Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Grand Avenue Cycle Track Construction Inspection ServicesAGREEMENT FOR PROFESSIONAL SERVICES
BY AND BETWEEN
THE CITY OF SAN RAFAEL
AND
PARK ENGINEERING, INC.
FOR GRAND AVE CYCLE TRACK CONSTRUCTION INSPECTION SERVICES
This Agreement is made and entered into as of i an 3012024 (the "Effective
Date"), by and between the CITY OF SAN RAFAEL, a chartered California municipal corporation
(hereinafter "CITY"), and PARK ENGINEERING, INC., a California corporation (hereinafter
"CONSULTANT"). CITY and CONSULTANT may be referred to individually as a "Party" or
collectively as the "Parties" or the "Parties to this Agreement."
RECITALS
A. CITY desires to secure professional services more fully described in this
Agreement, at Exhibit A, entitled "SCOPE OF SERVICES"; and
B. CONSULTANT represents that it, and its subcontractors, if any, have the
professional qualifications, expertise, and necessary licenses and desire to provide certain goods
and/or required services of the quality and type which meet objectives and requirements of CITY;
and
C. The Parties have specified herein the terms and conditions under which such
services will be provided and paid for.
NOW, THEREFORE, the parties hereby agree as follows:
AGREEMENT
SERVICES TO BE PROVIDED.
Except as otherwise may be expressly specified in this Agreement, CONSULTANT shall
furnish all technical and professional services, including labor, material, equipment,
transportation, supervision and expertise (collectively referred to as "Services") to satisfactorily
complete the work required by CITY at its sole risk and expense. Services to be provided to CITY
are more fully described in Exhibit A entitled "SCOPE OF SERVICES." CONSULTANT
acknowledges that the execution of this Agreement by CITY is predicated upon representations
made by CONSULTANT in that certain proposal, dated August 4, 2023 ("Proposal") set forth in
Exhibit A. which constitutes the basis for this Agreement.
COMPENSATION.
In consideration for CONSULTANT's complete performance of Services, CITY shall pay
CONSULTANT for all materials provided and services rendered by CONSULTANT at the unit
rates and rates per hour for labor, as set forth in Exhibit A, for a total amount not to exceed
Rev 08.22
$60,895.18.
CONSULTANT will bill City on a monthly basis for Services provided by
CONSULTANT during the preceding month, subject to verification by CITY. CITY will pay
CONSULTANT within thirty (30) days of City's receipt of invoice.
3. TERM OF AGREEMENT.
Unless otherwise set forth in this Agreement or unless this paragraph is subsequently
modified by a written amendment to this Agreement, the term of this Agreement shall begin on
the Effective Date of this Agreement and terminate one (1) year from the Effective Date.
4. PROJECT COORDINA 1'10\.
A. CITY'S Project Manager. Joanna Kwok is hereby designated the PROJECT
MANAGER for the CITY and said PROJECT MANAGER shall supervise all aspects of the progress
and execution of this Agreement.
B. CONSULTANT'S Project Director. CONSULTANT shall assign a single
PROJECT DIRECTOR to have overall responsibility for the progress and execution of this
Agreement for CONSULTANT. Steve Patterson is hereby designated as the PROJECT DIRECTOR
for CONSULTANT. Should circumstances or conditions subsequent to the execution of this
Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONSULTANT shall
notify the CITY within ten (10) business days of the substitution.
5. TERMINATION.
A. Discretionary. Either party may terminate this Agreement without cause upon thirty
(30) days written notice mailed or personally delivered to the other party.
B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days
written notice mailed or personally delivered to the other party, and the notified party's failure to cure
or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice,
within such fifteen (15) day time period.
C. Effect of Termination. Upon receipt of notice of termination, neither party shall
incur additional obligations under any provision of this Agreement without the prior written consent
of the other.
D. Return of Documents. Upon termination, any and all CITY documents or materials
provided to CONSULTANT and any and all of CONSULTANT's documents and materials
prepared for or relating to the performance of its duties under this Agreement, shall be delivered to
CITY as soon as possible, but not later than thirty (30) days after termination.
v 08 22 2
6. OWNERSHIP OF DOCUMENTS.
The written documents and materials prepared by the CONSULTANT in connection with
the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may
use said property for any purpose, including projects not contemplated by this Agreement.
7. INSPECTION AND AUDIT.
Upon reasonable notice, CONSULTANT shall make available to CITY, or its agent, for
inspection and audit, all documents and materials maintained by CONSULTANT in connection with
its performance of its duties under this Agreement. CONSULTANT shall fully cooperate with CITY
or its agent in any such audit or inspection.
