Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Southern Heights Blvd Bridge Replacement Project; Construction Management ServicesAGREEMENT FOR PROFESSIONAL SERVICES WITH SUBSTRATE, INC.
FOR CONSTRUCTION MANAGEMENT, INSPECTION, AND TESTING SERVICES
FOR THE SOUTHERN HEIGHTS BOULEVARD BRIDGE REPLACEMENT PROJECT
ARTICLE I INTRODUCTION
A. This AGREEMENT is entered into as of the �� day of Sq 4% , 2020 by and between the
following named, hereinafter referred to as CONSULTANT, and the7 following named, hereinafter
referred to as LOCAL AGENCY:
The name of the "CONSULTANT" is as follows: Dynamic Dzyne Associates, Inc. dba Substrate,
Inc., incorporated in or authorized to do business in the State of California.
The Project Manager for the "CONSULTANT" will be Sundeep Jhutti
The name of the "LOCAL AGENCY" is as follows: City of San Rafael
The Contract Administrator for LOCAL AGENCY will be Bill Guerin, Public Works Director
B. The work to be performed under this AGREEMENT is described in Article III Statement of Work and
the approved CONSULTANT's Cost Proposal ("Cost Proposal") dated July 20, 2020. The approved
CONSULTANT's Cost Proposal is attached hereto (Exhibit A) and incorporated by reference. If there
is any conflict between the approved Cost Proposal and this AGREEMENT, this AGREEMENT shall
take precedence.
C. CONSULTANT agrees to the fullest extent permitted by law, to indemnify, protect, defend, and hold
harmless LOCAL AGENCY, its officers, agents, and employees and volunteers from and against any
and all claims, damages, demands, liability, costs, losses and expenses, including without limitation,
court costs and reasonable attorney's and expert witness fees, arising out of any failure to comply
with applicable law, any injury to or death of any person(s), damage to property, loss of use of
property, economic loss or otherwise arising out of the performance of the work described herein, to
the extent caused by a negligent act or negligent failure to act, errors, omissions, recklessness or
willful misconduct incident to the performance of this AGREEMENT on the part of CONSULTANT,
except CONSULTANT will not reimburse LOCAL AGENCY for any such loss or damage which was
caused by the sole negligence, or willful misconduct of LOCAL AGENCY, as determined by a Court
of competent jurisdiction. The provisions of this section shall survive termination or suspension of this
AGREEMENT.
D. CONSULTANT in the performance of this AGREEMENT shall act in an independent capacity. It is
understood and agreed that CONSULTANT (including CONSULTANT'S employees) is an
independent contractor and that no relationship of employer-employee exists between the Parties
hereto. CONSULTANT'S assigned personnel shall not be entitled to any benefits payable to
employees of LOCAL AGENCY.
E. LOCAL AGENCY is not required to make deductions or withholdings from the compensation payable
to CONSULTANT under the provisions of the AGREEMENT and is not required to issue W-2 Forms
for income and employment tax purposes for any of CONSULTANT's assigned personnel.
CONSULTANT in the performance of its obligation hereunder, is only subject to the control of
direction of the LOCAL AGENCY as to the designation of tasks to be performed and the results to be
accomplished,
F. Any third -party person(s) employed by CONSULTANT shall be entirely and exclusively under the
direction, supervision, and control of CONSULTANT. CONSULTANT hereby indemnifies and holds
LOCAL AGENCY harmless from any and all claims that may be made against LOCAL AGENCY
based upon any contention by any third party that an employer-employee relationship exists by
reason of this AGREEMENT.
Page 1 of 22
G. Except as expressly authorized herein, CONSULTANT's obligations under this AGREEMENT are not
assignable or transferable, and CONSULTANT shall not subcontract any work, without the prior
written approval of the LOCAL AGENCY. However, claims for money due or which become due to
CONSULTANT from LOCAL AGENCY under this AGREEMENT may be assigned to a financial
institution or to a trustee in bankruptcy, without such approval. Notice of any assignment or transfer
whether voluntary or involuntary shall be furnished promptly to the LOCAL AGENCY.
H. CONSULTANT shall be as fully responsible to the LOCAL AGENCY for the negligent acts and
omissions of its contractors and subcontractors or subconsultants, and of persons either directly or
indirectly employed by them, in the same manner as persons directly employed by CONSULTANT.
I. No alteration or variation of the terms of this AGREEMENT shall be valid, unless made in writing and
signed by the parties authorized to bind the parties; and no oral understanding or agreement not
incorporated herein, shall be binding on any of the parties hereto.
J. The consideration to be paid to CONSULTANT as provided herein, shall be in compensation for all of
CONSULTANT's expenses incurred in the performance hereof, including travel and per diem, unless
otherwise expressly so provided.
ARTICLE II CONSULTANT'S REPORTS OR MEETINGS
A. CONSULTANT shall submit progress reports at least once a month. The report should be sufficiently
detailed for the LOCAL AGENCY's Contract Administrator to determine if CONSULTANT is
performing to expectations, or is on schedule; to provide communication of interim findings, and to
sufficiently address any difficulties or special problems encountered, so remedies can be developed.
B. CONSULTANT's Project Manager shall meet with LOCAL AGENCY's Contract Administrator, as
needed, to discuss progress on the AGREEMENT.
ARTICLE III STATEMENT OF WORK
The CONSULTANT shall perform the services specified in the Scope of Work, dated June 30, 2020,
attached hereto as Exhibit A and incorporated herein by reference. If there is any conflict between
the terms of the Cost Proposal, attached hereto as Exhibit A, and the terms of this AGREEMENT, the
terms of this AGREEMENT shall take precedence.
ARTICLE IV PERFORMANCE PERIOD
A. This AGREEMENT shall go into effect on the date first hereinabove written, contingent upon approval
by LOCAL AGENCY, and CONSULTANT shall commence work after notification to proceed by
LOCAL AGENCY'S Contract Administrator. The AGREEMENT shall end upon completion of the
work to the satisfaction of the LOCAL AGENCY'S Contract Administrator.
B. CONSULTANT is advised that any recommendation for AGREEMENT award is not binding on
LOCAL AGENCY until the AGREEMENT is fully executed and approved by LOCAL AGENCY.
ARTICLE V ALLOWABLE COSTS AND PAYMENTS
A. CONSULTANT will be reimbursed for hours worked at the hourly rates specified in the
CONSULTANT's approved Cost Proposal. The specified hourly rates shall include direct salary
costs, employee benefits, prevailing wages, employer payments, overhead, and fee. These rates
are not adjustable for the performance period set forth in this AGREEMENT. CONSULTANT will
Page 2 of 22
be reimbursed within thirty (30) days upon receipt by LOCAL AGENCY'S Contract Administrator of
itemized invoices in duplicate.
B. In addition, CONSULTANT will be reimbursed for incurred (actual) direct costs other than salary
costs that are in the approved Cost Proposal and identified in the approved Cost Proposal.
C. Reserved.
D. Reserved.
E. Reserved.
F. Reimbursement for transportation and subsistence costs shall not exceed the rates as specified in
the approved Cost Proposal. CONSULTANT will be responsible for transportation and subsistence
costs in excess of State rates.
G. When milestone cost estimates are included in the approved Cost Proposal, CONSULTANT shall
obtain prior written approval in the form of an AGREEMENT amendment for a revised milestone
cost estimate from the Contract Administrator before exceeding such estimate.
H. Progress payments will be made monthly in arrears based on services provided and actual costs
incurred.
I. CONSULTANT shall not commence performance of work or services until this AGREEMENT has
been approved by LOCAL AGENCY and notification to proceed has been issued by LOCAL
AGENCY'S Contract Administrator. No payment will be made prior to approval or for any work
performed prior to approval of this AGREEMENT.
J. Reserved.
K. CONSULTANT will be reimbursed within thirty (30) days upon receipt by LOCAL AGENCY'S
Contract Administrator of itemized invoices in duplicate. Invoices shall be submitted no later than
thirty (30) calendar days after the performance of work for which CONSULTANT is billing. Invoices
shall detail the work performed on each milestone, on each project as applicable. Invoices shall
follow the format stipulated for the approved Cost Proposal and shall reference this AGREEMENT
number and project title. Credits due LOCAL AGENCY that include any equipment purchased
under the provisions of Article XI Equipment Purchase, must be reimbursed by CONSULTANT
prior to the expiration or termination of this AGREEMENT. Invoices shall be mailed to LOCAL
AGENCY's Contract Administrator at the following address:
City of San Rafael Department of Public Works
Bill Guerin
111 Morphew Street
San Rafael, CA 94901
L. Reserved.
M. The total amount payable by LOCAL AGENCY shall not exceed the amount agreed to in this
AGREEMENT, unless authorized by amendment,
N. Reserved.
Page 3 of 22
O. Reserved.
P. The total amount payable by LOCAL AGENCY for all work resulting from this AGREEMENT shall
not exceed $425,000. It is understood and agreed that there is no guarantee, either expressed or
implied that this dollar amount will be authorized under this AGREEMENT.
ARTICLE VI TERMINATION
A. This AGREEMENT may be terminated by LOCAL AGENCY, provided that LOCAL AGENCY gives
not less than thirty (30) calendar days' written notice (delivered by certified mail, return receipt
requested) of intent to terminate. Upon termination, LOCAL AGENCY shall be entitled to all work,
including but not limited to, reports, investigations, appraisals, inventories, studies, analyses,
drawings and data estimates performed to that date, whether completed or not, and in accordance
with Article XXVI, Ownership of Data.
B. LOCAL AGENCY may temporarily suspend this AGREEMENT, at no additional cost to LOCAL
AGENCY, provided that CONSULTANT is given written notice (delivered by certified mail, return
receipt requested) of temporary suspension. If LOCAL AGENCY gives such notice of temporary
suspension, CONSULTANT shall immediately suspend its activities under this AGREEMENT. A
temporary suspension may be issued concurrent with the notice of termination provided for in
subsection A of this section.
C. Notwithstanding any provisions of this AGREEMENT, CONSULTANT shall not be relieved of liability
to LOCAL AGENCY for damages sustained by LOCAL AGENCY by virtue of any breach of this
AGREEMENT by CONSULTANT, and LOCAL AGENCY may withhold any payments due to
CONSULTANT until such time as the exact amount of damages, if any, due LOCAL AGENCY from
CONSULTANT is determined.
D. In the event of termination, CONSULTANT shall be compensated as provided for in this
AGREEMENT, except as provided in Article XI, section C. Upon termination, LOCAL AGENCY shall
be entitled to all work, including but not limited to, reports, investigations, appraisals, inventories,
studies, analyses, drawings and data estimates performed to that date, whether completed or not,
and in accordance with Article XXVI, Ownership of Data.
ARTICLE VII COST PRINCIPLES AND ADMINISTRATIVE REQUIREMENTS
A. The CONSULTANT agrees that 48 CFR Part 31, Contract Cost Principles and Procedures, shall be
used to determine the allowability of individual items of cost.
B. The CONSULTANT also agrees to comply with Federal procedures in accordance with 2 CFR Part
200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal
Awards.
C. Any costs for which payment has been made to the CONSULTANT that are determined by
subsequent audit to be unallowable under 48 CFR Part 31 or 2 CFR Part 200, are subject to
repayment by the CONSULTANT to LOCAL AGENCY.
D. When a CONSULTANT or Subconsultant is a Non -Profit Organization or an Institution of Higher
Education, the Cost Principles for Title 2 CFR Part 200, Uniform Administrative Requirements, Cost
Principles, and Audit Requirements for Federal Awards shall apply.
ARTICLE Vlll RETENTION OF RECORDS/AUDIT
For the purpose of determining compliance with Gov. Code §8546.7, the CONSULTANT,
Subconsultants, and LOCAL AGENCY shall maintain all books, documents, papers, accounting records,
Page 4 of 22
Independent CPA Audited Indirect Cost Rate workpapers, and other evidence pertaining to the
performance of the AGREEMENT including, but not limited to, the costs of administering the
AGREEMENT. All parties, including the CONSULTANT's Independent CPA, shall make such workpapers
and materials available at their respective offices at all reasonable times during the AGREEMENT period
and for three (3) years from the date of final payment under the AGREEMENT. LOCAL AGENCY,
Caltrans Auditor, FHWA, or any duly authorized representative of the Federal government having
jurisdiction under Federal laws or regulations (including the basis of Federal funding in whole or in part)
shall have access to any books, records, and documents of the CONSULTANT, Subconsultants, and the
CONSULTANT's Independent CPA, that are pertinent to the AGREEMENT for audits, examinations,
workpaper review, excerpts, and transactions, and copies thereof shall be furnished if requested without
limitation.
ARTICLE IX AUDIT REVIEW PROCEDURES
A. Any dispute concerning a question of fact arising under an interim or post audit of this AGREEMENT
that is not disposed of by agreement, shall be reviewed by LOCAL AGENCY'S Finance Director.
B. Not later than thirty (30) days after issuance of the final audit report, CONSULTANT may request a
review by LOCAL AGENCY'S Finance Director of unresolved audit issues. The request for review
will be submitted in writing.
C. Neither the pendency of a dispute nor its consideration by LOCAL AGENCY will excuse
CONSULTANT from full and timely performance, in accordance with the terms of this AGREEMENT.
D. CONSULTANT and subconsultant AGREEMENTs, including cost proposals and Indirect Cost Rates
(ICR), may be subject to audits or reviews such as, but not limited to, an AGREEMENT audit, an
incurred cost audit, an ICR Audit, or a CPA ICR audit work paper review. If selected for audit or
review, the AGREEMENT, cost proposal and ICR and related work papers, if applicable, will be
reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the
instances of a CPA ICR audit work paper review it is CONSULTANT's responsibility to ensure federal,
LOCAL AGENCY, or local government officials are allowed full access to the CPA's workpapers
including making copies as necessary. The AGREEMENT, cost proposal, and ICR shall be adjusted
by CONSULTANT and approved by LOCAL AGENCY Contract Administrator to conform to the audit
or review recommendations. CONSULTANT agrees that individual terms of costs identified in the
audit report shall be incorporated into the AGREEMENT by this reference if directed by LOCAL
AGENCY at its sole discretion. Refusal by CONSULTANT to incorporate audit or review
recommendations, or to ensure that the federal, LOCAL AGENCY or local governments have access
to CPA work papers, will be considered a breach of AGREEMENT terms and cause for termination
of the AGREEMENT and disallowance of prior reimbursed costs.
E. CONSULTANT's Cost Proposal may be subject to a CPA ICR Audit Work Paper Review and/or audit
by Caltrans Audits and Investigation (A&I). Caltrans A&I, at its sole discretion, may review and/or
audit and approve the CPA ICR documentation. The Cost Proposal shall be adjusted by the
CONSULTANT and approved by the LOCAL AGENCY Contract Administrator to conform to the Work
Paper Review recommendations included in the management letter or audit recommendations
included in the audit report. Refusal by the CONSULTANT to incorporate the Work Paper Review
recommendations included in the management letter or audit recommendations included in the audit
report will be considered a breach of the AGREEMENT terms and cause for termination of the
AGREEMENT and disallowance of prior reimbursed costs.
1. During Caltrans A&I's review of the ICR audit work papers created by the CONSULTANT's
independent CPA, Caltrans A&I will work with the CPA and/or CONSULTANT toward a resolution
of issues that arise during the review. Each party agrees to use its best efforts to resolve any audit
disputes in a.timely manner. If Caltrans A&I identifies significant issues during the review and is
unable to issue a cognizant approval letter, LOCAL AGENCY will reimburse the CONSULTANT
Page 5 of 22
at an accepted ICR until a FAR (Federal Acquisition Regulation) compliant ICR (e.g. 48 CFR Part
31; GAAS (Generally Accepted Auditing Standards); CAS (Cost Accounting Standards), if
applicable; in accordance with procedures and guidelines of the American Association of State
Highways and Transportation Officials (AASHTO) Audit Guide; and other applicable procedures
and guidelines)is received and approved by A&I.
Accepted rates will be as follows:
a. If the proposed rate is less than one hundred fifty percent (150%) - the accepted rate
reimbursed will be ninety percent (90%) of the proposed rate.
b. If the proposed rate is between one hundred fifty percent (150%) and two hundred percent
(200%) - the accepted rate will be eighty-five percent (85%) of the proposed rate.
c. If the proposed rate is greater than two hundred percent (200%) - the accepted rate will be
seventy-five percent (75%) of the proposed rate.
2. If Caltrans A&I is unable to issue a cognizant letter per paragraph E.1. above, Caltrans A&I may
require CONSULTANT to submit a revised independent CPA -audited ICR and audit report within
three (3) months of the effective date of the management letter. Caltrans A&I will then have up to
six (6) months to review the CONSULTANT's and/or the independent CPA's revisions.
3. If the CONSULTANT fails to comply with the provisions of this paragraph E, or if Caltrans A&I is
still unable to issue a cognizant approval letter after the revised independent CPA audited ICR is
submitted, overhead cost reimbursement will be limited to the accepted ICR that was established
upon initial rejection of the ICR and set forth in paragraph E.1. above for all rendered services. In
this event, this accepted ICR will become the actual and final ICR for reimbursement purposes
under this AGREEMENT.
4. CONSULTANT may submit to LOCAL AGENCY final invoice only when all of the following items
have occurred: (1) Caltrans A&I accepts or adjusts the original or revised independent CPA
audited ICR; (2) all work under this AGREEMENT has been completed to the satisfaction of
LOCAL AGENCY; and, (3) Caltrans A&I has issued its final ICR review letter. The CONSULTANT
MUST SUBMIT ITS FINAL INVOICE TO LOCAL AGENCY no later than sixty (60) calendar days
after occurrence of the last of these items. The accepted ICR will apply to this AGREEMENT and
all other agreements executed between LOCAL AGENCY and the CONSULTANT, either as a
prime or subconsultant, with the same fiscal period ICR.
ARTICLE X SUBCONTRACTING
A. Nothing contained in this AGREEMENT or otherwise, shall create any contractual relation between
LOCAL AGENCY and any Subconsultants, and no sub -agreement shall relieve the CONSULTANT
of its responsibilities and obligations hereunder. The CONSULTANT agrees to be as fully responsible
to LOCAL AGENCY for the acts and omissions of its Subconsultants and of persons either directly or
indirectly employed by any of them as it is for the acts and omissions of persons directly employed
by the CONSULTANT. The CONSULTANT's obligation to pay its Subconsultants is an independent
obligation from LOCAL AGENCY'S obligation to make payments to the CONSULTANT.
B. The CONSULTANT shall perform the work contemplated with resources available within its own
organization and no portion of the work shall be subcontracted without written authorization by the
LOCAL AGENCY Contract Administrator, except that which is expressly identified in the
CONSULTANT's approved Cost Proposal.
C. Any sub -agreement entered into as a result of this AGREEMENT, shall contain all the provisions
stipulated in this entire AGREEMENT to be applicable to Subconsultants unless otherwise noted.
Page 6 of 22
D. CONSULTANT shall pay its Subconsultants within Fifteen (15) calendar days from receipt of each
payment made to the CONSULTANT by the LOCAL AGENCY
E. Any substitution of Subconsultants must be approved in writing by LOCAL AGENCY Contract
Administrator in advance of assigning work to a substitute Subconsultant.
ARTICLE XI EQUIPMENT PURCHASE AND OTHER CAPITAL EXPENDITURES
A. Prior authorization in writing, by LOCAL AGENCY's Contract Administrator shall be required before
CONSULTANT enters into any unbudgeted purchase order, or subcontract exceeding five thousand
dollars ($5,000) for supplies, equipment, or CONSULTANT services. CONSULTANT shall provide
an evaluation of the necessity or desirability of incurring such costs.
B. For purchase of any item, service, or consulting work not covered in CONSULTANT's approved Cost
Proposal and exceeding five thousand dollars ($5,000), with prior authorization by LOCAL AGENCY's
Contract Administrator, three competitive quotations must be submitted with the request, or the
absence of bidding must be adequately justified.
C. Any equipment purchased as a result of this contract is subject to the following:
1. CONSULTANT shall maintain an inventory of all nonexpendable property. Nonexpendable
property is defined as having a useful life of at least two years and an acquisition cost of five
thousand dollars ($5,000) or more. If the purchased equipment needs replacement and is sold
or traded in, LOCAL AGENCY shall receive a proper refund or credit at the conclusion of the
AGREEMENT, or if the AGREEMENT is terminated, CONSULTANT may either keep the
equipment and credit LOCAL AGENCY in an amount equal to its fair market value, or sell such
equipment at the best price obtainable at a public or private sale, in accordance with established
LOCAL AGENCY procedures; and credit LOCAL AGENCY in an amount equal to the sales price.
If CONSULTANT elects to keep the equipment, fair market value shall be determined at
CONSULTANT's expense, on the basis of a competent independent appraisal of such equipment.
Appraisals shall be obtained from an appraiser mutually agreeable to by LOCAL AGENCY and
CONSULTANT, if it is determined to sell the equipment, the terms and conditions of such sale
must be approved in advance by LOCAL AGENCY.
2, Regulation 2 CFR Part 200 requires a credit to Federal funds when participating equipment with
a fair market value greater than five thousand dollars ($5,000) is credited to the project.
ARTICLE XII STATE PREVAILING WAGE RATES
A. No CONSULTANT or Subconsultant may be awarded an AGREEMENT containing public work
elements unless registered with the Department of Industrial Relations (DIR) pursuant to Labor Code
§1725.5. Registration with DIR must be maintained throughout the entire term of this AGREEMENT,
including any subsequent amendments.
B. The CONSULTANT shall comply with all of the applicable provisions of the California Labor Code
requiring the payment of prevailing wages. The General Prevailing Wage Rate Determinations
applicable to work under this AGREEMENT are available and on file with the Department of
Transportation's Regional/District Labor Compliance Officer
(hftp://www.dot.ca.gov/hq/construc/LaborCompliance/documents/District-
Region Map Construction 7-8-15.pdf).
These wage rates are made a specific part of this AGREEMENT by reference pursuant to Labor Code
§1773.2 and will be applicable to work performed at a construction project site. Prevailing wages will
be applicable to all inspection work performed at LOCAL AGENCY construction sites, at LOCAL
AGENCY facilities and at off-site locations that are set up by the construction contractor or one of its
Page 7 of 22
subcontractors solely and specifically to serve LOCAL AGENCY projects. Prevailing wage
requirements do not apply to inspection work performed at the facilities of vendors and commercial
materials suppliers that provide goods and services to the general public.
C. General Prevailing Wage Rate Determinations applicable to this project may also be obtained from
the Department of Industrial Relations Internet site at http://www.dir.ca.gov.
D. Payroll Records
1. Each CONSULTANT and Subconsultant shall keep accurate certified payroll records and
supporting documents as mandated by Labor Code §1776 and as defined in 8 CCR §16000
showing the name, address, social security number, work classification, straight time and
overtime hours worked each day and week, and the actual per diem wages paid to each
journeyman, apprentice, worker, or other employee employed by the CONSULTANT or
Subconsultant in connection with the public work. Each payroll record shall contain or be verified
by a written declaration that it is made under penalty of perjury, stating both of the following:
a. The information contained in the payroll record is true and correct.
b. The employer has complied with the requirements of Labor Code §1771, §1811, and §1815
for any work performed by his or her employees on the public works project.
2. The payroll records enumerated under paragraph (1) above shall be certified as correct by the
CONSULTANT under penalty of perjury. The payroll records and all supporting documents shall
be made available for inspection and copying by LOCAL AGENCY representatives at all
reasonable hours at the principal office of the CONSULTANT. The CONSULTANT shall provide
copies of certified payrolls or permit inspection of its records as follows:
a. A certified copy of an employee's payroll record shall be made available for inspection or
furnished to the employee or the employee's authorized representative on request.
b. A certified copy of all payroll records enumerated in paragraph (1) above, shall be made
available for inspection or furnished upon request to a representative of LOCAL AGENCY, the
Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the
Department of Industrial Relations. Certified payrolls submitted to LOCAL AGENCY, the Division
of Labor Standards Enforcement and the Division of Apprenticeship Standards shall not be altered
or obliterated by the CONSULTANT.
c. The public shall not be given access to certified payroll records by the CONSULTANT. The
CONSULTANT is required to forward any requests for certified payrolls to the LOCAL
AGENCY Contract Administrator by both email and regular mail on the business day following
receipt of the request.
3. Each CONSULTANT shall submit a certified copy of the records enumerated in paragraph (1)
above, to the entity that requested the records within ten (10) calendar days after receipt of a
written request.
4. Any copy of records made available for inspection as copies and furnished upon request to the
public or any public agency by LOCAL AGENCY shall be marked or obliterated in such a manner
as to prevent disclosure of each individual's name, address, and social security number. The
name and address of the CONSULTANT or Subconsultant performing the work shall not be
marked or obliterated.
5. The CONSULTANT shall inform LOCAL AGENCY of the location of the records enumerated
under paragraph (1) above, including the street address, city and county, and shall, within five (5)
working days, provide a notice of a change of location and address.
6. The CONSULTANT or Subconsultant shall have ten (10) calendar days in which to comply
subsequent to receipt of written notice requesting the records enumerated in paragraph (1) above.
Page 8 of 22
In the event the CONSULTANT or Subconsultant fails to comply within the ten (10) day period,
he or she shall, as a penalty to LOCAL AGENCY, forfeit one hundred dollars ($100) for each
calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Such
penalties shall be withheld by LOCAL AGENCY from payments then due. CONSULTANT is not
subject to a penalty assessment pursuant to this section due to the failure of a Subconsultant to
comply with this section.
E. When prevailing wage rates apply, the CONSULTANT is responsible for verifying compliance with
certified payroll requirements. Invoice payment will not be made until the invoice is approved by the
LOCAL AGENCY Contract Administrator.
F. Penalty
1. The CONSULTANT and any of its Subconsultants shall comply with Labor Code §1774 and
§1775. Pursuant to Labor Code §1775, the CONSULTANT and any Subconsultant shall forfeit to
the LOCAL AGENCY a penalty of not more than two hundred dollars ($200) for each calendar
day, or portion thereof, for each worker paid less than the prevailing rates as determined by the
Director of DIR for the work or craft in which the worker is employed for any public work done
under the AGREEMENT by the CONSULTANT or by its Subconsultant in violation of the
requirements of the Labor Code and in particular, Labor Code §§1770 to 1780, inclusive.
