HomeMy WebLinkAboutPW Street Resurfacing 2015-2016; Park EngineeringCITY oF� Agenda Item No: 4.1
Meeting Date: August 15, 2016
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works
Prepared by: Bill Guerin, City Manager Approval:
Director of Public Works
File No.: 16.06.85
TOPIC: STREET RESURFACING 2015-2016
SUBJECT: ADOPTION OF RESOLUTIONS RELATED TO STREET RESURFACING 2015-
2016, CITY PROJECT NO. 11275:
1. RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING THE CONSTRUCTION CONTRACT FOR THE 2015-2016 STREET
RESURFACING PROJECT TO GHILOTTI CONSTRUCTION COMPANY, INC., IN
THE AMOUNT OF $1,663,185.70, AND APPROPRIATING AN ADDITIONAL
$262,000.00 OF GAS TAX FUNDS, FUND #206
2. RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH PARK ENGINEERING, INC. FOR INSPECTION SERVICES
ASSOCIATED WITH THE 2015-2016 STREET RESURFACING PROJECT, IN THE
AMOUNT OF $82,820.00
RECOMMENDATION: Adopt the resolutions for the 2015-2016 Street Resurfacing project.
BACKGROUND: Resurfacing of City streets is a vital program that improves a portion of the City's 175
miles of roadways each year. Experience has shown that resurfacing projects offer significant benefits,
among them reduced maintenance costs and increased property values.
The Department of Public Works utilizes the Pavement Condition Index (PCI) system to identify streets
in need of resurfacing and then conducts a field investigation to further analyze data. Available funding
dictates the scope of the resurfacing project.
The proposed project includes surface treatments of micro seal and pavement overlay, which are based on
the Engineering Division's analysis of the roads initially identified by the PCI process. This year, staff
recommends resurfacing three miles of roadways on the following twenty-four (24) local streets:
FOR CITY CLERK ONLY
File No.: 4-1-683 / 4-1-684
Council Meeting: 08/15/2016
Disposition: Resolution 14183 / Resolution 14184
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Paee: 2
No.
Street
Treatment
1.
Canada Court
Micro -surface
2.
Cortes Court
Micro -surface
17.
Plymouth Cove
Full Width Grind and
3.
Duran Drive
Overlay
4.
Duxbury Cove
Overlay
20.
Salem Cove
Full Width Grind and
5.
Falmouth Cove
Overlay
21.
Drive
Full Width Grind and
6.
Gloucester Cove
Overlay
Full Width Grind and
7.
Hetherton Street
Overlay
8.
Hingham Cove
Micro -surface
9.
Hyannis Cove
Overlay
10.
Las Gallinas Avenue
Micro -surface
11.
Las Huertas Court
Micro -surface
12.
Nantucket Cove
Overlay
13.
Narragansett Cove
Overlay
14.
Newport Way
Overlay
15.
Oleander Drive
Micro -surface
16.
Patricia Way
Overlay
17.
Plymouth Cove
Micro -surface
18.
Portsmouth Cove
Overlay
19.
Rockport Cove
Overlay
20.
Salem Cove
Overlay
End
Spinnaker Point
End
21.
Drive
Overlay
22.
Walter Place
Micro -surface
Full Width Grind and
23.
Warner Court
Overlay
Full Width Grind and
24.
Whitewood Drive
Overlay
Begin
End
Corrillo Drive
End
Duran Drive
End
Spinnaker Point Drive
De La Guerra
Del Ganado Road
Road
Spinnaker Point Drive
End
Catalina Boulevard End
Catalina Boulevard End
Mission Street Second Street
Spinnaker Point Drive End
Catalina Boulevard End
Merrydale Road
Corrillo Drive
Las Gallinas Avenue
End
Catalina Boulevard
End
Spinnaker Point Drive
End
Spinnaker Point
Drive
End
Las Gallinas Avenue
Los Gamos Road
Las Colindas Road
End
Catalina Boulevard
End
Spinnaker Point Drive
End
Spinnaker Point Drive
End
Spinnaker Point Drive
End
Canal Street Bedford Cove
Corrillo Drive End
Woodland Avenue End
Las Colindas
Las Pavadas Avenue Road
Applicable Americans with Disabilities Act (ADA) law requires that state and local governments ensure
that persons with disabilities have access to the pedestrian routes in the public right-of-way. Under ADA
law, when a street, roadway or highway is altered, compliant curb ramps are required where pedestrian
walkways intersect with the altered street. A roadway alteration includes, but is not limited to, the
addition of a new layer of asphalt or micro -surfacing.
The Public Works Department has identified locations where thirty-six (36) new curb ramps could be
installed based on a strict interpretation of the ADA. However, two of these ramps are located on steep
hillsides and installing accessible ramps in these areas would exacerbate the steep areas of the sidewalk
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Paee: 3
and essentially make the area more inaccessible than the current condition. This project will therefore
focus on the construction of the thirty-four (34) remaining ADA compliant curb ramps and storm
drainage improvements.
In addition, in August of 2004 the City of San Rafael entered into a Settlement Agreement with the
Federal Department of Justice (DOJ) to address a lack of compliance with the Americans with Disabilities
Act (ADA) and related accessibility issues in City -owned facilities and the public right-of-way. A section
of the Agreement calls for the City of San Rafael to construct curb ramps or sloped areas at any
intersection to provide access for pedestrians. In 2004, Public Works identified a backlog of 797 curb
ramps. Of the 34 ADA curb ramp locations proposed for this project, two are specifically included in the
backlog of 797 ramps required by the DOJ Settlement Agreement.
A study of the project area was conducted to ensure that the most reasonable facilities for all modes of
travel were included in the project design. The study was completed August 1, 2016. The Street
Resurfacing 2015-2016 project has been determined to have no significant effect on the environment and
is therefore categorically exempt based on the California Environmental Quality Act (CEQA). The
Notice of Exemption was filed at the Marin County Clerk's Office on June 27, 2016.
ANALYSIS:
Resolution (Award of Construction Contract)
The project was advertised in accordance with San Rafael's Municipal Code on July 8, 2016, and
on August 2, 2016 at 10:30 AM the following bids were received and read aloud:
BIDDER AMOUNT
Ghilotti Construction Company $1,663,185.70
Ghilotti Bros. $1,698,285.00
The engineer's construction cost estimate is $1,650,000. The construction bids have been
reviewed by Public Works staff and found to be responsive and responsible. The low bid is from
Ghilotti Construction Company, Inc. ($1,663,185.70). The cost of construction plus contingency
and construction inspection exceeds the original budget. Additional appropriation of funds will
be necessary to support this project. Reducing the scope of the project after the award is possible
to minimize adverse fiscal impact from this project.
