2020/11/24 City Council Resolution 2020-101
RESOLUTION NO. 2020-101
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK
AUTHORIZING THE CITY MANAGER TO EXECUTE MASTER SERVICE
AGREEMENTS WITH ASSOCIATED RIGHT OF WAY SERVICES, INC., BC
ENGINEERING GROUP, BRELJE & RACE CONSULTING CIVIL ENGINEERS,
CINQUINI & PASSARINO, INC., COASTLAND CIVIL ENGINEERING, INC., CSG
CONSULTANTS INC., GREEN VALLEY CONSULTING ENGINEERS, KIMLEY-
HORN AND ASSOCIATES, INC., LCA ARCHITECTS, MOE ENGINEERING, INC.,
OVERLAND PACIFIC & CUTLER, INC., AND WHITLOCK & WEINBERGER
TRANSPORTATION
WHEREAS, staff hires consultants to supplement staffing, to provide replacement
staffing, and to provide knowledge in areas where the staff require additional expertise; and
WHEREAS; the City desires assistance from municipal engineering firms, design service
firms, and specialty consulting firms; and
WHEREAS, t here is a need to call on outside consultants to assist in various private and
public projects for design, construction management, consulting, and other services as needed;
and
WHEREAS, in accordance with the City’s Purchasing Policy, staff has issued a request
for qualifications, reviewed qualification submittals and recommends contracting with Associated
Right of Way Services, BC Engineering Group, Brelje & Race Consulting Civil Engineers ,
Cinquini & Passarino , Inc., Coastland Civil Engineering , Inc., CSG Consultants, Inc., Green
Valley Consulting Engineers, Kimley-Horn and Associates, Inc., LCA Architects, Moe
Engineering, Inc., Overland Pacific & Cutler , Inc., and Whitloc k & Weinberger Transportation to
provide ongoing consulting services to the City; and
WHEREAS, specific assignments under these Master Agreements will be awarded
consistent with the City’s purchasing policy.
NOW, THEREFORE, BE IT RESOLVED by the City Cou ncil of the City of Rohnert
Park that the Master Services Agreement included as Exhibit A is approved, subject to minor
revisions by the City Manager or City Attorney; and
BE IT FURTHER RESOLVED that City Manager is authorized to execute updated
master agreement s as follows:
• With Associated Right of Way Services, a California Corporation, and the City of
Rohnert Park, for various private and public projects for right of way acquisition,
and other services as needed with the scope and rates as shown in Exhib it B for
Associated Right of Way Services; ween With BC Engineering Group, a California
Corporation, for various private and public projects for design, construction
management, consulting, and other services as needed with the scope and rates as
shown in Exhibit C for BC Engineering Group;
Resolution 2020-101
2
• With Brelje & Race Consulting Civil Engineers, a California Corporation, for
various private and public projects for design, construction management,
consulting, and other services as needed with the scope and rates as shown in
Exhibit D for Brelje & Race; and
• With Cinquini & Passarino, Inc., a California Corporation, for various private and
public projects for surveying, topography work, consulting, and other services as
needed with the scope and rates as shown in Exhibit E for Cinquini and Passarino ;
and
• With Coastland Civil Engineering, Inc., a California Corporation, , for various
private and public projects for design, construction management, consulting, and
other services as needed with the scope and rates as shown in Exhibit F for
Coastland Civil Engineering; and
• with CSG Consultants, Inc., a California Corporation, for various private project
and improvement plan design review, project management and implementation,
consulting, and other services as needed with t he scope and rates as shown in
Exhibit G for CSG Consultants Inc; and
• With Green Valley Consulting Engineers, a California Corporation, for design,
construction management, consulting, and other services as needed with the scope
and rates as shown in Exhib it H for Green Valley Consulting Engineers; and
• With Kimley-Horn and Associates, Inc., a North Carolina Corporation, for
various transportation and traffic engineering support including support of the
City’s automated traffic management system, and other services as needed with
the scope and rates as shown in Exhibit I for Kimley-Horn and Associates; and
• With LCA Architects, a California Corporation, for various private and public
projects for design, consulting, and other services as needed with the scope and
rates as shown in Exhibit J for LCA Architects; and
• With Moe Engineering, Inc., a California Corporation, for various private and
public projects for design, construction management, consulting, and other
services as needed with the scope and rates as shown in Exhibit K for Moe
Engineering; and
• With Overland, Pacific, & Cutler, Inc., a California Corporation, , for various
private and public projects for right of way acquisition, and other services as
needed with the scope and rates as shown in Exhib it L for Overland, Pacific &
Cutler ; and
• With Whitlock & Weinberger Transportation, a California Corporation, for
transportation and traffic engineering and operational consulting for various
private and public projects, and other services as needed with the scope and rates
as shown in Exhibit M for W-Trans.
DULY AND REGULARLY ADOPTED this 24" day of November, 2020.
CITY OF ROHNERT PARK
i
IJ
JP T.. Callinan, Mayor —.
ATTEST:
Sylvia Lopez Cu vas, City Clerk
Attachments: Exhibit A through Exhibit M
ADAMS: / 1[_._BEI,FOR'I'E:RKA�r--S"1'AFFORD: ,J/ MACKENZIE CALIANANJ�
AVES: ( � ) NOES: ( 7- ' ARBr'1': ( { ) AR- A ) J
Resolution 2020-101
3
Page 1 of 19
OAK #4844-6469-8375 v105
{NOTE: REMOVE all NOTES in red and all highlights before finalizing document.}
MASTER AGREEMENT FOR CONSULTANT SERVICES
{NOTE: Not for use for construction contracts.}
This MASTER AGREEMENT FOR CONSULTANT SERVICES (“Agreement”) is
entered into as of the <<day>> day of <<month>>, 20<<last two digits of year>> , by and
between the City of Rohnert Park ("City"), a California municipal corporation, and << Name of
Consultant>> ("Consultant"), a <<type of entity – corporation, limited partnership (LP),
limited liability company (LLC), sole proprietorship with or without a fictitious business name
(dba or doing business as), etc.; also include the state of formation for any entity – i.e. "a
California corporation">>, with reference to the following facts, understandings and intentions.
{NOTE: (i) check on Secretary of State website at http://www.ss.ca.gov/list.html for entity
registration for corporations, LLCs and LPs and include print out with approval packet; and (ii)
note that a dba cannot include "Inc.", "corporation" or "LLC" because a dba does not create a
new legal entity, but only registers a business name for a sole proprietor or existing legal entity.
Also, legal entity status must be checked because it determines who is authorized to sign the
contract:
For a partnership, must be signed by a general partner.
For an LLC, should be signed by a member, unless the articles of organization provide that it is
a manager-member LLC, in which case it must be signed by the manager.
For corporations, there should be TWO signatures, one from the operational group of the
corporation and one from the financial group. Per Corporations Code 313, a signature of a
single corporate officer is not always enough to bind a company. The relevant titles are:
Operational group: Chairman of the board, president or vice president
Financial group: Secretary, assistant secretary, chief financial officer or assistant
treasurer.}
Recitals
WHEREAS, City desires to obtain << type of services - general municipal engineering
services, general city planning services, development review services, construction
management/inspection services, etc.>>; and
WHEREAS, Consultant hereby warrants to City that Consultant is skilled and able to
provide such services described in Section 3 of this Agreement; and
Attachment A
Page 2 of 19
OAK #4844-6469-8375 v105
WHEREAS, City desires to retain Consultant pursuant to this Agreement to provide the
services described in Section 3 of this Agreement, subject to the terms and conditions of this
Agreement.
Agreement
NOW, THEREFORE, in consideration of their mutual covenants, the parties hereto agree
as follows:
1. Incorporation of Recitals. The recitals and all defined terms set forth above are
hereby incorporated into this Agreement as if set forth herein in full.
2. Project Coordination. Authorized representatives shall represent City and
Consultant in all matters pertaining to this Agreement.
A. City. The City Manager or his/her designee shall represent City
for all purposes under this Agreement, except where approval for the City is specifically required
by the City Council. The <<insert title of city staff>> is hereby designated as the project
manager (“Project Manager”). The Project Manager shall supervise the progress and execution
of this Agreement.
B. Consultant. The Consultant shall assign <<insert name of person
Consultant is assigning to project>> to have overall responsibility for the progress and execution
of this Agreement for Consultant.
3. Scope and Performance of Services
A. Scope of Services. Subject to such policy direction and approvals
as City may determine from time to time, Consultant shall perform the type of services generally
set out in the Scope of Work attached hereto as Exhibit A and incorporated herein by reference.
Consultant shall be assigned to provide particular services pursuant to the requirements of a task
order that has been issued in conformance with the City’s Purchasing Policy (“Task Order”)
executed by Consultant and City.
B. Time of Performance. The services of Consultant are to
commence upon receipt of a written notice to proceed from City, but in no event prior to
receiving a fully executed agreement from City and obtaining and delivering the required
insurance coverage, and satisfactory evidence thereof, to City. Consultant shall perform its
services in accordance with the schedule attached to the Task Order. Any changes to these dates
in either this Section 3 or the Task Order shall be approved in writing by the Project Manager.
C. Standard of Quality. City relies upon the professional ability of
Consultant as a material inducement to entering into this Agreement. All work performed by
Consultant under this Agreement shall be performed 1) with due diligence, using its best efforts
to perform and coordinate all activities in a timely manner; 2) in accordance with all applicable
legal requirements; and 3) with the standard of quality ordinarily to be expected of competent
professionals in Consultant's field of expertise. Consultant shall correct, at its own expense, all
Page 3 of 19
OAK #4844-6469-8375 v105
errors made in the provision of services under this Agreement. In the event that Consultant fail
to make such correction in a timely manner, City may make the correction and charge the cost
thereof to Consultant.
4. Compensation and Method of Payment.
A. Compensation. The compensation to be paid to Consultant,
including both payment for professional services and reimbursable expenses, shall: (1) for
services provided directly under this Agreement be at the rate and schedules more particularly
described in Exhibit B, attached hereto and incorporated by this reference, or (2) for services
authorized by Task Orders, be at the rate and schedules specified by said Task Order. However,
in no event shall the amount City pays to Consultant for services provided directly under this
Agreement exceed fifteen thousand dollars ($15,000.00); nor shall the amount City pays to
Consultant for work done by Task Order exceed the total compensation specified by the Task
Order. City’s obligation to pay compensation to Consultant as provided herein is contingent
upon Consultant’s compliance with the terms and conditions of this Agreement and any
amendments thereto. Payment by City under this Agreement shall not be deemed a waiver of
unsatisfactory work, even if such defects were known to the City at the time of payment. City
shall pay Consultant as compensation in full for such services and expenses for the different
elements of the scope of work as follows:
B. Timing of Payment.
<<Select one of the following options and delete the other>>
(1) <<OPTION 1>> Consultant shall submit itemized monthly
statements for work performed. All statements shall include
adequate documentation demonstrating work performed during the
billing period and shall conform to Federal Funding invoicing
requirements, if applicable. Except as otherwise provided herein,
City shall make payment, in full, within thirty (30) days after
approval of the invoice by City.
<<OPTION 2>> Progress payments will be tied to completion of
tasks so that all payments are proportional to the work completed.
A copy of the progress payment schedule is attached to the rate and
schedules set forth in Exhibit B.
(2) Payments due and payable to Consultant for current services must
be within the current budget and within an available, unexhausted
and unencumbered appropriation of the City. In the event the City
has not appropriated sufficient funds for payment of Consultant
services beyond the current fiscal year, this Agreement shall cover
only those costs incurred up to the conclusion of the current fiscal
year; payment for additional work is conditional upon future City
appropriation.
Page 4 of 19
OAK #4844-6469-8375 v105
All invoices associated with this Master Agreement and associated Task Orders shall be
submitted electronically to accountspayable@rpcity.org with a carbon copy to the project
manager. All invoices for the previous fiscal year (July through June), shall be submitted by the
first week in July of the following year and dated no later than end of June.
C. Changes in Compensation. Consultant will not undertake any
work that will incur costs in excess of the amount set forth in Section 4(A) of this Agreement
without prior written amendment to this Agreement. City shall have the right to amend the
Scope of Work within the Agreement by written notification to the Consultant. In such event,
the compensation and time of performance shall be subject to renegotiation upon written demand
of either party to the Agreement. Consultant shall not commence any work exceeding the Scope
of Work without prior written authorization from the City. Failure of the Consultant to secure
City's written authorization for extra or changed work shall constitute a waiver of any and all
right to adjustment in the contract price or time due, whether by way of compensation,
restitution, quantum meruit, etc. for work done without the appropriate City authorization.
D. Taxes. Consultant shall pay all taxes, assessments and premiums
under the federal Social Security Act, any applicable unemployment insurance contributions,
Workers Compensation insurance premiums, sales taxes, use taxes, personal property taxes, or
other taxes or assessments now or hereafter in effect and payable by reason of or in connection
with the services to be performed by Consultant.
E. No Overtime or Premium Pay. Consultant shall receive no
premium or enhanced pay for work normally understood as overtime, i.e., hours that exceed forty
(40) hours per work week, or work performed during non-standard business hours, such as in the
evenings or on weekends. Consultant shall not receive a premium or enhanced pay for work
performed on a recognized holiday. Consultant shall not receive paid time off for days not
worked, whether it be in the form of sick leave, administrative leave, or for any other form of
absence.
F. Litigation Support. Consultant agrees to testify at City's request if
litigation is brought against City in connection with Consultant's work product. Unless the
action is brought by Consultant or is based upon Consultant's negligence, City will compensate
Consultant for the preparation and the testimony at Consultant's standard hourly rates, if
requested by City and not part of the litigation brought by City against Consultant.
5. Term. The term of this Agreement shall commence on the date of its execution
by both parties and shall continue in full force and effect until <<insert ending date of Master
Agreement (month, day & year)>>, unless earlier terminated in accordance with this Agreement.
Notwithstanding the foregoing, this Agreement may be extended for successive one-year term(s)
upon mutual, written approval by the City Manager or his/her designee and Consultant. Work
authorized by a separate Task Order as contemplated by this Agreement shall be performed in
accordance with the schedule set forth in the Task Order.
Page 5 of 19
OAK #4844-6469-8375 v105
6. Inspection. Consultant shall furnish City with every reasonable opportunity for
City to ascertain that the services of Consultant are being performed in accordance with the
requirements and intentions of this Agreement. All work done and all materials furnished, if
any, shall be subject to the Project Manager's inspection and approval. The inspection of such
work shall not relieve Consultant of any of its obligations to fulfill the Agreement as prescribed.
7. Ownership of Documents. Title, including the copyright and all intellectual
property rights, to all plans, specifications, maps, estimates, reports, manuscripts, drawings,
descriptions, designs, data, photographs, reports and any other final work products compiled,
prepared or obtained by the Consultant under the Agreement shall be vested in City, none of
which shall be used in any manner whatsoever, by any person, firm, corporation, or agency
without the expressed written consent of the City. Consultant shall assume no responsibility for
the unintended use by others of such final work products which are not related to the scope of the
services described under this Agreement. Basic survey notes and sketches, charts, computations,
and other data prepared or obtained under the Agreement shall be made available, upon request,
to City without restriction or limitations on their use. Consultant may retain copies of the above-
described information but agrees not to disclose or discuss any information gathered, discussed
or generated in any way through this Agreement without the written permission of City during
the term of this Agreement, unless required by law.
8. Employment of Other Consultants, Specialists or Experts. Consultant will not
employ or otherwise incur an obligation to pay other consultants, specialists or experts for
services in connection with this Agreement without the prior written approval of the City.
9. Conflict of Interest Requirements.
A. Consultant covenants and represents that neither it, nor any officer
or principal of its firm, has, or shall acquire any investment, income, business entity, interest in
real property, or other interest, directly or indirectly, which would conflict in any manner with
the interests of City, hinder Consultant's performance of services under this Agreement, or be
affected in any manner or degree by performance of Consultant's services hereunder. Consultant
further covenants that in the performance of the Agreement, no person having any such interest
shall be employed by it as an officer, employee, agent, or subcontractor withou t the express
written consent of the City. Consultant agrees at all times to avoid conflicts of interest, or the
appearance of any conflicts of interest, with the interests of the City in the performance of the
Agreement.
<<Select one of the following options and delete the other>>
{NOTE: Review updated conflict of interest code. Consultants may be considered
“public officials” required to file a Form 700 when they have authority to render
decisions on behalf of the City, or if they will render advice to any person at the
City who has authority to make a City decision and there is no meaningful
intervening review by a City employee before they render advice to that decision-
maker. If the City Manager, City Attorney or department head determines the
Consultant is a designated position under the City's Conflict of Interest Code, use
OPTION 2 and notify the City Clerk of the agreement's commencement date.}
Page 6 of 19
OAK #4844-6469-8375 v105
B. <<OPTION 1>> Consultant is not a designated employee within
the meaning of the Political Reform Act because Consultant:
(1) will not have the power to make any governmental decision,
including whether to: approve any rates, rules, regulations,
policies, standards, or guidelines of the City or any of its
subdivisions; adopt or enforce any laws; issue, deny, suspend, or
revoke any permit, license, application, certificate, order, or any
similar authorization or entitlement; authorize, modify, or renew
any form of City contract; grant approval to any City contract
specifications on behalf of the City; or grant City approval for any
plans, designs, reports, or similar; and
(2) will not participate in the making of any governmental decision in
the equivalent of a staff capacity — for the purposes of this
provision, “participating in a governmental decision” including
providing information, an opinion, or a recommendation directly to
any person at the City empowered to make a decision on behalf of
the City without significant intervening substantive review; and
(3) will not perform the same duties for the City that would otherwise
be performed by a staff member required to report under the City’s
conflict of interest code. (2 Cal. Code Regs. § 18700.3.)
B. <<OPTION 2>> City determines Consultant comes within the
definition of Consultant under the Political Reform Act (Government Code § 82048) and FPPC
implementing regulations (2 Cal. Code Regs. §§ 18700.3 and 18734). Within thirty days of this
Agreement's commencement date, Consultant shall complete and file and shall require any other
person doing work under this Agreement to complete and file a Statement of Economic Interest
(Form 700) and Agency Report of Consultants (Form 805) with the City Clerk of the City of
Rohnert Park disclosing Consultant's financial interests.
10. Liability of Members and Employees of City. No member of the City and no
other officer, elected official, employee or agent of the City shall be personally liable to
Consultant or otherwise in the event of any default or breach of the City, or for any amount
which may become due to Consultant or any successor in interest, or for any obligations directly
or indirectly incurred under the terms of this Agreement. To the maximum extent permitted by
law, the City shall have no liability or responsibility for any accident, loss, or damage to any
work performed under this Agreement whether prior to its completion or acceptance or
otherwise.
11. Indemnity.
A. Indemnification. To the fullest extent permitted by law,
Consultant shall, at its own expense, indemnify, protect, defend (by counsel reasonably
satisfactory to the City) and hold harmless City and any and all of its officers, officials,
employees, agents and volunteers (“Indemnified Parties”) from and against any and all liability
Page 7 of 19
OAK #4844-6469-8375 v105
(including liability for claims, demands, damages, obligations, suits, actions, arbitration
proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any
kind, whether actual, alleged or threatened, including attorneys’ fees and costs, court costs,
interest, defense costs and expert witness fees) of any nature (“Liability”), whether actual,
alleged or threatened, which arise out of, pertain to, or relate to the performance or failure to
comply with this Agreement, regardless of any fault or alleged fault of the Indemnified Parties.
For design professionals (as that term is defined by statute) acting within the scope of their
professional capacity, to the fullest extent permitted by law, Consultant shall, at its own expense,
indemnify, protect, defend (by counsel reasonably satisfactory to the City) and hold harmless any
Indemnified Parties from and against any and all Liability, whether actual, alleged or threatened,
which arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of
the Consultant, or as may be provided by statute in Civil Code § 2782.8, as may be amended
from time to time.
The only exception to Consultant’s responsibility to indemnify, protect, defend, and hold
harmless the Indemnified Parties from Liability is due to the active negligence or willful
misconduct of City or its elective or appointive boards, officers, agents and employees.
B. Scope of Obligation. Consultant’s duty to indemnify, protect,
defend and hold harmless as set forth in this Section 11 shall include the duty to defend (by
counsel reasonably satisfactory to the City) as set forth in California Civil Code § 2778. 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 Consultant under worker’s compensation, disability
or other employee benefit acts or the terms, applicability or limitations of any insurance held or
provided by Consultant and shall continue to bind the parties after termination/completion of this
agreement. This indemnification shall be regardless of and not in any way limited by the
insurance requirements of this contract. This indemnification is for the full period of time
allowed by law and shall survive the termination of this agreement. Consultant waives any and
all rights to express or implied indemnity against the Indemnified Parties concerning any
Liability of the Consultant arising out of or in connection with the Agreement or Consultant’s
failure to comply with any of the terms of this Agreement.
Consultant’s duty to indemnify, protect, defend and hold harmless as set forth in this Section 11
shall not be excused because of the Consultant’s inability to evaluate Liability, or because the
Consultant evaluates Liability and determines that the Consultant is not or may not be liable.
The Consultant must respond within thirty (30) calendar days to any tender by the City, unless
the time for responding has been extended by an authorized representative of the City in writing.
If the Consultant fails to timely accept such tender, in addition to any other remedies authorized
by law, as much of the money due or that may become due to the Consultant under this
Agreement as shall reasonably be considered necessary by the City may be retained by the City
until disposition has been made of the matter subject to tender, or until the Consultant accepts the
tender, whichever occurs first. Consultant agrees to fully reimburse all costs, including but not
limited to attorney’s fees and costs and fees of litigation incurred by the City in responding to
matters prior to Consultant’s acceptance of the tender.
Page 8 of 19
OAK #4844-6469-8375 v105
12. Independent Contractor. It is expressly agreed that Consultant, in the
performance of the work and services agreed to be performed by Consultant, shall act as and be
an independent contractor and not an agent or employee of City and shall have responsibility for
and control over the details and means of providing its services under this Agreement.
Consultant shall furnish, at its own expense, all labor, materials, equipment, tools, transportatio n
and services necessary for the successful completion of the services under this Agreement. As
an independent contractor, Consultant shall obtain no rights to retirement benefits or other
benefits which accrue to City's employees, and Consultant hereby expressly waives any claim it
may have to any such rights. Consultant, its officers, employees and agents shall not have any
power to bind or commit the City to any decision.
13. Compliance with Laws.
A. General. Consultant shall use the standard of care in its profession
to comply with all applicable federal, state, and local laws, codes, ordinances, and regulations.
Consultant represents and warrants to City that it has and shall, at its sole cost and expense, keep
in effect or obtain at all times during the term of this Agreement any licenses, permits, insurance
and approvals which are legally required for Consultant to practice its profession. City is not
responsible or liable for Consultant's failure to comply with any or all of the requirements
contained in this paragraph or in this Agreement.
B. Workers' Compensation. Consultant certifies that it is aware of the
provisions of the California Labor Code which require every employee to be insured against
liability for workers' compensation or to undertake self -insurance in accordance with the
provisions of that Code, and Consultant certifies that it will comply with such provisions before
commencing performance of the Agreement and at all times in the performance of the
Agreement.