2. The amount of this forfeiture shall be determined by the Labor Commissioner and shall be based
on consideration of mistake, inadvertence, or neglect of the CONSULTANT or Subconsultant in
failing to pay the correct rate of prevailing wages, or the previous record of the CONSULTANT or
Subconsultant in meeting their respective prevailing wage obligations, or the willful failure by the
CONSULTANT or Subconsultant to pay the correct rates of prevailing wages. A mistake,
inadvertence, or neglect in failing to pay the correct rates of prevailing wages is not excusable if
the CONSULTANT or Subconsultant had knowledge of the obligations under the Labor Code.
The CONSULTANT is responsible for paying the appropriate rate, including any escalations that
take place during the term of the AGREEMENT.
3. In addition to the penalty and pursuant to Labor Code §1775, the difference between the prevailing
wage rates and the amount paid to each worker for each calendar day or portion thereof for which
each worker was paid less than the prevailing wage rate shall be paid to each worker by the
CONSULTANT or Subconsultant.
4. If a worker employed by a Subconsultant on a public works project is not paid the general
prevailing per diem wages by the Subconsultant, the prime CONSULTANT of the project is not
liable for the penalties described above unless the prime CONSULTANT had knowledge of that
failure of the Subconsultant to pay the specified prevailing rate of wages to those workers or
unless the prime CONSULTANT fails to comply with all of the following requirements:
a. The AGREEMENT executed between the CONSULTANT and the Subconsultant for the
performance of work on public works projects shall include a copy of the requirements in Labor
Code §§1771, 1775, 1776, 1777.5, 1813, and 1815.
b. The CONSULTANT shall monitor the payment of the specified general prevailing rate of per
diem wages by the Subconsultant to the employees by periodic review of the certified payroll
records of the Subconsultant.
c. Upon becoming aware of the Subconsultant's failure to pay the specified prevailing rate of
wages to the Subconsultant's workers, the CONSULTANT shall diligently take corrective action
to halt or rectify the failure, including but not limited to, retaining sufficient funds due the
Subconsultant for work performed on the public works project.
d. Prior to making final payment to the Subconsultant for work performed on the public works
project, the CONSULTANT shall obtain an affidavit signed under penalty of perjury from the
Subconsultant that the Subconsultant had paid the specified general prevailing rate of per diem
Page 9 of 22
wages to the Subconsultant's employees on the public works project and any amounts due
pursuant to Labor Code §1813.
5. Pursuant to Labor Code §1775, LOCAL AGENCY shall notify the CONSULTANT on a public
works project within fifteen (15) calendar days of receipt of a complaint that a Subconsultant has
failed to pay workers the general prevailing rate of per diem wages.
6. If LOCAL AGENCY determines that employees of a Subconsultant were not paid the general
prevailing rate of per diem wages and if LOCAL AGENCY did not retain sufficient money under
the AGREEMENT to pay those employees the balance of wages owed under the general
prevailing rate of per diem wages, the CONSULTANT shall withhold an amount of moneys due
the Subconsultant sufficient to pay those employees the general prevailing rate of per diem wages
if requested by LOCAL AGENCY.
G. Hours of Labor
Eight (8) hours labor constitutes a legal day's work. The CONSULTANT shall forfeit, as a penalty to
the LOCAL AGENCY, twenty-five dollars ($25) for each worker employed in the execution of the
AGREEMENT by the CONSULTANT or any of its Subconsultants for each calendar day during which
such worker is required or permitted to work more than eight (8) hours in any one calendar day and
forty (40) hours in any one calendar week in violation of the provisions of the Labor Code, and in
particular §§1810 to 1815 thereof, inclusive, except that work performed by employees in excess of
eight (8) hours per day, and forty (40) hours during any one week, shall be permitted upon
compensation for all hours worked in excess of eight (8) hours per day and forty (40) hours in any
week, at not less than one and one-half (1.5) times the basic rate of pay, as provided in §1815.
H. Employment of Apprentices
1. Where either the prime AGREEMENT or the sub -agreement exceeds thirty thousand dollars
($30,000), the CONSULTANT and any subconsultants under him or her shall comply with all
applicable requirements of Labor Code §§1777.5, 1777.6 and 1777.7 in the employment of
apprentices.
2. CONSULTANTs and subconsultants are required to comply with all Labor Code requirements
regarding the employment of apprentices, including mandatory ratios of journey level to
apprentice workers. Prior to commencement of work, CONSULTANT and subconsultants are
advised to contact the DIR Division of Apprenticeship Standards website at
https://www.dir.ca.gov/das/, for additional information regarding the employment of apprentices
and for the specific journey -to- apprentice ratios for the AGREEMENT work. The CONSULTANT
is responsible for all subconsultants' compliance with these requirements. Penalties are specified
in Labor Code §1777.7.
ARTICLE XIII CONFLICT OF INTEREST (Verbatim)
A. During the term of this AGREEMENT, the CONSULTANT shall disclose any financial, business, or
other relationship with LOCAL AGENCY that may have an impact upon the outcome of this
AGREEMENT or any ensuing LOCAL AGENCY construction project. The CONSULTANT shall also
list current clients who may have a financial interest in the outcome of this AGREEMENT, or any
ensuing LOCAL AGENCY construction project, which will follow.
B. CONSULTANT certifies that it has disclosed to LOCAL AGENCY any actual, apparent, or potential
conflicts of interest that may exist relative to the services to be provided pursuant to this
AGREEMENT. CONSULTANT agrees to advise LOCAL AGENCY of any actual, apparent or
potential conflicts of interest that may develop subsequent to the date of execution of this
Page 10 of 22
AGREEMENT. CONSULTANT further agrees to complete any statements of economic interest if
required by either LOCAL AGENCY ordinance or State law.
C The CONSULTANT hereby certifies that it does not now have nor shall it acquire any financial or
business interest that would conflict with the performance of services under this AGREEMENT.
D. The CONSULTANT hereby certifies that the CONSULTANT or subconsultant and any firm affiliated
with the CONSULTANT or subconsultant that bids on any construction contract or on any Agreement
to provide construction inspection for any construction project resulting from this AGREEMENT, has
established necessary controls to ensure a conflict of interest does not exist. An affiliated firm is one,
which is subject to the control of the same persons, through joint ownership or otherwise.
ARTICLE XIV REBATES, KICKBACKS OR OTHER UNLAWFUL CONSIDERATION
The CONSULTANT warrants that this AGREEMENT was not obtained or secured through rebates,
kickbacks or other unlawful consideration either promised or paid to any LOCAL AGENCY employee.
For breach or violation of this warranty, LOCAL AGENCY shall have the right, in its discretion, to
terminate this AGREEMENT without liability, to pay only for the value of the work actually performed, or
to deduct from the AGREEMENT price or otherwise recover the full amount of such rebate, kickback or
other unlawful consideration.
ARTICLE XV PROHIBITION OF EXPENDING LOCAL AGENCY, STATE, OR FEDERAL FUNDS FOR
LOBBYING
A. CONSULTANT certifies to the best of his or her knowledge and belief that:
No state, federal or local agency appropriated funds have been paid or will be paid, by or on
behalf of the CONSULTANT, to any person for influencing or attempting to influence an officer or
employee of any local, State, or Federal agency, a Member of the State Legislature or United
States Congress, an officer or employee of the Legislature or Congress, or any employee of a
Member of the Legislature or Congress in connection with the awarding or making of this
AGREEMENT, or with the extension, continuation, renewal, amendment, or modification of this
AGREEMENT.
2. If any funds other than Federal appropriated funds have been paid, or will be paid to any person
for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this AGREEMENT, the CONSULTANT shall complete and submit Standard
Form -LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions.
B. This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by 31 U.S.C. §1352. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than ten thousand dollars ($10,000) and not
more than one hundred thousand dollars ($100,000) for each such failure.
C. The CONSULTANT also agrees by signing this document that he or she shall require that the
language of this certification be included in all lower tier sub -agreements, which exceed one hundred
thousand dollars ($100,000) and that all such subrecipients shall certify and disclose accordingly.
Page 11 of 22
ARTICLE XVI NON-DISCRIMINATION AND STATEMENT OF COMPLIANCE
A. The CONSULTANT's signature affixed herein and dated shall constitute a certification under penalty
of perjury under the laws of the State of California that CONSULTANT has, unless exempt, complied
with the nondiscrimination program requirements of Gov. Code §12990 and 2 CCR §8103.
B. During the performance of this AGREEMENT, CONSULTANT and its subconsultants shall not deny
the AGREEMENT's benefits to any person on the basis of race, religious creed, color, national origin,
ancestry, physical disability, mental disability, medical condition, genetic information, marital status,
sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran
status, nor shall they unlawfully discriminate, harass, or allow harassment against any employee or
applicant for employment because of race, religious creed, color, national origin, ancestry, physical
disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender
identity, gender expression, age, sexual orientation, or military and veteran status. CONSULTANT
and subconsultants shall insure that the evaluation and treatment of their employees and applicants
for employment are free from such discrimination and harassment.
C. CONSULTANT and subconsultants shall comply with the provisions of the Fair Employment and
Housing Act (Gov. Code §12990 et seq.), the applicable regulations promulgated there under (2 CCR
§11000 et seq.), the provisions of Gov. Code §§11135-11139.5, and the regulations or standards
adopted by LOCAL AGENCY to implement such article. The applicable regulations of the Fair
Employment and Housing Commission implementing Gov. Code §12990 (a -f), set forth 2 CCR
§§8100-8504, are incorporated into this AGREEMENT by reference and made a part hereof as if set
forth in full.
D. CONSULTANT shall permit access by representatives of the Department of Fair Employment and
Housing and the LOCAL AGENCY upon reasonable notice at any time during the normal business
hours, but in no case less than twenty-four (24) hours' notice, to such of its books, records, accounts,
and all other sources of information and its facilities as said Department or LOCAL AGENCY shall
require to ascertain compliance with this clause.
E. CONSULTANT and its subconsultants shall give written notice of their obligations under this clause
to labor organizations with which they have a collective bargaining or other Agreement.
F. CONSULTANT shall include the nondiscrimination and compliance provisions of this clause in all
subcontracts to perform work under this AGREEMENT.
G. The CONSULTANT, with regard to the work performed under this AGREEMENT, shall act in
accordance with Title VI of the Civil Rights Act of 1964 (42 U.S.C. §2000d et seq.). Title VI provides
that the recipients of federal assistance will implement and maintain a policy of nondiscrimination in
which no person in the United States shall, on the basis of race, color, national origin, religion, sex,
age, disability, be excluded from participation in, denied the benefits of or subject to discrimination
under any program or activity by the recipients of federal assistance or their assignees and
successors in interest.
H. The CONSULTANT shall comply with regulations relative to non-discrimination in federally -assisted
programs of the U.S. Department of Transportation (49 CFR Part 21 - Effectuation of Title Vi of the
Civil Rights Act of 1964). Specifically, the CONSULTANT shall not participate either directly or
indirectly in the discrimination prohibited by 49 CFR §21.5, including employment practices and the
selection and retention of Subconsultants.
Page 12 of 22
ARTICLE XVII DEBARMENT AND SUSPENSION CERTIFICATION
A. CONSULTANT's signature affixed herein, shall constitute a certification under penalty of perjury
under the laws of the State of California, that the CONSULTANT or any person associated therewith
in the capacity of owner, partner, director, officer, or manager:
1. Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility
by any federal agency;
2. Has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal
agency within the past three (3) years;
3. Does not have a proposed debarment pending; and
4. Has not been indicted, convicted, or had a civil judgment rendered against it by a court of
competent jurisdiction in any matter involving fraud or official misconduct within the past three (3)
years.
B. Any exceptions to this certification must be disclosed to LOCAL AGENCY. Exceptions will not
necessarily result in denial of recommendation for award but will be considered in determining
responsibility. Disclosures must indicate to whom exceptions apply, the initiating agency, and the
dates of agency action.
C. Exceptions to the Federal Government Excluded Parties List System maintained by the U.S. General
Services Administration are to be determined by FHWA.
ARTICLE XVIII DISADVANTAGED BUSINESS ENTERPRISES (DBE) PARTICIPATION
A. This AGREEMENT is subject to 49 CFR Part 26 entitled "Participation by Disadvantaged Business
Enterprises in Department of Transportation Financial Assistance Programs". CONSULTANTs who
enter into a federally -funded agreement will assist the LOCAL AGENCY in a good faith effort to
achieve California's statewide overall DBE goal.
B. The goal for DBE participation for this AGREEMENT is 6_0%. Participation by DBE CONSULTANT
or subconsultants shall be in accordance with information contained in Exhibit 10-01: Consultant
Proposal DBE Commitment, or in Exhibit 10-02: Consultant Contract DBE Commitment attached
hereto and incorporated as part of the AGREEMENT. If a DBE subconsultant is unable to perform,
CONSULTANT must make a good faith effort to replace him/her with another DBE subconsultant, if
the goal is not otherwise met.
C. CONSULTANT can meet the DBE participation goal by either documenting commitments to DBEs to
meet the AGREEMENT goal, or by documenting adequate good faith efforts to meet the
AGREEMENT goal. An adequate good faith effort means that the CONSULTANT must show that it
took all necessary and reasonable steps to achieve a DBE goal that, by their scope, intensity, and
appropriateness to the objective, could reasonably be. expected to meet the DBE goal. If
CONSULTANT has not met the DBE goal, complete and submit Exhibit 15-H: DBE Information —
Good Faith Efforts to document efforts to meet the goal. Refer to 49 CFR Part 26 for guidance
regarding evaluation of good faith efforts to meet the DBE goal.
D. DBEs and other small businesses, as defined in 49 CFR Part 26 are encouraged to participate in the
performance of AGREEMENTS financed in whole or in part with federal funds. The LOCAL AGENCY,
CONSULTANT or subconsultant shall not discriminate on the basis of race, color, national origin, or
sex in the performance of this contract. The CONSULTANT shall carry out applicable requirements
of 49 CFR part 26 in the award and administration of DOT -assisted contracts. Failure by the
CONSULTANT to carry out these requirements is a material breach of this AGREEMENT, which may
result in the termination of this AGREEMENT or such other remedy as the LOCAL AGENCY deems
appropriate, which may include, but is not limited to:
Page 13 of 22
1. Withholding monthly progress payments;
2. Assessing sanctions;
3. Liquidated damages; and/or
4. Disqualifying the contractor from future bidding as non -responsible
E. A DBE firm may be terminated only with prior written approval from LOCAL AGENCY and only for
the reasons specified in 49 CFR §26.53(f). Prior to requesting LOCAL AGENCY consent for the
termination, CONSULTANT must meet the procedural requirements specified in 49 CFR §26.53(f). If
a DBE subconsultant is unable to perform, CONSULTANT must make a good faith effort to replace
him/her with another DBE subconsultant, if the goal is not otherwise met.
F. Consultant shall not be entitled to any payment for such work or material unless it is performed or
supplied by the listed DBE or by other forces (including those of Consultant) pursuant to prior written
authorization of the LOCAL AGENCY's Contract Administrator.
G. A DBE is only eligible to be counted toward the AGREEMENT goal if it performs a commercially
useful function (CUF) on the AGREEMENT. CUF must be evaluated on an agreement by agreement
basis. A DBE performs a Commercially Useful Function (CUF) when it is responsible for execution of
the work of the AGREEMENT and is carrying out its responsibilities by actually performing, managing,
and supervising the work involved. To perform a CUF, the DBE must also be responsible, with
respect to materials and supplies used on the AGREEMENT, for negotiating price, determining quality
and quantity, ordering the material and installing (where applicable), and paying for the material itself.
To determine whether a DBE is performing a CUF, evaluate the amount of work subcontracted,
industry practices, whether the amount the firm is to be paid under the AGREEMENT is
commensurate with the work it is actually performing, and other relevant factors.
H A DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction,
AGREEMENT, or project through which funds are passed in order to obtain the appearance of DBE
participation. In determining whether a DBE is such an extra participant, examine similar
transactions, particularly those in which DBEs do not participate.
I. If a DBE does not perform or exercise responsibility for at least thirty percent (30%) of the total cost
of its AGREEMENT with its own work force, or the DBE subcontracts a greater portion of the work of
the AGREEMENT than would be expected on the basis of normal industry practice for the type of
work involved, it will be presumed that it is not performing a CUF.
J. CONSULTANT shall maintain records of materials purchased or supplied from all subcontracts
entered into with certified DBEs. The records shall show the name and business address of each
DBE or vendor and the total dollar amount actually paid each DBE or vendor, regardless of tier. The
records shall show the date of payment and the total dollar figure paid to all firms. DBE prime
CONSULTANT's shall also show the date of work performed by their own forces along with the
corresponding dollar value of the work.
K. Upon completion of the AGREEMENT, a summary of these records shall be prepared and submitted
on the form entitled, Exhibit 17-F: Final Report -Utilization of Disadvantaged Business Enterprise
(DBE) First -Tier Subconsultants, certified correct by CONSULTANT or CONSULTANT's authorized
representative and shall be furnished to the Contract Administrator with the final invoice. Failure to
provide the summary of DBE payments with the final invoice will result in twenty-five percent (25%)
of the dollar value of the invoice being withheld from payment until the form is submitted. The amount
will be returned to CONSULTANT when a satisfactory "Final Report -Utilization of Disadvantaged
Business Enterprises (DBE), First -Tier Subconsultants" is submitted to the Contract Administrator.
L. If a DBE subconsultant is decertified during the life of the AGREEMENT, the decertified subconsultant
shall notify CONSULTANT in writing with the date of decertification. If a subconsultant becomes a
certified DBE during the life of the AGREEMENT, the subconsultant shall notify CONSULTANT in
Page 14 or 22
writing with the date of certification. Any changes should be reported to LOCAL AGENCY's Contract
Administrator within thirty (30) calendar days.
M. Any subcontract entered into as a result of this AGREEMENT shall contain all of the provisions of this
section.
ARTICLE XIX INSURANCE
A. Scope of Coverage. During the term of this Agreement, CONSULTANT shall maintain, at no expense
to LOCAL AGENCY, 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 one million dollars
($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, to cover any claims arising
out of the CONSULTANT's performance of services under this Agreement. Where CONSULTANT
is a professional not required to have a professional license, LOCAL AGENCY reserves the right to
require CONSULTANT to provide professional liability insurance pursuant to this section.
4. If it employs any person, CONSULTANT shall maintain worker's compensation insurance, as
required by the State of California, with statutory limits, and employer's liability insurance with
limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease.
CONSULTANT's worker's compensation insurance shall be specifically endorsed to waive any
right of subrogation against LOCAL AGENCY.
B. Other Insurance Requirements. The insurance coverage required of the CONSULTANT in
subparagraph A of this section above shall also meet the following requirements:
1. Except for professional liability insurance or worker's compensation insurance, the insurance policies
shall be specifically endorsed to include the LOCAL AGENCY, its officers, agents, employees, and
volunteers, as additional insureds (for both ongoing and completed operations) under the policies.
2. The additional insured coverage under CONSULTANT'S insurance policies shall be "primary and
noncontributory" with respect to any insurance or coverage maintained by LOCAL AGENCY and
shall not call upon LOCAL AGENCY's insurance or self-insurance coverage for any contribution.
The "primary and noncontributory" coverage in CONSULTANT'S policies shall be at least as broad
as ISO form CG20 0104 13.
3. Except for professional liability insurance or worker's compensation insurance, the insurance policies
shall include, in their text or by endorsement, coverage for contractual liability and personal injury.
4. By execution of this Agreement, CONSULTANT hereby grants to LOCAL AGENCY a waiver of
any right to subrogation which any insurer of CONSULTANT may acquire against LOCAL
AGENCY by virtue of the payment of any loss under such insurance. CONSULTANT agrees to
obtain any endorsement that may be necessary to affect this waiver of subrogation, but this
provision applies regardless of whether or not LOCAL AGENCY has received a waiver of
subrogation endorsement from the insurer.
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.
Page 15 of 22
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 LOCAL AGENCY (if agreed to in a written contract or agreement) before LOCAL
AGENCY'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 LOCAL AGENCY 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. No representation is made that the minimum
Insurance requirements of this agreement are sufficient to cover the obligations of the
CONSULTANT under this agreement.
C. Deductibles and SIR's. Any deductibles or self-insured retentions in CONSULTANT'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 LOCAL AGENCY
or other additional insured party. At LOCAL AGENCY's option, the deductibles or self-insured retentions
with respect to LOCAL AGENCY shall be reduced or eliminated to LOCAL AGENCY's satisfaction, or
CONSULTANT shall procure a bond guaranteeing payment of losses and related investigations, claims
administration, attorney's fees and defense expenses.
D. Proof of Insurance. CONSULTANT shall provide to the PROJECT MANAGER or LOCAL AGENCY'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 policy language or specific
endorsements evidencing the other insurance requirements set forth in this Agreement. LOCAL
AGENCY reserves the right to obtain a full certified copy of any insurance policy and endorsements from
CONSULTANT. 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.
ARTICLE XX FUNDING REQUIREMENTS
A. It is mutually understood between the parties that this AGREEMENT may have been written before
ascertaining the availability of funds or appropriation of funds, for the mutual benefit of both parties,
in order to avoid program and fiscal delays that would occur if the AGREEMENT were executed after
that determination was made.
B. This AGREEMENT is valid and enforceable only, if sufficient funds are made available to LOCAL
AGENCY for the purpose of this AGREEMENT. In addition, this AGREEMENT is subject to any
additional restrictions, limitations, conditions, or any statute enacted by the Congress, State
Legislature, or LOCAL AGENCY governing board that may affect the provisions, terms, or funding
of this AGREEMENT in any manner.
C. It is mutually agreed that if sufficient funds are not appropriated, this AGREEMENT may be amended
to reflect any reduction in funds.
D. LOCAL AGENCY has the option to terminate the AGREEMENT pursuant to Article VI Termination,
or by mutual agreement to amend the AGREEMENT to reflect any reduction of funds.
Page 16 of 22
ARTICLE XXI CHANGE IN TERMS
A. This AGREEMENT may be amended or modified only by mutual written agreement of the parties.
B. CONSULTANT shall only commence work covered by an amendment after the amendment is
executed and notification to proceed has been provided by LOCAL AGENCY's Contract
Administrator.
C There shall be no change in CONSULTANT's Project Manager or members of the project team, as
listed in the approved Cost Proposal, which is a part of this AGREEMENT without prior written
approval by LOCAL AGENCY's Contract Administrator.
ARTICLE XXII CONTINGENT FEE
CONSULTANT warrants, by execution of this AGREEMENT that no person or selling agency has
been employed, or retained, to solicit or secure this AGREEMENT upon an agreement or
understanding, for a commission, percentage, brokerage, or contingent fee, excepting bona fide
employees, or bona fide established commercial or selling agencies maintained by CONSULTANT
for the purpose of securing business. For breach or violation of this warranty, LOCAL AGENCY has
the right to annul this AGREEMENT without liability; pay only for the value of the work actually
performed, or in its discretion to deduct from the AGREEMENT price or consideration, or otherwise
recover the full amount of such commission, percentage, brokerage, or contingent fee.
ARTICLE XXIII DISPUTES
Prior to either party commencing any legal action under this AGREEMENT, the parties agree to try in
good faith, to settle any dispute amicably between them. If a dispute has not been settled after forty-five
(45) days of good -faith negotiations and as may be otherwise provided herein, then either party may
commence legal action against the other.
A. Any dispute, other than audit, concerning a question of fact arising under this AGREEMENT that is
not disposed of by agreement shall be decided by a committee consisting of LOCAL AGENCY's
Contract Administrator and other LOCAL AGENCY representatives who may consider written or
verbal information submitted by CONSULTANT.
B. Not later than thirty (30) days after completion of all work under the AGREEMENT, CONSULTANT
may request review by LOCAL AGENCY Governing Board of unresolved claims or disputes, other
than audit. The request for review will be submitted in writing.
C. Neither the pendency of a dispute, nor its consideration by the committee will excuse CONSULTANT
from full and timely performance in accordance with the terms of this AGREEMENT.
ARTICLE XXIV INSPECTION OF WORK
CONSULTANT and any subconsultant shall permit LOCAL AGENCY, the State, and the FHWA if federal
participating funds are used in this AGREEMENT; to review and inspect the project activities and files at
all reasonable times during the performance period of this AGREEMENT.
ARTICLE XXV SAFETY
Page 17 of 22
A. CONSULTANT shall comply with OSHA regulations applicable to CONSULTANT regarding
necessary safety equipment or procedures. CONSULTANT shall comply with safety instructions
issued by LOCAL AGENCY Safety Officer and other LOCAL AGENCY representatives.
CONSULTANT personnel shall wear hard hats and safety vests at all times while working on the
construction project site.
B. Pursuant to the authority contained in Vehicle Code §591, LOCAL AGENCY has determined that
such areas are within the limits of the project and are open to public traffic. CONSULTANT shall
comply with all of the requirements set forth in Divisions 11, 12, 13, 14, and 15 of the Vehicle Code.
CONSULTANT shall take all reasonably necessary precautions for safe operation of its vehicles and
the protection of the traveling public from injury and damage from such vehicles.
C. CONSULTANT must have a Division of Occupational Safety and Health (CAL -OSHA) permit(s), as
outlined in California Labor Code §6500 and §6705, prior to the initiation of any practices, work,
method, operation, or process related to the construction or excavation of trenches which are five (5)
feet or deeper.
ARTICLE XXVI OWNERSHIP OF DATA
A. It is mutually agreed that all materials prepared by CONSULTANT under this AGREEMENT shall
become the property of LOCAL AGENCY, and CONSULTANT shall have no property right therein
whatsoever. Immediately upon termination, LOCAL AGENCY shall be entitled to, and
CONSULTANT shall deliver to LOCAL AGENCY, reports, investigations, appraisals, inventories,
studies, analyses, drawings and data estimates performed to that date, whether completed or not,
and other such materials as may have been prepared or accumulated to date by CONSULTANT in
performing this AGREEMENT which is not CONSULTANT's privileged information, as defined by
law, or CONSULTANT's personnel information, along with all other property belonging exclusively
to LOCAL AGENCY which is in CONSULTANT's possession. Publication of the information derived
from work performed or data obtained in connection with services rendered under this AGREEMENT
must be approved in writing by LOCAL AGENCY.
