Loading...
2022/04/12 City Council Resolution 2022-039 RESOLUTION NO. 2022-039 A RESOLUTION AWARDING THE CONSTRUCTION CONTRACT FOR THE WATER TANK#9 PAD AND RETAINING WALL IMPROVEMENT PROJECT (PROJECT 2021-02) TO PAT NELSON CONSTRUCTION, INC. IN THE AMOUNT OF $1,017,958.00, AIJTHORIZING THE CITY MANAGER TO APPROVE UP TO $152,693.70 IN CHANGE ORDERS,APPROVING THE PLANS AND SPECIFICATIONS, CEQA STATUS: CONSISTENT WITH THE SUPPLEMENTAL ENVIRONMENTAL IMPACT REPORT (SEIR) CERTIFIED ON MARCH 9, 2021, APPROVING TASK ORDER 2022-04 FOR CONSTRUCTION MANAGEMENT SERVICES FOR BRELJE & RACE CONSULTING ENGINEERS IN AN AMOUNT NOT-TO-EXCEED $209,880, AND APPROVING BUDGET AMENDMENTS FOR THE ADDITION OF $450,000 FROM THE WATER SYSTEM MASTER PLAN PROJECT (CIP1808), THE WATER CAPACITY FUND BALANCE, AND THE TANK& PUMP SEISMIC BRACING EVALUATION AND CORRECTION PROJECT (CIP 2017) WHEREAS, the Water Tank #9 Pad and Retaining Wall Improvements Project(Project 2021-02) seeks to construct the soil nail wall and pad for the future tank during phase two; and WHEREAS, the plans and specifications for the project were prepared by Brelje & Race Consulting Engineers February 8, 2022; and WHEREAS, consistent with the Public Contract Code, an invitation for bids was posted/published on February 11, 2022 for the project; and WHEREAS, eight bids were received and public opened on the bid opening date of March 2, 2022; and WHEREAS, staff determined that Pat Nelson Construction, Inc. submitted the lowest responsive and responsible bid in an amount of$1,017,958.00; and WHEREAS, staff does not have the capacity to provide construction management services for the Project, and Brelje & Race Consulting Engineers is a qualified construction management firm, familiar with City standards, staff, codes, and recommends utilizing their services; and WHEREAS, the project is complies with CEQA pursuant to CEQA Guidelines Section 15162 because the City of Rohnert Park prepared and certified a Supplemental EIR for the project on March 9, 2021, and none of the circumstances in CEQA Guidelines Section 15162 require further environmental review; and WHEREAS, consist with the City of Rohnert Park Purchasing Policy and after a qualifications-based selection process, staff has secured a proposal from Brelje & Race Consulting Engineering for construction management services for $209,880.00; and WHEREAS, staff anticipates the need for an additional $450,000.00 in budget to cover the costs of the construction contract, consultant services, and staff and legal services necessary to complete the project, and those resources are available through budget amendments from the 1 Water System Master Plan Project (CIP 1808), Water Capacity Fund, and the Tank & Pump Seismic Bracing Evaluation and Correction(CIP 2017). WHEREAS, a budget amendment from Infrastructure Reserve Fund, Fund 2990, in the amount of$266,178.15 to Water CIP Fund, Fund 7430. NOW,THEREFORE the City Council of the City of Rohnert Park does hereby resolve, determine, find and order as follows: 1. The above recitals are true and correct and material to this Resolution. 2. On the basis of the entire record, including the staff report, and all oral and written comment, the City Council determines that the Water Tank#9 Pad and Retaining Wall Improvement Project (Project 2021-02) does not require further environmental review pursuant to CEQA Guidelines Section 15162 because the City of Rohnert Park previously certified a Supplemental EIR analyzing the Project on March 9, 2021, and no new information of substantial importance or changes to the project or its circumstances would require further environmental review. The City Council hereby applies the mitigation measures in the Mitigation Monitoring and Reporting Program approved and required by Resolution No. 2021-028 to the Project and directs staff to file a notice of determination with the Clerk-Recorder's Office for the County of Sonoma. 3. The plans and specifications for the Water Tank#9 Pad and Retaining Wall Improvement Project(Project 2021-02), on file with the City Clerk, are hereby approved and adopted. 4. In making its findings the City Council relied upon and hereby incorporates by reference all of the bid materials, correspondence, staff reports and all other related materials. 5. In accordance with California Public Contract Code Section and any other applicable laws,the City Council of the City of Rohnert Park hereby finds the bid of Pat Nelson Construction, Inc. for the Project to be the lowest, responsive, responsible bid and waives any irregularities in such bid in accordance with applicable law. 6. The City Manager is hereby authorized and directed to execute the contract with Bay Pacific Pipelines Inc. in substantially similar form to Exhibit A, which is attached hereto and incorporated by this reference, for the sum of one million seventeen thousand nine hundred fifty-eight dollars and zero cents ($1,017,958.00) for construction of the project in accordance with the bid documents and applicable law upon submission by Pat Nelson Construction, Inc. of all documents required pursuant to the project bid documents. 7. The City Manager is hereby authorized to execute change orders in an amount not to exceed 15% of the base bid, or one hundred fifty-two thousand six hundred ninety-three dollars and seventy cents ($152,693.70). 8. City staff is hereby directed to issue a Notice of Award to Pat Nelson Construction, Inc. for this project. 9. The City Manager is hereby authorized and directed to execute Task Order 2022-02 with Brelje &Race Consulting Engineers in substantially similar form to Exhibit B, which is attached hereto and incorporated by this reference, for the sum of two hundred nine thousand and eight hundred eighty dollars and zero cents ($209,880.00). 10. The Finance director is authorized to increase appropriations to Project No. 2021-02 and transfer$165,015.11 from the Water System Master Plan Project(CIP 1808),transfer $18,806.74 from the water capacity fund balance, and transfer$266,178.15 from the Tank & Pump Seismic Bracing Evaluation and Correction(CIP 2017) totaling $450,000.00 to Project No. 2021-02. Resolution 2022-039 2 11. This Resolution shall become effective immediately. 12. All portions of this resolution are severable. Should any individual component of this Resolution be adjudged to be invalid and unenforceable by a body of competent jurisdiction, then the remaining resolution portions shall continue in full force and effect, except as to those resolution portions that have been adjudged invalid. The City Council of the City of Rohnert Park hereby declares that it would have adopted this Resolution and each section, subsection, clause, sentence, phrase and other portion thereof, irrespective of the fact that one or more section, subsection, clause, sentence, phrase or other portion may be held invalid or unconstitutional. BE IT FURTHER RESOLVED that the Finance Director is hereby authorized to take any and all actions necessary to record the transaction in accordance with generally accepted accounting principles (GAAP). DULY AND REGULARLY ADOPTED this 12th day of April, 2022. CITY OF ROHNERT PARK ATTEST: J ie Elward, '-_ Elizabeth Machado, Deputy City Clerk GIUDICE: Pkip. HOLLINGSWORTH-ADAMS: i? STAFFORD: e.LINARES: AU.l�T ELWARD: P'l.te AYES: ( !.} ) NOES: ( � ) ABSENT: ( ) ABSTAIN: ( ry•) Resolution 2022-039 3 Water Tank #9 Pad & Retaining Wall Improvements Rohnert Park City Proj. No. 2021-02 Page 1-1 OAK #4839-3351-6127 v1 C O N T R A C T WATER TANK #9 PAD & RETAINING WALL IMPROVEMENTS PROJECT NO. 2021-02 THIS AGREEMENT, made and entered into this 26th day of April, 2022, by and between Pat Nelson Construction, Inc., hereinafter called "Contractor", and the City of Rohnert Park, hereinafter called "City". W I T N E S S E T H : WHEREAS, the City Council of said City has awarded a contract to Contractor for performing the work hereinafter mentioned in accordance with the sealed proposal of said Contractor. NOW, THEREFORE, IT IS AGREED, as follows: 1.Scope of Work: The Contractor must perform all the work and furnish all the labor, materials, equipment and all utility and transportation services required to complete all of the work of construction and installation of the improvements more particularly described in the Resolution adopted by the City Council of said City on April 26, 2022 the items and quantities of which are more particularly set forth in the Contractor's bid therefor on file in the office of the City Clerk, except work to be performed by subcontractors as set forth in the Contractor’s bid and for which the Contractor retains responsibility. 2. Time of Performance and Liquidated Damages: The Contractor must begin work within fifteen (15) calendar days after official notice by the City Engineer to proceed with the work and must diligently prosecute the same to completion within one hundred eighty (180) calendar days of the first day that construction begins. The Contractor acknowledges and agrees that time is of the essence with respect to Contractor’s work and that Contractor shall diligently pursue performance of the work. In the event the Contractor does not complete the work within the time limit so specified or within such further time as said City Council must have authorized, the Contractor must pay to the City liquidated damages in the amount of four thousand dollars ($4,000) per day for each and every day's delay in finishing the work beyond the completion date so specified. Additional provisions with regard to said time of completion and liquidated damages are set forth in the specifications, which provisions are hereby referred to and incorporated herein by reference. 3. Payments: Payments will be made by City to the Contractor for said work performed at the times and in the manner provided in the specifications and at the unit prices stated in Contractor's bid. The award of the contract is for a total amount of One Million, Seventeen Thousand, Nine Hundred Fifty Eight Dollars ($1,017,958). 4. Component Parts and Interpretation: This contract must consist of the following documents, each of which is on file in the office of the City Clerk and all of which are incorporated herein and made a part hereof by reference thereto: a)This Agreement b)Notice Inviting Sealed Proposals Water Tank #9 Pad & Retaining Wall Improvements Rohnert Park City Proj. No. 2021-02 Page 1-2 OAK #4839-3351-6127 v1 c) Instruction and Information to Bidders d) Accepted Proposal, with all attachments and certifications e) Performance Bond f) Payment Bond g) Special Provisions h) Standard Specifications i) Technical specifications j) Design Standards k) Plans, Profiles and Detailed Drawings In the event of conflict between these documents, the following order of precedence will govern: this contract; change orders; supplemental agreements and approved revisions to plans and specifications; special conditions; standard specifications; detail plans; general plans; standard plans; reference specifications. In the absence of a controlling or contrary provision in the foregoing, the Standard Specifications (2018 edition) of the California Department of Transportation shall apply to this project. 