the Contract by act of God, by law, or by official
action of a public authority. In addition, the occurrence of any of the following is a default by
Contractor under this Contract:
A. Contractor refuses or fails to prosecute the Work or any part thereof with such
diligence as will insure its completion within the time specified or any permitted extension.
B. Contractor fails to complete the Work on time.
C. Contractor is adjudged bankrupt, or makes a general assignment for the benefit of
creditors, or a receiver is appointed on account of Contractor's insolvency.
D. Contractor fails to supply enough properly skilled workers or proper materials to
complete the Work in the time specified.
E. Contractor fails to make prompt payment to any subcontractor or for material or
labor.
F. Contractor fails to abide by any applicable laws, ordinances or instructions of City
in performing the Work.
G. Contractor breaches or fails to perform any obligation or duty under the Contract.
Upon the occurrence of a default by Contractor, the Director will serve a written notice of default
on Contractor specifying the nature of the default and the steps needed to correct the default. Unless
Contractor cures the default within 10 days after the service of such notice, or satisfactory arrangements
acceptable to City for the correction or elimination of such default are made, as determined by City, City
may thereafter terminate this Contract by serving written notice on Contractor. In such case, Contractor
will not be entitled to receive any further payment, except for Work actually completed prior to such
termination in accordance with the provisions of the Contract Documents.
In event of any such termination, City will also immediately serve written notice of the
termination upon Contractor's surety. The surety will have the right to take over and perform pursuant
to this Contract; provided, however, that if the surety does not give City written notice of its intention to
take over and perform this Contract within five days after service of the notice of termination or does not
commence performance within 10 days from the date of such notice, City may take over the Work and
prosecute the same to completion by contract or by any other method it may deem advisable for the
account and at the expense of Contractor. Contractor and the surety will be liable to City for any and all
excess costs or other damages incurred by City in completing the Work.
If City takes over the Work as provided in this Section, City may, without liability for so doing,
take possession of, and utilize in completing the Work, such materials, appliances, plant, and other
property belonging to Contractor as may be on the site of the Work and necessary for the completion of
the Work.
13. Substitution of Securities for Withheld Amounts: Pursuant to California Public Contracts
Water Tank #8 Project
Rohnert Park City Proj. No. 2006-09
LA #4834-0043-9827 v1
Part 1: Bid Documents
Page 1-5
Exhibit A to Resolution
Code Section 22300, securities may be substituted for any moneys withheld by a public agency to ensure
performance under a contract. At the request and sole expense of the Contractor, securities equivalent to
the amount withheld must be deposited with the public agency, or with a state or federally chartered bank as
the escrow agent, who must pay such moneys to the Contractor upon satisfactory completion of the
contract.
Securities eligible for substitution under this section must include those listed in the California
Public Contracts Code Section 22300 or bank or savings and loan certificates of deposit. The Contractor
must be the beneficial owner of any securities substituted for moneys withheld and must receive any
interest thereon.
Alternatively, the Contractor may request and the City shall make payment of retentions earned
directly to the escrow agent at the expense of the Contractor. At the expense of the Contractor, the
Contractor may direct the investment of the payments into securities and the Contractor shall receive the
interest earned on the investments upon the same terms provided for in Section 22300 for securities
deposited by the Contractor. Upon satisfactory completion of the Contract, the Contractor shall receive
from the escrow agent all securities, interest, and payments received by the escrow agent from the City,
pursuant to the terms of this section.
Any escrow agreement entered into pursuant to this section must contain as a minimum the
following provisions:
a. The amount of securities to be deposited;
b. The terms and conditions of conversion to cash in case of the default of the Contractor; and
C. The termination of the escrow upon completion of the contract.
14. General Provisions
A. Authority to Execute. Each Party represents and warrants that all necessary
action has been taken by such Party to authorize the undersigned to execute this Contract and to bind it
to the performance of its obligations.
B. Assignment. Contractor may not assign this Contract without the prior written
consent of City, which consent may be withheld in City's sole discretion since the experience and
qualifications of Contractor were material considerations for this Contract.
C. Binding Effect. This Agreement is binding upon the heirs, executors,
administrators, successors and permitted assigns of the Parties.
D. Integrated Contract. This Contract, including the Contract Documents, is the
entire, complete, final and exclusive expression of the Parties with respect to the Work to be performed
under this Contract and supersedes all other agreements or understandings, whether oral or written,
between Contractor and City prior to the execution of this Contract.
E. Modification of Contract. No amendment to or modification of this Contract will
be valid unless made in writing and approved by Contractor and by the City Council or City Manager, as
Water Tank #8 Project
Rohnert Park City Proj. No. 2006-09
LA #4834-0043-9827 vl
Part 1: Bid Documents
Page 1-6
Exhibit A to Resolution
applicable. The Parties agree that this requirement for written modifications cannot be waived and that
any attempted waiver will be void.
F. Counterparts, Facsimile or other Electronic Signatures. This Contract may be
executed in several counterparts, each of which will be deemed an original, and all of which, when taken
together, constitute one and the same instrument. Amendments to this Contract will be considered
executed when the signature of a party is delivered by facsimile or other electronic transmission. Such
facsimile or other electronic signature will have the same effect as an original signature.