B. Additionally, it is agreed that the Parties intend this to be an AGREEMENT for services and each
considers the products and results of the services to be rendered by CONSULTANT hereunder to
be work made for hire. CONSULTANT acknowledges and agrees that the work (and all rights
therein, including, without limitation, copyright) belongs to and shall be the sole and exclusive
property of LOCAL AGENCY without restriction or limitation upon its use or dissemination by LOCAL
AGENCY.
C. Nothing herein shall constitute or be construed to be any representation by CONSULTANT that the
work product is suitable in any way for any other project except the one detailed in this
AGREEMENT. Any reuse by LOCAL AGENCY for another project or project location shall be at
LOCAL AGENCY's sole risk.
D. Applicable patent rights provisions regarding rights to inventions shall be included in the contracts
as appropriate (48 CFR 27 Subpart 27.3 - Patent Rights under Government Contracts for federal -
aid contracts).
E. LOCAL AGENCY may permit copyrighting reports or other agreement products. If copyrights are
permitted; the AGREEMENT shall provide that the FHWA shall have the royalty -free nonexclusive
and irrevocable right to reproduce, publish, or otherwise use; and to authorize others to use, the
work for government purposes.
ARTICLE XXVII CLAIMS FILED BY LOCAL AGENCY's CONSTRUCTION CONTRACTOR
Page 19 of 22
A. If claims are filed by LOCAL AGENCY's construction contractor relating to work performed by
CONSULTANT's personnel, and additional information or assistance from CONSULTANT's
personnel is required in order to evaluate or defend against such claims; CONSULTANT agrees to
make its personnel available for consultation with LOCAL AGENCY'S construction contract
administration and legal staff and for testimony, if necessary, at depositions and at trial or arbitration
proceedings.
B. CONSULTANT's personnel that LOCAL AGENCY considers essential to assist in defending against
construction contractor claims will be made available on reasonable notice from LOCAL AGENCY.
Consultation or testimony will be reimbursed at the same rates, including travel costs that are being
paid for CONSULTANT's personnel services under this AGREEMENT.
C. Services of CONSULTANT's personnel in connection with LOCAL AGENCY's construction contractor
claims will be performed pursuant to a written contract amendment, if necessary, extending the
termination date of this AGREEMENT in order to resolve the construction claims.
ARTICLE XXVIII CONFIDENTIALITY OF DATA
A. All financial, statistical, personal, technical, or other data and information relative to LOCAL
AGENCY's operations, which are designated confidential by LOCAL AGENCY and made available
to CONSULTANT in order to carry out this AGREEMENT, shall be protected by CONSULTANT from
unauthorized use and disclosure.
B. Permission to disclose information on one occasion, or public hearing held by LOCAL AGENCY
relating to the AGREEMENT, shall not authorize CONSULTANT to further disclose such information,
or disseminate the same on any other occasion.
C. CONSULTANT shall not comment publicly to the press or any other media regarding the
AGREEMENT or LOCAL AGENCY's actions on the same, except to LOCAL AGENCY's staff,
CONSULTANT's own personnel involved in the performance of this AGREEMENT, at public
hearings, or in response to questions from a Legislative committee.
D. CONSULTANT shall not issue any news release or public relations item of any nature, whatsoever,
regarding work performed or to be performed under this AGREEMENT without prior review of the
contents thereof by LOCAL AGENCY, and receipt of LOCAL AGENCY'S written permission.
E. All information related to the construction estimate is confidential and shall not be disclosed by
CONSULTANT to any entity, other than LOCAL AGENCY, Caltrans, and/or FHWA. All of the
materials prepared or assembled by CONSULTANT pursuant to performance of this AGREEMENT
are confidential and CONSULTANT agrees that they shall not be made available to any individual or
organization without the prior written approval of LOCAL AGENCY or except by court order. If
CONSULTANT or any of its officers, employees, or subcontractors does voluntarily provide
information in violation of this AGREEMENT, LOCAL AGENCY has the right to reimbursement and
indemnity from CONSULTANT for any damages caused by CONSULTANT releasing the information,
including, but not limited to, LOCAL AGENCY's attorney's fees and disbursements, including without
limitation experts' fees and disbursements.
ARTICLE XXIX NATIONAL LABOR RELATIONS BOARD CERTIFICATION
In accordance with Public Contract Code §10296, CONSULTANT hereby states under penalty of perjury
that no more than one final unappealable finding of contempt of court by a federal court has been issued
against CONSULTANT within the immediately preceding two-year period, because of CONSULTANT's
failure to comply with an order of a federal court that orders CONSULTANT to comply with an order of
the National Labor Relations Board.
Page 19 of 22
ARTICLE XXX EVALUATION OF CONSULTANT
CONSULTANT's performance will be evaluated by LOCAL AGENCY. A copy of the evaluation will be
sent to CONSULTANT for comments. The evaluation together with the comments shall be retained as
part of the AGREEMENT record.
ARTICLE XXXI RETENTION OF FUNDS
No retainage will be held by the LOCAL AGENCY from progress payments due the CONSULTANT. Any
retainage held by the CONSULTANT or subconsultants from progress payments due subconsultants
shall be promptly paid in full to subconsultants within thirty (30) days after the subconsultant's work is
satisfactorily completed. Federal law (49 CFR §26.29) requires that any delay or postponement of
payment over thirty (30) calendar days may take place only for good cause and with the LOCAL
AGENCY's prior written approval. Any violation of this provision shall subject the violating CONSULTANT
or subconsultant to the penalties, sanctions and other remedies specified in Business and Professions
Code §7108.5. These requirements shall not be construed to limit or impair any contractual,
administrative, or judicial remedies, otherwise available to the CONSULTANT or subconsultant in the
event of a dispute involving late payment or nonpayment by the CONSULTANT, deficient subconsultant
performance, or noncompliance by a subconsultant. This provision applies to both DBE and non -DBE
CONSULTANT and subconsultants.
ARTICLE XXXII NOTIFICATION
All notices hereunder and communications regarding interpretation of the terms of this AGREEMENT
and changes thereto, shall be effected by the mailing thereof by registered or certified mail, return receipt
requested, postage prepaid, and addressed as follows:
CONSULTANT: Substrate, Inc.
Sunny Jhutti, President
270 Crest Rd
Novato, CA 94945
LOCAL AGENCY: City of San Rafael
Bill Guerin, Contract Administrator
111 Morphew Street
San Rafael, CA 94901
ARTICLE XXXIII CONTRACT
The two parties to this AGREEMENT, who are the before named CONSULTANT and the before named
LOCAL AGENCY, hereby agree that this AGREEMENT constitutes the entire AGREEMENT which is
made and concluded in duplicate between the two parties. Both of these parties for and in consideration
of the payments to be made, conditions mentioned, and work to be performed; each agree to diligently
perform in accordance with the terms and conditions of this AGREEMENT as evidenced by the signatures
below.
Page 20 of 22
ARTICLE XXXIV NO THIRD PARTY BENEFICIARIES
LOCAL AGENCY and CONSULTANT do not intend, by any provision of this contract, 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.
ARTICLE XXXV 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.
ARTICLE XXXVI LOCAL AGENCY BUSINESS LICENSE 1 OTHER TAXES
CONSULTANT shall obtain and maintain during the duration of this contract, a LOCAL AGENCY business
license as required by the San Rafael Municipal Code. CONSULTANT shall pay any and all state and
federal taxes and any other applicable taxes. LOCAL AGENCY shall not be required to pay for any work
performed underthis contract, until CONSULTANT has provided LOCAL AGENCY with a completed Internal
Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification).
ARTICLE XXXVII 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 contract or any applicable law, ordinance or regulation.
ARTICLE XXXVIII APPLICABLE LAW
The laws of the State of California shall govern this AGREEMENT.
CONSULTANT 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. CONSULTANT
shall perform all services under this AGREEMENT in accordance with these laws, ordinances, codes and
regulations. CONSULTANT shall release, defend, indemnify and hold harmless LOCAL AGENCY, 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.
Page 21 of 22
ARTICLE XXXIX SIGNATURES
CITY OF SAN RAFAEL
JI.M S HUTZ
Qy Wanager
I_ti*M-1I
1.N ,
LINUJHT LANA
r City Clerk
APPROVED AS TO FORM:
'r
ef:OBERT F. EPSTEIN
City Attorney
DYNAMIC DZYNE ASSOCIATES, INC. dba
SUBSTRATE, INC.
By:
President
Title:
and
DYNAMIC DZYNE ASSOCIATES, INC. dba
SUBSTRATE, INC.
� wif
By:
Title: President
Page 21 or 22
Exhibit A:
Scope of Work
111 11111
74
4L
It.
Construction Management, Inspection,
and Testing Services for the Southern Heights
SAN RAFAEL Boulevard Bridge Replacement Project
THE CITY WITH Amiss'01,1 Federal Project No. BRLO 5043 (038)
CITY OF SAN RAFAEL
June 30, 2020 1 Statement of Qualifications
.
SUBSTRATE, INC.
"Pow M7 'WI
41 _7fq-
A,
17
June 30, 2020
Mr. Hunter Young
Assistant Public Works Director/City Engineer
City of San Rafael — Department of Public Works
1400 5th Avenue
San Rafael, CA 94901
Subject: Statement of Qualifications for Construction Management, Inspection,
and Testing Services for the Southern Heights Boulevard Bridge
Replacement Project - Fed No. BRLO 5043 (038)
Dear Mr. Young:
Substrate, Inc.
270 Crest Rd
Novato, CA 94945
T:415.246.4920
substrateinc.com
Sunny Jhutti, PE, SE
President
E: sunny@substrateinc.com
Substrate, Inc is pleased to submit this Statement of Qualifications to provide Construction Management, Inspection, and Testing Services for
the Southern Heights Boulevard Bridge Replacement Project for the City of San Rafael. We are confident that we have organized the right team
that is the right fit for the City of San Rafael's needs on this challenging Southern Heights Boulevard Bridge Replacement located in an a region of
the city with limited access and a small footprint.
We want you to be rest assured as you are in safe hands with Substrate, as we not only have done similar projects like this one before, but have
won a National Award doing so. Substrate, just recently won the 2019 National APWA Best Transportation Project ($5 Million Dollar Category)
for the Marsh Creek Bridge Replacement project, which has similar issues as your project: limited real-estate, local opposition, and complex
staged bridge construction
Substrate, Inc is a Marin County based certified DBE and SBE firm specializing in providing construction management services for federally
funded bridge projects that are part of the Highway Bridge Program (HBP). The Southern Heights Boulevard Bridge Replacement will require
an experienced construction management team that has relevant experience with working on projects similar in size and scope, specifically
federally -funded local agency bridge replacement project, located in an area with limit access and small footprint. Substrate has a proven
successful track record - members of our firm have successfully been involved in several construction management projects throughout
California for clients such as — Contra Costa County, City of Larkspur, City of Novato, CALTRANS, BART, Transbay Joint Powers Authority, and
various other local agencies.
The following is the value we bring to the City of San Rafael:
• Local, Streamlined, and Efficient Team — We did our very best to assemble a local team that provides the best value and meets the needs
and project objectives for the City of San Rafael on this pursuit. Substrate has successfully performed all the major technical submittal reviews
as a subconsultant to Prescience Engineers on the City of Larkspur's Bon Air Bridge project literally 1 mile away from your project. Substrate
also recently finished a Constructability Review for the Grant Avenue Bridge Rehabilitation in Novato.
The proposed Project Manager/Resident Engineer, Sunny Jhutti, PE, SE (Substrate) and full-time Inspector, Edwin Ekberg (Substrate), are
locals, living in Novato and Napa, respectively. We brought on board Scott Stephens from local Miller Pacific Engineering Group for Material
Testing (Caltrans Certified Lab), and for Public Outreach, we engaged Marin -based - Dave Javld from Plan to Place who is currently helping
the City of Mill Valley with managing public outreach on the Mill Valley Downtown Paving, Sidewalk, and Utility Improvements and has
received outstanding reviews on his efforts with a very challenging and politically plugged in community. Finally, we brought on board Sonoma
County -based Cinquini & Passarino to assist with QA Bridge surveying, who are currently providing surveying for Chalk Hill Road Bridge and
Franz Valley School Bridge in Sonoma County. We added Abe Construction Services for Gamma -Gamma Testing (CT -233) of the CIDH Piles
and Verux Inc Is on board for QA SWPPP Inspections, as needed.
This project only really requires two key individuals: A Resident Engineer/Structure's Representative and full-time Inspector. Given the
public exposure risks on this project, we have engaged Plan to Place far additional Public Outreach Support, but the need a separate Project
Manager Is not warranted for a project, as the proposed Resident Engineer has been In the dual role recently on Marsh Creek Bridge -
Moreover, the $3.05 million Engineer's Estimate would not allow a budget large enough to warrant a separate PM. For Highway Bridge
Program (HBP) projects, the maximum reimbursement for CM will be 15% total construction costs, which leads us to critically evaluate which
project team roles are essential In delivering a bridge that complies with Federal Quality Standards and the Public Outreach concerns of the
City of San Rafael. Based on the HBP requirements and critical evaluation of the Project needs and City objectives, the aforementioned team
has been structured which we believe provides the maximum value to the City, while keep costs within Federal Reimbursable limits.
Page 2 of 30 Southern Heights Blvd Bridge Replacement Project
City of San Rafael - Department of Public Works
State and Federal Procedures - Sunny Jhutti, PE, SE (Substrate), the proposed Project Manager/Resident Engineer has over 21 years of
federally funded bridge experience and thoroughly familiar with Caltrans Oversight procedures and federal funding requirements of the HBP.
He is a former Caltrans Bridge Engineer and is an expert on the Caltrans 63 Category filing system and LAPM Chapters 16, and 17. Substrate
has delivered several federal funded projects, including HBP projects for Local Agencies. Within the last 5 years our firm completed the following
federally funded bridge projects for Local Agencies, several of which were HBP projects: Marsh Creek Bridge Replacement — Contra Costa
County, Orwood Rd Bridge Replacement — Contra Costa County, 1-80 San Pablo Dam Rd Interchange, Phase 1— Contra Costa Transportation
Authority, and Transbay Busramp Cable Stayed Bridge —Transbay Joint Powers Authority. All four projects, which are federally -funded bridge
projects have successfully passed their Caltrans Mid and Post Audits reviews with no issues or irregularities. Federally Funded Bridge (HBP)
File Audits are very detailed and comprehensive, and Sunny has a very favorable reputation with Moe Shakernia, Caltrans District 4 Oversight
Engineer, and Sylvia Fung, Caltrans District Liaison Engineer.
Caltrans Familiarity - As a former Caltrans Bridge Structure's Representative, Sunny spent 4 years working for Jeff Kress, Sonoma - Marin
Area Senior Bridge Engineer (14 years in total for Caltrans as employee and consultant), on such projects as Marin -Sonoma Narrows MSN
A-1 in Novato, Corte Madera Creek Bridge Rehabilitation, Petaluma River Bridge and Lakeville Replacement, and -Central Cotati Widening.
Considered a leader in bridge construction, Sunny has instant rapport and respect from Caltrans Northbay Managers Including Jeff Kress and
Farhad Farazmand, as well as, with Moe Shakernia of Caltrans Division of Local Assistance, who will be performing the Mid and Post File Audit.
Sunny is a licensed Structural Engineer in California and has reviewed over 50 independent Falsework Checks, over 30 shoring reviews, several
access trestles, and countless CIDH Pile Submittal Reviews. In fact, Sunny recently reviewed and approved all the 8 ft diameter CIDH Pile
Placement Plans for the Bon Air Bridge Replacement in Larkspur and 6 ft diameter CIDH piles on the Orwood Road Bridge Replacement, both
of which has their own Cofferdams. This included reviewing pile placement plans, inspection tube placement, and temporary access trestle.
For the Southern Height's project this scale of technical analysis is not required, as the CIDH Piles are only 3 ft diameter, however the concepts
remain the same and the same level of detail and effort will be required for successful and safe delivery.
Public Outreach - Public Outreach, Coordination, and Notification is a critical component of this bridge construction project, as it is in a
sensitive neighborhood in Marin that is between downtown San Rafael and the City of Larkspur. Adjacent neighbors pose the highest risk on
this project, and as such, a joint effort between Sunny and Edwin (on a day to day basis) will be required to successfully deliver this project
without significant complaints. Lesson -learned from award winning Marsh Creek bridge project and the City of Mill Valley Downtown project
will be employed to make sure a positive perception of this project is achieved. For this reason we have engaged Dave Javid from Plan to Place
who is currently helping the City of Mill Valley with managing public outreach on the Mill Valley Downtown Paving, Sidewalk, and Utility
Improvements and has received outstanding reviews on his efforts which a very challenging and politically plugged in community.
• Innovative - Substrate just wrapped up the Marsh Creek Bridge Replacement project, where (as the Prime Consultant) we delivered a two
season project in one season using innovative methods. Where possible, we will work with the Contractor and Designer to implement
Innovative, cost or schedule saving techniques while keeping project safety and quality as our priority. The proposed dual Falsework/Trestle
in the Key Issues section of this proposal is an example of an innovative solution that will reduce project complexity and increase safety.
• Finally, the team has committed to 75% DBE goal, which will far exceed the required 6% goal.
As President of Substrate, Inc, I am empowered to negotiate a contract with the City and hereby commit to the obligations contained In the
proposal. The sample Professional Services Agreement (PSA) in the RFQ is acceptable as -is. Substrate acknowledges receipt of Addendum 1
and 2 of th's RFQ and have prepared our Statement according y. This proposal is valid for 90 days
Thanks for the opportunity to submit our Statement of Qualifications for consideration and for reviewing ourproposal
Sincerely,
Firm President Contact Information
...........................................,........................................_........
Name and Title: Sunny Jhutti, PE, SE — President
Company Name: Substrate, Inc
Address: 270 Crest Rd, Novato, CA 94945
Sundeep Jhutti, President Phone Number: 415-246-4920
Email: sunny@substrateinc.com
Page 3 of 30 Southern Heights Blvd Bridge Replacement Project
City of San Rafael - Department of Public Works
(6—",)
SAN RAFAEL
11 ILCIIYWIIIIAMISSIOrl
QUALIFICATIONS AND EXPERIENCE
Substrate, Inc
Substrate, Inc - The Right Team
We did our very best to assemble a local team that provides the best value and meets the needs and project objectives for the City
of San Rafael on this pursuit. We have carefully selected the right people who are appropriately experienced and skilled
professionals with right project experience to that required to provide right expertise for the City of San Rafael on this Southern
Heights Boulevard Bridge Replacement.
Substrate — Project Organizational Chart:
Key Personnel
Sunny Jhutti, PE, SE - Project Manager/Resident Engineer rA*
SUUSTU M,IN`: fcdf uw' Former Caltrans Structures
Mr. Sunny Jhutti has vast experience in providing construction management, design, and contract administration of highways, roads,
bridges, buildings and public works infrastructure projects in California. Over the past 21 years, he has been involved in numerous
construction management projects for State, Regional, & Local Agencies in the capacity of Project Manager, Resident Engineer,
Structure's Representative, Chief Technical Reviewer, and Lead Inspector.
He is a specialist when it comes to bridge construction management with traditional Design -Bid -Build project delivery and Highway
Bridge Program (HBP) Funding. He is fully versed in LAPM Chapters 15, 16, and 17. Sunny has successfully completed several
federally funded projects through pre, mid, and post -audits with Caltrans with no irregularities.
C Edwin Ekberg — Full -Time Bridge/Roadway Inspector
sU85nlKIE. INC
Intelligent, forward thinking, and proactive Senior Inspector with more than 30 years' experience specializing in large-scale public
works construction. He has acted in the role of CIA Manager, Senior Inspector, Lead Inspector, and Inspector on project ranging from
$2 million to $220 million dollars. Edwin is very familiar with the latest Caltrans Standard Specifications, Standard Plans, Construction
Manual, Local Agency Procedure's Manual (LAPM), and the "Greenbook" Standard Specifications for Public Works Construction.
Page 4 of 30 Southern Heights Blvd Bridge Replacement Project
City of Son Rafael - Department of Public Works
C�(°� � SAN RAFAEL
iHI 11Y WilH A MISSION
Substrate, Inc
Competent in all aspects of Municipal Capital Improvement projects including: Bridges, Grade Separations, Fish -passages, Pedestrian
Bridges, Pavement Rehabilitation, Overlays, HMA Paving, Concrete Sidewalks, Ramps, Pedestrian and Bike Facilities, Streetscaping
and Beautification, ADA Compliance, Utilities, Drainage, Sewers, Storm Drains, Striping, etc.
Sub consultants
PLAN
9Dave Javid -Plan to Place —Public Outreach and Community Engagement Support —By working closely with the
44 Resident Engineer and Inspector, Dave will help brand our message to ensure we have weekly strategic communication,
M AU Public Outreach and positive community relations on this project. While Sunny and Edwin will handle the day-to-day public
outreach and management, Dave will help with digital and print media, constant contact, and weekly engagement, including working
with Substrate to develop weekly content for the City of San Rafael's website. He has recently done a stellar job for Downtown Mill
Valley, in one of the most politically plugged in communities of Marin.
Miller Pacific Engineering Group (MPEG) - Materials Testing — By working closely
MILLER PACIFIC vV�2 Ji with the Resident Engineer and Inspector, MPEG will provide the material engineering
fU61HEiUIN6 6000P V
J��L�V and testing services, as well as, source inspection as needed. Substrate, Inc and Scott
:j+c Stephens, PE will be working closely together to coordinate all inspection services. MPEG
has extensive experience and knowledge of the local conditions in and around Marin County and the Bay Area, working on a wide
variety of projects ranging from roadway and city street subgrades, utility trench backfill testing, to Inspection for highways and
bridges, for all types of soil conditions. Headquartered In Novato, MPEG is a Caltrans Certified Laboratory.
Abe Construction Services (ACS) - GGL Testing — We have included Specialty Pile Testing from Steve Abe.
He's a statewide expert and specialist on Gamma -Gamma Logging Test (CT -233), as a Federally Funded Testing
rdtxls� Requirement, to ensure adequate concrete density in the below ground CIDH shafts. We have included him as
a contract requirement for Quality Assurance, to ensure the City gets their full federal reimbursement. ACS is a
Caltrans Certified Laboratory.
I j ® Verux — SWPPP CIA Inspections — We have included Verux on the team for SWPPP CIA
V E R U X Inspections, as needed, because the specifications have indicated that this is a Risk Level 2
project. Though there is no immediate body of water adjacent to the jobsite, we want to
ensure the Contractor and his SWPPP consultant are doing their jobs with respect to street sweeping, inlet protection, dust control,
and installing proper BMPs as construction will be proceeding through the winter which as the potential to be a muddy mess (if not
properly controlled) Here's where Verux will bring additional value, even though Sunny and Edwin are SWPPP QSP trained.
Cinquini & Passarino, Inc will be assisting with specialized surveying support for this project and will be
n,VLSI ; %D p`«` under administrative control by Substrate, Inc. Cinquini & Passarino will be performing any required bridge
or retaining wall QA as -needed surveying support for Substrate, Inc. They are a local Sonoma County based
company. The majority of the Bridge related QA surveying will be provided by Substrate, but Cinquini &
Passarino will be assisting with line for centerline of abutments, return walls, bridge edge of deck and retaining wall layout lines,
because we know that TCE and Right of Way is very tight and we want to ensure the bridge is constructed in the exact place It is
supposed to in order to mitigate any risk to the City They are currently providing surveying on Chalk Hill Road Bridge and Franz
Valley School Bridge in Sonoma County.
Key Staff Experience Summary
The Southern Heights Blvd Bridge Replacement require the Key Role Individuals (Sunny Jhutti and Edwin) to be technically competent
with all aspects of bridge, wall and roadway construction, but also being sensitive and politically aware of the neighborhood
opposition and tight construction access to this project. As far as technical capabilities, both Sunny Jhuttl and Edwin Ekberg have
significant experience in the following:
CIDH Wet Piles, CT -233 (Gamma -Gamma) Testing, Federally Funded and HOP Projects, Caltrans Testing and Reporting
Requirements, Bridge Removal, Soldier Pile Wall Construction, Diaphragm Type Abutment Construction, ADA Compliance,
Notification to Public, Public Access and Traffic Control, Falsework and Trestle Construction, Temporary Shoring, Paving, Caltrans
Deck Construction, Waterline Relocation on Bridges, Approach Slabs, Barrier (Including Steel Barriers), Utility Relocation, Drainage,
Electrical and LED lighting, Planting, SWPPP, Flowable Backfill Construction, and Erosion Control. All these required relevant skills
both Sunny and Edwin bring to the table and are critical for this project's success.
Page 5 of 30 Southern Heights Blvd Bridge Replacement Project
City of Son Rafael Department of Public Works
SAN RAFAEL�
i
II I[: LI IY WI11 I A hII551UN
Substrate, Inc
KEY STAFF REFERENCES
Sunny Jhutti, PE, SE — PM/Resident Engineer — Structures Rep
Reference Project Description and Role
1 Neil Leary, PE Marsh Creek Road Bridge Replacement Project I Contra Costa County I Resident Engineer/Strutt Rep
Project Manager DATE: 4/2018- 3/2019 COST: $4.9 Million
Contra Costa Substrate provided comprehensive construction management services for a new 91 ft long new California Bulb -Tee
County Girder bridge replacing the old bridge spanning over Marsh Creek. Project Elements included: temporary stream
Tel: (925)313-2278 diversion, drilling and installing soldier -pile wall, soil nail wall shoring, roadway and channel excavation, rock
slope protection, concrete bridge approach slab, Type 742 concrete barriers, tubular hand -railing, aggregate
base, Hot Mix Asphalt, cold -planing AC, signing, striping, drainage, fencing, Waterline temporary bypass and
Permanent Installation, and MBGR.
............................................................................................................................................................. ...................