5. Independent Contractor. Contractor is and will at all times remain as to City a wholly independent contractor. Neither City nor any of its officers, employees, or agents will have control over the conduct of Contractor or any of Contractor’s officers, employees, agents or subcontractors, except as expressly set forth in the Contract Documents. Contractor may not at any time or in any manner represent that it or any of its officers, employees, agents, or subcontractors are in any manner officers, employees, agents or subcontractors of City. 6. Prevailing Wages: Copies of the determination of the Director of the Department of Industrial Relations of the prevailing rate of per diem wages for each craft, classification or type of worker needed to execute this Contract will be on file in, and available at, the City Office located at 130 Avram Avenue, Rohnert Park, CA 94928. Contractor must post at the work site, or if there is no regular work site then at its principal office, for the duration of the Contract, a copy of the determination by the Director of the Department of Industrial Relations of the specified prevailing rate of per diem wages. (Labor Code § 1773.2.) Contractor, and any subcontractor engaged by Contractor, may pay not less than the specified prevailing rate of per diem wages to all workers employed in the execution of the contract. (Labor Code § 1774.) Contractor is responsible for compliance with Labor Code section 1776 relative to the retention and inspection of payroll records. Contractor must comply with all provisions of Labor Code section 1775. Under Section 1775, Contractor may forfeit as a penalty to City up to $200.00 for each worker employed in the execution of the Contract by Contractor or any subcontractor for each calendar day, or portion thereof, in which the worker is paid less than the prevailing rates. Contractor may also be liable to pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day, or portion thereof, for which each worker was paid less than the prevailing wage rate. Nothing in this Contract prevents Contractor or any subcontractor from employing properly registered apprentices in the execution of the Contract. Contractor is responsible for compliance with Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that Water Tank #9 Pad & Retaining Wall Improvements Rohnert Park City Proj. No. 2021-02 Page 1-3 OAK #4839-3351-6127 v1 contractors and subcontractors must submit contract award information to the applicable joint apprenticeship committee, must employ apprentices in apprenticeable occupations in a ratio of not less than one hour of apprentice’s work for every five hours of labor performed by a journeyman (unless an exception is granted under § 1777.5), must contribute to the fund or funds in each craft or trade or a like amount to the California Apprenticeship Council, and that contractors and subcontractors must not discriminate among otherwise qualified employees as apprentices solely on the ground of sex, race, religion, creed, national origin, ancestry or color. Only apprentices defined in Labor Code section 3077, who are in training under apprenticeship standards and who have written apprentice contracts, may be employed on public works in apprenticeable occupations. With each application for payment, Contractor shall also deliver certified payrolls to Owner as set forth above in these General Conditions, and concurrently therewith (but in no event less frequently than monthly) directly to the Labor Commissioner in the format prescribed by the Labor Commissioner. If federal funds are used to pay for the Work, Contractor and any subcontractor agree to comply, as applicable, with the labor and reporting requirements of the Davis-Bacon Act (40 USC § 276a-7), the Copeland Act (40 USC § 276c and 18 USC § 874), and the Contract Work Hours and Safety Standards Act (40 USC § 327 and following). 7.Hours of Labor: Contractor acknowledges that under California Labor Code sections 1810 and following, eight hours of labor constitutes a legal day’s work. Contractor will forfeit as a penalty to City the sum of $25.00 for each worker employed in the execution of this Contract by Contractor or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Labor Code section 1810. 8. Apprentices: Attention is directed to the provisions in Sections 1777.5 (Chapter 1411, Statutes of 1968) and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any Subcontractor under him. Section 1777.5, as amended, requires the Contractor or Subcontractor employing tradesmen in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the Contract. The ratio of apprentices to journeymen in such cases must not be less than one to five except: A.When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or B.When the number of apprentices in training in that area exceeds a ratio of one to five, or C.When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or D.When the assignment of an apprentice to any work performed under a public works Water Tank #9 Pad & Retaining Wall Improvements Rohnert Park City Proj. No. 2021-02 Page 1-4 OAK #4839-3351-6127 v1 Contract would create a condition which would jeopardize his life or the life, safety, or property of fellow employees or the public at large, or if the specified task to which the apprentice is to be assigned is of such a nature that training cannot be provided by a journeyman, or E.When the Contractor provides evidence that he employs registered apprentices on all of his Contracts on an annual average of not less than one apprentice to eight journeymen. The Contractor is required to make contributions to funds established for the administration of apprenticeship program if he employs registered apprentices or journeymen in any apprenticeable trade on such Contracts and if other Contractors on the public works site are making such contributions. The Contractor and any Subcontractor under him must comply with the requirements of Section 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. . 9.Labor Discrimination: Attention is directed to Section 1735 of the Labor Code, which reads as follows: "A contractor must not discriminate in the employment of persons upon public works on any basis listed in subdivision (a) of Section 12940 of the Government Code, as those bases are defined in Sections 12926 and 12926.1 of the Government Code, except as otherwise provided in Section 12940 of the Government Code. Every contractor for public works who violates this section is subject to all the penalties imposed for a violation of this chapter. " 10.Workmen's Compensation Insurance: In accordance with the provisions of Article 5, Chapter 1, Part 7, Division 2 (commencing with Section 1860) and Chapter 4, Part 1, Division 4 (commencing with Section 3700) of the Labor Code of the State of California, the Contractor is required to secure the payment of compensation to his employees and must for that purpose obtain and keep in effect adequate Workmen's Compensation Insurance. The undersigned Contractor is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workmen's compensation or to undertake self-insurance in accordance with the provisions of that Code, and will comply with such provisions before commencing the performance of the work of this contract. 11.Indemnity and Insurance: To the fullest extent permitted by law (including without limitation California Civil Code Section 2782), Contractor must indemnify, hold harmless, release and defend City, its officers, elected officials, employees, agents, volunteers, and consultants from and against any and all actions, claims, demands, damages, disability, losses, expenses including, but not limited to, attorney's fees and other defense costs and liabilities of any nature that may be asserted by any person or entity including Contractor, in whole or in part, arising out of Contractor’s activities hereunder, including the activities of other persons employed or utilized by Contractor including subcontractors hired by the Contractor in the performance of this Agreement excepting liabilities due to the sole negligence, intentional misconduct or active negligence of the City. This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or Water Tank #9 Pad & Retaining Wall Improvements Rohnert Park City Proj. No. 2021-02 Page 1-5 OAK #4839-3351-6127 v1 compensation payable by or for Contractor under Worker's Compensation, disability or other employee benefit acts or the terms, applicability or limitations of any insurance held or provided by Contractor and must continue to bind the parties after termination/completion of this Agreement. Contractor shall procure and maintain throughout the time for performance of the work under this Contract the insurance required by the Special Provisions. The requirement that Contractor procure and maintain insurance shall in no way be construed to limit the Contractor’s duty to indemnify City as provided in the paragraph above. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. 12.City Right of Termination and Right to Complete the Work. The City may terminate the Contract when conditions encountered during the work make it impossible or impracticable to proceed, or when the City is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. In addition, the occurrence of any of the following is a default by Contractor under this Contract: A.Contractor refuses or fails to prosecute the Work or any part thereof with such diligence as will insure its completion within the time specified or any permitted extension. B.Contractor fails to complete the Work on time. C.Contractor is adjudged bankrupt, or makes a general assignment for the benefit of creditors, or a receiver is appointed on account of Contractor’s insolvency. D.Contractor fails to supply enough properly skilled workers or proper materials to complete the Work in the time specified. E.Contractor fails to make prompt payment to any subcontractor or for material or labor. F.Contractor fails to abide by any applicable laws, ordinances or instructions of City in performing the Work. G.Contractor breaches or fails to perform any obligation or duty under the Contract. Upon the occurrence of a default by Contractor, the Director will serve a written notice of default on Contractor specifying the nature of the default and the steps needed to correct the default. Unless Contractor cures the default within 10 days after the service of such notice, or satisfactory arrangements acceptable to City for the correction or elimination of such default are made, as determined by City, City may thereafter terminate this Contract by serving written notice on Contractor. In such case, Contractor will not be entitled to receive any further payment, except for Work actually completed prior to such termination in accordance with the provisions of the Contract Documents. In event of any such termination, City will also immediately serve written notice of the termination upon Contractor’s surety. The surety will have the right to take over and perform pursuant to this Contract; provided, however, that if the surety does not give City written notice of its intention to take over and perform this Contract within five days after service of the notice of termination or does not commence performance within 10 days from the date of such notice, City may take over the Work and prosecute the same to completion by contract or by any other method Water Tank #9 Pad & Retaining Wall Improvements Rohnert Park City Proj. No. 2021-02 Page 1-6 OAK #4839-3351-6127 v1 it may deem advisable for the account and at the expense of Contractor. Contractor and the surety will be liable to City for any and all excess costs or other damages incurred by City in completing the Work. If City takes over the Work as provided in this Section, City may, without liability for so doing, take possession of, and utilize in completing the Work, such materials, appliances, plant, and other property belonging to Contractor as may be on the site of the Work and necessary for the completion of the Work. 13.Substitution of Securities for Withheld Amounts: Pursuant to California Public Contracts Code Section 22300, securities may be substituted for any moneys withheld by a public agency to ensure performance under a contract. At the request and sole expense of the Contractor, securities equivalent to the amount withheld must be deposited with the public agency, or with a state or federally chartered bank as the escrow agent, who must pay such moneys to the Contractor upon satisfactory completion of the contract. Securities eligible for substitution under this section must include those listed in the California Public Contracts Code Section 22300 or bank or savings and loan certificates of deposit. The Contractor must be the beneficial owner of any securities substituted for moneys withheld and must receive any interest thereon. Alternatively, the Contractor may request and the City shall make payment of retentions earned directly to the escrow agent at the expense of the Contractor. At the expense of the Contractor, the Contractor may direct the investment of the payments into securities and the Contractor shall receive the interest earned on the investments upon the same terms provided for in Section 22300 for securities deposited by the Contractor. Upon satisfactory completion of the Contract, the Contractor shall receive from the escrow agent all securities, interest, and payments received by the escrow agent from the City, pursuant to the terms of this section. Any escrow agreement entered into pursuant to this section must contain as a minimum the following provisions: a.The amount of securities to be deposited; b.The terms and conditions of conversion to cash in case of the default of the Contractor; and c.The termination of the escrow upon completion of the contract. 