Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Environmental Consulting Services; WRAAGREEMENT FOR PROFESSIONAL SERVICES
FOR ENVIRONMENTAL CONSULTING SERVICES
This Agreement is made and entered into this 12th day of April, 2016, by and between the
CITY OF SAN RAFAEL (hereinafter "CITY"), and WRA (hereinafter "CONTRACTOR").
RECITALS
WHEREAS, CITY desires to enter into contract with firm(s) capable of assisting CITY in
preparation of environmental documents, technical studies, written reports to City Council, permit
applications and negotiations with regulatory agencies, and other environmental consulting services
on an as -needed basis; and
WHEREAS, CONTRACTOR is experienced, able and qualified to provide these services;
AGREEMENT
NOW, THEREFORE, the parties hereby agree as follows:
1. PROJECT COORDINATION.
A. CITY'S Project Manager. The Assistant Public Works Director is hereby
designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall
supervise all aspects of the progress and execution of this Agreement.
B. CONTRACTOR'S Project Director. CONTRACTOR shall assign a single
PROJECT DIRECTOR to have overall responsibility for the progress and execution of this
Agreement for CONTRACTOR. Justin Semion is hereby designated as the PROJECT
DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the
execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the
CONTRACTOR shall notify the CITY within ten (10) business days of the substitution.
2. DUTIES OF CONTRACTOR.
CONTRACTOR shall perfonn the duties and/or provide services as follows:
Preparation of environmental documents for Capital Improvement Projects, technical studies, and
written reports to City Council, permit applications and negotiations with regulatory agencies,
consultation with City staff, and other environmental consulting services, including contracting with
sub -consultants, on an as -needed basis as may requested by the PROJECT MANAGER by written
Task Order fiom time to time. Services shall be provided in accordance with the terms of this
Agreement, the Request for Qualifications dated February 25, 2016 (Exhibit B),
CONTRACTOR's Proposal/Statement of Qualifications dated March 15, 2016 (Exhibit A), and
the Task Order issued by CITY for each specific assignment.
W-3 -0016
JJI�,r pran T A
�16 l� -1 _ y;
3. DUTIES OF CITY.
CITY shall pay compensation as provided in Paragraph 4, and perform duties as follows:
Issue a written Task Order for each assignment, and coordinate as needed with City staff and
resources.
4. COMPENSATION.
For the full performance of the sei vices described herein by CONTRACTOR, CITY shall
pay CONTRACTOR as follows:
For all services rendered during the term of this Agreement, on a time and materials basis in accordance
with the 2016 Billing Rates included in Exhibit A, and with a not -to -exceed amount as identified in
each Task Order. The cumulative total amount of all Task Orders issued under this Agreement shall
not exceed $20,000, including authorized expenses.
Payment will be made monthly upon receipt by PROJECT MANAGER of itemized
invoices submitted by CONTRACTOR. Invoices shall include Task Order number, amount billed
to date and amount remaining in Task Order, period of service, hours and rates of personnel, and
backup for all expenses. Overhead rate for expenses shall not exceed 10%.
5. TERM OF AGREEMENT.
The term of this Agreement shall be for two years, commencing on April 1, 2016 and ending
on March 31, 2018, or sooner if and when the cuinulative amount of all Task Orders reach $20,000.
6. TERMINATION.
A. Discretionary. Either party may terminate this Agreement without cause upon
thirty (3 0) days written notice mailed or personally delivered to the other party.
B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days
written notice mailed or personally delivered to the other party, and the notified party's failure to
cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such
notice, within such fifteen (15) day time period.
C. Effect of Termination. Upon receipt of notice of termination, neither party shall
incur additional obligations under any provision of this Agreement without the prior written consent
of the other.
D. Return of Documents. Upon termination, any and all CITY documents or
materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and
materials prepared for or relating to the performance of its duties under this Agreement, shall be
delivered to CITY as soon as possible, but not later than thirty (30) days after termination.
7. OWNERSHIP OF DOCUMENTS.
The written documents and materials prepared by the CONTRACTOR in connection with
the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may
use said property for any purpose, including projects not contemplated by this Agreement.
8. INSPECTION AND AUDIT.
Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for
inspection and audit, all documents and materials maintained by CONTRACTOR in connection
with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate
with CITY or its agent in any such audit or inspection.
9. ASSIGNABILITY.
The parties agree that they shall not assign or transfer any interest in this Agreement nor the
performance of any of their respective obligations hereunder, without the prior written consent of
the other party, and any attempt to so assign this Agreement or any rights, duties or obligations
arising hereunder shall be void and of no effect.
10. INSURANCE.
A. Scope of Coverage. During the term of this Agreement, CONTRACTOR shall
maintain, at no expense to CITY, the following insurance policies:
1. A commercial general liability insurance policy in the minimum amount of
one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for
death, bodily injury, personal injury, or property damage.
2. An automobile liability (owned, non -owned, and hued vehicles) insurance
policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence.
3. If any licensed professional performs any of the services required to be
performed under this Agreement, a professional liability insurance policy in the minimum amount
of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, to
cover any claims arising out of the CONTRACTOR's performance of services under this
Agreement. Where CONTRACTOR is a professional not required to have a professional license,
CITY reserves the right to require CONTRACTOR to provide professional liability insurance
pursuant to this section.
4. If it employs any person, CONTRACTOR shall maintain worker's
compensation and employer's liability insurance, as required by the State Labor Code and other
applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY
against all liability for injuries to CONTRACTOR's officers and employees. CONTRACTOR'S
worker's compensation insurance shall be specifically endorsed to waive any right of subrogation
against CITY.
B. Other Insurance Requirements. The insurance coverage required of the
CONTRACTOR in subparagraph A of this section above shall also meet the following
requirements:
1. Except for professional liability insurance, the insurance policies shall be
specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as
additionally named insureds under the policies.
2. The additional insured coverage under CONTRACTOR'S insurance
policies shall be primary with respect to any insurance or coverage maintained by CITY and shall
not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and
noncontributory" coverage in CONTRACTOR'S policies shall be at least as broad as ISO form
CG20 0104 13.
3. Except for professional liability insurance, the insurance policies shall
include, in their text or by endorsement, coverage for contractual liability and personal injury.
4. The insurance policies shall be specifically endorsed to- provide that the
insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said
insurance policies except upon ten (10) days written notice to the PROJECT MANAGER.
5. If the insurance is written on a Claims Made Form, then, following
termination of this Agreement, said insurance coverage shall survive for a period of not less than
five years.
6. The insurance policies shall provide for a retroactive date of placement
coinciding with the effective date of this Agreement.
7. The limits of insurance required in this Agreement may be satisfied by a
combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall
contain or be endorsed to contain a provision that such coverage shall also apply on a primary and
noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement)
before CITY'S own insurance or self-insurance shall be called upon to protect it as a named
insured.
8. It shall be a requirement Lander this Agreement that any available insurance
proceeds broader than or in excess of the specified minimum insurance coverage requirements
and/or limits shall be available to CITY or any other additional insured party. Furthermore, the
requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this
Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or
proceeds available to the named insured; whichever is greater.
C. Deductibles and SIR's. Any deductibles or self-insured retentions in
CONTRACTOR's insurance policies must be declared to and approved by the PROJECT
MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing any
self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be
satisfied by either the named insured or CITY or other additional insured party. At CITY's option,
the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to
CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and
related investigations, claims administration, attorney's fees and defense expenses.
D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT
MANAGER or CITY'S City . Attorney all of the following: (1) Certificates of Insurance
evidencing the insurance coverage required in this Agreement; (2) a copy of the policy
declaration page and/or endorsement page listing all policy endorsements for the commercial
general liability policy, and (3) excerpts of policv language or specific endorsements
evidencing the other insurance requirements set forth in this Agreement. CITY reserves the
right to obtain a full certified copy of any insurance policy and endorsements from
CONTRACTOR. Failure to exercise this right shall not constitute a waiver of the right to
exercise it later. The insurance shall be approved as to form and sufficiency by PROJECT
MANAGER and the City Attorney.
11. INDEMNIFICATION.
A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the
fullest extent permitted by law, indemnify, release, defend with counsel approved by CITY, and
hold harmless CITY, its officers, agents, employees and volunteers (collectively, the "City
Indemnitees"), from and against any claire, demand, suit, judgment, loss, liability or expense of
any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of
litigation, (collectively "CLAIMS"), arising out of CONTRACTOR'S performance of its
obligations or conduct of its operations under this Agreement. The CONTRACTOR's
obligations apply regardless of whether or not a liability is caused or contributed to by the active
or passive negligence of the City Indemnitees. However, to the extent that liability is caused by
the active negligence or willful misconduct of the City Indemnitees, the CONTRACTOR's
indemnification obligation shall be reduced in proportion to the City Indemnitees' share of
liability for the active negligence or willful misconduct. In addition, the acceptance or approval
of the CONTRACTOR's work or work product by the CITY or any of its directors, officers or
employees shall not relieve or reduce the CONTRACTOR's indemnification obligations. In the
event the City Indemnitees are made a party to any action, lawsuit, or other adversarial
proceeding arising from CONTRACTOR'S performance of or operations under this
Agreement, CONTRACTOR shall provide a defense to the City Indemnitees or at CITY'S
option reimburse the City Indemnitees their costs of defense, including reasonable attorneys'
fees, incurred in defense of such claims.
B. Where the services to be provided by CONTRACTOR under this Agreement are
design professional services to be performed by a design professional as that term is defined
under Civil Code Section 2782.8, CONTRACTOR shall, to the fiillest extent permitted by law,
indemnify, release, defend and hold harmless the City Indemnitees from and against any
CLAIMS that arise out of, pertain to, or relate to the negligence, recklessness, or willful
misconduct of CONTRACTOR in the performance of its duties and obligations under this
Agreement or its failure to comply with any of its obligations contained in this Agreement,
except such CLAIM which is caused by the sole negligence or willful misconduct of CITY.
C. The defense and indemnification obligations of this Agreement are undertaken in
5
addition to, and shall not in any way be limited by, the insurance obligations contained in this
Agreement, and shall survive the termination or completion of this Agreement for the full period
of time allowed by law.
12. NONDISCRIMINATION.
CONTRACTOR shall not discriminate, in any way, against any person on the basis of age,
sex, race, color, religion, ancestry, national origin or disability in connection with or related to the
performance of its duties and obligations under this Agreement.
13. COMPLIANCE WITH ALL LAWS.
CONTRACTOR shall observe and comply with all applicable federal, state and local laws,
ordinances, codes and regulations, in the performance of its duties and obligations tinder this
Agreement. CONTRACTOR shall perform all services wider this Agreement in accordance with
tlicse laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify
and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities,
penalties, fines and all other consequences from any noncompliance or violation of any laws,
ordinances, codes or regulations.
14. NO THIRD PARTY BENEFICIARIES.
CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in
any third party, any benefit or right owed by one party, under the terms and conditions of this
Agreement, to the other party.