8. ASSIGNABILITY.
The parties agree that they shall not assign or transfer any interest in this Agreement nor the
performance of any of their respective obligations hereunder, without the prior written consent of the
other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising
hereunder shall be void and of no effect.
9. INSURANCE REQUIREMENTS.
During the term of this Agreement, and for any time period set forth in Exhibit B,
CONSULTANT shall procure and maintain in full force and effect, at no cost to CITY insurance
policies with respect to employees and vehicles assigned to the performance of Services under this
Agreement with coverage amounts, required endorsements, certificates of insurance, and coverage
verifications as defined in Exhibit B.
10. INDEMNIFICATION.
A. Except as otherwise provided in subparagraph B of this section, CONSULTANT
shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by
CITY, and hold harmless CITY, its officers, agents, employees and volunteers (collectively, the
"City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or
expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and
fees of litigation, (collectively "CLAIMS"), arising out of CONSULTANT'S performance of its
obligations or conduct of its operations under this Agreement. The CONSULTANT's obligations
apply regardless of whether or not a liability is caused or contributed to by the active or passive
negligence of the City Indemnitees. However, to the extent that liability is caused by the active
negligence or willful misconduct of the City Indemnitees, the CONSULTANT's indemnification
obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active
negligence or willful misconduct. In addition, the acceptance or approval of the
CONSULTANT's work or work product by the CITY or any of its directors, officers or
employees shall not relieve or reduce the CONSULTANT's indemnification obligations. In the
event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding
arising from CONSULTANT'S performance of or operations under this Agreement,
08.22
CONSULTANT shall provide a defense to the City Indemnitees or at CITY'S option reimburse
the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in
defense of such claims.
B. Where the services to be provided by CONSULTANT under this Agreement are
design professional services to be performed by a design professional as that term is defined under
Civil Code Section 2782.8, then, to the extent permitted by law including without limitation, Civil
Code sections 2782, 2782.6 and 2782.8, CONSULTANT shall indemnify and hold harmless the
CITY and its officers, officials, and employees (collectively City Indemnitees) from and against
damages, liabilities or costs (including incidental damages, Court costs, reasonable attorney's fees
as may be determined by the Court, litigation expenses and fees of expert witnesses incurred in
connection therewith and costs of investigation) to the extent they are caused by the negligence,
recklessness, or willful misconduct of CONSULTANT, or any subconsultants, or subcontractor
or anyone directly or indirectly employed by them, or anyone for whom they are legally liable
(collectively Liabilities). Such obligation to hold harmless and indemnify any indemnity shall not
apply to the extent that such Liabilities are caused in part by the negligence or willful misconduct
of such City Indemnitee.
C. The defense and indemnification obligations of this Agreement are undertaken in
addition to, and shall not in any way be limited by, the insurance obligations contained in this
Agreement, and shall survive the termination or completion of this Agreement for the full period
of time allowed by law.
11. NONDISCRIMINATION.
CONSULTANT shall not discriminate, in any way, against any person on the basis of age,
sex, race, color, religion, ancestry, national origin or disability in connection with or related to the
performance of its duties and obligations under this Agreement.
12. COMPLIANCE WITH ALL LAWS.
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 CITY, its officers, agents and employees from any and all damages, liabilities,
penalties, fines and all other consequences from any noncompliance or violation of any laws,
ordinances, codes or regulations.
13. NO THIRD PARTY BENEFICIARIES.
CITY and CONSULTANT do not intend, by any provision of this Agreement, to create in
any third party, any benefit or right owed by one party, under the terms and conditions of this
Agreement, to the other party.
v 08 22 4
14. NOTICES.
All notices and other communications required or permitted to be given under this Agreement,
including any notice of change of address, shall be in writing and given by personal delivery, or
deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to
be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the
date of deposit with the United States Postal Service. Notice shall be given as follows:
To CITY's Project Manager: To CONSULTANT's Project Director:
Joanna Kwok/ Assistant Public Works Director Steve Patterson
I I I Morphew Street 372 Village Square
San Rafael, CA 94901 Orinda, CA 94563
15. INDEPENDENT CONTRACTOR.
For the purposes, and for the duration, of this Agreement, CONSULTANT, its officers,
agents and employees shall act in the capacity of an Independent Contractor, and not as employees of
the CITY. CONSULTANT and CITY expressly intend and agree that the status of
CONSULTANT, its officers, agents and employees be that of an Independent Contractor and not
that of an employee of CITY.
16. ENTIRE AGREEMENT -- AMENDMENTS.
A. The terms and conditions of this Agreement, all exhibits attached, and all documents
expressly incorporated by reference, represent the entire Agreement of the parties with respect to the
subject matter of this Agreement.