C. Prevailing Wage. Consultant and Consultant's subconsultants (if
any) shall, to the extent required by the California Labor Code, pay not less than the latest
prevailing wage rates to workers and professionals as determined by the Director of Industrial
Relations of the State of California pursuant to California Labor Code, Part 7, Chapter 1,
Article 2. Copies of the applicable wage determination are on file at the City's office of the City
Clerk.
D. Injury and Illness Prevention Program. Consultant certifies that it
is aware of and has complied with the provisions of California Labor Code § 6401.7, which
requires every employer to adopt a written injury and illness prevention program.
E. Business Licenses. Unless exempt by law, Consultant and all
subconsultants shall have acquired, at Consultant’s expense, a business license from the City in
accordance with Chapter 5.04 of the Rohnert Park Municipal Code, prior to City's issuance of an
authorization to proceed with the Services. Such license(s) shall be kept valid throughout the
term of this Agreement. City may withhold compensation from Consultant until such time as
Consultant complies with this section.
Page 9 of 19
OAK #4844-6469-8375 v105
14. Confidential Information. All data, documents, discussions or other information
developed or received by or for Consultant in performance of this Agreement are confidential
and not to be disclosed to any person except as authorized by City, or as required by law.
15. Assignment; Subcontractors; Employees
A. Assignment. Consultant shall not assign, delegate, transfer, or
convey its duties, responsibilities, or interests in this Agreement or any right, title, obligation, or
interest in or to the same or any part thereof without the City's prior written consent , which shall
be in the City’s sole discretion. Any assignment without such approval shall be void and, at the
City's option, shall immediately cause this Agreement to terminate.
B. Subcontractors; Employees. Consultant shall be responsible for
employing or engaging all persons necessary to perform the services of Consultant hereunder.
No subcontractor of Consultant shall be recognized by the City as such; rather, all subcontractors
are deemed to be employees of the Consultant, and Consultant agrees to be responsible for their
performance. Consultant shall give its personal attention to the fulfillment of the provisions of
this Agreement by all of its employees and subcontractors, if any, and shall keep the work under
its control. If any employee or subcontractor of Consultant fails or refuses to carry out the
provisions of this Agreement or appears to be incompetent or to act in a disorderly or improper
manner, it shall be discharged immediately from the work under this Agreement on demand of
the Project Manager.
16. Insurance. Without limiting Consultant’s indemnification provided herein,
Consultant shall, at its own expense, procure and maintain insurance that complies with the
requirements set forth in Exhibit C to this Agreement, which is attached hereto and incorporated
by reference. Consultant shall upon thirty (30) days’ notice comply with any changes in the
amounts and terms of insurance as may be required from time-to-time by City’s risk manager.
17. Termination of Agreement; Default.
A. This Agreement and all obligations hereunder may be terminated
at any time, with or without cause, by the City upon five (5) days' written notice to Consultant.
B. If Consultant fails to perform any of its obligations under this
Agreement within the time and in the manner herein provided or otherwise violates any of the
terms of this Agreement, in addition to all other remedies provided by law, City may terminate
this Agreement immediately upon written notice. In such event, Consultant shall be entitled to
receive as full payment for all services satisfactorily rendered and expenses incurred hereunder,
an amount which bears the same ratio to the total fees specified in the Agreement as the services
satisfactorily rendered hereunder by Consultant bear to the total services otherwise required to be
performed for such total fee; provided, however, that the City shall deduct from such amount the
amount of damages, if any, sustained by City by virtue of the breach of the Agreement by
consultant.
C. In the event this Agreement is terminated by City without cause,
Consultant shall be entitled to any compensation owing to it hereunder up to the time of such
Page 10 of 19
OAK #4844-6469-8375 v105
termination, it being understood that any payments are full compensation for services rendered
prior to the time of payment.
D. Upon termination of this Agreement with or without cause,
Consultant shall turn over to the City Manager immediately any and all copies of studies,
sketches, drawings, computations, and other data, whether or not completed, prepared by
Consultant or its subcontractors, if any, or given to Consultant or its subcontractors, if any, in
connection with this Agreement. Such materials shall become the permanent property of the
City. Consultant, however, shall not be liable for the City's use of incomplete materials nor for
the City's use of complete documents if used for other than the project contemplated by this
Agreement.
18. Suspension. The City shall have the authority to suspend this Agreement and the
services contemplated herein, wholly or in part, for such period as it deems necessary due to
unfavorable conditions or to the failure on the part of the Co nsultant to perform any provision of
this Agreement. Consultant will be paid for satisfactory services performed prior to the date of
suspension. During the period of suspension, Consultant shall not receive any payment for
services or expenses incurred by Consultant by reason of such suspension.
19. Merger; Amendment. This Agreement constitutes the complete and exclusive
statement of the agreement between City and Consultant and shall supersede all prior
negotiations, representations, or agreements, either written or oral. This document may be
amended only by written instrument, signed by both the City and Consultant. All provisions of
this Agreement are expressly made conditions.
20. Interpretation. This Agreement shall be interpreted as though it was a product of
a joint drafting effort and no provisions shall be interpreted against a party on the ground that
said party was solely or primarily responsible for drafting the language to be interpreted.
21. Litigation Costs. If either party becomes involved in litigation arising out of this
Agreement or the performance thereof, the court in such litigation shall award reasonable costs
and expenses, including attorneys' fees, to the prevailing party. In awarding attorneys' fees, the
court will not be bound by any court fee schedule, but shall, if it is in the interest of justice to do
so, award the full amount of costs, expenses, and attorneys' fees paid or incurred in good faith.
22. Time of the Essence. Time is of the essence of this Agreement. Upon receipt of a
written notice from City to proceed with work required by a Task Order, Consultant shall
immediately commence work to perform the services required by that Task Order according to
the time requirements set in the Task Order.
23. Written Notification. Any notice, demand, request, consent, approval or
communication that either party desires or is required to give to the other party shall be in
writing and either served personally or sent by prepaid, first class mail. Any such notice,
demand, etc. shall be addressed to the other party at the address set forth below. Either party
may change its address by notifying the other party of the change of address. Notice shall be
deemed communicated within 72 hours from the time of mailing if mailed as provided in this
section.
Page 11 of 19
OAK #4844-6469-8375 v105
If to City: City Clerk
City of Rohnert Park - City Hall
130 Avram Avenue
Rohnert Park, CA 94928
Phone:
Fax:
Email:
If to Consultant: ______________________________
______________________________
______________________________
______________________________
24. Consultant's Books and Records.
A. Consultant shall maintain any and all ledgers, books of account,
invoices, vouchers, canceled checks, and other records or documents evidencing or relating to
charges for services, or expenditures and disbursements charged to City and all documents and
records which demonstrate performance under this Agreement for a minimum period of three (3)
years, or for any longer period required by law, from the date of termination or completion of
this Agreement.
B. Any records or documents required to be maintained pursuant to
this Agreement shall be made available for inspection or audit, at any time during regular
business hours, upon written request by the City Attorney, City Auditor, City Manager, or a
designated representative of any of these officers. Copies of such documents shall be provided
to City for inspection when it is practical to do so. Otherwise, unless an alternative is mutually
agreed upon, the records shall be available at Consultant's address indicated for receipt of notices
in this Agreement.
C. The City may, by written request by any of the above-named
officers, require that custody of the records be given to the City and that the records and
documents be maintained in the City Manager's office.
25. Agreement Binding. The terms, covenants, and conditions of this Agreement
shall apply to, and shall bind, the heirs, successors, executors, administrators, assigns, and
subcontractors of both parties.
26. Equal Employment Opportunity. Consultant is an equal opportunity employer
and agrees to comply with all applicable state and federal regulations governing equal
employment opportunity. Consultant will not discriminate against any employee or applicant for
employment because of race, religion, age, sex, creed, color, sexual orientation, marital status or
national origin. Consultant will take affirmative action to ensure that applicants are treated
during such employment without regard to race, religion, age, sex, creed, color, sexual
Page 12 of 19
OAK #4844-6469-8375 v105
orientation, marital status, or national origin. Such action shall include, but shall not be limited
to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment
advertising; lay-offs or termination; rates of pay or other forms of compensation; and selecti on
for training, including apprenticeship. Consultant further agrees to post in conspicuous places,
available to employees and applicants for employment, notices setting forth the provisions of this
nondiscrimination clause.
27. Non-Exclusive Agreement. This is a non-exclusive agreement. City reserves the
right to provide, and to retain other consultants to provide, services that are the same or similar to
the services described in this Agreement.
28. City Not Obligated to Third Parties. The City shall not be obligated or liable for
payment hereunder to any party other than Consultant.
29. Remedies/Waiver. No failure on the part of either party to exercise any term,
covenant, condition, right or remedy hereunder shall operate as a waiver of any other term,
covenant, condition, right or remedy that such party may have hereunder. All remedies
permitted or available under this Agreement, or at law or in equity, are cumulative and
alternative. As a condition precedent to commencing legal action involving a claim or dispute
against the City arising from this Agreement, the Consultant shall comply with claims
presentation requirements under the Government Tort Claims Act, California Government Code
Sections 900 et seq. and the Rohnert Park Municipal Code.
30. Severability. If any one or more of the provisions contained herein shall for any
reason be held to be invalid, illegal or unenforceable in any respect, then such provision or
provisions shall be deemed severable from the remaining provisions hereof, and such invalidity,
illegality, or unenforceability shall not affect any other provision hereof, and this Agreement
shall be construed as if such invalid, illegal, or unenforceable provision had not been contained
herein.
31. Exhibits. The following exhibits are attached to this Agreement and incorporated
herein by this reference:
A. Exhibit A: Scope of Work and Schedule of Performance
B. Exhibit B: Compensation
C. Exhibit C: Insurance Requirements
32. Execution. This Agreement may be executed in several counterparts, each of
which shall constitute one and the same instrument and shall become binding upon the parties
when at least one copy hereof shall have been signed by both parties hereto. In approving this
Agreement, it shall not be necessary to produce or account for more than one such counterpart.
33. News Releases/Interviews. All Consultant and subconsultant news releases,
media interviews, testimony at hearings and public comment shall be prohibited unless expressly
authorized by City.
Page 13 of 19
OAK #4844-6469-8375 v105
34. Applicable Law; Venue. This Agreement shall be construed and interpreted
according to California law. In the event that suit shall be brought by either party hereunder, the
parties agree that a trial of such action shall be held exclusively in a state court in the County of
Sonoma, California.
35. Authority. Each individual executing this Agreement on behalf of one of the
parties represents that he or she is duly authorized to sign and deliver the Agreement on behalf of
such party and that this Agreement is binding on such party in accordance with its terms.
IN WITNESS WHEREOF, City and Consultant have executed this Agreement as of the date first
above written.
CITY OF ROHNERT PARK CONSULTANT
By: __________________________________
City Manager
By:
Title:
Date: Date:
Per Resolution No. 20__-__adopted by the Rohnert Park
City Council at its meeting of <<Date of meeting>>.
CONSULTANT
By:
Title:
APPROVED AS TO FORM:
Date:
By: __________________________________
City Attorney
ATTEST:
By: __________________________________
City Clerk
Exhibit A
OAK #4844-6469-8375 v105
EXHIBIT A
Scope of Work and Schedule of Performance
Exhibit B
OAK #4844-6469-8375 v105
EXHIBIT B
Compensation
[to be inserted]
Exhibit C
OAK #4844-6469-8375 v105
EXHIBIT C
INSURANCE REQUIREMENTS for Consultant Services Agreement
Consultant shall procure and maintain for the duration of the contract insurance against
claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01
covering CGL on an “occurrence” basis, including products and completed operations,
property damage, bodily injury and personal & advertising injury with limits no less
than $1,000,000 per occurrence. If a general aggregate limit applies, either the general
aggregate limit shall apply separately to this project/location (ISO CG 25 03 or 25 04) or
the general aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: Insurance Services Office Form Number CA 0001 covering,
Code 1 (any auto), or if Consultant has no owned autos, Code 8 (hired) and 9 (non-
owned), with limit no less than $1,000,000 per accident for bodily injury and property
damage.
3. Workers’ Compensation insurance as required by the State of California, with
Statutory Limits, and Employer’s Liability Insurance with limit of no less than
$1,000,000 per accident for bodily injury or disease. (Not required if consultant provides
written verification it has no employees)
4. Professional Liability (Errors and Omissions) Insurance appropriates to the
Consultant’s profession, with limit no less than $2,000,000 per occurrence or claim,
$2,000,000 aggregate.
If the Consultant maintains broader coverage and/or higher limits than the minimums
shown above, the City requires and shall be entitled to the broader coverage and/or the
higher limits maintained by the Consultant. Any available insurance proceeds in excess
of the specified minimum limits of insurance and coverage shall be available to the City.
Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following
provisions:
Additional Insured Status
The City, its officers, officials, employees, and volunteers are to be covered as additional
insureds on the CGL policy with respect to liability arising out of work or operations
performed by or on behalf of the Consultant including materials, parts, or equipment
Exhibit C
OAK #4844-6469-8375 v105
furnished in connection with such work or operations. General liability coverage can be
provided in the form of an endorsement to the Consultant’s insurance (at least as broad
as ISO Form CG 20 10 11 85, or both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG
20 37 forms, if later revisions used).
Primary Coverage
For any claims related to this contract, the Consultant’s insurance coverage shall be
primary insurance primary coverage at least as broad as ISO CG 20 01 04 13 with
respect to the City, its officers, officials, employees, and volunteers. Any insurance or
self-insurance maintained by the City, its officers, officials, employees, or volunteers
shall be excess of the Consultant’s insurance and shall not contribute with it.
Notice of Cancellation
Each insurance policy required above shall state that coverage shall not be canceled,
except with notice to the City.
Waiver of Subrogation
Consultant hereby grants to City a waiver of any right to subrogation which any insurer
of said Consultant may acquire against the City by virtue of the payment of any loss
under such insurance. Consultant agrees to obtain any endorsement that may be
necessary to effect this waiver of subrogation, but this provision applies regardless of
whether or not the City has received a waiver of subrogation endorsement from the
insurer.
Self-Insured Retentions
Self-insured retentions must be declared to and approved by the City. The City may
require the Consultant to provide proof of ability to pay losses and related
investigations, claim administration, and defense expenses within the retention. The
policy language shall provide, or be endorsed to provide, that the self-insured retention
may be satisfied by either the named insured or City.
Acceptability of Insurers
Insurance is to be placed with insurers authorized to conduct business in the state with
a current A.M. Best’s rating of no less than A:VII, unless otherwise acceptable to the
City.
Claims Made Policies
If any of the required policies provide coverage on a claims-made basis:
1. The Retroactive Date must be shown and must be before the date of the contract or
the beginning of contract work.
2. Insurance must be maintained and evidence of insurance must be provided for at
least five (5) years after completion of the contract of work.
Exhibit C
OAK #4844-6469-8375 v105
3. If coverage is canceled or non-renewed, and not replaced with another claims-made
policy form with a Retroactive Date prior to the contract effective date, the Consultant
must purchase “extended reporting” coverage for a minimum of five (5) years after
completion of contract work.
Verification of Coverage
Consultant shall furnish the City with original Certificates of Insurance including all
required amendatory endorsements (or copies of the applicable policy language
effecting coverage required by this clause) and a copy of the Declarations and
Endorsement Page of the CGL policy listing all policy endorsements to City before
work begins. However, failure to obtain the required documents prior to the work
beginning shall not waive the Consultant’s obligation to provide them. The City
reserves the right to require complete, certified copies of all required insurance policies,
including endorsements required by these specifications, at any time.
OAK #4844-6469-8375 v105
CERTIFICATE OF CONSULTANT {NOTE: Consultant must fill this out and sign.}
I HEREBY CERTIFY that I am the __________________________________, and a
duly authorized representative of the firm of _____________________________________,
whose address is ______________________________________________________, and that
neither I nor the above firm I here represent has:
a) Employed or retained for a commission, percentage, brokerage, contingent
fee, or other consideration, any firm or person (other than a bona fide
employee working solely for me or the above consultant) to solicit to
secure this Agreement.
b) Agreed, as an express or implied condition for obtaining this contract, to
employ or retain the services of any firm or person in connection with
carrying out the Agreement; or
c) Paid, or agreed to pay, to any firm, organization or person (other than a
bona fide employee working solely for me or the above consultant) any
fee, contribution, donation, or consideration of any kind for, or in
connection with, procuring or carrying out the Agreement;
Except as here expressly stated (if any);
I acknowledge that this certificate is subject to applicable State and Federal laws, both
criminal and civil.
_________________ ___________________________________
Date Signature
CITY OF ROHNERT PARK | CONSULTING SERVICES | 20
S COPE OF S ERVICES
S COPE OF S ERVICES
We are familiar with City of Rohnert Park projects and the services needed if right of way acquisition is required. Our
team will communicate clearly with all Project team members and remain agile to ensure timely parcel delivery.
Implementation of a successful project is a collaboration. Our intent is to bring organization and structure to the
City’s projects and provide services in a professional and efficient manner that involves City personnel but does not
burden them. AR/WS will provide proactive consulting and identify right of way problems related to each project in
its early stages. Our approach to the successful implementation of City projects is detailed as follows:
P ROJECT M ANAGEMENT – G ENERAL C ONSULTATION
The AR/WS Project Manager, Gary Dowd, will be the primary contact and will manage and coordinate all real estate
functions, attend meetings, and work with the City to resolve problems and recommend solutions. The Project
Manager will coordinate with City staff, AR/WS staff, legal counsel, sub-consultants and others related to real estate
issues, including project real estate requirements, scheduling and budgets.
The Project Manager will meet with AR/WS staff regularly to review and discuss all projects and deliverable dates,
ensure that milestones are being achieved, discuss progress and issues, and keep the City informed through status
reports. This summary report will address and update all critical milestones, status, scheduling and areas of concern
on a parcel-specific basis.
Project Management services include:
Attend meetings Project delivery strategies
Prepare staff assignments Prepare progress reports
Budget monitoring Scheduling
Invoice review and approval Records management
A PPRAISAL
Appraisals will be completed in accordance with California Eminent Domain Law; California Government Code Section
7260 et seq.; Uniform Standards of Professional Appraisal Practice (USPAP) requirements; and if required, 49 CFR
Part 24 and the Caltrans Right of Way Manual. AR/WS appraisers prepare their reports in an Appraisal Report format
in accordance with USPAP Standard Rule 2-2. The definition of “Fair Market Value” is used in accordance with the
California Code of Civil Procedure, Section 1263.320. Notices of Decision to Appraise will be prepared for City review.
Upon approval, final notices will be prepared by AR/WS, signed by the City, and sent with all the required maps and
enclosures by AR/WS.
The appraiser will conduct thorough market research and prepare appraisals in conformance with recognized
standards for public acquisition. When the draft appraisal is completed, it will be provided to the review appraiser.
Upon receipt of a Review Appraiser Certificate, the appraiser will finalize the appraisal report and provide the City
with two printed copies and a PDF copy.
Appraisal services include:
Notice of Decision to Appraise Compliance with applicable regulations
Conformance with USPAP Applicable approaches to value
Conformance with Caltrans R/W Manual Highest and best use analysis
Before and after property analysis Partial acquisition/easement analysis
Coordination with Review Appraiser Expert witness testimony
CITY OF ROHNERT PARK | CONSULTING SERVICES | 21
S COPE OF S ERVICES
A PPRAISAL R EVIEW
AR/WS can provide appraisal review services for appraisal reports completed by others. For projects requiring review
services where AR/WS prepares the appraisal reports, AR/WS will contract with a qualified review appraiser
subconsultant. Upon receiving appraisal reports, an office review of the reports using the various standards
prescribed by the Federal and State Uniform Acts, Federal Highway Administration, Caltrans appraisal procedures,
Uniform Standards of Professional Appraisal Practice (USPAP) and the California Eminent Domain codes will be
completed. The review appraiser will provide comments to the appraiser to clarify potential issues and resolve
problems. Upon satisfactory completion of the appraisal reports, a review certificate report will be prepared.
Appraisal review services include:
Commence review upon receipt of the report Summary of the appraisal process
Compliance with applicable laws and regulations Comments regarding errors or omissions
Verification of prescribed report requirements Preparation of review certificate
N EGOTIATIONS / A CQUISITIONS
Upon completion of the appraisal reports and preparation of a review certificate, AR/WS consultants will prepare
acquisition documents, which will receive written approval from the City prior to use in the field. AR/WS will present
the formal First Written Offer and arrange meetings to facilitate settlements. We will provide acquisition services
with a focus on responsiveness, flexibility and one-on-one communication skills.
AR/WS will make every reasonable effort to acquire property on behalf of the City expeditiously through written
agreement and in compliance with the California Government Code, and if applicable the Uniform Relocation
Assistance and Real Property Acquisition Policies Act of 1970 and the Caltrans Right of Way Manual. AR/WS will
coordinate with City staff, who will provide ongoing feedback to AR/WS as to authorization for settlements. Acquiring
property rights through negotiated settlement may necessitate greater levels of effort in the negotiations phase and,
where appropriate, should continue after eminent domain has been initiated.
AR/WS will provide notary services, and can assist the City with establishing a process of coordinating escrow closings
and reviewing escrow instructions, if requested. Once acquisition is complete, AR/WS will provide the City with a
copy of the acquisition file for each acquired parcel. AR/WS can also assist with the preparation of a Caltrans Right of
Way Certification for City review and approval, if required.
Acquisition services include:
R ELOCATION A DVISORY A SSISTANCE
AR/WS relocation advisors have significant experience providing relocation assistance to both residential and
business occupants. We focus on clearly communicating the relocation program to project occupants and responding
to occupant questions and concerns. This also allows us to identify special concerns that might need to be addressed
through the program and/or offer assistance to help mitigate matters that pose a threat to the project schedule or
budget.
Document preparation and processing Person-to-Person negotiations
Agreements for Possession and Use Negotiations Identification of lessor/lessee interests
Compliance with applicable laws and regulations Memorandum of Settlement preparation
Title and escrow assistance, if requested Condemnation support services
CITY OF ROHNERT PARK | CONSULTING SERVICES | 22
S COPE OF S ERVICES
AR/WS will help to implement the City’s relocation program in a timely, professional manner. We will look for
opportunities to enhance efficiency and cost-effectiveness through creative problem solving and planning. Our goal
is to meet schedule requirements while maintaining quality services and controlling costs.
Relocation advisors will act as a liaison between the City and the affected occupants. This relationship provides that
relocation advisors will work closely with the City’s staff to implement a fair and equitable relocation program, and
simultaneously provide affected occupants with continuing information as to their rights as displaced persons and
assistance to replacement sites.
AR/WS relocation staff will provide site searching services, which are essential for the successful relocation of
residential households and businesses. Our goal is to provide continuing site availability information to each affected
occupant. The advisor will meet with each displacee to determine replacement site needs.
For residential occupants, AR/WS will prepare Housing Valuation Studies to establish the replacement housing
payments that are available for each household. AR/WS will research the area housing market and develop a Housing
Valuation Study to determine the cost of comparable replacement housing for each type of housing need. The
relocation advisor will inspect replacement dwellings to determine whether the properties meet decent, safe and
sanitary standards.