15. NOTICES.
All notices and other comrmuiications required or pernitted to be given under this
Agreement, including any notice of change of address, shall be in writing and given by personal
delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the
parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or
if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as
follows:
TO CITY's Project Manager: Kevin McGowan, Assistant Public Works Director
City of San Rafael
1400 Fifth Avenue
P.O. Box 151560
San Rafael, CA 94915-1560
TO CONTRACTOR's Project Director: Justin Semion, Principal
WRA
2169-G East Francisco Blvd.
San Rafael, CA 94901
16. INDEPENDENT CONTRACTOR.
For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers,
agents and employees shall act in the capacity of an Independent Contractor, and not as employees
of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of
CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not
that of an employee of CITY.
17. ENTIRE AGREEMENT -- AMENDMENTS.
A. The terms and conditions of this Agreement, all exhibits attached, and all documents
expressly incorporated by reference, represent the entire Agreement of the parties with respect to the
subject matter of this Agreement.
B. This written Agreement shall supersede any and all prior agreements, oral or written,
regarding the subject matter between the CONTRACTOR and the CITY.
C. No other agreement, promise or staternent, written or oral, relating to the subject
matter of this Agreement, shall be valid or binding, except by way of a written amendment to this
Agreement.
D. The terms and conditions of this Agreement shall not be altered or modified except
by a written amendment to this Agreement signed by the CONTRACTOR and the CITY.
E. If any conflicts arise between the terms and conditions of this Agreement, and the
terms and conditions of the attached exhibits or the documents expressly incorporated by reference,
the terms and conditions of this Agreement shall control.
18. SET-OFF AGAINST DEBTS.
CONTRACTOR agrees that CITY may deduct fiom any payment due to
CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under
any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments,
unpaid checks or other amounts.
19. WAIVERS.
The waiver by either party of any breach or violation of any term, covenant or condition of
this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any
other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or
violation of the same or other term, covenant, condition, ordinance, law or regulation. The
subsequent acceptance by either party of any fee, performance, or other consideration which may
become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding
breach or violation by the other party of any term, condition, covenant of this Agreement or any
applicable law, ordinance or regulation.
20. COSTS AND ATTORNEY'S FEES.
The prevailing party in any action brought to enforce the terms and conditions of this
Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs
(including claims administration) and attorney's fees expended in connection with such action.
21. CITY BUSINESS LICENSE / OTHER TAXES.
CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY
business license as required by the San Rafael Mtuucipal Code CONTRACTOR shall pay any and
all'state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any
work performed under this Agreement, until CONTRACTOR has provided CITY with a
completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and
Certification).
22. APPLICABLE LAW.
The laws of the State of California shall govern this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month
and year fust above written.
CITY OF SAN RAFAEL
JIHUTZ, Ci ager
S r
ATTEST:
ESTHER C. BEIRNE, City Clerk
APPROVED AS TO FORM:
-- r6
ROBERT F. EPSTEIN, Ci Attol
CONTRACTOR
By:
Name: J J SN4,L -SPa'Li 00
Title: VF t n C't (70 /
Attachments: Exhibit A Proposal/Statement of Qualifications
Exhibit B - Request for Qualifications
W:\01 Administration\01.01 Agreements\01.01.02.01 CEP Agreements\38. On -Call Environmental Services\WRA\WRA Professional Services
Agreement - On call environmental - draft 3 -24 -16 -City Att rev 04 04 16 -revised 04 07 16.docx
olowra
ENVIRONMENTAL CONSULTANTS
PROPOSAL TO PERFORM ON-CALL ENVIRONMENTAL
SERVICES FOR THE CITY OF SAN RAFAEL
In response to the RFP by:
Attn: Public Works Director
City of San Rafael
Department of Public Works
111 Morphew Street
San Rafael, CA 94901
March 15th, 2016
San Rafael / San Diego / Fort Bragg / Denver www.wra-ca.com (415) 454-8868
Exhibit A
ENVIRONMENTAL CONSULTANTS
March 15, 2016
City of San Rafael
Department of Public Works
111 Morphew Street
San Rafael, CA 94901
Attention: Public Works Director
Subject: City of San Rafael On -Call Environmental Services
Dear Public Works Director:
WRA, Inc. is pleased to submit the enclosed Statement of Qualifications (SOQ) in response to the City
of San Rafael's Request for Qualifications (RFQ) for On -Call Environmental Services.
As described in the enclosed SOQ, WRA is headquartered in San Rafael and brings 35 years of
environmental consulting to public agencies and private clients. We provide a full array of technical
services including biological, permitting, and CEQA/NEPA. WRA is currently providing on-call
environmental services to a number of public works departments and municipalities in the Bay Area
supporting their capital improvement programs.
WRA accepts the terms of the Agreement for Professional Services as included in the RFQ.
Please do not hesitate to contact me (415) 524-7531 or at semion@wra-ca.com if you have any
questions or would like any additional information about our firm. We thank you in advance for your
time and consideration.
Sincerely,
WRA, Inc.
Justin Semion, MBA, PWS
Principal
Enclosure
2169-G East Francisco Blvd., San Rafael, CA 94901 (415) 454-8868 tel (415) 454-0129 fax info@wro-co.com www.wra-ca.com
WRA 0
Statement of Qualifications
City of San Rafael On -Call Environmental Services
Table of Contents
SECTION 1 — INTRODUCTION.......................................................................................1
SECTION2 — FIRM PROFILE..........................................................................................2
SECTION3 — STAFFING................................................................................................. 3
SECTION 4 — SAMPLE EXPERIENCE FOR LOCAL AGENCIES...................................4
SECTION 5 — REFERENCES..........................................................................................5
SECTION 6 — BILLING RATES 2016............................................................................... 6
SECTION 7— INSURANCE REQUIREMENTS.................................................................7
APPENDIXA................................................................................................................... 8
APPENDIXB.................................................................................................................19
ewra
r•rvo •e•r•ra n-rra.:
WRA 1
Statement of Qualifications
City of San Rafael On -Call Environmental Services
SECTION 1 - INTRODUCTION
This SOQ is in response to the City's RFQ for On-call Environmental Services. The RFQ specifically
requests environmental services associated with the implementation of the City's Capital Improvement
Program (CIP). WRA's experience fulfilling environmental requirements for the specific types of
infrastructure improvements included in the City CIP would be of assistance in meeting the schedule
and budget constraints for the range of projects envisioned. Specifically, WRA can assist the City with
the following elements described in the RFQ, and based on projects in the City's CIP:
• Environmental permitting required by state and federal resource agencies such as the Regional
Water Quality Control Board (RWQCB), California Department of Fish and Wildlife (CDFW),
San Francisco Bay Conservation and Development Commission (BCDC), and the United States
Army Corps of Engineers (Corps)
• California Environmental Quality Act (CEQA) documentation for Public Works CIP projects,
including project presentations at public hearings and approval by Board of Supervisors
• Fulfilling National Environmental Policy Act (NEPA) requirements for projects that may receive
federal funding, such as from the Caltrans Office of Local Assistance
• Assistance with strategic planning during the design of CIP projects occurring in and around
sensitive environmental areas and/or regulatory agency jurisdiction
Related services that WRA provides and may be helpful to the City include stormwater monitoring,
permit compliance during construction, Stormwater Pollution Prevention Plan (SWPPP) development,
biological mitigation procurement, design and monitoring, assistance with design of green landscape
infrastructure, as well as park and trail design.
WRA's proximity to City Public Works offices and long history of doing business within the City of San
Rafael are also key attributes which make WRA an ideal candidate for the City's on-call list for
environmental services. WRA recently completed an important intersection improvement project in the
Las Gallinas neighborhood and has also worked successfully with the current Director of Public Works
in his former role at the City of Pinole.
awra
Priv n � mrne� r.-�.�svn.rnr
WRA 2
Statement of Qualifications
City of San Rafael On -Call Environmental Services
SECTION 2 - WRA FIRM PROFILE
WRA provides complete environmental compliance services including California Environmental Quality
Act/National Environmental Policy Act (CEQA/NEPA), resource agency permitting, stormwater and
biological construction monitoring, and Stormwater Pollution Prevention Plan (SWPPP) development.
WRA provides these services for a wide variety of public infrastructure projects throughout the state of
California. Formed in 1981, WRA is a certified small business (OSBCR ref. #13333) with more than 70
professionals that has completed over 3,000 projects for public agencies, non-profit, and private
organizations. WRA has a wide range of project experience throughout California in a variety of region -
specific habitats. The firm has completed award-winning projects recognized by the American Society
of Civil Engineering, Association of Environmental Professionals, California Water Environment
Association, and American Society of Landscape Architects.
WRA's professional and technical disciplines include:
• CEQA/NEPA Analysis and Documentation
• Caltrans Local Assistance Environmental Compliance
• Aquatic Resources Permitting (Wetlands, Streams, Riparian, Marine Resources)
• California Coastal Zone Biological Surveys & Permitting
• Certified Arborist Services
• Conservation & Mitigation Bank Planning & Design
• GIS Analyses & Remote Sensing
• Landscape Architecture and Restoration
• Preserve Management & Conservation Planning
• Rare & Endangered Plant & Wildlife Surveys, Assessment & Permitting
• Trail & Open Space Design
• Vegetation Mapping & Biological Inventories
• Watershed Assessments & Planning
• Wetland & Endangered Species Construction & Post -Construction Monitoring
• Wetland & Stream Delineation & Functional Assessment
With 35 years of consulting experience, WRA employs a practical and flexible approach to
environmental compliance, balancing the needs of our clients with the requirements of local, regional,
state, and federal resource agencies. We provide comprehensive assistance in identifying and
acquiring all necessary permits for our clients, and in tracking and documenting compliance with all
conditions of approval once the permits are obtained. We pride ourselves on our professional
communication and responsiveness to our clients, facilitating understanding between parties of
sometimes disparate goals.
WRA is currently or has previously provided on-call contract environmental compliance services for the
cities of American Canyon, Alameda, East Palo Alto, Burlingame, Hercules, Redwood City, South San
Francisco, and San Mateo; the Town of Colma; counties of Marin, Contra Costa, Santa Clara, San
Francisco, and San Ramon; and agencies including Caltrans District 4, East Bay Municipal Utilities
District, and the Santa Clara Valley Transportation Authority. WRA prepares and manages
environmental compliance documents for development and infrastructure projects in these jurisdictions,
as well as providing and supporting biological resources work.
swra
EUM010AFMei CONSWarns
WRA 3
Statement of Qualifications
City of San Rafael On -Call Environmental Services
SECTION 3 - STAFFING
The table below summarizes the key staff proposed to work with the City under this on-call contract.
Resumes for each individual are located in Appendix A of this SOQ. WRA will staff assignments with
the key consultant staff identified, and may utilize additional WRA support staff as needed depending
on the needs of the specific project. All of the key consultant staff identified will conduct work
assignments from WRA's office in San Rafael, California, or from the City's office if needed to support
Pubic Works staff.