B. This written Agreement shall supersede any and all prior agreements, oral or written,
regarding the subject matter between the CONSULTANT and the CITY.
C. No other agreement, promise or statement, written or oral, relating to the subject
matter of this Agreement, shall be valid or binding, except by way of a written amendment to this
Agreement.
D. The terms and conditions of this Agreement shall not be altered or modified except
by a written amendment to this Agreement signed by the CONSULTANT and the CITY.
E. If any conflicts arise between the terms and conditions of this Agreement, and the
terms and conditions of the attached exhibits or the documents expressly incorporated by reference,
the terms and conditions of this Agreement shall control.
17. SET-OFF AGAINST DEBTS.
CONSULTANT agrees that CITY may deduct from any payment due to CONSULTANT
under this Agreement, any monies which CONSULTANT owes CITY under any ordinance,
v 08 22
agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or
other amounts.
18. WAIVERS.
The waiver by either party of any breach or violation of any term, covenant or condition of
this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any
other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation
of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent
acceptance by either party of any fee, performance, or other consideration which may become due or
owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation
by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance
or regulation.
19. 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.
20. CITY BUSINESS LICENSE / OTHER TAXES.
CONSULTANT shall obtain and maintain during the duration of this Agreement, a CITY
business license as required by the San Rafael Municipal Code, and CONSULTANT shall pay any
and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for
any work performed under this Agreement, until CONSULTANT has provided CITY with a
completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and
Certification).
21. SURVIVAL OF TERMS.
Any terms of this Agreement that by their nature extend beyond the term (or termination) of
this Agreement shall remain in effect until fulfilled and shall apply to both Parties' respective
successors and assigns.
22. APPLICABLE LAW.
The laws of the State of California shall govern this Agreement.
23. COUNTERPARTS AND ELECTRONIC SIGNATURE.
This Agreement may be executed by electronic signature and in any number of counterparts,
each of which shall be deemed an original, but all of which together shall constitute one document.
Counterpart signature pages may be delivered by telecopier, email or other means of electronic
transmission.
v 08 22 6
[Signatures are on the following page.]
v0822
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month
and year first above written.
CITY OF SAN RAFAEL:
CRISTINE ALILOVICH, City Manager
APPROVED AS TO FORM:
Office of the City Attorney
���
By: GENEVIEVE COYLE,
Assistant City Attorney
ATTEST:
City Clerk
LINDSAY LARA, City Clerk
v 08 22 8
CONSULTANT:
,'&,� Pata—�
By: Park Engineering
Name: Steve Patterson
Title: Vice President
[If CONSULTANT is a corporation, add
signature of second corporate officer]
—q f� ..MnTj
By: Park Engineering, Inc.
Name: Jaemin Park
Title: President/CEO/CFO
EXHIBIT A
SCOPE OF SERVICES
The Services to be performed for CITY by CONSULTANT under this Agreement are more fully
described in CONSULTANT's proposal, which is attached to this Exhibit A.
Rev. 08.22 A-1
Exhibit A
August 4, 2023
Joanna Kwok
Senior Civil Engineer
San Rafael Public Works
111 Morphew Street
San Rafael, CA 94901
RE: Proposal for Construction Inspection Services for
Grand Ave Cycle Track Project
Dear Joanna,
Park Engineering, Inc. is pleased to submit personnel qualifications and a related cost
proposal to provide construction inspection services for the Grand Ave Cycle Track
Project. We appreciate the opportunity to continue working with the City on this
project.
As discussed through various conversations, the City is in need of a part-time
construction inspector to assist on this capital improvement project. This inspector will
be shared with another City project — the Southern Heights / Courtright / Pierce
Retaining Wall Project —for cost efficiency. I am proposing either Dante Morabe or
Pablo Galindo as the construction inspector — dependent on availability when the field
work actual begins. Our inspector will work on the project to ensure contract
compliance and work closely with City's project manager throughout the project efforts.
Our team can meet the challenges anticipated for this project on Grand Avenue
between Second and Fourth Streets. The scope of work of this project includes
installation of a new two-way protected cycle track and sidewalk on Grand Ave, as well
as upgrades to traffic signals, curb ramps, landscaping, and road resurfacing.
We will ensure that the work is successfully completed and documented in accordance
with the City's and all local requirements and regulations. Our personnel has the
necessary technical expertise, as well as the soft skills required to complete this
assignment successfully and efficiently. Dante & Pablo's resumes and a proposed cost
estimate are included for your information and review. Hours can be adjusted as
needed to fit the needs of the assignments and the City.