The relocation advisor will prepare all claim forms and will secure all necessary documentation and signatures for the
claims. The advisor will then forward complete claims and documentation to the City for processing. The advisor will
deliver payments to the households and will secure a signature to confirm payment. The AR/WS relocation advisors
will work closely with each household to identify any special needs related to health, mobility and language and will
provide additional advisory assistance as needed to minimize hardships.
The relocation advisor will establish and maintain a detailed relocation file for each occupant. Each file will include a
relocation diary to track contacts with occupants.
Relocation services include:
Replacement site searching Determinations of eligibility
Appeals advisory assistance Housing Valuation Studies
Coordinate with acquisition agents Preparation of all claim forms
Preparation of notices/letters Liaison between City and occupants
Maintain detailed relocation file for each occupant Payment delivery and confirmation to households
CITY OF ROHNERT PARK | CONSULTANT SERVICES
F EE S CHEDULE
CITY OF ROHNERT PARK | CONSULTING SERVICES | 23
F EE S CHEDULE
F EE S CHEDULE
CONSULTING CATEGORY HOURLY RATE
Principal Consultant $230.00
Managing Consultant $200.00
Consultant III $155.00
Consultant II $135.00
Consultant I $120.00
Right of Way Technician $85.00
Administrative Support $70.00
Appraisal Reports Lump Sum
Appraiser III (MAI) (Hourly) $225.00
Appraiser II (Hourly) $205.00
Appraiser I (Hourly) $180.00
Subcontractors Cost + 10%
Depositions, Court Appearances, Arbitrations / Mediations,
Hearings, and Testimony (including preparation) $300.00
City of Rohenert Park
Master Services Agreement
EXHIBIT “A”
Page 1 of 1
SCOPE OF SERVICES
Firma Design Group includes both landscape architects and civil engineers. We understand that
these professions are interrelated on every project, and this holistic philosophy informs
everything we do — from the initial client meeting to the last day of construction. Our team
members connect and integrate the two disciplines and coordinate all other resources necessary.
A principal is intimately involved in each project — this one-on-one relationship enables us to
fully understand each client’s unique goals, and is integral to our successful design process. We
place the highest value on excellent communication with our clients so that the final results
exceed your expectations.
Engineering Planning and Design Services
Civil Engineering
Road Design
Landscape Architecture
Environmental Documents
Public Infrastructure Management
Grading
Drainage
Stormwater management
Construction Plans
Compliance Review
Planning
Pre-design work
Master Planning
Topographic site mapping
Zoning
Entitlements
Landscape Architecture
Drainage
Irrigation
Microclimates
Hardscape
Irrigation plans
Erosion Control
Site plans
Preliminary drainage plans
2 Statement of Qualifications
Engineering Consulting Services
Planning and Asset Management
• Master Planning
• Feasibility Analyses
• Hydraulic Modeling
• Peer Review and Value Engineering
C.I.P. Construction Documents
• Potable Water Supply, Distribution, and Storage
• Potable Water Treatment
• Wastewater Conveyance
• Wastewater Treatment
• Storm Water Drainage Collection,
Treatment and Management
• Recycled Water Facilities
• Roads, Sidewalks and Pathways
• Creek Restoration
Land Surveying
• Boundary/Rights-of-Way/Easements
• Record Surveys/ALTA Mapping
• Topography for Planning and Design
• Construction Staking
• Geographic Information Systems and Mapping
Environmental Planning and Permitting
• Exemptions and Categorical Exclusions
• Initial Studies/Mitigated Negative Declarations
• Environmental Assessments/
Impact Reports/Statements
• Mitigation Monitoring and Reporting
• USACE/RWQCB/NDPES/Reports
of Waste Discharge/Other
Construction Management & Observation
• Assistance During Contract Bidding and Award
Over the years, Brelje & Race has consistently demonstrated the ability to provide superior quality services. Specifically,
our staff has the expertise to take on and successfully complete projects as requested in the City’s RFQ in the following
arenas:
Exhibit A: Scope of Engineering Services
We also commonly engage sub-consultants to handle geotechnical engineering and materials testing, electrical
engineering, wetland and biological review, cultural resources review, property and right-of-way-acquisition, structural
engineering and traffic engineering services when they are components of projects that we lead.
General Approach
On every project, no matter what category of service is being provided, we set out to achieve each of the following
general objectives:
• Accurate determination of project scope during the early stages of the project.
• Selection of project team members that are experienced with the work anticipated and that compliment other
members of the team.
• Conduct sufficient research to identify existing conditions that have a potential to interfere with the intentions of
the project.
• Development of a reasonable project schedule and budget.
• Maintain regular communications with City staff and any subconsultants involved.
• Produce a complete, clear and concise final product.
The following section outlines the specific steps we take to ensure that the above objectives translate to a successful
project.
Planning and Asset Management
Planning and Asset Management services include a variety of tasks for assisting the City in identifying and developing
appropriate capital improvements to City infrastructure, identify the expected costs and/or to fund those improvements,
and to help to ensure they are receiving the appropriate level of services and equipment for their planned expenditures.
These services may include master planning reports such as for water and wastewater systems, feasibility studies and
engineering economic analyses, computerized hydraulic modeling of the City’s water or recycled water distribution
systems, sewer and storm drain modeling, and peer review and value engineering of projects designed by others. Each
of these project types involves a wide range of potential approaches specific to the task at hand. Brelje & Race has
3 Statement of Qualifications
Engineering Consulting Services
performed many of these services previously for the City, and would encourage the City to consider our firm whenever
a need for these services arises.
C.I.P. Construction Documents
Brelje & Race employs engineering expertise, patience, sound planning, excellent communications and big-picture
awareness for our approach to capital improvement project design. We use these guiding principles along with the basic
steps below to deliver high-quality construction documents that often exceed the client’s expectations.
Research and Preliminary Design
1. Review any available background and historical information on the project, including geotechnical assessments,
conditional use permit and design review approval, environmental documentation and other data provided by
City Staff. Check project description for consistency with approved environmental documents.
2. Prepare for and attend a project kick-off meeting with the City and design team members. Provide schedule of
tasks that identifies key milestones.
3. Review project site to observe conditions and discuss potential difficulties including sensitivity of surrounding
property owners to the project.
4. When necessary, coordinate design level geotechnical and hazardous material evaluations of the site and
proposed improvements and coordinate preparation of reports detailing the findings.
5. Conduct field surveys and develop a site topographic plan for use as a project base plan.
6. Check existing record information relative to parcel boundaries, easements and rights-of-way that may be affected
by the project.
7. Review requirements associated with any public agency review and approval processes (Regional Water Quality
Control Board, Department of Water Resources, Division of Drinking Water, etc.).
8. Prepare preliminary improvement plans developed to a 30% level and submit plans along with a design
memorandum and preliminary estimate of probable construction cost for review and comment by City staff.
Design memorandum generally includes elements such as special design considerations, any right-of-way,
easement, or boundary issues, permit requirements, constraints and other considerations stemming from
environmental review.
9. Investigate potential conflicts with existing utilities and identify locations where potholing may be recommended.
10. Prepare for and attend a design review meeting to discuss preliminary project findings and recommendations.
Construction Documents Preparation
1. Incorporate City staff document review comments and design review meeting discussions into project design.
2. Address utility conflicts discovered during the preliminary design phase.
3. Prepare an index of drawings expected to be required for the final construction documents package.
4. Perform all design calculations and engineering analysis necessary and prepare improvement plans for the project.
Submit plans for review and comment to the City at the 30%, 60%, 90% and 100% completion levels.
5. Prepare draft technical specifications and submit with the 60% completion level plans. Update and submit
technical specifications and include contract documents with the 90% and 100% completion level plans.
6. Incorporate recommendations made in the geotechnical report.
7. Update the estimate of probable construction cost at the 60%, 90% and 100% completion level and submit with
improvement plans.
8. Prepare an estimate of working days necessary to construct the project at the 60% and 90% completion levels.
9. Prepare for and attend design review meetings associated with the 60% and 90% completion levels.
10. Prepare submittal documents packages and assist City with obtaining any permits and approvals required from
other agencies.
4 Statement of Qualifications
Engineering Consulting Services
11. Finalize improvement plans, technical specifications and contract documents. Provide stamped and signed
final mylar improvement plans, a stamped and signed hard copy of the final technical specifications, contract
documents and electronic versions of the final plans and contract documents.
Land Surveying
Since 1954, Brelje & Race has offered complete land surveying services. Working closely with our clients on every
project, we deliver the utmost in accuracy and reliability necessary for success.
We’re committed to providing the professional care and service that only fully-licensed engineers and surveyors
can provide. We keep up with the latest technologies and utilize tools like robotic total stations, GPS, digital levels,
computer-aided-drafting, surface modeling and GIS integration. Our team of department managers, survey technicians,
field crews, and AutoCAD professionals work together seamlessly, excelling in the following services:
• Site Planning Surveys
• Topographic Mapping
• Aerial Mapping
• Control Surveys
• Hydrographic Surveys
• Boundary Surveys
• Subdivision Mapping (Final Maps and Parcel Maps)
• Record Surveys
• ALTA Map Preparation
• Easement and Right-of-Ways Analysis
• Easement and Right-of-Ways Document Preparation
• Court Exhibit Preparation
• Construction Surveying
Environmental Planning & Permitting
Brelje & Race has maintained its own professional environmental planning staff for over 30 years and has a strong
track record of building comprehensive environmental review documents, with demonstrated success in environmental
permit negotiations. The environmental work performed by Brelje & Race often relates to the review and analysis
of projects in development by our engineering staff. Daily collaboration between engineers and planners at Brelje &
Race provides an opportunity for the sharing of ideas and perspectives and leads to project designs built on sound
engineering practices with a respect for natural resources, while identifying and developing successful mitigation
strategies.
Environmental services will be managed and accomplished by our in-house senior
environmental planner, Justin Witt. Justin has more than 20 years of experience
in the administration and preparation of environmental review documents
and environmental permits for public agencies. He is skilled in preparation of
all CEQA documents, including Environmental Impact Reports (EIR), Initial
Studies/Mitigated Negative Declarations and Notices of Exemption. Justin
also has considerable experience preparing Environmental Assessments and
Environmental Impact Statements for compliance with NEPA—almost all of
which have been associated with infrastructure projects with a federal funding
nexus. Justin is well versed in the CEQA-required public review processes, noticing
requirements, and is experienced in conducting public meetings.
Our staff have been responsible for preparing permit applications for and
securing environmental permits for many of our public works projects. Permits
have included USACE Section 404 for impacts to wetlands and waters; USFWS
Biological Opinions; Section 106 and Section 7 Consultations; RWQCB Section
401 Water Quality Certifications; CDFW Lake and Streambed Alteration
Agreements and Incidental Take Permits.
5 Statement of Qualifications
Engineering Consulting Services
Construction Management and Observation Services
Brelje & Race’s work during the construction phase of any project consists of a comprehensive range of services to
provide our clients with the highest level of assurance that the project is being conducted in a manner that is safe,
reduces residential complaints, results in a properly performing finished product that conforms to the construction
contract documents, and minimizes the client’s exposure to risk and cost overruns. This comprehensive range of
services is understood to include the general categories of contract administration, construction management, field
inspection, assistance during bidding and geotechnical or other special testing. The following comprehensive list of
construction phase services will be provided to the City for every project.
1. Pre-Construction Meeting
Conduct the pre-construction meeting with appropriate City staff, the design engineer, contractor, major
subcontractors and local utility company representatives as necessary. Preparation of agenda and minutes. Includes
discussion of all items pertinent to the successful performance of the contract leading to satisfactory completion of
the project.
2. Project Meetings
Conduct and document progress meetings and other special technical meetings on a weekly basis. Prepare and
distribute agendas with key issues, schedule status and updates, potential change orders and other outstanding or
pending issues.
3. Schedule Management
Review contractor’s schedule for conformance with the specifications, duration and work sequence. Coordinate
review comments from the City. Meet with contractor to discuss and clarify any significant issues. Monitor work
progress and notify contractor of schedule slippage. Determine impact of the weather and change orders on the
construction schedule. Request and review contractor’s schedule updates.
4. Maintain Project Records
Maintain project records including submittals, inspection reports, compliance testing results, photos, quantities,
schedules and correspondence.
5. Prepare Weekly Reports
Prepare a weekly project status report for City staff including construction progress summary, construction budget
and payments, and summary logs for PCOs and change orders.
6. Review Monthly Progress Payments
Evaluate Contractor’s monthly progress pay requests, negotiate differences in quantities and amounts.
7. Requests for Information (RFIs) and Requests for Clarifications (RFCs)
Coordinate and manage RFI/RFC review and response. Including logs, transmit to design engineer, track progress,
review response, and transmit to contractor.
8. Potential Change Orders (PCOs) and Change
Orders
Coordinate and manage change order process, including
logs, reviews by design engineer and City, assist with
determination of changed conditions and scope, assist
with negotiation, and incorporate approved CCOs into
the construction contract.
9. Coordinate Submittal and Shop Drawing Review
Process
Coordinate and manage submittals review and
response. Includes logs, transmit to design engineer,
track progress, review response, transmit response to
contractor and ensure resubmittals are received and
reviewed.
6 Statement of Qualifications
Engineering Consulting Services
10. Permits Compliance
Monitor Contractor compliance with construction permits and CEQA mitigation measures. Coordinate with design
engineer for compliance. Recommend course of action to City if required measures are not being met by the
Contractor.
11. Monitor Construction Record Drawings
Monitor Contractor’s construction redline drawings on a regular basis. Provide to design engineer upon project
completion for creation of Record Drawings.
12. Claims Management
Analyze potential claims for compensation during construction and make recommendations for their resolution.
Perform claims administration, including coordination and monitoring claims responses, logging claims, and
tracking claims status.
13. Field Observations
Provide construction monitoring of the Contractor’s work for compliance with contract documents.
14. Photograph or Video Documentation
Prepare video or photo documentation of initial site conditions prior to construction. Provide additional photos of
construction progress, and post construction conditions.
15. Field Changes
Document all field changes to the Drawings and Specifications (Red Lines).
16. Inspection Reports
Prepare Daily Inspection Reports documenting daily work performed, including the contractor’s staff, equipment
and materials used, and subcontractors on site, deliveries received and other pertinent information. Potential extra
work will be noted and tracked in detail.
17. Geotechnical Observation & Special Testing
Brelje & Race will manage and coordinate the services of RGH, Inc. for geotechnical observation and testing and
materials or special testing services, as required.
18. Substantial Completion and Punch List
Schedule with City and the design engineer, conduct substantial completion inspections and issue punch lists.
19. Project Documentation
Provide the City with a complete set of all project records, indexed and properly filed, and a listing of warranties
provided by the items covered and the warranty duration.
20. Notice of Completion
Prepare the final pay estimate and balancing change order, prepare or recommend the City prepare the Notice of
Completion, and coordinate retention release.
7 Statement of Qualifications
Engineering Consulting Services
Key Personnel
Successful projects require staff who possess the appropriate experience and skills to thoroughly manage all aspects of
a particular project. For the City of Rohnert Park, our engineering design and construction management team will have
a wide range of skill sets to cover the varying requirements that may be necessary. For all projects, we will assemble
the team members whose professional experience, individual qualifications and responsibilities are well suited for that
project.
Associate Principal Sean Jeane will function as the Principal-in-Charge and for all projects related to water system
planning and design and ADA compliance, as well as be the Construction Manager for nearly all construction projects.
Sean has been with Brelje & Race for 25 years with 30 years of overall experience and has been serving in a project
management role for more than 21 of those years.
Some of his recent construction projects in the role of Construction Manager included the City of Rohnert Park Tank
8 Site Improvements project and the current Interceptor Outfall Rehabilitation Phase II project. Besides these familiar
projects, Sean has been Principal-in-Charge and/or Construction Manager for the following recent City projects, as well
as many similar projects for our other clients:
• Hydraulic Model Study Update
• 2019 Sidewalk and Driveway Improvements
• The Unidirectional Flushing Program
• Southeast Water Main Improvements
• RPX 16-inch Transmission Main
Also serving as Principal-in-Charge for wastewater and collection system planning and design projects will be
David (Dave) Coleman. Dave is an Associate Principal of Brelje & Race, with over 35 years of civil engineering
experience, including six years with the firm. Dave manages the firm’s wastewater division. He and his staff are highly
knowledgeable regarding all aspects of sewer collection system design and rehabilitation, pumping systems and force
main design.
21. Worksite Safety and Liability Awareness
Although the Contractor is solely responsible for
worksite and worker safety, our field personnel
will promptly notify the Contractor and the City
of imminent and flagrant threats to life or safety,
consistent with normal standard professional care,
when such conditions are recognized.
22. Public Relations – Outreach and
Communications
Brelje & Race will either prepare or assist in the
preparation and distribution of notifications to
affected homes and businesses prior to and at various
times throughout a project. All notifications shall
receive prior City review and approval.
Ensure Contractor provides required public
notifications of construction activity. Brelje & Race to
be primary contact for the public during construction, maintain a log of complaints including the name and address
of complainant, date and nature of complaint, date the Contractor was notified and the action taken (with date).
In addition to each of these tasks that occur during a construction project, we often also provide assistance during the
bidding phase that includes the following tasks:
1. Respond to and maintain a log of questions from prospective bidders.
2. Prepare addenda or drawing revisions in response to bidder questions
3. Attend the pre-bid conference.
8 Statement of Qualifications
Engineering Consulting Services
Figure 1: Summary of Key Personnel
Under the leadership of Sean and Dave, Brelje & Race has a large team of qualified land surveying, design engineering,
and field inspection professionals with a wide range of expertise. Members of our staff have focused training and are
experts in specific fields. Specialties include land surveying and topographic mapping, civil engineering design, preparing
specifications, Geographic Information Systems (GIS) and related mapping, environmental planning and permitting,
and resident engineering and field inspection during construction. We have also included RGH Consultants as a
subconsultant with expertise in Geotechnical Engineering and materials testing. RGH has been a partner on numerous
projects including many for the City.
Figure 1 depicts the organizational structure of Brelje & Race listing key professional staff likely to be utilized for City
projects. Related qualifications, experience, roles, and responsibilities of key personnel are summarized in the following
team matrix. Detailed resumes are included in the Appendix.
9 Statement of Qualifications
Engineering Consulting Services
Key Personnel Qualifications and Experience Summary
Sean Jeane, P.E.
Associate Principal
B.S., Civil Engineering,
Chico State University, 1988
Professional Civil Engineer
CA No. 52402
• Associate Principal of Brelje & Race with ver 30 years of engineering experience.
• Experienced project manager in planning, design, construction management and peer review for
private and public agency projects including water storage tank, pipeline, treatment and pump
stations; water wells, sewer and water remediation/rehabilitation; wastewater treatment plant
facilities; roadway improvements; parks planning and pathways; drainage systems and erosion
control; and earth retaining structures.
• Extensive project and construction management experience.
• Experienced with a variety of public agencies in the areas of peer review and value engineering,
master planning, site and facilities improvements, water and wastewater facilities design and
road design.
David Coleman, P.E.
Associate Principal
B.S., Environmental Engineering,
Pennsylvania State University, 1982
B.A., Physics, California University of
Pennsylvania, 1980
Graduate-level coursework in
wastewater treatment and hazardous
waste issues, 1982-1989
Professional Civil Engineer
CA No. 71902
• Over 35 years in civil and environmental engineering, serving federal, state, municipal and
private sectors
• Extensive experience in the planning and design of water and wastewater infrastructure, for
facility sizes from 20,000 gpd to 4 MGD
• Experience in the design of large diameter water transmission mains and trunk sewers
• Project Manager and Lead Design Engineer for large scale wastewater treatment plant projects
recently completed in Sonoma, Mendocino, Napa and Amador Counties
George Potter, P.E.
Senior Civil Engineer
M.S., Civil Engineering, Brigham Young
University, Utah, 1989
B.S., Civil Engineering, Brigham Young
University, Utah, 1988
Professional Civil Engineer
CA No. 52700
• More than 30 years of experience as a design engineer
• Provided construction management for water system projects of both new construction and
rehabilitation/recoating, including many recoating projects with multiple tanks per project
• Specialized expertise in tank coatings design and construction inspection, lead removal and
hazardous waste. Certifications include SSPC, HAZWOPER, and Confined Space
• Design experience includes wastewater treatment infrastructure and water system storage tanks,
distribution and pump stations
Dana Brock, P.E., C.E.G.
Field Inspector / Geotechnical
Assessment
B.S., Civil Engineering, Geology,
University of California, Davis, 1978
Professional Civil Engineer
CA No. 34379
Professional Geologist, CA No. 3967
• Over 35 years of experience in civil and geotechnical engineering field
• Extensive experience in engineering design, geotechnical investigations, and engineering during
construction for public works, geothermal, and private development projects
• Project experience includes embankment dams and reservoirs, geotechnical evaluations,
excavations, pipeline installations, pump stations, water collection, storage and distribution
facilities, wastewater facilities, roadways, retaining structures, foundations and soil and materials
testing
Benjamin Bryant, P.E.
Associate
B.S., Civil Engineering, California State
University, Chico, 2009
Professional Civil Engineer
CA No. 79218
• Over 10 years of experience in the civil engineering field spanning resident engineering,
construction inspection, and project start up assistance for both public works projects and private
developments
• Emphasis in resident engineering, construction inspection, and project start up assistance for
both public works projects and private developments.
• Design experience in a broad range of projects, including water storage and distribution,
wastewater collection and treatment, roadways, hydraulic and hydrologic modeling, and land
development
• Experienced with embankment dam and reservoir facility repair including the DSOD approval
process
10 Statement of Qualifications
Engineering Consulting Services
Key Personnel Qualifications and Experience Summary
Brano Vuksanovic, P.E.
Senior Civil Engineer
M.S., Production Engineering,
University of Sarajevo, Bosnia, 1990
Professional Civil Engineer
CA No. 78094
QSD/QSP No. 20664
• Over 21 years of engineering experience, including preparation of public works infrastructure
plans such as water treatment and conveyance and wastewater collection and treatment
systems.
• Expertise in site development, such as transportation, wet utilities, grading and paving, erosion
control, ADA facilities, and hydrology/hydraulic studies for both public and private projects.
• Adept at design and analysis in AutoCAD Civil 3D.
• Experience in land surveying, construction staking, and survey-related office and field work.
Brian Gong, P.E.
Civil/Environmental Engineer
M.S., Civil and Environmental
Engineering, UC, Berkeley 2015
B.S., Environmental Sciences, UC
Berkeley 2014
Professional Civil Engineer
CA No. 88474
• Over 4 years of civil design experience in the water and wastewater fields including master
planning, report preparation, cost estimation, and hydraulic calculations
• Proficient with asset database management for both water and wastewater treatment facilities
Sophia Grubb, P.E.
Civil/Environmental Engineer
M.S., Civil/Environmental Engineering,
UC Berkeley 2015
B.S., Biological Sciences, UC, Davis
2014
Professional Civil Engineer
CA No. 87543
• Approximately 5 years of civil and environmental engineering experience including evaluation,
planning, analysis, design, permitting and construction phase assistance services for water and
wastewater treatment and water recycling facilities in both the public and private sectors
• Emphasis in preparation of reports of waste discharge and technical studies
• Experienced in piping layout and alignment
Brennen Urbanek, E.I.T.
Engineering Technician
B.S., Civil Engineering, California State
University, Chico, 2014
Engineer-in-Training, CA No. 153086
• Over 4 years of civil design experience with a solid background in AC and concrete paving
design including ADA path of travel.