Justin Semion, PWS
Geoff Reilly, AICP
Dana Riggs
Kate Allan
Landscape Architect
Giselle Goulette SWPPP Developer
Mitigation Design
owra
EUVIROHI EUTAI r.0145WA!Ifs
California Licensed Landscape Architect #5203
Qualified SWPPP Developer (QSD)
10 years of experience in environmental design and SWPPP
services
Certified Professional Wetland Scientist (#2072)
PrincipalLCharge
Permittingg Lead
Member: Association of Environmental Professionals
Biological Compliance Lead
17 years of experience managing environmental permitting projects
for public and private clients
Member: American Institute of Certified Planners, Association of
Environmental Professionals, American Planning Association
CEQAINEPA Project Manager
Caltrans Local Assistance Training Certification
23 years of experience in the preparation and management of
environmental review of CEQA and NEPA documents
Wildlife Society Western Section Member
Principal Biologist
Transportation Worker Identification Credential (TWIC)
15 years of environmental consulting experience specializing in
project management, wildlife ecology, and environmental policy
California Department of Fish and Wildlife Scientific Collectors
Wildlife Biologist
Permit and MoU to live -trap salt marsh harvest mouse
9 years of experience in biological and regulatory protection of
California's wildlife species
Landscape Architect
Giselle Goulette SWPPP Developer
Mitigation Design
owra
EUVIROHI EUTAI r.0145WA!Ifs
California Licensed Landscape Architect #5203
Qualified SWPPP Developer (QSD)
10 years of experience in environmental design and SWPPP
services
WRA 4
Statement of Qualifications
City of San Rafael On -Call Environmental Services
SECTION 4 - SAMPLE EXPERIENCE FOR LOCAL AGENCIES
The table below provides and overview of the types of projects which WRA has worked on involving
public infrastructure and public agency capital improvement projects. Additional details for a few select
projects are included in Attachment B of this SOQ.
City of San Rafael Manuel T. Freitas Parkway and Las Gallinas Avenue Intersection
Las Gallinas Sanitary District
Peacock Gap Lagoon, San Rafael
Paradise Beach County Park, Marin County Open Space
Marin County Flood Control District Flood Damage and Creek Management CIP Study
Intersection Improvements
CEQA and Permitting
Solar Panel Installation
Biological Services
Water Quality Improvement Plan
Water Quality Monitoring
Park Master Plan
Infrastructure Maintenance and Repair
CEQA and Permitting
Flood Control Enhancement Study
Welland Restoration and Flood Control
Path Maintenance
Marin County Department of Public Works Mill Valley -Sausalito Pathway Preservation Project Caltrans NEPA Entitlements, CEQA, Biology and
Permitting
Marin County Flood Control Zone No. 3 Coyote Creek Sediment Removal Project
Central Marin Ferry Terminal Connection, Larkspur, California
Town of Fairfax Azaela Avenue Bridge
Town of San Anselmo Bridge Preventive Maintenance Program
City of East Palo Alto, Runnymede Storm Drain Improvement Project
Silicon Valley Clean Water CIP Projects
Pinole Hercules Water Pollution Control Plant
Sunnyvale Baylands Pump Station #2 Improvements
_,0)wra
fh'+4OIit99M I_•V11-11i
Flood Control Dredging
CEQA and Permitting
Ferry Terminal Bike and Pedestrian Connection
Permit Compliance, Mitigation Design and
Mitigation Monitoring
Caltrans Local Assistance Bridge Replacement
Project
Caltrans NEPA Entitlements, CEQA and
Permitting
Caltrans Local Assistance Bridge Project
Caltrans NEPA Entitlements, CEQA
Bayside Storm Drain and Outfall Improvement
CEQA, Biology, Permitting, and Permit
Compliance
Sanitary Sewer Conveyance Replacement Project
Strategic Planning, Biology and Permitting
Waste Treatment Plant Improvements
BCDC Permitting
Flood Basin Improvements and Pump Station
Refurbishment
Biology and Permitting
WRA 5
Statement of Qualifications
City of San Rafael On -Call Environmental Services
SECTION 5 - REFERENCES
The following table provides contact information for managers at public agencies who have worked
directly with Justin Semion, the Principal in Charge of the proposed on-call contract.
Liz Lewis,
Planning Manager
Marin County Dept. of Public Works
(Various Projects) "(415)473-7226
Faranak Mandavi, County of Santa Clara Roads and Airport Department (408) 573-2478
Engineer - (Bridge Scour Biological Studies and Permitting)
Teresa Hererra, Silicon Valley Clean Water (650) 832-6220
Assistant Plant Manager (Capital Improvement Planning, Biology and Permitting)
_m]iwra
'MONME.Mt rut -1-111
SECTION 6 - BILLING RATES 2016
WRA 6
Statement of Qualifications
City of San Rafael On -Call Environmental Services
o3wra
Er 10111,F"T.I COt:SUt: ar111
GOVERNMENT CLIENT RATE SCHEDULE
Effective: January 1, 2016
PRINCIPALS
Timothy DeGraff, Chief Executive Officer
$255/HR
Geoff Smick, President
200/HR
Sherry Maloney, Chief Financial Officer
200/HR
Michael Josselyn, Senior Wetland Scientist
215/HR
Douglas Spicher, Senior Wetland Ecologist
198/HR
Philip Greer, Senior Biologist
188/HR
George Salvaggio, Senior Landscape Architect
183/HR
Dana Riggs, Senior Wildlife Biologist
174/HR
Justin Semion, Senior Aquatic Ecologist
174/HR
Amanda McCarthy, Senior Plant Ecologist
183/HR
ASSOCIATE PRINCIPALS
183-291/HR
SENIOR ENVIRONMENTAL PLANNER
183/HR
SENIOR ASSOCIATE
163-183/HR
SENIOR ASSOCIATE/ GIS MANAGER
167/HR
SENIOR ASSOCIATE MARKETING DIRECTOR
119/HR
ASSOCIATE ENVIRONMENTAL PLANNER
146-153/HR
ASSOCIATE LANDSCAPE ARCHITECT
143/HR
ASSOCIATE
139/HR
GIS PROFESSIONAL / GIS PROFESSIONAL II
123-142/HR
CONSERVATION FINANCE MANAGER
153/HR
LANDSCAPE ARCHITECT
132/HR
ENVIRONMENTAL PLANNER
125/HR
SCIENTIST
119/HR
SENIOR GIS TECHNICIAN / SENIOR LANDSCAPE DESIGNER
114/HR
SENIOR TECHNICIANS /ASSISTANT ENVIRONMENTAL PLANNER II
113-114/HR
GIS TECHNICIAN / LANDSCAPE DESIGNER
103-104/HR
TECHNICIAN /ASSISTANT ENVIRONMENTAL PLANNER
101-104/HR
FIELD STAFF
75/HR
CLERICAL
68/HR
Subject to an annual rate adjustment Necessary project expenses are billed at cost plus 10%.
2169-G Eusl Francisco Blvd, Son Rafael VA 94901 415) 454 8868 te: (415) 454-0129 fox mlo®vua-ca corn wwwsna-ca com
o)wra
WRA 7
Statement of Qualifications
City of San Rafael On -Call Environmental Services
SECTION 7 - INSURANCE REQUIREMENTS
WRA, Inc. carries the following minimum coverage: General Liability $1 million per occurrence and $2
million in aggregate; Professional Liability: $1 million per claim and $2million in aggregate; Workers'
Compensation: Statutory/Employer's Liability $1 million per occurrence and aggregate; and Auto
Liability, including non -owned and hired: $1 million combined single limit each accident.
es)wra
F'MR0111; F'11A1 f. 0115J11A1115
WRA 8
Statement of Qualifications
City of San Rafael On -Call Environmental Services
APPENDIX A - RESUMES
awra
�wra
ENVIRONMENTAL CONSULTANTS
Mr. Semion received his undergraduate training at the University of
fAmitMichigan
�`,
School of Natural Resources and Environment (1998) and
completed his graduate work at the Presidio Graduate School, completing
a MBA in Sustainable Management in 2014. This background provides a
unique set of skills and perspective combining environmental science with
:
business management skills focused on integrating the needs of the
environment and society into the decisions of private and public
r
f
organizations. Justin has worked at WRA since 2001 and during his time
he has hundreds diverse
managed of projects involving the California
Environmental Quality Act (CEQA) and National Environmental Policy Act
(NEPA), permitting, restoration and habitat management, habitat mitigation
planning and monitoring, and essential fish habitat evaluation. His broad
JUSTIN SEMION, MBA,
environmental science expertise includes eelgrass and subtidal estuarine
PWS
habitats, wetland delineation, ecosystem functions and services evaluation,
Principal, Aquatic Ecologist
stream and riparian habitat assessments, rare and endangered species
semionna.wra-ca.com
surveys and evaluations, wildlife corridor evaluation, vegetation ecology,
o: 415.454.8868 x1320
and fisheries ecology.
c: 415.497.5664
In 2015, he became WRA's first Chief Technical Officer, responsible for
overseeing the development of new and existing services His graduate
Years of Experience: 15
work focused on environmental finance and researching the "business
Educaion
MBA Stustainable Management, Presidio
case" for environmental conservation. He uses the skills gained in his
Graduate School, 2014
graduate work to guide public and private organizations through risk
assessments/valuations, stakeholder mapping, environmental negotiations,
BS, Resource Ecology and Management,
environmental measurement and financial decision making.
University of Michigan, School of Natural
Resources and Environment, 1998
Justin's experience with environmental permitting includes Bay
Professional Affiliations/Certifs
Conservation and Development Commission (BCDC) permits, Corps of
Certified Professional Wetland Scientist
Engineers Clean Water Act Section 404 permits, Endangered Species Act
(#2072)
Section 7 and Essential Fish Habitat consultations, Regional Water Quality
Association of Environmental Professionals
Control Board (RWQCB) Water Quality Certifications, California
Department of Fish and Wildlife (CDFW) Streambed Alteration
Special Recognitions/
Agreements, and San Francisco Bay Dredge Material Management Office
Publications
(DMMO) permits, as well as implementing permit compliance, mitigation
Member, Port of San Francisco Waterfront
and monitoring requirements of these permits.
Plan Resilience Advisory Team
Restoration Subcommittee Member,
In 2015, Justin was invited by the Port of San Francisco to join their
Subtidal Habitats Goals Project, California
Waterfront Plan's Resilience Advisory Team.
Coastal Conservancy
Poster Presentation: Eelgrass
Representative Projects
Transplantation Methods, State of the
Estuary Conference 2009, San Francisco
Silicon Valley Clean Water Program Level Environmental Services,
Estuary Institute
Redwood City, California
Specialized Training
Silicon Valley Clean Water (SVCW) is a special district providing
• Ecosystem Services Valuation,
wastewater treatment to much of Silicon Valley. Mr. Semion manages
International Society of Sustainability
environmental permitting and environmental risk for SVCW, providing
Professionals, January — April 2014.
program management input for selection of design alternatives a range of
• Section 7 Endangered Species Act
waste treatmentr0 ects, permit strategy,
p 1 gy, ecological best management
Biological Assessment Workshop, U.S.
Fish and Wildlife Service, June 2007
practices, and environmental compliance during construction.