Orinda Office Should you have any questions or need additional information, please do not hesitate
372 Village Square
372 Village
ge Square
to contact me. I can be reached at 372 Village Square, Orinda, CA 94563, E-mail:
Orinda,94563
Tel: 925-257-2508 spatterson@park-eng.com and Cell: (510) 701-0319.
Fax: 925-401-7030
Sincerely,
Emeryville Office
3960 Adeline Street, #3
Emeryville, CA 94608
Tel: 925-257-2508 Steve Patterson, P.E.
Fax: 925-401-7030
Vice President
3. PROFESSIONAL EXPERIENCE
SUMMARY OF EXPERIENCE and CAPABILITIES
Company Profile
Park Engineering, Inc. was founded in 2013 with the
vision of providing high quality construction
management, construction inspection,
program/project management, project controls, and
contract administration services to public agencies
on transportation and infrastructure projects.
The firm's guiding principle is to add value to
public agencies by furnishing high level technical
resources and expertise. Our approach combines
highly developed engineering and management
capabilities with proven problem solving and
relationship building skills.
Park Engineering specializes in providing
construction management, construction
inspection, program/project management and
contract administration services on projects with
federal, state, bond, grant and other specialty
funding requiring coordination with and audits by,
Caltrans, FHWA and other oversight agencies.
Certifications
State of California CUCP DBE (No. 41711)
State of California DGS SBE (No. 1757722)
State of California PUC MBE (No. 17000825)
Services
• Construction management
• Construction Inspection
• Project management / program management
• Resident engineering
• SWPPP implementation and inspection
• Scheduling and schedule control
• Cost estimating and cost control
• Utility coordination
• Claims analysis, negotiation and resolution
support
• Value engineering
• Permit compliance
• Constructability and bid -ability review
• Bid advertisement and award process
• Staff augmentation
• Federal and state audit support
• Federal fund reimbursement and project
closeout
Resident Engineers
18 Construction
Inspectors
None
Our key personnel have experience delivering
projects of this nature for transportation and local
agencies that include new roadway and existing
street improvements for public agency and private
development projects. In addition, we have
extensive experience with administering
construction projects that receive funding from
multiple sources, including FHWA funds. We have
the skills necessary to ensure thorough reporting
and strict adherence to federal guidelines.
Page 1 San Rafael Sanitation District
;rl
Inspection Services for
Y {.
Grand Ave Cycletrack
IPA
DANTE MORABE, CONSTRUCTION MANAGER / SENIOR CONSTRUCTION INSPECTOR
Years of Experience
23
RESUME
Key Qualifications
Dante Morabe has spent over 23 years in the construction industry working as a construction project
manager/supervising construction inspector/inspector/materials and testing technician for Contra Costa
County Public Works Department. He is proficient in the execution of construction contracts, as well as
construction inspection at the county, state and federal levels. His experience includes oversight for
projects that include concrete bridges, storm drain pipeline, storm water treatment, roadway
construction, AC installation, pile driving, new and existing county intersections and streetscape
construction/rehabilitation, parks, and ADA curb ramps. Dante can work both in a team setting in many
roles as a supervisor, manager, and inspector. He can work on many different types of projects and
works diligently to complete projects successfully, on time and within budget. He can work
independently with the contractor and as a member of a team to get the project to a successful
completion. In addition, Dante has supervised the construction division inspectors and on -call inspectors
for the past 17 years. During this time he has not only provided construction management for various
capital projects but has also overseen construction of developer funded civil ordinance projects,
encroachment utility permit inspections, flood control inspections, training inspectors and coordinating
with utility companies on various projects.
Project Experience
Lucas Valley Road Slope Improvement Project, County of Marin, Public Works
Dante was the Construction inspector on this federally funded $600k project that involves
constructing an approximately 116 feet in length tangent pile wall along Lucas Valley Road Mile Post
3.92 in San Rafael. A portion of the existing culvert will be removed and replaced. Existing trees will
be cut or trimmed, and one lane of the roadway will be reconstructed. Minor vegetation restoration
will also be included. Construction will take place in the daytime hours with traffic control measures.
2019 Camino Tassajara Bike Lane Closure, Contra Costa County - $2.6M
As the construction project manager, Dante over saw the construction of roadway widening,
drainage improvements, roadside grading, slurry seal, slope grading, cattle fence installation,
roadway signing and striping. Dante was also instrumental in getting unforeseen issues taken care
through CCO's, for example unearthing an old concrete road during road widening, roadside ditch
grading work within burrowing squirrels habitat, and correct driveway grading issues onsite. He also
ensured traffic control was more than adequate due to the high bike usage of this roadway.