G. Waiver. Waiver by any Parry of any term, condition, or covenant of this Contract
will not constitute a waiver of any other term, condition, or covenant. Waiver by any Party of any
breach of the provisions of this Contract will not constitute a waiver of any other provision, or a waiver
of any subsequent breach or violation of any provision of this Contract. Acceptance by City of any
Work performed by Contractor will not constitute a waiver of any of the provisions of this Contract.
H. Interpretation. This Contract will be interpreted, construed and governed
according to the laws of the State of California. Each party has had the opportunity to review this
Contract with legal counsel. The Contract will be construed simply, as a whole, and in accordance with
its fair meaning. It will not be interpreted strictly for or against either parry.
I. Severability. If any term, condition or covenant of this Contract is declared or
determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining
provisions of this Contract will not be affected and the Contract will be read and construed without the
invalid, void or unenforceable provision.
J. Venue. In the event of litigation between the parties, venue in state trial courts
will be in the County of Sonoma. In the event of litigation in a U.S. District Court, venue will be in the
Northern District of California.
IN WITNESS WHEREOF, the City of Rohnert Park has caused these presents to be executed by its
officers, thereunto duly authorized, and Contractor has subscribed same, all on the day and year first above
written.
CITY OF ROHNERT PARK
City Manager Date
Per Resolution No. «RESO #>>adopted by the Rohnert Park
City Council at its meeting of «Month>>—Day»«Year>>.
F.11aIxggbu
City Clerk
Water Tank #8 Project
Rohnert Park City Proj. No. 2006-09
LA #4834-0043-9827 vl
«CONTRACTOR>>
Name/Title Date
APPROVED AS TO FORM:
City Attorney
Part 1: Bid Documents
Page 1-7
Exhibit A to Resolution
INSURANCE
Bidder's attention is directed to the following insurance forms and to Section 2.03 of the Special
Provisions, located on Pages 2-1 through 2-6 in the Special Provisions section. It is highly
recommended that bidders confer with their respective insurance carriers or brokers to determine
in advance of bid submission the availability of insurance certificates and endorsements as
prescribed and provided herein. Failure to comply strictly with the insurance requirements may
result in forfeiture of the bid security and withdrawal of the bid proposal.
Water Tank #8 Project
Rohnert Park City Proj. No. 2006-09
LA #4834-0043-9827 v]
Part 1: Bid Documents
Page 1-8
CERTIFICATE OF INSURANCE ISSUE DATE MM/DDNY)
CITY OF ROHNERT PARK (the "City")
PRODUCER
THIS CERTIFICATE OF INSURANCE IS NOT AN INSURANCE POLICY AND DOES NOT
AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW
BEST'S
COMPANIES RATING
COMPANY
LETTER A _
COMPANY
LETTER B_
INSURED
COMPANY
LETTER C
COMPANY
LETTER D
COMPANY
LETTER E _
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE
INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY
REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH
THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY
THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES LIMITS SHOWN MAY HAVEN BEEN REDUCED BY PAID CLAIMS
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTNE
DATE (MM/DD/YY)
POLICY EXPIRATION
DATE (MM/DD/YY)
ALL LIMITS IN THOUSANDS
GENERAL AGGREGATE $
PRODUCTS-COMP/OPS AGGREGATE $
GENERAL LIABILITY
❑ COMMERCIAL GENERAL LIABILITY
PERSONAL&ADVERTISING INJURY $
❑ CLAIMS MADE ❑ OCCUR
- -
EACH OCCURRENCE $
❑ OWNER'S & CONTRACTOR'S PROT
FIRE DAMAGE (Any one Fire) $
❑ OTHER
MEDICAL EXPENSE (Anyone person) $
--
COMBINED
AUTOMOBILE LIABILITY
SINGLE LIMIT $
❑ ANY AUTO
BODILY INJURY
❑ ALL OWNEDAUTOS
(Per person) $
❑ SCHEDULED AUTOS
BODILY INJURY
❑ HIRED AUTOS
❑ NON -OWNED AUTOS
(Per eccldenl) $
PROPERTY DAMAGE $
❑ GARAGE LIABILITY
EXCESS LIABILITY
EACH OCCURRENCE $
❑ UMBRELLA
❑ OTHER THAN UMBRELLA FORM
AGGREGATE $
STATUTORY
❑ WORKER'S COMPENSATION
EACH ACCIDENT $
AND
DISEASE -POLICY LIMIT $
EMPLOYERS' LIABILITY
DISEASE -EACH EMPLOYEE 3
PROPERTY INSURANCE
AMOUNT OF INSURANCE
$
D COURSE OF CONSTRUCTION
_
--DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/RESTRICTIONS/SPECIAL ITEMS
THE FOLLOWING PROVISIONS APPLY:
1. None of the above-described policies will be canceled until after 30 days' written notice has been given to the City at the address indicated below.
2. The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers are added as insureds on all liability insurance policies listed above.
3. It is agreed that any insurance or self-insurance maintained by the City will apply in excess of and not contribute with, the insurance described above.