• San Francisco Bay Eelgrass
Workshop. November 2006
San Rafael I San Diego I Fort Bragg I Denver (415) 454-8868 info(@wra-ca.com www.wra-ca.com
JUSTIN SEMION
Page 2
Exploratorium Relocation and NPDES Permitting, San Francisco, California
The Exploratorium is children's science institution located in San Francisco, California, and relocated to Piers 15
and 17 along The Embarcadero on the San Francisco Waterfront. The relocation involved repair, replacement,
and expansion of the existing piers, including pier support piles and decking. The project also included an
innovative system that utilizes water pumped from San Francisco Bay to heat and cool the building, reducing the
carbon footprint. The relocation of the museum required permits from the Corps, RWQCB, BCDC, consultation
with NMFS for potential impacts to fish and marine mammals, and consultation with CDFW for Pacific herring.
The heating and cooling system also required a new National Pollution Discharge Elimination System (NPDES)
permit from the RWQCB. Justin obtained all of these required permits and oversaw permit compliance during
construction of the piers and museum.
County of Santa Clara, Bridge Scour Natural Environmental Studies, Santa Clara County, California
Twelve bridge locations within Santa Clara County were identified by Caltrans as having critical abutment scour
necessitating repair. The Santa Clara County Roads and Airports Department, with funding from Caltrans, is
completing the repairs, working with the Caltrans Office of Local Assistance. Justin oversaw completion of a
Natural Environment Study (Minimal Impact) (NES MI) for each bridge, as required by Caltrans, and obtained
regulatory agency permits for the projects. He also oversaw permit compliance during project construction,
including preparation of revegetation and monitoring plans, implementation of the plans, and post -construction
monitoring.
Stinson Beach County Water District: Water Treatment Plant Site Assessment and Panoramic Well
Replacement IS/MND, Marin County, California
The Stinson Beach County Water District serves the community of Stinson Beach in Marin County, California,
with water and wastewater management services, drawing drinking water from a mixture of surface and
groundwater sources. WRA has assisted the Water District with an array of capital improvement and repair
projects over the course of seven years. Justin helped to obtain approval from Marin County for a Coastal
Development Permit associated with the expansion of the District's water treatment plant. He also completed an
Initial Study and Mitigated Negative Declaration (IS/MND) for the installation of a new groundwater extraction well.
Completion of the IS/MND involved coordination with Marin County, local native tribes, as well as the California
Coastal Commission.
Old Canyon Road Bridge Scour Repair Biological Surveys and Permitting, Fremont, California
The City of Fremont received funding from Caltrans to repair bridge scour at the Old Canyon Road Bridge located
over Alameda Creek in Fremont, California. Alameda Creek is not currently an anadromous fish stream, but
restoration will begin in 2014 to construct fish ladders and return anadromous steelhead to Alameda Creek. The
Old Canyon Road Bridge currently presents a low -flow fish passage barrier due to the presence of poured
concrete in the creek bed beneath the bridge. The bridge scour repair will remove the concrete and install rock
protection around the bridge abutments. WRA prepared Caltrans biological resources documentation for the
project and engaged with the National Marine Fisheries Service in a Technical Assistance for concurrence that
the design would not be detrimental to fish passage once the downstream fish ladders had been completed
WRA worked with the project engineers to assess potential fish passage issues at the bridge and to develop
plans for fish passage that meet the National Marine Fisheries Service and California Department of Fish and
Wildlife standards for fish passage. Mr. Semion was the project lead for WRA including attending meetings with
stakeholder groups involved in the restoration of Alameda Creek, as well as overseeing preparation of
environmental documentation and resource agency permit applications.
San Rafael I San Diego I Fort Bragg I Denver (415) 454-8868 info@wra-ca.com www.wra-ca.com
GEOFF REILLY, AICP, BA
Senior Associate
Environmental Planner
reillvCa wra-ca.com
o: 415.524-7461
Years of Experience: 24
Education
BA Resource and Environmental
Geography, Spanish Minor
San Diego State University
pk(
ENVIRONMENTAL CONSULTANTS
Geoff Reilly is a Senior Associate Environmental Planner at WRA, Inc. He
has 24 years of experience in the preparation and management of
environmental review documents pursuant to the California Environmental
Quality Act (CEQA) and the National Environmental Policy Act (NEPA). He
has a broad knowledge of environmental and regulatory issues that affect
land development and has successfully managed the environmental review
process for many complex and controversial projects. He has acted both
as project manager and principal writer for a wide variety of projects,
including residential subdivisions, commercial retail and office
developments, mixed-use projects, institutions, recreational amenities,
industrial facilities, solar, bridge replacements, and roadway improvements.
Geoff has supervised the preparation of all types of CEQA and NEPA
documents for both public and private sector clients, including initial
studies, mitigated negative declarations, environmental assessments,
EIRs, EISs, categorical exemptions and exclusions, constraints analyses,
technical background reports, and third party review. He also has prepared
many Program EIRs for Master Plans, Specific Plans and General Plan
Updates throughout California. His responsibilities include marketing,
client and subcontractor liaison, project budgeting and scheduling, QA/QC,
and the presentation of environmental analyses, recommendations, and
strategies at client meetings and public hearings.
Representative Projects
Professional Affiliations/
Certifications 25`h Avenue Sanitary Sewer Relief Line Project Initial Study, City of
American Institute of Certified Planners San Mateo, California
(AICP) Mr. Reilly managed the preparation of an Initial Study and Negative
Declaration for a proposed sanitary sewer relief line along 25th Avenue in
AssociationEnvironmental San Mateo. The need for the new relief sewer line was identified in the
Professionalss (AEP) City's 2005 Citywide Sewer System Study. The City was also issued a
American Planning Association (APA) Cease and Desist Order by the San Francisco Bay Regional Water Quality
Control Board, which requires it to eliminate sanitary sewer overflows from
2013 NWETC NEPA Certification: being discharged into the storm drain system, surface waters, and ground
Writing the Perfect EA/FONSI or EIS waters.
2013 Caltrans Local Assistance
Training Certification Runnymede Storm Drain Improvement Project, City of East Palo Alto,
California
Specialized Training and WRA managed a team of consultants in support of a flood control/storm
Presentations drain improvement project undertaken by the City of East Palo Alto along
Annual AEP Advanced CEQA the margin of the San Francisco Bay. The project involves dredging an
Workshops existing, unmaintained storm drainage channel and associated catchment
2012 Lorman Education Services basin. The water is then pumped into San Francisquito Creek, a tidally
CEQA Presentation ("Completing the influenced creek that flows to the Bay. The channel and forebay support
CEQA Process") tidal marsh habitat and associated endangered species such as Salt Marsh
Harvest Mouse and California Clapper Rail. Mr. Reilly served as the project
Fall 2012 AEP CEQA Basics Workshop manager for the Initial Study/Mitigated Negative Declaration which was
Presentation recently adopted by the East Palo Alto City Council.
San Rafael I San Diego I Fort Bragg I Denver (415) 454-8868 info(@wra-ca.com www.wra-ca.com
GEOFF REILLY
Page 2
City of Burlingame Storm Drain Capital Improvement Program
The City of Burlingame is embarking on a large-scale storm drain capital improvement program for a variety of
sites within the City. Many of the projects are related to abating flooding during storm events. WRA is working
with EKI Consulting, the City's project manager, to address biological issues, permitting needs associated with the
storm drain improvement program, compliance monitoring, and requirements of the California Environmental
Quality Act (CEQA). Many of the proposed improvements relate to flooding of channelized creeks. By nature
these features are sensitive and regulated by a variety of agencies including the Corps of Engineers, Regional
Water Quality Control Board, and the Department of Fish and Wildlife. Given the City's location adjacent to San
Francisco Bay, several of the project areas are also in close proximity to habitat for federal listed species such as
salt marsh harvest mouse and California clapper rail. WRA biologists conducted baseline surveys to map
sensitive habitats and address the potential for various sensitive species prior to project initiation. If
environmental permits, CEQA services, or habitat mitigation are needed, WRA assists with these tasks as well.
Mr. Reilly recently managed the preparation of the Initial Study/Mitigated Negative Declaration for Burlingame's
Laguna Flood Control Project.
Gilbert Avenue Roadway Extension Expanded Initial Study (ExIS), County of San Luis Obispo, California
Mr. Reilly assisted the County of San Luis Obispo with the preparation of an EAS for the proposed extension of
Gilbert Avenue, a residential street located in Cayucos, San Luis Obispo County. The proposed roadway
extension project would allow for future development of parcels that are currently inaccessible. Issues analyzed
in the EAS included: growth -inducing impacts, hillside stability, hydrology and aesthetics. Based on the
conclusions of the EAS, the County determined that an EIR was required for the project.
Town of Fairfax Bridge Rehabilitation and Replacement Projects, Fairfax, California
Mr. Reilly is currently managing the preparation of various CEQA and NEPA documents for the following bridge
projects in the Town of Fairfax: Bridge Preventive Maintenance Program (BPMP) for Spruce Road Bridge, Marin
Drive Bridge, and Canyon Road Bridge; Meadow Way Bridge Replacement Project; and Creek Road Bridge
Seismic Retrofit. WRA is assisting the project team with the preparation of a NEPA Categorical Exclusion and
various technical studies for each project as well as a CEQA Initial Study/Mitigated Negative Declaration.
Town of San Anselmo Safe Routes to Schools NEPA Categorical Exclusion
Mr. Reilly served as project manager for the preparation of a Categorical Exclusion pursuant to the National
Environmental Policy Act (NEPA) and Caltrans Local Assistance guidelines for San Anselmo's Safe Routes to
Schools project The project consists of improvements to existing routes that will meet federal, state, county and
Town requirements. All improvements must conform to Americans with Disabilities Act (ADA) requirements or
provide a sound design exception. The design must also include street signing, striping and pavement markings,
as needed. The various improvements will include: installing 1,000 feet of cable pedestrian safety barrier, 1,700
feet of new sidewalk, twenty (20) ADA -compliant curb ramps, thermoplastic, two (2) raised intersections, and
reconfiguring an existing four-way traffic signal to split phase timing.
County of Santa Clara East San Jose Pedestrian and Bicycle Improvements Project
Mr. Reilly is currently managing the preparation of various technical reports pursuant to NEPA and Caltrans Local
Assistance for this project overseen by the County's Roads and Airports Department The project involves
providing a continuous ADA path of travel around the Alum Rock neighborhood in order to improve pedestrian
and bicycle safety and access to transit stops and other land uses in the vicinity. Missing curb and gutters will be
installed and rolled curbs will be replaced with vertical curbs and gutters. Where missing, five foot wide sidewalks
will be installed from the right-of-way line towards the street. Narrower and heavily damaged sidewalks will also
be replaced.
San Rafael I San Diego I Fort Bragg I Denver (415) 454-8868 info0wra-ca.com www.wra-ca.com
GEOFF REILLY
Page 3
Hauser Bridge Road Bridge Replacement, Sonoma County, California
Mr. Reilly is currently assisting Sonoma County with work needed to complete environmental documentation for
the Hauser Bridge Project. This work includes the preparation of a National Environmental Policy Act (NEPA)
Categorical Exclusion, a California Environmental Quality Act (CEQA) Initial Study/Mitigated Negative
Declaration, a Biological Assessment and Natural Environment Study, completing applications to be submitted to
various permitting agencies (ACOE, RWQCB, CDFG), and preparing project specific Cultural, Water Quality, and
Visual Resources reports.