The recommended Resolution awards the construction contract to Ghilotti Construction
Company, Inc.
Resolution (A2reement with Park En2ineerin2 for Inspection Services)
In addition to the actual construction contract, limitations on staff resources will require staff to
secure the services of an outside consultant to perform construction inspection services needed
for this project.
On January 22, 2016, Public Works solicited Statements of Qualifications, including billing rate
schedules, for inspection services. Five statements from qualified firms were received on
February 5, 2016. All were evaluated by City staff based on criteria specified in the Request for
Qualifications including, but not limited to, understanding of the work to be done, previous
experience with similar projects, qualified personnel, and familiarity with City standards and the
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 4
local area. Staff recommends Park Engineering as the most qualified consultant for this project.
Park Engineering has submitted a proposal to perform the inspection services in an amount not to
exceed $82,820. Staff has reviewed the proposal and has found it to be complete and within
industry standards.
The recommended Resolution authorizes the City Manager to execute a professional services
agreement with Park Engineering for the required inspection services, in an amount not to exceed
$82,820.
PUBLIC OUTREACH: In December 2015, upon development of the list of roadways under
consideration for resurfacing, staff notified all utility companies of the project. The original resurfacing
list was refined to accommodate utilities performing work on roads scheduled for resurfacing. This and
outreach efforts will minimize the need for repairs within the limits of the newly resurfaced roadways.
In January 2016, City staff mailed project notification letters to the fronting property owners and residents
of each of the roadways proposed for resurfacing. The letter provided a link to the project website and
suggested that property owners evaluate the condition of their sewer laterals and make any necessary
repairs prior to the resurfacing of the road. The purpose of this coordination effort is to minimize sewer
repairs within the roadway after resurfacing is complete, as well as to minimize the cost of the repairs for
property owners.
FISCAL IMPACT:
To date, $54,343.20 has been charged to this project for topographic surveying, curb ramp design,
document reproduction, public outreach notification, and recordation of the environmental document.
The remaining project expenditures include construction by Ghilotti Construction Company, Inc., a
recommended contingency of approximately 10%, and consultant provided construction inspection
services, bringing the total project budget to $1,912,000.
This project combines Street Resurfacing 2015-2016 and Street Resurfacing Curb Ramps 2015-2016,
projects which are listed in the Three -Year Capital Improvement Program (CIP) for Fiscal Year 2015/16
through 2017/18, approved by City Council on March 16, 2015. Bidding the work as one complete
project reduces the staff time to manage the project. In addition, the total construction impact time to
residents is reduced.
The following tables summarize funding sources and expenses:
FUNDING SOURCES
Project Funding Sources
Gas Tax Fund (Fund #206)
Gas Tax Fund (Fund #206)
Gas Tax Fund (Fund #206)
Allocation Notes
Listed in 2015/2016 CIP as "Street
$1,500,000 Resurfacing 2015-2016"
Listed in 2015/2016 CIP as "Street
$150,000 Resurfacing Curb Ramps 2015-2016"
$262,000 Additional Project Allocation
Total Available Funds $1,912,000
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Paee: 5
EXPENSES
Category
Already Charged Expenses
Curb Ramps Design
Additional Design Phase Expenses
Remaining Expenses
Construction Contract
Supplies and Services
Construction Contingency
Construction Inspection Services
Anticipated Reimbursements
Total Project Cost
OPTIONS:
1. Adopt both resolutions as presented;
Amount I Notes
$45,320.00 Robert A. Karn Agreement
Document reproduction,
public outreach notifications, and
$9,023.20 environmental document
$1,663,185.70
Base bid contract amount
Materials testing and sampling
$10,000.00
(anticipated)
$166,651.10
Contingency (approx. 10%)
$82,820.00
Park engineering agreement
-$65,000.00
From various utility companies
$1,912,000.00
2. Council may choose to authorize the construction contract and instruct staff to perform the
inspections, which will impact other project currently being addressed;
3. Council may reject all bids and direct staff to rebid both the inspection and construction for this
project. If this option is chosen, soliciting new proposals or rebidding the project will delay
construction and postpone the project until spring 2017;
4. The Council may reject all bids and direct staff to stop work on the project which will delay
repair of roadways specified in this report.
ACTION REQUIRED:
Staff recommends that the City Council:
1. Approve the resolution awarding the construction contract to Ghilotti Construction Company,
Inc. in the amount of $1,663,185.70 and appropriating additional funds of $262,000 from the Gas
Tax Fund #206.
2. Approve the resolution authorizing the City Manager to execute a professional services
agreement with Park Engineering for inspection services in an amount not to exceed $82,820.
ATTACHMENTS:
1. Resolution awarding the construction contract to Ghilotti Construction Company, Inc.
2. Resolution authorizing the City Manager to execute a professional services agreement with Park
Engineering for inspection services
3. Agreements
a. Ghilotti Construction Company, Inc.
b. Park Engineering
RESOLUTION NO. 14184
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH PARK ENGINEERING, INC. FOR INSPECTION SERVICES
ASSOCIATED WITH THE 2015-2016 STREET RESURFACING PROJECT, IN THE
AMOUNT OF $82,820.00
WHEREAS, the City has advertised and received contractor bids for Street Resurfacing
2015-2016, City Project 11275; and
WHEREAS, due to a staffing shortage, the City needs to secure outside professional
assistance to provide the construction inspection services required for Street Resurfacing 2015-
2016; and
WHEREAS, staff received a proposal dated July 20, 2016 from Park Engineering, Inc.
for construction inspection services; and
WHEREAS, staff has reviewed the $82,820.00 proposal from Park Engineering, Inc. and
has found it to be complete and within industry standards; and
WHEREAS, there are sufficient funds in the Gas Tax Fund for this expenditure.
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of San
Rafael hereby approves and authorizes the City Manager to execute a Professional Services
Agreement between Park Engineering, Inc. and the City, in the form attached hereto as Exhibit
"A" and incorporated herein by reference, subject to final approval as to form by the City
Attorney, in an amount not to exceed $82,820.00.
BE IT FURTHER RESOLVED that the Director of Public Works is hereby authorized
to take any and all such actions and make changes as may be necessary to accomplish the
purpose of this resolution.