4. The City is named a loss payee on the property insurance policies described above, if any.
5. All rights of subrugalion under (Ire property insurince policy litAed above have been walvtW against the City.
6. The workers' campermation Insurer named above, if any, agrees to waive all rights to subrogation against the City for injuries to employees of the insured resulting
from work for the City or use of the City's premises or facilities.
AUTHORIZED REPRESENTATIVE
CERTIFICATE HOLDER/ADDITIONAL INSURED
CITY OF ROHNERT PARK
SIGNATURE
130 AVRAM AVENUE
TITLE
ROHNERT PARK, CA 94928
PHONE NO.
Rev. i 1108
Water Tank #8 Projct
Rohnert Park City Proj. No. 2 0 0 6- 0 9
LA #{4834-0043-9827 vl
Part 1: Bid Documents
Page 1-9
INSURERISO FORM CG 20 10 11 85 (MODIFIED)
POLICY NO: COMMERCIAL GENERAL LIABILITY
ENDORSEMENT NO:
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Organization:
The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers are
named as additional insured.
(If no entry appears above, the information required to complete this endorsement will be
shown in the Declarations as applicable to this endorsement).
WHO IS INSURED (Section II) is amended to include as an insured the person or
organization shown in the Schedule but only with respect to liability arising out of "your work"
performed for that insured.
CG20101
1. The insured scheduled above includes the insured's elected or appointed officers, officials,
employees, agents and volunteers.
2. This insurance must be primary as respects the insured shown in the schedule above, or if excess,,
must stand in an unbroken chain of coverage excess of the Named Insured's scheduled underlying
primary coverage. In either event, any other insurance maintained by the Insured scheduled above
must be in excess of this insurance and must not be called upon to contribute with it.
3. The insurance afforded by this policy must not be canceled except after thirty (30) days prior written
notice by certified mail, return receipt requested, has been given to the Entity.
4. Coverage must not extend to any indemnity coverage for the active negligence of the additional
insured in any case where an agreement to indemnify the additional insurance would be invalid
under Subdivision (b) of Section 2782 of the Civil Code.
Signature -Authorized Representative
Address
CG 20 10 11 85 Insurance Services Office, Inc. Form (Modified)
Water Tank #8 Projct
Rohnert Park City Proj. No. 2 0 0 6- 0 0
LA #4834-0043-9827 vt
Part 1: Bid Documents
Page 1-10
SUBMIT IN DUPLICATE
AUTOMOBILE LIABILITY SPECIAL ENDORSEMENT
ENDORSEMENT NO
ISSUE DATE(MM/DDNY)
FOR CITY OF ROHNERT PARK (the "City")
PRODUCER
POLICY INFORMATION:
Insurance Company:
Policy No.:
Policy Period: (from) (to)
LOSS ADJUSTMENT EXPENSE ❑ Included in Limits
❑ In Addition to Limits
D Deductible ❑ Self-Insured Retention (check which) of5_
Telephone
NAMED INSURED
APPLICABILITY. This insurance pertains to the operation and/or tenancy of the named
insured under all written agreements and permits in force with the City unless checked here 1� in
which case only the following specific agreements and permits with the City are covered:
CITY AGREEMENTS/PERMITS
TYPE OF INSURANCE
OTHER PROVISIONS
❑COMMERCIAL AUTO POLICY
❑BUSINESS AUTO POLICY
❑OTHER
LIMIT OF LIABILITY
CLAIMS: Underwriter's representative forclaims pursuantto this insurance.
Name:
$ per accident, for bodily injury and property damage.
Address:
Telephone: f 1 _.... ...... _
In consideration of the premium charged and notwithstanding an inconsistent statement in the policy to which this endorsement is attached or any endorsement now or
hereafter attached thereto, it is agreed as follows:
1. INSURED. The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers are included as insureds with regard to damages and defense of
claims arising from: the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Named Insured, or for
which the Named Insured is responsible.
2. CONTRIBUTION NOT REQUIRED. As respects work performed by the Named Insured for or on behalf of the City, the insurance afforded by this policy must: (a) be
primary insurance as respects the City, its officers, officials, employees, agents or volunteers; or (b) stand in an unbroken chain of coverage excess of the Named
Insured's primary coverage. Any insurance or self-insurance maintained by the City, its officers, officials, employees and volunteers must be excess of the Named
Insured's insurance and not contribute with it.
3. CANCELLATION NOTICE. With respect to the interests of the City, this insurance must not be cancelled, except after thirty 30) days prior written notice by receipted
delivery has been given to the City.
4. SCOPE OF COVERAGE. This policy affords coverage at least as broad as:
(1) If primary, Insurance Services Office form number CA0001 (Ed. 1/87), Code 1 ("any auto"); or
(2) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding section (1).
Except as stated above nothing herein must be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement
is attached.
ENDORSEMENT HOLDER
CITY
AUTHORIZED 1& Broker/Agent 1* Underwriter I& _ __,-_,-
REPRESENTATIVE
I (print/type name), warrant that I have
CITY OF ROHNERT PARK
authority to bind the above-mentioned insurance company and by my
130 AVRAM AVENUE
signature hereon do so bind this company to this endorsement.