14.General Provisions A.Authority to Execute. Each Party represents and warrants that all necessary action has been taken by such Party to authorize the undersigned to execute this Contract and to bind it to the performance of its obligations. B.Assignment. Contractor may not assign this Contract without the prior written consent of City, which consent may be withheld in City’s sole discretion since the experience and qualifications of Contractor were material considerations for this Contract. C.Binding Effect. This Agreement is binding upon the heirs, executors, administrators, successors and permitted assigns of the Parties. D.Integrated Contract. This Contract, including the Contract Documents, is the entire, complete, final and exclusive expression of the Parties with respect to the Work to be Water Tank #9 Pad & Retaining Wall Improvements Rohnert Park City Proj. No. 2021-02 Page 1-7 OAK #4839-3351-6127 v1 performed under this Contract and supersedes all other agreements or understandings, whether oral or written, between Contractor and City prior to the execution of this Contract. E.Modification of Contract. No amendment to or modification of this Contract will be valid unless made in writing and approved by Contractor and by the City Council or City Manager, as applicable. The Parties agree that this requirement for written modifications cannot be waived and that any attempted waiver will be void. F.Counterparts, Facsimile or other Electronic Signatures. This Contract may be executed in several counterparts, each of which will be deemed an original, and all of which, when taken together, constitute one and the same instrument. Amendments to this Contract will be considered executed when the signature of a party is delivered by facsimile or other electronic transmission. Such facsimile or other electronic signature will have the same effect as an original signature. G.Waiver. Waiver by any Party of any term, condition, or covenant of this Contract will not constitute a waiver of any other term, condition, or covenant. Waiver by any Party of any breach of the provisions of this Contract will not constitute a waiver of any other provision, or a waiver of any subsequent breach or violation of any provision of this Contract. Acceptance by City of any Work performed by Contractor will not constitute a waiver of any of the provisions of this Contract. H.Interpretation. This Contract will be interpreted, construed and governed according to the laws of the State of California. Each party has had the opportunity to review this Contract with legal counsel. The Contract will be construed simply, as a whole, and in accordance with its fair meaning. It will not be interpreted strictly for or against either party. I.Severability. If any term, condition or covenant of this Contract is declared or determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this Contract will not be affected and the Contract will be read and construed without the invalid, void or unenforceable provision. J.Venue. In the event of litigation between the parties, venue in state trial courts will be in the County of Sonoma. In the event of litigation in a U.S. District Court, venue will be in the Northern District of California. IN WITNESS WHEREOF, the City of Rohnert Park has caused these presents to be executed by its officers, thereunto duly authorized, and Contractor has subscribed same, all on the day and year first above written. Water Tank #9 Pad & Retaining Wall Improvements Rohnert Park City Proj. No. 2021-02 Page 1-8 OAK #4839-3351-6127 v1 PAT NELSON CONSTRUCTION, INC. Name/Title Date APPROVED AS TO FORM: CITY OF ROHNERT PARK ____________________________________ Darrin Jenkins, City Manager Date Per Resolution No. ___________adopted by the Rohnert Park City Council at its meeting of April 26, 2022. ATTEST: ____________________________________ Sylvia Lopez Cuevas, City Clerk City Attorney BRELJE & RACE CONSULTING ENGINEERS TASK ORDER NO. 2022-04 CITY OF ROHNERT PARK AND BRELJE & RACE CONSULTINGENGINEERS AUTHORIZATION TO PROVIDE CONSTRUCTION MANAGEMENT SERVICES FOR WATER TANK #9 PAD AND RETAINING WALL IMPROVEMENT PROJECT, PROJECT 2021-02 SECTION 1 – PURPOSE The purpose of this Task Order is to authorize and direct Brelje & Race Consulting Engineers to proceed with the work specified in Section 2 below in accordance with the provisions of the MASTER AGREEMENT between the City of Rohnert Park ("City") and Brelje & Race Consulting Engineers ("Consultant") hereto dated November 24, 2020. SECTION 2 – SCOPE OF WORK The items authorized by this Task Order are presented in Exhibit “A” - Scope of Services. SECTION 3 – COMPENSATION AND PAYMENT Compensation shall be as provided in the MASTER AGREEMENT between the parties hereto referenced in SECTION 1 above. The total cost for services as set forth in SECTION 2 shall be actual costs (time and materials) based on Consultants' standard labor charges in accordance with the provisions of the MASTER AGREEMENT and as shown in Exhibit “B” in an amount not-to-exceed two hundred nine thousand and nine hundred dollars and zero cents ($209,880.00). SECTION 4 – TIME OF PERFORMANCE The work described in SECTION 2 shall be completed by December 31, 2022, or as extended by the City Manager or the Director of Development Services or his/her designee. SECTION 5 – ITEMS AND CONDITIONS All items and conditions contained in the MASTER AGREEMENT for consultant services between City and Consultant are incorporated by reference. Approved this 26th day of April, 2022. CITY OF ROHNERT PARK BRELJE & RACE ____________________________ Darrin Jenkins (Date) Name: (Date) City Manager of Rohnert Park Title: Per Resolution __________ at the City Council BRELJE & RACE Meeting on April 26, 2022 Name: (Date) Title: ATTEST: ____________________________ City Clerk (Date) EXHIBIT B Tank 9 Pad and Retaining Wall Improvements (Project No. 2021-02) Prepared for: City of Rohnert Park March 8, 2022 Statement of Qualifications for: Construction Management and Inspection Services EXHIBIT "A" 1954 Brelje & Race Consulting Engineers is formed in Santa Rosa 2000s Numerous capital projects for the Sonoma County Junior College District 1980s Airport Business Center and Expansion of Airport Treatment Plant and Disposal Field 1960s Engineering design services for The Sea Ranch and Oakmont 1970s Cloverdale Treatment Plant and Christian Life Center, now the Wells Fargo Center 1990s Advanced Wastewater Treatment and Recycled Water System for the Town of Windsor 2010s Large scale landmark projects such as the new AmericanAg Credit Campus and Sutter Santa Rosa Regional Hospital Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park Over 65 Years of Proudly Serving Sonoma County March 8, 2022 Justin Brandt, Associate Engineer City of Rohnert Park, Public Works 600 Enterprise Drive Rohnert Park, CA 94928 Subject: SOQ for Construction Management and Inspections Services - Tank 9 Pad and Retaining Wall Improvements, Project 2022-21; B&R File No. 4324.06 Dear Justin, Brelje & Race Consulting Engineers is pleased to submit our qualifications for construction management and inspection services for the City’s planned Tank 9 site improvements project. The primary components of the City’s project include constructing a new tank pad and completing the soil-nail shotcrete retaining wall in preparation for a second water storage tank on the site. Brelje & Race is uniquely familiar with these improvements, having prepared the contract documents over the past several months. We also managed construction and prepared numerous design revisions of nearly identical improvements for the adjoining Tank 8 project, which was successfully completed in 2020 even though there were several difficult issues that arose during that project. We present the City a team of professionals best qualified to deliver this project. As Construction Manager, I bring my proven leadership capabilities and knowledge from similar projects, including extensive recent experience managing projects for the City. Brennen Urbanek will perform office engineering tasks since he was the design engineer for this and the previous Tank 8 project. He is the most knowledgeable individual regarding the specific requirements as pertain to this project. Our construction inspector, Tim Barger, brings 30+ years of construction supervision experience on major building projects in the region. We have also worked previously with both Engeo and Cornerstone on the design and construction side of this and the previous Tank 8 project. The proposals they have prepared for every consultant proposing on this project were a direct result of my coordinating efforts with them to ensure they would not overlap in their scope of responsibilities. Combined, our team has a strong working relationship with the City, possesses a firm understanding of the City’s construction management processes, and will apply our knowledge and experience to ensure cost- effective and high-quality results that fully comply with the contract documents. We have a demonstrated history of ensuring construction projects we manage are delivered on time and we have sufficient staff availability to match the City’s anticipated construction schedule. Client satisfaction is key to our business success and is therefore our number one priority. We appreciate being considered for providing professional construction management services to the City and look forward to working with you and others at the City again. Our proposal is valid for 120 days. Please feel free to contact me, at (707) 636-3740 or jeane@brce.com with any questions. Very truly yours, BRELJE & RACE ___________________________________ M. Sean Jeane, P.E. Senior Principal (this page intentionally left blank) Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park Table of Contents 1. Firm Overview .........................................................................................1 2. Relevant Experience ..............................................................................2 3. Personnel ................................................................................................8 4. Proposed Work Plan ..............................................................................11 Appendix A: Resumes Note: Cost and Fee Proposal Provided in Separate File (this page intentionally left blank) The Brelje & Race offices are located near the Sonoma County Airport. 1 Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park Section 1 Firm Overview Brelje & Race Consulting Engineers is a multi-disciplined firm offering a broad range of civil engineering planning and design, peer review/value engineering, construction management, environmental planning, and land surveying services. With strong roots since our 1954 founding in Sonoma County and a diverse portfolio, our commitment to high-quality technical work and outstanding client service makes us one of the most sought-after firms in the North Coast region. Brelje & Race has a reputation for timely and professional service. We take pride in continuing to serve many clients 25 years or more after completion of their original projects. With a broad mix of clients, projects, and a long history of service in the area, we have a unique understanding of issues involved in achieving successful projects while facing an environment of competing interests. The staff of Brelje & Race presently includes 19 professional engineers, a geotechnical engineer, an environmental planning and permitting specialist, a LEED accredited professional, and a supporting group of CAD technicians, EIT-credentialed engineering technicians, construction inspectors, land surveyors, and clerical personnel. Our extensive experience has included numerous water storage tank projects, both for new and replacement infrastructure. For many similar projects we have provided engineering planning and design services, technical assistance, related environmental and permitting services, plus full construction management and construction observation services for clients both recently and throughout our firm’s history. Construction management for water infrastructure is one of our core competencies. Brelje & Race’s professional culture strongly supports in-house consultations and peer review. Sharing information and collaboration are mainstays that have provided efficient and cost-effective design solutions and allowed us to successfully address many unique or challenging circumstances during construction. While specific individuals will be slated for this project, Brelje & Race’s significant depth of experience will be fully employed on the City’s project. 