• Experience includes numerous pathway projects for the City of Rohnert Park
Anna McKenna, E.I.T.
Engineering Technician
M.S., Civil Engineering and
Environmental Engineering, University
of Colorado, Boulder, 2016
B.S., Civil Engineering and
Environmental Engineering, University
of California, Davis, 2013
Engineer-in-Training, CA No. 152723
• Over 4 years of experience as a water and wastewater treatment design engineer and process
modeler.
• Experience includes process evaluation, process modeling, process and instrumentation diagram
development, hydraulic profile design, equipment specifications, pump design, blower design,
construction administration, cost estimation, permitting, funding coordination and design reports
11 Statement of Qualifications
Engineering Consulting Services
Key Personnel Qualifications and Experience Summary
John Navarro, P.E.
Civil Engineer / Survey Supervisor
Professional Civil Engineer
CA No. 84718
• Over 18 years of experience in the design of sewer and water utilities improvements, roadways,
site development and drainage/storm water management
• Expertise includes project planning; conceptual design; design development; project estimating;
construction document preparation
• Highly proficient at AutoCAD Civil 3D
• Surveying experience extends to project coordination, boundary analysis and preparation of
Record of Surveys, Parcel Maps, Final Maps, preparation of map calculations, and preparation of
right-of-way documents
• Parcel Maps, Final Maps, preparation of map calculations, and preparation of right-of-way
documents
Tim Robinson, LS
Surveyor
B.S., Surveying Engineering, California
State University Fresno, 1999
Professional Land Surveyor
CA No. 8472
• Over 20 years of experience in the land surveying field.
• Experienced with topographic mapping and boundary determinations, including record of survey.
Justin Witt
Senior Environmental Planner
M.A., Geography – Natural Resources
Management & Environmental
Planning, San Francisco State
University, 2003
B.A., Cultural Anthropology, San
Francisco State University, 1997
• Over 20 years of experience in environmental planning and permitting.
• Extensive experience in project administration and preparing environmental review documents
and environmental permits.
• Skilled in preparation of CEQA documents (including EIRs, Initial Studies, review process,
noticing requirements, and conducting public meetings).
• Proficient at preparing and processing environmental permits related to the U.S. Army Corps of
Engineers, Regional Water Quality Control Board, the California Department of Fish and Wildlife
and US Fish and Wildlife Service.
Robert Clemens
Construction Technician /
Field Inspector
• Over 12 years of experience as a field inspector with Brelje & Race.
• Experienced resident inspector on a variety of water distribution, storage, and paving projects for
public agency and private clients.
12 Statement of Qualifications
Engineering Consulting Services
Identification of Subcontractors
RGH Consultants, Inc.
Joining the Brelje & Race team will be RGH Consultants, Inc. RGH will be providing their expertise in geotechnical
engineering and materials testing during construction.
RGH Consultants was founded in 1991 as a full-service firm with expertise in geotechnical engineering, engineering
geology, and construction observation and testing. RGH has grown to become one of the largest locally owned
geotechnical engineering firms in the northern Bay Area. Headquartered in Santa Rosa, California, RGH has a satellite
office in Napa, California. RGH’s staff of professional engineers and geologists, field engineers and engineering
technicians collectively have decades of experience in geotechnical engineering, engineering geology, construction
observation, and materials testing in northern California. In addition to their experience in northern California, RGH’s
staff has performed engineering and geological services on projects throughout the United States and in other countries
and territories.
From inception, RGH has fostered a “can do” approach to geotechnical engineering and geological problem solving.
RGH’s extensive experience has enabled them to develop a comprehensive working knowledge of the soil and geologic
conditions in the area and an understanding of the performance of projects after construction. RGH’s knowledge and
expertise allows them to work closely with clients, design teams, and contractors to develop geotechnical solutions
that are sound, practical, and cost-effective. RGH is also taking a pro-active approach to the geotechnical aspects of
sustainable construction.
Design phase services from RGH begin with evaluation of soil, geologic and groundwater conditions followed by
preparation of recommendations addressing grading, foundations, pavement design, and geotechnical drainage.
Construction phase services include observation and field/laboratory testing of grading, foundation excavations,
pavement components, and drainage facilities, and special inspection of reinforced concrete, structural masonry, and
pre-stressed concrete. In addition to providing services for projects during the planning and construction phases, RGH
has performed numerous failure analysis (forensic) studies related to geotechnical, geological, and materials deficiencies.
Types of projects that RGH personnel has provided these services for include:
• Roadways and bridges
• Pipelines
• Water and wastewater facilities
• Residential developments
• Schools
• Commercial and public buildings
• Wineries
• Resorts and hotels
• Dams and levees
• Hospitals and fire houses
Santa Rosa Office
1305 North Dutton Ave
Santa Rosa, CA 95401
707-544-1072
Napa Office
1041 Jefferson St, Suite 4
Napa, CA 94559
707-252-8105
Geotechnical, Geological and Laboratory Services
SCHEDULE OF CHARGES
Effective March 1, 2020
Unless agreed otherwise, work is charged for on a time and expense basis in accordance with the following schedule of
charges:
PERSONNEL
Principal .................................................................................................................................................................. $235/hour
Associate ................................................................................................................................................................. $190/hour
Senior Engineer/Geologist ...................................................................................................................................... $175/hour
Project Engineer/Geologist ..................................................................................................................................... $155/hour
Staff Engineer/Geologist ......................................................................................................................................... $130/hour
Field Engineer .......................................................................................................................................................... $120/hour
Field Engineer (Prevailing Wage) ............................................................................................................................ $145/hour
Graphics .................................................................................................................................................................... $90/hour
Report Typing/Reproduction ..................................................................................................................................... $70/hour
EQUIPMENT
Slope Inclinometer Instrument ................................................................................................................................. $150/day
Coring Machine ......................................................................................................................................................... $300/day
Specialty Software (i.e. SLOPE/W, EZ-FRISK, VolFlo) ................................................................................................. $50/hour
CONCRETE
Compression Testing - Set of 4 Cylinders ......................................................................................................................... $130
Each Additional Cylinder Break ...........................................................................................................................................$40
Coring Charge ................................................................................................................................................................... $140
OTHER
Travel time is charged at regular rates. Vehicle mileage is charged at the current federal rate. The above rates do not
apply to projects receiving public funds subject to California Prevailing Wage law. Hourly rates for those projects will be
supplied separately. For court appearance, expert witness testimony, or deposition the charge is $275 per hour for the
principal, associate, and project level professional and $175 per hour for all others, payable in advance. Four and eight
hour minimums apply for court appearance.
Time worked in excess of 8 hours per day and Saturday/night work will be charged at 1.5 times the hourly rate. Time
worked in excess of 12 hours per day and Sundays/holidays will be charged at 2 times the hourly rate.
Outside services including laboratory analysis, consultants, subcontractors, equipment not listed above, outside
reproduction, aerial photographs, meals, lodging, shipping and special equipment or services not listed above are
charged at cost plus 10 percent.
SERVICES RATE SCHEDULE
EFFECTIVE MARCH 1, 2020
PROFESSIONAL SERVICES
Senior Principal ................................................................................................................ $225.00/hour
Associate Principal ............................................................................................................ 210.00/hour
Senior Project Advisor ..................................................................................................... 200.00/hour
Associate ............................................................................................................................. 195.00/hour
Senior Engineer ................................................................................................................. 190.00/hour
Engineer .............................................................................................................................. 170.00/hour
Engineering Technician .................................................................................................... 145.00/hour
Senior Planner .................................................................................................................... 175.00/hour
Planner ................................................................................................................................ 145.00/hour
Senior Surveyor .................................................................................................................. 175.00/hour
Surveyor .............................................................................................................................. 160.00/hour
Survey Technician ............................................................................................................. 140.00/hour
CAD Technician Supervisor ............................................................................................ 150.00/hour
CAD Technician ................................................................................................................ 140.00/hour
Construction Engineer ..................................................................................................... 160.00/hour
Construction Technician 2 ............................................................................................... 145.00/hour
Construction Technician 1 ............................................................................................... 125.00/hour
Technical Writer ................................................................................................................ 110.00/hour
EXPERT WITNESS & MEDIATION SERVICES $500.00/hour
FIELD SURVEYING
One-man Party $195.00/hour
(Including Survey Equipment & Vehicle)
Two-man Party $252.00/hour
(Including Survey Equipment & Vehicle)
Three-man Party $320.00/hour
(Including Survey Equipment & Vehicle)
CLERICAL SERVICES $85.00/hour
OUTSIDE CONSULTANTS Cost + 10% Handling Charge
OUTSIDE PLOTTING AND REPRODUCTION Cost + 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, software and other information technology costs.
EXHIBIT A:
SCOPE OF SERVICES
CITY OF ROHNERT PARK
Cinquini & Passarino, Inc. A California Certified
Land Surveying Small Business Enterprise
TABLE OF CONTENTS
Section A – Introduction ................................................................................................................. 1
Section B – Recent Experience ....................................................................................................... 2
Section C – Staffing Capabilities and Project Team ....................................................................... 2
Section D – Qualifications .............................................................................................................. 4
Topographic Surveys .......................................................................................................... 5
Right of Way Acquisition Documents ................................................................................ 6
Boundary Surveys, Records of Survey, and Right-of-Way Surveys .................................. 7
Control Surveys .................................................................................................................. 7
Aerial Flight Control & Topographic Mapping .................................................................. 8
Hydrographic Surveys ........................................................................................................ 8
Construction Surveys .......................................................................................................... 8
3D Laser Scanning .............................................................................................................. 9
Railroad Surveying ............................................................................................................. 9
Settlement Monitoring Services .......................................................................................... 9
Drafting and Support Services .......................................................................................... 10
GIS Data Collection .......................................................................................................... 10
Photo Documentation........................................................................................................ 10
Deliverables ...................................................................................................................... 10
Safety ................................................................................................................................ 11
Section E – Quality Assurance/Quality Control ........................................................................... 11
EXHIBIT A
SCOPE OF SERVICES
CITY OF ROHNERT PARK
Cinquini & Passarino, Inc. 1 A California Certified
Land Surveying Small Business Enterprise
SECTION A – INTRODUCTION
Cinquini & Passarino (C&P), an award winning firm, has a proven track record of meeting our clients’
professional land surveying needs since 1954. C&P’s approach to surveying is to become a seamless
extension of our clients’ offices and services. Our goal is to provide you with responsive and reliable
surveys every time.
We understand that the City of Rohnert Park is currently looking for qualified consultants to provide a
variety of services to supplement City staff. Cinquini & Passarino is ideally suited to perform all the
professional land surveying services and final map review for the City of Rohnert Park.
Over the past five years C&P has
performed numerous projects on an as-
needed basis for the City of Rohnert
Park. We understand the City’s land
surveying capabilities and needs and
have worked with City staff to deliver
design ready topographic and right-of-
way surveys in a quick and efficient
manner. We recently performed a
topographic survey of the entire
Stadium Lands parcels, Honeybee Pool,
and seven sections of pathways
throughout the City. We have also
recently performed the right-of-way
determination along Commerce Drive
and Southwest Boulevard for the roundabout and along Snyder Lane and Keiser Avenue for roadway
improvements.
Included in our qualifications is a brief description of the more common professional land surveying
services we provide our clients. C&P will provide more specialized professional land surveying
services when needed. As a leader in advanced surveying methodologies, we continue to expand our
services with new and exciting proven technologies. Within the past five years, we have expanded our
GIS services to include asset management and cartography, use of drone technology for quick aerial
imagery and planning level surface model creation, hydrographic surveying capabilities, 3D laser
scanning and railroad surveying capabilities as well as.
C&P’s team of principals, project managers and staff understand the desire and need to have quality
and dependable Professional Land Surveying services. C&P’s ability to perform site survey mapping,
right-of-way surveys and boundary surveys will allow the City of Rohnert Park to us the surveys from
the initial planning stage through the design stage. Choosing C&P to perform your land surveying
needs will provide you with a solid foundation on which to build your projects.
C&P's Recent Site Surveys highlighted red.
EXHIBIT A
SCOPE OF SERVICES
CITY OF ROHNERT PARK
Cinquini & Passarino, Inc. 2 A California Certified
Land Surveying Small Business Enterprise
C&P has the qualified staff and availability to meet the City’s most demanding schedules. Multiple
field crews allows for flexible scheduling of field work with minimal notice required. Office staff is
cross trained in several surveying areas which allows us to meet time critical schedules
SECTION B – RECENT EXPERIENCE
• City of Rohnert Park
• City of Santa Rosa
• City of Cotati
• City of Petaluma
• City of Healdsburg
• County of Sonoma
• Sonoma County Regional
Parks
• City of Sebastopol
• Sonoma Marin Area Rail Transit
District
• Sonoma County Water Agency
• County of Butte
• County of Marin
• Marin County Parks
• County of Napa
SECTION C – STAFFING CAPABILITIES AND PROJECT TEAM
Cinquini & Passarino had the knowledge and availability to serve the City of Rohnert Park. Our
team (shown below) fully understands the complexities of professional land surveying, mapping,
and engineering needs for the successful completion of municipal projects. Tony Cinquini, P.E.,
P.L.S., our proposed project manager, will oversee all aspects of the services provided to you.
Tip the scale
in your favor
Solid Experience
EXHIBIT A
SCOPE OF SERVICES
CITY OF ROHNERT PARK
Cinquini & Passarino, Inc. 3 A California Certified
Land Surveying Small Business Enterprise
Anthony G. Cinquini, P.E., P.L.S.
Tony, a Principal at Cinquini & Passarino, has over twenty-two years of experience with
consulting civil engineering and land surveying projects. Tony has managed, surveyed and
designed projects from preliminary studies through the construction phases. He specializes in
topographic, boundary, right of way engineering, laser scanning, drone aerial surveys and
construction surveys for engineering, capital improvement and public works projects.
James M. Dickey, P.L.S.
Jim, a Principal at Cinquini & Passarino, has over twenty-two years of experience in the
profession of land surveying, specializing in identification and preparation of records of survey,
boundary surveys, and right-of-way surveys. Jim has served as a Deputy County Land Survey
and oversaw review of Records of Survey. Jim’s knowledge of the latest land surveying
technologies enables him to prepare detailed surveys such as control networks for large public
works projects.
Mathew Dudley, P.L.S.
Matthew has over nine years of land surveying experience in the private sector working for civil
engineering and land surveying firms. His field and office experience includes right-of -way,
boundary and topographic surveys. Mathew’s skills include deed research and retracement,
preparation of legal descriptions and plats for right-of-way acquisition, lot line adjustments and
ALTA/NSPS land title surveys.
City of Rohnert Park
Tony Cinquini, P.E, P.L.S.
Principal/Project Manager
(Primary Contact)
Professional Land Surveyors
Mathew Dudley, P.L.S.
Leslie Kirby, P.L.S.
Mark Andrilla, P.E., P.L.S.
Office Support Staff
James Brown, L.S.I.T.
Bradley Thomas, L.S.I.T.
Clayton Ferrari, L.S.I.T.
Field Surveys
Six Field Crews with the ability
to run Seven Crews
Jim Dickey, P.L.S.
Principal/Quality Assurance
EXHIBIT A
SCOPE OF SERVICES
CITY OF ROHNERT PARK
Cinquini & Passarino, Inc. 4 A California Certified
Land Surveying Small Business Enterprise
Mark P. Andrilla, P.E., P.L.S.
Mark is a Licensed Professional Engineer and Professional Land Surveyor with the State of
California with over thirty years of experience in the professions of land surveying and civil
engineering, particularly from the municipal government perspective. His experience in final
map review, topographic surveys, right of way and boundary surveys, legal descriptions and
plats, construction surveys and overall project management enhances his ability to effectively
provide surveying services for infrastructure improvements, redevelopment and development
projects.
James Brown, L.S.I.T.
James, a survey Party Chief and California registered Land Surveyor-in-Training, has over
twenty-two years’ experience surveying private and municipal land surveying projects. James
is our field crew manager and oversees our surveying services during construction.
Bradley Thomas, L.S.I.T.
Bradley has over twenty-five years of land surveying experience in the private sector. His
experience includes field and office surveying preparing calculations and staking for
construction, topographic surveys, and laser scanning services.
Clayton Ferrari, L.S.I.T
Clayton has over four years of experience in land surveying. His experience includes preparing
legal descriptions and plats, boundary resolution, records of survey and topographic maps.
Cinquini & Passarino’s Team understands that providing topographic, boundary, right-of-way,
design surveys, and construction staking surveys in a reliable and highly responsive manner will
meet or exceed the tight timeframe of today’s project schedules.
We have included in Appendix A detailed resumes for key staff who may perform work on the
City of Rohnert Park project for your review.
SECTION D – QUALIFICATIONS
C&P knows how to plan for and execute municipal land surveying services, locally having as
needed contracts with the City of Rohnert Park, City of Santa Rosa, City of Healdsburg, City of
Petaluma, City of Cotati, City of Sebastopol, County of Sonoma, Sonoma County Regional
Parks, and Sonoma Marin Area Rail Transit District.
With corporate headquarters in Santa Rosa, C&P additionally maintains offices in Healdsburg,
Napa, and Oakland. This proximity will ensure frequent, easy communication and coordination
to help C&P anticipate and understand the City of Rohnert Parks’s project goals. C&P’s
surveyor’s combine decades of survey knowledge, coupled with our location and experience at
the project site will guarantee the proper resources are allocated to meet the City of Rohnert
Park’s schedule for quality deliverables.
EXHIBIT A
SCOPE OF SERVICES
CITY OF ROHNERT PARK
Cinquini & Passarino, Inc. 5 A California Certified
Land Surveying Small Business Enterprise
Some of the Professional Land Surveying Services we provide our municipal clients which may
be of interest to you include:
• Topographic Surveys
• Boundary & Right of Way Retracement
• Final Map Review
• Legal Descriptions and Plats
• Deed and Description Research &
Interpretation
• Construction Surveys and Staking
• Aerial Mapping–Photogrammetry &
Lidar
• Control Surveys (NAD83 & NAVD88)
• Elevation and Settlement Monitoring
Surveys
• Hydrology & Hydraulic Cross Sections
• Hydrographic Surveys
• Records of Survey
• Ground Truth & Supplemental Topo
• Lot Line Adjustments & Parcel
Mergers
• Volumetric & Engineering Calculations
• Preparation of Maps and Exhibits
• Corner Records for Monument
Preservation
• 3D Laser Scanning & LiDAR
• Railroad Surveying
• 360° Panoramic Photos
• UAS/Drone Inspection & Aerials
The list of services shown above has many varying components. The following is a brief overview of
some of our Professional Land Surveying Services:
Topographic Surveys
C&P will provide you with topographic surveys for the construction of streets, general building site
construction facilities, traffic signals, storm drain systems, creek restorations, parks, pedestrian paths,
and any other related project sites. C&P will meet with your project manager to review the project,
determine and refine the scope of work best suited to meet your needs, and provide to you a qualified
team of field and office staff to perform the surveys. Typical topographic surveys may include:
• Right of Way, property corner and monument ties to perpetuate important existing monuments.
• Complete horizontal and vertical locations of surface features such as, but not limited to,
surface evidence of underground utilities, curbs, gutters, flow lines, storm drains, drop inlets,
culverts, fences, guard rails, edges of traveled way, pavement markings and striping, roadway
markers, trees, and building corners.
Proudly
Serving
City of
Rohnert
Park
City of
Santa Rosa
City of
Healdsburg
City of
Petaluma
City of
Cotati
SMART
County of
Sonoma
EXHIBIT A
SCOPE OF SERVICES
CITY OF ROHNERT PARK
Cinquini & Passarino, Inc. 6 A California Certified
Land Surveying Small Business Enterprise
• Utility locations as determined
from surface features such as
manholes, water valves, utility pad
mounted boxes and transformers,
fire hydrants, power poles,
overhead lights and signs, overhead
power, overhead telephone, gas
valves and vents, and USA
markings. When reasonably
possible, invert elevations are
provided at all manhole, drop inlet,
and culvert locations.
• Detailed survey of driveways and
curb returns, including centerline,
widths, elevations for top of curb,
flow line and back of sidewalk, and sufficient elevations near each driveway to assist in design
of the approaches and ADA conformance.
• Roadway centerlines, edges of pavement, flow lines and intermediate grade breaks.
• Establish control as required on the City’s horizontal and vertical coordinate system.
• Cross section drainage channels and creeks at predetermined intervals and at changes to the
channel cross section if storm water modeling will be performed.
• Contours are typically produced at an interval of 0.5 feet to 2 feet depending on your needed
use of the survey.
Our topographic surveys can be drafted at any scale specified by the City. Typically our surveys are
prepared at scales between 1 inch = 20 feet and 1 inch = 40 feet. Our Autocad Civil 3D surveys are
prepared in your layer format, and utilize your block naming and symbols to help your design staff to
be more efficient. Below is a sample of our topographic maps.
Right of Way Acquisition Documents
C&P will provide you with legal descriptions and plats for right of way acquisition, temporary
construction easements and other easements as required. Easement preparation is performed by a
licensed land surveyor to assure you of the highest quality easy to understand descriptions. C&P can
also provide you with appraisal maps and other documents to assist your right of way agent in
negotiations with property owners or assist an outside right of way agent if necessary.
Site Survey of Stadium Lands Lot 1 February 9, 2016
EXHIBIT A
SCOPE OF SERVICES
CITY OF ROHNERT PARK
Cinquini & Passarino, Inc. 7 A California Certified
Land Surveying Small Business Enterprise
Boundary Surveys, Records of Survey, and Right-of-Way Surveys
C&P performs right of way surveys,
boundary surveys, records of surveys,
subdivision mapping, and corner records
to meet your project needs.
C&P will meet with your project
managers and design staff to provide
assistance determining or refining the
scope of work for the survey services, and
will coordinate with your title company
for title company services. All boundary
surveys and records of survey will be
coordinated with the existing monuments
and records. Boundary surveys and
records of survey may include:
• Determine accurate right-of-way when required for property acquisition or design purposes
• Retracement of record boundary lines to show on topographic surveys
• Boundary resolution
• Provide records of survey, plats, record of surveys, and corner records, as required
• Coordinate with your title company to receive preliminary title reports or chain of title (if
required) to complete the tasks listed above
•
Control Surveys
C&P plans, sets and observes control along a given route or
throughout an entire city which will be used as the base control.
We typically use GPS to tie the control network together. A precise
level loop will be performed to increase the accuracy of the vertical
component, when necessary. The combination of GPS horizontal
location on NAD 83 and a precise level loop based on NAVD 88
will provide your project or city monumentation with a high quality
control network from which we can base future design surveys
ranging from utility locations, right of way surveys and aerial
mapping control. In the last few years, we have prepared control networks for a wide range of projects
and cities. Some recently performed networks include the City of Yountville, City of Napa, City of
Cotati, Bel Marin Keys Community Services District and National Park Service as well as the Sonoma
Marin Area Rail Transit project. With our large breadth of experience on control projects we have
refined our procedures and methods to establish control in the most cost effective methods while
maintaining exceedingly high accuracies.