ROHNERT PARK, CA 94928
Signature
(original signature required)
Telephone: ( ) Date signed:
ntv. rinra,
Water Tank #8 Projct
Rohnert Park City Proj. No. 2 0 0 6 0 c
LA #4834-0043-9827 vl
Part 1: Bid Documents
Pagel -11
SUBMIT IN DUPLICATE
WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY
ENDORSEMENT NO
ISSUE DATE(MM/DD/YY)
SPECIAL ENDORSEMENT
FOR CITY OF ROHNERT PARK (the "City")
PRODUCER
POLICY INFORMATION:
Insurance Company:
Policy No.:
Policy Period: (from) (to)
OTHER PROVISIONS
Telephone
NAMED INSURED
CLAIMS: Underwriters representative for claims pursuant to this insurance.
EMPLOYERS LIABILITY LIMITS
Nkmw
$ (Each Accident)
Address:
$ (Disease - Policy Limit)
$, (Disease - Each Employee)
Telephone:
In consideration of the premium charged and notwithstanding an inconsistent statement in the policy to which this endorsement is attached or any endorsement now or
hereafter attached thereto, it is agreed as follows:
1. CANCELLATION NOTICE. This insurance must not be cancelled, except after thirty (30) days prior written notice by receipted delivery has been given to the City.
2. WAIVER OF SUBROGATION. This insurance Company agrees to waive all rights of subrogation against the City, its officers, officials, employees, agents and
volunteers for losses paid under the terms of this policy which arise from the work performed by the Named Insured For the City.
Except as stated above nothing herein must be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement
is attached.
ENDORSEMENT HOLDER
CITY
AUTHORIZED 14!iI Broker/Agent un Underwriter Tp
REPRESENTATIVE
I (print/type name), warrant that I have
CITY OF ROHNERT PARK
authority to bind the above-mentioned insurance company and by my
130 AVRAM AVENUE
signature hereon do so bind this company to this endorsement.
ROHNERT PARK, CA 94928
Signature_
(original signature required)
Telephone: ( ) Date signed:
Water Tank #8 Projct
Rohnert Park City Proj. No. 2 0 0 G- 0 9
LA #4834-0043-9827 v]
Part 1: Bid Documents
Page 1-12
Water Tank #8 Project
Rohnert Park City Proj. No. 2006-09
LA #4834-0043-9827 v
Part 5: Drawings
Page 5-13
Attachment A
BRELJE & RACE, CONSULTING CIVIL ENGINEERS, TASK ORDER NO. 2017-01
CITY OF ROHNERT PARK
AND
BRELJE & RACE, CONSULTING CIVIL ENGINEERS
AUTHORIZATION TO PROVIDE CONSTRUCTION MANAGEMENT SERVICES
FOR THE WATER TANK #8 PROJECT No. 2006-09
SECTION 1 —PURPOSE
The purpose of this Task Order is to authorize and direct Brelje & Race, Consulting Civil
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 Brelje & Race,
Consulting Civil Engineers ("Consultant") hereto approved by Council on February 23, 2016
SECTION 2 — SCOPE OF WORK
The items authorized by this Task Order are presented in Attachment "A" - Scope of Services, which is
attached hereto and incorporated by this reference.
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," which is attached hereto and
incorporated by this reference, for an amount not -to -exceed five hundred and twenty-eight thousand,
seven hundred and fifty ($528,750).
SECTION 4 — TIME OF PERFORMANCE
The work described in SECTION 2 of this Task Order shall be completed by December 7, 2018 or as
extended in writing by the City Engineer.
SECTION 5 — ITEMS AND CONDITIONS
All terms and conditions contained in the MASTER AGREEMENT for professional services between
City and Consultant are incorporated by reference and remain in full force and effect.
Approved this _, day of 2017.
CITY OF ROHNERT PARK Brelje & Race, Consulting Civil Engineers
Darrin Jenkins, City Manager (Date) By: Sean Jeane, Vice President (Date)
Per Purchasing Policy adopted as Reso 2016-51
On June 14, 2016
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
Bre i &Race
:m__ lNr, Civil. MriNFERS
PROPOSAL
ENGINEERING SERVICES DURING CONSTRUCTION
STORAGE TANK 8 & TRANSMISSION PIPELINES
Prepared For
CITY OF ROHNERT PARK
Prepared By
BRELJE & RACE ENGINEERS
February 2, 2017
PROJI..-I °T UNDERSTANDING INDING 1
The City of Rohnert Park will be entering into a construction contract in early April of this year
for construction of a new water storage reservoir (Tank 8), associated transmission pipelines,
arched culvert and associated roadway and site work. The new construction will be located within
the County of Sonoma, on City owned property known as the Anderson 128 site. The water tank
is being constructed primarily to serve the University District planned development. Brelje & Race
has been requested to provide engineering services during construction, including assistance with
bidding, minor civil and geotechnical engineering services in support of potential future site
expansion, and full construction management services. The construction management services will
include numerous sub -tasks including submittal and RFI review/coordination, daily observations,
and several specialty subconsultant services for environmental, geotechnical and structural
monitoring during construction.