2016-17, 2019, 2021 Curb Ramp Projects, Contra Costa County, CA
Dante was the Construction Project Manager on these projects for Contra Costa County Public Works
that ranged from $225K-1.2M. He oversaw the management of these projects and a staff of
construction inspectors. His duties included management of the contract according to the Standard
Specifications of the project; design plan review, submittal review, hold pre -construction meeting,
tracking of quantities, progress payments and change order review. These projects included new
concrete curb & gutter, ADA compliant curb ramps, valley gutters, and replacement of old signs to new
MUTCD compliant signs. Dante worked closely with businesses and residents to ensure they had access
to their driveways and walkway entrances. Highlight project is the Main Street Byron Project, which
included replacement of curb & gutter, sidewalk, tree well construction and ADA curb ramps and
working closely with businesses to ensure customers had access. During construction, an old
underground gas -holding tank was discovered; Dante worked closely with environment health
department to gather the correct permits and ensure disposal paperwork was completed.
San Rafael Sanitation District
Inspection Services for
Grand Ave Cycletrock
RESUME
2010-2021 Annual Surface Treatment Projects, Contra Costa County, CA
Dante was the Construction Project Manager on these projects throughout Contra Costa County that
ranged from $250K-7M. He oversaw the management of these projects and a staff of construction
inspectors as well as on -call materials and testing technicians. His duties included management of the
contract according to the Standard Specifications; design plan review, submittal review, tracking of
quantities, progress payments and change order review. These projects ranged from Asphalt Rubber
Cape Seals, Terminal Blend Cape Seals, Slurry Seals, Micro Surface, seals with fiber, installation of
asphalt inlays and overlays, base failure repairs, and edge grinding. These projects also included
installation and raising of monuments/valves, replacing thermos plastic striping, and installation of
green bike lanes. Dante keep the public informed of upcoming work by sending out notifications to the
residents, working with the county's public relations staff to post on local websites, and board of
supervisors representatives. Highlight project is 2021 Surface Treatment Project $7.OM, which
consisted of an Asphalt Rubber Cape Seal, base failures, edge grinding, asphalt cul-de-sac inlays,
monument raising and installation, re -installing thermos plastic striping and installing new green
thermoplastic bike lanes. This project was the largest surface treatment (cape seal) project in the
county's history. Project completed under budget by $565K.
2020-2021 Rodeo Projects, Contra Costa County, CA
As the construction project manager Dante ensured these projects totaling $500K were built per plan
and worked closely with the design engineer(s) when changes needed to be made. He also coordinated
with the utility companies to relocate some of their facilities. Projects consisted of installing pedestrian
refuge area, bulb outs, curb & gutter, sidewalk, ADA compliant curb ramps, solar and hardwired
rectangular rapid flashing beacon system (RRFBs) with passive detection system, trenching, installation
of conduits, electrical cable, pull boxes, electrical service pedestals, large storm water treatment basin,
landscaping, Midwest Guardrail, ADA compliant path and soldier pile walls, and sign installation.
2020-2021 Trail Crosswalk Projects, Bay Point and Walnut Creek, CA
Project locations were inDante was the project manager and worked closely with other agencies
(EBMUD and EBRPD) to ensure these projects ($190-200K) were completed and with little disturbance
to the trail users and a nearby elementary school. Projects consisted of pavement widening,
construction of bulb outs, asphalt path, HMA dike, curb ramps, driveway conforms, and installation of
pedestrian activated flashing beacons.
2021 Alhambra Valley Road Realignment Project, Contra Costa County, CA
Dante was the Construction Project Manager on this $430K project located in Briones area. He oversaw
the management of this project and supervised the onsite inspector. This project consisted of
realigning Alhambra Valley Road away from Pinole Creek's embankment, including roadway excavation
and reconstruction, asphalt pavement, establishing a roadside ditch, slope grading, TWEF construction
fencing, fence relocation, roadway signage and striping. Dante worked closely with biologist to ensure
site was safe and monitored during construction.
2019-2020 Safety Improvement Projects, Contra Costa County, CA
One federally funded project located on Marsh Creek Rd in Clayton consisted of centerline rumble strip
placement and upgrade of existing regulatory and warning signs to diamond grade reflectivity, install
wood pole and streetlight installation and two solar flashing beacons. Second project was locally
funded and located on San Pablo Dam Rd, El Sobrante and consisted of centerline rumble strip with
channelizers, reconstructing two median islands, replacing roadside signs to meet new retro-reflectivity
standards, installation of speed feedback signs, slurry seal, thermoplastic striping and green bike lanes.
$880K-1.30M.