City of Healdsburg General Plan Update EIR, City of Healdsburg, California
Prior to joining WRA, Geoff served as Principal -in -Charge for the Healdsburg General Plan Update EIR. The
Healdsburg General Plan is a comprehensive revision and update of the 1987 General Plan and consisted of
updates to the Land Use, Economic Development, Transportation, Public Services, Natural Resources, Safety,
Community Design, Historic and Cultural Resources, and Administration and Implementation Elements. These
revisions included updating the General Plan planning background information, and changes to General Plan
policies, General Plan land use designations, and the General Plan Land Use Map. Key issues included
traffic/transportation, noise, cultural resources, hazards, solid waste, land use, water supply, sewer services, air
quality, housing, and biological resources.
Santa Rosa Downtown Street Furniture Palette Initial Study/Negative Declaration, Santa Rosa, California
Geoff served as Project Manager for an Initial Study/Negative Declaration for the Santa Rosa Downtown Street
Furniture Palette Project. In October 2007, the City of Santa Rosa adopted the Downtown Station Area Specific
Plan. Centered on a proposed Sonoma Marin Area Rail Transit (SMART) station site and encompassing most of
Santa Rosa's Downtown, the Specific Plan defines the framework for future development in the Plan area. A
priority implementation step called for by the Specific Plan is the development of Street Furniture Palettes. The
Specific Plan defines a "palette" as a group of predetermined specifications that will be applied along individual
corridors or in individual subareas within the Specific Plan area. The Palettes will provide guidance for street
furniture purchases in association with new development and capital improvement projects, and for purchases
made by both the public and private sectors. The Specific Plan identified seven unique subareas within
approximately 'h mile of the SMART station site. The two subareas for which Street Furniture Palettes are to be
prepared at this time are the Courthouse Square and Railroad Square commercial districts.
San Rafael I San Diego I Fort Bragg I Denver (415) 454-8868 infoPwra-ca.com www.wra-ca.com
DANA RIGGS, BS
Principal Biologist
riggs(a)wra-ca.com
o: 415.524.7482
c: 707.396.3373
Years of Experience: 15
Education
BS Earth Systems, Science and Policy
Emphasis: Coastal Ecology
California State University Monterey
Bay 2001
Professional Affrllationst
Certifications
CPR/Basic First Aid Certification
Wildlife Society Western Section
Transportation Worker Identification
Credential (TWIC)
Specialized Training
• MAP Leadership Training
• OSHA 40 -Hour
• Statewide Ambient Monitoring
Program (SWAMP) Training, 2010
• Section 7 Endangered Species Act
Biological Assessment Workshop
USFWS, 2009
• Pacific Salmonid Spawning Habitat
Restoration Workshop, 2008.
• California Anostraca and
Notostraca Identification Class,
2004
• Northern California Reptiles and
Amphibians Identification Class,
2002
sliwra
ENVIRONMENTAL CONSULTANTS
Ms. Riggs is a Principal Biologist at WRA and specializes in project
management, wildlife ecology, and environmental policy. She has more
than 15 years of environmental consulting experience and has directed and
conducted a broad range of resource studies including: biological
reconnaissance studies, special status species surveys, wildlife habitat and
corridor studies, wetland and stream habitat assessment and monitoring,
local and regional land management planning, NEPA and CEQA
documentation, regulatory permitting, conservation banking, and
environmental compliance for a variety of public and private sector clients.
Ms. Riggs manages the wildlife and fisheries department work products
and services.
Ms. Riggs has managed various projects throughout California from the
project planning level through permitting, construction, and post -
construction monitoring. She is experienced in the application of
programmatic biological opinions and negotiating and implementing
associated mitigation and conservation measures with agency staff. She is
also experienced permitting strategies and applications for Clean Water Act
Section 404 Nationwide Permits, 401 Water Quality Certifications, Section
1600 Streambed Alteration Agreements, and Section 7 and 2081 Incidental
Take permits. Ms. Riggs currently oversees teams of biological monitors
for various environmental compliance projects located statewide and is
responsible for coordinating field activities and overseeing work products.
Representative Projects
City of Newman, Prince Road Residential Subdivision Project Initial
Study/Mitigated Negative Declaration, Newman, California
Ms. Riggs is the principal in charge of preparing an Initial Study for a
proposed residential subdivision in the City of Newman in southern
Stanislaus County. The project proposes the subdivision of two parcels
into sixty-three low density single-family residential lots, 4.5 acres of
medium residential condos, a 1.75 acre park and necessary streets to
access the lots. The proposed project would include the annexation of
19.45 acres of land located adjacent to the southern limits of the City of
Newman.
Coyote Valley Specific Plan, Biological Studies and CEQA Analysis,
San Jose, California
Ms. Riggs lead wildlife studies on the biological portion of a CEQA analysis
for planning of the 3,500 -acre Coyote Valley Specific Plan in south San
Jose. Ms. Riggs conducted a biological resources assessment, and other
focused biological studies as part of the environmental analysis for this
large housing and commercial development. Ms. Riggs participated in
special status species protocol surveys for California red -legged frog,
California tiger salamander (larval surveys) and western burrowing owl
transect surveys and contributed findings from these surveys into the
biological resources section of the Draft Environmental Impact Report for
this project.
San Rafael I San Diego I Denver I Fort Bragg (415) 454-8868 infoPwra-ca.com www.wra-ca.com
DANA RIGGS
Page 2
East Bay Municipal Utility District, Recoat Mokelumne Aqueduct Project, Bay -Delta, California
The East Bay Municipal Utility District (EBMUD) Mokelumne Aqueduct Recoating Project Phase 8 will be
conducted at four project sites located in San Joaquin and Contra Costa counties. Ms. Riggs was the principal in
charge and project manager responsible for the project; she oversaw permitting application preparation and
compliance, acted as contact point for United States Fish and Wildlife Service (USFWS) and National Marine
Fisheries Service (NMFS) consultation, and oversees all biological monitoring during construction activities. All
permit applications have been submitted to regulatory agencies and have been approved. USFWS and CDFW
work windows for the project were negotiated to fit project constraints. Project activities and monitoring activities
for giant garter snake, listed fish species, and Swainson's hawk was completed in 2013. Habitat mitigation
monitoring was completed in 2014, more than 3 years ahead of schedule due to successful site management and
agency cooperation.
Arroyo Mocho Temporary Diversion Project, Livermore, California
Ms. Riggs assisted with preparation of a Riparian Resources Management Plan for the Alameda County Flood
Control and Water Conservation District (Zone 7) in accordance with conditions of the issued Streambed
Alteration Agreement for the Arroyo Mocho Temporary Diversion Project. The plan included a riparian and
wetland vegetation monitoring element, a bullfrog and other Exotics Management Element, and a California Red -
legged Frog and other Natives Enhancement Element. Ms. Riggs provided adaptive management strategies for
all elements of the plan, completed in January 2005.
Bodega Bay Waterline Intertie Project, Bodega Bay, California
The Bodega Bay Waterline Intertie project was completed in 2010 and involved the drilling and placement of an
underground waterline through a coastal riparian and intermittent creek, Cheney Gulch in Sonoma County,
California. Ms. Riggs was the project manager and lead biologist for the project. Ms. Riggs was responsible for
overseeing project compliance with a USFWS Biological Opinion for California red -legged frog including pre -
construction surveys, monitoring, and reporting. During the course of the project, an individual frog was detected
in the vicinity of the project, but did not enter the project area and was not affected by project activities.
Doherty Drive Improvement Project, Larkspur, California
The City of Larkspur in Marin County sought to replace and upgrade five stormwater outfalls on Doherty Drive that
drained into a tidal wetland along lower Larkspur Creek. Ms. Riggs has been the principal in charge acting as the
City's biological consultant for wildlife species on the project, both as project manager and as the field leader for a
variety of tasks. These tasks included California clapper rail surveys, avoidance measures and biological
monitoring for listed species including the salt marsh harvest mouse, and supervising the removal of and care for
vegetation sod pieces that were successfully returned to temporarily -impacted portions of the wetland following
construction. The project was completed in compliance with relevant permits with no take of any special -status
species.
Contra Costa County Public Works Department, On -Call Biological Studies, Contra Costa County,
California
Ms. Riggs is the project manager responsible for on-call projects in conjunction with ongoing Public Works
projects in Contra Costa County, primarily road widening and infrastructure projects. Ms. Riggs leads a team of
wildlife biologists, botanists, and wetland delineators to perform construction monitoring, wetland delineations,
wildlife habitat assessments, and rare plant surveys for various projects located within Contra Costa County. Ms.
Riggs has been responsible for the submittal of Natural Environmental Studies and Biological Assessment
Reports in association with these projects, and is experienced with the impact assessment and mitigation
requirements for projects which fall under the Eastern Contra Costa Habitat Conservation Plan/Natural
Communities Conservation Plan (ECCC HCP/NCCP).
San Rafael I San Diego I Denver I Fort Bragg (415) 454-8868 info(@wra-ca.com www.wra-ca.com
DANA RIGGS
Page 3
San Joaquin Council of Governments, Multi -Species Habitat Conservation and Open Space Plan On -Call,
San Joaquin County, California (2092— Present)
WRA is contracted for on-call services related to the San Joaquin County Multi -Species Habitat Conservation and
Open Space Plan (SJMSCP). Ms. Riggs is the principal in charge and oversees staff performing pre -construction
surveys and recommended avoidance and minimization measures to ensure participants are in compliance with
the SJMSCP. Wildlife species and habitats encountered as part of this work include burrowing owl, giant
gartersnake, California tiger salamander, Swainson's hawk, and San Joaquin kit fox.
Kirby Canyon Recycling and Disposal Facility (KCRDF) Mitigation Project, Santa Clara County, California
The KCRDF is a functioning landfill in the South Bay that has required additional environmental permits to
continue planned operations. Ms. Riggs has assisted with the development of the mitigation design and strategy
for proposed on- and off-site mitigation features. Ms. Riggs was responsible for collecting data on benthic
macroinvertebrates (BMI) and assessing BMI indices to identify potential restoration sites based on BMI indicators
of disturbed conditions. This information was used to compare potential sites and identify those sites that would
benefit the most from restoration efforts. Ms. Riggs also conducted California red -legged frog habitat
assessments and surveys in support of conceptual plans for red -legged frog mitigation sites. Permits for this
project have been received and construction plans are underway.
San Rafael I San Diego I Denver I Fort Bragg (415) 454-8868 info(@wra-ca.com www.wra-ca.com
03wra
ENVIRONMENTAL CONSULTANTS
Kate Allan holds a M.S. degree in Biology with an emphasis in biological
q oceanography from the University of California at San Diego, where she
also received a B.S. degree in Ecology, Behavior and Evolution. As a
graduate student, she conducted research on the effects of long-term
climate change on biological communities in the Pacific Ocean.