2 DennisTurchon, Transbay Terminal Bus Ramps I TransbayJoint Powers Authority I Resident Engineer/Strutt Rep
PE - Construction DATE: 4/2016-8/1/2017 COST: $58 Million
ManagerTJPA Substrate provided Sunny Jhutti as Resident Engineer/Structure's Representative and Field Inspector responsible for the
Tel: (415) 754-5015 Construction Management of the Transbay Bus Ramps Viaduct Project, which provides an exclusive bus -only exit off WB 1.80
and the Bay Bridge to the new Transbay Transit Center. There were 5 bridges an this project, which included: Harrison Street Left
(CIP-PS-Box), Harrison Street Right (CIP-PS Box), Fremont Offramp Bridge Widening (CIP-PS Box Widening), Fremont Frame 2 (RC
Box Girder), and the 1045 -foot -long Bus Ramp Viaduct (5 Frames), which consists of three CIP-PS Box Girders, one Stay -Cable
Bridge Signature Span, and one "Drop -In -Span" — Composite Steel Plate- Girder Bridge. Frame 5, the Composite Steel Plate-
GirderBridge connected the viaduct to the Transit Center.
..
............................................................................................................. ............. ............. ....................... ....................................................................................... ............................
3 Jeff Kress,PE Petaluma River Bridge and Lakeville Replacement I Caltrans I Lead Inspector and Technical Reviewer
Senior Bridge DATE: 8/2012 — 11/2014 COST: $90 Million
Engineer Sunny Jhutti was Principal Assistant Structure's Representative responsible for the replacement of the existing Petaluma River
Caltrans Bridge and Lakeville OC and Overhead. He was the main Technical Reviewer and Inspector for all the: Falsework, Shoring Cofferdams,
Tel: (510) 867-6019 CIDH Piles Place mentPlans, Trestle, etc. Other project features included: New MSE Wall, New retaining walls and Kastanla Rd OC.
.............. ...................................................................................................... ....................................................................... ................. ..........—.........................
4 Chris Blunk, PE Grant Avenue Bridge Widening and Rehabilitation Project I City of Novato I Constructability Review
PublicWorks DATE: 2/2020 COST: $3 Million
Director Substrate, Inc's Sunny Jhutti provided comprehensive constructability review of the Grant Avenue Bridge Widening
City of Novato and Rehabilitation project. The 95% design proved to be incomplete and did not take into account critical
Tel: (415)899-8961 constructability issues such as: Utility Relocations, Land right agreements for TCE's, retaining wall specifications
and Engineer's Estimate. Sunny also provided a Risk Analysis for the project. This effort lead to a redesign of the
project. This approximate $3 million dollar HBP bridge project includes: CIDH piles, precast girder placement,
retaining walls, barrier rail replacement, ADA sidewalks and ramp, retaining walls, paving bridge approaches, plus
other items of work.
...................................................................................................................................................................................................................................................................................
Edwin Ekberg — Full-time Bridge/Roadway Inspector
Reference Project Description and Role
1 Jerry Grover, PE
E&C MOPAC Bridges I Central Texas Regional Mobility Authority, Austin, TX I QA/QC Manager
Project Manager
DATE: 2014-2017 COST: $160 Million
CTRMA
Edwin was the QA/QC Manager that directed quality management of high-profile 11.2 -mile highway widening,
Tel: (702)332-4772
including new automated toll lanes, widening six existing bridges, construction of a new 600ft steel pedestrian
bridge, storm sewer and potable water tunneling, mill & replacement of HMA & 3000ft of drilled shaft sound walls.
.............................................. ......................•.••.......•..••...,••.•••...•.•.,.•,....•.
Don Kogel, PE
•.,.•......,•.,•.....,..,.......,,..,......•..................,.....•....................•.......• ••.• I.,... ... ...,....I •....• ..................................
Fish Passage Improvement Project— Red Bluff Diversion Dam I USBR/TCCA I Senior Inspector
Project Manager
DATE: 2010-2012 COST: $220 Million
USBR/TCCA
Edwin was the Senior Inspector for this US Bureau of Reclamation/Tehama-Colusa Canal Authority joint project. He
inspected the construction of 11 gates on the Sacramento River at Red Bluff Diversion Dam (on time and under
Tel: (541) 639-1458 budget) that diverted water into the Tehama-Colusa and Corning Canals. The work Included a pumping plant, 1,400
LF flat -plate fish screen, 710 LF concrete girder bridge (CIDH Wet Piles), 1,800 LF sheet pile canal, mass- graded
...................................................................•......................................•.....................................,...........................,.,.....,..,......,................................................................................
earth forebay, electrical, water, storm piping and remediation of 200,000 CY of soil.
Page 6 cf 30 Southern Heights Blvd Bridge Replacement Project
City of San Rafael Department of Public Works
SAN RAFAEL
iHf tS�Y :':1 I11 :. h11`iti1�1AJ
— ' Substrate, Inc
Sunny lhutti, PE, SE — Project Manager/Resident Engineer -Structure's Rep Education
Mr. Sunny Jhutti has vast experience in providing construction management, design, and contract
B.S. — Civil Engineering
administration of highways, roads, bridges, buildings and public works infrastructure projects in
University of California, Davis, 1998
California. Over the past 21 years, he has been involved in numerous construction management
M.S. — Structural Engineering
projects for State, Regional, & Local Agencies in the capacity of Project Manager, Resident Engineer,
CSU, Sacramento, 2002
Structure's Representative, Chief Technical Reviewer, and Lead Inspector. As a designer, he has been
Marsh Creek Rd Bridge Replacement
In the role of Principal Design Engineer, Senior Engineer, Project Engineer, and Designer.
Registration
s BART A -Line 34.5kV Replacement and FO Installation — BART
Registered Civil Engineer,
Sunny has worked on projects of all delivery types including: Design -Bid -Build, Design -Build,
California: C61752
Integrated Project Delivery, and Construction Manager/General Contractor (CM/GC). He Is a
Registered Structural Engineer,
specialist when it comes to bridge construction management with traditional Design -Bid -Build
California: 55238
project delivery and Highway Bridge Program (HBP) Funding.
Safety Assessment Program (SAP)
of Working Days, Newsletter, Progress Payments, Preparing and Auditing Project Records and lob
Evaluator #74082
Sunny has also been involved in value engineering, constructability reviews, and construction
2018 Excellence in Partnering Award
technical submittal reviews for those same agencies. Sunny is best utilized as a Resident
Specialized Training
Engineer/Structure's Representative, which allows the client to benefit from his leadership and
communication skills, but also tapping Into his technical skills as he is one of the few Licensed
Cal -OSHA Safety
California Structural Engineers performing Construction Management.
Caltrans — Resident Engineer Academy
Caltrans — Bridge Design Academy
Sunny's management style of utilizing a solution -based approach and working with the
Caltrans Trainer — Bridge Rehabilitation
Contractor has led to his projects never ending up In claims.
Caltrans — Falsework Training
California Project (2018), Orwood Rd Bridge APWA Northern California Award (2018), Petaluma
Caltrans—Trenching & Shoring Training
He has also had several years working for local agencies involved in everything from bridge
Caltrans—ABC Construction Training
replacements and slide repairs to sewer and street rehab projects and ADA sidewalk construction.
Caltrans — Bridge Field Engineer Training
He has also been involved with storm drain and sewer rehab projects. His scope of expertise also
QSP/QSD Trained
involves electrical, fiber optic, and camera work. He is intimately familiar with paving procedures
BART— RWP Certified
and the Caltrans QC/QA process for HMA placement.
BART — RE/OE Training
UPRR — RWP Certified
Sunny also specializes in providing all technical support, and technical submittal reviews for all road
Division of State Architect (DSA) —
and bridge related projects, which include: Falsework Plans, Engineered Shoring Plans, Cofferdams,
Structural Plan Reviewer
Seal Course, Stream Diversions, Bridge Removal or Demolition Plans, CIDH Pile Placement Plans, Sign
Project Management Professional (PMP)
Structures, Temporary MSE Walls, Joint Seal Assemblies, Steel and Concrete Pile Shop Drawings,
Precast Girder Placement Plan Concrete Mix Designs, HMA Mix Designs, Temporary Supports,
Awards
Bridge Jacking Plans, WQCP, PQWP, Lead Compliance Plans, and Access Trestles. Sunny has
Summa Cum Laude Graduate
performed Constructability Review for the following projects:
Caltrans — Bridge Design Academy
■ Grant Avenue Bridge Rehabilitation and Widening — City of Novato
Certificate of Recognition for Leadership -
■ Bon Air Bridge Replacement— City of Larkspur
Contra Costa County Supervisor
■ 1.80 San Pablo Dam Rd Interchange Reconstruction Project - CCTA
■ McHenry Blvd Bridge Replacement—San Joaquin County
Project Awards
■ South Wilmington Grade Separation - POLA
Marsh Creek Rd Bridge Replacement
■ BART BESP Seismic Retrofit — A -Line — BART
2019 APWA National Project of the Year—
s BART A -Line 34.5kV Replacement and FO Installation — BART
Transportation - $5 Million Category
■ BART R -Line 34.5kV Replacement and FO Installation — BART
■ Mathilda Avenue Overhead — City of Sunnyvale
ENR California's Best Projects 2018
Transbay Transit Center Bus Ramp
Sunny also has significant Office Engineering Experience, such as writing CCO's, Weekly Statement
of Working Days, Newsletter, Progress Payments, Preparing and Auditing Project Records and lob
Petaluma River Bridge Replacement
Files based on the Caltrans 63 Category File System. He is also very keen an Labor Compliance,
2018 Excellence in Partnering Award
Certified Payrolls, Federal Aid Apprentices and the requirements of the California Department of
"Gold" greater than $50 Million
Industrial Relations. He is fully versed in LAPM Chapters 15, 16, and 17. Sunny has successfully
completed several federally funded projects through pre, mid, and post -audits with Caltrans with
Orwood Rd Bridge Replacement
no irregularities.
2018 APWA Project of the Year —
Transportation - $5-25 Million Category
Sunny's bridge projects won the following awards: Marsh Creek Bridge Replacement APWA National
Transportation Award (2019), Transbay Salesforce Busramp Viaduct — ENR Magazine's Best
Maxwell Bridge Replacement
California Project (2018), Orwood Rd Bridge APWA Northern California Award (2018), Petaluma
2007 Transportation Foundation Project
River Bridge — Excellence in Partnering Award (2018), Maxwell Bridge Replacement — California
of the Year
Transportation Foundation Award (2007).
Page 7 of 30 Southern Heights Blvd Bridge Replacement Project
City of Son Rafael - Department of Public Works
SAN RAFAEL
4(
Select Project Experience
Marsh Creek Rd Bridge Replacement (HBP Federally Funded) — Contra Costa County (Apr
2018 — Mar 2019) - $4.9 M
Sunny was the Project Manager/Resident Engineer -Structure's Rep responsible for the
comprehensive Construction Management of the Marsh Creek Bridge replacement project in
Clayton. This project was originally intended to be a two -season project, but by utilizing
Accelerated Bridge Construction (ABC) techniques, it was completed in one construction season.
This project won the 2019 National APWA Project of the Year Award in the $5 million dollar
category. The project, approximately 5 miles east of Clayton, CA, consisted of a new 91 ft long new
California Bulb -Tee Girder bridge replacing the old bridge spanning over Marsh Creek that was
deemed "Geometrically Intolerable". Project Elements included: temporary stream diversion,
drilling and installing soldier -pile wall, soil nail wall shoring, bridge removal, roadway and channel
excavation, rock slope protection, concrete bridge approach slab, Type 742 concrete barriers,
tubular hand -railing, aggregate base, Hot Mix Asphalt, cold -planing AC, signing, striping, waterline
bypass and new installation on bridge, drainage, fencing, and MBGR. 1000 feet of HMA Paving of
bridge approached,
This project had significant complexities on a small footprint — accelerated project delivery, multi-
stage bridge construction over environmentally sensitive Marsh Creek, limited access and laydown
areas, multi -stage traffic control over busy Marsh Creek Rd, complex temporary shoring, local
opposition, in creek permit restrictions, soil stockpile management, and significant exposure to
wildlife. The public outreach component on this project was critical as there was significant local
opposition.
Transbay Bus Ramp Viaduct Stay -Cable Bridge Replacement (Partially Federally Funded)
— TJPA (Apr 2016 — Aug 2017) - $58 Million
Sunny was in the key role as the Resident Engineer/Structure's Representative responsible for the
Construction Management of the Transbay Bus Ramps Viaduct Project, which provides an exclusive
bus -only exit off WB 1-80 and the Bay Bridge to the new Transbay Transit Center. The $58 million
Transbay Bus Ramp project is a 1045 ft long Viaduct terminating with a Stay -Cable Span that
connects the Bay Bridge directly to the Transbay Terminal Center Building. The main feature of the
Bus Ramps project is Cable -Stayed portion (Frame 4) of the Viaduct, which is otherwise known as
the "mini -Bay Bridge". The Viaduct consisted of 5 frames, including CIP-PS Box Girders (Frame 1-
3), Cable Stayed Bridge (Frame 4), and Composite Plate Girder (Frame 5). Other work included: two
additional CIP-PS Box Girder Bridges; a CIP-PS Box Girder Widening; an RC Box Girder; Cantilevered
Retaining Walls; MSE Walls; CIDH Wet Piles, Steel Barrier with LED Lighting, HMA Paving; Concrete
Barriers; and OH Sign Structures. Over 1000 feet of HMA Paving, Striping, Signs, Signals.
This project was unique in that 2 separate specifications were combined together, ACI and Caltrans.
And Quality Assurance consisted of two components: Caltrans and Army Corp of Engineer Definable
Features of Work (DFOW) processes. This procurement was also CM/GC different from the
traditional Design -Bid- Build project delivery. This project was an administrative challenge with
multiple Transit Agencies — such as AC Transit, MUNI, CALTRAIN, WestCat, Amtrak, Golden Gate
Transit, etc. There was significant Caltrans and City of San Francisco Oversight on this project, as
well as, coordination with 20 different Building Trade Packages all in a very congested and narrow
urban environment. As a high-profile, high -visibility, high-risk project, the public outreach
component on this project was critical. It was chosen by ENR Magazine for the Best California
Projects in 2018 — Transit Structures.
Bon Air Rd Bridge Replacement (Federally Funded) City of Larkspur (Apr 2016 — Sep 2019) $27M
Sunny was involved in the Technical Submittal Review and As -Needed Inspection for the Bon Air
Road Bridge Replacement project for the City of Larkspur. The project involved a 388ft long bridge
replacement over Corte Madera Creek. The bridge Is constructed in stages and involved driving
piles for an access trestle, which allowed for drilling of the 8'0" diameter CIDH piles which were part
of the bridge substructures. The superstructure consisted Precast Pre -stressed Tub Girders, which
were then cast over with a Concrete Deck. Other aspects of this project included retaining walls,
sidewalks, concrete barriers, approach slabs and HMA paving. The project has complex staging and
limitations of work in the creek (June 15 to October 151h) and the access trestle had "fingers"
designed to place the drilling equipment. These fingers were designed to counter the tremendous
torque on achieved by the drilling equipment as the CIDH wet piles were 8'0" diameter and went
Substrate, Inc
Marsh Creek Rd Bridge Replacement
Transbay Bus Ramp Viaduct
Bon Air Rd Bridge Replacement
Page 8 of 30 Southern Heights Blvd Bridge Replacement Project
City of San Rafael Department of Public Works
' SAN RAFAEL
\ 1412 [.I I'r' :'fit I f 1 A [•11`,itOhl
over 100ft below into the Bay Mud. The same CIDH drilling, slurry displacement, cage suspension,
and tremie pour techniques will be employed on Southern Heights Blvd Bridge Replacement, just at
a smaller scale. This provide has staged construction and demolition. This project was partially
funded by Highway Bridge Program (HBP) Funds. This project is a very politically sensitive multi-
year project over sensitive Corte Madera Creek in a very highly visible area next to Marin General
Hospital and Redwood High School, approximately 1.8 miles from Southern Heights Bridge.
Orwood Rd Bridge Replacement (HBP Federally Funded) — Contra Costa County (Dec 2015 — July
2017) $7.3 Million
Sunny was involved in the technical submittal review for the Trestle and CIDH Plies for the Orwood
Road Bridge Replacement project for Contra Costa County. Sunny also performed QA Oversight on
the field inspector provided by Substrate. The County project involved a 210ft long bridge
replacement over the Sacramento Delta near Orwood Resort. The bridge was constructed in stages
and involved driving piles for an access trestle, which allowed for drilling of the 6'0" diameter CIDH
piles which were part of the bridge substructures. The superstructure consisted Precast Pre
stressed Slab Units, which were then cast over with a Concrete Deck. Other aspects of this project
included retaining walls on driven piles, concrete barriers, approach slabs and HMA paving.
Another critical part of the project was to ensure no concrete or debris entered the Delta, SWPPP
compliance, and Biological Monitoring. Approached Paving. Sunny reviewed the complicated
trestle design for the contractor, which Involved vibrating the piles (rather than driving) to ensure
no loss of fish habitat. This project won the 2018 APWA Project of the Year Award in the $5-$25
million dollar category.
Petaluma River Bridge and Lakeville Replacement (Federally Funded) - Hwy 101, Caltrans —
Petaluma (2013 — 2014) - $90 Million
Lead inspector and technical reviewer responsible for the construction of CIP Box girders and
Precast California Bulb Tee -Girder segmentally pre -stressed bridge. This project is the longest
(907ft) Precast Bulb Tee -Girder Segmental Bridge West of the Mississippi River, which the river
span being 230 ft. The project included: bridge demolition over highway, railroad and waterway,
bridge construction over Hwy 116 and railroad, bridge construction over Petaluma River,
cofferdams, CIDH wet piles, driven piles, retaining walls, MSE walls, CIP-PS Box Girder, Precast
California Bulb -Tee Girders — three new bridge Kastania OC, Hwy 101/116 Separation and
Overhead, and Petaluma River Bridge. Sunny performed role as chief submittal review and field
lead. This project was awarded q2 of the Top Ten Bridges in the Nation by Road & Bridges
Magazine 2015.
Other relevant federally funded bridge projects more than 5 years ago:
• 180 San Pablo Dam Rd Interchange Reconstruction Project — Phase 1- OCTA (Feb 2016 —
August 2017) - $20 Million — Project Manager — Constructability Review, AAA
assistance, provided Lead Inspector and Office Engineer
• Bradley A. Moody Underpass - City of Richmond (2014 — 2015) - $30 Million
Structure's Representative — CDSM Piles
• Marin -Sonoma -Narrows A-1, Hwy 101, Caltrans — Novato (2011-2012) - $24.2 million —
Principal Technical Reviewer and Lead Inspector — CIDH Piles
• 101/116 Separation, Sierra and Railroad UC - Hwy 101 Central, Caltrans — Cotati
(2009— 2011) $57 Million - Principal Tech Reviewer & Lead Inspector — Driven Plies
• Wilfred Interchange and Hwy 101 Widening, Caltrans - Rohnert Park (2008-2009) $37
Million —Lead Inspector and Technical Reviewer — CIDH Piles
• Maxwell Bridge Replacement Project, Caltrans — Napa (2003-2005) $36
Million - Resident Engineer and Structure's Representative — Driven Piles,
Trestle, Cofferdam
• Hwy 101 Widening from Wilfred Avenue to Hwy 12, Caltrans Santa Rosa
(2001-2002) $50 Million - Structure's Representative.
Affiliations
Marin Builders Association (MBA)
American Public Works Association (APWA)
Construction Management Association of America (CMAA)
Substrate, Inc
Orwood Rd Bridge Replacement
1
s
Petaluma River Bridge Replacement
1-80 San
Dam Rd — POC Replacement
Page 9 of 30 Southern Heights Blvd Bridge Replacement Project
Cityof San Rafael Department of Public Works
a(, SAN RAFAEL\4
Substrate, Inc
Edwin Ekberg — Full Time Bridge/Roadway Inspector
Education
Intelligent, forward thinking, and proactive Senior Inspector with more than 30 years' experience
A.A. — Construction Science (1985)
specializing in large-scale pubic works construction. Proven record of accomplishment of
Santa Rosa Junior College, Santa Rosa, CA
completing projects on time and under budgets even in extraordinarily challenging circumstances
• ICC: Cert. Reinforced
and under near -impossible delivery schedules. Exemplary safety record. Trustworthy and
Specialized Training
professional with exceptional communication skills, eager to embrace new leadership role where
110186110-49
execution, relationships, cost savings, and high standards matter. He has acted in the role of QA
• ICC: Cert. Spray Applied
Manager, Senior Inspector, Lead Inspector, and Inspector on project ranging from $2 million to
• ISO 9001 Lead Auditor H
$220 million dollars.
Q06S77
■ Constructed work in Caltrans right of way per TAM improvements (Caltrans Oversight)
• OSHA: 10 -Hour Safety &
Edwin has worked on projects of all delivery types including: Design -Bid -Build and Design -Build.
Health
He was worked with Caltrans, NDOT, TxDot, and Local Agencies (LAPM). Edwin is very familiar
with the latest Caltrans Standard Specifications, Standard Plans, Construction Manual, Local
. OSHA: 40 -Hour
Agency Procedure's Manual (LAPM), and the "Greenbook" Standard Specifications for Public
HazWoper Training
Works Construction.
• QSP Stormwater
Training
Competent in all aspects of Municipal Capital Improvement projects including: Bridges, Grade
• ACI: Concrete Field
Separations, Fish -passages, Pedestrian Bridges, Pavement Rehabilitation, Overlays, HMA Paving,
Testing Grade 1
Concrete Sidewalks, Ramps, Pedestrian and Bike Facilities, Streetscaping and Beautification, ADA
11922343
Compliance, Utilities, Drainage, Sewers, Storm Drains, Striping, etc.
• ASNT: Level II VT, UT, PT
Senior Construction Inspector, Napa CA (2019-2020)
• ATSSA: Traffic Control
■ Inspected private development, capital improvement, Measure T and 58-1 projects
Supervisor H 189821
■ Coordinated with engineers, contractors, local utilities and state organizations (Caltrans)
. AWS: Cert. Welding
■ Inspected temporary traffic control, oversaw SWPPP, and verified ADA compliance
Inspector H0840821
■ Reviewed plans for constructability
■ Provided project updates to Public Works Director
• ICC: Cert. Structural
■ Performed all aspects of public works inspection for HMA, concrete, utilities and more
Masonry Inspector
110186110-84
Projects
• ICC: Cert. Structural
■ HWY 29/3rd street Round -a -Bout, Trancas Street pavement rehabilitation, Dry Creek Road
Steel & Welding
emergency storni drainpipe replacement, Trower Avenue pavement rehabilitation
Inspector #0186130-85
• ICC: Cert. Reinforced
TAM Junction Bicycle and Intersection Improvement project (Federally Funded), TAM, Mill
Concrete Inspector
Valley CA (2017-2018) ($3 M)
110186110-49
Senior Inspector that:
• ICC: Cert. Spray Applied
■ Inspected installation of bike path, ADA compliant ramps and hardscape improvements
Fireproofing Inspector
• Oversaw directional drilling for conduits, milling, concrete placement and striping
#0186110-86
■ Constructed work in Caltrans right of way per TAM improvements (Caltrans Oversight)
■ Coordinated with business owners and client weekly
■ Reviewed submittals, contractor progress schedules and contractor monthly pay estimates
2016 Street and Sanitary Sewer Improvement Project, City of Mill Valley (2016) ($3 M)
Senior inspector that:
• Inspected gravity and force sewer mains, full depth HMA and concrete placement
■ Verified ADA compliance as required on new Sidewalk Ramps
■ Rehabilitated existing sanitary sewer and storm drain manholes and piping by CIPP lining
• Scheduled third party testing services
■ Pipe bursting
■ Coordinated and conducted weekly contractor progress meetings
■ Coordinated street closures and informed the public along with providing accurate
information for the public works website.
E&C MOPAC - Central Texas Regional Mobility Authority, Austin, TX (2014-2017) ($160 M)
QA/QC Manager that:
• Directed quality management of high-profile 11.2 -mile highway widening, including new
automated toll lanes, widening six existing bridges, construction of a new 600ft steel
pedestrian bridge, storm sewer and potable water tunneling, mill and replacement of HMA,
3000ft of drilled shaft sound walls, overhead sign structures.
MOPAC — Pedestrian Bridge
Page 10 of 30 Southern Heights Blvd Bridge Replacement Project
City of San Rafael Department of Public Works
SAN RAFAEL
cll'r Yrlllt:.r� I
Fish Passage Improvement Project — Red Bluff Diversion Dam — US Bureau of
Reclamation/Tehama-Colusa Canal Authority, Red Bluff, CA (2010-2012) ($220 M)
Senior inspector that:
■ Inspected the construction of 11 gates on the Sacramento River at Red Bluff Diversion Dam
(on time and under budget) that diverted water into the Tehama-Colusa and Corning Canals.
■ Included a pumping plant, 1,400 LF flat -plate fish screen, 710 LF concrete girder bridge (CIDH
Wet Piles), 1,800 LF sheet pile canal, mass- graded earth forebay, electrical, water and storm
piping and remediation of 200,000 CY ofsoll.
Decatur/UPRR Grade Separation —Clark County Public Works, Las Vegas, NV (2010-2012) ($30M)
Senior Inspector that:
■ Led inspection of six -lane roadway with grade separations at the Union Pacific Railroad (on
time and under budget). Included traffic signal, waterline relocations, detention basin and
storm drain facilities.
■ Coordinated inspection, material testing, and field office support services.
U.S. 395/Clear Acre Interchange for Regional Transportation Commission of Washoe County,
Reno, NV (2005-2006) ($35M)
Senior inspector that:
■ Managed new U S 395 freeway access at Clear Acre Lane and reconstructed the North
McCarran Boulevard Bridge and interchange ramps (four bridges replaced), delivered on time
and under budget within compliance of all NDOT and RTC specifications.
Truckee River Canal Bridge for Nevada Department of Transportation, Fernley, NV (2005
($4M)
Senior inspector that:
■ Led inspection services for replacement of Truckee River Canal Bridge on U.S. 95, and included
removal of existing, substandard bridge, construction of new steel girder bridge, and
widening of existing roadway.