2 Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park Section 2 Relevant Experience Brelje & Race has provided similar services to those outlined in the RFQ for many dozens of other local agency and private clients, including recent successful projects for the City of Rohnert Park. We have selected the following relevant projects that demonstrate our experience and provide references for those clients. We encourage the City to contact our references to gain additional insight into the superior quality of service that Brelje & Race provides. The City of Rohnert Park embarked on the construction of a new water storage tank to meet growing demand. Brelje & Race provided peer review of original designs, design services for site plan alterations and construction management for the installation of a 900,000-gallon welded steel water storage tank, half-mile underground dual 12” and 16” water pipelines, half-mile combination access road and multi-use path with a Contech steel and concrete vehicular bridge and 300 ft long by 22 ft tall soil nail retaining wall. Initial site redesign performed by Brelje & Race allowed for future construction of a second water tank on site (Tank 9). Subsequent roadway redesigns responded to site constraints that emerged during construction, realigning the access road and other improvements around protected resources. Brelje & Race provided construction management and inspection services that kept the project on track while navigating complex requirements around protected cultural resources and bridge construction over jurisdictional wetlands. Tank 8, Access Road, and Pipeline City of Rohnert Park REFERENCE CONTACT Vanessa Garrett Director of Public Works City of Rohnert Park (707) 588-2251, vgarrett@rpcity.org FEE Design & CM/Inspection: $1.12 million ($250,000 in subconsultants) CONSTRUCTION COST Estimate: $4.35 million (by other) Actual: $6.39 million DATES 2018-2020 PROJECT TEAM Sean Jeane: Principal-in-Charge/ Construction Manager George Potter: Resident Engineer/ Construction Inspector Brennen Urbanek: Design Engineer/ Construction Inspector Having recently completed construction of the 900,000-gallon water storage tank 8 (see above), the City engaged Brelje & Race to design site improvements for a second future tank on the same site (current project). Designed improvements include hillside site grading, a shotcrete soil nail retaining wall, and tank pad and site drainage. Design leveraged existing site infrastructure and matched the design of the prior tank. Design efforts culminated in bid-ready plans, specifications, and engineer’s estimate of probable costs. Tank 9 Pad and Retaining Wall – Design Phase City of Rohnert Park REFERENCE CONTACT Vanessa Garrett Director of Public Works City of Rohnert Park (707) 588-2251, vgarrett@rpcity.org Or Justin Brandt Senior Engineer City of Rohnert Park (707) 588-2252, jbrandt@rpcity.org FEE: $94,700 CONSTRUCTION COST Estimate: $1,250,000 DATES: 2022 PROJECT TEAM Sean Jeane: Principal-in-Charge/ Project Manager Brennen Urbanek: Design Engineer 3 Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park Brelje & Race provided engineering design and construction management services for the replacement of water mains in portions of the Redwood Valley County Water District to improve seismic resiliency. Additional new water mains were installed to intertie with existing and replacement mains further strengthening the water distribution system. The project included new meter replacements to facilitate residential fire sprinkler systems as well as flush- out valves to improve distribution system water quality and facilitate future installation of fire hydrants. A total of 9,100 linear feet of existing pipelines were replaced and 10,900 LF of entirely new piping were installed. The upgraded water service connections will also facilitate replacement of housing lost during the Redwood Valley component of the Mendocino Lake Complex Fire. As construction manager, Brelje & Race conducted full-time inspection; documented progress; processed submittals, RFIs, change orders and payment requests; and managed project team communications. Redwood Valley Water Infrastructure Retrofit Project Redwood Valley County Water District REFERENCE CONTACT Howard N. Dashiell, Director Mendocino County Department of Transportation, (707) 463-4363 FEE $216,000 budget for construction observation, close-out and record drawings CONSTRUCTION COST Estimate: $2.65 million. CCOs: $211,661 Actual: $2.86 million DATES: June 2021 to January 2022 PROJECT TEAM Brent Beazor: Principal-in-Charge George Potter: Resident Engineer/ Construction Inspector and Construction Manager Brennen Urbanek: Construction Inspector Tim Barger: Construction Inspector Brelje & Race provided surveying, engineering design and construction management services for a multi-phase ADA improvement project in the West Sonoma County communities of Graton and Occidental. Surveying services included topographic base mapping, as well as boundary and right of way reviews. Design and construction management included the replacement of approximately 31,000 square feet of concrete sidewalk, ADA ramps, and driveway aprons as well as curb and gutter and AC paving throughout the downtown areas of both communities. Due to the capital requirements the project was divided into three design and construction phases. The first phase was completed 2016, the second phase in the first half of 2017, with final completion of the entire project in 2018. The project was due to a settlement agreement between the County and an ADA advocacy group that resulted in the County agreeing to enact multiple improvements in the old communities where the existing terrain and sloping infrastructure made it difficult for full ADA compliance. Brelje & Race was able to creatively address a number of challenging areas and successfully design complying facilities. Graton/Occidental ADA Improvements, Phases I - III County of Sonoma - Department of Transportation and Public Works REFERENCE CONTACT Steve Urbanek Pavement Preservation and Special Districts Manager Sonoma County Transportation and Public Works Dept. (707) 565-3884 surbanek@sonoma-county.org FEE $553,000 with $30,000 contingency (design and CM combined) CONSTRUCTION COST Phase 1 $0.35M (actual) Phase 2 $0.58M (actual) DATES: 2016-2018 PROJECT TEAM Sean Jeane: Principal-in-Charge (Design) and Construction Manager Ben Bryant: Engineering Design Brennen Urbanek: Engineering Design George Potter: Resident Engineer / Construction Inspector Jake Bricker: Construction Inspector 4 Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park Brelje & Race provided construction management and inspection services to the City of Rohnert Park for the second phase of a project rehabilitating the older of two interceptor outfall pipelines conveying City wastewater to the regional treatment plant. Improvements focused on installing cured- in-place pipe lining for approximately 2,900 LF of 24-inch force main. As manholes along the pipeline were enclosed when it was converted to a force main, the pipeline had to be exposed and penetrated at several locations to enable the lining work. Brelje & Race managed the construction work in coordination with the contractor and client, notified neighboring landowners, and obtained permission via revocable license for work encroaching on Sonoma County Water Agency right-of-way. As work occurred in potentially sensitive wetland areas, Brelje & Race also coordinated environmental permitting and biological monitoring of protected species. Sewer Interceptor Outfall Rehabilitation, Phase II City of Rohnert Park REFERENCE CONTACT Justin Brandt, Senior Engineer City of Rohnert Park (707) 588-2252, jbrandt@rpcity.org FEE $153,000 CONSTRUCTION COST $1,164,200 DATES March to December 2020 PROJECT TEAM Sean Jeane: Principal-in-Charge/ Construction Manager Rich DiTommaso - Construction Inspector The City of Rohnert Park retained Brelje & Race to provide design engineering and construction management services for recoating of the exterior surfaces of four of the City’s potable water storage tanks. Erected between 1970 and 1985 and ranging in size from 300,000 to 1.0 MG, the four welded steel tanks exhibited significant coating deterioration. The project included a conditional analysis and report including an analysis of the thickness of the existing lead-based coatings to determine the best surface preparation techniques for removal and recoating. Project improvements identified in the assessment also included modification of the inlet, outlet, and overflow piping, valve replacements, and installation of overflow drain boxes at each of the tanks. As testing revealed lead paint present at three of the four tanks, project specifications provided for the proper removal, transport and disposal of the hazardous lead paint residue. Water Tanks #1, 3, 4, and 5 Exterior Recoating City of Rohnert Park REFERENCE CONTACT Vanessa Garrett Director of Public Works City of Rohnert Park (707) 588-2251, vgarrett@rpcity.org FEE Ph 1: $266,460; Ph 2: $122,900 CONSTRUCTION COST Estimate: Ph 1: $499,549; Ph 2: $105,000. Actual: Ph 1: $616,508; Ph 2: $113,369 DATES 2012-2013 PROJECT TEAM Sean Jeane: Principal-in-Charge/ Project Manager/Construction Manager George Potter: Project Engineer 5 Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park Over three project phases, Brelje & Race provided construction management services for the rehabilitation of the sewer and water facilities along Alta Avenue, Almond Street, Southwest Boulevard, and Adrian Drive. The projects included rehabilitation and replacement of the existing sewer collection system including mains, laterals and manholes. The aging water mains, valves, and hydrants were also replaced to meet current City Standards. The Alta/Almond project additionally included the lining of two existing sewer mains located in adjacent public rights-of-way. Due to the extensive trenching, rather than patch paving, the entire street surfaces were ground out and repaved to match the original road profile. For both projects, Brelje & Race provided the peer review and value engineering services after design, and full construction management services with daily inspection. Peer review and value engineering efforts resulted in several design improvements, providing the City with significant construction cost savings. Alta/Almond and Adrian Drive Phases I & II Sewer and Water Rehabilitation City of Rohnert Park REFERENCE CONTACT George Frostick, City Inspector City of Rohnert Park (707) 588-2237 FEE Combined construction management and value engineering fee: $747,800 (original design by others) CONSTRUCTION COST Combined Estimate: $7.3 million Combined Actual: $7.5 million DATES 2012-2015 PROJECT TEAM Sean Jeane - Principal-in-Charge Jake Bricker - Construction Inspector George Potter: Construction Inspector (Adrian Dr. Ph. I) The Proctor Heights Water Storage Tanks are an impressive example of designing and constructing the largest possible volume of storage on a steep hillside site with a relatively small footprint and adjacent to an existing neighborhood. Due to the site’s visual prominence and proximity to a major roadway, the tank design required special attention to aesthetics and increased safety measures. Preliminary designs determined that two 2.6 MG tanks would provide the largest possible volume of storage on the site and fulfill the City’s desire to have twin tanks for reliability purposes. Fitting two welded steel tanks on the site required a retaining wall ranging in height from four to 22 feet, stretching around both tanks for approximately 400 linear feet. Included in the design were modifications to piping in adjacent streets, so that water from a City-owned well could be pumped directly into the new tanks. This allows for lower quality well water to be blended with higher quality tank water in lieu of being pumped directly into the distribution system. Brelje & Race also designed a new pump station on the site, allowing the City to send water directly from the new tanks to higher pressure zones, maintaining high water quality in the tanks during low demand periods, and increased water supply reliability to the upper pressure zones. In addition