I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the
foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the
Council of said City on the 15`h day of August 2016, by the following vote, to wit:
AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: None
G . AR2.,e P"
ESTHER C. BEIRNE, City Clerk
File No.: 16.06.85
AGREEMENT FOR PROFESSIONAL SERVICES WITH
PARK ENGINEERING
FOR PROFESSIONAL ENGINEERING SERVICES
This Agreement is made and entered into this day of LL , 2016, by and
between the CITY OF SAN RAFAEL (hereinafter "CITY"), and PARK ENGINEERING, INC.
(hereinafter "CONTRACTOR").
RECITALS
WHEREAS, the CITY has determined that professional services are required for inspection
services in connection with Street Resurfacing 2015-2016, City Project No. 11275; and
WHEREAS, the CONTRACTOR has agreed to render such services.
AGREEMENT
NOW, THEREFORE, the parties hereby agree as follows:
I. PROJECT COORDINATION.
A. CITY'S Project Manager. The Director of Public Works 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. Jaemin Park 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 (I0) business
days of the substitution.
2. DUTIES OF CONTRACTOR.
CONTRACTOR shall perform the duties and or provide the services outlined in the Scope of
Services marked as Exhibit "A," attached hereto, and incorporated herein.
3. DUTIES OF CITY.
CITY shall compensate CONTRACTOR as provided in Paragraph 4, and shall perform the
duties as described in Exhibit "A" attached hereto and incorporated herein.
4. COMPENSATION.
For the frill performance of the services described herein by CONTRACTOR, CITY shall pay
CONTRACTOR on a time and materials basis for services rendered in accordance with the rates shown
on the fee schedule dated July 20, 2016 included in Exhibit "A" attached and incorporated herein, in an
amount not to exceed $82,820.00.
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 commence upon the date of execution of this Agreement and end
on August 2, 2017, or on such earlier date when the work shall have been completed, unless the parties agree
to extend this Agreement for another 90 days, as approved in writing by City Manager.
6. 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 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:
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 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
under this Agreement, a professional liability insurance policy in the minimum 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:
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.
J
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 01 04 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 under 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
4
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 policy 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.
H. 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 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 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 fullest 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
addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement,
5
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 perfonnance 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 hannless 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 pennitted 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:
TO CONTRACTOR's Project Director:
Bill Guerin
Public Works Director
City of San Rafael
111 Morphew Street
San Rafael, CA 94901
Jaemin Park
372 Village Square
Orinda, CA 94563
G
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 statement, 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 from 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 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 WHEREOF, the parties have executed this Agreement as of the day, month and year
first above written.
CITY OF SAN RAFAEL
S H*CiMager
ATTEST:
ESTHER C. BEIRNE, City Clerk
APPROVED AS TO FORM:
ROBERT F. EPSTEIN, City Attorney
8
CONTRACTOR
By:
Name: A in Park
Title: President
PARK
ENGI EERING
July 20, 2016
Stephanie Gindlesperger, PE
Assistant Civil Engineer
City of San Rafael
Public Works Department
RE: Staffing Plan and Cost Estimate to Provide Inspection Services for
2015-16 Resurfacing Project
Dear Ms. Gindlesperger:
Park Engineering, Inc. is pleased to submit this proposal to perform inspection services to the City of San
Rafael Public Works Department to support the 2015-16 Resurfacing construction project. I appreciate
the opportunity to continue working with the Department on these projects.
Dave Baker will support the City on a full time basis and as determined by the City. He will report
directly to you or your designated representative and perform the inspection duties as requested. Dave
has worked in the construction industry in multiple capacities for over 25 years. He has provided
construction management for buildings, infrastructure and public works construction projects. Included
is Dave's resume and a fee schedule for your review.
My role will be to manage the contract with the Department and to ensure that Dave has the necessary
tools to complete the requested assignment.
Should you have any questions or need additional information, please do not hesitate to contact me. I
can be reached at 372 Village Square, Crinda, CA 94563, spatterson@park-ens.com and (510) 701-0319.
Sincerely,
Steve Patterson, PE
Vice President
Attachment
372 Village Square, Orinda, CA 94563 ° (925) 257.2508
Exhibit A
— City of San Rafael Public Works
AAInspection Services
2015/16 Resurfacing Project
July 2016
Position Hourly Rate OT Rate September October November December Hours Cost
Dave Baker, Sr. Inspector $126.25 $189.19 168 I 168 I 160 I 160 I 656 $ 82,820.00
Total = $ 82,820.00
1. Rate includes vehicle, mobile phone, laptop and all equipment required to perform required duties.
2. Inspection duties for full time hours, estimated 4 months in duration.
7/20/2016
Dave Baker
Construction Manager/Senior Construction Inspector
Experience: 28
CA Contractor's License, B #909391
Dave Baker has more than 28 years of experience managing and supervising civil and commercial
projects in roadway, drainage, electrical, flood control, and Public Works improvements. He has a
thorough knowledge of construction standards and all aspects of highway construction management in
accordance with the Caltrans Standard Specifications, Standard Plans, Construction Manual, Local
Assistance Procedures Manual, and the "Greenbook" Standard Specifications for Public Works
Construction.
Dave is experienced with working closely with public agency staff, managing project controls and costs,
monitoring quality control/quality assurance of construction work, preparing reports and monitoring
daily construction progress for contract compliance. Dave has coordinated project work with utility
companies, cities, counties, Caltrans, California Department of Fish and Game, Regional Water Quality
Control Board, Army Corps of Engineers, private businesses, and the public.
His expertise, attitude and knowledge are a benefit for the success of all his projects. His
professionalism positively impact all interaction on the project, not only with those he is representing,
but also with the contractors, other agencies and the public involved.
Technical knowledge:
• Street Improvements
• Environmentally sensitive areas
• Concrete and AC pavements
• Rubberized AC
• Concrete and minor structures
• Traffic control and detours
• Underground facilities
• Utility coordination
• Building construction
• Bridges and Piers
• Transit Facility Improvements
• Demo/deconstruction projects
• Earthwork (cut/fill)
• Marine construction
• Creek restoration
Skills:
• Contract documentation and monitoring for contract compliance
• Plan and specification interpretation and implementation
• Bid Item quantity calculations and documentation for progress payments
• Contractor Submittal review for contract compliance
• Environmental monitoring and compliance
• Safety inspection
• Planning and scheduling skills
• Cost estimating and analysis
Certifications:
• U.S. Army Corps of Engineers, CQMC (2011)
• Transportation Workers Identification Card (federal background check)
• 40 hour Hazmat
Resume
City of San Rafael, Public Works & Engineering Department, San Rafael, CA
City Owned Property Improvements, Roadway and Drainage Improvements
Construction Cost: $30,000 to $1,800,000
Project scope include street rehabilitation, curb ramp improvements, drainage improvements, bridge
methacrylate deck rehabilitation, City -owned facility improvements and sanitary sewer replacements.