It is anticipated that the developer's engineer will be providing completed technical specifications
and improvement drawings, but not necessarily construction -ready bid documents. Brelje & Race
will provide review services to ensure the drawings have incorporated previous commentary and
recommendations, and will produce construction -ready documents. In order to expedite
construction, and avoid further design and review cycles, any needed revisions to the design
drawings will be prepared by Brelje & Race during bidding and/or construction and implemented
as either contract addenda (if completed during bid phase) or change order work by the selected
contractor.
The City intends to revise the tank site by altering the current design to allow for a future water
storage tank of similar size to be constructed adjacent to the currently planned water tank. The
design revisions will include grading plans, retaining walls, underground utility and piping
modifications, and other related changes as needed to accommodate a second tank on an adjacent
site. For consistency with the design drawings, Brelje & Race will prepare the anticipated changes
with assistance from the Geotechnical Engineer, Engeo, Inc. The original geotechnical reports
prepared in 2005 and 2006 did not include any subsurface investigations outside of the current
tank building envelope. Additional investigation, and an amended geotechnical report are
recommended for the adjacent tank pad, and those services have been included.
A detailed description of the individual tasks to be performed for the engineering scope of services
for this specific project are provided following.
476 Aviation Blvd.,, Suite 138 - Santa Rosa, CA 95493 • v: 707.576-1322
WWW hme com
SCOPE or SERVICES
TASK 1 Assistance with Bidding
The City will need the construction manager to assist during the bidding process with each of the
following tasks:
1. Final Design Review
Construction manager will provide a final constructability review and check of the drawings
and specifications for compliance with all comments previously sent to the design engineer.
2. Create Bid Schedule, Description of Bid Items & Assemble Final Construction Documents
The Design Engineer and his subconsultants were requested to complete their drawings and
technical specifications by the planned February Bid Advertisement date. They were unable
to coordinate their efforts to create a completed front-end and bid ready contract documents.
Brelje & Race will create a simplified bid schedule, and provide bid item descriptions as
needed to complete the Bid -Ready Construction Documents.
3. Provide Response to Bidder Questions & Prepare Addenda during Bid Advertising
Brelje & Race will work as the City's agent to collect comments and questions from bidders
and prepare appropriate responses. Responses will be compiled and sent to plan holders in
the form of Addenda.
4. Coordinate between Design Consultants and City
Brelje & Race will coordinate with the appropriate party to provide responses to any bidder
questions that can't be resolved through review of the specifications. Brelje & Race will
contact the appropriate vendor, City personnel, the Design Consultant or any of his
subconsultants directly in order to expedite a response. (Any necessary plan revisions will be
prepared by the original designer.)
TASK 2 Engineering Design Services During Construction & Extra Services
Brelje & Race anticipates preparing a minor design revision during bidding and early in construction
to make necessary changes that would accommodate a second tank on an adjacent tank pad sometime
in the future. The design would need to be prepared and implemented under the construction contract
as change order work. For this effort, the following subtasks have been included (not necessarily in
chronological order):
1. Site Redesign for Future Tank
Conduct the pre -construction meeting, which will include appropriate City staff, Contractor
and major subcontractors. B&R will prepare the agenda and minutes for distribution. The
meeting will include a discussion of all items pertinent to the successful performance and
completion of the project by the contractor, particularly expectations regarding schedule,
notifications, testing, and other protocols.
Page 2 of 8
2. Attend Project Design and Coordination Meetings
Conduct and document progress meetings after substantial work progress has been initiated.
Prepare and distribute meeting agendas to include schedule updates, key issues and
constraints, and progress updates. Prepare and distribute meeting minutes. Contractor will be
requested to provide three week
3. Conduct Supplemental Geotechnical Subsurface Investigation
Our subconsultant, Engeo, Inc., will be retained to conduct additional geotechnical
investigations and prepare a new or supplemental report to support the future tank site and
ensure it -vill be suitable for that purpose. From their Scope of Services provided to us, they
will be performing the following tasks:
Engeo will anay �Ze the subsurface conditions and laboratory test results, and prepare ageotechrrical report
thal will include the items described below.
❑ Suitability of the site for the proposed tank and associated improvements.
❑ Assessment ofgeolrlgir.al hazards at the site and in the general project area.
❑ Treatment ofgeotecbnical constraints such as bedrock excavatability, seismic t);, expansive
soils and bedrock units, as necessary, based on field eAploration results.
❑ Site urarlii{g recommendations, including excavatability, construction constraints, fill
placement recommendations, utility backfill, and recommendations for site drainage.
❑ Foundation design recommendations for recommendedfoundation types) and California
Birildhig Code (CBC) seismic criteria.
❑ Soil parameters for the soil nail wall design including friction angle, cohesion, unit weight,
and estimated bond strength.
❑ Evaluation ofglobal stability.
❑ Conventional retaining wall recommendations.
❑ Secondary slab -on -grade (flatwork) recommendations.
❑ Pavement recommendations for bot mix- asphalt and Portland cement concrete.
The geotechnical report will include a summary of the surface and subsurface conditions, seismicity,
laboratory test data, boring log data, and a site plan showing our exploratory location and improvement
limits. Our report will be signed by a licensed California Geotechnical Engineer.