to the preliminary planning and design, Brelje & Race provided limited construction management for the project. Proctor Heights Water Storage Tanks City of Santa Rosa REFERENCE CONTACT Mike Prinz Deputy Director of Capital Projects Engineering City of Santa Rosa (707) 543-3876, mprinz@srcity.org FEE $392,000 CONSTRUCTION COST Estimate: $6.3 million Actual: $6.2 million DATES May to December 2006 PROJECT TEAM Sean Jeane - Project and Construction Manager 6 Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park Brelje & Race provided planning, engineering design, and construction management services for the construction of a new Tank R1B, plus improvements to the existing Tank R1A, increasing water storage in Santa Rosa’s growing Fountaingrove area. The new Tank R1B was constructed of welded steel with a 500,000-gallon capacity. Related site improvements included grading and earthwork to prepare the tank site, tank foundation and new piping, plus controls and appurtenances. Improvements to the existing 500,000-gallon welded steel Tank R1A included the addition of a new internal tank mixing system, piping modifications, and exterior recoating. Additionally, the specifications included requirements for the proper removal, transport, and disposal of existing hazardous lead paint. R1A and R1B Tank Improvements City of Santa Rosa REFERENCE CONTACT Mike Prinz, Deputy Director of Capital Projects Engineering City of Santa Rosa (707) 543-3876, mprinz@srcity.org FEE Design fees: $124,475. CM/Inspection $160,261 CONSTRUCTION COST Estimate $1.2 million Actual: $1.3 million DATES October 2003 through May 2005 PROJECT TEAM Richard Ingram: Principal-in-Charge Sean Jeane: Construction Manager Richard DiTommaso: Design Engineer & Construction Inspector 7 Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park In addition to the projects described above, Brelje & Race has provided design and/or construction management services to many other agencies for new construction, replacement, and rehabilitation of water storage tanks, most of which included significant earthwork and/or retaining wall construction. Brelje & Race has unrivaled experience leading the design and managing construction of water storage tank projects in the North Bay. The following table lists new or replacement water storage tank projects that Brelje & Race has completed within the past 15 to 20 years. Client No. of Tanks Range in Storage Volumes (Gallons) Anderson Springs Water District 2 175,000 each Bodega Bay Public Utility District 1 500,000 Bodega Water Company 1 1,300,000 Bohemian Grove 1 250,000 Branger Mutual Water Company 2 30,000 and 125,000 Camp Meeker Recreation and Park District 3 100,000 to 130,000 Circle Oaks County Water District 3 100,000 to 200,000 City of Cloverdale 1 775,000 City of Petaluma 1 1,000,000 City of Rohnert Park 3 370,000 to 1,300,000 City of Santa Rosa 7 500,000 to 2,600,000 City of Sonoma 1 3,000,000 Cobb Area Water District 2 200,000 Diamond A Mutual Water District 3 100,000 each Forestville Water District 2 100,000 to 200,000 Hopland Public Utility District 2 300,000 and 500,000 Inverness Public Utility District 4 53,000 to 100,000 Magic Mountain Property Owners Assn.1 140,000 Mt Hanna Water District 1 100,000 Roberts Road Properties, LLC 1 100,000 Russian River County Water District 8 50,000 to 200,000 Sunrise Shore Mutual Water Company 2 45,000 each Sweetwater Springs Water District 8 60,000 to 300,000 The Sea Ranch Water Company 3 19,000 to 500,000 Town of Windsor 14 10,500 to 2,000,000 Valley of the Moon 2 400,000 each Yulupa Mutual Water Company 1 100,000 Proctor Heights: two 2.6 MG welded steel tanks (pictured: cantilevered pier retaining wall), Santa Rosa, CA Two 0.4 MG welded steel tanks, Boyes Hot Springs, CA 8 Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park Section 3 Personnel Project Team Our team is structured as follows: Figure 1: Team Organization Chart Sean Jeane, P.E. Principal-in-Charge Construction Manager Brennen Urbanek, E.I.T. Construction Engineer Timothy Barger Construction Inspector Cornerstone Structural Design Group Structural Inspection & Testing ENGEO, Inc. Geotechnical Inspection & Testing Subconsultants Brelje & Race Personnel Team Qualifications & Responsibilities Our proposed team is composed of staff experienced at managing construction of water storage tank projects, including site improvements such as earthwork and retaining walls. Each member has been assigned based on their particular knowledge and skills and will have the ability to provide the City efficient and informed construction management services. Serving as Principal in Charge and Construction Manager, Sean Jeane will provide effective communications and team leadership necessary to ensure the City’s project is completed successfully and on time. During his 26-year tenure at Brelje & Race, Sean has been the design project manager and construction manager for numerous new tank projects with site improvements including site grading, utility connections, and various styles of retaining walls. Sean served as Project Manager for the design phase of this project, and Construction Manager for the related Tank 8 project. These experiences have afforded Sean a unique understanding of the project requirements and objectives, familiarity with the site, the City’s standards, the specific construction processes required, and the team of project consultants. Sean will also leverage his decades of experience to provide team leadership of the engineering 9 Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park and inspection staff and specialty observation, inspection, and testing subconsultants. City staff are also familiar with Sean and his management style, knowing he will provide high-level quality assurance to this project that fully meets the project objectives and that he’ll ensure the contractor complies with all contract requirements. Under Sean’s supervision, Brennen Urbanek will serve as Construction Engineer. Brennen brings 7 years of engineering design and construction management experience, including numerous projects for the City of Rohnert Park. Brennen served under Sean as Design Engineer for the design phase of this project, as well as Construction Engineer for the adjoining Tank 8 project, and is uniquely informed regarding the project design and site characteristics and has a history of successful collaboration with the City’s identified structural, geotechnical, and environmental consultants. Brennen is already onboard for construction administration services, and would only be slightly expanding his role for expanding to include CM services. Leveraging over 35 years of experience in construction project supervision and management for large general contractors, Timothy (Tim) Barger will serve as Construction Inspector. Tim has supervised large and medium sized site development construction projects throughout the Bay Area, including hospitals, recreation facilities, and mixed-use developments, many that included hard rock excavation and extensive retaining structures. Tim’s construction site experience includes coordinating subcontractor teams, leading coordination meetings, managing schedules, documentation, and acting as liaison with local agencies. Brelje & Race will also engage the City’s preferred consultants for structural inspection and testing (Cornerstone Structural Engineering Group), and geotechnical inspection and testing (Engeo, Inc.). Brelje & Race has a history of successful collaboration with these firms providing similar services for the City’s Tank 8 project as well as several others. Our core team will be supported by our qualified staff of over 35 professionals with a broad range of planning and design experience that includes civil engineers, engineering technicians, a geotechnical engineer, an environmental planner, several CAD drafters, and land surveyors. Our diverse staff of skilled professionals brings complementary strengths built on years of experience. Professional experience for each team member is highlighted in Table 1. Additional credentials for the core team, including licenses and certifications, are in their resumes in Appendix A. Sean Jeane, P.E. Tim Barger Brennen Urbanek, E.I.T. 10 Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park Table 1: Summary of Key Personnel Qualifications and Experience Team Member Qualifications and Experience Sean Jeane, P.E. Senior Principal Professional Civil Engineer CA No. C52402 Role: Principal-in-Charge/Construction Manager •Senior Principal of Brelje & Race with over 32 years of experience •Experienced project manager in planning, design, construction management and peer review for private and public agency projects including: potable water storage, pipeline, treatment and pump stations; roadway improvements; parks planning and pathways •Principal-in-Charge and Project Manager or Construction Manager for numerous water utility projects for the City of Rohnert Park, including: »Tank 9 (Project Manager for design phase) »Tank 8 (Program Manager and Construction Manager) »Trail to Crane Creek Regional Park – Phases 1-B & 3 »Southeast Area Water Transmission Main Replacement »Rohnert Park Expressway 16-inch Water Transmission Main »Alta/Almond and Adrian Ph. I-II Sewer and Water Rehabilitation Brennen Urbanek, E.I.T. Engineering Technician Engineer in Training CA No. 153086 Role: Construction Engineer •Engineering Technician with over 7 years of civil design and construction management experience •Solid background in design and construction management of water distribution and storage facilities •Experience includes construction engineering and inspection services at numerous recent projects in the region, including: »Tank 9 Pad & Retaining Wall Improvements (Engineer for design phase) »Tank 8 and Access Roadway, City of Rohnert Park »Slater Street and Lewrosa Way Sewer and Water Main Replacement Construction Inspection, City of Santa Rosa »Redwood Valley Water Infrastructure Improvements, Redwood Valley County Water District Tim Barger Role: Construction Inspector •Construction Inspector with over 35 years of construction supervision and management experience •Proven experience in scheduling, inspection, project documentation, and reporting •Construction Inspector for the Redwood Valley Water Infrastructure Improvements project for the Redwood Valley County Water District Subconsultants Cornerstone Structural Engineering Group Structural Observation Cornerstone Structural Engineering Group is a structural engineering firm with locations in both Fresno and San Francisco, California. The firm offers structural engineering services to both public and private sector clients with a history of successful structural engineering projects in both vertical building and civil infrastructure design. Whether working as a sub-consultant to an architect, a civil engineer, or as the prime for a client, servant-leadership and a focus on listening to understand the needs of the client and their project goals are at the core of CSEG’s design approach and business philosophy. Engeo, Inc. Geotechnical Inspection and Testing ENGEO provides earthwork observation, special inspection, quality assurance, construction monitoring, and contractor support services. They have the depth of resources and expertise to tackle any type of project. Their experience with all aspects of construction and large, experienced field staff mean efficient and smooth project delivery. For clients with direct responsibility for public safety, ENGEO’s emergency response track record and quick action to mobilize have been instrumental in their success. ENGEO’s technicians are trained to review plans and observe and report details on projects, thus potentially minimizing future problems. 