EXHIBIT A
SCOPE OF SERVICES
CITY OF ROHNERT PARK
Cinquini & Passarino, Inc. 8 A California Certified
Land Surveying Small Business Enterprise
Aerial Flight Control & Topographic Mapping
C&P will prepare and set flight panel markers for
use with an aerial survey of your project site. C&P
has the capabilities to fly sites up to 1000 acres per
day SenseFly Unmanned Aerial System. We
typically use GPS to tie the panels together. If
needed, a precise level loop using our Trimble®
DINI Digital Levels and an Invar rod will be
performed to increase the accuracy of the vertical
component. Once the panels are set, we will fly the
site or for larger sites we will notify an aerial
subconsultant to perform the aerial flight. If the City would instead prefer to contract directly with an
aerial mapping company, C&P can coordinate to provide any aerial control necessary for mapping a
project. We are familiar with typical photogrammetric aerial mapping control as well as control for
LiDAR surveys.
Hydrographic Surveys
C&P will provide the City with hydrographic surveys to supplement our
topographic surveys. Hydrographic surveys can be performed for a wide range
of projects. Hydrographic surveys can be used to determine the volume of
water in a reservoir or monitor a reservoir for siltation. We understand that the
use of a hydrographic survey will need to relate accurately to any topographic
surveys that are also performed on the site. To provide this continuity, we
utilize the same high accuracy survey equipment during our hydrographic
surveys that we use for our topographic surveys. As a quality control measure,
we utilize a lead line to double check the depths reported from our echo
sounder. These checks are performed at least three times during the course of a
day to ensure that accuracy is always maintained.
Construction Surveys
C&P has provided construction staking services for public and
private entities for over 60 years. We stay informed on the latest
technologies in the field and in the office to ensure our clients
receive accurate and precise locations of reference points to
construct their most valuable projects. Responsive timing is
critical in construction staking. Once the calculations for
construction staking are complete, typically no later than 5 days
after receipt of the project plans, we can provide a crew to your
project site within 48 hours’ notice of the need for construction
staking.
C&P has provided construction staking for a variety of projects throughout the North Bay area. Our
field crews are members of the Operating Engineers Local Union No. 3. Our union trained party
EXHIBIT A
SCOPE OF SERVICES
CITY OF ROHNERT PARK
Cinquini & Passarino, Inc. 9 A California Certified
Land Surveying Small Business Enterprise
chiefs and rod persons are accustomed to providing construction managers and contractors with the
necessary reference points to get your project built on schedule.
3D Laser Scanning
C&P is able to provide you with 3D
laser scanning services. Laser
scanning provides fast and data
rich information for building as-
builts and diagnostics. Scanning
can also be used to monitor the
evolution of site work and in
settlement surveys. We have
found that scanning can be very
beneficial for a range of projects
such as:
• Treatment plant modeling and piping
• Clearance surveys and detailed mapping
• ADA conformance surveys
• Architectural and structural as-builts
• Retaining wall or building monitoring
• Water tank deformation
• Crime Scene Forensics & Expert Witness
Exhibits
In addition we can utilize scanning for mapping in difficult access areas such as high traffic roadways,
or difficult access areas such as beneath bridges or within confined spaces.
Railroad Surveying
C&P is able to provide detailed surveys for rail
construction projects. These services are applicable for
rail crossing improvement projects, railroad relocation
projects, monitoring of railroad tracks during the
construction of crossing utilities such as water, sewer or
storm drain lines. To complete these services we utilize
our Trimble GEDO rail trolleys, our firm is the first
surveying firm in North America to adopt the use of these
trolleys for railroad surveys. Typical services include:
• Rail Alignment
• Conformance Surveys
• Rail Monitoring
• Railroad Crossing Improvement Projects
Settlement Monitoring Services
As project constraints become more critical or difficult monitoring movement becomes more
important. For this project type, the City may need confidence that settlement or movement does not
create an adverse effect on the City infrastructure, roadways or adjoining property. Monitoring of
these improvements can be accomplished through a number of different methods. The methods
currently utilized to perform monitoring for our projects are manual monitoring such as using digital
EXHIBIT A
SCOPE OF SERVICES
CITY OF ROHNERT PARK
Cinquini & Passarino, Inc. 10 A California Certified
Land Surveying Small Business Enterprise
levels for vertical displacement and total stations for horizontal displacement, laser scanning can also
be used to monitor deformation.
We also implement monitoring through the use of automated monitoring systems. Automated
monitoring can be accomplished through the use of stationary GPS receivers or total stations and
reflectors set on established points. Through the use of monitoring we can closely monitor small
movements and chart movement overtime. Monitoring for deformation can also be done remotely for
critical infrastructure such as reservoir dams and flood walls or in locations where construction exists
and monitoring deformation movement of nearby buildings may be needed.
Drafting and Support Services
C&P is also able to provide drafting and support services for projects. This support can range from
preparation of road cross sections and profiles, drafting redlines, or any other surveying or drafting
related assistance that the City may require.
GIS Data Collection
C&P provides asset management and data collection for the City’s Geographical Information System.
Utilizing our GPS equipment, we will collect the field data needed to supplement or create data layers
for the GIS system, including sanitary sewer manholes and cleanouts, water mains, fire hydrants, storm
drainage structures or any other GIS feature that the City desires. This information will then be
downloaded, reviewed for quality and then added to a GIS base layer. Base layers can be created in
AutoCAD Map or ESRI products such as ArcGIS. These layers can contain a wide range of criteria
including pipe size, material type, date constructed and much more.
Photo Documentation
C&P has the ability to collect panoramic photos using our 360° panoramic camera. The system collects
geo-referenced photos and allows clients to review
sites based on what the area currently looks like, as
well as photo documentation to see what the site may
have looked like prior to construction or
improvements.
Deliverables
We provide deliverable products to meet your needs.
C&P uses AutoCAD Civil 3D to create all our
mapping unless otherwise requested.
Drawing entities such as blocks, layer conventions,
and line types will be utilized during the creation of our
mapping which will save you or your design engineer time and hassle of converting drawings once the
deliverable items are received.
Since the City utilizes AutoCAD Civil 3D to create design drawings, we can also provide a surface
model of any topographic surveys which will allow your engineer to quickly sample alignments,
profiles and cross section data as well as prepare volumetric calculations. An ASCII file or Excel file
EXHIBIT A
SCOPE OF SERVICES
CITY OF ROHNERT PARK
Cinquini & Passarino, Inc. 11 A California Certified
Land Surveying Small Business Enterprise
of the points collected for the project will be provided to the City to aid in any manipulation or
analyzing of the data as well.
Safety
Workplace safety is crucial when working within public
right-of-ways. Working on a wide variety of projects
including work within high traffic areas such as major
roadways and rail corridors requires that everybody is
vigilant about safety. Vigilance starts with providing our
field surveyors with the proper tools to do the job. This
includes providing the proper traffic control systems,
flashing lights on our survey vehicles, and bi-weekly tail
gate safety meetings. Job site safety briefings are completed
to ensure that any safety concern is acknowledged observed
prior to performing work.
All of our field surveyors understand and are trained on safety protocols and have signs and cones
available to divert traffic and create a safe work zone.
SECTION E – QUALITY ASSURANCE/QUALITY CONTROL
C&P takes the quality of our work very seriously. We have established time proven controls in the
field and throughout the office. Diligent record keeping, open communication, and a thorough back
check Quality Control review process provides you with trustworthy and reliable survey the first time,
every time. Communication is key to providing quality service, one aspect of these controls are bi-
weekly meetings where the office staff and field staff discuss projects and look for areas where we can
improve efficiency and performance for our clients.
The topographic surveys, boundary surveys
and record easements will be scrutinized
before we finalize our deliverables. As part
of the QA/QC process, the boundary
resolution will be presented by the surveyor
of record to another professional land
surveyor in the office to confirm decisions
made with the project. Our final process is to
review all mapping before submitting it to
you to ensure the documents are clear and
concise.
C&P will not deliver a final topographic
survey that has not had a field edit. The field
edits help to assure our clients that the
topographic map they receive is a complete
representation of the site conditions.
BOUNDARY TOPOGRAPHIC CONSTRUCTION
RAILROAD INFRASTRUCTURE HYDROGRAPHIC
CINQUINI & PASSARINO, INC.
LAND SURVEYING
EXHIBIT B
HOURLY FEE SCHEDULE
MARCH 1, 2020 TO FEBRUARY 29, 2021
OFFICE AND PROFESSIONAL
Professional Land Surveyor (4 HOUR MINIMUM) $460.00 per hour
EXPERT WITNESS, DEPOSITIONS & CONSULTATIONS
Professional Land Surveyor $260.00 per hour
LEGAL RESEARCH & COURT EXHIBITS
Principal Professional Land Surveyor $200.00 per hour
Senior Professional Land Surveyor $190.00 per hour
Professional Land Surveyor $160.00 - $180.00 per hour
Survey Technician $118.00 - $160.00 per hour
(PLUS MATERIAL)
GIS Analyst $134.00 per hour
Remote Pilot $185.00 - $205.00 per hour
INCLUDES MISSION PLANNING, VEHICLES, UAS/DRONE, MILEAGE & MATERIAL
Word Processing, Clerical and Deliveries $ 98.00 per hour
FIELD CREWS
THE FOLLOWING INCLUDES VEHICLES, EQUIPMENT, MILEAGE & MATERIAL
1 Person Field Party $190.00 per hour
1 Person GPS Party $215.00 per hour
2 Person Field Party $285.00 per hour
FIELD CREW CONSISTS OF PARTY CHIEF & CHAINMAN
3 Person Field Party $395.00 per hour
FIELD CREWS CONSIST OF PARTY CHIEF, 2 CHAINMEN OR CHAINMAN & FLAGPERSON.
4 - Person Field Party $460.00 per hour
FIELD CREWS CONSIST OF PARTY CHIEF, 3 CHAINMEN OR CHAINMAN & 2 FLAGPERSONS.
SUPPLEMENTAL ITEMS
Outside Contract Work Cost plus 15%
Overtime Work 1.2 x base rate
Over 8 Hours on Saturday, all day on Sundays or Holiday 1.4 x base crew rate
Night Work (shifts starting after 4 PM or before 5 AM) 10% additional over base rates
Travel Time for 2-Man Crew $120.00 per hour
(beyond 1 hour of travel outside an 8 hour workday)
GEDO Scan Equipment is subject to a $1,000.00 per day usage charge
UAS Equipment subject to a $750.00 per day usage charge
Schedule 2020/2021
City of Rohnert Park On-Call Consultant Services | Page 21
Coastland has provided on-call and as-needed services to many public agencies and we are very familiar
with the Task Order process and providing a cost proposal based on a specific project scope of work.
Staff will be assigned to each Task Order based on the staff member’s experience with the type of project,
funding requirements, and scope.
Identifying project goals,
constraints and concerns at the
project onset is key to
successful project delivery.
Upcoming projects for the City
of Rohnert Park include many
challenges such as conflicting
user groups, sensitive habitats,
accessibility compliance,
environmental mitigation,
grading, storm water and other
issues. These and further
concerns will all need sound,
practical and cost-efficient
solutions, which we can
provide based on many years
of local municipal experience.
Coastland’s skill at planning,
designing and managing
construction of public projects
throughout Northern California
provides us with the ability to
anticipate and overcome
project challenges.
Coastland’s team will devote
themselves to applying a
successful track record
resolving these issues in order
to develop innovative solutions
for the City of Rohnert Park.
Our six-step method to performing design services starts with assigning the appropriate team for the
project and then the team becoming familiar with the project through meetings with the City, stakeholders,
site visits and review of existing materials. Working through these steps with the City, a project schedule
is finalized, and tasks identified.
The design stage of the project typically includes topographic survey and may include subconsultants
who specialize in traffic engineering, environmental services and/or geotechnical services. At the
beginning of the design stage, utility companies are contacted and a design memorandum with
alternatives may be developed. A preliminary design is presented typically followed by designs at 75%,
90% and final stages, including specifications and engineer’s estimates of probable cost. We meet with
City staff at each submittal to ensure changes are incorporated into the design and the project is heading
in a direction that meets the City’s goals.
The final step of the project design is to assist the City with construction bidding and construction support.
This involves responding to questions from bidders, attending the bidders’ conference (if any) and
1 Become Familiar with Project & Assign Key Roles
Project Meetings, Preliminary Research & Coordination
Determine Client’s Needs & Project Objectives
Assemble Team that Meets Client’s Needs & Project Objectives
2 Preliminary Design
Topographic Survey
Design Memorandum & consider innovative ideas and approaches
Coordination with Utility Companies
Preliminary (35%) plans and engineer’s estimate
3 75% PS&E
Address all City comments from Preliminary Design Review
Prepare 75% plans, specifications and engineer’s estimate (PS&E)
In-House Constructability & Accessibility Reviews
4 90% PS&E
Address all City comments from 75% Design Review
Prepare 90% plans, specifications and engineer’s estimate (PS&E)
In-House QA/QC
5 Final PS&E
Address all City comments from 90% Design Review
Final QA/QC
Prepare Final Bid Documents per City Standards
Bid & Construction Phase Assistance
Respond to Bidder Questions, Attend Bidders Conference, Prepare
Addenda (if required)
Review Contractor’s Submittal & Respond to RFIs
Perform Site Visits During Construction
6
SCOPE OF SERVICES
ENGINEERING DESIGN
City of Rohnert Park On-Call Consultant Services | Page 22
preparing any addenda to the bid documents. We will also review the contractor’s submittal, respond to
requests for information (RFI’s) and perform site visits during construction.
QUALITY PERFORMANCE
Coastland places a high priority on ensuring our clients receive superior and timely service. To maintain
this level of service, we have established internal procedures that ensure the work is being completed in
a manner that is at or above industry standard, is accurate and is in the format desired by the City.
Through a management style focused on consistent communication and quality control, we ensure final
plans are thorough and accurate prior to bidding. Our internal Quality Assurance / Quality Control
(QA/QC) procedures will ensure completeness by reviewing all deliverables prior to submittal, utilizing
Coastland’s PS&E checklist and conducting a final field review of the project site during the 90% design
stage. The QA/QC review will be performed by a Coastland Principal or Supervising Engineer not involved
on the design team for the specific project. The QA/QC personnel will review the documents for accuracy,
completeness and consistency with the design criteria. QA/QC review comments are returned to the
design project manager who will facilitate the necessary changes. Additionally, a final field review and
check against the plans will be conducted by the design engineer. Field conditions that differ from the
plans will be incorporated into the final bid documents.
Using their wide-ranging knowledge of construction methods, Coastland’s Construction Managers also
perform constructability review of designs prior to each submittal to the City. The construction QA/QC
review will provide input on constructability such as construction equipment limitations, traffic control,
alternate construction methods and construction costs. This review helps minimize claims and potential
change orders.
RESPONSIVENESS TO CITY’S STAFF AND PROJECT REQUIREMENTS
Coastland staff reside locally and will staff each project from our nearby Santa Rosa office. We have
proposed a team consisting of multiple project managers and staff who will be assigned to each of the
City’s upcoming projects based on the unique project requirements and availability of team members.
Coastland places a high priority on ensuring we do not over-commit individuals, nor leave any need
unmet. This will ensure timely completion of each project and responsiveness to City inquiries.
Coastland staff can meet regularly with City staff and are accessible during normal business hours. We
will be accessible via phone and email. For the City’s convenience, all services can be accessed by
contacting one primary contact: Heidi Utterback.
City of Rohnert Park On-Call Consultant Services | Page 23
Coastland understands
the importance of hands-
on coordination with all
project stakeholders. The
City’s key staff will be
provided the CM’s weekly
project status reports
each Monday and
inspection reports and
weekly statements will be
transmitted upon request.
Coastland will maintain a
complete red-line drawing
set during construction
and submit a record plans
at the completion of the
project and provide any
documentation for
changes to bid set.
Each of Coastland’s proposed inspectors, have at least 35 years of experience that includes building
relationships and coordinating with contractors, clients, and stakeholders.
Coastland’s experience in hundreds of projects within Sonoma County establishes us as extremely
experienced in understanding the needs of the City, its residents, and how to effectively communicate
project progress to all parties involved.
Municipal engineering and construction management services are the core of our business. Having
provided day-to-day municipal engineering to many cities within Sonoma County, our team can provide
insight to problems or issues which other consultants may not have had hands-on, practical experience.
If selected for these services, Coastland will build upon our existing knowledge of Rohnert Park and apply
our extensive construction inspection experience to add to the City’s success. This will result in effective
communication and positive project progress.
CONSTRUCTION MANAGEMENT & INSPECTION
City of Rohnert Park On-Call Consultant Services | Page 24
July 01, 2020 through June 30, 2021
PROFESSIONAL SERVICES
Principal Engineer $200-220/hour
Supervising Engineer $170-200/hour
Senior Engineer $160-180/hour
Associate Engineer $145-160/hour
Assistant Engineer $125-145/hour
Junior Engineer $115-130/hour
Engineering Assistant $120-150/hour
Senior Engineering Technician $140-160/hour
Engineering Technician $120-140/hour
Engineering Aide $95-115/hour
Resident Engineer $155-180/hour
Construction Manager $145-180/hour
Construction Inspector* $130-165/hour
Construction Administrator $85-95/hour
Building Plan Check Engineer/Architect $140-175/hour
Building Official and/or CASp $150-180/hour
Supervising Building Inspector $150-170/hour
Senior Building Inspector $120-145/hour
Building Inspector (I & II) $95-125/hour
Senior Plans Examiner $125-140/hour
Plans Examiner (I & II) $105-120/hour
Supervising Permit Technician $115-130/hour
Senior Permit Technician $95-115/hour
Permit Technician (I & II) $85-95/hour
Administrative $85-95/hour
VEHICLE $15-20/hour
MILEAGE $0.68/mile**
OUTSIDE SERVICES Cost + 15%
MATERIALS Cost + 15%
• Computer time is included in the hourly rates used above.
• When applicable, mileage or vehicle rates will be charged, but not both.
* Includes services subject to prevailing wage rates.
HOURLY RATE SHEET
STATEMENT OF QUALIFICATIONS TO THE CITY OF ROHNERT PARK
CONSULTANT SERVICES FOR THE CITY OF ROHNERT PARK
12
Exhibit A: Scope of Services
DEVELOPMENT MANAGEMENT AND REVIEW
ENGINEERING PLAN REVIEW SERVICES
New Development Entitlements
• Review tentative maps, tentative parcel maps, architectural review, and other entitlement
applications. Coordinate review with other City staff and/or outside agencies as needed.
• Attend follow-up meetings with Planning staff, the applicant, or others as needed to resolve
issues regarding the proposal. Review subsequent submittals of the proposal.
• Assist the City with development of conditions of approval, development agreements, and other
requirements associated with development applications. Assist City in negotiating with
developers regarding terms of agreements or conditions (Additional tasks associated with the
entitlement process are described above).
Plan Review
Review final maps, improvement plans, and landscape plans. Review includes evaluation of required records,
studies, grading and improvement plan, and additional materials submitted by the design professional.
Confirm that plans conform to City standard design criteria, conditions of approval, and infrastructure or
other master plans.
• Each plan review will be accompanied with a letter summarizing the red-line comments
addressed to the applicant’s engineer or landscape architect, with a copy to City staff and the
applicant. A complete red-lined set of drawings and any reports will be returned to the design
professionals for use in their corrections. At the applicant’s discretion, the comment summary
letter and red-lined plan sheets can be scanned and submitted electronically to the design
consultant to expedite the review process.
• Although we understand that meetings will not be required, CSG is available to meet with the
applicant/representative and City staff to review comments or to delineate the standards which
are not being met, in order to facilitate timely completion of the review and meeting the
maximum goal of two plan checks. CSG will accept and review subsequent submittals
electronically, when feasible, in order to expedite the review process.
• Soils reports will be evaluated, and confirmation of recommendations will be included on the
plans. Boundary conditions will be evaluated to maintain continuity with surrounding properties
and maintain existing drainage patterns.
• Construction erosion control and post-construction water quality control will be evaluated for
compliance with the storm water quality management permit in effect for the City.
• Assist the City with development of conditions of approval, development agreements, and other
requirements associated with development applications. Assist City in negotiating with
developers regarding terms of agreements or conditions (Additional tasks associated with the
entitlement process are described above).
• Confirm that the developer has obtained necessary permits or approvals from other public
agencies as needed, and that plans conform to the City’s NPDES Municipal Regional Permit
requirements for storm water treatment and detention.
• Review and recommend approval of engineering bond estimates and subdivision guarantees.
Assist the staff in preparing subdivision improvement agreements, other agreements (including
stormwater treatment measure and landscape maintenance agreements), and staff reports.
• Meet with developers, consultants, and other agencies on behalf of staff, as requested.
5 S E C T I O N
STATEMENT OF QUALIFICATIONS TO THE CITY OF ROHNERT PARK
CONSULTANT SERVICES FOR THE CITY OF ROHNERT PARK
13
Staffing
• All plan reviews will be conducted by a State of California licensed civil engineer or under the
supervision of a licensed civil engineer.
• Each plan review is assigned to a plan reviewer with oversight of the project manager. The
assigned design plan reviewer will be committed to the project and will furnish all subsequent
reviews for the project. It is the goal of CSG to provide, where practical, a cradle-to-grave
approach for project review, where a review team is assigned to the project from entitlement
through plan review and construction to closeout and acceptance.
• Provide specialized qualified licensed engineers to assist in any structural, soil and geotechnical
reviews, for any of the assigned projects.
• Map checking will be overseen by licensed professional land surveyors or by professional
engineers licensed to practice land surveying in the State of California.
• The review team will be available for applicant inquiries or conferences during normal business
hours, Monday through Friday, from 8:00 AM through 5:00 PM. Web conferences, fax, and
conference calls are optional forms of communications between Consultant and City staff.
Plan Review Submittals Schedule
Development of hard-and-fast schedules for completion of development review and plan review work is
difficult as timing and scope of projects is not always known. Examples of time frames for completing certain
tasks are provided below.
TYPE TIME FRAME
Pre-application entitlement review Review application material in advance of requested meetings; complete
formal comments and submit to Planning within two weeks of meeting
Review Tentative Map Application or
Other Entitlement Package Fifteen (15) working days of notice of submittal by City
Prepare Conditions of Approval Prepare within one week of request by Planning, or within reasonable shorter
time frame if needed to meet hearing date
Complete Improvement Plan (1st Check) Fifteen (15) working days of notice of submittal by City
Complete Subsequent Improvement Plan
as Needed Ten (10) working days of notice of submittal by City
Prepare fee estimate, review bond
estimate, or prepare permit Ten (10) working days of request
Miscellaneous Assignments Dependent on scope; typically between five (5) and ten (10) working days
Turnaround times include pickup, QA/QC, and delivery to City.
STATEMENT OF QUALIFICATIONS TO THE CITY OF ROHNERT PARK
CONSULTANT SERVICES FOR THE CITY OF ROHNERT PARK
14
CITY SURVEYOR - MAP REVIEW SERVICES
The traditional role of the City Surveyor is to ensure that maps, legal descriptions, and plats prepared for
private developments are technically correct. However, more often than not, the City Surveyor will also
ensure that the documents are comprehensive of City requirements and completed in accordance with the
California Subdivision Map Act and local ordinances (traditionally the functions of the City Engineer). The City
Surveyor’s daily functions include reviewing the documents submitted by private developers, owners,
engineers or surveyors, review and provide comments, and sign final documents when approved. The City
Surveyor customarily also meets with and advises the City Engineer and private applicants when complicated
or unusual circumstances arise.