Dave is acting as the City's Field Engineer / Construction Inspector for numerous City Projects. He is
assisting City Staff to monitor and document various types of Public Works improvement projects for
contract compliance. He is responsible for tracking of daily quantities and extra work for use in
determining progress payments to the contractor. He reviews submittals for contract compliance,
organizes and schedules quality assurance testing, monitors daily traffic control and detours, and
represents the City with positive interaction with the public.
EI Camino Real Master Plan, Phase 1 Improvements, City of San Mateo, San Mateo, CA - $5M
Assistant Resident Engineer/Construction Inspector/Office Engineer
This $5 million street improvement project was federally funded with Caltrans oversight. The project
scope included: horizontal directional drilling for water and electrical crossing 14 roadways; installing
ADA ramps for new and upgrading existing sidewalk, curb, and gutter; and installing new median
landscaping, irrigation, and hardscaping (red brick pavers and color asphalt).
Dave's responsibilities included: quality assurance of contractor's work; preparation of daily diaries;
assisting with monthly pay estimates; contract administration; office engineering; photo documentation;
Stormwater Pollution Prevention Program (SWPPP) management and best management practices
(BMPs); and performing labor compliance, work force interviews, and weekly statement of working
days.
Delaware Street Bike Lane and Streetscape Improvement Project, City of San Mateo, San Mateo, CA.
Assistant Resident Engineer/Construction Inspector/Office Engineer
The project scope included: removal and replacement of existing sidewalk, curb, and gutter; installing
bioswale; trenching and installing 12 -inch HDPE storm drains with pre -cast and CIP catch basins and
drainage inlets; and new electrical PVC conduit installation for street lighting.
Dave's responsibilities included: quality assurance of contractor's work; preparation of daily diaries;
assisting with monthly pay estimates; contract administration; office engineering; photo documentation;
Stormwater Pollution Prevention Program (SWPPP) management and best management practices
(BMPs); and performing labor compliance, work force interviews, and weekly statement of working
days.
Oyster Point Ferry Terminal, Package I, II, and III, San Francisco Water Emergency Authority (WETA),
South San Francisco, CA - $15 million
Assistant Resident Engineer/Construction Inspector
The project scope included the inspection of the first of several new design/build ferry terminals to be
built under WETA. Work included: demolition and removal of two full-size docks (400 feet long) and the
reconstruction of three end -ties and dredging across three sub -areas that totaled approximately 45,000
cubic yards. The project required driving eight pre -stressed piles approximately 58 feet long. Dave's
responsibilities included: review of specifications and bid documents for the demolition, dredging and
design build contracts; input on decisions regarding procurement strategy, phasing and project planning;
and assisting a new government agency to create procurement policies and procedures. He inspected all
contractor operations including pile driving, dredging, fabrication of pre-stressed/precast concrete float
docks, installation of structural steel overhead canopy structure, installation of mechanical and electrical
system, and final architectural features including decorative concrete, tiles, pavers and brass fixtures
and rails.
U.S. 101 Widening, California Department of Transportation, District 4, (Caltrans), Novato, CA. - $85
Million
Dave was the assistant resident engineering for this $85 million highway widening and overlay project.
The project scope included highway widening and overlay for approximately four miles in both
directions. Dave's responsibilities included: monitoring and inspecting the placement of asphalt paving;
collecting trip tickets; tracking placed materials; and contractor progress payments. Dave monitored
placement temperature and lifts, inspected striping operation, underground drainage systems including,
supervision of placement and compaction and testing of engineered fill materials for roadways. He also
coordinated and supervised local jurisdiction materials testing and special inspector activities. He
supervised and verified the application of field directives and change orders.
4th Street Undergrounding Project, City of San Rafael, San Rafael, CA.
Assistant Resident Engineer/Construction Inspector
The 4th Street Undergrounding Project is privately funded by George Lucas. The project scope included
undergrounding one -mile of overhead electrical lines and project oversight was only required in areas
encroaching the City of San Rafael's right-of-way. Dave provided quality assurance of contractor's work,
monitored the Contractor through daily inspections, prepared daily diaries, managed photo
documentation of project, contract administration, and recorded project progress with daily reports and
weekly updated meetings.
2009 Pavement Rehabilitation, City of Richmond, Richmond, CA - $7M
Construction Inspector
Work involved rehabilitation of existing asphalt concrete pavement throughout the City, which included
base failure repairs, crack sealing, chip sealing, slurry sealing, wedge and conformance grinding, milling
of existing asphalt concrete, removal of surfacing and base, overlay using conventional asphalt concrete
and rubberized hot mix asphalt, constructing concrete ADA curb ramp, driveway, curb and gutter,
placement of striping, and installing traffic signal detector loops. Dave provided quality assurance of
contractor's work, monitored the contractor through daily inspections and prepared daily diaries, photo
documentation, contract administration, and recorded project progress with daily reports and weekly
updated meetings.
3'd and Union Improvement Project, City of San Rafael, San Rafael, CA - $4M
Assistant Resident Engineer/Construction Inspector
The project scope included widening Union Street and adding a turn lane, removing and replacing traffic
signals, new underground utilities joint trench installation (electrical and communications), replacing
sewer mainline, relocating storm drains, and upgrading drainage inlets. Our work also included the
removal and replacement of curb, gutters and sidewalks with ADA curb ramps, asphalt overlay with sub -
grade repairs (deep lifts), masonry retaining wall, new landscaping, and irrigation. Dave provided quality
assurance of contractor's work, preparation of daily diaries, assisting with monthly pay estimates,
contract administration, office engineering, and photo documentation. He oversaw ADA and pedestrian
accessibility and safe -path -of -travel around or through construction work zones and to -and -from
buildings, and coordination and communication with businesses (Trader Joe's, Walgreens, and Whole
Foods) and private properties and public buildings (fire station, high school). Dave also provided
Stormwater Pollution Prevention Program (SWPPP) management and best management practices
(BMPs).
Resume
Passenger Float Construction, San Francisco Bay Area Water Emergency Transportation Authority
(WETA), San Francisco, CA. Construction Inspector
The project scope included the construction of a passenger mooring float that provides accommodation
for aluminum catamaran ferry vessels and passenger access with all of the associated appurtenances
including guardrails and handrails, lighting, and ADA requirements. A steel constructed float fit between
the existing mooring pilings at the San Francisco Downtown Ferry Landing (approximately 130 LF), with a
beam of forty feet. The float has an aluminum fixed ramp walkway, guardrails and, adjustable landings.