Page 3 San Rafael Sanitation District
+'•i
Inspection Services for
-� -- -i Grand Ave Cycletrack
PARK
RESUME
PABLO GALINDO, SENIOR CONSTRUCTION INSPECTOR
Years of Experience
30
Certifications and Training
40-Hour HazMat Certified
Key Qualifications
Pablo has over 30 years of experience in the construction industry for highway, roadway, and
underground utility improvement projects. He has extensive knowledge of Caltrans standards and has
been a general construction foreman for various construction contractors for the past 15 years.
He has experience with earth work and pavement renovation including grading, backfill and
compactions, curb, gutter and sidewalk, HMA paving, and underground, electrical & signal
improvements. He has excellent communication skills and knowledgeable in the organization methods
to construct complicated projects.
Representative Project Experience
City of Berkeley, Bolivar Drive Improvements
Pablo is currently working as a construction inspector on a Bolivar Drive improvements, a developer
funded roadway improvement project for the City of Berkeley. The project is part of a major
development by LB2 and Lane Partners, formally known as Berkeley Commons for life science and
biotech research and development facilities. As part of the project, the developer is required to
improve Bolivar Drive and the Berkeley Aquatic Park area. The project reconstructs Bolivar Drive
from Addison Street to the Dreamland playground, installs a pedestrian/bike path, and provides
communal grounds. The path along Bolivar Drive, will be planted with thousands of mostly native
plants. The project work will also include undergrounding overhead utilities and drainage
improvements. Pablo is providing inspection for contract compliance, performing field
measurements of completed work, documenting work with daily reports and photographs and
assisting the construction management team with any other needs.
City of Concord, Monument Blvd. Class 1 Path Project
Pablo was the construction contractor's general foreman on this $4M federally funded project that
constructed a new Class 1 pervious concrete path along Monument Blvd. between Walters & Cowell
with signal improvements at both intersections. Other project work includes storm drain
improvements, concrete replacement work, roadway repairs & resurfacing, and planting & irrigation
improvements.
City of San Jose, Highway 101 & Tully Road On -ramp, Culvert Replacement
Pablo was the construction contractor's general foreman for this project that replaced failed culverts,
including the excavation & concrete backfill, along with replacing irrigation systems, performing contour
grading and installing erosion control.
Various Curb Ramp Improvement Project, City of San Jose
Pablo was the construction contractor's superintendent for multiple City projects to remove & replace
existing curb ramps to meet current ADA requirements, replacement of adjacent sidewalks and
roadways related to the curb ramp improvements, and installation of various drainage system
improvements. Daily traffic control and positive communication with the public and businesses were a
daily requirement.
San Rafael Sanitation District
F-M
Inspection Services for
Grand Ave Cycletrack
• Multiple Freeway Slab Replacement Projects, Caltrans
Pablo was the construction contractor's superintendent for multiple Caltrans projects to remove &
replace existing failing roadway sections of various Bay Area freeways. Project work included demolition
and removal of the existing roadway, replacement with new accelerated high strength concrete, and
nightly lane closures to complete improvements in short work windows to meet public traffic demands.
page 5 San Rafael Sanitation District
Inspection Services for
Grand Ave Cycletrack
City of San Rafael
Grand Avenue Cycletrack Project, between 2nd & 4th Streets
Cost Proposal for Inspection Services
City Project No. 11393 / City File No. 16.01.302
Rates
Hours
Total
Total
Name / Classification
Regular
Loaded Rate
Overtime
Rate
Construction
Close-out
Regular
Hours
Overtime
Hours
cost
Dante Morabe / Pablo Galindo
Construction Inspector
$ 148.52
$ 222.79
360
20
380
20
$ 60,895.18
Total = : $ 60,895.18
1. Rate includes vehicle, mobile phone, laptop and all equipment required to perform required duties.
2. Based on part-time inspection for 90 Working Days per Contract Documents - only one inspector.
EXHIBIT B
INSURANCE REQUIREMENTS
During the term of this Agreement, and for any time period set forth below,
CONSULTANT shall procure and maintain in full force and effect, at no cost to CITY insurance
policies with respect to employees and vehicles assigned to the performance of Services under this
Agreement with coverage amounts, required endorsements, certificates of insurance, and coverage
verifications as defined in this Exhibit B.
A. Scope of Coverage. During the term of this Agreement, CONSULTANT shall
maintain, at no expense to CITY, the following insurance policies:
1. Commercial general liability. 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. Automobile liability. An automobile liability (owned, non -owned, and hired
vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) per
occurrence.
3. Professional liability. 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, CITY reserves the right to require CONSULTANT to provide professional
liability insurance pursuant to this section.