Bruce Woodbury Beltway (Pecos to 1-35) Clark County Public Works, Las Vegas, NV (2000 -
2004) ($30M)
Senior Inspector that:
■ Replaced of 3 bridge structures on Bruce Woodbury Beltway (Pecos to 1 35)
■ Inspected and documented all aspects of the Bruce Woodbury Beltway (Pecos to 1 35) project
for Clark County Public Works, including mass excavation, drainage systems, utilities, and
concrete and asphaltpaving.
Other relevant federally funded bridge projects more than 1S years ago:
• I-15 Loop — Pecos to 1-15 (3 bridges) — Las Vegas, Lead Inspector (2003)
• Hwy 50 Bridge Replacement — Reno, NV (2005)
• Pool Creek Bridge — Windsor, CA (1998)
• 1-580 Madison & Cypress Street Structures Retrofit— Caltrans, Oakland, CA (1996)
• Booth Street Pedestrian Bridge — Reno, NV (1993)
Affiliations
■ American Construction Inspectors Association (ACIA)
■ American Public Works Association (APWA)
■ Construction Management Association of America (CMAA)
■ American Welding Society (AWS)
■ International Conference of Building Officials (ICBO)
J
Substrate, Inc
Fish Passage — Red Bluff Diversion Dam
CIDH Bent for Fish Passage at Red Bluff
Decatur/UPRR Grade Separation
Page 11 of 30 Southern Heights Blvd Bridge Replacement Project
Cityof San Rafoel Department of Public Works
�,&
SAN RAFAEL
k;1; .Ili N.Ihl;. h'.
DAVE DAVID, AICPr LEED AP
I IL I I I I I'I II Ili d
Dave has over 15 years of experience and invaluable insight on the opportunities and
the challenges of balancing Jurisdictional objectives while meeting community
expectations By implementing a range of engagement and communication platforms
Dave has forged relationships with key community leaders to establish partnerships
and a common dialogue that has led to successful policy outcomes
f EAI URED PROJEC.IS
DOWNTOWN PAVING, SIDEWALK & UTILITY IMPROVEMENTS I MILL VALLEY
Implementing the community engagement strategy by preparing easily understood,
and design -oriented project materials that is being shared door to -door to local
business and residents and through meetings, to distribute project information and
updates and solicit the public's thaughts and concerns Engagement activities have
included rocused discussions wilh slakeholdels, decision maker and cornmittee
menrher meetings and the preparation of user friendly and interactive resources shared
at meetim s and throw h the City's project website and newsletters
P. CIFFY OF MILL VALLEY
I, PIRVY11ipiVl'a19M16 r..rnrrlrrrsUAA
_ LI II�11i1111,�1'1'In'� I , Iljp:9'�IJ 951;!
MIA is [fie 111,IJ-0
3r. lusul,ti•ai � f} .
!gain 141" 1t1
i+r r'
CLIENT
City of MITI Valley
SERVICES
Branding/Commume ation Tools Meeting
racilitation
TIMELINE
2018 present
REFERENCE
Andrew Poster, P. E., T. E.,
Director of Public Works
emall- aposter(@cityofmillvalley.org phnne: (415) 384
4818
ADD(TIONAL RELEVANT PROJECTS
DOWNTOWN SPECIFIC PLAN AND EIR I San Mateo, CA
DIRIDON STATION AREA COMMUNITY ENGAGEMENT I San Jose, CA
DOWNTOWN VISION PLAN I Los Altos, CA
NORTH VENTURA COORDINATED AREA PLAN I I'dlo Alto CA
EL CAMINO REAL CORRIDOR SPECIFIC PLAN AND EIR I Sunnyvale CA
NORTH FAIR OAKS COMMUNITY PLAN AND EIR I San M,neo County, CA
www plantoplare.ront
Substrate, Inc
EXPERIENCE
PLAN TO PLACE
Founder + Principal, 1018 — present
M -GROUP
Principal Planner + Designer, 2013 - 2016
PMC
Senior Urban Planner, 2011 - 2013
MIG INC.
Project Manager, 2009 2011
RRM DESIGN GROUP
Senior Planter, 2004-2009
EDUCATION
MASTER OF ARTS
City and Regional Planning
California Polytechnic State University
San Luis Obispo, CA
BACHELOR OF ARTS
Urban Studies and Planning,
Visual Arts Minor
University of California, San Diego
San Diego, CA
PRESENTATIONS
"Retooling the Outreach Toolkit'
CCAPA Conference, Oakland, CA
"Achieving Sustainable Results Publlr
and Private Efforts & Coordination
CCAPA Conference, Hollywood, CA
"The Planner's Guide to Implementing
Green Principles"
CCAPA Conference, San Jose, CA
MEMBERSHIPS +
ACCREDITATIONS
Co -Director. Sustainability Committee,
APA, Cal Northern - 2012-2015
American Institute Of Certified Planners
(AICP)
Leadership In Energy and Environmental
Design Accredited Professional (LEED AP)
San Francisco Bay Area Planning and
Urban Research (SPUR)
Page 12 of 30 Southern Heights Blvd Bridge Replacement Project
City of San Rafael Department of Public Works
C``'JSAN RAFAEL
6 I I IE CI tY WI I I I A MISSION
RELEVANT PROJECTS AND TECHNICAL COMPETENCE
21. TITLE AND LOCATION (City and State)
Project 1— Marsh Creek Road Bridge Replacement, Clayton, CA
Substrate, Inc
22 YEAR COMPLETED
PROFESSIONAL SERVICES I CONSTRUCTION (if
2018-2019 applicable)
a. PROJECT OWNER b. POINT OF CONTACT NAME I C. POINT OF CONTACT TELEPHONE NUMBER
Contra Costa County Neil Leary, PE Project Manager 925-313-2278
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT
Substrate, Inc, provided comprehensive construction management services for the award-winning Marsh Creek Road Bridge
Replacement for Contra Costa County. Substrate provided the Project Manager - Resident Engineer/Structure's Rep that oversaw
the entire project from pre construction to post -construction and successful Caltrans Audit. This project was originally Intended to
be a two -season project, but by utilizing Accelerated Bridge Construction (ABC) techniques, it was completed In one construction
season. The public outreach component on this project was critical as there was significant local opposition. This project won the
Northern California 2019 APWA Transportation Project of the Year Award in the $5 million dollar category, as well as, at the
National Level. This project was funded by Highway Bridge Program (HBP) Funds.
x _ The project consisted of a constructing a new 91 ft long new California Bulb -
'Al Kh Tee Girder bridge replacing the old bridge spanning over Marsh Creek.
Project Elements included: temporary stream diversion, bridge demo,
y� drilling and installing soldier -pile wall, soil nail wall shoring, roadway and
rr� channel excavation, rock slope protection, concrete bridge approach slab,
1 Type 742 concrete barriers, tubular hand -railing, aggregate base, Hot Mix
Asphalt, cold -planning AC, signing, striping, drainage, fencing, and MBGR.
�p This project also included an 8" diameter CCWD water line bypass and
y _ relocation onto the new bridge that required significant coordination was
.,t at one time, the critical path of the project.
ntrll7r' > - Project Duration: 10 Months, Contract Value: $4.9 million. Schedule
Performance: Finished 1 year ahead of schedule. Designer: Mark Thomas. Key Staff: Sunny Jhutti, PE, SE — Role: Project Manager -
Resident Engineer/Structure Rep. Substrate CM Contract Value: $655,000. Consultant: Substrate, Inc, Novato, CA
21. TITLE AND LOCATION (City and State)
Project 2 — City of Larkspur — Bon Air Rd Bridge Replacement
22. YEAR COMPLETED
PROFESSIONAL SERVICES I CONSTRUCTION (it
2016-2019 applicable)
a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER
City of larkspur Julian Skinner, PE 415-927-5020
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT
The Bon Air Road Bridge Replacement project was partially funded by Highway Bridge Program (HBP) Funds. It involved a 388ft long
bridge replacement over Corte Madera Creek. The bridge is constructed in stages and involved driving piles for an access trestle,
which allowed for drilling of the 8'0" diameter CIDH piles which were part of the bridge substructures. The superstructure consisted
Precast Pre -stressed Tub Girders, which were then cast over with a Concrete Deck. Other aspects of this project included retaining
walls, sidewalks, concrete barriers, approach slabs and HMA paving. As the sub -consultant to Prescience Engineers, Substrate
reviewed the complicated trestle design for the contractor, which was redesigned twice due to pile restrictions in the creek. This
project Is a multi-year project over sensitive Corte Madera Creek in a very highly visible area next to Marin General Hospital and
Redwood High School. This was a very politically sensitive project. a
One of the challenges of the project was to minimize the impact on the in -river
fish and wildlife during the installation of the access trestle and drilling of the
CIDH piles. It was determined that the trestle pipe piles could be vibrated in, and
therefore, installed with a vibratory hammer. Substrate performed the submittal
review for the In -river Access Trestle, CIDH Pile Placement Plan, Cofferdam
Review, Trestle Ramp, and Girder Placement Plan. He will also be involved in
inspection. This project is less than two miles away from the Southern Heights
Bridge. Project Duration: 4 years, Contract Value: $26.7 million. Largest bridge
project in City of Larkspur's history. Key Staff: Sunny Jhutti, PE, SE — Role: Chief
Technical Reviewer—Substrate CM Contract Value: $106,768.
Page 13 of 30 Southern Heights Blvd Bridge Replacement Project
City of San Rafael - Department of Public Works
SAN RAFAEL
11 IL- CI IYN/111-1 A MISSION
21. TITLE AND LOCATION (City and State)
Project 3 - Contra Costa County — Orwood Road Bridge
Replacement
a. PROJECT OWNER
Contra Costa County
b POINT OF CONTACT NAME
Kevin Emieh. PE
C�
Substrate, Inc
22. YEAR COMPLETED
PROFESSIONAL SERVICES I CONSTRUCTION (It
2015-2017 applicable)
c POINT OF CONTACT TELEPHONE NUMBER
925-313-2233
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
Substrate, Inc, was involved in the Construction Inspection and Technical Submittal Review for the Orwood Road Bridge Replacement
project for Contra Costa County. The County project involved a 210ft long bridge replacement over the Sacramento Delta near
Orwood Resort. The bridge was constructed in stages and Involved driving piles for an access trestle, which allowed for drilling of the
6'0" diameter CIDH piles which were part of the bridge substructures The superstructure consisted Precast Pre -stressed Slab Units,
which were then cast over with a Concrete Deck. Other aspects of this project included bridge demolition, retaining walls on driven
piles, concrete barriers, approach slabs and HMA paving. This project was funded by Highway Bridge Program (HBP) Funds.
Substrate performed the submittal review for the in river Access Trestles,
provided support for the CCO's, and provided field inspection services. Substrate
also provided an Inspector that was intricately involved in field inspection. This
project won the Northern California 2018 APWA Transportation Project of the
Year Award in the $10 million dollar category. Project Duration: 2 year, Contract
Value: $7.3 million, Adherence to Schedule: Completed on time. Key Staff: Sunny
Jhutti, PE, SE — Role: Chief Technical Reviewer —Trestle, Cofferdam Shoring, CIDH
Piles, CCO support, Inspection services. Substrate CM Contract Value: $55,000.
21. TITLE AND LOCATION (City and State)
Project 4 -1-80 San Pablo Dam Road Interchange Reconstruction
r{
t
22 YEAR COMPLETED
PROFESSIONAL SERVICES I CONSTRUCTION (1l
2015-2017 applicable)
a. PROJECT OWNER b. POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER
Contra Costa Transit Authority Ivan Ramirez, PE 1 415-694-3945
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost)
Substrate, Inc., was involved in the Constructabllity Review and Construction
Management & Inspection of the 1-80 San Pablo Dam Road Interchange
Reconstruction Project — Phase 1 Project in San Pablo. The project provided safe and
efficient bicycle and pedestrian access across 1-80 by the construction of the new
Riverside Avenue Pedestrian Overcrossing, which spans 1-80 Into Riverside
Elementary School.
Benefits to the owner, Contra Costa Transit Authority (CCTA), as a result of choosing
Substrate includes constructability
review, assistance in performing AAA
services as the project was Federally
Funded. This included: Responding to bid
inquiries, Issuing addendums, distributing the bidding documents; disseminating bid
inquiries and addendums to the potential bidders; conducting the construction contract
bid opening; performing a bid analysis and bid item tabulation & summaries; reviewing the
overall bid package for completeness and responsiveness; preparing a contract award
recommendat on package for subsequent formal review, consideration, and action by the
Board
As part of Construction Management Services, Substrate provided the Lead Bridge and Roadway Inspector for the project, as well as,
the Office Engineer who provided documentation on the project that met Caltrans 63 -Category Filing System. The project Included
Bridge Removal and the Construction of a new CIP-PS Box Girder Bridge onto the Riverside Elementary School property
(Foundations were CIDH Wet piles). This project included over 1 mile of HMA Paving, Soundwalls, new onramp, signals, and lighting.
Project Duration: 1.5 years, Contract Value: $20 million. Key Staff: Sunny Jhutti, PE, SE — Project Management/Constructability Review
Substrate CM Contract Value: $709,000.
Page 14 0%30 Southern Heights Blvd Bridge Replacement Project
City of San Rafael - Deportment of Public Works
ci)
SAN RAFAEL
II IL CIIY WIIH A MISSION
21. TITLE AND LOCATION (City and State)
Project 5 —Transbay Bus Ramp Viaduct Bridge Replacement
a PROJECT OWNER b. POINT OF CONTACT NAME
Transbay Joint Powers Authority Dennis Turchon, PE
Substrate, Inc
22. YEAR COMPLETED
PROFESSIONAL CONSTRUCTION (it
SERVICES applicable)
2016-2017
c. POINT OF CONTACT TELEPHONE NUMBER
415-754-5015
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
Substrate, Inc., was involved in the Construction Management by providing the Resident Engineer/Structure's Representative of the
Transbay Bus Ramps Viaduct Project, which provides and exclusive bus -only exit off WB 1-80 and the Bay Bridge with direct
connection to the Transbay Terminal Center. This exclusive bridge project was approximately $60 million dollars, but part of the $2.2
billion dollar Transbay Joint Powers Authority program whose goals is to create the "Grand Central Station of the West." The contract
was part of a CM/GC, Construction Manager General Contractor procurement process in which the General Contractor Webcor-
Obayashi Joint Venture, provided feedback to ARUP, the Engineer of Record, during the design phase.
The intent of the Bus Ramp Project was bypass all SF street traffic with elevated connectivity directly into and out of the Transit
Center. The south end of the project start off with the Fremont St Offramp, which had to be widening to accommodate the exclusive
bus -only traffic. There were 5 bridges on this project, which included: Harrison Street Left (CIP-PS-Box), Harrison Street Right (CIP-
PS Box), Fremont Offramp Bridge Widening (CIP-PS Box Widening), Fremont Frame 2 (RC Box Girder), and the 1045 It long Bus
Ramp Viaduct (5 Frames), which consists of three CIP-PS Box Girders, one Stay -Cable Bridge Signature Span, and one "Drop -In -
Span" — Composite Steel Plate -Girder Bridge. Frame 5, the Composite Steel Plate Girder Bridge connected the viaduct to the Transit
Center which is a 5 -story - one city block wide by 4 city blocks long Multi Modal Transit Terminal Building. There were also retaining
walls and precast MSE Walls. The main feature of the Bus Ramps project Is Frame 4 of the Viaduct, which is otherwise known as the
"mini -Bay Bridge". The frame may resemble the Bay Bridge in Architecture, with its shallow depth to span ratios, sloped exterior
girders, link beams, an S -Curve, a large Central Pylon, and various Stay Cables, however, this bridge is in fact a "Stay -Cable" bridge.
Foundations were CIDH Wet -Piles and Barrett Piles.
Substrate, Inc. provided the Resident Engineer/Structure Representative, as well as, Field Inspection Support to ensure quality
construction of this project. There were several unique document control and quality assurance programs used to ensure quality,
such as BIM 360, Cdocs, and Constructware. Substrate was involved in key decisions with the Cable Stayed Bridge Stress and
Geometry Monitoring Procedures, Recording, and Acceptance Criteria, as the Specifications were not fully developed on this project.
Other challenges included working in an urban environment with minimal areas for construction staging, construction adjacent to
buildings, limited vertical clearances for Falsework, Faisework and Permanent Bridge feature built adjacent to the MUNI high-voltage
OCS-lines, buried man-made objects, and coordination with 18 different trade packages, including demolition, temporary bridges, civil
and building related activities. Finally, there was coordination with stakeholders as TJPA was the owner, but there was significant
oversight by Caltrans, the City of San Francisco, and SFMTA. Moreover, there was significant coordination with AC Transit, WestCAT,
GoldenGate Transit, etc, buses that will eventually occupy the new Transbay Terminal. This project was partially federally funded.
Project Duration 2 years, Contract Value: $58 million. Adherence to Schedule: Completed on time. Key Staff: Sunny Jhutti, PE, SE —
Resident Engineer/Structure Rep. Substrate CM Contract Value: $425,000.
Page 15 o%30 Southern Heights Blvd Bridge Replacement Project
CityofSontlafael Department of Public Works
SAN RAFAEL
II IL CI IY WI II I A MISSION
21. TITLE AND LOCATION (City and State)
Project 6 — Petaluma River Bridge and Lakeville Replacement
Substrate, Inc
22. YEAR COMPLETED
PROFESSIONAL I CONSTRUCTION (If
SERVICES applicable)
2012-2014
a. PROJECT OWNER b. POINT OF CONTACT NAME I c. POINT OF CONTACT TELEPHONE
CA Department of Transportation Jeff Kress, PE, Senior Bridge Engineer 510-867-6019
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT
Sunny Jhutti provided principal technical submittal review support and field inspection for the construction of CIP Box girders and
Precast California Bulb Tee -Girder segmentally pre -stressed bridge. This Petaluma River Bridge Replacement is the longest (907ft)
Precast Bulb Tee -Girder Segmental Bridge West of the Mississippi River, which the river span being 230 ft. This project included
multiple bridges Including the Lakeville OC (also known as the Hwy 101/116 Separation and Overhead) which is a bridge over
railroad and rural highway. Sunny reviewed all Falsework Shoring, Cofferdams, Pile Driving Submittal, Girder Placement Plan,
Demolition Plan, etc. This project was awarded #2 of the Top Ten Bridges in the Nation by Road & Bridges Magazine 2015.
The project Included: bridge demolition over highway, railroad and
waterway, bridge construction over Hwy 116 and railroad, bridge
construction over Petaluma River, cofferdams, CIDH, driven piles, retaining
walls, MSE walls, CIP-PS Box Girder, Precast California Bulb Tee Girders —
three new bridges — Kastania OC, Hwy 101/116 Separation and Overhead,
and Petaluma River Bridge.
This project included CIDH
wet pile construction,
cofferdams and trestle access
in the Petaluma River. It also
Included complex shoring and
demolition plans.
This project is a combination of two projects, Petaluma Bridge Replacement and
Lakeville Replacement. The combined contract value was $90 million. The project
completed on schedule. This project was federally funded.
Key Staff: Sunny Jhutti, PE, SE — Principal Assistant Structure's Rep — Chief Technical Reviewer and all Falsework, Trestle, Shoring
and CIDH pile inspection.
Page 16 of 30 Southern Heights Blvd Bridge Replacement Project
City of Son Rafael Department of Public Works
SAN RAFAEL
I 11 Uiv•enI1 11. 1,1111, 1 n1
Project Management Strategy and Work Plan
Ongoing Evaluation & Management
• Rrvinv and PrC•vdnc
• c.namramon
• Ilk•r.�/ [hang nq M1n;c1, rlreat
PROD ECT GOALS
Gelling to Know the Project
• LO W," ".pd "b,a,lnn
• 0.06.1. S""l. , R 5+fury
• G-1 Pubis rerte.r..
SUBSTRATE, INC
(j• ,, 5411 RA -11.
Smooth Project Execution
& Implementation
•Ilntivr•1+•vhnQ of Srur•'nl r. R 0-1
•Fnvnr S,•alnina r—d„r a
•Vtema,n rnm 1-1. [+ IOmm�vnn
•nn/nc• W..., .nn n.l v t -
build a Project Team that Matches
the City's Nceds and Project objectives
• 7F"nnr"111.Ih IhrR .ht t,r.c,len e
• ri-elt,R tr !,e A RelliVe
• Prr.•en tall P•mn1
Substrate, Inc
Our project approach for the Southern Heights Boulevard Bridge Replacement is developed to achieve delivery while having the
following goals in mind: A safely constructed project, with a "No Injury" goal. A high-quality project that meets all of the requirements of
the contract documents, that Is delivered on time with within budget. Positive public perception for the project as well as for the City of
San Rafael. Be flexible and responsive to City of San Rafael, Caltrans, and any other stakeholders for issue resolution. Foster an
atmosphere of trust and fairness among all project participants. Assist the Contractor to complete the project in the least amount of time
possible, while not sacrificing quality. Complete the project to the satisfaction of City, Caltrans and other stakeholders.
The proposed personnel will serve as City's representatives in administering the construction contract to ensure that the requirements of
the plans and specifications are met resulting in a high quality and fully functional facility. The construction management firm's
responsibility is to ensure that the construction Improvements are constructed in accordance with the plans and specifications, and
delivered safely on time and within budget.
To meet this goal we will: Provide qualified, specialty inspectors or sub -consultants in all disciplines involved in the project. Have a project
team that understands the work and potential difficulties encountered during construction. Create a collaborative team with all
stakeholders, including the Contractor. Be proactive in identifying issues and finding solutions. Thoroughly document all activities and
properly track all documents generated during construction. Coordinate with all involved entities (contractor, Caltrans, Resident, various
regulatory agencies, utility companies, and other stakeholders). Effectively communicate with all involved entities. Manage changes to
minimize costs. Dedicate the team for the entire length of the Project. Always keep the City of San Rafael's Project Manager, Hunter
Young, fully informed to avoid surprises.
During the construction, it is our goal to work as a team with the Contractor; to try to prevent them from running into problems
and delays; and to make sure that each new construction process starts out in conformance with the project documents. This
will ensure that the rework is kept to a minimum and that the project stays on schedule and minimizes the issuance of "non-
conformance" reports. The key attitude that allows us to work so effectively with the Contractor is that of being in "partnership"
with him and his subcontractors, with a commitment to get the project completed on time and within budget.
As part of any construction management project, identifying and preparing for potential risks is an important early action. We at
Substrate develop a project specific Risk Register. For each risk identified, we assess probability and impact, define party best able to
manage the risk, and propose mitigation or elimination strategies. We have consistently satisfied our previous clients by reasons of
experience in performing work of the same or similar nature and applying our "lessons learned" to each construction project we
manage.
Page 27 of 30 Southern Heights Blvd Bridge Replacement Project
CityojSon Rafael Department of Public Works
VITa� Es� Ems=
$u
2e36 2 Fg � CCPR aoa 6.�Q��
° - 8 S a c °
` r 1; t of E or. fig F
T Ml
u
14 Z
uL u 2'T° t.g
e E 3 5 � _ ° .. - � •°n � ^ 2 � � e c m u E a `� t� d fi ° '�'
r e = o o a C'
U
v- 2m 'i 8 Y •• �
A. tg n'� L y< off`,a Zc v `nt
=5 �`, E c o 8
22E cc `cam ccsma `oy `in t
ces g- �-
o Rt gouK�L °Fd:t "c cE a 3:: �, o s3 ands �a =8 �3
: �'S Sze �'Ja ge Fay P �: Bova zr 375 z
E
u c� 9m ..-P
C U V � E S2g ;3 s g � R 9 � � 3 . i � g L
�g c clog 17
o cE E tt��8=
_ft
figg
dd d a �3�N.,
6
u
75iso �F�a i L' E
a L`Sl
4
fi
ti
say tj�s_
3�=g. Y G
����_F Si
` E9n E s� aqqa32s s17N z s
9 Z5
d b' 'c� p K8 Sis
is
v �
gas u- u .9 8 £ 2-
5=��=' e9u9a '`Si2sBs,t gg cY
T�ae�YS. Bi�a
u_5£Sg R�„ n $ •'�� kn c nh�� �� � �? 7 � y 3� � _ �a5 �. .. `u u �
ff�f�R�<������{�������
a � ��79^sem ouC� vi n-�a3c��N
C
� SAN RAFAEL
11 IL C11 Y WI I I I A WIISSION
PROJECT APPROACH AND KEY ISSUES
t
�4\
Cf� ,
Substrate, Inc
The proposed Southern Heights Boulevard Bridge Replacement consists of replacing the current one -lane structurally -deficient
Timber Braced -Frame Trestle Bridge, which has sustained structural damage and is functionally obsolete. The original Southern
Heights Bridge (Bridge No. 27C-0148) is a multi -span wood stringer structure with a timber deck and railings supported on timber
bents with concrete pedestal footings and concrete abutments It was originally built in 1930; concrete substructure portions were
replaced in 1958, and in 1981 the bridge was reinforced with concrete wall abutments.
In late 2017, Caltrans Office of Structure Maintenance and Investigations (OSMI) performed a routine bridge inspection on the
existing bridge and discovered that the bridge exhibited severe deterioration and loss of connection with the superstructure. Caltrans
Immediately closed the bridge and notified the City of San Rafael It has been determined to be unsafe for vehicular loading. The
replacement of the Southern Heights Bridge is fully -funded by the Highway Bridge Program (HBP) a federally funded program that
enables States to mprove the condition of their bridges
The purpose of this project is to
improve driver and pedestrian
safety by providing a safe and
cost effective solution to
replace this substandard bridge.
The new bridge will be a 3 -span,
cast -in-place concrete slab i
bridge 12ft wide by 127 ft long. •+
The foundation will be
diaphragm type abutments and
columns on deep CIDFI shafts.
The bridge is designed for a HL-
93 and permit low -boy loading,
which helps bring the bridge up
to current load rating. This will help serve the local residents with providing a through route along Southern Heights Boulevard, as
well as, Emergency (Fire Truck) Access the area. The bridge also serves a pedestrian access along Southern Heights Boulevard, as well
as, direct access to 122 Southern Heights Boulevard (which is connected directly to the bridge).