All passenger railings, ramps, and walkways including transition from gangway to fixed ramp are to have
smooth transitions and be barrier free, meeting all accessibility regulations for Americans Disabilities Act
(ADA). Six adjustable height passenger loading platforms were provided.
Dave's responsibilities included: monitor and document the construction work for contract compliance,
tracking of daily quantities and extra work for use in determining progress payments to the contractor,
and reviewing submittals and certified payrolls or contract compliance.
Fourth Street Rehabilitation, City of San Rafael, San Rafael, CA. Construction Inspector
The project scope included underground utilities relocation, storm drains, removal and replacement of
curb, gutters and sidewalks, asphalt overlay, new joint trench installation, new underground electrical
installation for street lights, and new landscaping and irrigation. Dave provided quality assurance of
contractor's work, prepared of daily diaries, assisted with monthly pay estimates, contract
administration, office engineering, and photo documentation. He oversaw ADA and pedestrian
accessibility and safe -path -of -travel around or through construction work zones and to -and -from
buildings, and businesses and private property. Dave provided Stormwater Pollution Prevention
Program (SWPPP) management and best management practices (BMPs).
Oakland Airport Roadway Project, Port of Oakland/Turner Construction Company, Oakland, CA -150M
Construction Manager/Inspector/SWPPP Manager
Scope of work included: parking bowl expansion; new roadway installations; terminal curbside
expansion; underground utilities (sewer and storm drains, domestic and fire water, and electrical);
grading (roadways, parking bowl expansion, and bio-swales); driving pre -cast concrete piles and micro -
piles; AC and concrete placement (concrete retaining walls, bulk heads, and footings); and structural
steel columns, beams, and roof members for the curbside and crosswalk canopies. Dave managed and
implemented the Stormwater Pollution Prevention Program (SWPPP) and best management practices
(BMPs) on this forty -acre site. He also provided construction inspection and administration of daily
construction reports.
Buchanan Field Airport Runway 1L-1911 Rehabilitation Project, Contra Costa County, Concord, CA - $7M
Construction Inspector
The project scope included providing construction management services on this runway rehabilitation
project constructed to FAA standards. The project entailed approximately 3,500 LF of runway, consisting
of more than 9,500 tons of HMA, 50,000 SY of runway grooving and AC /PFC pavement cold milling,
30,000 SY of cold in place recycled pavement, CIR recycling agent and asphalt rejuvenating seal. Dave's
specific responsibilities included relocating airfield guidance signs, installing underground electrical
conduits and duct banks, dedicating staging areas, Project Labor Agreements (PLAs), and heavy
traffic/traffic control. He also provided quality assurance of contractor's work, prepared daily diaries,
assisted with monthly pay estimates, contract administration, office engineering, photo documentation,
Stormwater Pollution Prevention Program (SWPPP) management, best management practices (BMPs),
and Federal Aviation Administration (FAA) funded specific labor and material testing compliance.
Resume
Montecito Creek Debris Basin, United States Army Corps of Engineers, County of Santa Barbara,
Montecito, CA. Superintendent/Construction Inspector
More than 28,000 cubic yards of soil was mass excavated to allow for placement of a concrete retaining
wall (2,600 CY) and fish ladder. This work required an engineered shoring design that secured a 23 -foot -
high earthen wall directly adjacent to construction. The existing soil was screened and reused as needed
for compacted backfill. This project was governed by Caltrans specifications. Dave managed daily
manpower and subcontractors, daily reports, rolling schedules, and safety meetings. He also created
and implemented safety plans and managed Stormwater Pollution Prevention Program (SWPPP) plans.
Lake Mendocino A/C Overlay, United States Army Corps of Engineers (USACE), Ukiah, CA. Quality
Control Manager
U.S. Corps of Engineers (USACE) specifications governed this area where several failed areas of unstable
soil conditions needed to be repaired before placing paving fabric and 2 -inches of asphalt concrete.
Dave coordinated with the contractor, provided daily reports, conducted equipment check lists, safety
meetings, and Stormwater Pollution Prevention Program (SWPPP).
Guadalupe River Mitigation, United State Army Corps of Engineers (USACE), San Jose, CA. Quality
Control Manager/Superintendent
The project scope included: excavation of 35,000 CY of sand, gravel, and soil; setting 700 LF of 42 -inch
RCP; installing 4'by 6' box culvert storm drains with three CIP manholes; processing more than 25
change orders; demolition of the existing Taylor Street Bridge; A/C maintenance roads; installing French
drains; rectifying unstable soil conditions at box culverts; installing concrete outfalls; and reconfiguring
irrigation. Dave's responsibilities included: managing and coordinating manpower and subcontractors;
daily reports, rolling schedules, equipment check lists, and safety meetings; Stormwater Pollution
Prevention Program (SWPPP); request for information (RFIs) and contract change orders (CCOs); as -built
drawings; billings; and multi -agency coordination (USACE, Caltrans, Santa Clara Valley Water District,
San Jose Water, and PG&E).
Butte Basin Overflow Structures, Chico, CA. Quality Control Manager
The project scope included: 4 sites along the Sacramento River that comprised 5,000 CY of excavation;
5,500 CY of earth fill and vegetable soil placement; and 35,000 tons of varied -sized rip rap stone
protection used for toe trenches, stone fill, environmental stone fill, and fish groins.
Dave responsibilities included: managing and coordinating manpower and subcontractors; daily reports,
rolling schedules, equipment check lists, and safety meetings; Stormwater Pollution Prevention Program
(SWPPP); request for information (RFIs) and contract change orders (CCOs); and as -built drawings.
San Jose Federal Building Security Upgrade, City of San Jose, San Jose, CA. Quality Control
Manger/Superintendent
The project scope included: fabrication and installation of two (2) 12 -foot high decorative fences and
gates and 24 security cameras around the buildings. Due to the proximity to nearby federal courts, noise
control along with scheduling work around court hearings was vital. Dave's responsibilities included
daily reports, safety meetings, and subcontractor coordination.
July 20, 2016
Stephanie Gindlesperger, PE
Assistant Civil Engineer
City of San Rafael
Public Works Department
RE: Staffing Plan and Cost Estimate to Provide Inspection Services for
2015-16 Resurfacing Project
Dear Ms. Gindlesperger:
Park Engineering, Inc. is pleased to submit this proposal to perform inspection services to the City of San
Rafael Public Works Department to support the 2015-16 Resurfacing construction project. I appreciate
the opportunity to continue working with the Department on these projects.