4. Workers' compensation. If it employs any person, CONSULTANT shall
maintain workers' 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 workers' compensation
insurance shall be specifically endorsed to waive any right of subrogation against CITY.
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 workers' compensation
insurance, the insurance policies shall be specifically endorsed to include the CITY, 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
CITY and shall not call upon CITY'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
Rev 08.22 B-1
ISO form CG20 0104 13.
3. Except for professional liability insurance or workers' 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 CITY
a waiver of any right to subrogation which any insurer of CONSULTANT may acquire against
CITY by virtue of the payment of any loss under such insurance. CONSULTANT agrees to
obtain any endorsement that may be necessary to effect this waiver of subrogation, but this
provision applies regardless of whether or not CITY 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.
6. The insurance policies shall provide for a retroactive date of placement
coinciding with the Effective Date of this Agreement.
7. The limits of insurance required in this Agreement may be satisfied by a
combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall
contain or be endorsed to contain a provision that such coverage shall also apply on a primary and
noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before
CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured.
8. It shall be a requirement under this Agreement that any available insurance
proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or
limits shall be available to CITY or any other additional insured party. Furthermore, the requirements
for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement; or
(2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the named insured; whichever is greater. No representation is made that the minimum
insurance requirements of this Agreement are sufficient to cover the obligations of the
CONSULTANT under this Agreement.
9. CONSULTANT agrees to ensure that subcontractors, and any other party
involved with the Services, who is brought onto or involved in the performance of the Services by
CONSULTANT, provide the same minimum insurance coverage required of CONSULTANT,
except as with respect to limits. CONSULTANT agrees to monitor and review all such coverage
and assumes all responsibility for ensuring that such coverage is provided in conformity with the
requirements of this Agreement. CONSUTLANT agrees that upon request by CITY, all
agreements with, and insurance compliance documents provided by, such subcontractors and
others engaged in the performance of Services will be submitted to CITY for review.
10. CONSULTANT agrees to be responsible for ensuring that no contract used
by any party involved in any way with the Services reserves the right to charge CITY or
CONSULTANT for the cost of additional insurance coverage required by this Agreement. Any
such provisions are to be deleted with reference to CITY. It is not the intent of CITY to reimburse
any third party for the cost of complying with these requirements. There shall be no recourse
against CITY for payment of premiums or other amounts with respect thereto.
C. Deductibles and SIR's. Any deductibles or self -insured retentions in
CONSULTANT's insurance policies must be declared to and approved by the CITY and shall not
reduce the limits of liability. Policies containing any self -insured retention (SIR) provision shall
provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY
or other additional insured party. At CITY's option, the deductibles or self -insured retentions with
respect to CITY shall be reduced or eliminated to CITY's satisfaction, or 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
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.
CITY 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 the CITY.
08 22 B-3
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: Nataly Torres (for Joanna Kwok) Extension: 3353
Contractor Name: Park Engineering, Inc.
Contractor's Contact: Steve Patterson Contact's Email: spatterson@park-eng.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION
COMPLETED REVIEWER
DEPARTMENT
DATE Check/Initial
1
Project Manager
a. Email PINS Introductory Notice to Contractor
Click Isere to
❑
enter a date.
b. Email contract (in Word) and attachments to City
11/28/2023
Attorney c/o Laraine.Gittens@cityofsanrafael.org
❑X NT
2
City Attorney
a. Review, revise, and comment on draft agreement
11/28/2023
and return to Project Manager
11/28/2023
❑X NT
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
0 NT
3
Department Director
Approval of final agreement form to send to
11/28/2023
® AM
contractor
Forward three (3) originals of final agreement to
11/28/2023
4
Project Manager
Project Manager
contractor for their signature
5
When necessary, contractor -signed agreement
© N/A
agendized for City Council approval *
*City Council approval required for Professional Services
Agreements and purchases of goods and services that exceed
Or
$75,000; and for Public Works Contracts that exceed $175,000
Click here to
PRINT
Date of City Council approval
enter a date.
