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"