Dave Baker will support the City on a full time basis and as determined by the City. He will report
directly to you or your designated representative and perform the inspection duties as requested. Dave
has worked in the construction industry in multiple capacities for over 25 years. He has provided
construction management for buildings, infrastructure and public works construction projects. Included
is Dave's resume and a fee schedule for your review.
My role will be to manage the contract with the Department and to ensure that Dave has the necessary
tools to complete the requested assignment.
Should you have any questions -or need additional information, please do not hesitate to contact me. I
can be reached at 372 Village Square, Orinda, CA 94563, spatterson@park-eng.com and (510) 701-0319.
Sincerely,
�K
Steve Patterson, PE
Vice President
Attachment
372 Village Square, Orinda, CA 94563 (925) 257.2508
City of San Rafael Public Works
Inspection Services
2015/16 Resurfacing Project
July 2016
Position Hourly Rate OT Rate September October November December Hours Cost
Dave Baker, Sr. Inspector $126.25 $189.19 I 168 I 168 I 160 I 160 I 656 I $ 82,820.00
Total = $ 82,820.00
1. Rate includes vehicle, mobile phone, laptop and all equipment required to perform required duties.
2. Inspection duties for full time hours, estimated 4 months in duration.
7/20/2016
Resume
Dave Baker
Construction Manager/Senior Construction Inspector
Experience: 28
CA Contractor's License, B #909391
Dave Baker has more than 28 years of experience managing and supervising civil and commercial
projects in roadway, drainage, electrical, flood control, and Public Works improvements. He has a
thorough knowledge of construction standards and all aspects of highway construction management in
accordance with the Caltrans Standard Specifications, Standard Plans, Construction Manual, Local
Assistance Procedures Manual, and the "Greenbook" Standard Specifications for Public Works
Construction.
Dave is experienced with working closely with public agency staff, managing project controls and costs,
monitoring quality control/quality assurance of construction work, preparing reports and monitoring
daily construction progress for contract compliance. Dave has coordinated project work with utility
companies, cities, counties, Caltrans, California Department of Fish and Game, Regional Water Quality
Control Board, Army Corps of Engineers, private businesses, and the public.
His expertise, attitude and knowledge are a benefit for the success of all his projects. His
professionalism positively impact all interaction on the project, not only with those he is representing,
but also with the contractors, other agencies and the public involved.
Technical knowledge:
• Street Improvements
• Environmentally sensitive areas
• Concrete and AC pavements
• Rubberized AC
• Concrete and minor structures
• Traffic control and detours
• Underground facilities
• Utility coordination
• Building construction
• Bridges and Piers
• Transit Facility Improvements
• Demo/deconstruction projects
• Earthwork (cut/fill)
• Marine construction
• Creek restoration
Skills:
• Contract documentation and monitoring for contract compliance
• Plan and specification interpretation and implementation
• Bid Item quantity calculations and documentation for progress payments
• Contractor Submittal review for contract compliance
• Environmental monitoring and compliance
• Safety inspection
• Planning and scheduling skills
• Cost estimating and analysis
Certifications:
• U.S. Army Corps of Engineers, CQMC (2011)
• Transportation Workers Identification Card (federal background check)
0 40 hour Hazmat
Resume
City of San Rafael, Public Works & Engineering Department, San Rafael, CA
City Owned Property Improvements, Roadway and Drainage Improvements
Construction Cost: $30,000 to $1,800,000
Project scope include street rehabilitation, curb ramp improvements, drainage improvements, bridge
methacrylate deck rehabilitation, City -owned facility improvements and sanitary sewer replacements.
Dave is acting as the City's Field Engineer / Construction Inspector for numerous City Projects. He is
assisting City Staff to monitor and document various types of Public Works improvement projects for
contract compliance. He is responsible for tracking of daily quantities and extra work for use in
determining progress payments to the contractor. He reviews submittals for contract compliance,
organizes and schedules quality assurance testing, monitors daily traffic control and detours, and
represents the City with positive interaction with the public.
EI Camino Real Master Plan, Phase 1 Improvements, City of San Mateo, San Mateo, CA - $5M
Assistant Resident Engineer/Construction Inspector/Office Engineer
This $5 million street improvement project was federally funded with Caltrans oversight. The project
scope included: horizontal directional drilling for water and electrical crossing 14 roadways; installing
ADA ramps for new and upgrading existing sidewalk, curb, and gutter; and installing new median
landscaping, irrigation, and hardscaping (red brick pavers and color asphalt).
Dave's responsibilities included: quality assurance of contractor's work; preparation of daily diaries;
assisting with monthly pay estimates; contract administration; office engineering; photo documentation;
Stormwater Pollution Prevention Program (SWPPP) management and best management practices
(BMPs); and performing labor compliance, work force interviews, and weekly statement of working
days.
Delaware Street Bike Lane and Streetscape Improvement Project, City of San Mateo, San Mateo, CA.
Assistant Resident Engineer/Construction Inspector/Office Engineer
The project scope included: removal and replacement of existing sidewalk, curb, and gutter; installing
bioswale; trenching and installing 12 -inch HDPE storm drains with pre -cast and CIP catch basins and
drainage inlets; and new electrical PVC conduit installation for street lighting.
Dave's responsibilities included: quality assurance of contractor's work; preparation of daily diaries;
assisting with monthly pay estimates; contract administration; office engineering; photo documentation;
Stormwater Pollution Prevention Program (SWPPP) management and best management practices
(BMPs); and performing labor compliance, work force interviews, and weekly statement of working
days.
Oyster Point Ferry Terminal, Package I, 11, and Ill, San Francisco Water Emergency Authority (WETA),
South San Francisco, CA - $15 million
Assistant Resident Engineer/Construction Inspector
The project scope included the inspection of the first of several new design/build ferry terminals to be
built under WETA. Work included: demolition and removal of two full-size docks (400 feet long) and the
reconstruction of three end -ties and dredging across three sub -areas that totaled approximately 45,000
cubic yards. The project required driving eight pre -stressed piles approximately 58 feet long. Dave's
responsibilities included: review of specifications and bid documents for the demolition, dredging and
design build contracts; input on decisions regarding procurement strategy, phasing and project planning;
and assisting a new government agency to create procurement policies and procedures. He inspected all
contractor operations including pile driving, dredging, fabrication of pre-stressed/precast concrete float
docks, installation of structural steel overhead canopy structure, installation of mechanical and electrical
Resume
system, and final architectural features including decorative concrete, tiles, pavers and brass fixtures
and rails.