This project has procured Highway Bridge Program Funding, meaning that all Construction will have to conform to the requirements
of the Caltrans Local Assistance Procedures Manual (LAPM) for Federally Funded Projects.
i The first order of work on this project will be to: notify the residences
of the work, remove large trees to provide access, relocate a
PG&E/AT&T/Comcast Joint Pole, and ensure pedestrian and driveway
access at all times for the adjacent residents of the bridge
After that is complete, the next stage Is to create temporary access to
...•.,., the existing bridge substructures via a temporary wall, in order to
demolish the existing bridge. Once the bridge is removed, then the
rYt:.
J bulk of the work starts by the drilling of foundations for the new
;) bridge and the subsequent erection of Falsework.
® After the bridge is completed, a new 6" diameter waterline is to be
installed and put into service by MMWD, and then final TCE grading,
irrigation, planting of new Live Oaks is to be performed prior to project
completion. The scope of work includes, but not limited to: utility relocation, temporary wall and ramp construction, construct soldier
pile wall, demolish existing bridge, excavation for abutments, drilling of CIDH Wet pile foundations, building two diaphragm -type
Abutments and wingwalls, pouring bridge columns, installing bridge Falsework, placing deck steel, pouring concrete deck, installing
Type ST-70SM Steel barriers (with LED lighting), installing support bracket and 6" dia MMWD waterline pipe, installing timber
approach railings, form, rebar and pour approach slabs, rebuilt pedestrian access deck, Installing joint seals, paving bridge approaches
and driveways, striping, signs, plant trees, erosion control and mailboxes. Additional work includes such other items that are required
by the Plans, Standard Specifications, the Special Provisions, and as directed by the City Engineer.
Page 19 0%30 Southern Heights Blvd Bridge Replacement Project
Cityof San Rafael Department of Public Works
SAN RAFAEL
11 -IL Cl IY W1 11-1 A 1015SION
Substrate, Inc
Key Issues
As part of developing a work plan, it is essential for the construction management team to have a thorough understanding of the
project along with key issues and challenges. Our detailed scope of services is provided in the following section with due
consideration given to the following key issues:
Public Outreach
The Southern Heights Boulevard and Meyers Rd Residents will have to be continually engaged during all phases of the Bridge
Replacement project. Residents and pedestrians will have concerns and questions about impacts during construction. We understand
that there is neighborhood opposition to the project as they may not have fully digested the need for this bridge replacement. And
no one wants this type of long-term disruption in their backyard. It is our expectation that local opposition and resentment
against the project will be high. On recent high-profile projects we have been able to achieve a positive public perception during
construction through:
• Timely notification of construction related activities and impacts.
• Proactively engaging and listening to the public's concerns.
• Providing a clear communication outlet to allow for responsiveness and resolution of issues.
• A "soft -gloves" approach to address adjacent Resident's frustrations.
Sunny will Introduce himself to the local community members and will provide his o kkA-ftp ject Inquiry. He
will be the singular direct contact. Sunny will perform daily job site visits, and will always%aaintain24cZntactforEm gencyandafter
hours communications with the Residents. The fact that Sunny lives exactly 15 miles fre ite m n id al candidate for
the singular direct contact. In addition to Sunny, Edwin Ekberg, our proposed Full -Time Inb s nd Ears" far Sunny
and also deal with day to day resident management.
With the "soft -gloves" approach, we wlll exercise empathy and professionalism on a daily basis with language skills that are conducive
to making the residents feel engaged as part of the project, rather than viewing it as a nuisance. We will maintain a neighborly
relationship with all residents. Sunny was instrumental in preserving Contra Costa County's reputation and image on the Marsh Creek
bridge project where adjacent neighbors who had an impacted driveway needed to have access throughout the project, similar to the
residents at 116 Southern Heights Blvd The Marsh Creek adjacent residents were by far the most impacted by construction as the
bridge Abutment and Water Line Valves were directly adjacent to the'r property. As they had lived in the area for over 50 years, they
created significant opposition to the project during preconstruction as it would increase traffic speeds in the area. Managing their
frustration against County became a daily task. Sunny worked by developing rapport with the residents, provided them with weekly
schedule updates, collected their mail, made sure their garbage cans were taken out and collected, which eventually led to a positive
perception of the project. Little efforts like these go a long way in building trust with the neighbors.
While Sunny and Edwin will handle the day-to-day public outreach and management (coordination and communication), Dave Javid
will help with digital and print media, constant contact, and weekly engagement, Including working with Substrate to develop content
for the City of San Rafael's website. He has recently done a stellar job for Downtown Mill Valley, in one of the most politically
plugged in communities of Marin. Dave Javid, with the support of the Substrate, will work closely with the Residents and the
City of San Rafael, in setting up, implementing and maintaining a public outreach program for the project. Sunny Jhutti has worked
directly with Dave and is sensitive to the cohcerns of local residents and pedestrians. Dave will prepare easily understood, and
design -oriented project materials that is being shared door to door to local residents and through meetings, to distribute
project information and updates and solicit the public's thoughts and concerns. He will also prepare of user-friendly and
interactive resources shared through the City's project website and newsletters.
The goal for this project is ensure minimum disruption to driveways access, parking, and pedestrian access throughout all phases of
construction. Since land -rights are in an issue with the TCE, to ensure very little disruption to the TCE during construction and
restoration of the TCE prior to final Erosion Control and Planting. Documentation of existing TCE conditions & restoring the TCE to
pre -construction condition is critical. Since the neighborhood is residential and close-knit, there is going to be a natural paranoia
about personnel showing up the jobsite who they are not familiar with. It is for this reason we will work with the Contractor to make
sure the site is secure at the end of every shift and that we discourage any parking on Southern Heights Boulevard or Meyer Road.
We will encourage workers and our own personnel to walk up to the bridge site from the Construction Laydown area near D street
and leave room for actual equipment performing the work such as excavators, drill rigs, bobcats, concrete trucks, and concrete
pumps. Because the area is so tight, we will need to have flaggers at all time for equipment, driveway access and pedestrians -
Page 20 of 30 Southern Heights Blvd Bridge Replacement Project
Cityof San Rafael Department of Public Works
(° 'SAN RAFAEL
11 IL U IY WI I I I A MISSION
Substrate, Inc
Strategic Communication, Public Outreach and
Community Relations Plan
Sunny and Dave will implement lessons learned from award-winning Marsh Creek bridge project and the City of Mill Valley
Downtown project will be employed to make sure a positive perception of this project is achieved. Dave Is currently helping the City
of Mill Valley with managing public outreach on the Mill Valley Downtown Paving, Sidewalk, and Utility Improvements and has
received outstanding reviews on his efforts which a very challenging and politically plugged in community.
Substrate will provide Dave (Plan to Place) with what working is coming that week, what to expect with regards to work (closures,
detours, delays, access, etc.), a map of work areas (closures, detours with labels, etc.) and milestones (schedule, etc.). They will work
together to provide this project information timely to the City of San Rafael staff for their review. We have provided an example of
the work below for the City of Mill Valley. On the ongoing Mill Valley Downtown Project, Dave, provided project information presented in a
visually desirable way with easy to understand text and graphics. Below is a sample of the Constant Contact email that reaches all
Stakeholders. If you click on this email, it takes you to a project landing page on the City of Mill Valley Website that provides all project
information:
Page 22 of 30 Southern Heights Blvd Bridge Replacement Project
Cltyof Son Rafael Department of Public Works
' SAN RAFAEL
' I I IL CI IY �\/l I hl A hI1SS10N
is
MM \1()%% \ 11140.11 f I •ua valrq
Project u
I rncrl
.lune 1S, 111311
Slay Inlomtad • `�:.:1!.a•,�: cl• •�:y,_:..._I
r .I, :al ....a r.•.J • u..v
•1. a : r•. ..•ll... n:..•..�rl•:.rl .r.+,..J a. \•.
\\rekl)•I'rot:rr%4I imW:
1 \n —Loh, I hi ...... nl •r. I.
1151 R<,. \\� .I\.In,I.:.+..nl„' h1.,•t: •,.A
. .\.:I ln,r0%. 1.. I::rc. laan nal a. ,t.t_ •... ,I
Ihn w„L, A.1. \l nalr ,.lWr„IrJ Ilw 1•:I.wlor.
. \,.t. \1111..1\,c II.::Ir I. i\n.•nol,l..Lc.r1:.•n .s1r\rl.:,ny Ovral
II 11,.1: • • � 1a: la::. '. m.r x:mmvnl
. n,nn 1111.2.1:.\a<.Il:naJa.m uJ :,: v a:t
. 11'aal luit:: �,'.,I:\.< 4rr,hna••nnr:r av1..I::r.,Inm. ,rnl.wF,:n,. a,w1 .a..,
.F.r Lnr .al.
. iw,:v.n!: •.l v< I;l.kr:�ra!o-uxrtL
. 1'.11.: III IL.v41: \.:. �.0 r.lanl n, i1::cu,r�r•,I a:n\
I.Jralra r 1111.1, l\,.I IIIIIhnblr, I Jal IIIIIF„1JIr, I hraxLmn,trn Jnn I. n,b \InIrJJ 1\rnu,.
I•aa mr n.:l rn::rv,�l u:•m 1.111 11 .1.
• 111,.ri1.,�;,I lin.hn: x, ,.r 1. ... u.l,•.d•;,a, u: al:n;:
W
1 nc Itanwvll in I)111111111tl11 lu Alluu 6111
Sfunn Main CpgrnliP and Sldcoulk
•\rl'l'11111i1111
11<I 0..11 \111:1 \w... n...t...; a,1,f or uq:4L rl.•.e•.n
d1:s,:aln.\1: ..;r •aLnali. n.�rc.a.:..1L:; In:L:
1\n.nt•Jn:;:r lln: 11111:1: h. L•.a n. L'a.l �I�1 r:,:,:: fn nn :. _ ;•�
11.1110.\\rrm bin wl nor if 1. :,1:a: . In 11.04,11,11 n.u:.i aa•v41!<m;:rl nail
1:11r1�c 1:.<1:1r,,,,Irlln:ll., 1,111 lxn :l _•_yi,a
C`\�4
Substrate, Inc
�' { R•C'1 SS . � 1
\ GYM wI �- 1�•
S\ nd},�•v1�1
v�y ! .,
it
1•[11+Is - Nl+nsd I l I• - Pho- 11 0 RANG M., III
4.0 lr 14a 1.\L nr 1.
I PLu1 II0L\\u1L ILL Inq AM II IV
Publle Du11.40 and Comrnurdeabona
Linn Wn N. Sena 1.1aw+rl-1 Anallst I Emn I l
PI.- (41313804583
Plgan�
N. .1...k uul Ikq N.J.,I Wab.It.
51.y In(orm.d
Oud— bs un
rornn ,an
1 bank \ m, fur 5 uw I'nnruu•
IIu JPI; l un1+n¢nun
MILL VALLEYi
-
w.®t•
Public Notification and Access
By and large, the residents at 108, 116, 122, 126 Southern Heights Blvd and 75 Pleasant Lane will require the most Notification,
Coordination and hand -holding for the duration of the project. Ensuring that we maintain their pedestrian and driveway access at all
times in critical. Access Is so important that the City has assigned Liquidated Damages of $400/day of the residents have limited
access to their residences. Also, ensuring we stay within land rights and restore their TCE is critical. Notification is required 30
Calendar Days prior to work in writing and 72 hours before work verbally.
Page 11 of 30
Southern Heights Blvd Bridge Replacement Project
City of Son Rafael Department of Public Works
SAN RAFAEL
I lit CIIY WIIH A MISSION
Substrate, Inc
Emergencies
Substrate will review the contractor's Emergency Response Plan for thoroughness and contact information (along with construction
notifications) to all emergency responders (ie. Police, Fire, etc.). Once the existing bridge is removed entirely we will have to notify
the emergency responders that the bridge is out.
Traffic Control and Pedestrian Access/Public Accessibility
An approved Traffic
Control and Pedestrian
Access Plan is Ire a
part of the fi over of
work. CMS Boar e
required on D/Street &
Meyer Rd, Octavia Street &
Martens Blvd, and 31d CMS
board will be placed at the
City's discretion.
The driveways at 108 and r4o
116 Southern Heights are - --- -
to remain accessible at all times with a moveable barrier. Pedestrian Access is
required at all times and as, aforementioned, a $400/day LD's charge will be
levied on the Contractor for each day of limited access to the driveway. A TCE has been procured through 126 Southern Height to
allow Pedestrian Access 122 Southern Heights for the duration of the project. All pedestrian accesses (especially at 108, 116, 122, and
126 Southern Heights) need to be maintained and ADA compliant for the duration of construction activities. Continuous flagging will
be required during the construction activities to allow access and maintain safety.
Safety
The most critical aspect of every construction project is safety. For this project, the safety of the traveling public, residents,
pedestrians, construction workers, and all individuals Involved is of paramount importance to the Substrate team. Our team will
ensure strict adherence to Cal -OSHA standards along with all Caltrans policies and procedures regarding fall protection, excavations,
and Falsework. Our proposed Inspector is intimately familiar with current Caltrans and Cal -OSHA policies and procedures and will be
present at all times. It is important for the contractor to be aware of safety with respect to drilling operations, pile cage handling, and
Faisework/Trestle construction. Since the cages are almost 50 it long, this will be a challenge. Substrate has dealt with 100 ft long
cages on Bon Air and Petaluma River Bridge. Substrate will develop a site specific Code of Safe Practices and file In Category 6 for all
visitors and personnel to review, read, and sign prior to stepping foot on the site.
Page 23 o%30 Southern Heights Blvd Bridge Replacement Project
City of San Rafael Department of Public Works
SAN RAFAEL
I I IL (.I IY WI11 I A MISSION
f
Substrate, Inc
Expertise with Local Agency, Caltrans Procedures, and Quality Assurance Program
Per the Co-op agreement, all the work performed on the City's behalf, shall be performed in accordance with all applicable State and
Federal laws, regulations, policies, procedures and standards that CALTRANS would normally follow. Construction inspection,
materials sampling and testing, and contract administration shall be in accordance with the current Caltrans Construction Manual and
Its revisions, the Bridge Construction Records and Procedures Manual and other Caltrans Policies and Procedures. All of our key
personnel have worked directly for Caltrans and are thoroughly familiar with Caltrans and Local Agency document control procedures
and policies.
The governing document for the Southern Heights Blvd Bridge is the Local Agency Procedures Manual Chapters 15, 16, and 17, of
which Substrate, Inc is specialized in. Though this is a Non -Highway System Bridge, the Funding Source (HBP), requires that all Quality
Assurance meets the testing frequency of the LAPM Exhibit 16R. This is what the City of San Rafael's CLAP calls "Large Federally
Funded Projects".
If we are selected, we will develop a Quality Management
a u; Plan (CAP) specifically for the Southern Heights Bridge
n�..,n o..6 ne•auie6. n.o�.�•m•.� �= Replacement Project. As sample of what is contained in the
QAP includes: Scope of Work, Org Charts and
1 Responsibilities, Items, Testing Frequencies, Testing
Standards, Identifying SMR, Source Inspection with Priority
Level, Roles and Responsibilities, Qualified Testing Agency
(MPEG and ACS), Caltrans Certified Laboratory
I , I Requirements, Tester Certifications, Buy America
.__ Requirements and how to handle NCR's, We will follow a
similar system to the Caltrans procedure for identifying
items that will require Source Inspection, which details the
frequency of verification inspection for source inspected
items. We find this comprehensive CAP goes a long way in
ensuring trust, transparency and trust with the Caltrans Division of Local Assistance.
Tree Removal and Relations with Regulatory Agencies
The Contractor must be conscious of the environmental clearance and mitigation measures
for this project as it relates to the various Regulatory and Local Agencies: In particular,
Regional Water Quality Control Board, US Fish and Wildlife Service, and Army Corp of
Engineers. It appears that City of San Rafael has already applied for the Army Corp 404
Permit and the USFWS 401 permit. Our team has significant experience working with
regulatory agencies on our previous project. In order to make sure, significant number of
large trees must be removed partially to help facilitate bridge construction, but also as fire
block. Sheet DM -1 and the Bid Schedule identified 24 trees to be removed. 9 of these trees
are greater than 24" in diameter. These trees must be removed after the Nesting Season,
which is February 15th to August 3161. Even though we will be out the nesting season
during tree removal we have to ensure the Contractor engages the required Constructor Supplied Biologist to ensure we don't
Impact any nesting birds. This work becomes critical path work as construction as anticipated NTP Is mid-August. Tree Removal and
the PG&E Joint Pole Relocation are the first order of work and the entire project's schedule success hinges upon these two tasks
performed early and seamlessly.
Storm Water Pollution Prevention/Water Pollution Control Plan (SWPPP/WPCP)
Prior to the start of work, the Contractor must submit an approved Storm Water Pollution Prevention
Plan to allow the City to obtain a Notice of Intent (NO]) from the Water Board. Prior to clearing and
grubbing the Contractor must have a WDID number Issued. The SWPPP must be adhered to at all
times and any modifications due to changes in construction sequence, weather, or new information,
must be documented. In addition, there are certain fundamental requirements common to all SWPPPs
such as training, key personnel identification, emergency response measures, and regular or special
site inspections and maintenance of "Best Management Practices" (BMPs). All inspection staff are
QSD/QSP trained in the latest storm water pollution control requirements. Moreover, since this
Project is a Risk Level 2, we have included Verux, Inc on our team to help with SWPPP QA inspections.
Verux performed well on the Marsh Creek Road Bridge Replacement Project. Street -sweeping, dust
control, inlet protection, erosion control, etc. will be critical on this project.
Page 24 of 30 Southern Heights Blvd Bridge Replacement Project
City of San Rafael - Deportment of Public Works
SAN RAFAEL
I I IL CI IY WI n 1 A MISSION
Highway Bridge Program — Bridge Replacement Project
While other firms simply offer bridge construction management services, Substrate, Inc
specializes in it. We have chosen to focus on Bridge Construction Management Service as
the core focus of our business. Being former Caltrans Office of Structure Construction
(Bridge Department) Employee, this is our niche. We never put ourselves in a perceived
conflict or real conflict of Interest by performing bridge design services and that allows us to
focus on what were are good at, delivering bridge or heavy structure's related construction
projects.
Substrate, Inc
Below is a pie chart indicating the actual analysis of the Bid Schedule Item list to determine the percentage of structure's items vs civil
or roadway item. We believe we are the best CM team tooled to deliver this type of Federally Funded project, namely a Bridge
Replacement:
Southern Heights Bridge Replacement
Federal Project Number BRLO 5043(038)
..I erld,��mlpsWMnjWap pem� ■ Readwar u.d4Mwp�n, IUmf
Cellular Concrete Backfill
The use of cellular concrete by the Designer (Mark Thomas) is an Innovative idea and
if done incorrectly can lead to poor drainage characteristics, which is not desirable
by Caltrans. On the recent award-winning Marsh Creek Bridge project, Substrate
and the Contractor (BCCI) utilized an innovative method of using a flowable self -
consolidating backfill similar to Cellular Concrete. The Soil Cement method used on
Marsh Creek allowed the contractor to mix native soil with cement and making it
flowable. We developed our own wW%
drainage strategy and testing criteria {"
for compressive strength and
density and this method was
concurred by our Caltrans Oversight !
Engineer, Geotechnical Engineer of tN'
Record, and Designer (Mark Thomas). We saved several weeks of backfill time r;
utilizing this method of Soil -Cement Backfill. For Cellular Concrete Backfill the same
rules apply, and very few other CM consultants have the background and critical
know-how of what is important for this item to be performed correctly. If done
improperly, it will lead to potential ground water and seasonal water to be capped -
off and could result In long-term maintenance Issues.
Page 25 0/30 Southern Heights Blvd Bridge Replacement Project
City of San Rafael Department of Public Works
6"1
SAN RAFAEL
1HELIIYWIIHAMISSION
CIDH Wet Piles
Substrate, Inc
F� The Southern Heights Blvd Bridge
Replacement calls for CIDH Wet
Piles for Abutment and Bent
_ I Foundations.
Abutment 1 and 4 have a couple of
24" diameter shafts and Bents 2
and 3 have 36" diameter shafts
_ The plans show inspection tubes
and the Specifications indicate
Hard Drilling and the need for
Drilling Slurry to prevent caving
This what Caltrans calls CIDH-Wet
Piles. No other firm has as much
I I CIDH Pile experience as Substrate
in the past 6 years. For example, In the last 6 years, Substrate has recently worked on over 50 CIDH Wet Piles on: Bon Air Bridge
Replacement, Transbay Busramp, 1-80 San Pablo Dam Rd Interchange, Orwood Road Bridge Replacement, and Petaluma River
Bridge Replacement.
We are thoroughly familiar with everything from trestle
access and CIDH Pile Installation Plans to Slurry
Displacement and Gamma -Gamma Testing (CT -233). For
the Slurry Displacement method, we will need a
suspension slurry to be tested for PH, Viscosity, Density
and Sand Content. We also need the slurry that is
displaced to be pumped Into a Baker Tank with Active
Treatment System to ensure no discharge into the
adjacent area, as per the Regulatory Requirements.
Finally, we will have to pour concrete under tremie pour to displace the slurry and prevent anomalies
(
i d f t i th II Aft t tfl,it t t' CT 233 d h i h h
CAU-MMpUED ROLE
CONCRETE PU3
.e. a ec s n e p es). er pouring concre e e p e are es Ing per an t at s w y we ave
engaged Steve Abe (ACS) who is a statewide specialist in Gamma -Gamma Logging Testing. Sunny is also a specialist on pile defects
Water Line
This project calls for a new 6" diameter
water line installed on brackets on the
new bridge and bring the new MMWD
Waterline into service, which includes
pressure and Bactl testing. The current
waterline on the existing bridge is
abandoned. On the Marsh Creek Bridge
Sunny coordinated a Temporary
Waterline Bypass and Permanent Steel i
Waterline pipe installation on the new
bridge and coordinated all testing with
CCWD. The same level of coordination and testing will be required on this project.
ST-70SM Barrier
One of the interesting aesthetic features of this new bridge are the ST705M
Steel Barrier with LED Lights installed to illuminate the bridge at night. We
admire this feature from an aesthetic and functional perspective. Sunny just
recently installed similar LED lighting in the steel ST -10 Barriers on the
Transbay Busramp Cable -Stayed Bridge. Sunny was involved in all electrical
routing and components that power the barrier light and many other project
components. Attached are some time -lapsed photographs taken recently of
the Busramp at night
Page 26 of 30 Southern Heights Blvd Bridge Replacement Project
Cityof San Rafael Department of Public Works
SAN RAFAEL
11 IL MY Will I A MISSION
Substrate, Inc
Deck Construction
This bridge project is unique in that the profile of the bridge has a 9% running slope. This will pose a challenge during the deck
concrete pour to ensure that the concrete can be finished properly and concrete does not flow to the lowest part of the bridge.
l r..
This challenge will be mitigated by
i
keeping the concrete slump as low as
limits
as
practical such that is
,n
flowability, but still have enough
workability to strike off and finish it
to Caltrans requirements. The
concrete will also have to be placed „
1
from the Abutment 4 toward
. {
Abutment 1 to ensure quality
control. In addition, the bridge width
r
is too narrow at 12'3" wide and,
therefore, a traditional Bidwell
Finishing machine cannot be used. A Roller or
Bunyan Screed will have to be used to finish the bridge deck. Sunny successfully poured
the Fremont Off -ramp Bridge on the Transbay project, which had up to a 9% cross fall and 6% profile fall. Finally, Sunny is up to date
with Caltran's latest deck curing specification of water -mist cure with post -applied curing compound from Marsh Creek Bridge.
Expected Submittal List
During submittal review process (much of which will be concurrent with construction work), Substrate will streamline the review
process. Sunny will review these submittals faster than the review time indicated in the Specifications. We have identified the
Priority Submittals that need be approved prior to work, which include: CPM Progress Schedule, Traffic Control Plan, SWPPP/Water
Pollution Control Plan, Detailed Work/Stage Construction Plan, Pedestrian Access Plan, Spill Prevention and Counter Measure Plan,
Neighborhood Notification, Potholing Results. Safety Related Submittals: Contractor's Authorized Onsite Rep, Contractor's
Emergency Contact Numbers, Contractor's IIPP, Name of Safety Officer, Emergency Medical Plan, Traffic Control Devices/Product
COC's, Health & Safety Plan, and Trench/Excavation Safety Plan. Material Submittals: Notice of Materials to be Used, Concrete Mix
Designs, Rebar COC and Mill Certs, HMA (Type A) Mix Design, SWPPP/WPCP Erosion Control Products, Steel Pile Mill Certs and COC,
Structure Backfill, Class 2 AB, Electrical Materials (conduit, fixtures, pull boxes, etc.), Joint Seal Materials, ST 70SM Barrier Rail,
Steel/Timber Rail, Temp ESA Fence, Drainage Structure and Products COC, Traffic Stripe Materials, Permanent Pedestrian Access Deck
Materials, Cellular Concrete Mix Design, Water Storage Tank COC, Irrigation Products COC, Buy America Requirements/COC's, 6"
Steel Water Line Materials, Temporary Structure Backfill, Waste Management Plan, Solid Waste Disposal and Recycling. Technical
Submittals: CIDH Pile Placement Plan, CIDH Pile Mitigation Plan, Bridge Removal Plan, Cellular Concrete Quality Control and
Placement Plan, Waterline System Work Plan and Quality Control Pian, Waterline System Shop Drawings, Gravity Block Wall Quality
Control Pian, Precast Quality Control Plan (Gravity Block), Federal Apprenticeship Training Plan, Welding Quality Control Plan,
Falsework/Trestle Plan, Temporary Access Wall Plans, Daily Reports and CIDH Record Reports, Temporary Shoring Plan, HMA (Type A)
QC/QA Plan, Gravity Block Retaining Wall Shop Drawing, Shotcrete Placement Plan, As -Built, Contractor's Biologist Qualifications.
Utility Coordination
Careful and deliberate coordination is a prerequisite for project success. It is very important to maintain the construction schedule,
avoid any surprises and ensure no Right -of -Way delay claims. The coordination of the moving of the PG&E/AT&T/Comcast Joint
Pole is the first order of work. That is the most critical utility relocation required immediately at the beginning of the project. We
can't remove the existing bridge and build the new bridge until that joint pole is moved. PG&E gas has already been relocated by the
City and PG&E and the existing MMWD Waterline has been abandoned. That being said there is stili coordination required for:
Putting into service the new 6" diameter MMWD waterline on the bridge
(including pressure and Bacti testing)
' Restoring and PG&E gas service.