11 Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park Brelje & Race is proficient at providing comprehensive and timely construction management services for tank site development and related earthwork projects. As part of our proposed work plan, we describe our project understanding, and present our approach to accomplishing the City’s desired outcome, and a detailed scope of work to implement our approach. Project Understanding The City of Rohnert Park will be entering into a construction contract in March or April of this year for construction of site improvements for a future Water Tank 9. The new tank site is on the sloping, rural Anderson 53 property owned by the City, which is located east of Petaluma Hill Road near Sonoma State University. The Tank 9 project site is adjacent to Tank 8, which was completed in 2020 and will share utility and access infrastructure with the new tank. Construction work associated with this initial project will include hard rock excavation, hauling of materials, rough finish grading of the tank pad, site drainage improvements and installation of a soil nail retaining wall that will be constructed in several lifts. Construction is anticipated to take place over 85 working days. The City has identified Engeo, Inc. to provide geotechnical inspection and testing services and Cornerstone Structural Engineering group to provide structural observation. Both will serve as subconsultants to the Construction Management consultant. The City also anticipates directly engaging Dudek to provide environmental compliance services for the construction phase of this project with coordination or their services provided the Construction Management consultant. Brelje & Race is uniquely familiar with the project and site having prepared the construction drawings for this project over the last year, as well as providing design revisions, program management, and construction management and inspection for the Tank 8 project from 2017 to 2020. Through this experience, Brelje & Race has also established productive working relationships with Engeo, Inc., Cornerstone Structural Design Group, and Dudek (on the adjacent Trail project). We are familiar with several sensitive issues related to this project site, including a challenging relationship with an adjoining landowner and the presence of protected biological and tribal cultural resources on portions of the Anderson 53/128 site. Our team successfully managed these issues in coordination with the City and specialist subconsultants during the construction phase of the Tank 8 project. Section 4 Proposed Work Plan Figure 2: Project Area Aerial view of the project site during construction of the adjoining Tank 8 project. ROHNERT PARK EXPY E. COTATI AVE PETALUMA HILL RDSONOMA STATE UNIVERSITY Project limits Legend 12 Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park Project Approach As part of the design phase services agreement, the City has already engaged Brelje & Race to provide limited construction administration services for this project. The addition of full construction management services as proposed herein presents the City an opportunity for efficient and seamless delivery of this project under the leadership of professionals already well acquainted with the project, the City, and the team of consultants. As construction manager, Brelje & Race will act as the City’s agent to manage and administer the contract and to ensure the contractual obligations required of the contractor are continually and fully met, such as employing measures to ensure compliance with applicable permits and environmental regulations, and maintenance of access, site safety and other services that will occur concurrent with the site development work. Among these: • Field observation and inspection of construction work to ensure compliance with project documents. Construction Inspector will prepare daily reports of activity and progress will be detailed in weekly reports to the City. • Manage communications with City staff, Contractor, and affected third parties such as utilities and neighboring properties. • Ensure site entrance is well marked and that Contractor provides clear messaging to subcontractors and vendors regarding the importance of avoiding the neighbor’s driveway. • Maintain complete and accurate files of all project records, including submittals, change orders, RFIs, daily and weekly progress reports, and testing reports. • Manage observation and testing services of project subconsultants, including geotechnical, structural, and field and laboratory testing specialists. Brelje and Race has been providing construction management services throughout our entire 67-year history. Our construction management staff is comprised of civil engineers and expert construction industry professionals who have extensive experience with both design and construction phase services associated with municipal infrastructure projects. Superior construction management services begin with a firm understanding of the construction contract documents and continue with the application of organizational skills that document and guide the project to successful completion. Additionally, our field personnel have a calm demeanor that is regularly demonstrated in their one-on-one interactions with the Contractor, which results generally in a cooperative and respectful atmosphere, leading to better working relationships with positive outcomes even when disagreements arise. Timely engagement with the Contractor on issues such as progress payment negotiation, change order requests and worksite safety is an important element in an overall approach that seeks to promptly answer Contractor questions and stave off problems before they develop. The construction management approach to this project will be based on the same core philosophy that has ensured consistently successful project delivery for Brelje & Race over the years: As construction manager, Brelje & Race will act as the City’s agent to manage and administer the contract and to ensure the contractual obligations required of the contractor are continually and fully met. 13 Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park While it is the Contractor’s role to complete the work, it is the Construction Manager’s role to assure that the project is built as stipulated per the contract documents, in a safe manor, while assuring the City receives full value for the work specified with minimal surprises. How the construction management is undertaken is critical to the project’s success. Brelje & Race has a history of completing projects successfully with very few claims and with substantial community support, primarily due to our effective project management strategies. Brelje & Race’s team of highly qualified professionals bring the right combination of skill and experience necessary to successfully manage the delivery of this project (see the Personnel section for additional information). Our team will be managed out of our single office, located at the Airport Business Center in Santa Rosa. Our inspector, Tim Barger, or one of our subconsultant partners, will be on site every day for the project duration. All documents produced and logged items (submittals, RFI’s, daily reports, etc.) will be made available immediately to the City via our electronic file share system (AutoDesk Documents). Brelje & Race will also act as the main point of contact for the public and all calls will be responded to promptly. COMMUNICATE Requires simultaneous communication on five fronts between the CM team and the City, contractor, public agencies, and the public. Consistent protocols on how the communication takes place is vitally important. Maintaining project communication is the responsibility of the construction manager. ANTICIPATE Requires field experience from similar projects, thorough knowledge of the current project, awareness of schedule, permit requirements, needs of the public and weather conditions in order to anticipate what might confront the project, contractor, construction management team, and the City during the course of construction. RESPOND Public Works projects are schedule driven. Slips in schedule cost money and create other consequences. The CM’s process for response to shop submittals, RFIs and construction questions requires thorough and timely action. It is extremely important to keep a project from stalling unnecessarily. Providing timely and thorough responses to the contractor creates a culture of professional behavior. Progress payments should be attended to with dispatch. Any controversial issues that come up with the public or public agencies should be discussed immediately with the City and a course of action set. Lingering issues rarely get easier to resolve. DOCUMENT Projects are generally fast moving and have ongoing communications and construction activities occurring every day. Daily reports, photographs, shop drawing logs, meeting notes, RFIs, record drawings and all other correspondence become the project record. Changed construction conditions may require special documentation to assure appropriate compensation to the contractor. An ongoing, thorough and detailed accounting of the project is the responsibility of the construction management team. 14 Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park Scope of Services The following tasks describe Brelje & Race’s proposed scope of construction management services for the Tank 9 Pad and Retaining Wall improvements project: 1. Environmental Services 1.01 CEQA Monitoring Compliance – The City has identified Dudek as the consultant for environmental compliance services during construction. The City will engage Dudek’s services directly. Brelje & Race will coordinate with Dudek to ensure construction activity occurs in compliance with all environmental compliance measures incorporated into the project specifications, the mitigation requirements of the Santa Rosa Plan, Migratory Bird Act, and in conjunction with other CEQA biological monitoring and survey activities. Other standard environmental compliance measures to be monitored by our inspector include noise, work hours, watching for spills, ensuring vegetation is cleared to prevent fires, ensuring equipment is clean to prevent spread of noxious weeds, protecting existing trees, ensuring roadways are clean, etc. 2. Geotechnical Services 2.01 Geotechnical Observation and Testing – Coordinate the services of Engeo, Inc. to provide all geotechnical observation and testing required per the contract documents. Engeo’s services will include full-time engineering observation and logging services during proof and verification nail testing, part-time engineering observation services during soil nail hole drilling, rebar grouting, and reinforcement placement, full-time observation of shotcrete construction, laboratory testing of shotcrete cores and grout cylinders (up to 20 shotcrete cores and 20 grout cylinders are estimated and included), Shotcrete cores and grout cylinders pickup and delivery to lab, part- time observation services during pad grading, and a final report summarizing observation services during soil nail wall construction and pad grading. Brelje & Race will not provide observation services during occasions that Engeo will be providing full-time observations to avoid doubling unnecessarily. It is anticipated that Engeo will be on site for up to 18 full-time days. 3. Structural Services 3.01 Structural observation - Coordinate the services of Cornerstone Structural Engineering Group to provide periodic structural observation and prepare observation reports to verify soil nail wall improvements are built in compliance with the contract documents. 3.02 Structural Inspection and Testing – Coordinate the services of Cornerstone Structural Engineering to provide certified technical inspections and to observe testing of structural elements by the Contractor, where necessary to meet the requirements of the contract documents. (Note that Contractor is required to provide structural testing under the observation of the owner’s representatives.) 4. Pre-Construction Services 4.01 Kick-off Meeting with City Staff – Schedule and conduct a kick-off meeting with City staff and construction management subconsultants. Review scope of services and responsibilities of each party. 4.02 Constructability Review – Perform a detailed review of project plans and specifications to ensure feasibility and constructability of improvements. As the proposed Construction Manager Sean Jeane is the engineer of record for the contract documents, the constructability review will be conducted by an experienced and qualified engineer at Brelje & Race who was not directly involved in the project during the design phase. 4.03 Construction Management Plan – Prepare a manual that identifies procedures and protocols for the construction management team to follow throughout the construction phase of this project. Plan will identify communications protocols between CM team the City, and the Contractor; list contact information for pertinent agencies and emergency services; provide a sample of a daily log; and establish logging systems for submittals, RFIs and construction change order requests noting status and responses for each. These protocols will be introduced prior to the Kick-off meeting to allow for discussion to occur at the meeting. 