Prior to her arrival at WRA, Kate coordinated and led the long-term wildlife
monitoring efforts of a Habitat Conservation Plan in Southern California, and
she led tropical marine fisheries research efforts in Tanzania. With WRA,
her primary responsibilities are to conduct surveys, habitat assessments,
and associated biological assessment reports for special -status wildlife
KATE ALLAN, MS species. Additionally, Kate conducts wetland delineations and CRAM
Wildlife Biologist assessments and prepares technical reports, compliance documents, and
allan d.wra-ca.com permit applications.
o: 415.454.8868 x1310
c: 858.761.7961 Kate's primary focus is the biology and regulatory protection of California's
wildlife species. She performs capture and release surveys of special -status
Years of Experience:9 species including the salt marsh harvest mouse, coast horned lizard,
orange -throated whiptail, coast patch -nosed snake, and northwestern San
Education Diego pocket mouse. Kate also conducts protocol -level surveys of the
BS Ecology, Behavior and Evolution, UC California clapper rail, California black rail, California red -legged frog,
San Diego, 2005 California tiger salamander, and vernal pool tadpole shrimp, and she has
MS Biology, UC San Diego, 2006 positively identified these species in the field. Her experience further
includes surveys and assessments of wildlife habitat for the western
Professional Affillations/Certiti'cations burrowing owl, San Joaquin kit fox, Pacific pond turtle, roosting bats, and
US Fish and Wildlife Service 10(a)(1)(A) nesting birds.
Recovery Permit No. TE -12511A-0 for
the salt marsh harvest mouse
California Department of Fish and Representative Projects
Wildlife Scientific Collectors Permit and
MoU to live -trap salt marsh harvest Silicon Valley Clean Water, Redwood City, California
mouse
The Wildlife Society, SF Bay Area Breuner Marsh Bay Trail and Habitat Restoration, Richmond, California
Chapter Member
Specialized Training Hercules Intermodal Transit Center, Hercules, California
Bat Ecology and Field Techniques Runnymede Storm Drain Phase 11 Project and Repair of the O'connor
Workshop, Society
Western Section of the Pum Station Outfall Structure East Palo Alto California
Wildlife Society p >
Desert Tortoise: Intro to Surveying, Santa Clara County Bridge Scour Repair, Santa Clara County,
Monitoring, and Handling Techniques California
Workshop, 2012 Desert Tortoise Council
San Joaquin Kit Fox Survey Workshop,
2010, Bay Area Chapter of the Wildlife South Butterfield Boulevard Extension, City of Morgan Hill, California
Society
Rare Pond Species Survey Techniques SDG&E Sunrise Powerlink Permitting, Mitigation Monitoring and
Workshop, 2010, Sonoma State Biological Monitoring, San Diego and Imperial Counties, California
University
Tehachapi Renewable Transmission Project Bird Nest Monitoring—
CRAM Ephemeral Streams Module Orange and Los Angeles Counties, California
Training, 2010, Southern California
Coastal Water Research Project
San Rafael I San Diego I Fort Bragg I Denver (415) 454-8868 info(@wra-ca.com www.wra-ca.com
GISELLE M.
GOULETTE, MLA
Landscape Architect
aouleffe(@,wra-ca.com
o: 415.454.8868 x1750
c: 510.529.1073
Years of Experience: 11
Education
MLA, Utah State University 2001
BS, Botany, University of Wyoming 1998
63wra
ENVIRONMENTAL CONSULTANTS
Giselle Goulette received a Master of Landscape Architecture degree from
Utah State University and a BS in Botany from the University of Wyoming.
She is a Landscape Architect licensed in the State of California. Her
responsibilities at WRA include project management, conceptual and final
design for habitat restoration and open space projects, construction document
preparation, construction administration, and coordination with the regulatory
and wildlife staff at WRA to implement habitat restoration or mitigation goals.
Giselle has developed conceptual design alternatives and final construction
documents for park and trail projects. Giselle has experience in restoration of
a broad range of habitat types, including freshwater wetland and seeps, tidal
wetlands, riparian areas, coastal sage scrub areas, sensitive species
breeding habitats, and native upland habitats. She is experienced in grading
and planting design for habitat restoration and park projects. She has
completed construction monitoring activities for a variety of habitat restoration
projects, coordinating the implementation of the plans and providing
inspection services. In addition, she has conducted schematic design and
hydrologic feasibility studies for proposed aquatic habitats for achieving
project approval.
Representative Projects
Professional Affiliations/ California State Parks, Yosemite Slough Marsh Restoration and
Certifications Expansion of Candlestick State Park, San Francisco, California
California Licensed Landscape Architect,
#5203 Steamer Landing Park, Park Design and Tidal Marsh Restoration,
Petaluma, California
Qualified SWPPP Developer (QSD)
Specialized Training
American Horticultural Society National
Children & Youth Garden Symposium
July 2015
California Construction General Permit
QSD/ QSP Training, January 2011
Construction Site Compliance for Water
Quality Protection Workshop, San
Francisco Bay Regional Water Quality
Control Board, December 2009
Caltrans Certified Storm Water Pollution
Prevention Plan (SWPPP) Training,
August 2007
Erosion Control and Land Restoration,
U.C. Davis Extension, October 2003
Sanitation Districts of Los Angeles County, Bixby Marsh Restoration
and Public Access Project, Carson, California
Sulphur Creek Stream Enhancement, Hayward Executive Airport,
Hayward, California
North Yreka Creek Greenway, Yreka, California
Callippe Preserve Golf Course Wetland and Riparian Restoration,
Pleasanton, California
The Ranch on Silver Creek, San Jose, California
Big Canyon Creek Restoration, Newport Beach, California
Waldo Point Harbor, Sausalito, California
Wilder Ranch Wetland and Riparian Mitigation, Orinda, California
Habitat Restoration Workshop, U.C. Oyster Point Hook Ramp Wetland Mitigation, South San Francisco,
Davis Extension, October 2003 California
San Rafael i San Diego i Fort Bragg i Denver (415) 454-8868 info(@wra-ca.com www.wra-ca.com
WRA 19
Statement of Qualifications
City of San Rafael On -Call Environmental Services
APPENDIX B - PROJECT DESCRIPTIONS
owra
EMV •O WITAI C01MOA111S
I i f
ENVIRONMENTAL CONSULTANTS
TOWN OF SAN ANSELMO SAFE ROUTES TO SCHOOLS
CEQA CATEGORICAL EXEMPTION AND CALTRANS LOCAL ASSISTANCE NEPA
CATEGORICAL EXCLUSION
L
CONTACT
Rich Souza, PE
CSW/Stuber-Stroeh
45 Leveroni Court
Novato, CA 94949
(415) 883-9850
richs@cswst2.com
BUDGET
$5,600
DATES
2015
GOALS
o Meet the requirements of the National Environmental Policy
Act (NEPA) and Caltrans Local Assistance Guidelines
o Improve bicycle and pedestrian access and circulation
PROJECT DESCRIPTION
WRA is assisting the Town of San Anselmo with plans to
enhance pedestrian safety at the following five locations: Sir
Francis Drake Boulevard between Butterfield Road to
Broadmoor Avenue, the neighborhood surrounding Lower
Brookside Elementary School (The Alameda, Berkeley Avenue,
Broadmoor Avenue), the Tarnal Avenue/San Francisco
Boulevard intersection, San Francisco Boulevard neighborhood
(Veterans Place, Los Angeles Avenue, Santa Cruz Avenue), and
the neighborhood around Wade Thomas Elementary School
(Barber Avenue, Entrata Avenue, Prospect Avenue. Work will
include installation of a new sidewalk, curb, and gutter, raised
intersections, pedestrian safety barrier, new crosswalks,
widening of existing sidewalk, demolition of existing curb ramps,
installation of curb ramps, tree removal, and re -striping of
existing crosswalks in compliance with the Americans with
Disabilities Act of 1990 (ADA). Existing traffic signals will be
reconfigured for split -phase timing, and new signals, poles, and
foundations may be installed. WRA is preparing a Categorical
Exemption pursuant to the California Environmental Quality Act
(CEQA), and a Categorical Exclusion pursuant to the National
Environmental Policy Act (NEPA), and Caltrans Chapter 6 Local
Assistance Procedures and standards.
DELIVERABLES
o NEPA Categorical Exclusion
o CEQA Categorical Exemption
KEY STAFF
Justin Semion, Principal
Geoff Reilly, Project Manager
Jonathan Hidalgo, Environmental Planner
2169-G East Francisco Blvd., Son Rafael, CA 94901 (415) 454-8868 tel (415) 454-0129 fax info0wra-ca.com www.wra-ca.com
ENVIRONMENTAL CONSULTANTS
EAST SAN JOSE PEDESTRIAN AND BICYCLE IMPROVEMENTS PROJECT
NEPA CATEGORICAL EXCLUSION WITH TECHNICAL STUDIES
Wiwi
VAL
.vr. •T�.'.
Ni
Rug
CONTACT
County of Santa Clara Roads and Airports,
Traffic Operations Division
Stephen Au, Engineer
1505 Schallenberger Road
San Jose, California, 95131
408-494-1343
Stephen.Au@rda sccgov.org
BUDGET
$37,360
DATES
2014-2015
GOALS
o Meet the requirements of the National Environmental Policy
Act (NEPA) and Caltrans Local Assistance Guidelines
o Improve bicycle and pedestrian access and circulation
PROJECT DESCRIPTION
WRA is currently preparing various technical reports pursuant to
NEPA and Caltrans Local Assistance for this project overseen by
the County of Santa Clara Roads and Airports Department. The
project involves providing a continuous ADA path of travel
around the Alum Rock neighborhood in order to improve
pedestrian and bicycle safety and access to transit stops and
other land uses in the vicinity. Missing curb and gutters will be
installed and rolled curbs will be replaced with vertical curbs and
gutters. Where missing, five foot wide sidewalks will be installed
from the right-of-way line towards the street. Narrower and
heavily damaged sidewalks will also be replaced.
DELIVERABLES
o NEPA Categorical Exclusion
o Biological Resources Assessment
n Cultural Resources Assessment
KEY STAFF
Justin Semion, Principal
Geoff Reilly, Project Manager
Jonathan Hidalgo, Environmental Planner
2169-G East Francisco Blvd, San Rafael, CA 94901 (415) 454-8868 tel (415) 454-0129 fax info@wra-ca com www.wro-ca.com
o' ojiwra
6FJVirez:NMFa ITAL CONSULTANTS
ALAMEDA COUNTY, CALIFORNIA
OLD CANYON ROAD BRIDGE SCOUR BIOLOGICAL STUDIES AND PERMITTING
Old Canyon Road Bridge
Existing low flow barrier
CONTACT
GOALS
o Complete environmental review and permitting for repair of a
bridge with critical abutment scour conditions.
o Prepare Caltrans NES reports and Technical Assistance with
NMFS.
o Work with project engineers to incorporate design measures
to facilitate fish passage at low flow and reduce impacts to
stream channel.