U.S. 101 Widening, California Department of Transportation, District 4, (Caltrans), Novato, CA. - $85
Million
Dave was the assistant resident engineering for this $85 million highway widening and overlay project.
The project scope included highway widening and overlay for approximately four miles in both
directions. Dave's responsibilities included: monitoring and inspecting the placement of asphalt paving;
collecting trip tickets; tracking placed materials; and contractor progress payments. Dave monitored
placement temperature and lifts, inspected striping operation, underground drainage systems including,
supervision of placement and compaction and testing of engineered fill materials for roadways. He also
coordinated and supervised local jurisdiction materials testing and special inspector activities. He
supervised and verified the application of field directives and change orders.
4t'' Street Undergrounding Project, City of San Rafael, San Rafael, CA.
Assistant Resident Engineer/Construction Inspector
The 4`h Street Undergrounding Project is privately funded by George Lucas. The project scope included
undergrounding one -mile of overhead electrical lines and project oversight was only required in areas
encroaching the City of San Rafael's right-of-way. Dave provided quality assurance of contractor's work,
monitored the Contractor through daily inspections, prepared daily diaries, managed photo
documentation of project, contract administration, and recorded project progress with daily reports and
weekly updated meetings.
2009 Pavement Rehabilitation, City of Richmond, Richmond, CA - $7M
Construction Inspector
Work involved rehabilitation of existing asphalt concrete pavement throughout the City, which included
base failure repairs, crack sealing, chip sealing, slurry sealing, wedge and conformance grinding, milling
of existing asphalt concrete, removal of surfacing and base, overlay using conventional asphalt concrete
and rubberized hot mix asphalt, constructing concrete ADA curb ramp, driveway, curb and gutter,
placement of striping, and installing traffic signal detector loops. Dave provided quality assurance of
contractor's work, monitored the contractor through daily inspections and prepared daily diaries, photo
documentation, contract administration, and recorded project progress with daily reports and weekly
updated meetings.
3`d and Union Improvement Project, City of San Rafael, San Rafael, CA - $4M
Assistant Resident Engineer/Construction Inspector
The project scope included widening Union Street and adding a turn lane, removing and replacing traffic
signals, new underground utilities joint trench installation (electrical and communications), replacing
sewer mainline, relocating storm drains, and upgrading drainage inlets. Our work also included the
removal and replacement of curb, gutters and sidewalks with ADA curb ramps, asphalt overlay with sub -
grade repairs (deep lifts), masonry retaining wall, new landscaping, and irrigation. Dave provided quality
assurance of contractor's work, preparation of daily diaries, assisting with monthly pay estimates,
contract administration, office engineering, and photo documentation. He oversaw ADA and pedestrian
accessibility and safe -path -of -travel around or through construction work zones and to -and -from
buildings, and coordination and communication with businesses (Trader Joe's, Walgreens, and Whole
Foods) and private properties and public buildings (fire station, high school). Dave also provided
Stormwater Pollution Prevention Program (SWPPP) management and best management practices
(BMPs).
Passenger Float Construction, San Francisco Bay Area Water Emergency Transportation Authority
(WETA), San Francisco, CA. Construction Inspector
The project scope included the construction of a passenger mooring float that provides accommodation
for aluminum catamaran ferry vessels and passenger access with all of the associated appurtenances
including guardrails and handrails, lighting, and ADA requirements. A steel constructed float fit between
the existing mooring pilings at the San Francisco Downtown Ferry Landing (approximately 130 LF), with a
beam of forty feet. The float has an aluminum fixed ramp walkway, guardrails and, adjustable landings.
All passenger railings, ramps, and walkways including transition from gangway to fixed ramp are to have
smooth transitions and be barrier free, meeting all accessibility regulations for Americans Disabilities Act
(ADA). Six adjustable height passenger loading platforms were provided.
Dave's responsibilities included: monitor and document the construction work for contract compliance,
tracking of daily quantities and extra work for use in determining progress payments to the contractor,
and reviewing submittals and certified payrolls or contract compliance.
Fourth Street Rehabilitation, City of San Rafael, San Rafael, CA. Construction Inspector
The project scope included underground utilities relocation, storm drains, removal and replacement of
curb, gutters and sidewalks, asphalt overlay, new joint trench installation, new underground electrical
installation for street lights, and new landscaping and irrigation. Dave provided quality assurance of
contractor's work, prepared of daily diaries, assisted with monthly pay estimates, contract
administration, office engineering, and photo documentation. He oversaw ADA and pedestrian
accessibility and safe -path -of -travel around or through construction work zones and to -and -from
buildings, and businesses and private property. Dave provided Stormwater Pollution Prevention
Program (SWPPP) management and best management practices (BMPs).
Oakland Airport Roadway Project, Port of Oakland/Turner Construction Company, Oakland, CA - ISOM
Construction Manager/Inspector/SWPPP Manager
Scope of work included: parking bowl expansion; new roadway installations; terminal curbside
expansion; underground utilities (sewer and storm drains, domestic and fire water, and electrical);
grading (roadways, parking bowl expansion, and bio-swales); driving pre -cast concrete piles and micro -
piles; AC and concrete placement (concrete retaining walls, bulk heads, and footings); and structural
steel columns, beams, and roof members for the curbside and crosswalk canopies. Dave managed and
implemented the Stormwater Pollution Prevention Program (SWPPP) and best management practices
(BMPs) on this forty -acre site. He also provided construction inspection and administration of daily
construction reports.
Buchanan Field Airport Runway U-1911 Rehabilitation Project, Contra Costa County, Concord, CA - $7M
Construction Inspector
The project scope included providing construction management services on this runway rehabilitation
project constructed to FAA standards. The project entailed approximately 3,500 LF of runway, consisting
of more than 9,500 tons of HMA, 50,000 SY of runway grooving and AC /PFC pavement cold milling,
30,000 SY of cold in place recycled pavement, CIR recycling agent and asphalt rejuvenating seal. Dave's
specific responsibilities included relocating airfield guidance signs, installing underground electrical
conduits and duct banks, dedicating staging areas, Project Labor Agreements (PLAs), and heavy
traffic/traffic control. He also provided quality assurance of contractor's work, prepared daily diaries,
assisted with monthly pay estimates, contract administration, office engineering, photo documentation,
Stormwater Pollution Prevention Program (SWPPP) management, best management practices (BMPs),
and Federal Aviation Administration (FAA) funded specific labor and material testing compliance.