4.04 Monitor Contractor’s Record Drawings - Throughout the construction period, our inspector will ensure the Contractor maintains an accurate record drawing set on-site which fully documents any changes or revisions to the original design plans. 4.05 Bid Review and Recommendations – Conduct a thorough review of bids, including verifying quantities. Inform City of any ambiguities or omissions and recommend resolution. 15 Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park 4.06 Notify Affected Utilities – Identify all affected utilities and notify of relevant project impacts prior to start of construction. (Only City utilities are present on site currently). 4.07 Pre-Construction Job Walk – Verify site conditions and determine all pertinent construction requirements, constraints, necessary sequence of activities, traffic control, and related actions. 4.08 Document Existing Site Conditions (photo and video records) - Coordinate pre- and post-construction video and photographic site survey, provide daily photographic work detail, and provide the City with all photographic material at the conclusion of the job. 4.09 Prepare Electronic Records Filing System – Set-up web-based records management system and provide access to City and Contractor staff (see 5.04 below). 4.10 Notice of Intent (NOI) Filing – Review project Stormwater Pollution Prevention Program (SWPPP), draft NOI for City LAR approval, and submit to State via the SMARTS web portal. 5. Construction Phase Services 5.01 Pre-Construction Conference - Conduct the pre-construction meeting, which will include appropriate City staff, Contractor and major subcontractors. Prepare the agenda and minutes for distribution. The meeting will include a discussion of all items pertinent to the successful performance and completion of the project by the contractor, particularly expectations regarding schedule, notifications, testing, site constraints and other protocols. 5.02 Project Progress Coordination Meetings - Conduct and document progress meetings after substantial work progress has been initiated. Prepare and distribute meeting agendas to include schedule updates, key issues and constraints, and progress updates. Prepare and distribute meeting minutes. Contractor will be requested to provide three days’ notice of upcoming work progress milestones. Subcontractors and others will be invited as needed from time-to-time. Weekly to bi-weekly meetings are anticipated but will vary depending on actual project progress. 5.03 Submittal and Requests for Information (RFI) Processing - Prepare a list of required submittals, provide to the contractor, and keep a log of all submittals and their review status throughout the project. Coordinate and manage the submittal and shop drawing review process. Submittals will be logged, routed to the appropriate reviewer(s) and City staff, with consolidated response transmitted back to the Contractor in a timely manner. Subsequent resubmittals will also be routed, tracked and returned with appropriate comments. Evaluate, coordinate and manage Requests for Information (RFIs) and Requests for Clarifications (RFCs) and all responses. This includes log, tracking progress, request response from appropriate persons, review/edit response, and transmit response to contractor. 5.04 Maintain Project Records – Utilize a web-based records storage system to store and organize contract documents and addenda, meeting minutes, submittal and RFI logs, change order requests and supporting documentation, daily reports and inspection records, compliance testing reports and logs, photo logs and other correspondence and records. Electronic files of project records will be made available for City staff and Contractor access. 5.05 Field Observation and Inspection - Field observation and inspection duties will be performed on a full-time basis to monitor the contractor’s work for completeness and compliance with the contract documents. The field inspector will also provide a line of communication between the contractor and the City through the project manager and vice-versa. The field inspector will attend all progress meetings and assist in the progress payment review process, prepare and monitor the punch list and coordinate with contractor for special inspections and owner notification. The field inspector will keep a diary/log, prepare work reports, keep photo documentation of progress, and list all observed activities. Additionally, document status of materials-on-hand, monitor weather conditions, pollution prevention and spill prevention measures, and ensure adherence with all environmental compliance measures. Prepare field directives and work halt notices as necessary. Note that Brelje & Race’s observer will be on site full-time except when a full-time observer will be provided by Engeo. Full-time observation will be covered and coordinated by Brelje & Race. 5.06 Inspection Daily Logs - Provide daily reports detailing construction activities and work progress, changed conditions, equipment and staff on hand, safety issues, materials testing results, and any potential or incurred CCO work. Photo documentation of daily work will also be included with daily reports. The daily reports also provide a means to track the contractor’s schedule and issues that arise. The Construction Manager will review all reports ahead of submitting to the City via the share site. 5.07 Prepare Weekly Reports – Construction Manager to prepare report of progress and status updates on a weekly basis and submit via email to the City’s project manager. Additional reports will be provided upon request or when progress is occurring rapidly. 16 Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park 5.08 Review Monthly Progress Payments - Construction Manager to evaluate monthly progress payment requests from contractor, compare against Contractor’s schedule of values and review for accuracy and completeness and negotiate changes to quantities where needed and submit to City with recommendation for payment. 5.09 Schedule Management - Provide schedule management including review of contractor’s as-planned schedule for conformance with the specifications and for reasonableness of activity durations and sequence. Meet with the contractor to discuss and clarify any significant issues. Review revised schedules as required. Review work progress as compared to the as-planned schedule and notify contractor of schedule slippage. Analyze schedule to determine impact of the weather and change orders on the construction schedule. Review contractor’s updates of the construction schedule which incorporates actual progress, weather delays, and change order impacts. Prepare weekly Statement of Working Days for Contractor noting work days, rain days, and time remaining to complete the project. 5.10 Potential Change Orders and Contract Change Orders - Coordinate and manage the requests for CCOs and communications regarding PCOs, including log, review in conjunction with City staff, assist with determination of changed conditions and scope definition as needed, assist with negotiation, and incorporate change orders into the construction contract. Brelje & Race will prepare all change order requests with City provided standard forms. 5.11 Dispute Resolution and Claims Management - Should any disputed work items not be resolved adequately through the change order process and the Contractor files a claim, Brelje & Race will advise and assist City staff throughout the claims process. 5.12 Certified Technical Inspections, Field Testing, and Laboratory Testing – Provide and coordinate all special inspections, field testing, and laboratory testing as required by the contract documents. 5.13 Worksite Safety Monitoring & Liability Awareness - Brelje & Race personnel will continuously monitor job site conditions for safety on behalf of the Contractor and the City. Where needed, reminders will be provided (without direction) for situations where better safety or reduced liability become an issue. 5.14 Traffic Control and Public Safety Compliance - Monitor Contractor’s safety protocols for public safety and vehicle and pedestrian traffic control. 5.15 NPDES Compliance and Best Management Practices Monitoring – Prior to construction review the Contractor’s Best Management Practices plan. Monitor Contractor’s implementation of plan procedures throughout construction phase to ensure compliance with NPDES and prevent stormwater pollution. 5.16 As-Built Verification – Maintain observer’s set of Red-line drawings noting deviations and changes from project design drawings. Prepare record drawings of the completed construction work documenting changes during construction. 6. Post-Construction Services 6.01 Electronic Records Handoff – Provide all project documents and records, including as-built drawings, to City in electronic format prior to final payment (via USB or file transfer). 6.02 Substantial Completion and Punch List - At the time of substantial project completion, schedule with the City the review and preparation by the field inspector an initial Punch List of items remaining for the contractor to comply with all contract provisions. Review with Contractor, monitor progress on correcting deficiencies noted, and prepare final Punch List to allow preparation of the Notice of Completion. 6.03 Lien Waivers, Bonds, and Warranties – Coordinate with Contractor to obtain all lien waivers, bonds, and warranties required in the contract documents. 6.04 Project Closeout and Final As-Builts - Provide the City with copies of all project documentation including final redline as-built drawings, submittal and RFI logs, daily field reports, correspondence, log of testing results, photo documentation and any other pertinent documentation. Assist with preparation of the Notice of Completion and advise the City when appropriate to pay retention and other final closeout items. One (1) hard copy set of the Record Drawings will be provided along with a scanned PDF copy. 6.05 Final Verification of Test and Inspection Compliance – Review testing reports and records to verify compliance with the testing and inspection requirements of the contract documents. Assumptions and Limitations 1. Permits and other fees, if any, are assumed to be arranged for and paid by others. Brelje & Race Consulting Engineers • Statement of Qualifications for Construction Management and Inspection Services Tank 9 Pad and Retaining Wall Improvements • City of Rohnert Park Brelje & Race Consulting Engineers Sean Jeane, P.E. Brennen Urbanek, E.I.T. Tim Barger Appendix A Resumes (this page intentionally left blank) M. SEAN JEANE, P.E. Sean Jeane is a Senior Principal with more than 32 years of civil engineering experience, including 26 years with Brelje & Race. Sean’s professional experience has spanned master planning, preparation of construction documents, and construction management for streets, sidewalks and walking/biking paths, potable water infrastructure, and wastewater treatment and conveyance facilities. His potable water portfolio has included both private and public clients in the areas of master planning, hydraulic modeling, treatment facilities, storage tanks, transmission and distribution piping, pump stations and municipal supply wells. His wastewater portfolio for municipal clients has covered various types of treatment facilities, sewer lift stations, sludge handling and drying, and sewer main rehabilitation. More recently his design and project management experience has expanded to include roadway rehabilitation, ADA improvements, ADA compliant pedestrian and bike paths, and other recreational/park facilities. Additional services he’s provided have included performing third-party grading and drainage review for Sonoma County PRMD and providing on- call construction management, peer review and value engineering assistance to the City of Rohnert Park. Construction Management City of Rohnert Park • 1 MG Water Storage Tank 8 and Twin Transmission Mains – Project Manager and Construction Manager providing follow-up design and construction management services for a new 1 MG welded water storage tank, two ½-mile transmission mains, paved access road, bridge structure and 20-ft. soil nail retaining wall. Design included redesigning all roadway and piping facilities due to realignment, and additional facilities to accommodate a future second tank on site. • Claussen Overcrossing and Highway 101 Sewer Lining • 2016 Sewer Linings • Adrian Sewer and Water Rehabilitation, Phases I and II • Alta-Almond Sewer and Water Rehabilitation • Graton Rancheria Sewer Lift Station and Force Main Installation • Tanks 1, 3, 4 and 5 Exterior Recoating • Tank 2 Interior Recoating • Copeland Creek Bike Path Reconstruction City of Santa Rosa • Storage Reservoir Seismic Upgrades, Phases I and II – Project Manager for first two phases of the City of Santa Rosa’s planned multi- phase seismic upgrades to all of their municipal storage tanks. Phase I included seismic improvements to three storage tanks, including R6 (4.0 MG), R-2B (1.0 MG), and R-12A (0.10 MG). Tanks R-2B and R-12 each had their concrete ring foundations replaced along with other seismic improvements at all tanks, and each had their interior and exterior coatings replaced. Phase II included seismic improvements and ring foundation replacements to an additional three tanks, R-10, R4-A, and R-13. • Oakmont 12-inch Water Main Replacement • S3 Pump Station Pumps and Emergency Generator Additions • Proctor Heights ADA Walking Path Education B.S., Civil Engineering, California State University, Chico, 1988 Registration Professional Civil Engineer, CA No. C52402 (1994) Professional Affiliations American Council of Engineering Companies, North Coast Chapter, Past President Construction Specifications Institute American Water Works Association Leadership Santa Rosa Class XXIV Training/Certifications Kentucky Pipe Networks, University of Kentucky, Haestad Methods Cybernet/ WaterCAD MWH Soft H2ONet Water Model Workshop M. SEAN JEANE, P.E. Page 2 of 2 CYO Catholic Charities – Youth Camp, Occidental •Water System Pipelines and Treatment Plant Improvements – Project Manager and Construction Manager for upgrade and replacement of the CYO Camp’s aging, home-built sand filtration system with repurposed and reconstructed redundant microfiltration units and backwashing systems. The project also included design and construction of complete new water system piping, service laterals and 100,000 gallon storage tank. Valley of the Moon Water District •Bolli Water Storage Tanks A and B (Twin 0.8 MG welded steel tanks) •Bolli Water Transmission Main •Water Main Replacement Projects (various) County of Sonoma •Graton and Occidental ADA Improvements, Phases I – III – Project Manager and Construction Manager for the replacement of approximately 31,000 square feet of concrete sidewalk, ADA ramps, and driveway aprons as well as curb and gutter and AC paving over three construction phases. Bodega Bay Public Utility District •Wastewater Treatment Plant Tertiary Upgrades •Dunes Well No. 3A •High Pressure Zones 8-inch Intertie Pipeline •WWTP Flocculation Tank •East Shore Road Water Main Extension Water Utility Planning and Design City of Rohnert Park •South East Area 0.8 MG Water Storage Tank •Tank Exterior Recoating – Tanks 1, 3, 4, and 5 •Water System Unidirectional Flushing Program •Hydraulic Model Study Update •Rohnert Park Expressway 16-inch Transmission Main •Water System Hydraulic Model Study •Water System Capital Improvement Program •Water Mains Improvements (Various) •Commercial Meter Replacement, Phase III City of Santa Rosa •S3 Pump Station – Pump and Emergency Generator Additions •Proctor Heights Twin 2.6 MG Water Storage Tanks and Pump Station Sutter Medical Center Santa Rosa •Water Supply Wells, Treatment, Storage and Pumping Facilities Callayomi County Water District •Water Treatment Plant and Office Replacement BRENNEN URBANEK, E.I.T. Education B.S., Civil Engineering, California State University, Chico, 2014 Registration Engineer-in-Training, CA No. 153086 Professional Endeavors Brelje & Race April 2018 to Present Mead & Hunt March 2015 to April 2018 California Pavement Preservation Center January 2013 to January 2015 Valley Slurry Seal Summers 2011 and 2012 Professional Affiliations American Society of Civil Engineers Brennen Urbanek has approximately seven years of design experience, having developed and expanded an expertise in construction management, site development, ADA compliance, storm water mitigation, and pavement maintenance systems. He possesses a knowledge base of municipal, state and federal regulations, policies, and procedures. Brennen’s experience includes construction document development, water, sewer and storm drainage utility design, grading and drainage design, earthwork calculation and cost estimating utilizing a variety of software including AutoCAD Civil 3D, Excel, and ArcGIS. Prior to joining Brelje & Race, Brennen worked primarily on Aviation projects. He is well-informed in Federal Aviation Administration requirements and processes relating to airport design. He also has conducted visual condition surveys and detailed inspections for Airport Pavement Management System (APMS) studies, as well as, performing Life Cycle Cost Analysis (LCCA). Project Experience City of Rohnert Park •Tank 8 – Water Storage Tank, Water Mains, and Access Road – Design and Construction Engineer •Trail to Crane Creek Regional Park - Phases 1-B & 3 – Design Engineer •Sidewalk & Driveway Improvements – Design Engineer Redwood Valley County Water District •Redwood Valley Water Mains Replacement and Retrofit – Construction Engineer City of Santa Rosa •Slater and Lewrosa Sewer and Water Replacement – Construction Engineer •Rock Creek and Matanzas Sewer and Water Replacement – Design Engineer •Los Alamos Trunk Sewer Replacement - Design Engineer County of Sonoma •Occidental ADA Improvements, Phase III – Construction Engineer Callayomi County Water District •Water Treatment Plant – Construction Engineer City of Healdsburg •Healdsburg Avenue Sewer Replacement – Design Engineer City of Cloverdale •Washington Street ROW Extension – Design Engineer •Storm Drain Relocation – Design Engineer •City of Cloverdale Tentative Map – Design Engineer Alexander Valley Healthcare •Alexander Valley Wellness Center Site Development – Design Engineer Pullman Moscow Regional Airport, Pullman, WA* •Runway 6-24 Realignment County of Humboldt, Garberville, CA* •Runway and Taxiway Rehabilitation *Project experience prior to Brelje & Race TIMOTHY BARGER Education B.S. in Civil and Structural Engineering, University of California, Davis, 1978 Professional Endeavors Brelje & Race 2021 to Present Nordby Construction 2016 to 2021 Unger Construction 2012 to 2016 Nordby Construction 2000 to 2011 GCI, Inc. 1995 to 2000 Warne Construction 1993 to 1995 Turner Construction 1990 to 1993 Morse Diesel Construction 1986 to 1990 Certifications OSHA 30-hour General Industry OSHA 10-hour General Industry Timothy “Tim” Barger has over 35 years of experience in construction supervision and management. Tim has managed a diverse portfolio of construction projects – from small-scale improvement projects to major institutional land development projects valued at over $200 million. He is adept at leading all facets of construction phase services, from preconstruction to final sign-off, working in close collaboration with clients, designers, and the contracting team to ensure successful project delivery. Leading teams for several major general contractors, Tim’s responsibilities have included scheduling, constructability reviews, job cost control, safety control, subcontractor supervision, and project documentation and reporting. PROJECT EXPERIENCE Redwood Valley County Water District, Redwood Valley, CA Construction Inspector for 10,900 LF of new water mains and 9,100 LF of replacement water mains to improve system seismic resiliency. Provided daily observation of construction work, managed documents and records, and facilitated communications with District, contractor, and the public. Fillmore Center Redevelopment Project, San Francisco, CA Project Superintendent for streetside and interior courtyard construction for a 1.4 million square foot, three city block urban redevelopment project. Oversaw construction of mid-block multi-purpose courtyards with garden landscapes and water features. Project required extensive coordination with City of San Francisco Public Works Department. Stanford University Medical Center Modernization Project, Palo Alto, CA Assistant Construction Project Manager for a 500,000 square foot addition to the existing hospital. New project improvements included three nursing wings, 20 operating rooms, cafeteria and server, 40,000 square foot teaching facility, new and remodeled imaging departments, and a separate MRI structure. Sutter Santa Rosa Regional Hospital, Santa Rosa, CA Project Superintendent for on-site water treatment plant and wastewater treatment plant to serve new 84-bed acute care regional hospital campus. Memorial Hospital Expansion, Santa Rosa, CA Construction Project Manager for major expansion of main hospital building at 338-bed acute care hospital. 28 & 30 Liberty Ship Way Office Conversion, Sausalito, CA Construction Project Manager for two building commercial project featuring 53,000 SF of new Class B office construction and restoration of historic warehouse for conversion to 42,000 SF of office use. 500 and 600 Bicentennial Way Office Complex, Santa Rosa, CA Superintendent and Construction Project Manager for new construction of a commercial complex featuring two three-story buildings housing 64,000 SF of Class A office space. Clubhouse Renovation, The Meadow Club, Fairfax, CA Superintendent for site and civil improvements related to renovation of historic clubhouse building, including parking, wet utilities, and fire suppression. (this page intentionally left blank) 475 Aviation Blvd., Suite 120 • Santa Rosa, CA 95403 • v: 707-576-1322 • www.brce.com Civil and Environmental Engineers Surveyors • Construction Managers • Land Planners TASK DESCRIPTION Construction Manager Senior Project Advisor Clerical Construction Engineer Construction Technician 2 Jeane Locey Staff Urbanek Barger 1 1.01 CEQA Monitoring Compliance 1.02 Coordination of Dudek's Services 2 4 Subtotal 2 0 0 0 0 $0 $0 2 2.01 Geotechnical Observation and Testing $51,500 2.02 Coordination of Engeo's Services 4 8 Subtotal 4 0 0 0 8 $51,500 $0 3 3.01 Structural Observation & Testing $11,300 3.02 Coordination of Cornerstone SE Services 2 4 Subtotal 2 0 0 0 4 $0 $11,300 4 4.01 Kick-Off Meeting 3 2 2 4.02 Constructability Review 1 8 4.03 Construction Management Plan 1 4 4.04 Monitor Record Drawings 4 4.05 Bid Review and Recommendations 1 4.06 Utility Notification 2 4.07 Pre-Construction Job Walk 8 4.08 Document Existing Conditions 1 8 4.09 Prepare Records Filing System 1 4 4.10 Filing SWPPP NOI 1 4 Subtotal 9 8 4 20 14 $0 $0 5 5.01 Pre-Construction Conference 3 1 4 2 5.02 Progress Meetings (10 total) 2 20 10 20 5.03 Submittal and RFI Processing (6 ea) 12 8 60 5.04 Project Record Maintenance 2 8 5.05 Field Observation and Inspection 1 544 5.06 Inspection Daily Logs 2 10 5.07 Weekly Progress Reports 20 4 5.08 Monthly Progress Payments 2 12 6 5.09 Schedule Management 2 4 5.10 Change Order Processing (1 ea) 2 1 6 5.11 Dispute and Claims Management 2 4 1 2 5.12 Technical Inspection and Testing 2 4 5.13 Safety and Liabilty Monitoring 2 2 5.14 Traffic Control and Safety Compliance 2 5.15 NPDES Compliance & BMP Monitoring 2 2 2 5.16 As-Built Verification 2 1 Subtotal 94 0 43 94 546 $0 $0 6 6.01 Electronic Records Handoff 2 4 4 6.02 Substantial Completion & Punch List 2 1 4 6.03 Lien Wavers, Bonds, and Warranties 2 1 6.04 Project Closeout and Final As-Builts 2 2 8 4 6.05 Final Verification of Testing Compliance 1 Subtotal 9 0 8 8 12 $0 $0 Total Hours 120 8 55 122 588 N/A N/A Hourly Rate $240 $205 $90 $165 $145 N/A N/A Subtotal Cost $28,800 $1,640 $4,950 $20,130 $85,260 $51,500 $11,300 SUBTOTAL $203,580 REPRO & PLOT $0 10%$6,300 TOTAL $209,880 1 A total of 85 full-time field observation days are included, however, only 68 have been included for B&R staff due to Engeo providing 15 to 18 days of inspection within their services. 2 Services as indicated will be performed by our field observer(s) as part of their normal, daily observation work tasks under item 5.05. WORKHOURS Tank 9 Pad and Retaining Wall Improvements - Construction Management and Inspection TASK, WORK HOUR and COST TABULATION March 8, 2022 SUBCONSULTANT MARK-UP City of Rohnert Park Environmental Services Geotechnical Services Structural Services Pre-Construction Services Construction Phase Services Post-Construction Services Subconsultant ($) Engeo, Inc Subconsultant ($) Cornerstone EXHIBIT "B"