TASK 3 Construction Management, Field Observation & Monitoring Services
For a tank rehabilitation project Brelje & Race will typically performs all of the following listed tasks.
Preconstruction Meeting
Conduct the pre -construction meeting, which will include appropriate City staff, Monitors,
Contractor and major subcontractors. B&R will prepare the agenda and minutes for
distribution. The meeting will include a discussion of all items pertinent to the successful
performance and completion of the project by the contractor, particularly expectations
regarding schedule, notifications, monitoring, testing, and other protocols.
Page 3 of 8
2. Construction Progress Meetings (Bi -weekly)
Conduct and document progress meetings after substantial work progress has been initiated.
Prepare and distribute meeting agendas to include schedule updates, key issues and
constraints, and progress updates. Prepare and distribute meeting minutes. Contractor will be
requested to provide three week Preconstruction Meeting. Subcontractors and others will be
invited as needed from time -to -tithe.
3. Schedule Management
Provide schedule management including review of contractor's as -planned schedule for
conformance with the specifications and for reasonableness of activity durations and
sequence. Meet with the contractor to discuss and clarify any significant issues. Review
revised schedules as required. Review work progress as compared to the as -planned schedule
and notify contractor of schedule slippage. Analyze schedule to determine impact of the
weather and change orders on the construction schedule. Review contractor's updates of the
construction schedule which incorporates actual progress, weather delays, and change order
impacts.
4. Maintain Project Records
Maintain submittal and RFI logs, daily reports and inspection records, compliance testing
reports and logs, photo logs and other correspondence and records information. Brelje &
Race will also provide the contractor with Statements of Working Days on a weekly basis.
5. Prepare Bi -Weekly Reports
Prepare report of progress and status updates on a bi-weekly basis and submit via email to
the City's project manager. Additional reports will be provided upon request or when
progress is occurring rapidly.
6. Review Monthly Progress Payments
Evaluate monthly progress payment requests from contractor, review for accuracy and
completeness and negotiate changes to quantities where needed and submit to City with
recommendation for payment.
7. Requests for Information (RFIs)
Evaluate, coordinate and manage Requests for Information (RFIs) and Requests for
Clarifications (RFCs) and all responses. This includes log, tracking progress, request response
from appropriate persons, review/edit response, and transmit response to contractor.
8. Potential Change Orders and Contract Change Orders
Coordinate and manage the requests for CCOs and communications regarding PCOs,
including log, review in conjunction with City staff, assist with determination of changed
conditions and scope definition as needed, assist with negotiation, and incorporate change
orders into the construction contract. Brelje & Race will prepare all change order requests
with City provided standard forms, if available, or will prepare using our own standard forms.
9. Submittal and Shop Drawing Review Process
Prepare a list of required submittals, provide to the contractor, and keep a log of all submittals
and their review status throughout the project. Coordinate and manage the submittal and
shop drawing review process. Submittals will be logged, routed to the appropriate reviewer(s)
and City staff, with consolidated response transmitted back to the Contractor in a timely
Page 4 of 8
manner. Subsequent resubmittals will also be routed, tracked and returned with appropriate
comments.
10. Permit & CEQA Monitoring and Compliance
The project includes a County encroachment permit with conditions which must be
monitored and adhered to; our field observer will assist with that monitoring.
CEQA required mitigation measures have also been incorporated into the project
specifications and are beyond the expertise of our staff. The mitigation measures requiring
monitoring by other experts to ensure compliance include:
• BIO -5a: Install Construction Barrier Fencing to Protect Sensitive Biological Resources
Adjacent to the Construction Zone
• BIO -12a: Conduct a Preconstruction Survey for Northwestern Pond Turtles in Suitable
Uplands
• BIO -13a: Conduct Preconstruction Surveys for Active Burrowing Owl Burrows and
Implement the California Department of Fish and Game Guidelines for Burrowing
Owl Mitigation, if necessary. (Survey required and cannot disturb burros between
February 1 and August 31).
• BIO -14a: Avoid Disturbance of Tree-, Shrub-, and Ground -Nesting Special -Status and
Non—Special-Status Migratory Birds. (Required within 1 week prior to initiation of
construction activities if construction begins between March 1 and August 15)
• C -5a: Implement a Monitoring Program for Buried Cultural Resources. (Native
American and archaeological monitors should be present during all initial ground -
disturbing activities witli (he potetitial to r.ncoumerNrilive ,\mcrican cultural resource,)
[NOTE: A technical report with monitoring recommendations shall be prepared
by a qualified archaeologist to guide the actions of monitors and construction
crews in the event of an archaeological discovery. We at Brelje & Race are not
sure how, when, or if this technical report has been prepared.]
• HAZ-2d: Screen Surface Soils in the Project Area for Residuals from Agricultural
Chemicals (Fertilizers and Pesticides)
• HAZ-2e: Stockpile and Sample Excavated Soils
Other standard mitigation measures to be monitored by our inspector include noise, work hours,
watching for spills, ensuring vegetation is cleared to prevent fires, ensuring equipment is clean to
prevent spread of noxious weeds, protecting existing trees, ensuring streets are clean, etc.