CONTINUE ROUTING PROCESS WITH HARD COPY
6
Project Manager
Forward signed original agreements to City
Attorney with printed copy of this routing form
11
7
City Attorney
Review and approve hard copy of signed
agreement
8
City Attorney
Review and approve insurance in PINS , and bonds
(for Public Works Contracts)
9
City Manager / Mayor Agreement executed by City Council authorized
official
City Clerk Attest signatures, retains original agreement and
10
forwards copies to Project Manager
r
PSA - Park Engineering - Grand Ave Cycle
Track Inspection
Final Audit Report 2024-01-30
Created: 2023-11-29
By: Nataly Torres (nataly.torres@cityofsanrafael.org)
Status: Signed
Transaction ID: CBJCHBCAABAAQrrzDaEbdlPjHbmoWyJMVc7nPLmQn3
"PSA - Park Engineering - Grand Ave Cycle Track Inspection" Hi
story
Document created by Nataly Torres (nataly.torres@cityofsanrafael.org)
2023-11-29 - 0:49:14 AM GMT
C'. Document emailed to Steve Patterson (spatterson@park-eng.com) for signature
2023-11-29 - 0:53:32 AM GMT
Email viewed by Steve Patterson (spatterson@park-eng.com)
2023-11-29 - 1:42:25 AM GMT
6� Document e-signed by Steve Patterson (spatterson@park-eng.com)
Signature Date: 2023-11-29 - 1:42:56 AM GMT - Time Source: server
P- 4 Document emailed to Jaemin Park Opark@park-eng.com) for signature
2023-11-29 - 1:42:59 AM GMT
Email viewed by Jaemin Park Opark@park-eng.com)
2023-11-29 - 2:02:31 AM GMT
6© Document e-signed by Jaemin Park Opark@park-eng.com)
Signature Date: 2023-11-29 - 2:03:32 AM GMT - Time Source: server
C'y Document emailed to Laraine Gittens (laraine.gittens@cityofsanrafael.org) for approval
2023-11-29 - 2:03:34 AM GMT
Email viewed by Laraine Gittens (laraine.gittens@cityofsanrafael.org)
2023-12-06 - 0:56:52 AM GMT
Email viewed by Laraine Gittens (laraine.gittens@cityofsanrafael.org)
2023-12-15 - 6:28:03 PM GMT
SAN PAFAEL Ad b by
Acrobat Sign
6© Document approved by Laraine Gittens(laraine.gittens@cityofsanrafael.org)
Approval Date: 2023-12-15 - 6:29:58 PM GMT - Time Source: server
Ely Document emailed to Genevieve Coyle (genevieve.coyle@cityofsanrafael.org) for signature
2023-12-15 - 6:30:01 PM GMT
Email viewed by Genevieve Coyle (genevieve.coyle@cityofsanrafael.org)
2023-12-15 - 10:29:52 PM GMT
6© Document e-signed by Genevieve Coyle (genevieve.coyle@cityofsanrafael.org)
Signature Date: 2023-12-15 - 10:30:32 PM GMT - Time Source: server
Document emailed to city.clerk@cityofsanrafael.org for approval
2023-12-15-10:30:34 PM GMT
Email viewed by city.clerk@cityofsanrafael.org
2023-12-18 - 3:38:13 PM GMT
GS0 Signer city.clerk@cityofsanrafael.org entered name at signing as Brenna Nurmi
2023-12-18 - 3:38:27 PM GMT
&0 Document approved by Brenna Nurmi (city.clerk@cityofsanrafael.org)
Approval Date: 2023-12-18 - 3:38:29 PM GMT - Time Source: server
C1 Document emailed to cristine.alilovich@cityofsanrafael.org for signature
2023-12-18 - 3:38:31 PM GMT
Email viewed by cristine.alilovich@cityofsanrafael.org
2023-12-18 - 8:37:44 PM GMT
E-4' New document URL requested by cristine.alilovich@cityofsanrafael.org
2024-01-30 - 8:31:47 PM GMT
Email viewed by cristine.alilovich@cityofsanrafael.org
2024-01-30 - 8:32:06 PM GMT
CS© Signer cristine.alilovich@cityofsanrafael.org entered name at signing as Cristine Alilovich
2024-01-30 - 8:32:30 PM GMT
6o Document e-signed by Cristine Alilovich (cristine.alilovich@cityofsanrafael.org)
Signature Date: 2024-01-30 - 8:32:32 PM GMT - Time Source: server
C'y Document emailed to city.clerk@cityofsanrafael.org for signature
2024-01-30 - 8:32:34 PM GMT
Email viewed by city.clerk@cityofsanrafael.org
2024-01-30 - 9:28:20 PM GMT
SAN RAFAEL Adobe
Acrobat Sign
69 Signer city.clerk@cityofsanrafael.org entered name at signing as Brenna Nurmi (for)
2024-01-30 - 9:28:37 PM GMT
bo Document e-signed by Brenna Nurmi (for)(city.clerk@cityofsanrafael.org)
Signature Date: 2024-01-30 - 9:28:39 PM GMT - Time Source: server
® Agreement completed.
2024-01-30 - 9:28:39 PM GMT
g(R, SAN RAFAEL Powered
dobe�
"'' I Acrobat Sign