Detailed Scope of Work
Under the “Map Review” scope of work, CSG proposes to review Final Maps, Parcel Maps, Lot Line
Adjustments, Lot Mergers, or other documents per the following:
• Review for compliance with the approved Tentative Map and Conditions of Approval (maps)
• Review for compliance with the California Subdivision Map Act
• Review for compliance with the Professional Land Surveyor’s Act
• Review of closure calculations
• Review of title information for the property, including existing easements and any other relevant
land encumbrances, based on information contained in a preliminary title report and other
documents to be furnished by applicant
• Review of record documents (deeds and maps) of the subject and adjacent properties
• Review, seal and sign final Mylar copies and certificates as Acting City Surveyor or Technical
Reviewer
• Preparation of Staff Report for City Council Approval, if required
• Conformance with the project improvement plans and other documents
CSG’s Review Process
New map submittals will be coordinated with the proposed project manager. At the time of new submittals,
the applicant may decide to meet with the City and CSG’s project manager to briefly present the project and
discuss any challenges. At that time, CSG will perform a cursory review and let the applicant know if
additional documents are needed for the review.
Unless otherwise dictated by unusual requirements, map reviews for the City will be conducted in CSG’s
facilities in Foster City, although project meetings can be scheduled at City Hall upon the City’s request. CSG’s
offices are adequately staffed with trained map checkers to deal with any fluctuating workload that the City
might experience in reviewing maps, and we consistently provide timely turnaround for various applications,
according to the City’s specified time line.
Map reviews are typically completed by CSG staff within ten (10) working days after the receipt of required
material. Subsequent submittals are typically reviewed within five (5) working days. Redlined maps and
comments can be provided electronically, via overnight delivery, or by regular mail.
Once the map check has been completed, the applicant may decide to meet with the reviewing party to
discuss the comments. Meetings with applicants and City staff may be conducted at CSG’s offices or on-site
at City’s offices. CSG will be readily available to meet with applicants to discuss any concerns they may have
at any stage during the review process.
LAND & SURVEY DOCUMENTS FOR PUBLIC PROJECTS
Occasionally, circumstances will dictate that the City prepare legal documents that transfer property or affect
the boundaries, easements, or title of public facilities such as Community Centers, Police Stations, Parks,
Corporation Yards, etc. CSG had assisted many of our clients in such transactions and worked closely with the
City Attorney’s office.
STATEMENT OF QUALIFICATIONS TO THE CITY OF ROHNERT PARK
CONSULTANT SERVICES FOR THE CITY OF ROHNERT PARK
15
Detailed Scope of Work
The types of legal documents that may be prepared by the City include Parcel Maps, Lot Line Adjustments,
and Lot Mergers. Additionally, plats and legal descriptions may need to be prepared for public projects that
require right-of-way take. For street dedication or vacation documents, as well as easement grants and
abandonments, the burden of preparing the plats and legal descriptions are typically put on the private party
in conjunction with private development of the affected parcel(s). Those documents may, however, also be
prepared as stand-alone documents/instruments by the City Surveyor. Lastly, records of survey may also be
prepared if dictated by the Professional Land Surveyor’s Act.
All documents are produced using the same level of care and quality control as mapping reviews, and
prepared in conformity to the following legal codes:
• California Subdivision Map Act
• Professional Land Surveyor’s Act
• Streets and Highways Code
• Civil Code
• Other relevant sections of the Government Code
In addition, all maps or certificates are prepared using local industry standards and pre-established City
requirements.
CSG’s Map/Document Preparation Process
CSG will meet with City representatives to discuss the scope of the project, general expectations, and final
intent for the public property. Occasionally, better or quicker solutions are proposed to resolve issues after
the project is thoroughly reviewed and discussed. CSG will provide field and office surveys, perform research
of records, and order and analyze Preliminary Title Information. The map (or legal description and plat) are
subsequently prepared and submitted for review and comment to the City prior to producing mylar prints
and obtaining signatures from all parties.
STATEMENT OF QUALIFICATIONS TO THE CITY OF ROHNERT PARK
CONSULTANT SERVICES FOR THE CITY OF ROHNERT PARK
16
CIV IL DESIGN
APPROACH TO PAVEMENT REHABILITATION
CSG has a thorough understanding of the various steps that are involved in designing pavement rehabilitation
projects. An outline of the steps involved is provided in the table below. For pavement rehabilitation projects,
a detailed scope of work, budget, and schedule incorporating these steps will be prepared by CSG for review
and approval by the City.
1. Pavement
Management
Understanding
Our staff is experienced in all areas of pavement management including:
• Distress survey
• PCI ratings
• Grant administration
• Establishing digout limits
• Preparation of PS&E
• Providing budget analysis
• Providing budget recommendations
• Resident engineer & inspector services
• Adherence with Local Assistance
Procedures
• Project closeout
2. Selection of
Roadway
Treatments &
Materials
We have evaluated and provided oversight for a variety of street rehabilitation strategies
such as:
• Crack sealing and repair
• Base repair patch digouts
• Cape, chip, scrub, fog & slurry seals
• Microsurfacing
• Rubberized chip seals
• Hot mix asphalt (HMA) overlay
• Rubberized HMA (RHMA) overlay
• Pavement fabric
• Mill and fills
• Cold in-place recycling (CIR)
• Full depth recycling/rehabilitation
(FDR)
• Street reconstruction
3. Importance of
Utility
Coordination
Good coordination and communication with utility companies provides a better
understanding of the project, such as:
• Obtaining maps quickly to identify any potential conflicts
• New storm drain inlets and laterals will require knowledge of the existing utility
alignments to prevent any horizontal or vertical alignment conflicts
• Certain utility agencies (PG&E, AT&T) often adjust their own facilities
• Selection of pavement treatment, especially for full reconstructions with excavations
deeper than 12-inches, may require additional utility coordination, relocation, and
design
• Coordinating with utility companies to prevent utility trenching after the street has
been resurfaced
4. Understanding
Storm Drainage
System
Different types of storm drainage scope considerations to be assessed during street
reconstruction projects include:
• Maintaining flow line slopes across new curb ramps
• Identifying reconstruction of curbs and gutters that are damaged or disruptive to
existing storm drainage flows
• Identifying locations requiring new storm drain inlets & laterals to connect to the
existing system; plus, determining if potholing is required to confirm utility clearances
• Identifying the need for new manholes or determining the constructability of
connecting to existing manholes
5. Knowledge of
Complete Streets
Policies
CSG is knowledgeable in “complete streets” design. When required and feasible, our
design approach takes into consideration these users:
• Vehicles
• Pedestrians
• Accessibility
• Bicyclists
• Transit
STATEMENT OF QUALIFICATIONS TO THE CITY OF ROHNERT PARK
CONSULTANT SERVICES FOR THE CITY OF ROHNERT PARK
17
6. Complying with
ADA Guidelines
During design, CSG pays close attention to complying with ADA guidelines, especially for
the following project components:
• Curb ramps
• Crosswalks
• Sidewalks
• Driveways
• Clear widths
• Longitudinal & cross slopes
7. Residents,
Businesses &
Facilities
Considerations
During development of specifications, CSG works with the City to determine considerations
for residents, businesses, and facilities, such as:
• Notifications prior to construction
• Providing access during construction
• Limited disruption duration
Pavement Treatment Types
CSG is familiar with several methods of pavement maintenance and rehabilitation and will identify the most
feasible and economical pavement rehabilitation method that meets the City’s needs and budget.
Digouts
Crack Repair
Pavement Fabric
Slurry Seal
Chip Seal
Rubber Chip Seal
Cape Seal
HMA Overlay
Scrub Seal
Mill & Fill
Cold In-Place Recycling
Full Depth
Rehabilitation
APPROACH TO ROADWAY DESIGN
Roadway / Complete Streets
CSG has been involved in many roadway and complete street improvements for numerous public agencies.
Each of these improvement projects has had its own set of challenges, which include but are not limited to
existing physical constraints, jurisdictional restrictions, community opposition, and budgetary limitations. CSG
will identify and understand these challenges based on discussions with the City, project stakeholders, and
the community. We propose design concepts which consist of right of way and lane widths, horizontal and
vertical alignment layouts, and intersection and roundabout configurations in compliance with the latest
Caltrans Highway Design Manual, California Highway Capacity Manual, AASHTO’s Policy on Geometric Design
of Highways and Streets (Green Book), National Association of City Transportation Officials’ Urban Street
Design Guide, FHWA Transportation Research Board’s National Cooperative Highway Research Program
(NCHRP) - Roundabouts: An Informational Guide, and the City’s design guidelines and standards.
STATEMENT OF QUALIFICATIONS TO THE CITY OF ROHNERT PARK
CONSULTANT SERVICES FOR THE CITY OF ROHNERT PARK
18
Curb Ramps
Providing accessibility to sidewalks and curb ramps is critical for roadway projects in order to meet ADA
requirements per Caltrans Standards and Specifications and City Standards. Depending on the physical
constraints, there are limitations to the type of curb ramps that can be constructed. During the selection
process, CSG’s staff would evaluate the existing grades, right-of-way limitations, drainage patterns and
proximity to drain inlets, sign relocations, stop bars and striping, signal foundations, pull boxes, and
pedestrian push button relocations. Being cognizant of these items during design will limit changes in the
field during construction and prevent potential change orders.
Bulb Outs
Bulb outs not only effectively channelize vehicles and reduce high speed vehicle turning movements, but they
also create a safer environment for pedestrians by shortening the “at-risk” crossing distance. They also
provide a refuge area that gives pedestrians a greater site distance of oncoming vehicles without having to
encroach into the street. Bulb outs should be designed to allow for proper truck turning movements without
blocking or restricting bicycle travel and should contain gradual curves that still allow for street sweeping.
Another factor to be considered is the effect on the ease-of-use of the driveway and how it affects the
motorist’s ability to pull in or back out, and the required coordination between the CSG Team and the City to
determine the best solution that provides the needed improvements. CSG proposes bulb outs and the
associated pedestrian and bicyclist safety measures with consideration of National Association of City
Transportation Officials’ Urban Street Design Guide, Caltrans Standard and Specifications, and City’s
Standards.
Signing and Striping
Consideration should be given to include crosswalk markings, yield lines, and appropriate signage at key
intersections, particularly adjacent to schools to enhance visibility and increase pedestrian safety. On a
typical roadway improvement project, the stop bar, stop legend, stop sign, and crosswalk marking may
require addition and relocation, depending on the pedestrian path of travel alignment between curb ramps.
The proposed striping and markings should be in compliance with California Manual on Uniform Traffic
Control Devices and the City’s Standard and Specifications. Beyond the typical striping and signage, the use of
pedestrian awareness equipment, such as in-road-warning-lights, round and/or rectangular rapid flashing
beacons, LED enhanced flashing signage, pedestrian countdown signals, street lighting, and even speed radar
feedback signs, should be considered to increase the visibility, safety, and awareness of pedestrians.
Coordination with PG&E to establish service connections is a key task to power this equipment.
Sidewalks / Pedestrian Improvements
CSG has completed many pedestrian accessibility projects throughout the State of California. CSG staff
includes CASp certified personnel, in addition to ADA designers and construction inspectors. Key project
components to consider include:
• ADA compliance
• Right of way
• Funding (federal vs. local)
• Materials
• Bulb outs (and effect on drainage)
• Shared use facilities
• Right of way
• Funding (federal vs. local)
• Materials
• Shared use facilities
• Traffic Signal Integration
• Signage and channelization
STATEMENT OF QUALIFICATIONS TO THE CITY OF ROHNERT PARK
CONSULTANT SERVICES FOR THE CITY OF ROHNERT PARK
19
• Traffic Signal Integration
• Signage
• Crossing locations with vehicles
• Separation (buffer) from vehicles (both high speed
vehicles, and parked vehicles can present hazards)
• Crossing locations with vehicles
Bicycle Improvements
CSG has completed numerous bicycle and trail projects throughout the State of California. CSG staff includes
complete Streets and ATP designers with extensive experience designing class 1, 2, 3, and even the new class
4 bicycle facilities.
CSG recently assisted the City of Millbrae and City of East Palo Alto on Safe Routes to School efforts that
includes pedestrian improvements, signing and striping, curb ramp/ADA improvements, bulb outs, signal
equipment upgrades, and bicycle facility improvements. CSG engineers are familiar with all the current
bicycle standards, Caltrans standards, ADA and pedestrian standards, MUTCD ASHTO Guide for the
Development of Bicycle Facilities, NATCO’s Urban Bikeway Design Guide, and ITE’s Recommended Design
Guideline to Accommodate Pedestrian and Bicycles at Interchange.
Water/Wastewater Improvements
At the beginning of the design, CSG identifies and coordinates with all involved agencies and utility
companies, and conducts meetings with them to obtain necessary as-built drawings, and to discuss, as early
as possible, the scope of the project and the potential issues associated with the existing and proposed
improvements. CSG prepares the necessary design concepts showing the existing and proposed
improvements in accordance with the standards and specifications of the involved utility agencies and
companies, other local utility services agencies if applicable, and dry utility companies for design review.
Based on the inputs from these utility providers, we submit construction drawings to them for approval. CSG
will follow up with all the utility agencies and companies regularly to monitor the progress of the design
efforts and to ensure that each project milestone is being met on time.
Stormwater Improvements
CSG performs hydrologic and hydraulic analysis for existing
systems, prepares drainage reports, and proposes drainage
improvements using the latest versions of industry software such
as HEC-HMS, HEC-RAS, and HydraFlow, following the City’s design
standards. CSG also performs stormwater quality and
hydromodification analysis of the permanent treatment measures
using the Stormwater Quality Manual and Handbook and the Bay
Area Hydrology Model (BAHM), provides runoff calculations, and
prepares stormwater quality management as well as site exhibits
showing best management practices (BMP), treatment devices
and locations.
CSG is knowledgeable in the hydrologic investigation of storm drain systems to evaluate drainage capacity,
and condition assessment of existing storm drains using surface examination, internal inspection using video
cameras, and confined space entry. Using the results of these basic investigations, CSG has evaluated the
storm drains for rehabilitation and/or replacement using cut and cover and trenchless methods. CSG is also
experienced in the design of repairs for slopes damaged by inadequate storm drainage outlets.
Storm drain replacements within the street right of way generally do not present too many issues once
appropriate traffic control measures are implemented. However, replacements of damaged storm pipes
using open cut or trenchless methods such as pipe bursting within drainage easements within backyards,
especially on steep slopes, are challenging. In many communities, residents have constructed improvements
within their backyards that might interfere with the access to the damaged section of the drainage system. In
these cases, gaining access to the work location over non-easement areas may be a preferred option, with
the approval of the property owner. CSG staff is sensitive to this type of issues and will take all necessary
precautions to minimize any disturbance to the property owners and avoid any damage to the existing
improvements.
STATEMENT OF QUALIFICATIONS TO THE CITY OF ROHNERT PARK
CONSULTANT SERVICES FOR THE CITY OF ROHNERT PARK
20
APPROACH TO BRIDGES AND OTHER STRUCTURAL ELEMENTS
CSG employs a proven approach to delivering building and bridge improvements, maintenance, replacement,
and design projects predicated on rapid mobilization, optimized scheduling, and providing compelling
solutions that lead to favorable decisions and approvals. This approach is based on our understanding of each
project through distillation of the contents of the Request for Proposal, federal‐aid requirements for bridge
projects, review of background information, and our past experience with similar projects. Our vision for each
project is to reach consensus on a preferred alternative with the City, stakeholders and the community, and
to assist in completing the environmental process expeditiously based on a design that provides the public
with the best overall value and performance. Our mission is to satisfy the project goals while complying with
applicable regulatory and programmatic requirements, and keeping City staff informed at all times without
burdening them with the minute details. CSG will perform continuous pro‐active coordination with all stake-
holders and regulatory agencies. CSG will add resources when needed by tapping into the experience of its
engineers and other subconsultants as needed to meet all of the City’s needs.
CSG’s engineers are experienced in the renovation, rehabilitation, and restoration of existing buildings;
investigations of buildings for structural integrity, condition, and longevity; investigations of buildings for
structural failures and their repair for litigation and research including expert witness; and preparation of
structural, retaining wall and bridge plans in Caltrans right of way. CSG engineers are knowledgeable in
California Building Code, California Residential Code, Structural Engineers Association (Blue Book), ASCE wind
and seismic codes, and Caltrans Bridge Design Manual.
STATEMENT OF QUALIFICATIONS TO THE CITY OF ROHNERT PARK
CONSULTANT SERVICES FOR THE CITY OF ROHNERT PARK
21
APPROACH TO PROJECT DELIVERY
CSG maintains an engineering design and construction management staff of over 70 personnel. CSG Project
Managers hold weekly in-house program meetings to review project deadlines, project budgets, analyze staff
utilization, and prioritize various projects. Below is our five-step process for project prioritization.
1. Project assignment begins with identifying the technical expertise required for each task, while
matching it with the appropriate staff needed for the assignment. This provides the client with
assurance that the work will be performed to a high standard and with an on-time, on-budget
approach right from the start.
2. Once a project/task has been assigned and begins, deadlines are tracked in a “Project Summary” log
and reviewed at weekly design meetings
3. Required resources for each task are reflected in a “Resource Allocation” sheet and updated weekly
4. As project/task scopes of work change per clients’ requests, additional required resources are
discussed internally to ensure that appropriate staff members are assigned, based on expertise and
availability.
5. CSG has longstanding relationships with other engineering consultants in numerous aspects of civil
engineering. CSG frequently partners with these firms to help meet client and project needs.
RESOURCE ALLOCATION
PROJECT SUMMARY
STAFF EXPERTISE
STATEMENT OF QUALIFICATIONS TO THE CITY OF ROHNERT PARK
CONSULTANT SERVICES FOR THE CITY OF ROHNERT PARK
22
QUALITY ASSURANCE / QUALITY CONTROL (QA/QC)
CSG’s in-house QA / QC Implementation Plan utilizes a peer review process on every project. Our dedicated
QA/QC Manager, Hatem Ahmed, PE, PMP, will be responsible for the following:
• Establishing guidelines & assigning accountable personnel and responsibilities for each task.
• Assuring that all deliverables are reviewed, including products from subconsultants.
• Monitoring the process to assure that the schedule and budget are followed.
• Participating in the internal and external reviews.
• Reviewing and signing off on deliverables before submittal to the clients.
Our 3-Level QA/QC process which ensures quality deliverables is graphically shown below:
The Implementation Plan highlights that quality control is the responsibility of every team member of our
staff at every level and at every milestone of the project development processes. All deliverables, including
technical engineering reports, studies, design drawings and calculations, and maps are subject to a multi-
tiered approach for review to ensure that all products are checked for accuracy, correctness, completeness
and conformity with the City’s municipal code and design guidelines and standards, State, Federal and
regulatory agencies requirements.
The QA / QC Manager conducts periodic audits of the QA / QC process to ensure that all reviews are being
properly conducted and documented by all team members.
Deliverables will be reviewed for:
• Compliance with approved formats, criteria, specifications, and professional standards of
practice
• Adequacy, clarity, ease of interpretation
• Consistency
• Constructability
• Compatibility of design discipline interfaces
• Errors and discrepancies
• Coordination with related designs and project elements
• Integration of design disciplines
• Incorporation of design changes
Conformance to required environmental mitigation and governmental regulations
STATEMENT OF QUALIFICATIONS TO THE CITY OF ROHNERT PARK
CONSULTANT SERVICES FOR THE CITY OF ROHNERT PARK
23
PROGRAM MANAGEMENT
PROJECT MANAGEMENT SERVICES
In managing a design or construction effort, project management is central to the services provided by CSG.
We take full ownership of our efforts, seeking solutions and offering recommended courses of action,
drawing upon our extensive municipal project experience. Partnerships with our clients protect their
interests while supporting the communities they serve.
What separates a program from individual projects is the complexity and longer duration, but also the need
to work through uncertainties, refine alternatives and unify the various stakeholders through a process that
focuses on identifying, prioritizing, integrating and tracking the efforts comprising an implementation plan.
Despite a well-funded program with highly experienced and technically capable engineers, a project can still
falter if not expertly integrated and managed to meet the budget, schedule and anticipated quality.
Capital Project Development & Implementation
CSG provides program-level project management, administration, and engineering services. We manage
multi-million-dollar water and sewer rehabilitation programs; roadway network assessments using the
Metropolitan Transportation Commission pavement management program; development and
implementation of property-owner, cost-shared, sidewalk repair programs; and offer full municipal
engineering staff augmentation services.
Staff Augmentation—Staffing fluctuations and temporary vacancies can often disrupt an agency’s ability to
provide core services. CSG offers full and part-time help on short notice. We integrate seamlessly into
agencies and jurisdictions as an extension of staff to overcome temporary workload spikes, run an entire
program, or assume responsibility for an entire public works, building or engineering division.
Typical staff augmentation design coordination and administration duties include:
• Performing initial design assessments, alternatives analysis, utility conflict analysis and services in
support of preliminary design
• Preparation of Request for Proposals (RFPs) and defining projects’ design intent and scope of work
• Management of municipal public works projects from the preliminary design stages through project
completion and acceptance, including: meeting attendance, preparation of minutes, performing plan
checking, preparing and reviewing specifications and contract documents, coordination with project
stakeholders and outside agencies, performing constructability reviews, managing the bidding and
award process, and providing design support during project construction
• Review and approval of infrastructure projects associated with development activity
• Providing City Council or Board of Supervisors support through development of staff reports, exhibits,
drawings, and presentation materials
• Agenda review, management, Public Works, and City Council meetings as requested
• Assist the Director of Public Works with various administrative tasks as requested
• Identification and development of capital projects for inclusion in the CIP
• Assist the City Attorney regarding legal issues and litigation matters
• Review of EIRs and other technical documents and requests from other agencies
• Conduct research, analysis and investigation, provide technical assistance
• Prepare written reports on various Public Works projects, efforts and functions
• Identify grant and loan funding opportunities, and develop project scopes
• Perform necessary tasks for grant administration, reporting and compliance
• Provide technical assistance on solid waste issues as needed
• Identify cost-effective, long term water and energy conservation programs and projects
STATEMENT OF QUALIFICATIONS TO THE CITY OF ROHNERT PARK
CONSULTANT SERVICES FOR THE CITY OF ROHNERT PARK
24
Program Management—CSG is experienced in management of a variety programs including Wet Weather
Programs, Joint Jurisdictional Sewer Line Replacements, Water and Sewer Bond-Funded Capital Improvement
Programs, Public Facilities Improvement Program.
Federal and State Grant Administration—CSG excels at guiding projects through the CEQA/NEPA approval
process and navigating the federal project administration, entitlement and authorization process utilizing the
Caltrans Local Assistance Procedures Manual. CSG was asked by six different agencies to expedite, manage
and administer their American Recovery and Reinvestment Act (ARRA) Stimulus Package projects. Work
scopes involved completing the mandatory Field Review and Preliminary Environmental Study (PES) forms,
working with Caltrans Local Assistance to obtain the needed environmental clearance (NEPA), preparation of
the Request for Construction Authorization (E-76) package, and completion of the plans and specifications.