11. Claims Management
Should any disputed work items not be resolved adequately through the change order process
and the Contractor files a claim, Brelje & Race will advise and assist City staff throughout the
claims process.
Page 5 of 8
12. Field Observation/Inspection
Field observation and inspection duties will be performed on a full time basis to monitor the
contractor's work for completeness and compliance with the contract documents. The field
inspector will also provide a line of communication between the contractor and the City
through the project manager and vice -versa. The field inspector will attend all progress
meetings and assist in the progress payment review process, prepare and monitor the punch
Est and coordinate with contractor for special inspections and owner notification. The field
inspector will keep a diary/log, prepare work reports, keep photo documentation of progress,
and list all observed activities.
For this project, our Field Observer is also a Society of Protective Coatings (SSPC) certified
coatings inspector who will monitor the Contractor's work for compliance with the coating
specifications. The inspector will: provide surveillance of environmental conditions during
preparation and painting operations; observe cleanliness and preparation of surfaces prior to
coating; provide thickness and adhesion testing of coating systems at each coat and the final
product, and; provide a testing report to the City. Testing of coating systems will include
measurement of dry film thickness PFT) and SSPC comparative tests for surface
preparation. Environmental conditions will also be monitored during painting. Tests include
field dew point determination, measurement of steel surface temperatures with a laser
thermometer and relative humidity using a sling psychrometer.
Brelje & Race will also coordinate and procure special inspection services for tank welds in
accordance with AWWA D-100, and other testing as required.
13. Photograph or Video Documentation
Coordinate pre and post construction video and photographic site survey, provide daily
photographic work detail, and provide the City with all photographic material at the
conclusion of the job.
14. Field Changes & Plan Revisions
From time -to -time, plan revisions are needed during construction. Brelje & Race will
coordinate the efforts of the design engineer and his subconsultants to prepare revisions, or
if minor, will prepare the revisions ourselves. Our inspector will also ensure the Contractor
keeps an accurate "Record Drawing" set throughout which fully documents any changes or
revisions to the original design plans.
15. Inspection Reports
Provide daily reports detailing work items completed, materials used, labor and equipment on
site, any potential or incurred CCO work. The daily reports also provides a means to track
the contractor's schedule and issues that arise such as problems with traffic control or public
safety. The Construction Manager will review all reports ahead of submitting to the City.
16. Geotechnical Observation, QA Testing & Sampling
For all tasks that require specialty knowledge for observations, testing or materials sampling
such as geotechnical review, compaction testing, concrete compressive strength testing and
welding inspections, Brelje & Race will be utilizing the services of Terrain Geotechnical
and/or Consolidated Testing Laboratories.
Page 6 of 8
Dana Brock, of Terrain Geotechnical, is a registered Engineering Geologist and a
Geotechnical Engineer. Dana will be providing observation services for footings, retaining
walls, embankment fills and keyways, and other matters that our own inspector does not have
an appropriate expertise.
Helen Vivian is a certified soils technician and certified concrete specialist. She will provide
compaction testing for fill soils, and will collect concrete samples where necessary.
Consolidated Testing Labs will act as the Owner's representative for welding inspections.
The Contractor will be required to provide his own welding inspections, however, the City is
also allowed under the contract to provide their own inspection services, which is highly
recommended. It is anticipated that the City's inspector will be on-site intermittently, mostly
to confirm the results of the Contractor's inspector. Should any issues arise with the
Contractor's inspections, it may be necessary to increase the presence of the City's welding
inspector. Brelje & Race will monitor the testing results of both, and advise the City as
necessary.
17. Substantial Completion and Punch List
At the time of substantial project completion, schedule with the City the review and
preparation by the field inspector a formal Punch List of items remaining for the contractor
to comply with all contract provisions and allow preparation of the Notice of Completion.
18. Project Closeout & Documents Management
Provide the City with copies of all project documentation including, submittal and RPI logs,
daily field reports, correspondence, log of testing results, photo documentation and any other
pertinent documentation. Assist with preparation of the Notice of Completion, and advise
the City when appropriate to pay retention and other final closeout items.
19. Worksite Safety Monitoring & Liability Awareness
Brelje & Race personnel will continuously monitor job site conditions for safety on behalf of
the Contractor and the City. Where needed, gentle reminders will be provided (without
direction) for situations where better safety or reduced liability become an issue.
20. Water Sampling for Bacteriological Clearance
Brelje & Race's field observerwill assist the City in collecting water quality and bacteriological
samples for WQ compliance.
FE
Our fees for these services will be billed monthly on a time and expenses basis, and will not be
exceeded without prior written approval from the City. The recommended budget for the provided
scope of services is estimated at $528,750 and is based on the attached Task, Work Hour and Cost
Tabulation. The rates used for the tabulation were taken from our current Schedule of Rates, copy
also attached.
The construction contract was recently estimated to require 54 weeks for project completion,
although it is unlikely work will occur every day, therefore our field inspection services have been
estimated based on 52 weeks of full-time observations. Our Construction Manager is expected to
spend between 15 and 20 percent of his time throughout the project duration, which is reflected in
the fee.