PROJECT DESCRIPTION
WRA teamed with David J. Powers & Associates and Schaaf &
Wheeler to complete the environmental review and permitting
studies necessary to repair scour on a bridge across Alameda
Creek in Fremont, California. Alameda Creek is not currently an
anadromous fish stream, but restoration is anticipated to begin in
2014 to construct fish ladders and return anadromous steelhead
to Alameda Creek. The Old Canyon Road Bridge currently
presents a low -flow fish passage barrier due to the presence of
poured concrete in the creek bed beneath the bridge. The
bridge scour repair will remove the concrete and install rock
protection around the bridge abutments.
WRA prepared Caltrans biological resources documentation for
the project and engaged with the National Marine Fisheries
Service in a Technical Assistance for concurrence that the
design would not be detrimental to fish passage once the
downstream fish ladders had been completed. WRA worked
with the project engineers to assess potential fish passage
issues at the bridge and to develop plans for fish passage that
meet the National Marine Fisheries Service and California
Department of Fish and Wildlife standards for fish passage.
Construction on this project is anticipated to begin in 2015
DELIVERABLES
M. Eliza McNulty, P.E. o Natural Environment Study
Schaaf & Wheeler Consulting Civil Engineers o Technical Assistance with NMFS
1171 Homestead Road o Permit applications for the Regional Water Quality Control
Suite 255 Board, U.S. Army Corps of Engineers, and California
Santa Clara, CA 95050 Department of Fish and Wildlife
(415) 433-4848
BUDGET KEY STAFF
$34,000 Justin Semion, Project Manager
Daniel Chase, Fisheries and Wildlife Biologist
210^9 0 Eosl •r©ncisco 111,id.. San ftr�fael, CA' 94001 (418) 454-8868 lel (4 E5) 454 0129 tax iniodwro-ca.corn www.wro-co 0^m
�Iiwra
ENVIRONMENTAL CONSULTANTS
SILICON VALLEY CLEAN WATER CONVEYANCE SYSTEM REPLACEMENT
ENVIRONMENTAL REVIEW PERMITTING, AND PERMIT COMPLIANCE
Inner Bair Island location of force main replacement
Force main replacement tidal marsh slough crossing
CONTACT
Silicon Valley Clean Water
Robert Donaldson
Redwood City, California
510-504-2825
BUDGET
GOALS
o Waste treatment conveyance system replacement, including
sections within San Francisco Bay
o Alignment alternatives selection, permitting, biological
resources studies, and permit compliance
PROJECT DESCRIPTION
Silicon Valley Clean Water (SVCW) provides wastewater
treatment for much of the Silicon Valley. The primary force main
that services SVCW's water treatment plant is being replaced as
part of its Capital Improvements Program, including segments
located in San Francisco Bay and on Bair Island, the site of
ongoing tidal marsh restoration coordinated by the U.S. Fish &
Wildlife Service (USFWS). Habitat surrounding portions of the
force main has known populations of federally protected
California clapper rail and salt marsh harvest mouse.
During the preconstruction phase, WRA provided strategic
support to project engineers during design, led the project team
in obtaining environmental regulatory permits and provided
biological resources support for environmental review under the
California Environmental Quality Act (CEQA) and National
Environmental Policy Act (NEPA). WRA is also providing permit
compliance services during project construction. Project permits
and authorizations were obtained by WRA from the U.S. Army
Corps of Engineers (Corps), California Department of Fish and
Wildlife (CDFW), San Francisco Bay Conservation and
Development Commission (BCDC), National Marine Fisheries
Service (NMFS), and USFWS. The project is currently
completing its first phase of construction, and WRA has provided
permit compliance services on behalf of SVCW for the duration
of construction, including biological monitoring during
construction. The second phase of construction is anticipated to
begin in the late summer of 2015, and WRA is currently
providing necessary preconstruction surveys for that construction
phase.
DELIVERABLES
o Project Permit Work Plan and Strategy
o CEQA and NEPA Biological Resources Documentation
o Project Regulatory Permits from the Corps, BCDC, RWQCB
o Endangered Species Consultation with USFWS and NMFS
o Permit Compliance during construction
0
KEY STAFF
$250,000 Justin Semion, Principal -in -Charge
Leslie Lazarotti, Biological Resources and Permitting
2169-G East Francisco Blvd., San Rafael, CA 94901 (415) 454-8868 tel (415) 454-0129 tax info@wra-ca.com www.wra-ca.com
sliwra
ENVIRONMENTAL CONSULTANTS
2169-G East Francisco Blvd., San Rafael, CA 94901 (415) 454-8868 tel (415) 454-0129 fax lnfo@wra-co,com www.wra-ca.com
CITY OF SAN RAFAEL
Request for Qualifications for On-call
Environmental Services
Mayor Gary Phillips
Vice Mayor Kate Colin
Councilmember Maribeth Bushey
Councilmember John Ganiblin
Councilmember Andrew McCullough
2125/2016
Exhibit B
BACKGROUND
The City of San Rafael wishes to enter into on-call Professional Service Agreements
with a select number of firms capable of assisting the City deliver its capital
improvement program, This request for qualifications (RFQ) was prepared to solicit
and evaluate firms capable of assisting the city in the preparation of environmental
documents, technical studies, and written reports to City Council. Anticipated
services also include the ability to prepare and negotiate permits with the various
state and federal resource agencies such as the Regional Water Quality Control
Board, California Fish and Wildlife, and the United States Army Corps of Engineers.
The successful firms will be those firms that demonstrate that they offer the best
value for the City when measured by its technical knowledge, breath of experience,
quality of staff and hourly rates
SUBMITTAL REQUIREMENTS
Submittals should be concise, single -sided 8%" x 11" pages with a font size no
smaller than 12 point. The maximum number of pages per submittal is 16, not
including resumes.
• Enclose a cover letter describing the firm and its interest and commitment to
perform the required services. The cover letter must also state that if selected the
firm will be able to execute a contract in the exact form as attached. A person
authorized by the firm to negotiate a contract shall sign the cover letter.
o State the qualifications and experience of the firm and the individuals proposed
for this project.
o Provide the specific experiences in public works projects for local agencies.
Provide at least three references —name and current phone number —for agency
staff for whom your firm has provided similar services.
• A list of hourly billing rates for each proposed team member, and the period of
time for which those rates will apply. Billing rates shall include all direct and
indirect labor expenses, transportation cost, cell phone, computer, pager and
other such fees.
U:10n-call Services%ivironmental ServiceARFQ for Environmental Services.doc - 2 -
SUBMITTAL DEADLINE AND FORMAT
On or Before March 15, 2016 at 4:30PM
Three stapled, un -bound copies in sealed envelope(s), and
One electronic copy uploaded onto a thumb/flash drive
Delivered to:
City of San Rafael
Department of Public Works
111 Morphew Street
San Rafael, CA
Attention: Director of Public Works
INSURANCE REQUIREMENTS:
Professional Liability: $1M per occurrence, $2 aggregate
Automotive Liability: $1 M combined. single limit
Commercial General Liability: $1 M per occurrence
ATTACHMENTS
Standard City of San Rafael Professional Services Agreement
WOn-call ServicesTrivironmental ServiceARFQ for Environmental Services.doc -3 -
AGREEMENT FOR PROFESSIONAL SERVICES
FOR
This Agreement is made and entered into this day of , 20_,
by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and
(hereinafter "CONTRACTOR").
WHEREAS; ._
WHEREAS,
RECITALS
AGREEMENT
NOW, THEREFORE, the parties hereby agree as follows:
1. PROJECT COORDINATION.
and
A. CITY'S Projcct Manager. The _ is hereby designated the
PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects
of the progress and execution of this Agreenient.
B. CONTRACTOR'S Project Director. CONTRACTOR shall assign a single
PROJECT DIRECTOR to have overall responsibility for the progress and execution of this
Agreement for CONTRACTOR. is hereby designated as the PROJECT
DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the
execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the
CONTRACTOR shall notify the CITY within ten (10) business days of the substitution.
2. DUTIES OF CONTRACTOR.
CONTRACTOR shall perform the duties and/or provide services as follows:
3. DUTIES OF CITY.
CITY shall pay the compensation as provided in Paragraph 4, and perform the duties as
follows:
d. COMPENSATION.
For the Rill performance of the services described Herein by CONTRACTOR, CITY shall
pay CONTRACTOR as follows:
Payment will be made monthly upon receipt by PROJECT MANAGER of itemized
invoices submitted by CONTRACTOR.
5. TERM OF AGREEMENT.
The term of this Agreement shall be for C___) year(s) commencing on
and ending on . Upon mutual agreement of the parties, and subject to the
approval of the City Manager the term of this Agreement may be extended for an additional period
of (___) year(s).
TERMINATION.
A. Discretionary. Either party may terminate this Agreement without cause upon
thirty (30) days written notice mailed or personally delivered to the other party.
B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days
written notice mailed or personally delivered to the other party, and the notified party's failure to
cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such
notice, within such fifteen (15) day time period.
C. Effect of Termination. Upon receipt of notice of termination, neither party sliall
incur additional obligations under any provision of this Agreement without the prior written consent
of the other.
D. Return of Documents. Upon termination, any and all CITY documents or
materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and
materials prepared for or relating to the performance of its duties under this Agreement, sliall be
delivered to CITY as soon as possible, but not later than thirty (30) days after termination.
7. OWNERSHIP OF DOCUMENTS.
The written documents and materials prepared by the CONTRACTOR in connection with
the performance of its duties under this Agreement, shall be the sole property of CITY. -CITY may
use said property for any purpose, including projects not contemplated by this Agreement.
S. INSPECTION AND AUDIT.
Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for
inspection and audit, all documents and materials maintained by CONTRACTOR in connection
with its performance of its duties under this Agreement. CONTRACTOR shall firlly cooperate
with CITY or its agent in any such audit or inspection.
9. ASSIGNABILITY.
The parties agree that they shall not assign or transfer any interest in this Agreement nor the
performance of any of their respective obligations hereunder, iwithout the prior written consent of
tine other patty, and' any attempt to so assign this Agreement or any rights, duties or obligations
arising hereunder shall be void and of no effect.
10. INSURANCE.
A. Scope of Coverage. During the term of this Agreement, CONTRACTOR shall
maintain, at no expense to CITY; the folloxving insurance policies:
1. A connrnnercial general liability insurance policy in the minimum anoint of
one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate; for
death, bodily injury, personal injury, or property damage.
2. An automobile liability (owned, non -owned, and hired vehicles) insurance
policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence.
3. If any licensed professional performs any of the services required to be
performed tinder this Agreement, a professional liability insurance policy in the mininnum amount
of two million dollars ($2,000,000) per occurrence/four million dollars ($4,000,000) aggregate, to
cover any claims arising out of the CONTRACTOR's performance of services under this
Agreement. Where CONTRACTOR is a professional not required to have a professional license,
CITY reserves the right to require CONTRACTOR to provide professional liability insurance
pursuant to this section.
4. If it employs any person, CONTRACTOR shall maintain worker's
compensation and employer's liability insurance, as required by the State Labor Code and other
applicable laws and. regulations, and as necessary to protect both CONTRACTOR and CITY
against all liability for injuries to CONTRACTOR's officers and employees. CONTRACTOR'S
worker's compensation insurance shall be specifically endorsed to waive any right of subrogation
against CITY.