' Raising manholes and MMWD water valve caps.
' Relocating the PG&E/AT&T/Comcast Joint Pole back to Its f nal location.
Any unknown utilities in the areas where excavation for the new bridge
abutment installation is to be performed.
Once construction begins, Substrate will setup a utility coordination meeting with all the utility companies (PG&E, Comcast, AT&T,
MMWD, etc.) involved to confirm all live and dead utilities are identified and as-builts updated. Substrate will ensure the contractor
determines and locates through potholing the location of other such "live" utilities In the area of the new bridge abutments.
Page 27 of 30 Southern Heights Blvd ©ridge Replacement Project
City of San Rafael - Department of Public Works
SAN RAFAEL
I I -IL U IY WI I H A MISSION
Substrate, Inc
Bridge Removal
A critical part of this project Is it the removal of the existing Southern Heights Blvd bridge after the construction temporary retaining
wall and access ramp. A well-developed bridge demolition plan is the first step to any bridge removal operation. Critical
coordination will be required with all the utility companies, as well as, all the adjacent neighbors, particularly 108, 116,122, and 126
Southern Heights Blvd and 75 Pleasant Lane. The City has TCE's in all these adjacent properties and at all times we will have to adhere
to Land Rights. Review of the Bridge Removal Plan will be in accordance with the contract documents as well as the procedures set
forth in the Bridge Construction Records Procedures Manual, Memo BCM 124-2, and Standard Specifications Section 60-2.02
"Bridge Removal". We will critically review this Submittal and ensure that the bridge is removed in a safe manner with no impact to the
residents.
Limited Laydown Areas
It was determined during a field visit that there are limited laydown areas for piles, materials, etc. This will prove to be a challenge for
CIDH Pile Drilling and Cage Placement, during Falsework erection, and during concrete pours. There also seems to be no real-estate
for Contractor's Truck and Equipment and the Access Ramp will essentially be the only place to park drilling equipment after hours.
The public outreach components have already been discussed, as well as the requirement to keep local driveways open. There will be
a lot of flagging required to get Equipment and Concrete Truck in and out and significant
reversing of equipment, which makes this job challenging from a logistics and safety
perspective. It is for this reason, the Falsework Trestle has been suggested to improve
maneuverability on-site and to allow more real-estate to park equipment, see next item.
Innovative Idea - Temporary Access Trestle Doubling as Falsework
As will be discussed below, based a comprehensive independent Baseline Schedule i
developed by Substrate, Inc for this project, it was determined that the substructure drilling
operations for Abutment and Bent Piers will be performed } j
in the middle the winter raining season. The access is so i
tight that only a small size driller (wheelbase of 7ft or less)
can get access via the temporary access ramp. A small drill
may not have sufficient torque and Kelly -bar extension to _+ '
drill the holes the required 47 ft into hard rock as is
suggested in the Specifications. A trestle will allow proper -
sized equipment access to do the work.
Coupling the limited access and steep adjacent slope, with
the potential for muddy conditions, the practicality of
perform safe drilling down at base level may prove to be
difficult. There is a potential for the drill rig to end up on [
the neighbor's y ( )
g property 75 Pleasant Lane if is not
properly rigged and secured with anchor piles during
access and staging. We want to minimize this risk to the City of San Rafael. One opportunity to do so is
utiliz-ng the required
Falsework installation (for Bridge Deck Construction) to double as an Access Trestle for the Drilling Rig.
It would require the
Contractor to beef up the Falsework (typical stringers will be larger, perhaps using steel pipe posts, and adding additional stability X
bracing) but will go a long way to ensure safety to the workers and equipment and mitigate any potential accidents. This will also
allow for normal sized drilling equipment to be used as the Falsework/Trestle will be at least 14'0" wide.
Schedule
Having a clear understanding of construction methods, constraints, duration and logic is imperative In reviewing and accepting a
contractor's baseline schedule. As part of the project understanding, we have developed a comprehensive baseline schedule, to
assess the critical path and determine the duration of the project and any potential pitfalls or issues before they happen. It also
doubles to help us understand what kind of resources we need to staff the project and how the Contractor intends to perform the
work. Through developing this schedule, we determined that this project is feasible and can be completed in approximately 229
working days. Four things become apparent with this schedule: 1) Neighborhood Notification becomes the first order of work after
the NTP, as there is a 30 calendar day notification period. 2) Tree removal work becomes critical path work as construction as
anticipated NTP is mid-August, the trees must be removed to perform the work. 3) the PG&E Joint Pole Relocation is an early order of
work, as the pole has to be moved out of the way in order to demolish the bridge, and 4) the temporary wa I and access road to get
access to substructure is critical path as the new bridge work will be hard to construct without having some form of base access for
materials and light equipment. The entire project's schedule success hinges upon these four tasks performed early and seamlessly.
The entire project should finish by the end of June/early July (total of 9-1/2 months of construction), if everything goes as expected.
Page 28 of 30 Southern Heights Blvd Bridge Replacement Project
City of 5an Rafael - Department of Public Works
00
M
0
O
kn
O
M�
W
0
z
y
�.
V
u
w
A�
W
A�
W
U
�a
A^'
W
bb
'd
'd
A
Q%
N
rO
V f
z
� n
P
E 1i
Ar
O
1v
Ua gg�oc'=
cp m
ry g9
h Ep Elul 'J ja
a L 5 Ul i� N P tl 9c
EEB� U N
gm'LLaB`y �Sa q�".m
n'�NnL+
�g¢m2E-9 ss
e a a F
zm3��itiS°nE
0---- ^ N N N N Nottt"ttatt�'�tt�ee
a
'a as ;; ababbaa any is i9TMi i�M%s'2no----------sae
N
z
z
a
u�E
F g r
g Ea
Z E
Fo 8 yys`
S 'Eid 3 ` 5 E g �+
Via'E.
Es
c a a@ E E `
q yy, 9 E t1 P ^i .n' O 4 A a u 9 a ae'i
g u Ea N� ie c V k4 p04 � ti E
12 ggg'`mt@E9 8m m .4 o
in m m y ° €€ O o
tl�ll 'a -�
q YC gg9tt 99 Sylpn7+��aYaY9B Ce N
1 2 g 4 E¢ n y g a n m °� m E F E E 9 5 1 4 E n E B
z 15eLq.n0- pm,�LL q� a,�gddaFaF�" $� nm gg �� Ma
Coo' oaa1v I� ia9aeacR+dYag'
'-
&��0�` syn o�1 «ma€ go`3Ea a3ne 'I s sm
mUW d`inaind`�Z 3sua'3fSm'88sdfuS9a9at�aaausm`mc5 la�a�3a9aWt`'i8d`
a o Ro oho U m ��'n avmi 'mnmN U non1Y•1 rvn1�`•11mvogtannon � mm�nn o a moo o v ocaTo
��mpmmmm��mdmmmmmmmmmmm�mmmmmmmmmmmmmmmmmmmmmmmmmmmmm
aUo,J000UI j0000r�00000000,uao]000000]0000000000ao r0000®
19n
N cc n p V
€a�p56PaN�'d�^a-ase'
qy �_aa `@�, y'� SNf€Fae55°��gEmmQ
°i.�m�
af.
�g���3�a"gg��aYmfiE
1� '' ma ` c 'c `° ay q o s y qp € U 8 ELl a a
6
00 _gu9�5c�un
M ��o m'1y masa
V O
n
�.1
ggr0 r 2s2 �LNi
rti u$' aElll 8 ��EW
�sm��suy1 a6�mN&vvvv7777 "�Sg" g�
mU Og A Ev c c� $� Wy �a'OC SI
------------
e
3�
6 8 c
5
a U2 r
@.9 =g
gm�
8- 11 far°; of gEFbma€ s
333E ppggggggacl°n� 8� e�c3m�s�� s! d m 15
�1" `Amts' sLLm�a 2a"°k a53�ym a y�y rn6aaaE aQ �� ° < 8 a a
a 2, 41 (2E"a Z
a ;�xrs e' mg � Sat N�
9��rc�
Eaya�=ppa€aa°' a� �� g5 $a E'EB0
°
EB"
2m_'e$eg4g`$°nJ1yQa�4$Q
��� .s�e �aJ�G m
iPsau°ia�at3aelE��ss�alElEs'sc9c`'it7uaac`3Y�i7u�a1mEb'cil�nli7 �$� tnasarct�al
mNmmB'�in'a ��mo�Nn'vM1n�ntp1-mmNmo'omommoo� m 5
I m m m m m m b m b m m m m m m m m m m m m m tq m m m m m m m m m m m m m m m m m m .6 m m m m m m m m ru s
N m m m 1!1 m N 1°m m N N YI
000aoa000aoIaa]o0000000oaaaaaoIoaa0000000ao�000a0000 I
Local Assistance Procedures Manual Exhibit 10-01
Consultant Proposal DBE Connuitment
EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT
1. Local Agency. City of San Rafael 2. Contract DBE Goal:
3. Project Description Southern Heights Boulevard Bridge Replacement — FED No. BRI -0 5043(038)
4. Project Location:
City of San Rafael (Southern Heights Boulevard)
.AI
5. Consultant's Name: Substrate, Inc (Dynamic Dzyne Associates, Inc) 6. Prime Certified DBE: O
7. Description of Work, Service, or Materials
8. DBE
Certification
9. DBE Contact Information
10. DBE %
Supplied
Number
RE/Structure's Rep & Bridge/Roadway Inspector
DBE 38385
Dynamic Dzyne Associates, Inc, dBA Substrate,
75%
Inc — 270 Crest Rd, Novato CA 94945
Local Agency to Complete this Section
11. TOTAL CLAIMED DBE PARTICIPATION 75%
17. Local Agency Contract Number: 11282
18. Federal -Aid Project Number: BRLO - 5043 (038)
19. Proposed Contract Execution Date: August 2020
20. Consultant's Ranking after Evaluation: 1 Of 5
IMPORTANT: Identify all DBE firms being claimed for credit,
Local Agency certifies that all DBE certifications are valid and information on
regardless of tier. Written confirmation of each listed DBE is
this form is complete and accurate.
required.
=" ✓ 8/19/2020
6/29/2020
21. Local Agency Representative's Signature 22. Date
12. Preparer's Signature 13. Date
Theo Sanchez 415.725.1003
Sundeep Jhultt 415-246-4920
23. Local Agency Representative's Name 24. Phone
14. Preparer's Name 15. Phone
Associate Civil Engineer
President
25. Local Agency Representative's Title
16. Preparer's Title
DISTRIBUTION: Original — Included with consultant's proposal to local agency.
ADA Notice: For individuals with sensory disabilities, this document is available In alternate formats For information call (916) 654-6410 or TDD (916) 654-
3880 or write Records and Forms Management, 1120 N Street, MS -89, Sacramento, CA 95814
LPP 18-01 Page l of 2
January 2019
Local Assistance Procedures Manual
Exhibit 10-02
Consultant Contract DBE Commitment
EXHIBIT 10-02 CONSULTANT CONTRACT DBE COMMITMENT
1. Local Agency: City of San Rafael Department of Public Works 2. Contract DBE Goal: 6%
3. Project Description: Replace the existing one lane timber Southern Heights bridge with a new concrete bridge
4.Project Location: Southern Heights Blvd between Meyer Rd and Pearce Rd
5. Consultant's Name: Substrate, Inc. 6. Prime Certified DBE: V 7. Total Contract Award Amount: $425,000.00
8. Total Dollar Amount for ALL Subconsultants: $35,000
9. Total Number of ALL Subconsultants: 1
10. Description of Work, Service, or Materials
Supplied
11. DBE
Certification
Number
12. DBE Contact Information
13. DBE
Dollar
Amount
Resident Engineer/Structures Rep &
Bridge/Roadway Inspector
DBE 38385
Dynamic Dzyne Associates, Inc. dBA
Substrate, Inc. - 270 Crest Rd, Novato
$351,303
Local Agency to Complete this Section
14. TOTAL CLAIMED DBE PARTICIPATION
$ 351,030
20. Local Agency Contract 11 282
Ni imhar•
83%
21. Federal -Aid Project Number: BRI -0 - 5043 (038)
22. Contract Execution September 17, 2020
nate.
Local Agency certifies that all DBE certifications are valid and information on
IMPORTANT: Identify all DBE firms being claimed for credit,
this form is complete and accurate.
regardless of tier. Written confirmation of each listed DBE is
9/10/2020p"�A
required.
9/10/2020
23. Local Agency Representative's Signature 24. Date
15. Preparer's Signature 16. Date
Theo Sanchez 415.725.1003
Sundeep Jhutti 415.246.4920
25. Local Agency Representative's Name 26. Phone
17. Preparer's Name 18. Phone
Associate Civil Engineer
President
27. Local Agency Representative's Title
19. Preparer's Title
DISTRIBUTION: 1. Original — Local Agency
2. Copy — Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract
execution may result in de -obligation of federal funds on contract.
ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654-
3880 or write Records and Forms Management, 1120 N Street, MS -89, Sacramento, CA 95814.
Page 1 of 2
July 23, 2015
Local Assistance Procedures Manual Exhibit 10-02
Consultant Contract DBE Commitment
INSTRUCTIONS — CONSULTANT CONTRACT DBE COMMITMENT
CONSULTANT SECTION
1. Local Agency - Enter the name of the local or regional agency that is funding the contract.
2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement.
3. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic
Rehab, Overlay, Widening, etc).
4. Project Location - Enter the project location as it appears on the project advertisement.
5. Consultant's Name - Enter the consultant's firm name.
6. Prime Certified DBE - Check box if prime contractor is a certified DBE.
7. Total Contract Award Amount - Enter the total contract award dollar amount for the prime consultant.
8. Total Dollar Amount for ALL Subconsultants — Enter the total dollar amount for all subcontracted consultants.
SUM = (DBEs + all Non -DBEs). Do not include the prime consultant information in this count.
9. Total number of ALL subconsultants — Enter the total number of all subcontracted consultants. SUM = (DBEs + all
Non -DBEs). Do not include the prime consultant information in this count.
10. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be
provided. Indicate all work to be performed by DBEs including work performed by the prime consultant's own forces, if
the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be
performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms.
11. DBE Certification Number - Enter the DBE's Certification Identification Number. All DBEs must be certified on
the date bids are opened.
12. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted consultants.
Also, enter the prime consultant's name and phone number, if the prime is a DBE.
13. DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be
provided. Include the prime consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial
participation.
14. Total Claimed DBE Participation - $: Enter the total dollar amounts entered in the "DBE Dollar Amount" column.
%: Enter the total DBE participation claimed ("Total Participation Dollars Claimed" divided by item "Total Contract
Award Amount"). If the total % claimed is less than item "Contract DBE Goal," an adequately documented Good Faith
Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM).
15. Preparer's Signature - The person completing the DBE commitment form on behalf of the consultant's firm must
sign their name.
16. Date - Enter the date the DBE commitment form is signed by the consultant's preparer.
17. Preparer's Name - Enter the name of the person preparing and signing the consultant's DBE commitment form.
18. Phone - Enter the area code and phone number of the person signing the consultant's DBE commitment form.
19. Preparer's Title - Enter the position/title of the person signing the consultant's DBE commitment form.
LOCAL AGENCY SECTION
20. Local Agency Contract Number - Enter the Local Agency contract number or identifier.
21. Federal -Aid Project Number - Enter the Federal -Aid Project Number.
22. Contract Execution Date - Enter the date the contract was executed.
23. Local Agency Representative's Signature - The person completing this section of the form for the Local Agency
must sign their name to certify that the information in this and the Consultant Section of this form is complete and
accurate.
24. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative.
25. Local Agency Representative's Name - Enter the name of the Local Agency Representative certifying the
consultant's DBE commitment form.
26. Phone - Enter the area code and phone number of the person signing the consultant's DBE commitment form.
27. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the
consultant's DBE commitment form.
Page 2 of 2
July 23, 2015
Local Assistance Procedures Manual Exhibit 10-0I
Consultant Proposal DBE Commitment
INSTRUCTIONS — CONSULTANT PROPOSAL DBE COMMITMENT
CONSULTANT SECTION
1. Local Agency - Enter the name of the local or regional agency that is funding the contract.
2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement.
3. Project Location - Enter the project location as it appears on the project advertisement.
4. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab,
Seismic Rehab, Overlay, Widening, etc.).
5. Consultant's Name - Enter the consultant's firm name.
6. Prime Certified DBE - Check box if prime contractor is a certified DBE.
7. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be
provided. Indicate all work to be performed by DBEs including work performed by the prime consultant's own
forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the
exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the
participation of DBE firms.
8. DBE Certification Number - Enter the DBE's Certification Identification Number. All DBEs must be certified
on the date bids are opened.
9. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted consultants.
Also, enter the prime consultant's name and phone number, if the prime is a DBE.
10. DBE % - Percent participation of work to be performed or service provided by a DBE. Include the prime
consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation.
11. Total Claimed DBE Participation % - Enter the total DBE participation claimed. If the total % claimed is
less than item "Contract DBE Goal," an adequately documented Good Faith Effort (GFE) is required (see Exhibit
15-H DBE Information - Good Faith Efforts of the LAPM).
12. Preparer's Signature - The person completing the DBE commitment form on behalf of the consultant's firm
must sign their name.
13. Date - Enter the date the DBE commitment form is signed by the consultant's preparer.
14. Preparer's Name - Enter the name of the person preparing and signing the consultant's DBE commitment
form.
15. Phone - Enter the area code and phone number of the person signing the consultant's DBE commitment form.
16. Preparer's Title - Enter the position/title of the person signing the consultant's DBE commitment form.
LOCAL AGENCY SECTION
17. Local Agency Contract Number - Enter the Local Agency contract number or identifier.
18. Federal -Aid Project Number - Enter the Federal -Aid Project Number.
19. Proposed Contract Execution Date - Enter the proposed contract execution date.
20. Consultant's Ranking after Evaluation — Enter consultant's ranking after all submittals/consultants are
evaluated. Use this as a quick comparison for evaluating most qualified consultant.
21. Local Agency Representative's Signature - The person completing this section of the form for the Local
Agency must sign their name to certify that the information in this and the Consultant Section of this form is
complete and accurate.
22. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative.
23. Local Agency Representative's Name - Enter the name of the Local Agency Representative certifying the
consultant's DBE commitment form.
24. Phone - Enter the area code and phone number of the person signing the consultant's DBE commitment form.
25. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the
consultant's DBE commitment form.
LPP 18-01 Page 2 of 2
January 2019
Local Assistance Procedures Manual EXHBIT 10-Q
Disclosure of Lobbying Activities
EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES
COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352
1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type:
❑ a. contract ❑ a. bid/offer/application ❑ a. initial
b. grant b. initial award b. material change
c. cooperative agreement c. post -award
d. loan For Nlatcrial Change Only:
e. loan guarantee Not -Applicable year quarter
F. loan insurance date of last report
4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee,
Enter Name and Address of Prime:
❑ Prime Subawardee
Tier if known
Congressional District, if known
6. Federal Department/Agency:
8. Federal Action Number, if known:
Congressional District, ifknown
7. Federal Program Name/Description:
CFDA Number, if applicable
9. Award Amount, if known:
10. Name and Address of Lobby Entity
11. Individuals Performing Services
(If individual, last name, first name, NII)
(including address if different from No. 10)
(last name, first name, MI)
(attach Continuation Sheet(s) if necessary)
12. Amount of Payment (check all that apply)
14. Type of Payment (check all that apply)
S actual planned
a. retainer
b. one-time fee
13. Form of Payment (check all that apply):
c_ commission
o. cash
d contingent fee
b. in-kind; specify: nature
a deferred
Value
f other, specify
15. Brief Description of Services Performed or to be performed and Datc(s) of Service, including
officer(s), employce(s), or member(s) contacted, for Payment Indicated in Item 12:
(attach Continuation Sheet(s) if necessary)
16. Continuation Sheets) attached: Yes ❑ No
17, Information requested through this form Is authorized by Title
31 U.S.C. Section 1352. This disclosure of lobbying reliance Signature:
was placed by the tier above when his transaction was made or
entered into This disclosure is required pursuant to 31 U.S.C. Print Name: Sundeep Jhulli
1352_ This information will be reported to Congress -
semiannually and will be available for public inspection Any President
person who fails to rile the required disclosure shall be subject Title: _
to a civil penalty of not less than $10 000 and not more than
$100,000 for each such failure Telephone No.: 415-246 4920
Federal Use Only:
gI.M."I F.— 1.1.1. Rev
Distribution: Ong- local Agency Project Ides
Date: 6/29/2020
Authorized for Local Reproduction
Standard Form - LLL
Page l
LPP 13-01 May 8, 2013
Local Assistance Procedures Manual EXHBIT 10-Q
Disclosure of Lobbying Activities
EXHIBIT 10-Q DISCLOSURE Or LOBBYING ACTIVITIES
COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352
1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type:
❑✓ a. contract ❑✓ a. bid/offer/application ❑✓ a. initial
b. grant b. initial award b. material change
c. cooperative agreement c. post -award
d. loan For Material Change Only:
c. loan guarantee No Lobbying Activities year_ quarter_
f. loan insurance NOT APPLICABLE date of last report
4. Name and Addressing Entity 5. If Reporting Entity in No. 4 is Subawardee,
Miller Pacific Engineering Group Enter Name and Address of Prime:
ElPrime ZSubawardec Sunny Jhulti, PE.SE
Substrate, Inc.
Pier ___ , if known 270 Crest Rd.
504 Redwood Blvd., Suite 220, Novato, CA 94947 Novato, CA 94945
Congressional District, if known Congressional District, if known
6. Federal Department/Agency:
8. Federal Action Number, if known:
7. federal Program Name/Description:
Cf DA Number, if applicable
9. Award Amount, if known:
10. Name and Address of Lobby Entity
11. Individuals Performing Services
(If individual, last name, first name, MI)
(including address if different From No. 10)
(last name, first name, MI)
(attach Continuation Sheets) if necessary)
12. Amount of Payment (check all that apply)
14. Type of Payment (check all that apply)
S actual planned
a. retainer
b. one-time fee
13. Form of Payment (chuck all (lint apply):
c. commission
u. cash
d. contingent fee
b. in-kind; specify: nature
a deferred
Value
f. other, specify
15. Brief Description of services Performed or to be performed and Date(s) of Service, including
officer(s), employce(s), or member(s) contacted, for Payment Indicated in Item 12:
(attach Continuation Sheet(s) if necessary)
16. Continuation Shect(s) attached: Yes ❑ No
17, Information requested through this form is authorized by Title } .,
31 U.S.0 Section 1352. This disclosure of lobbying reliance Signature:
was placed by the tier above when his transaction was made or
entered into. This disclosure is required pursuant to 31 U.S.C. Print Name: Scott Stephens
1352. "this information will be reported to Congress
semiannually and will be available for public inspection. Any President
person who fails to file the required disclosure shall be subject Title:
to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure. Telephone No.: (415) 382-3444
Federal Use Only:
rmm 1.1-1. Rev
Distribution: Ong Local Agency Project Files
Date: 6/16/2020
Authorized for Local Reproduction
Standard Form - LLL
Page 1
LPP 13-01 May 8, 2013
No Lobbying
Local Assistance Procedures Manual EXHBIT 10-Q
Disclosure of Lobbying Activities
EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES
COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT 1'0 31 U.S.C. 1352
1. Type of Federal Action:
❑ a. contract
b. grant
c. cooperative agreement
d, loan
e. loan guarantee
E loan insurance
2. Status of Federal Action:
❑ a. bid/offer/application
b. initial award
c, post -award
3. Report Type:
❑ a. initial
b. material change
For Material Change Only:
year quarter _
date of lost report
4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee,
der Name an#Address of Prime:
❑ Prime Nee-,LobDying ee
Congressional District, if known Congressional District, if known
6. Federal Dcpartment/Agency:
8. Federal Action Number, ifknown:
10. Name and Address of Lobby Entity
(If individual, last name, first name, MI)
12.
13.
15.
7. Federal Program Name/Description:
CFDA Number, ifapplicable
9. Award Amount, if known:
11. Individuals Performing Set -vices
(including address if different fi•ont No. 10)
(last name, first name, MI)
(attach Continuation Sheet(s) if necessary)
Amount of Payment (check all that apply) 14. Type of Payment (check all that apply)
$ ❑ actual ❑ planned a. retainer
b. one-time fee
Form of Payment (check all that apply): c. commission
ea. cash d. contingent fee
b. in-kind; specify: nature a deferred
Value f other, specify
Brief Description of Services Performed or to be performed and Date(s) of Service, including
officer(s), employce(s), or member(s) contacted, for Payment Indicated in Itcm 12:
(attach Continuation Sheel(s) ifnecessary)
16. Continuation Sheet(s) attached: Yes ❑ No ❑
17, Information requested through this form is authorized by Title l �C(K
31 U.S.C. Section 1352. This disclosure of lobbying reliance Signature: 'llilG/R//
was placed by the tier above when his transaction was made or
entered into. This disclosure is required pursuant to 31 U.S C. print Name: Steve Abe
1352. This intonation will be reported to Congress
semiannually and will be available for public inspection. Any president
person who tails to tile the required disclosure shall be subject Title:
to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure. Telephone No.: 925-330-0219
Federal Use Only:
LLL Rev 04-28-06
Distribution: Orig- Local Agency Propect files
Date: 6/17/2020
Authorized for Local Reproduction
Standard Form - LLL
Page 1
LPP 13-01 May 8, 2013
I
I Iltul ks-61uute Prllcatlulaa %lulunul [AI1111'I 141.Q
1►i%tl mm dirt owl, ut; ,kcimflo
F xIllail 1114 11iyi 14)"1 Ilk ()i (.t11i1I1111. IN( 111 i i Il %
111'.11111 It fill',IgIw\I IIIIIN[ llyd 1I>IHININ6M 11VI I,III It -,I 1t.► rill' I .t I1•'
1. f�'p�' ill I rdc'ral trliun: 2. sluluti of I t dernl A0141111 3. Ifrltorl I 1 pr:
., i hill I:.=:I d I II',I llct .1.111,11.-31101r D •' ill ll - I
I 11nnyl h o I IIs•'. •Lid 1' ntticu.rl rl u':
l L,'n.irl: f`1U y'1; i1E;1..'l11_ fit l pw .11411tr
I b1,1n I Lir Nlniutill (IlaIIgq 11111[:
t 161,111 A1.111ti?cr' / ! �i.