CSG also assisted in the continued delivery of construction management projects by providing Resident
Engineer, construction administration and inspection services.
Utility Coordination
As part of the program management role, CSG staff coordinates with various utility companies that have
facilities within a project area to request mapping of their facilities, eliminate utility conflicts, notify utility
companies of their facilities which need to be relocated because of the proposed improvements; and discuss
the Project and utility adjustment schedules. Utilities potentially impacted by the proposed improvements
within the Project area will be shown on plans. CSG can prepare utility letters with correspondences to utility
companies and the City.
CONSTRUCTION MANAGEMENT AND INSPECTION
CSG’s experienced construction managers
and inspectors have provided construction
management for all types of public works
infrastructure projects including
transportation, development, underground
utilities, parks and public facilities. Our
personnel are familiar with Standard Plans
and Specifications for public works
construction and Caltrans Standard Plans
and Specifications, and use the provisions
along with agency standards, project plans,
specifications and other applicable reference
documents to enforce contract provisions.
Most CSG construction managers have
served as Resident Engineers on government
agency projects and are accustomed to incorporating the higher standard of project documentation. We
employ a web-based, integrated project control system monitoring all project documentation including
correspondence, submittals, RFIs, diaries, schedules, material testing, contract change orders and progress
payments. We also furnish photo and video documentation.
Resident Engineer
Our Resident Engineers act as jurisdictional agents during the construction of CIP projects and are responsible
for the successful completion of construction by overseeing the contractor’s activities. CSG staff is
responsible for ensuring that all work is built to the standards defined by the contract documents. Typical
duties performed by CSG’s construction managers include:
• Communicating and coordinating with project participants including the jurisdiction, contractor,
testing forces and regulatory/permitting agencies;
• Monitoring and assessing project budgets and providing cost control;
• Tracking project progress against the schedule and contract duration;
STATEMENT OF QUALIFICATIONS TO THE CITY OF ROHNERT PARK
CONSULTANT SERVICES FOR THE CITY OF ROHNERT PARK
25
• Resolving project issues that may cause project scope, cost or duration to vary;
• Completing contract administration paperwork including, but not limited to RFI’s, submittals,
potential change orders, progress payments, and potential claims;
• Supervising construction inspection efforts;
• Coordinating and participating in weekly progress meetings to discuss and resolve project issues; and
• Reviewing and ensuring the accuracy of the contractors’ red-lined record drawings, preparing the
final punch list and overseeing punch list item resolution.
Construction Inspector
Our inspectors are responsible for observing, measuring, and
documenting the contractor’s operations. Typical duties
performed by our inspectors include:
• Fully understanding requirements in plans and
specifications, and maintaining an open dialog with the
contractor and construction manager for clarifications as
necessary;
• Monitoring and coordinating operations with contractor
to ensure that critical operations are observed;
• Bringing unacceptable work or material to the attention of the contractor and, if not resolved
promptly, bringing the matter to the attention of the construction manager for resolution;
• Maintaining complete, up-to-date and accurate diaries and photo logs to reflect equipment utilized;
compliance with contract documents; work completed including the location, quantity and methods;
testing results; communications with the contractor including instructions, suggestions and requests;
instructions from the engineer; and communications with the public or other agencies;
• Reviewing construction staking; and
• Reviewing, measuring and calculating quantities for progress payments and seeking concurrence
with the contractor.
Constructability Reviews
If given the opportunity and requested by the City, constructability reviews will allow CSG and the City to
determine the biddability and the build-ability of the project. CSG will provide the City with a review of all
contract documents and permits. CSG will identify conflicts or any changes required in the contract language
to meet the intent of the contract. The goal will be to construct the project safely, on schedule and within
budget. Some of the elements CSG will look at include, but not limited to:
• Site logistics and constraints
• Environmental impacts of proposed construction
methods
• Clarity of contract documents
• Technical Constructability
• Compatibility of contract plans, specifications and
applicable standards
• Subsurface soil data
• Scheduling requirements
• Construction phasing if necessary
• Erosion and sedimentation control
• Maintenance and protection of traffic
• Local event conflicts
• Utility clearances for constructability and project
schedule
• Access to properties and businesses by
pedestrians during construction
• Long lead-time items
Constructability reviews will establish project duration, milestone dates and other applicable construction
parameters, which will help in developing a clear and reliable critical path method (CPM) project schedule.
CSG will value engineer the project to assure that it will be constructed as economically and efficiently as
possible.
STATEMENT OF QUALIFICATIONS TO THE CITY OF ROHNERT PARK
CONSULTANT SERVICES FOR THE CITY OF ROHNERT PARK
26
PLANNING
CSG currently provides complete planning services for multiple jurisdictions that include the following
services:
Full-Service Project Management: We provide full-service project management for priority development
projects. Our project managers are seasoned planners with extensive experience managing complex, high-
profile projects that require an elevated level of engagement and coordination for success. This program
offers a dedicated, single point of contact to spearhead a project’s entire development review process from
conception to completion. Acting on the City’s behalf, this person functions as a liaison between the City and
the development team by monitoring the process and overseeing regulatory approvals and working toward
meeting project timelines for both the City and applicant.
Land Use Planning: CSG reviews land use policy for the development and management of urban areas,
including Current Planning, Specific Area and General Plan amendments. We manage the development of
long-range planning initiatives while assuring compliance with regional and state mandates.
Development Review: CSG reviews planning applications for land use compatibility, including site plan
review, subdivisions, improvement plans, design review, conditional use permits/variances and many other
entitlement applications. All reviews are thoroughly checked for compliance with applicable Federal, State,
and agency standards including Planning, Zoning, Subdivision Ordinance, California Environmental Quality Act
(CEQA), and other applicable laws.
Program Management Services: As an extension of jurisdiction staff, CSG can take on internal roles such as
overseeing the preparation of technical memos and staff reports as well as taking the lead on presentations
to neighborhood groups, stakeholders, committees, commissions, City Councils and/or Boards of Supervisors.
CSG can manage specific planning programs relevant to the community (MWELO, ADUs, Cannabis Uses).
Other relevant planning services include, but are not limited to, amendments or updates to Municipal Codes,
resolution of community-wide issues, delivery of projects and the handling of general inquiries on planning
procedures and protocols.
Environmental Analysis: CSG reviews or prepares the required environmental documents including initial
studies, mitigated negative declarations, mitigation monitoring plans/programs, and environmental impact
reports for planning projects pursuant to CEQA, including management and review of any necessary
consultant contracts for technical studies.
GIS Services: With experts in the field of information management, CSG can help establish and/or maintain
an agency’s Geographic Information System (GIS), creating the capacity to collect, manage, customize,
analyze, and distribute information that is tied to a location through layers in a map-based environment.
STATEMENT OF QUALIFICATIONS TO THE CITY OF ROHNERT PARK
CONSULTANT SERVICES FOR THE CITY OF ROHNERT PARK
27
Exhibit B:
Hourly Rate Sheet for First Year
CSG services are billed on a time-and-materials basis according to our Standard Rates, shown below.
Professional Engineering Services 2020
Hourly Rate
Engineering Trainee $60
Administrative Assistant $80
Analyst $130
Engineering Designer/CASp Inspection & Consultation $140
Construction Inspector $145
Senior Analyst $155
Assistant Resident Engineer $170
Assistant Engineer $145
Associate Engineer $170
Senior Construction Inspector $155
Senior Engineer $200
Senior Land Surveyor $200
Resident Engineer $200
Structure Representative $200
Senior Structural Engineer $220
Senior Project Manager $220
Principal Engineer $230
Senior Principal Engineer $250
Two-Person Survey Crew $330
Planning Director $200
Planning Manager $185
Principal Planner $170
Senior Planner $155
Associate Planner $140
Assistant Planner $125
All hourly rates include overhead costs including, but not limited to, salaries, benefits, Workers Compensation
Insurance, travel and office expenses. CSG will coordinate the pickup and return of plans to and from CSG offices.
Overtime work will be billed at 1.5x the hourly rates indicated in the table above. On each anniversary of the
contract start date, CSG will initiate a rate increase based on change in CPI for the applicable region. CSG will
mail/email an invoice every month for services rendered during the previous month.
6 S E C T I O N
Green Valley Consulting Engineers City of Rohnert Park| On-Call Consultant Services
Exhibit A
Our Santa Rosa office has complete engineering, surveying, and construction management/Inspection
capabilities and because of this we are able to provide a reliable team able to assist in a broad range of
services to our municipal clients. Our team members are all cross-trained and capable of filling in on
assignments ranging from plan check services such as that provided to the City of Santa Rosa on private
development applications to full engineering design of CIP projects for all the North Bay municipalities
including water and sewer system upgrades, pump station design, and roadway design and rehabilitation.
Our Construction Management and Inspection (CM/CI) staff at Green Valley have the capabilities of
managing and inspecting virtually any private or Public Works infrastructure project. We contract with
Agencies to perform in-house encroachment permit inspections that can range from a single lot needing
a grading permit via the encroachment permit process to full roadway frontage improvements associated
with major subdivisions, as well as the inspection of the minor and major subdivisions. We manage
both small and large scale public infrastructure projects that range from a single water main installation
within an established and older neighborhood street to multi-million dollar water, sewer, storm drain and
roadway reconstructions that upgrade entire blocks of a City. All services are capable of being completed
turn-key by our in-house staff.
Scope of Services
We have not included detailed scopes for any particular type of project but have instead showed our
experience via the examples included in the Appendix. Listed below are those services that our firm can
provide upon request.
Engineering
The City has outlined a number of potential services that they may require assistance on with this
master agreement. Many of those services come under the heading of Engineering, which is primarily
focused on private development via plan checking, CM/Inspection of encroachment permits and private
subdivisions among other assignments. Listed below are those services which Green Valley can perform
due to our extensive experience providing the same to other agencies, as well as our current work with
the City of Rohnert Park.
• Private development grading permit review
• Water Efficient Landscaping Ordinance reviews
• Water Efficient Landscaping Ordinance field auditing and reporting
• Final Map review
• Construction Management Services
Green Valley Consulting Engineers City of Rohnert Park| On-Call Consultant Services
Exhibit A
• Construction Inspection Services
• Development and Agreement Coordination
• Public presentation and outreach coordination
• Surveying services
• Low Impact Development Design Review
• Sonoma County Water Agency Flood Control Manual
development review
• Public Outreach Services
Contained within the Appendix are some of the clients and projects for which we have provided similar
services. We have or are currently providing WELO reviews for the City of Santa Rosa, along with private
development plan checks and final map reviews. Current
City of Rohnert Park projects on which we are working
include:
• University District Development
• Bella Creek Development
• Bristol In-Tract Development
• Keiser Road Improvements
Capital Improvement Services
Under the heading of Capital Improvement Services (CIP) the City desires to contract with firms that have
capabilities in a number of specialties that are associated with public infrastructure improvements. This
work requires a strong understanding and familiarity with the City’s standards as well as Caltrans and
various federal design and permitting requirements and standards, the subdivision map act and City
municipal codes. Typically CIP projects will vary from feasibility studies to large design projects such as
water and sewer main upgrades to road rehabilitation. Associated with the CIP work would be CM/CI
work, surveying, engineering design services, drafting, and project management. Following are those
services that Green Valley can provide the City.
• Municipal utilities such as water (including wells, pumps, tanks, pipelines), sewer (including
pumps, inflow and infiltration), recycled water, storm water.
• Mapping services
• Feasibility Studies
• Drafting Services
University District Aerial View
Bella Creek Development
Green Valley Consulting Engineers City of Rohnert Park| On-Call Consultant Services
Exhibit A
• Professional Engineering Services
• Design Services
• Technical Specification Creation Services
• Construction Management Services
• Construction Inspection Services
• Project Management Services
• Federal Project Management
Our staff are interchangeable with their experience
and expertise, allowing you the peace of mind if an emergency arises and a staff member needs to be
substituted for a day. Green Valley’s CM team earns the accolades all the way from our clients to the
contract team members and our finished projects are routinely recognized by peers with Engineering
Excellence Awards.
The City requires a consulting team that has successfully worked on similar Public Works CIP and private
development projects, is knowledgeable of construction methods and means, can integrate seamlessly
with all team members and has the personalities and approach to be proactive to address concerns that
arise before they become “issues”. Our team members are experienced in coordinating activities within
the public right of way as well as understanding the requirements of “off-site” private work; working
with aggressive design/construction schedules; and taking a proactive approach to identifying and
managing potential issues before they impact schedule and cost. Our team knows to work in the City’s
best interest at ALL times while delivering successful projects.
Summarized within our Appendix are a number of projects and services that fit what the City is looking
for. We have not prepared a specific scope of work for any one type of project at this time. We can
certainly provide examples of typical scopes provided for services…from plan checking to design to CM
and Inspection upon request.
Understanding and Scope for Administration of Federally Funded Projects
For those projects with Federal Funds, the construction administration and administration of the project
shall comply with the most recent federal requirements, Caltrans Local Assistance Procedures Manual
(LAPM), and other relevant Federal Highway Administration (FHWA) guidelines.
The detailed scope of work is outlined below in accordance with Caltrans’s recently updated Construction
Oversight Information Notices (COIN). The Caltrans Local Assistance Program Caltrans Oversight
Green Valley Consulting Engineers City of Rohnert Park| On-Call Consultant Services
Exhibit A
Information Notice, or “COIN” for short, are single-topic bulletins intended to provide outreach
information and guidance to local agencies on all issues pertaining to the Federal-aid projects.
• Project Files and Organization -Assist the City in setting up and organizing the files in accordance
with Caltrans recommended Project Record Filing System for locally administered federal-aid
projects.
• Assist the City’s Project Manager in submitting the required DBE/UDBE information to Caltrans
within the required time.
• Coordinate with the City to obtain and review Contractor’s federally required submissions for the
preparation of contract award package to be submitted to Caltrans.
• Prepare the federally required exhibits ·for construction award package after the contract is
awarded.
• Coordinate and follow up with Caltrans, and incorporate comments on the award package. Follow
up with Caltrans’s Oakland office to ensure that the submission package has been reviewed, and
properly processed through appropriate divisions.
• Review the requirements of Chapter 16 of LAPM, Caltrans Construction Manual, City’s approved
request for authorization, contract award package, and other federal requirements with the City’s
Project Manager, and our Project Inspector.
• Assist the City’s Project Manager in obtaining Contractor’s monthly employment reports.
• Quality Assurance Program (QAP) – Coordinate with an approved lab or utilize the County of
Sonoma in performing all materials testing for the project.
• Prepare reimbursement invoices to be submitted to Caltrans for the City’s Project Manager’s
signature. Follow up and coordinate with Caltrans Accounting Division in Oakland to ensure timely
processing of the invoices.
• Upon completion of construction, participate in the final job walks, prepare a punch list, ensure
timely submittal of the federally required documents by contractor, prepare the final reimbursement
invoice, the exhibits required for the project completion package, and submit the completion
package to Caltrans.
• Schedule a final job walk with Caltrans Local Assistance Engineer and the City’s Project Manager;
assist the City’s Project Manager with the process, incorporate Caltrans comments and questions on
the City’s project completion package, and final invoice for the reimbursement of federal funds.
Ex
h
i
b
i
t
B
municipal engineering
civil engineering
construction management
construction inspection
Restoring Yesterday…Creating Tomorrow
335 Tesconi Circle, Santa Rosa, California 95401 ꞏ web www.gvalley.com ꞏ tel 707.579.0388 ꞏ fax 707.579.3877
FEE SCHEDULE
GREEN VALLEY CONSULTING ENGINEERS
Hourly Rates
(Effective January 2020)
*Prevailing wage rates subject to DIR increases
Expert Witness
Principal
Project Manager
$450/hr Plus Expenses
$225
$180-$225
Project Engineer
Staff Engineer
Survey Crew
$135-$210
$125-$165
$180-$240
Professional Land Surveyor
Construction Manager
$175
$180-$225
Assistant Construction Manager
Construction Inspector
Construction Inspector II Overtime
Construction Inspector II Night
$150-$215
$135-$175
$160-$185
$165-$210
Prevailing Wage Overtime
Prevailing Wage Double Overtime
Prevailing Wage Night
Prevailing Wage Night OT
Prevailing Wage Night OT Double
Field Personnel
CAD Technician
Administration/Word Processing
Vehicle Rate
$160-$185*
$210*
$165-$185*
$185-$205*
$235-$250*
$95-$125
$115-$145
$75-$100
$8.00/hour
Employee time will be billed in accordance with the fees listed above. For non-professional employees, time
spent over 8 hours per day, time spent on evening or night shifts, and time spent on Saturdays will be
charged at 1.5 times the hourly billing rate. Time spent in excess of 12 hours a day or work performed on
Sundays or holidays will be charged at 2.0 times the hourly billing rate. All field personnel charges are portal
to portal. Professional employees will not be charged out at premium charge rates for overtime work.
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. Subconsultant charges will be billed at cost unless specified
otherwise. Mileage will be billed at current IRS rates.
City of Rohnert Park GMOC82020.2020 3
2. EXHIBIT A: SCOPE OF SERVICES
Firm Qualifications
Kimley-Horn is a full-service engineering, planning, and
environmental consulting firm providing services to both
public and private sector clients nationwide. Founded in
1967, Kimley-Horn has grown from a small group of traffic
engineers and transportation planners to a firm of more than
4,300 employees in 92 offices nationwide, 11 of which are
in California, including Pleasanton, Oakland, San Jose, and
Sacramento. Our well-established Pleasanton office—which
currently staffs more than 50 engineers, planners, designers,
and support staff—has worked for public agencies and
municipalities for nearly 30 years, thus giving us broad local
project experience.
Kimley-Horn’s continued growth and stability over the past
53 years is the direct result of our firm’s commitment to
integrity and dedication to providing quality services. According to Engineering News-Record, our firm now ranks 17th overall among the
nation’s top 500 design firms. We offer clients the local knowledge and responsiveness of a small organization, backed by the depth of
resources only a national firm can offer. Our team is committed to providing the City with high-quality solutions that exceed your expectations.
Kimley-Horn offers a variety of specialty services relevant to this on-call contract, including:
»Civil engineering design services
»Roadway design
»Streetscape planning and design
»Safe routes to school design
»Pedestrian and bicycle facilities planning and design
»Roundabout concept and design
»Traffic engineering, traffic operations, and transportation planning
»Traffic signal design and upgrades
»Traffic studies
»Traffic calming studies
»Systemic Safety Analysis Reports (SSAR)
»Road Safety Signing Audits (RSSA)
»Road Safety Audits (RSA)
»Traffic control plans
»Traffic management center support and integration
»Signing and striping design
»Plan review
»Signal timing
»Corridor analysis
»Signal coordination studies
»Traffic simulation/modeling
»Railroad pre-emption
»Street lighting
»Intelligent Transportation Systems (ITS)
»Parking analysis, studies, and design
»Transit planning and design
»Plan check services
»Grant writing and administration
»Environmental support services
»Public outreach
»Staff augmentation
53YEARS
92OFFICES
4,300+
EMPLOYEES
City of Rohnert Park GMOC82020.2020 8
3. EXHIBIT B: HOURLY RATE SHEET
Hourly Rate Schedule
Staff Classifications Hourly Rate Ranges*
Support Staff $90 to $130
CADD/Designer $110 to $150
Analyst I $120 to $140
Analyst II $140 to $165
Professional I $165 to $175
Professional II $175 to $220
Sr.Professional I $220 to $255
Sr. Professional II $260 to $320
*Hourly rates are reviewed yearly and are adjusted as needed on July 1
»Other direct costs include outside printing/reproduction, delivery services, USPS, miscellaneous field equipment/supplies, and travel
expenses, will be billed at actual cost; mileage will be billed at the current federal rate
»A charge of indirect expenses (currently at 4.6 percent) will be added to the labor fees shown above to cover routine expenses such as
local mileage, copying, faxing, mail, telephone, in-house blueprinting, computer, etc.
Description: Our goal is to realize designs and recommend options that maximize site utilization, actualize
facilities & functions for optimum efficiency, while satisfactorily meeting the needs of City of Rohnert Park and
ultimately providing a safe environment for public personnel and private citizens. We command a tiered team
structure, with a Principal engaged in each project or series of projects, to oversee and streamline the collective
efforts of both the in-house team members and trusted consultants.
LCA intends on collaborating continually and consistently with City representatives, and applicable stakeholder
groups, to prioritize needs, while developing a project scope list that fulfills the visions of the City and exists
comfortably within established budgets. LCA’s ability to ensure that projects are completed on time depends on
the creation of a highly effective team of consultants, with an emphasis on collaboration, communication, trust,
and accountability. Common goals and deadlines are established so that the team can collaboratively work through
the design, bidding and construction phases for timely delivery of quality projects.
LCA Architects’ Primary Services
• Cost Modeling and Estimating
•Value Engineering
• Bidding & Construction Administration
•Construction Management
• Project Close-Out
• Public Agency Presentations
• Public/User Group Facilitation
• Rendering & Graphic Exhibits/Presentations
• Computer 3-D Visualization
•Traffic and Site Studies
• Program Simulations
• Historical Restoration
• Bridging Documents
• Post Occupancy Evaluation
• Planning Services
• Facility Needs Assessment
• Building Condition Surveys
• Site/Facility Master Planning
• Programming
• Feasibility Analysis
• Architecture & Design Services
•Interior Design
•Construction Documents/Specifications
• Project Scheduling
•Technical/Material Research
• Color Selection
•LEED & CHPS Certification
• Code Analysis
Exhibit A: Scope of Services Offered
A CALIFORNIA CORPORATION
590 Ygnacio Valley Road, Suite 310 • Walnut Creek, CA 94596 • 925. 944.1626
1970 Broadway, Suite 800 • Oakland, CA 94612 • 510. 272.1060
www.lca-architects.com.com
EXHIBIT B
LCA ARCHITECTS, INC.
2020 HOURLY FEE SCHEDULE*
DESCRIPTION HOURLY RATE
Principal $220.00
Associate $190.00 to $200.00
Project Manager $200.00
Construction Manager $155.00 to $190.00
Project Architect $135.00 to $190.00
Quality Control Manager $195.00
Specifications Writer $195.00
Job Captain $125.00 to $135.00
Designer $125.00 to $180.00
CAD Tech $125.00 to $145.00
Project Coordinator $120.00 to $135.00
Administration/Research/Presentations $90.00 to $125.00
Clerical $120.00
Architectural Animation – Preparation of computer
generated views, renderings and simulations of
architectural interiors and exteriors. Preparation
of video “fly‐by’s,” walkthrough’s, and other
simulations.
$175.00/hr.
Expert Witness – Review of documents, meetings,
site visits, telephone conferences, administration of
the documents and materials, research, deposition,
testimony, court appearances, and travel time.
$500.00/hr.
Perspective Sketches and Renderings, Visual
Simulations
On a Per Drawing Basis
Mileage (outside of the Walnut Creek area)
**as adjusted by IRS guidelines
0.575/mile**
Copies, prints, CADD plots, photography, preparing and compiling .pdf sets, scanning, colored print
mounting, long distance phone calls, postage, express mail, and travel outside the Walnut Creek
area will be billed on a reimbursable basis: at cost plus 15%.
Overtime ‐ If overtime is required by staff, to meet a customer’s timing request, additional hourly
fee charges may apply. California employment law will apply.