B. Other Insurance Requirements. The insurance coverage required of . the
CONTRACTOR in subparagraph A of this section above shall also meet the following
requirements:
I . Except for professional liability insurance, the insurance policies shall be
specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as
additionally named insureds under the policies.
2. The additional insured coverage under CONTRACTOR'S insurance
policies shall be primary with respect to any insurance or coverage maintained by CITY and shall
not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and
noncontributory" coverage.in CONTRACTOR'S policies shall be at least as broad as ISO form
CG -20 0104 13.
3, Except for professional liability insurance, the insurance policies shall
include, in their text or by endorsement, coverage for contractual liability and personal injury.
4. The insurance policies shall be specifically endorsed to provide that the
insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said
insurance policies except upon ten (10) clays written notice to the PROJECT MANAGER.
5. If the insurance is written on a Claims Made Form, then, following
termination of this Agreement, said insurance coverage shall survive for a period of not less than
five years.
6. The insurance policies shall provide for a retroactive elate of placement
coinciding with the effective date of this Agreement.
7. The limits of insurance required in this Agreement may be satisfied by a
combination of primary and umbrella or excess insurance. Any umbrella or ,excess insurance shall
contain or be endorsed to contain a provision that such coverage shall also apply on a primary and
noncontributory basis for the benefit of CITY (if agreed to ni a written contract or agreement)
before CITY'S own insurance or self-insurance shall be called upon to protect it as a named
insured.
8. It shall be a requirement under this Agreement that any available insurance
proceeds broader than or un excess of the specified minimum insurance coverage requ.ireinents
and/or limits shall be available to CITY or any other additional insured party. Furthermore, the
requirements for coverage and limits shall be; (1) the minimum coverage and limits specified in This
Agreement; or (2) the broader coverage and maximum limits of coverage of any iinsurance policy or
proceeds available to the named insured; whichever is greater.
C. Deductibles and SIR's. Any deductibles or self-insured retentions iii
CONTRACTOR's insurance policies nliist be' declared to and approved by the PROJECT
MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing any
self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be
satisfied by either the nanned insured or CITY or other additional insured pate. At CITY's option,
the deductibles or self-insured retentions with respect to CITY shall be reduced or elllIllllated t0
CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and
related investigations, claims administration, attorney's fees and defense expenses.
D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT
MANAGER oa'- CITY'S City Attorney all of the following: (1) Certificates of Insurance
evidencing the insurance coverage required in this Agreement; (2) a copy of the- policy
declaration page and/or endorsement page listing all policy endorsements for the commercial
general liability policy, and (3) excerpts of noliev language or specific endorsements
evidencing the other insurance requirements set forth in this Agreement: CITY reserves the
right to obtain a full certified copy of any insurance policy and endorsements frons
CONTRACTOR. Failure to exercise this right sliall not constitute a waiver of the right to
exercise it later. - The insurance shall be approved as to form and. sufficiency by PROJECT
MANAGER and the City Attorney.
1-1. INDEMNIFICATION.
A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the
fullest extent permitted by law, indemnify, release, defend with counsel approved by CITY, and
hold harmless CITY, its officers, agents, employees and volunteers (collectively, tine "City
In denunitees"); from and against any claim, demand, suit, judgment, loss, liability or expense of
any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of
litigation, (collectively "CLAIMS"), arising out of CONTRACTOR'S performance of its
obligations or conduct of its operations under this Agreement. The CONTRACTOR's
obligations apply regardless of whether or not a liability is caused or contributed to by the active
or passive negligence of the City Lndenunitees. However, to the extent that liability is caused by
the active negligence or willful misconduct of the City Indemnitees, the CONTRACTOWs
indemnification obligation shall be reduced in proportion to the City Indemnitees' share of
liability for the active inegligenice or willful misconduct. In addition, the acceptance or approval
of the CONTRACTOR's work or work product by the CITY or any of its directors, officers of
eniployees shall not relieve or reduce tine CONTRACTOR's indemnification obligations. In the
event the City Indemnitees are made a party to any action, lawsuit, or other adversarial
proceeding arising from CONTRACTOR'S performance of or operations under this
Agreement, CONTRACTOR shall provide a defense to the City Indemnitees or at CITY'S
option reimburse the City Indemnitees their costs of defense, including reasonable attorneys'
fees, incurred in defense of such clailins,
B, Where the services to be provided by CONTRACTOR under this Agreement are
design professional services to be performed by a design professional as that term is defined
under Civil Code Section 2782.8, CONTRACTOR shall, to tine fullest extent permitted by law,
iindenunify, release, defend and hold harmless the City Indemnitees from and against any
CLAIMS that arise out of, pertain to, or relate to the negligence, recklessness, or willfiil
misconduct of CONTRACTOR in the performance of its duties and obligations under this
Agreement or its failure to comply with any of its obligations contained in this Agreement,
except such CLAIM wlnicln is caused by the sole negligence of willfid misconduct of CITY.
C. The defense and indeinnif cation obligations of this Agreement are undertaken in
addition to, and shall not in any way be limited by, the insurance obligations contained in this
Agreement, and shall survive the termination or completion of this Agreement for the fill period
of time allowed by law.
12. NONDISCRIMINATION.
CONTRACTOR shall not discriminate, in any way, against any person on the basis of age,
sex, race, color, religion, ancestry, national origin or disability in connection with or related to the
performance of its duties and obligations under this Agreement.
13. COMPLIANCE WITH ALL LAWS.
CONTRACTOR shall observe and comply with all applicable federal, state and local laws,
ordinances, codes and regulations, in the performance of its duties and obligations under this
Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with
these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify
and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities,
penalties, fines and all other consequences from any noncompliance or violation of any laws,
ordinances, codes or regulations.
14. NO THIRD PARTY BENEFICIARIES.
CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in
any third party, any benefit or right owed by one party, under the terms and conditions of this
Agreement, to the other party.
15. NOTICES.
All notices and other communications required or permitted to be given under ,this
Agreement, including any notice of change of address, shall be in writing and given by personal
delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the
parties intended to be notified; Notice shall be deemed given as of the date of personal delivery, or
if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as
follows:
TO CITY's Project Manager:
City of San Rafael
1400 Fifth Avenue
P.O. Box 151560
San Rafael, CA 94915-1560
TO CONTRACTOR's Project Director:
1 G. INDEPENDENT CONTRACTOR.
For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers,
agents and employees shall act in the capacity of an Independent Contractor; and not as employees
of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of
CONTRACTOR, its officers, agents and employees be that of an Independent Contractor• and not
that of an einployee of CITY.
17. ENTIRE AGREEMENT -- AMENDMENTS.
A. The terms and conditions of this Agreement, all exhibits attached, and all documents
expressly incorporated l,y reference, represent the entire Agreement of tiles with respect to the
subject matter of this Agreement.
B. ' Tbis written Agreement shall supersede any and all prior agreements, oral or written,
rcgarding the subject matter between the CONTRACTOR and the CITY.
C. No other agreement, promise or statement, written or oral, relating to the subject
matter of this Agreement; sliall be valid or binding, except by way of a written amendment to this
Agreement.
D. The terms and conditions of this Agreement shall not be altered or modified except
by a written amendment to this Agreeihent signed by the CONTRACTOR and the CITY..
E. If any conflicts arise between the terms and conditions of this Agreement, and the
terms and conditions of the attached exhibits or the documents expressly incorporated by reference,
the terms and conditions of thus Agreement shall control.
18. SET-OFF AGAINST DEBTS.
CONTRACTOR agrees • that CITY may deduct , from any payment due to
CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY raider
any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments,
unpaid checks or other amounts.
19. WAIVERS.
The waiver by either party of any breach or violation of any term, covenant or condition of
this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any
other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or
violation of the same or other term, covenant, condition, ordinance, law or regulation. The
subsequent acceptance by either party of any fee, performance, or other consideration which may
become due or owing under this Agreement, shall not bre deemed to be a waiver of any preceding
breach or violation by the other party of any term, condition, covenant of this Agreement or any
applicable law, ordinance or regulation.
20. COSTS AND ATTORNEY'S FEES.
The prevailing party in any action brought to enforce the terms and conditions of this
Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs
(including claims adminis(ration) and attorney's fees expended in connection with such action.
21. CITY BUSINESS LICENSE / OTI IER TAXES.
CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY
business license as required by the San Rafael Municipal Code CONTRACTOR shall pay any and
all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any
work performed under this Agreement, until CONTRACTOR has provided CITY with a
completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and
Certification).
22. APPLICABLE LAW.
The laws of the State of California shall govern this Agreement.
IN WITNESS WHERE, Or, the parties have executed this Agreement as of the day, month
and year first above written.
CITY OF SAN RAFAEL CONTRACTOR
10
JIM SCHUTZ, City Manager
Name:
Title
ATTEST:
ESTHER C. BEIRNE, City Clerk
APPROVED AS TO FORM:
ROBERT F. EPSTEIN, City Attorney
Transmittal
To: Dianne Mitchell
Date:
Subject:
Dianne,
RECH IED
APR 2 5 2016
FUBLiC WORKS DEPT.
CITY OF SAN RAFAEL From:
i o3wra
ENVIRONMENTAL CONSULTANTS
Norma Wallace
April 21, 2016
Agreement
Please find enclosed three original signed agreements. Please return a fully executed
agreement to my attention when available.
Thank you very much,
/nw
WRA#26064
2169-G East Francisco Blvd., San Rafael, CA 94901 (415) 454-8868 tel (415) 454-0129 fax info®wra-co.com www.wro-co.com
PROFESSIONAL SERVICES AGREEMENT/CONTRACT
COMPLETION CHECKLIST AND ROUTING SLIP
Below is the process for getting your professional services agreements/contracts finalized and
executed. Please attach this "Completion Checklist and Routing Slip" to the front of your
contract as you circulate it for review and signatures. Please use this form for all professional
services aLyre ements/contracts (not just those requiring City Council approval).
This process should occur in the order presented below.
Step Responsible Description Completion
Department Date
1 City Attorney Review, revise, and comment on draft
agreement. '�% 7 6-
2 Contracting Department Forward final agreement to contractor for
their signature. Obtain at least two signed
originals from contractor.
3 Contracting Department Agendize contractor -signed agreement for
Council approval, if Council approval
necessary (as defined by City Attorney/City
Ordinance*).
4 City Attorney Review and approve form of agreement;
bonds, and ' surance certificates and
orsements.
5 City Manager / Mayor / or Agreement executed by Council uthorized
Department Head official.
6 City Clerk City Clerk attests signatures, retains original
agreement and forwards copies to the
contracting department. rt
To be completed by Contracting Department:
Project Manager: `, kA-j!D .14,c a ks Project Name: ©v� —C�tl ( �►�vi �� � ��' ! �l
Agendized for City Council Meeting of (if necessary):
If you have questions on this process, please contact the City Attorney's Office at 485-3080.
* Council approval is required if contract is over $20,000 on a cumulative basis.