} 'i vat . 11d1;U1
l �r� r arr r.t� r r -- I --
I
1,11111 IrIM.11111ILC 11111-• 111 lit'.1 fCtilgl
.i lame and .lddntiti nrl4r11orthilt r'.MkIN {. It Reptirting I ntilti In \n. J 4 Slilmumdev.
F ulet `nitro and 1d,lrt,t u(1'rhm:
QIhtutc �sulla'•': �r,lee
I Icl 11 It r•,.I
f unurrt%.lultnl Ih14fid, 11 1 1110411 Funicret•bind lHrttir:t, H Lnnr o
It I-vil1'rd UtlNr1mvnii ll!rlley1 7. Ferler11l ProI;ranl Nunlvi Uew llI11wr
t -1.111 %woolla 1. if '.pl IL.r.16:1
H I viltroI IllOhwi NiLldiORI, II 1111411 of 1ltuI(I .11114111131, Ir ItIll W,II
Ill N1111tor 1111+1 Allilre+t rd I ulllly V 11UI1
I I: Imifltirluals I14-1'Inrrlllrll; SurYL, t
111 111.11 Itltrd. lil,4 will .. it ,I n.un• !.II I
i u11111dint! 11 d ilf:lcnl Iilllll Nol 1111
1 I'm Imllk= tlrrl i1ir.11, M1IIJ
Illi In It 1 d 1 111
It 11 �I 11
I? 1m131101111 I'uyalral I.rhrt•ll till Iluli eppIN)
1111rnt 1'ataronr (Oleuk all Mill 111111111
i El tit 1•.1.11 E ! II.i' 11 tl
It 11:1 ilp. r
b. Int: little We
It- FIRM rliI'uu11r111I1'hec1,Lill Ihn1u11111;c):
V. i,nitn114r11111
II %olmilliollln
Bi.l•Ilt
11 In-I.IlItf, -q* , lif niun7
dhfl6:ne1?
Vilklc - _—!
;Il lILl. lII -alb _-
I K Ilrh-1 01-wrl111hru ill 54111cea 11, rtornwd til Ili he pttJrn toil d cull In-111 Lit N -ill tivk. Iltcht111o;;
urrleerlt►, empluyeelsl, nr nlembvrl+I contucicd, rill Cutmrnl 111dlenled 113 lit til 121
1/111/011 M1111111:r1•mi SLertlt► II r1c.c,earyl
111, t'oag11nnllue `hctlte) nllat'hrla: 1 r1 © N.
17. EnG nuilb.*n m. +1,'11 Ihnnit:h Ihl fnrnl I: inithim.r,l hs roll j
it U `.C. tiLe1 i lits I,• ,.11'.rLsur.: nr'lubh'rinp r:Funra S1�;n.ltu:�r• _ r
a 1a ,dj.:tu l•a I I :r !I ,•r. L! ut:ell luz rrur.ttl:•:r,'a III ul:.d: melrtRnl 1111v.• Ililt. it v -had Ic `rJiuulll11'..II (I.!.SI'nrd Nunl1': Qiyvi: JrJ'.'ICl
I li! IIlk w"Ifil III1111U11 'h Ill l e wlmli,,tt t:11 tl111!IC'-n
willimuuuily :ulJ r.11t w t Ill t 1.1t hlikJ: t:s ;.,rtliuu r\ni
Iq•la as nlw i!.1Ir lid hlr Ihr el, 111[1, 11 lliry�n.ul.�d'I d.'+4� ,uL•jo.*t 1r1,0:—
L dill•. it p. 1dl, .d ury k ,Irlrrt ilu,IllNr tunl ,un nl•q• Willi
,,I lilt 110111 lilt xa.6 ru. 11 l.nhur, lr, vIl1lIIIw jhl a 15•$fi9_051i[J 1ti t:, 111-12? ?:1
Fedi, Iu Onl}:
I11.lrll:url11it 111 1 11 : ..,.I I .I.t.
hnll,lov;Nl 1-11 1 it-ol (tillnnl!i11'n.l
Sldrill.uil t' anti i I I
11'1' 11.11) 11dt �, 1111.'1
Exhibit A:
Cost Proposal
- �;•-'ice "R: r r\t., Y.S1f-� !�� � ate?"• •. tr r + r � .': �•r :7-
F ti••-a`• ..a _ ...��z:�•a6+.'� C'.rt'.�ra .��r•, rM. v� j 'eve
4yri ` - '�sr ..Y';yi �•-•1 - '.4 ! %. �4 J1Y'HO�' � - 'r;9;.'•'.S." . :.,�..t••y}�►, t +F '._, .�.. ,,.J
yr �• '•t:, r:� .. � ;x;>r- Y � Y•• • .�('.�, s+�!�,.
`.ice.--. _ �"ra�' .(T�.,�'�-�.+ ___��' ��. ti, -_ .�,� •.,�.-..
.� , . ,A .'..tea•. 3e 'i •r _ • . "1 {�',-'. -
' �% l' � , • ^-mac.--�t ��.,,, �., ° fir.�tc. kt� _^ ',,.
-- �\.. arm•_ r � �•r r^ ..,,'--.�� '�'?.a�J,, ':�
y,.y�.« � ;i. ... vl. .'r: .� ��.�,�{�•n1}*j:r t .�' .(:r� ra �1n ,q "r+r �..
IV
� �: ... �; :��', ,_ 'F:'i.�.' •^..•,,, ''. irk r Z
14
i. _�:-'y'`,�,+.5:'F�' at• "' S l''. "'� :y'r`''''o,r .ti''�;'" �r 'rl�`'(: 't.+f •" 'f.
.t<{ .F �` `P' 'rl S y� 'pk• a :�i! r •� ,!►�,'� �ipyjLjK
JI
Yr �'ry"• +�jh _ r+ •..M ' 3'.�'.;•wY hy(t te'*'"F''i'3t•,�, ` ` 7 .'{���. ,a �,: � •.;' i , .
fix.. + '-�ri :°,':4 ,C}'." -,. :\ - +". �T:•, rys
•�i�i�iiRi -;�•• .4! r lr��'l � ri. rr.Y, •.t:�• e, ( �, 1•^ r`!'�
•r'"� ��-�_c?,,�;.�' r a.. ��' h -e. +� r •h n��f'hN•y�`��}�ry .ate •• ,,� � •ri'!
�� �; ��' i ''+ .S :� ht r�k � �� It C .Yi' A .'1.'nC ' r •'�l li ' j+ `"+ • =�!•''
a} .. ••,• '' df�.': - ti, r, �•�; � • :• `.'�:. <;u �;r ,• 6' y+,. ' _ -• fir•
.�i76:. :aY.. ��-,' ._ . �'�`�r.•�nc;�.sf. � .7iY�!'`ti's+4t�� 'i ;t_y;b .•`� • S L �
Construction Management, Inspection,
and Testing Services for the Southern Heights
SAN RAFAEL Boulevard Bridge Replacement Project
THE CITY WITH A MISSION Federal Project No. BRLO 5043(038)
CITY OF SAN RAFAEL
COST PROPOSAL - July 20, 2020
SUBSTRATE, INC.
� . , .tr-,�•-'.r� - Yf _���' ter, -•.rs 7L
.1 �� rtt 1 7 i yy •1.
July 20, 2020
Mr. Theo Sanchez
Assistant Public Works Director/City Engineer
City of San Rafael — Department of Public Works
14005 th Avenue
San Rafael, CA 94901
Subject: Cost Proposal for Construction Management, Inspection, and Testing
Services for the Southern Heights Boulevard Bridge Replacement Project -
Fed No. BRLO 5043 (038)
Dear Mr. Sanchez:
Substrate, Inc.
270 Crest Rd
Novato, CA 94945
T:415.246.4920
substrateinc.com
Sunny Jhutti, PE, SE
President
E: sunny@substrateinc.com
Substrate, Inc is pleased to submit this Cost Proposal to provide Construction Management, Inspection, and Testing Services for the Southern
Heights Boulevard Bridge Replacement Project for the City of San Rafael. We thank you for selecting our team.
We are confident that we have organized the right team that is the right fit for the City of San Rafael's needs on this challenging Southern Heights
Boulevard Bridge Replacement located in an a region of the city with limited access and a small footprint.
We are honored, and look forward to delivering this project for the City of San Rafael, along with your selected Bridge Construction
Contractor.
Substrate, Inc, is pleased to submit this Cost proposal to provide Construction Management Services for the Southern Heights Boulevard
Bridge Replacement Project. Per our proposal, we will be providing Sunny Jhutti, PE, SE, as the PM/Resident Engineer/Structure's Rep
(Substrate). You get 2 positions for 1 with Sunny.
Substrate, will be providing Ed Ekberg as our Full -Time Inspector. Verux, Inc will be providing SWPPP CIA. Cinquini and Passarino will be providing
CIA Surveying assistance. Miller Pacific Engineering Group (MPEG) will be providing Materials and Source Inspection. ACS will be providing
Gamma Gamma Logging. Finally, Plan -to -Place will be helping with Public Outreach.
We have submitted our revised Cost Proposal at "Specific Rates of Compensation", which indicates an amount of Not to Exceed $425,000. This
cost proposal is valid for 90 days. Thanks,
Thanks again for the opportunity.
Sincerely,
Sundeep Jhutti, President
Firm President Contact Information
...................................................................................................................... I .... ....... .......
..
Name andTitle: Sunny Jhutti, PE, SE — President
Company Name: Substrate, Inc
Address: 270 Crest Rd, Novato, CA 94945
Phone Number: 415-246-4920
Email: sunny@substrateinc.com J�
gmmmm§mk;§
X77|§NN§
)
§
0.
�
!k
!2
;
k
!
!
k
t3
!�
9�§
)
\;§
�
!
lbk\\�§
§a
�
C-3
�
is
B
©�2
` k� \
�ml;L3
§ \
i
taaa
=�k 7
E; 2 -
i)k 13 \
�� |
�
\§
)�fr,'
) k ,
-=!!
kIE
| ) cc
Bc
! k2�EAc.
k�d|!�! ■
-sf3
MILLER PACIFIC ENGINEERING GROUP
Field Observation R Testing Budget Estimate Worksheat
San Rafael
San Rafael, California
Date 7/1920
Project Number 20.10983
Ru gas
FIELD COSTS
PER
SITE
HALF FULL
PER UNIT HOUR
VISIT
DAY DAY
Senior Technician 2
S 120.00
Staff Engineer/Geologist 3
S 120.00
Staff Engineer/Geologist 2
S 110.00
Stag Engineer/Geologist(
S 100.00
Staff Technician 2
S 100.00
Staff Technician l
S 95.00
Prevailing Wage Group 3
S 145.00 1
2
4 8
Orr S35 - WeekendfHoUNighl S45; 4 & 8 hr mins apply
S 35.00
Field VehfclelEquipment
S 9.00
2
4 8
Nuclear Density Tests
S 8.00
2
4 16
Miles
S 0.80
30
30 30
S 145.00 5
348 S
672 S 1,384
Estimated
SITE
HALF FULL
Work Item Description
Das HOURS
VISIT
DAY DAY
10 Preconstruction Meeting
1 3
2 0 Foundation inspections
0
3 0 Batch Plant Inspection Concrete
2
2
4.0 Steel Inspection
0
5.0 Concrete Sampling
8
6
6
60 Subsurface Drainage Inspecbon
2
2
7 0 Embankment Slope Backfill
3
2
2
8.0 Utility trench Backfill
2
2
1
9 0 Subgmds Compaction
2
1
1
10.0 Baserock Compaction
2
2
1
11.0 Bal h Plant Inspection AC
1
1
120 AC sampling and compacting
4
4
130 A' coring
1
1
14 0 Cel ular C ncrete Cylinders
1
1
1
Totals 3
16
20 0
DOLLARS S 435.00 S
5568 5
13440 S -
Total Field Costs: S 19,443
LABORATORY TESTING
Task Description
Quantity
Unit S Amount S
10 Compaction Curve ASTM 1557
6
5280 S 1,68000
2 n Compaction Curve CalTrans 216
5350 S -
3 0 Asphalt Concrete - S•value, Gradation.
M C Unit Wt d DI
1
S1000 S 1,000.00
40 Concrete Compression (per Cylinder)
46
S45 S 2.070.00
so Concrete Beam Flex
0
5200 S -
8 0 R value
2
$390 S 780.00
7 0 AC coring
1
51.200 S 1,20000
80 DJratnl.ty
1
$195 S 195.00
90 Gradation Sieve
1
$150 S 15000
100 Class 11 AB Su to (Rvalue Sieve Ourabilly & Send Equiv)
2
$1000 S 2,000.00
Total Lab Costs: $ 7,075.00
Project Meetings, Consult, RFIs, Submittal Rev am, Reports
Personnel Tide
Hours
S/Hour Amount S
SAS Principal EnglGeofoglsl 3
12 S
250.00 S3.00000
MPM Principal EnglGeologisl2
S
240.00 S -
DSCrEAD Principal EnglGeologisl l
S
230.00 S -
OSP Associate Engineer 1
S
205.00 S -
IArJ Senior Geologist 2
S
180.00 S -
RCA Senior Engineer 1
$
170.00 $ -
POc Project Engineer 3
S
150.00 S -
POG/fiGKISIM Project Engineer 2
S
140.00 S
AJMIJTO Sr. Tech
10 S
120.00 S 1,20000
MVT/E1E12A1S Staff Engineer/Geologist3
10 S
120.00 S 1,20000
HAR Staff Technician 2
S
100.00 S -
TwslJaroravc Staff Technician l
S
95.00 S -
lwefsaT Project AssLANOfd Processor
S
85.00 S -
Total Engineering Costs: $ 5,400.00
Subtotal: $ 31,918
Contingency: 10% $ 3,192
Total: S 35,110
Use for Budget. r$---35,-00-01
R. u19
Abe Construction Services, Inc.
5111 Doolan Rd., Livermore, CA 94551 Phone: 925-944-6363 Fax:925476-1588 Email SA,ACS@ATT.net
June 9, 2020
Estimate for CIDH Pile Testing Services
GGL (Gamma -Gamma Logging)
Southern Heights Blvd.
San Rafael, CA
Attn: CM Firms
Scope: Perform GGL on 6 CIDH Piles as follows:
Abutment 1 & 4- 2 piles each Abut. @ 24" x --30' with 2
Bents 2 & 3- 1 pile each bent @ 36" x —95' with 3 tubes/pile.
Assume 3 mobilizations and 3 reports, 1 for each abutment and 1 for Bents 2 & 3 same day.
QTY. DESCRIPTION RATE / UNIT COST
GGL FIELD TESTING
4 GGL Equipment / Logging Charge (24" Abutment 1 Piles) $120.00 /pile NA- Min. Day Charge
2 GGL Equipment / Logging Charge (36" Bent Piles) $550.00 /pile $1,100.00
(Assumes Bents 2 & 3 tested same day)
2 Minimum daily field charge (if Per pile charge per day < $1000) $1,000.00 /day $2,000.00
0 Weekend or holiday premium charge $300.00 /day $0.00
REPORT/ ANALYSIS/ ENGINEERING/ADMIN. CHARGES
1 First GGLTest Report submittal $600.00 / each $600.00
2 Additional GGLTest Reports submittal after 1st report $400.00 / each $800.00
0 Engineer for meetings,standby at site, or PDDF forms $200.00 /hr $0.00
0 Certified Payrol Reports (if required) $150.00 I each $0.00
TRAVEL / MOB EXPENSES
3 Equipment Mobilization/vehicle/ travel costs $290.00 /trip $870.00
0 Overnight charge for consecutive field days out of town $150.00 /day $0.00
Total Estimate $5,370.00
Notes & Terms:
a) At least 7 days notice; the job may then be postponed with 24 hrs notice if necessary without charges.
If we receive less than 7 days notice, additional mobilization expenses may be negotiated.
b) Standby charge of $200/ hr will be charged if engineer must wait for access to piles for testing
c) Working conditions for our engineer which conform with OSHA requirements AND SAFE ACCESS TO PILES
This quote is valid for 90 days.
d) All PVC inspection tubes must be BLOWN DRY PRIOR TO TESTING AND SOUNDED WITH A DUMMY
PROBE TO ENSURE THE TUBES ARE CLEAR AND STRAIGHT. THE DUMMY PROBE MUST BE A 60 -INCH
LONG BY 1.25 -INCH PIECE OF STEEL PIPE AND PASS FREELY FROM TOP TO BOTTOM OF EACH TUBE.
e) Quote assumes ACS insurance per attached certificate is acceptable as -is.
f) Quote assumes that ACS is charging lump sum per test under a subcontract agreement as a non -A&E service
providor not subject to 10H or safe habor rates and that client will list ACS as a direct cost vendor rather than a sub -
consultant/ sub contractor, and that FAR Title 48 & 49 requirements do not apply to ACS.
Please sign below indicating you accept the above rates and terms and agree to pay in full within
30 days of receipt of invoice. Please return signed qote by email.
This quote is valid for 90 days.
Company Date
Print name & title Signature
CINQUINI & PASSARINO, INC.
♦ BOUNDARY ♦ TOPOGRAPI IIC ♦ CONSTRUE rION
♦ RAII ROAD AL WRASTRUCTURF A IIYDROGRAPIIIC
EXHIBIT C
HOURLY FEE SCHEDULE
MARCH 1, 2020 TO FEBRUARY 29, 2021
OFFICE AND PROFESSIONAL
Professional Land Surveyor (411OUR bIINIhIU�Q $460.00 per hour
Lx PERI WITNESS,DEPOSITIONS &CONSuLTA:nONS
Professional Land Surveyor $260.00 per hour
LEGAL RESEARCI I & COURT EXIIIBITS
Principal Professional Land Surveyor $200.00 per hour
Senior Professional Land Surveyor $190.00 per hour
Professional Land Surveyor $160.00 - $180.00 per hour
Survey Technician $118.00 - $160.00 per hour
(PLU.ti d/ ITERIAL)
GIS Analyst $134.00 per hour
Remote Pilot $185.00 - $205.00 per hour
INCLUDES MISSION PLANNING, VEHICLES, UAS/DRONE, MILLAGE & �\,wrERIAL
Word Processing, Clerical and Deliveries $ 98.00 per hour
FIELD CREWS
THE FOLLOWING INCLUDES VEI IICLES, EQUIPMENT, MILEAGE & MATERIAL
1 Person Field Party $190.00 per hour
1 Person GPS Party $215.00 per hour
2 Person Field Party $285.00 per hour
FIELD CREW CONSISTS OF PARTY CHIEF & CHAINMAN
3 Person Field Party $395.00 per hour
r1El D CRrWs CONSIST OF PARTY CHIEF, 2 CHAINb1EN OR CIIAINMAN & FLAGPERSON.
4 - Person Field Party $460.00 per hour
FIELD CREWS CONSIST OF PARTY CI LIEF, 3 CI]AINMEN OR CHAINMAN & 2 FLAGPERSONS.
SUPPLEMENTAL ITEMS
Outside Contract Work Cost plus 15%
Overtime Work 1.2 x base rate
Over 8 Hours on Saturday, all day on Sundays or Holiday 1.4 x base crew rate
Night Work (sltifts starting after 4 PNI or before S ANI) 10% additional over base rates
Travel Time for 2 -Man Crew $120.00 per hour
(beyond I horn of travel ontsitle au 8 hoar worktlay)
GEDO Scan Equipment is subject to a $1,000.00 per day usage charge
UAS Equipment subject to a $750.00 per day usage charge
Schedule 202012021
4 —1360 No Dutton Avenue, Suite 150 Santa Rosa, CA 95401 Phonc (707) 542-6268 Fax (707) 542-2106 —►
Sunny Jhutti
From: Sunny Jhutti
Sent: Sunday, July 19, 2020 12:21 PM
To: Sunny Jhutti
Subject: FW: Southern Heights Blvd Bridge
From: Bob Shults [mailto:bob@veruxinc.com]
Sent: Monday, June 15, 2020 10:14 AM
To: Sunny Jhutti
Subject: RE: Southern Heights Blvd Bridge
Sunny,
The price per site visit, assuming one hour of time at the site for an inspection and a follow-up inspection report with
photos, would be $325/each. So no we wouldn't charge for all the drive time to and from Sacramento. If you need me
to assume more time at the site let me know and I can adjust the price.
Thanks,
Flop Shults, PIE, C' SO, TOR I Nirmfit
NIVERUX
S,t�r,ntta,tt,_r t.
,:n,tjr:,;3ttrr'
CotcSeru� tinct t•ti?tta•;grntn:
ittt? H�it"a �ir�E;
I t t}Hfl E},:(1,i':.}ri
� 1'i':lVtVt.rt,l.Ift; Cif! t t
,ii:,lt Frl•6!?m
F31y..t,
'aSv ti)3 :>•+tt:5tr.�-,•tt;:, t .a y ;ti3't�,
I t. 24 a? f.ar
Wk; Filvl
;JIV1 : S:,Ctilrtittftk'': CA 95`i21i
PLAID
011004ISan Rafael Bridge Project
PLACEProposed Scope and Budget Assumptions (revised 07.20.20)
PLACE
Engagement Scope of Work and Budget Assumptions
The following presents our proposed tasks for community engagement for the San Rafael
Bridge Improvement project.
TASK 1 — PROJECT INITIATION
Task 1.1: Kick off Meeting
Plan to Place will participate in a kick-off meeting with the Substrate team and City staff to:
• Identify potential stakeholders;
• Review outreach opportunities and discuss the engagement strategy;
• Confirm expectations for work products and refine the scope of work and budget as
necessary; and
Discuss project roles and responsibilities.
Task 1.1 Budget = $1.750 (5 Hours @ $200/hr = $1,000 + 5 Hours @ $150/hr = $750)
Task 1 2: Branding -i Project Awareness
In order to prepare an identifiable and consistent brand for this project, Plan to Place will assist
with the following tasks:
Style Guide - The first step to creating branding materials will be to prepare a Style
Guide that identifies the fonts, color schemes, and graphic design elements. The
proposed Style Guide will build off of city-wide branding resources.
Project logo and Outreach templates — once the Style Guide is approved, Plan to Place
can create document templates and graphic style guidelines to be used for all project
related meeting materials such as information flyers and postcards, to share with the
community through the field visits, and digital media for the City's social media and
project webpage and other digital platforms.
Task 1.2 Budget = $4,200 (6 Hours @ $200/hr = $1,200 + 20 hours @ $150/hr = $3,000)
Task 1 Deliverables:
✓ Final refined scope and budget
✓ Draft and Final Branding Materials
San Rafael Bridge Improvement Project Proposal I Scope of Work and Budget Assumptions
TASK 2 — IMPLEMENT ENGAGEMENT STRATEGY
Task 2.1: Weekly Project Updates
Plan to Place will work with the Substrate team to prepare weekly progress updates to share
with the community through mailers, flyers, the project website and social media. Its anticipated
that the City and Substrate team will supply all of the material and updates, and Plan to Place
will put them in an easy to understand and approachable format. The budget assumes that the
Plan to Place team will be on site up to four times a month for up to 2 1/2 months to help with
distribution of material.
Task 2.1 Budget = $15,500 (50 Hours @ $200/hr = $9,200 + 42 hours @ $150/hr = $6,300)
Task 2.2: Project Website Updates
It's assumed that the City will set up a project page on the City's website for this project. Plan to
Place will assist project team with preparing web ready material to provide updates (based on
information receive from the City and Substrate team)
Task 2.2 Budget = $3,000 (6 Hours @ $200/hr = $1,200 + 12 hours @ $150/hr = $1,800)
Task 2 Deliverables:
✓ Weekly Project Updates
✓ Project Website updates
BUDGET
Task 1 = $5,950
Task Z = $18,500
Direct costs (for travel, assume that City or Substrate Inc. will incur costs
related to printing and website maintenance) _ $500
TOTAL BUDGET = $24,950
San Rafael Bridge Improvement Project Proposals Scope of Work and Budget Assumptions
RAFq�`
1
a 2
�o
Cl/
rY VWVITH p eI 5
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: TS For Theo Sanchez Extension: 3352
Contractor Name: Substrate, Inc.
Contractor's Contact: Sundeep Jhutti Contact's Email: sunny@substrateinc.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
DATE
Check/Initial
1
Project Manager
a. Email PINS Introductory Notice to Contractor
Click here to
❑
enter a date.
b. Email contract (in Word) and attachments to City
7/27/2020
Attorney c/o Laraine.Gittens@cityofsanrafael.org
®TS
2
City Attorney
a. Review, revise, and comment on draft agreement
7/27/2020
® LG
and return to Project Manager
7/27/2020
® LG
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
®BG
3
Department Director
Approval of final agreement form to send to
7/30/2020
contractor
Forward three (3) originals of final agreement to
4
Project Manager
7/30/2020
®TS
contractor for their signature
❑ N/A
5
Project Manager
When necessary, contractor -signed agreement
agendized for City Council approval *
*City Council approval required for Professional Services
®TS
Agreements and purchases of goods and services that exceed
Or
$75,000; and for Public Works Contracts that exceed $175,000
8/3/2020
PRINT
Project Manager
Date of City Council approval
CONTINUE ROUTING PROCESS WITH HARD COPY
6
Forward signed original agreements to City
7/31/20
Attorney with printed copy of this routing form
TS
7
City Attorney
Review and approve hard copy of signed
r/
k&
agreement
t5 1JL-[-)
8
City Attorney
Review and approve insurance in PINS, and bonds�)
/ ZD
(for Public Works Contracts)
/� /
9
City Manager/ Mayor
Agreement executed by City Council authorized
Z l
S U
official
10
City Clerk
Attest signatures, retains original agreement and
forwards
8
copies to Project Manager
�✓"