*Effective 01/01/2020. Subject to change quarterly.
STATEMENT OF QUALIFICATIONS 3
INTRODUCTION
MOE ENGINEERING
Since 1995 Moe Engineering has been providing civil engineering design, municipal engineering staff augmentation,
CIP program/project management, construction management and inspection services to local agencies. John Moe,
Principal Engineer, is both a registered Civil Engineer and Land Surveyor in the state of California. For over 25 years
our firm’s focus has been on delivering design and engineering assistance to local agencies. Our professional
engineering services include the following:
ENGINEERING SERVICES
• Development Review
- Engineering plan review services for Public Improvement Plans, Subdivision Maps, Commercial
and Residential development projects including but not limited to the following services:
• Private development grading permit review
• Final Map review
• Development Agreement coordination
• Public Acceptance Package coordination
• Low Impact Development design review
• Sonoma County Water Agency Flood Control Manual development review
We work closely with local agency staff in reviewing development project applications and submittal
documentation for compliance with local agency policy, codes, standards, specifications, and local, state, and
federal regulations. We understand the industry terminology, methods, and practices associated with public
and private improvements and the development review process. We have the written and verbal skills that are
essential to properly communicate the plan review comments and conditions of approval for the development
review applications and the diverse range of submittal documentation. We have created and continually
update plan review check lists for various agencies. Our work requires that we communicate regularly and
effectively with city staff.
• Staff Augmentation Services
• Surveying services
• Design Services
• Drafting Services
• Feasibility Studies
• GIS data collection and mapping services
CAPITAL IMPROVEMENT SERVICES
• Engineering Design: Preparing Plans, Specifications & Estimates (PS&E)
- Civil engineering and surveying services for PS&E, bid support, design services during
construction including but not limited to the following services:
• Municipal utilities including water tanks, pipelines, feasibility studies; sanitary sewer pipelines;
and storm water pipelines and facilities.
• Roadway, bike and pedestrian pathway facilities.
• Technical Specification preparation
STATEMENT OF QUALIFICATIONS 4
• Construction Management & Inspection
- Site observation/inspection of construction activities, review of environmental mitigation
requirements, project closeout and record drawing review.
• Program Management
- Management of Public Works facilities including streets, utilities, bridges, and other federal-aid
projects.
We offer the knowledge and experience that comes from having supported public works staff with various aspects
of project and program management, including funding applications, staff reports, council presentations, agency
and consultant coordination, project design, permit application (environmental coordination, Caltrans
authorizations), securing right-of-way (certifications, etc.), bid advertising, contract award, construction inspection,
invoicing, and project closeout (including Caltrans process review and audits).
Moe Engineering has extensive experience designing, managing, and coordinating local, state, and federally-funded
grant projects. We have worked closely with Caltrans Local Assistance staff and Caltrans Structures Local Assistance
and are very familiar with the Local Assistance Procedures Manual. In addition, we continue to assist several
agencies for updating their annual Disadvantaged Business Enterprise (DBE) Program and calculation of DBE goals
for specific projects. We also have experience designing and soliciting bids for Sonoma County Community
Development Commission Block Grant (CDBG) funded projects.
We provide construction management and inspections services for several of the same agencies that we provide
the other staff augmentation services. Our many years providing these services demonstrates our ability to
effectively communicate and maintain working relationships while managing complex projects and diverse
engineering assignments.
EXHBIT B
FEE SCHEDULE
Effective 2020
===============================================================
Principal $212.00/hour
Senior Engineer $185.00/hour
Land Surveyor $185.00/hour
Associate Engineer/Inspector $160.00/hour
Assistant Engineer $143.00/hour
Engineering/Survey Technician $133.00/hour
Drafting Technician $116.00/hour
Administrative Support $ 80.00/hour
Field Survey Crew (2-person) $297.00/hour
All charges and fees including subconsultant fees, cost of prints, copies, travel,
telephone toll charges and other non-labor related expenses paid by this firm to others
on behalf of the client shall be billed at the cost of the charge or fee plus 15% handling
and accounting fee. All invoices are due within 30 days of the date of the invoice.
Annual rate escalation will be calculated at 3% on a calendar-year basis.
Enhancing Lives Through Infrastructure
opcservices.com
PAGE 16Statement of Qualifications
Property Acquisition Services for the City of Rohnert ParkOPC
Scope of Work
IMPLEMENTING THE SERVICES
OPC’s Program Management approach will start with
a meeting with City staff to determine the project
requirements and objectives and establish approved
forms to be used in the program. We will establish lines
of communication and reporting and establish reporting
requirements. OPC will create a comprehensive Right
of Way Plan in compliance with the City’s adopted
Right of Way Policies and prepare a more refined
schedule for completing the work. OPC’s
Right of Way Plan and schedule will list
each task and identify the activities that
must be accomplished.
Our approach to project management will
include the following scope:
Upon Notice to Proceed, OPC will order
and review applicable title through First
American Title (or the City’s preferred
title company). The title will be reviewed
to make sure there are no encumbrances
that cannot be removed administratively by the Title
Company.
Any parcels with items that cannot be removed by Title
may have to be prioritized for condemnation to receive
clear title. OPC will also depend on the Title Company
to assist our in-house title and escrow coordinator with
closing services.
PROJECT MANAGEMENT PRELIMINARY TITLE & CLOSING
• Comprehensive initial project planning, including policy
and budget analysis
• Tracking/managing all budgetary-related,
recordkeeping, and regulatory compliance aspects of
the project associated with OPC’s Scope of Work.
• Maintaining OPC’s SharePoint System (ProjectOne®).
More information on ProjectOne on page 30.
• Assisting with development of administrative policies,
procedures, and forms.
• General consultation/project coordination with client
and project team members.
• Manage and attend meetings for Project Delivery, City
meetings, Advisory Committee meetings, and other
public and stakeholder’s meetings.
• Preparation of tracking reports to monitor completion of
project milestones.
• Preparation/presentation of monthly written status
reports.
• Coordination with federal/state oversight agencies.
• Prepare a risk registry with foreseeable challenges to
budget/schedule (and list of viable solutions).
Scope of Work
Tracking and managing all
budgetary-related aspects of the
project associated with OPC’s Scope
of Work. Providing as-needed status
updates to the City via email or
telephone. Status reporting will be
handled by Steve Harris.
Preparation of tracking and status
reports that monitor the completion of
tasks and project milestones.
Preparation for the City of a final
summary report. Report will be
accompanied with all relevant
documents. Steve Harris to provide
QA/QC of all staff and work product
associated with the City’s projects.
Enhancing Lives Through Infrastructure
opcservices.com
PAGE 17Statement of Qualifications
Property Acquisition Services for the City of Rohnert ParkOPC
ProjectOne
PROGRAM MANAGEMENT
COMMUNICATION PORTAL
EXTRANET TECHNOLOGY
CUSTOMIZED PROCESSES
CLOUD BASED COMPUTING
QUALITY CONTROL
ProjectOne® Project sites
are SharePoint-based
data repositories of key
information and documents
related to the project,
including high-level Program
Management elements.
More details on ProjectOne®
on page 25.
ProjectOne® offers a state-
of-the-art communication
platform for the project
team. It provides an
innovative portal to access
all of the intricate pieces
of the project in one
centralized location, making
communication between the
project team effortless.
Extranet technology allows
our clients a secure and
controlled access to OPC
resources. Authorized users
have 24/7/365 access to
select ProjectOne® sites.
ProjectOne® can be
customized to specific
project requirements at
the time of set-up and
modified along the way to
handle all project related
requirements.
OPC utilizes a world-
class, cloud-based system
to simplify access to
our project information
and offer 99.9% uptime.
Additionally, our teams have
access to ProjectOne® from
practically anywhere.
The goal of the Project
Site is to provide an
organized and transparent
place for managing the
project assuring consistent
application of policies and
the highest level of Quality
Control.
QC
HIGHLIGHTS OF OUR PROJECT MANAGEMENT SYSTEMS
Enhancing Lives Through Infrastructure
opcservices.com
PAGE 18Statement of Qualifications
Property Acquisition Services for the City of Rohnert ParkOPC
Scope of Work/Approach
RIGHT OF WAY ACQUISITION SERVICES
CONTACT
NEGOTIATION
OPC will perform all work that is necessary
or advisable in a manner that adheres to all
professional standards and ethics, and all
applicable laws and regulations including
the Uniform Relocation Assistance and Real
Property Acquisition Policies Act of 1970
(Uniform Act”) or Title 25, California Code of
Regulations, and its amendments.
For each Task Assignment, we will personally
contact each affected owner in person as
reasonably possible and represent the City
and its intended program. We will orchestrate
all questions and concerns with our contact at
the City and will be the proactive middleman
between the City and each landowner.
Negotiations will follow the path of good-faith
negotiations utilizing an integrative approach
for maximum results. Our team members are
skillfully-trained in this type of negotiation and
have mastered the art of win-win settlements.
The benefits of this integrative approach
are cost effectiveness and a reduction in
project delays (due to fewer court actions
and adherence to project scheduling). This,
in turn, results in an increase in the public’s
confidence in the City. Our objective is to
build trust on your behalf.
Equally important is our maintenance of
an adequate record and project controls
document. OPC’s team has dedicated
Project Coordination staff assigned to this
function to ensure that all documents are
quality checked, and properly stored for
accountability.
We will provide timely responses to the verbal
or written inquiries of any property owner,
lessee, licensee, occupant, or other holder
of a compensable interest, as applicable,
not more than five (5) working days after the
inquiry. We will prepare acquisition packages
in accordance with the City’s Manual to
include an offer letter, summary statement,
Memorandum of Agreement, property plat/
sketch, and the City’s acquisition brochure.
The most important aspect of acquiring
private property under the threat of eminent
domain is to establish and maintain a good,
respectful and trusting relationship with the
property owner. These relationships go a
long way to ensure a timely, cost-efficient
and fair outcome both for the successful
completion of the project as well as the
continued support and satisfaction of the
communities it serves. Our goal is always
to achieve a “win – win” result for all right
of way activities. From the outset, OPC’s
staff will be in the field, knocking on doors
to meet property owners and begin the
process of establishing a close rapport and
professional relationship, opening that all-
important communication channel to answer
questions, calm fears, discredit rumors
and give accurate information related to
Project scheduling objectives, progress and
outcomes.
Upon establishment of just compensation
by the City (which will be made prior to the
initiation of negotiations), OPC will craft
individual offer and agreement packages
for each needed ownership and have them
signed by the City’s authorized representative
prior to presentation of First Written Offers
(FWO). Every effort will be made to present
the FWO in person (when possible) within
one week of the approved appraisal with an
outside window of no more than 30 days.
Enhancing Lives Through Infrastructure
opcservices.com
PAGE 19Statement of Qualifications
Property Acquisition Services for the City of Rohnert ParkOPC
Scope of Work/Approach
Offers will be presented to all parties with a
compensable interest, including property owners and
occupants (tenants/lessees) owning improvements
pertaining to the realty. If a meeting cannot be
arranged, the acquisition agent will attempt to make
telephone contact with the property owner, prior to
sending the FWO package by mail (return receipt
requested) and follow up with personal meetings.
FWO packages will include a summary appraisal
statement or full appraisal where required by law,
and an information pamphlet on eminent domain.
The appraisal report and all offer documents will be
explained in detail and reviewed with the property
owners and, if necessary, tenants with a compensable
interest. Agents will continue their “good faith
negotiations” and follow in-person meetings, as
necessary, with written correspondence, counter-
offer packages (if any), purchase agreements,
easements, grant deeds and other documents
necessary to complete the acquisition.
The acquisition agent will respond to all questions
about the offer and process and will maintain phone
and/or personal contact with owners to facilitate
settlements. Our experience has shown us that
personal contacts increase the likelihood of amicable
settlements. Acquiring property through negotiated
settlements may necessitate greater levels of effort
and, where appropriate, will continue even after pre-
condemnation proceedings have been initiated.
When a conditional settlement has been reached
that is subject to review and approval by the City,
the acquisition agent will provide the City with a
written report for consideration. If an administrative
settlement appears to be prudent, reasonable and in
the public interest, the acquisition agent will prepare
a settlement discussion memorandum reviewing
the issues and providing support for any settlement
beyond the approved appraisal amount.
If a settlement with owners and other required
interests is reached pursuant to the City’s approved
appraisal or an administrative settlement, the
acquisition agent will prepare a Memorandum of
Settlement (MOS). After being checked for quality
and consistency, the MOS will be transmitted to
the City within one week of receiving the owner’s
signature on the required documents. Conditions
of title and escrow instructions, including title
exceptions, will be reviewed and the disposition of
each exception will be addressed in the MOS and
escrow instructions to the title company. OPC agents
will coordinate escrow with First American Title (or
City’s preferred title company), including securing
re-conveyance and subordination agreements as
necessary, and obtain title insurance policies after
the close of escrow. OPC agents will complete all
final close-out work per City requirements.
Throughout the entire acquisition
process, OPC agents will
maintain all acquisition files
including acquisition logs,
accurate and current records of
all pertinent information, and
contacts concerning the property
owners and tenants.
SETTLEMENTS
Enhancing Lives Through Infrastructure
opcservices.com
PAGE 20Statement of Qualifications
Property Acquisition Services for the City of Rohnert ParkOPC
• Mail a “Notice of Decision to Inspect” letter and acquisition policies brochure to the
property owner requesting permission to conduct an on-site inspection of the property,
advising them of their right to accompany the inspector, and requesting information
regarding the property which could influence the acquisition value.
• Inspect each property personally with the owner (if possible) and document the inspection
with photographs for use in the report.
• Prepare an estimate of the probable cost of each temporary easement interest, including
(if applicable) damages to improvements, using created data sets from various real estate
value databases.
• Prepare the waiver valuation report, typically formatted according to Federal and State
guidelines.
• Provide QA/QC of final work product, submit to client and other Project Team members
and respond to inquiries.
WAIVER
VALUATIONS
WAIVER VALUATIONS
In certain circumstances, waiver valuations may be used in lieu of appraisals and appraisal
reviews. The following outlines the scope of services expected when completing waiver
valuations in accordance with federal regulation 49 CFR 24.102(c)(2) and the Caltrans Right of
Way Manual:
RIGHTS OF ENTRY
Steve Harris, Project Manager, will provide Right of Entry (ROE) services. Steve is highly-
experienced in this scope of work as he has obtained numerous ROE for OPC’s projects, including
40+ ROE for SAFCA’s Natomas Levee Project.
OPC will confirm the number of separate Right of Entry permits will be required for the City’s
assignment. The following outlines briefly the scope of work expected in obtaining ROE permits:
1. Draft Right of Entry (ROE) documents and secure approval as to form from the City.
2. Establish personal contact with property owners, wherever possible; present details of ROE.
3. Negotiate with property owners and secure execution of required agreements.
4. Provide regular status updates to any relevant parties associated with the Project Team.
5. Facilitation of any payments from the City to private property owners, via mail.
6. Reasonable assistance to project survey team with special owner request and access concerns.
Scope of Work/Approach
Enhancing Lives Through Infrastructure
opcservices.com
PAGE 21Statement of Qualifications
Property Acquisition Services for the City of Rohnert ParkOPC
Scope of Work/Approach
All displacees will receive advisory assistance
referrals to replacement sites. We have decades
of experience and have developed techniques to
relocate hard-to-house displacees into DS&S housing.
We will explain the relocation process and how
reimbursement for actual, reasonable, necessary,
and eligible expenses will occur, including the steps
necessary to document and verify their entitlement.
Our relocation team will search for replacement
housing that meets the family size and the work/
school/church needs that are within their financial
means. Once a replacement site has been identified
and secured, we will help the displacee obtain moving
bids from eligible, licensed, and qualified moving
contractors that we have fully vetted.
Our relocation team excels because of our
compassionate relocation advisors. Team members
have experienced and worked through hardships with
displaced families and are equipped to implement a
smooth transition into a new home. OPC agents will
conduct a walk-through of the vacated property to
ensure that it has been left in a swept – clean state
and that no personal items have been left behind,
particularly furnishings or hazardous waste that will
require the City to dispose of. Also, unless negotiated
ahead of time, we inspect to make sure built-in
appliances or other attached items that were part of
the appraised value/purchase price have not been
removed.
Our agents have a primary goal of trying to keep
viable businesses going. As business professionals
ourselves, we like to seek out all angles for the
continued operation of the business. We spend the
time required with an owner or tenant to try and
find out what makes their business successful and
incorporate those factors into our site search criteria.
This approach is usually rewarded in terms of fewer
businesses “going out of business” yielding fewer
claims for loss of business goodwill, which is one
of the foundational risks of relocating businesses
in California. Our approach recognizes the types of
businesses that have goodwill loss potential, so we
can assign adequate resources to either 1) mitigate
the loss, or 2) defend a false claim by the business’
legal counsel.
OPC will explain the relocation process and how
reimbursement for actual, reasonable, necessary,
and eligible expenses will occur, including the steps
necessary to document and verify entitlement.
Business owners will be given all required
documentation needed to submit a claim, along with
an explanation for each. Our search for a replacement
site will consider all factors that will minimize their
loss of patronage, zoning and permitting restrictions,
specific licensing territories (manufacturers
sometimes license or assign a specific retail or
distribution area to a retailer to restrict competition),
franchise restrictions, access issues, etc.
RESIDENTIAL
RELOCATION
BUSINESS
RELOCATION
RELOCATION SERVICES
Additional Services
Enhancing Lives Through Infrastructure
opcservices.com
PAGE 22Statement of Qualifications
Property Acquisition Services for the City of Rohnert ParkOPC
Scope of Work/Approach
OPC’s Utility Coordination service
addresses the relocation of utility poles, as
well as varying lengths of accompanying
underground utility facilities, vaults, and
appurtenances. Our utility coordinators
work from inception of the Right of Way
Data Sheets through to the delivery of
Right of Way Certification and Post-
Certification activities, such as project
closeout/acceptance. Functions include
coordinating with project engineering with
efforts made to identify and mitigate or
prevent utility relocation.
The utility coordinator participates, as
needed, in project meetings either in
person or via conference call. Potholing/
daylighting activities are coordinated with
the utility owners. An active reporting
relationship is developed and maintained
with the various project engineers,
including all of the utility owners.
Cost liability will be established in
accordance with applicable Caltrans and
Federal (FHWA) codes and requirements.
The utility coordinator will develop
individual Reports of Investigation, Notices
to Owner (and, when applicable), Utility
Agreements and inclusion in the Right
of Way Certification project milestone (if
applicable).
Coordination will be provided between the
project construction Resident Engineer
and the Utility Owners for any relocation
activities scheduled to take place during
project construction. OPC’s coordinator
reviews bills from utility owners for
payment by the City. Finally, close-out
activities are performed
for utility relocation files.
UTILITY COORDINATION
Enhancing Lives Through Infrastructure
opcservices.com
PAGE 23Statement of Qualifications
Property Acquisition Services for the City of Rohnert ParkOPC
Project Approach
The City may know OPC as a right of way firm, but OPC also provides a variety of
real estate consultant services to public agencies throughout the western United
States. The following ancillary real estate services are available:
FEASIBILITY
STUDIES
PROPERTY
DISPOSITION
PROFESSIONAL
BROKER’S
OPINION OF
VALUE (PBOV)
PROPERTY
SEARCHES
MARKET
ANALYSIS
SURPLUS
LAND SALES
REAL ESTATE CONSULTANT SERVICES
They are reliable and very professional. The
OPC team ALWAYS exceeds our contractual
expectations.
Gabriela Nevins, Project Manager
San Diego Housing Commission
Four Decades of Successful
Real Estate Services to
Public Agencies
Enhancing Lives Through Infrastructure
opcservices.com
PAGE 24Statement of Qualifications
Property Acquisition Services for the City of Rohnert ParkOPC
Project Approach
OPC delivers brokerage and real estate consultant services
with a timely, successful outcome.
OPC has been in the real estate services market for
40 years which allows us connections, contacts, and
clients throughout California and our strong market
presence. We have contacts with residential and
commercial realtors, commercial and residential
developers, and lenders as a result of providing
40 years of relocation services for municipalities
and private developers. To generate interest,
we capitalize on our long-term relationships with
lenders and developers.
Identifying the highest and best use of a property
translates into the strongest value for the City.
Our real estate strategy involves analysis of
properties for sale, while targeting buyers/
developers that have the ability to move forward
with the purchase.
A value-based determination will be made using
our own feasibility analysis (backing into a property
value based upon a fair development return, versus
a timely close).
Market comps aid in the determination of pricing
and targeted buyers. While quick sales are always
the focus of the marketing effort, targeting buyers
that share the goals and objectives of the City is
also our primary goal.
As to the method and
means of exposure,
prospective buyers are
provided with detailed
marketing packages for a property inclusive of
title information, maps and aerials, demographic
trade area data including business and daytime
population, traffic counts, proposed development
plans (if available), and other relevant information.
Direct submittal to buyers are sought first to
maximize property returns, and after an agreed
upon period, we market to the brokerage community
via direct email blasts (with each property package
downloadable via the internet for registered buyers).
As a firm working almost exclusively with
governmental agencies, we have built long-standing
relationships with housing developers and other
agencies that may have an interest in the purchase
of certain properties, along with connections with
engineering firms and a large network of entities
that may have interest in special use properties.
Traditional commercial brokerage firms cannot
bring such extensive experience working alongside
public agencies.
FOR
SALE
Enhancing Lives Through Infrastructure
opcservices.com
PAGE 25Statement of Qualifications
Property Acquisition Services for the City of Rohnert ParkOPC
Records Management/ProjectOne
OPC utilizes the latest technology for management of its project data, documentation, milestones, risk management,
subcontractor coordination, fiscal responsibilities, and progress reporting. ProjectOne® is our dedicated online
system, created and developed by OPC to specifically address the unique needs of the our industry.
®
AUTOMATED/REAL-TIME REPORTING
PROPRIETARY
SOFTWARE
OPC designed ProjectOne® with
superior quality control in mind,
and it provides standardization
of project processes, which in
turn results in regulatory and
jurisdictional consistencies.
Our team can easily coordinate
the dynamic needs of each
of our projects through the
project site, integrating multiple
disciplines and resources of the
project team from various OPC
locations.
RECORDS MANAGEMENT: OPC’s ProjectOne
Client communication and real-time
transparency into the progress of our work is
our top priority. For that reason, we utilize a
state-of-the-art dedicated project management
tool called ProjectOne®. ProjectOne® gives
the client access to up-to-date, real-time
information via a secure site that you can
simply login to at any time. All reports and
information are at your fingertips whenever
you need it. The automated reporting platform
utilizes the latest technology for management
of project data, documentation, progress
tracking, and reporting. The standardization of
documents and processes assures regulatory
and jurisdictional consistency. What is most
important is how our clients benefit from
this unique project management experience
– the instant access to up-to-date, current
information on the project.
Enhancing Lives Through Infrastructure
opcservices.com
Exhibit B - Rate Sheet
Rate
Sheet
EXHIBIT B
Rate Sheet
OPC 2020 Hourly Rates
OPC’s Hourly Rates are as follows:
Enhancing Lives Through Infrastructure
opcservices.com
PAGE 27Statement of Qualifications
Property Acquisition Services for the City of Rohnert ParkOPC