Page 7 of 9
Other assumptions are listed in the tabulation worksheet.
PERSONNEL
The Construction Manager from Brelje & Race will be Sean Jeane. Mr. Jeane is an associate
principal at Brelje & Race and an experienced CM who has managed numerous municipal
construction projects, including several steel water tank construction and rehabilitation projects of
a similar nature.
Field inspection services are currently anticipated to be provided by George Potter, PE, of Brelje
& Race. George, our SSPC certified coatings inspector, will have primary responsibility for all
field inspection services. Other staff will provide support and assistance as necessary, and act as
George's back-up for any occasions George may be unavailable. The project is well suited for
George, as he has extensive experience gained from several recent and similar new tank
construction projects and several tank recoating projects.
Inspection for compliance the geotechnical recommendations or requirements will be provided by
Dana Brock, GE, CEG, of Terrain Geotechnical, Inc. Mr. Brock has a long history assisting Brelje
& Race on a wide variety of construction projects.
Brelje & Race has will be retaining Ted Winfield, Ph.D., of Ted Winfield & Associates for
performing the wetlands delineation monitoring. Dr. Winfield was the environmental specialist
retained by the Design Engineer/Developer, and is responsible for the preparation of the
Preliminary Advisor Assessment — Waters of the United States Report for the project site, and he
prepared a letter, dated 8/5/16, regarding the status of endangered plants and the California Tiger
Salamander on the project site. He is the most qualified individual to ensure the delineation is
respected.
Jane Valerius of Environmental Consulting (Botanist) and Trish Tatarian of Wildlife Research
Associates (Biologist) are each well-known and respected environmental professionals in Sonoma
County. Brelje & Race has a long and successful history of working with each.
For all of our staff and for our subconsultants, full resumes can be provided upon request.
SCHEDULE AND ABILITV TO PERFORM
It is our understanding that the bid advertising is scheduled to begin on February 22"d with bid
opening scheduled for March 215'. These dates were selected in order to be able to award the
project at the City's April 1 Vh Council meeting, which would allow for construction to begin by
May. Brelje & Race will be expected to begin as soon as plans are submitted, which is expected
to be by February 17'x'. Based on these assumptions, our project manager, office and field staff
will be prepared to begin work immediately upon authorization to proceed.
Construction, if initiated in May of this year, should continue through May of 2018.
A5suMtTIONS AND LimITATIONS
Construction surveys are not included. We assume the contractor will be responsible for
procuring any needed surveying under his contract, however, Brelje & Race would be happy
to provide these services for additional fee if requested.
2. Permits and other fees, if any, are assumed to be arranged for and paid by others.
Page 8 of 9
V
� _
kl
r
=
_..._
—
_
n
F
_
_
a
4
4
-
z
ii
�xY
U
is
7
N
u
C
M epi
t
G
4
�
BLelj
Ol7
U &Race
EXHfBCT B
SERVICES RATE SCHEDULE
EFFECTIVE MARCH 1, 2016
PROFESSIONAL SERVICES
$175.00/hour
Senior Principal ....................................................
............................................................ $195.00/hour
AssociatePrincipal............................................................................................................170.00/hour
$230.00/hour
Associate.............................................................................................................................155.00/hour
SeniorEngineer.................................................................................................................155,00/hour
$285.00/hour
Engineer..........................................................,...,
................ ...................... ,................. ....... 140.00 /hour
EngineeringTechnician.......................................:............................................................120.00/hour
$70.00/hour
SeniorPlanner....................................................................................................................140.00/how:
Planner...........................:..........................................:.........................................................110.00/hour
SeniorSurveyor .....................................................
............................................................. 140.00/hour
Surveyor..............................................................................................................................125.00/hour
SurveyTechnician ..........................
...._...................................... . ...............................115.00/hour
CADTechnician................................................................................................................115.00/hour
ConstructionEngineer.....................................................................................................135.00/hour
ConstructionTechnician 2 ............................
........................................................ .......... .120.00/hour
Construction Technician 1 .................................................
............................ ................ 100.00/hour
TechnicalWriter..................................................................................................................90.00/hour
EXPERT WITNESS & MEDIATION SERVICES $350.00/hour
FIELD SURVEYING
One-man Party
$175.00/hour
(Including Survey Equipment & Vehicle)
Two-man Party
$230.00/hour
(Including Survey Equipment & Vehicle)
Three-man Party
$285.00/hour
(Including Survey Equipment & Vehicle)
CLERICAL SERVICES
$70.00/hour
OUTSIDE CONSULTANTS Cost + 10% Handling Charge
OUTSIDE PLOTTING AND REPRODUCTION Cost d- 10% Handling Charge
IN-HOUSE PLOTTING
Vellum or Bond $8.00/sheet
Mylar 20.00/sheet
Note
Brelje & Race does not charge separately for many of the expenses that are traditionally recouped from the Client as
"reimbursable". The hourly rates listed above are inclusive of all expenses for vehicle mileage, surveying materials,
incidental copying services and computer hardware, sofrivare and other information technology costs.
475 Aviation Blvd., Page 15 of 18 -13 - v. 707-576-1322