Resume
Montecito Creek Debris Basin, United States Army Corps of Engineers, County of Santa Barbara,
Montecito, CA. Superintendent/Construction Inspector
More than 28,000 cubic yards of soil was mass excavated to allow for placement of a concrete retaining
wall (2,600 CY) and fish ladder. This work required an engineered shoring design that secured a 23 -foot -
high earthen wall directly adjacent to construction. The existing soil was screened and reused as needed
for compacted backfill. This project was governed by Caltrans specifications. Dave managed daily
manpower and subcontractors, daily reports, rolling schedules, and safety meetings. He also created
and implemented safety plans and managed Stormwater Pollution Prevention Program (SWPPP) plans.
Lake Mendocino A/C Overlay, United States Army Corps of Engineers (USACE), Ukiah, CA. Quality
Control Manager
U.S. Corps of Engineers (USACE) specifications governed this area where several failed areas of unstable
soil conditions needed to be repaired before placing paving fabric and 2 -inches of asphalt concrete.
Dave coordinated with the contractor, provided daily reports, conducted equipment check lists, safety
meetings, and Stormwater Pollution Prevention Program (SWPPP).
Guadalupe River Mitigation, United State Army Corps of Engineers (USACE), San Jose, CA. Quality
Control Manager/Superintendent
The project scope included: excavation of 35,000 CY of sand, gravel, and soil; setting 700 LF of 42 -inch
RCP; installing 4'by 6' box culvert storm drains with three CIP manholes; processing more than 25
change orders; demolition of the existing Taylor Street Bridge; A/C maintenance roads; installing French
drains; rectifying unstable soil conditions at box culverts; installing concrete outfalls; and reconfiguring
irrigation. Dave's responsibilities included: managing and coordinating manpower and subcontractors;
daily reports, rolling schedules, equipment check lists, and safety meetings; Stormwater Pollution
Prevention Program (SWPPP); request for information (RFIs) and contract change orders (CCOs); as -built
drawings; billings; and multi -agency coordination (USACE, Caltrans, Santa Clara Valley Water District,
San Jose Water, and PG&E).
Butte Basin Overflow Structures, Chico, CA. Quality Control Manager
The project scope included: 4 sites along the Sacramento River that comprised 5,000 CY of excavation;
5,500 CY of earth fill and vegetable soil placement; and 35,000 tons of varied -sized rip rap stone
protection used for toe trenches, stone fill, environmental stone fill, and fish groins.
Dave responsibilities included: managing and coordinating manpower and subcontractors; daily reports,
rolling schedules, equipment check lists, and safety meetings; Stormwater Pollution Prevention Program
(SWPPP); request for information (RFIs) and contract change orders (CCOs); and as -built drawings.
San Jose Federal Building Security Upgrade, City of San Jose, San Jose, CA. Quality Control
Manger/Superintendent
The project scope included: fabrication and installation of two (2) 12 -foot high decorative fences and
gates and 24 security cameras around the buildings. Due to the proximity to nearby federal courts, noise
control along with scheduling work around court hearings was vital. Dave's responsibilities included
daily reports, safety meetings, and subcontractor coordination.
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Public Works
Project Manager: Stephanie Gindlesperger
Extension: 3454
Contractor Name: Park Engineering
Contractor's Contact: Steve Patterson
Contact's Email: spatterson@park-eng.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
CONTINUE ROUTING PROCESS WITH HARD COPY
DEPARTMENT
DATE
Check/Initial
1
Project Manager
a. Email PINS Introductory Notice to Contractor
N/A
® SG
6 City Attorney
Review and approve hard copy of signed
8/2/2016
agreement
b. Email contract (in Word) & attachments to City
7 City Attorney
Review and approve insurance in PINS and , and
Atty c/o Laraine.Gittens@cityofsanrafael.org
bonds (for Public Works Contracts)
2
City Attorney
a. Review, revise, and comment on draft agreement
8/3/2016
® LAG
9 City Clerk
and return to Project Manager
8/3/2016
® LAG
forwards copies to Project Manager
b. Confirm insurance requirements, create Job on
$�
PINS, send PINS insurance notice to contractor
3
Project Manager
Forward at least two originals of final agreement to
8/16/2016
® SG
contractor for their signature
4
Project Manager
When necessary, * contractor -signed agreement
❑ N/A
® SG
agendized for Council approval
*PSA > $20,000; or Purchase > $35,000; or
Or
Public Works Contract > $125,000
Date of Council approval
8/15/2016
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
5 Project Manager
Forward signed original agreements to City
8/30/2016
® SG
Attorney with printed copy of this routing form
6 City Attorney
Review and approve hard copy of signed
agreement
7 City Attorney
Review and approve insurance in PINS and , and
bonds (for Public Works Contracts)
8 City Manager/ Mayor
Agreement executed by Council authorized official
/► I.7 II /
b
9 City Clerk
Attest signatures, retains original agreement and
I
forwards copies to Project Manager
�' I /I C�
$�
�AOV•SAN,p
V r
ROUTING SLIP / APPROVAL FORM
INSTRUCTIONS: Use this cover sheet with each submittal of a staff report before approval
by the City Council. Save staff report (including this cover sheet) along
with all related attachments in the Team Drive (T:) —> CITY COUNCIL
AGENDA ITEMS --> AGENDA ITEM APPROVAL PROCESS 4 [DEPT -
AGENDA TOPIC]
Agenda Item # y .�
Date of Meeting: 8/15/2016
From: Bill Guerin
Department: Public Works
Date: 8/2/2016
Topic: STREET RESURFACING 2015-2016.
Subject: ADOPTION OF RESOLUTIONS RELATED TO STREET RESURFACING 2015-
2016, CITY PROJECT NO. 11275:
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING
THE CONSTRUCTION CONTRACT FOR THE 2015-2016 STREET RESURFACING PROJECT TO
GHILOTTI CONSTRUCTION COMPANY, INC., IN THE AMOUNT OF $1,663,185.70, AND
APPROPRIATING AN ADDITIONAL $262,000.00 OF GAS TAX FUNDS, FUND #206
2. RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING
THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH PARK
ENGINEERING, INC. FOR INSPECTION SERVICES ASSOCIATED WITH THE 2015-2016
STREET RESURFACING PROJECT, IN THE AMOUNT OF $82,820.00
Type: ® Resolution
❑ Ordinance
❑ Professional Services Agreement ❑ Other:
APPROVALS
® Finance Director
Remarks: approved -Van Bach
® City Attorney
Remarks: LG -Approved 8'5 16 with suggested revisions.
® Author, review and accept City Attorney / Finance changes
Remarks: Accepted all changes - SG
® City Manager
Remarks:
FOR CITY CLERK ONLY
File No.:
Council Meeting:
Disposition: