Loading...
HomeMy WebLinkAboutPW Administration and Inspection SvcsAgenda Item No: 8 Meeting Date: May 4, 2009 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Publ' Worl Prepared City Manager Approval: rue iNo.: iu.ui.00 SUBJECT: RESOLUTION ACCEPTING A PROPOSAL FROM GHIRARDELLI ASSOCIATES, INC. FOR PROFESSIONAL SERVICES TO PROVIDE PROJECT ADMINISTRATION AND INSPECTION SERVICES FOR THE THIRD STREET AND UNION STREET IMPROVEMENT PROJECT, PROJECT NO. 11025 AND AUTHORIZING THE CITY MANAGER TO EXECUTE THE AGREEMENT IN AN AMOUNT OF $125,000.00. RECOMMENDATION: Staff recommends that the City Council adopt the resolution authorizing the City Manager to execute the agreement with Ghirardelli Associates, Inc. in an amount of $125,000.00. BACKGROUND: As part of the routine traffic monitoring, intersection analysis, signal inspection and responding to requests from citizens, staff has analyzed the above intersection for a traffic signal modification and intersection improvements consisting of extension of the eastbound and westbound left turn pockets at the intersection, installation of a new westbound right turn pocket, various utility relocations, AC pavement dig out repairs and overlay, modifications to the existing drainage system, signing, striping and street lighting modifications, various ADA enhancements, the installation of landscaping and irrigation facilities and other corresponding work. The intersection improvements alternatives were developed and presented to stake holders such Montecito Area Residents Association (MARA), Whole Foods, and Montecito Shopping Center representatives, as well as many public hearings pertaining to General Plan 2020, and private developments such as Village at Lock Lomond Marina in the past four years. A preferred alternative was selected. On June 16, 2003 the City Council adopted Resolution number 11340 authorizing the Public Works Director to enter into an agreement with Kimley-Horn & Associates, Inc. to design the above mentioned intersection improvements. On August 6, 2007, Resolution number 12328 was adopted, amending the agreement to provide additional utility relocation design to accommodate improvements to the fire station driveways which will ultimately increase the operation of Fire Station Number Two. Design of the landscaping and irrigation system was completed by City staff. Final design of the project was completed FOR CITY CLERK ONLY File No.: Council Meeting: Disposition: SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 by Kimley-Horn and Associates, Inc. and City staff in March of 2009 and the project was advertised. The bid opening was held on April 15, 2009 and the low bidder was Ghilotti Construction Company, Inc. with a low bid of $718,733.08. ANALYSIS: The City requested proposals from three consultants for project administration and inspection services. City Staff interviewed engineers and inspectors from Vali-Cooper & Associates, Consolidated Engineering Laboratories and Ghirardelli Associates, Inc. All firms specialize in construction management, project administration and inspection. All firms also have extensive experience working with public agencies on various City and highway projects. After interviewing the representatives from the firms, staff decided that the inspector from Ghirardelli Associates, Inc. would be the best fit for the project in the role of Inspector. The scope of services is described in their proposal, attached to this report as Exhibit "A". The cost proposal is described in detail in their proposal, attached to this report as Exhibit `B." FISCAL IMPACT: Project administration and inspection from Ghirardelli Associates, Inc. will cost approximately $125,000 ($106,420.36 plus contingency). It is funded through the Third Street and Union Street Improvement Project, Project 11025. The total projected cost for this service is as follows: Cate o -Eden Expense Code Amount Note(s) Design -01 Construction -02 Construction Management -03 $125,000 $106,420.36 + contingency Land Acquisition -04 Site Testing -05 Furniture and Equipment -06 Supplies and Services -07 Personnel -08 Other Elements -99 Total Projected Cost $125,000 Funding Source(s) — Third Street and Union Street Improvements Project, Project 11025 Previously, the City Council approved a total amount of $1,107,640.30 from the traffic mitigation fee fund for the Third Street and Union Street Improvement Project and $125,000 of this was for construction inspection. We therefore request that Council approve $125,000 from the project for the construction inspection services which will be funded from the following source Source Amount Note(s) Traffic Mitigation Fee Fund $125,000.00 Total Available Funds $125,000.00 OPTIONS: The Council may choose to reject the proposal from Ghirardelli Associates, Inc. and direct staff to select a different consultant. Selecting a different consultant may not allow the construction inspector to be part of the beginning stages of the construction. SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3 ACTION REQUIRED: Staff recommends that the City Council adopt Resolution accepting the proposal from Ghirardelli Associates, Inc., and authorize the City Manager to execute the agreement in an amount of $125,000.00. Enclosures (4) 1. Resolution 2. Professional Services Agreement 3. Scope of Services from the Consultant, Exhibit "A" 4. Cost Proposal from the Consultants, Exhibit `B" RESOLUTION NO. RESOLUTION ACCEPTING A PROPOSAL FROM GHIRARDELLI ASSOCIATES, INC. FOR PROFESSIONAL SERVICES TO PROVIDE PROJECT ADMINISTRATION AND INSPECTION SERVICES FOR THE THIRD STREET AND UNION STREET IMPROVEMENT PROJECT, PROJECT NO. 11025 AND AUTHORIZING THE CITY MANAGER TO EXECUTE THE AGREEMENT IN AN AMOUNT OF $125,000.00. WHEREAS, the City requires professional inspection for the Third Street and Union Street Improvement Project; and WHEREAS, the City undertook a search process to identify the best qualified consultant for the inspection of the project; and WHEREAS, the Construction Management firm of Ghirardelli Associates, Inc. was selected as the best qualified for inspection services; and WHEREAS, Ghirardelli Associates, Inc. has submitted a Proposal to provide such services in the amount of $106,420.36; and WHEREAS, staff has reviewed the proposal from Ghirardelli Associates, Inc. and found it to be within industry standards and acceptable. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael that the Ghirardelli Associates, Inc. proposal is accepted in an amount of $125,000 ($106,420.36 plus contingency); and BE IT FURTHER RESOLVED, that the Council does hereby authorize the City Manager to execute the Agreement for Professional Services in a form approved by the City Attorney's office. RESOLVED FURTHER that the Public Works Director of the City of San Rafael is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the j foregoing resolution was duly and regularly introduced and adopted at a regular meeting of d the Council of said City on the 4'h day of May, 2009, by the following vote, to wit: AYES: COUNCIL MEMBERS: NOES: COUNCIL MEMBERS: ABSENT: COUNCIL MEMBERS: ESTHER C. BEIRNE, City Clerk File No. 18.01.66 AGREEMENT FOR PROFESSIONAL SERVICES WITH GHIRARDELLI ASSOCIATES, INC. FOR THIRD STREET AND UNION STREET IMPROVEMENT PROJECT PROJECT NO. 11025 This Agreement is made and entered into this 4th day of May, 2009, by and between the CITY OF SAN RAFAEL (hereinafter "CITY'), and GHIRARDELLI ASSOCIATES, INC. (hereinafter "CONSULTANT). RECITALS WHEREAS, the CITY has determined that project administration and inspection services are required for construction inspection services for the Third Street and Union Street Improvement Project, Project No. 11025 (hereinafter "PROJECT"); and WHEREAS, the CONSULTANT has offered to render certain specialized professional services in connection with this Project. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. DEFINITIONS. 2. PROJECT COORDINATION A. CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The City Engineer 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. CONSULTANT shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONSULTANT. Mr. Jaemin Park 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. 3. DUTIES OF CONSULTANT CONSULTANT shall perform the duties and/or provide services as follows; the CONSULTANT agrees to provide professional services for construction inspection and project administration as outline in the proposal from CONSULTANT dated April 9, 2009, marked Exhibit "A," attached hereto, and incorporated herein by this reference. The CONSULTANT agrees to be available and perform the work specified in this agreement in the time frame as specified and as shown in Exhibit "B," cost estimate. 4. DUTIES OF THE CITY CITY shall perform the duties as described in Exhibit "A" attached hereto and incorporated herein. 5. COMPENSATION For the full performance of the services described herein by CONSULTANT, CITY shall pay CONSULTANT on a time and materials basis for services rendered in accordance with the rates shown on the current fee schedule as described in Exhibit "B" attached and incorporated herein. The total payment made for any individual work task for the amounts shown on the Proposal Budget, set out in Exhibit "B". Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONSULTANT. 6. TERM OF AGREEMENT The term of this Agreement shall be from the date of execution until the Project is complete. 7. 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 ten (10) 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 notice, to the reasonable satisfaction of the party giving such notice, within thirty (30) days of the receipt of said notice. 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. E. The CITY shall pay CONSULTANT the amount due for services rendered and expensed incurred through he date of termination. 8. OWNERSHIP OF DOCUMENTS Agreement • 2 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. Any use of document by the City for projects outside the scope of this agreement shall be at the City's own risk. 9. 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. 10. 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. 11. INSURANCE A. During the term of this Agreement, CONSULTANT, shall maintain, at no expense to CITY, the following insurance policies: 1. A comprehensive general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence 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 ($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 ($1,000,000) dollars to cover any claims arising out of the CONSULTANT's performance of services under this Agreement. B. The insurance coverage required of the CONSULTANT by Section ILA., shall also meet the following requirements: 1. The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution; 2. Except for professional liability insurance, the insurance policies shall be endorsed for contractual liability and personal injury; Agreement • 3 3. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, and employees as additionally named insureds under the policies; 4. CONSULTANT shall provide to PROJECT MANAGER, (a) Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming CITY, its officers, agents and employees, as additional insureds under the policies; 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon thirty (30) days written notice (except 10 days for non-payment of premium) to City's Project Manager; 6. 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 three years; 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement; 8. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. C. If it employs any person, CONSULTANT shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONSULTANT and CITY against all liability for injuries to CONSULTANT's officers and employees. D. Any deductibles or self-insured retentions in CONSULTANT's insurance policies must be declared to and approved by the PROJECT MANAGER and the City Attorney. 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. 12. INDEMNIFICATION CONSULTANT shall indemnify, release, defend and hold harmless CITY, its officers, and employees, against any claim, demand, suit, judgment, loss, liability or expense of any kind, including attorney's fees, arising out of or resulting in any way, in whole or in part, from any acts or omissions, intentional or negligent, of CONSULTANT or CONSULTANT's officers, agents and employees in the performance of their duties and obligations under this Agreement. 13. NONDISCRIMINATION Agreement • 4 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. 14. 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, ordinance, codes or regulations. 15. 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. 16. 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: Mr. Parviz Mokhtari (City Manager) City of San Rafael 111 Morphew Street P.O. Box 151560 San Rafael, CA 94915-1560 TO CONSULTANT: Mr. Jaemin Park (Project Director) Ghirardelli Associates, Inc. 1970 Broadway, Suite 920 Oakland, CA 94612 17. INDEPENDENT CONSULTANT For the purposes, and for the duration, of this Agreement, CONSULTANT, its officers, agents and employees shall act in the capacity of an Independent CONSULTANT, and not as employees of the CITY. CONSULTANT and CITY expressly intend and agree that the status of Agreement • 5 CONSULTANT, its officers, agents and employees be that of an Independent CONSULTANT and not that of an employee of CITY. 18. 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. 19. 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, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 20. 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. 21. 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. 22. 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. CONSULTANT shall pay any Agreement • 6 and all state and federal taxes and any other applicable taxes. CONSULTANT's taxpayer identification number is 94-3395064, and CONSULTANT certifies under penalty of perjury that said taxpayer identification number is correct. 23. APPLICABLE LAW The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL Ken Nordhoff City Manager Parviz Mokhtari Public Works Director ATTEST: Esther C. Beirne City Clerk File No.: 18.01.66 CONSULTANT GHIRARDELLI ASSOCIATES, INC. APPROVED AS TO FORM: Robert F. Epstein City Attorney Agreement • 7 ® Ghirardelli ASSOCIATES April 9, 2009 Leslie Morris Associate Engineer (Traffic) City of San Rafael 111 Morphew Street PO Box 151560 San Rafael, CA 94915 Ref Proposal for Construction Inspection Services for 3rd Street and Union Street Improvement Project Dear Ms. Morris: EXHIBIT A Ghirardelli Associates, Inc. is pleased to submit our proposal to provide construction inspection services to the City of San Rafael for the 3rd Street and Union Street Improvement Project. As requested at the previous meeting on February 24, 2009, we submitted a resume and fee schedule for our proposed construction inspector Dave Baker. Additionally, our insurance certificate from our carrier was sent directly to Nader Mansourian; however, another copy can be sent to you if needed. Dave Baker is the Assistant Resident Engineer/Construction Inspector who will provide the day-to-day construction inspection on this project. Dave will report to the City and provide the needed quality assurance of the contractor's activities. Dave will prepare daily diaries, assist with monthly pay estimates, assist with contract administration and office engineering, keep photo documentation, perform employee interviews, review certified payrolls and monitor labor compliance, and be the eyes and ears in the field for all construction activities. He will keep a close eye on public and worker safety, traffic control, and make sure that the work is completed in accordance with the approved plans and specifications. Dave has been the assistant resident engineer and construction inspector on many local agency projects and will play a key role on this project. Dave has over 25 years of experience in construction and construction management with extensive experience working with local agencies on street improvement projects throughout the Bay Area. He recently completed the 4th St. Streetscape Project for the City of San Rafael, which involved a lot of AC paving, concrete work and pavers, underground utilities, ADA compliant ramps, signals, landscaping and irrigation. He has excellent communication skills and knows that success on a construction project involves constant and effective public relations and public information. Dave will make sure that the project is completed successfully. I will be the Project Manager who will provide oversight of technical and quality control issues on this project at no additional cost to the City. I have worked as the project manager on similar projects for many local agencies can bring the experience needed to support the City to complete this project successfully. I will provide any needed coordination and technical support to the City and will manage the consultant contract with the City. Additionally, I will be the one to fill in for Dave in case of emergencies where he is not available. Ghirardelli A 55 OC I AT ES Ghirardelli Associates, Inc. is a Caltrans and DGS certified small, woman -owned business enterprise. If you have any questions or wish to discuss anything contained here, please do not hesitate to contact me at (510) 451-4180 or cell phone (415) 717-2450. Sincerely, Jaemin Park, P.E. Executive Vice President Attachments City of San Rafael April 9, 2009 Construction Inspection Service for 3rd Street and Union Street Improvement Project Ghirardelli A S S O C I A T E S ®ave Baker Construction Inspector Statement of Qualification: Mr. Baker has over 25 years of construction experience, and more than ten Experience: 25 years years experience managing and supervising civil and commercial projects in flood control, roadwork and tenant improvement. He has worked with many Licenses: different agencies including the Army Corp of Engineers, Caltrans, various CA Contractor's License B Cities, Counties, Transportation Authorities and the State of California. He has #909391 California thorough knowledge of construction standards and all aspects of highway 40 -Hour HazMat construction management in accordance with the Caltrans Construction USACE Q/C Standards. Mr. Baker has inspected buildings, demo/deconstruction projects, Local #405 journeyman earthwork (cut/fill), underground facilities and utility coordination, street Carpenter improvements, creek restoration, playground construction, miscellaneous concrete and minor structures, concrete and AC pavements, rubberized AC, and traffic control. Some of Mr. Baker's responsibilities have included building projects to plans and specifications, day to day operations, assuring safety and environmental guidelines, billings and estimating. Detailed Experience/ Project Descriptions: 4m Street Rehabilitation Project, San Rafael, CA, $S.8 M Mr. Baker worked as the construction inspector on this project to improve 4th Street in San Rafael. Improvements included relocation of utilities underground, storm drains, removal and replacement of curb, gutters and sidewalks, asphalt overlay and installation of new joint trench. The project also called for the installation of new underground electrical for street lights and new landscaping and irrigation. Mr. Baker's duties included quality assurance of contractor's work, preparation of daily diaries, and assistance with monthly pay estimates, contract administration, office engineering, and photo documentation. This project provided ADA and pedestrian accessible and safe -path -of -travel around or through construction work zones and to -and -from buildings, businesses and private property. Mr. Baker also oversaw contractor's implementation of SWPPP and BMP. Oakland Airport Roadway Project, Port of Oakland, Oakland, CA, $ 75M Mr. Baker worked as a construction inspector/SWPPP manager on this project. He also managed and implemented the storm water prevention plan BMP on this forty acre site. Mr. Baker inspected work in the parking bowl expansion and new roadway installations, but then directed his focus on the terminal curbside expansion. This work entailed installation of underground utilities (sewer and storm drains, domestic and fire water, electrical), grading (roadways, parking bowl expansion and bio-swales), driving pre -cast concrete piles and micro -piles, placement of a/c and concrete (including concrete retaining walls, bulk heads and footings), installation of structural steel columns, beams and roof members for the curbside and crosswalk canopies. Duties included administration of daily construction reports and weekly SWPPP reports. Guadalupe River Mitigation, United States Army Corp of Engineers, City of San Jose, $ 4 M Mr. Baker served as Q/C Manager/Superintendent for this mass excavation and storm drain project. This project started with excavating 35,000 cubic yards of sand, gravel and soil, and setting 700 linear feet of 42"inch R.C.P. and 4'by 6' box culvert storm drains with three C.I.P. manholes and grew to a $4 million dollar project. There were over 25 change orders which included demo of the existing Taylor St. Bridge, AVk Ghirardelli A S S O C I A T E S Dave Baker Page 2 of 3 A/C maintenance roads, French drains, rectifying unstable soil conditions at box culverts, concrete outfalls, and reconfiguring irrigation, to name a few. Mr. Baker managed and coordinated manpower, sub -contractors and was responsible for daily reports, rolling schedules, equipment check lists, safety meetings, storm water prevention, RFI's, change orders, as built drawings and billings. Several agencies were involved including the U.S.A.C.E., Caltrans, City of San Jose, Santa Clara Valley Water District, San Jose Water and P.G.& E. to name a few. Mr. Baker set the agenda and headed several meetings with the contacts from these agencies. Montecito Creek Debris Basin, Santa Barbara County, City of Montecito, CA, $ 3.4 M Mr. Baker served as the Superintendent for the excavation and concrete placement of this flood control project. 28,000 cubic yards of soil was mass excavated to allow for placement of a concrete (2,600 cubic yards) retaining wall and fish ladder. This project required an engineered shoring design that secured a 23 ft. high earthen wall directly adjacent to construction. Project also included the screening and reused of existing soil as needed for compacted backfill. This project was governed by Caltrans specifications. Mr. Baker was responsible for managing daily manpower and subcontractors, daily reports, rolling schedules and safety meetings. He also created and assured safety and managed storm water prevention plans. Lake Mendocino AIC Overlay, United States Army Corp of Engineers, Ukiah, CA, $ 430 K Mr. Baker served as Q/C Manager for this roadway and parking lot sub -surface repair and asphalt overlay project. There were several failed areas with unstable soil conditions that needed to be repaired before placing paving fabric and 2" inches of asphalt concrete. U.S.A.C.E specifications governed this project. Mr. Baker was responsible for coordinating with the contractor, daily reports, equipment check lists, safety meetings and storm water prevention. Acosta Sheet Metal Parking Lot, Acosta Sheet Metal, City of San Jose, $ 620 K Mr. Baker served as the Project Manager/Superintendent for this demo, regrade and paved parking lot project. After railroad track demo and clearing and grubbing, this project encountered unstable soil conditions that required a geo-tech inspection and design. After stabilizing the area with woven fabric angular crushed rock there was 500 tons of soil imported for grading and 600 tons of A/C placed 4 inches thick due to heavy slow moving traffic. Mr. Baker managed and coordinated manpower, sub contractors, city inspections and was responsible for daily reports, safety meetings and storm water prevention. Repair of Damaged Rock Revetment Sites at Butte Basin Overflow Structures, United States Army Corp of Engineers, City of Chico, CA - 1.2 M Mr. Baker served as Q/C Manager for this flood control bank restoration project. This project consisted of four sites along the Sacramento River. There was approximately 5,000 CY of excavation and 5,500 CY of earth fill and vegetable soil placement. 35,000 Tons of varied -sized rip rap stone protection was used for toe trenches, stone fill, and environmental stone fill and fish groins. Remodel and Seismic Upgrade for Target Salinas Expansion, Target Corporation, City of Salinas, CA, $8 M Mr. Baker served as the Superintendent for the remodel and seismic upgrade of this building expansion project. The entire 120,000 sq. ft. building was retrofitted, including a 15,000 sq. ft. expansion. This project stayed open to the public during construction, which required providing a safe temporary entrance and cordoning off areas during the expansion work. Mr. Baker's responsibilities included daily reports, safety meetings, and coordinating subcontractors. Dave Baker Ghirardelli Page 3of3 A S S O C I A T E S Remodel for Target Merced, Target Corporation City of Merced, CA, $6 M Mr. Baker served as superintendent for the remodel and facade upgrade of this 110, 000 sq. ft. building. The store featured a double entry and the design incorporated a new pharmacy and 11,000 sq. ft. garden center. This project also required upgrading the parking lot for handicap parking, which included landscaping, slurry seal and striping. Mr. Baker's responsibilities included daily reports, safety meetings, and coordinating subcontractors. San Jose Federal Building Security Upgrade, General Service Administration, City of San Jose, CA - $3S0 K Mr. Baker served as Q/C Manager/superintendent on this project consisting of the fabrication and installation of two, 12 foot high decorative fences and gates along with the installation of 24 security cameras placed at strategic areas around the buildings. Due to nearby federal courts, noise control along with scheduling work around court hearings was vital. Mr. Baker's responsibilities included daily reports, safety meetings, and coordinating subcontractors. Leo J. Ryan Building Bathroom and ADA upgrades, General Service Administration, City of San Bruno, CA - $289 K Mr. Baker served as Q/C Manager/superintendent on this project. The project not only required upgrading the bathrooms to ADA requirements but also replacing all the door knobs on every door with levered handles. There were also ADA required sidewalk ramps. This building holds the IRS documents for the western region, so scheduling security escorts with certain phases of work was required. Mr. Baker's responsibilities included daily reports, safety meetings, and coordinating subcontractors. no Ghirardelli ASSOC IATES 1970 Broadway, Suite 920 Oakland, CA 94612 (610)451-4180 fax(610)461-4182 Fee Schedule Construction Inspection Services City of San Rafael Name Position Hourly Rate OT Rate DT Rate Dave Baker Construction Inspector $114.35 $161.02 $214.69 NOTES: 1. Hourly rates include vehicle and cell phone. 2. Construction Inspector is subject to prevailing wage requirements. 3. OT rate goes into effect after 8 hours in a 24hour period, up to 12 hours. 4. DT rate goes into effect after 12 hours in a 24hour period. 5. Any ours beyond 40hous in a week will be at OT rates for the first 8hours and then at DT rates for beyond in a 24hour period. 6. There are no extra premiums on weekend or evening rates. Ghirardell ... 5. A S 5 0 C 1 A T E S Peter Martin Assistant Resident Engineer/Quality Control Inspector Statement of Qualifications Mr. Martin has over 24 years in the construction industry and is well respected Experience: 24 years for his ability to manage public works projects in the field. His work includes 9 years of working on public works projects, and 13 years as a contractor. His Licenses: most recent experience includes a high-level of expertise in administering and CA Contractor's License A & B inspection of projects funded by state, federal, local and regulatory agencies. #728286 California Peter has construction inspection experience in local city public works, heavy construction projects, earthwork, grading, excavations, flood control, pipelines, Certificates & Trainine: roads and bridges, utility relocations and downtown streetscapes. Peter is Quality Control Certificate, excellent with negotiating with the contractor, public relations, plan and Army Corps of Engineers, specification interpretation and implementation, customer relationships, 1999 effective communication and planning skills, problem solving and contract documentation. Detailed IEKperience/ Project Descriptions: Cowell-Purisima Coastal Trail Project, CA — $3 M (2008) Mr. Martin was the construction manager/resident engineer for this trail construction project for the California State Coastal Conservancy/Pennisula Open Space Trust. This project involved constructing a coastal trail across current properties, including a seventeen car staging area and bridges over three large coastal ravines. Key issues addressed in the project included dealing with wetland and riparian habitat, archaeology, geology, hydrology, and impact on active agricultural operations. The two free - span bridges were constructed to cross drainages located on the North Cowell Ranch segment of the trail and a third bridge was constructed to cross Purisima Creek. South of Purisima Creek, at the trail's southern boundary a formal bluff top overlook was construction and led to a 17 -car capacity parking area located just west of Highway One. The entire trail and parking area is ADA accessible. The project also included erosion control features, drainage improvements, weeve/hog wire fencing to separate the trail from agricultural and cattle grazing fields, and access gates to allow closure of the trail when necessary. Mr. Martin was responsible for all aspects of the from constructability review and assistance with bidding and contractor selection through day-to-day construction management, inspection and administration and final close-out. Napa River Flood Control, Napa, CA — $19.8 M (1112006-412008) The scope of the project encompassed the removal of existing reinforced concrete flood walls, the construction of new reinforced concrete flood control walls, the construction of 24" and 48" diameter CIDH piling and retaining walls, the placement of rock protection, marsh plain excavation and grading along the base of the flood wall, the construction of planters, terraces and a bandstand, and the construction of ramps, stairs, promenades behind the length of the flood walls. Project was constructed to Caltrans standards for CIDH piles, and retaining walls. Mr. Martin was the Quality Control Manager and Field Inspector, reporting to the Army Corps of Engineers on this flood control project in Napa County. Mr. Martin's primary duty was to oversee the quality control inspections, testing and reporting of all work performed by the contractor, and to report to the Corps of Engineers Construction Office. Mr. Martin's duties also included documenting daily construction activities, maintaining as -built drawings, G X11 Peter Martin Page 2 of 4 safety inspections, submittal tracking and submission of RFI's and RFP's per the standards of the Army Corps of Engineers. San Jose International Airport/Renzel Airfield Improvements $32.5 Million (412007-1212007) Mr. Martin was the Quality Control Manager for the contractor, reporting to the City of San Jose Public Works Airport Construction Manager and Inspectors on this Taxiway Reconstruction Project at San Jose International Airport in Santa Clara County. Mr. Martin's primary duty was to oversee and implement the quality control system and monitor PWL's for the contractor ( Percentage Within Limits), which included scheduling, inspections, testing and reporting on all work preformed. The scope of the project encompassed batching 50,000 cubic yards of concrete, removal of existing asphalt taxiways, sub -grade preparation and compaction, reconstruction of a new 10'000 foot concrete taxiway, installation of storm drain junction box structures and pipeline and asphalt placement. Mr. Martin's duties also included documenting construction on the as -built drawings, safety inspections, and submittals. Mr. Roger Baily, Airport Division Construction Manager, City of San Jose (408) 277.2683 Mr. Joe McCarthy, Senior Public Works Inspector, City of San Jose (408) 277-5645 (checked 3117/09) Guadalupe River, Project 3A, Phase 1, Army Corps of Engineers, $34 M (1212002 — 912005) Mr. Martin was the Quality Control Assistant Manager and Field Inspector for the contractor, reporting to the Army Corps of Engineers on this flood control project in Santa Clara County. Mr. Martin's primary duty was to oversee the field quality control inspections on work preformed by the contractor, and report to the Corps of Engineers Construction Office Representative. The scope of the project encompassed construction of a 2,700 foot long, double 25' x 20' box culvert, weirs and overflow channel. Mr. Martin's duties included field inspection of sheet pile walls, construction of cutoff walls, concrete and rebar placement, documenting construction on the as -built drawings, excavation, safety inspection, submittal of RFI's & materials and contract compliance per the standards of the Army Corps of Engineers. Val Gutierrez, Chief Contract Administrator, Contracting Office Representative/ Project Engineer, Army Corps of Engineers, (415) 289-3310 Oakland International Airport Reconstruction of Taxiway D & Apron at Building L, 821, Port of Oakland, CA, $S.S M (612002-1212002) Mr. Martin oversaw the QC Management System for this airport project. He provided daily reports to the Port of Oakland for the Contractor. His other duties required monitoring all grade settings and concrete placements to maintain Percentage Within Limits (PWL) for accurate billing quantities; updating the entire QC documentation in Excel and Expedition software; scheduling laboratory testing; and maintaining an on-site curing facilities environment. Mr. Martin kept constant communication with suppliers to maintain specific control of the concrete cement, aggregates, slump, air, temperature and mix designs. Mr. Martin also monitored dowel placement, bonding reports, straight edge tests and coring measurements of in-place concrete for PWLs. Public Works Inspection, Various Projects, City of San Pablo, CA (512006-8-2006) Mr. Martin was the Construction Inspector for various public works construction projects throughout the City of San Pablo. Reporting directly to the City's Construction Manager, Mr. Martin provided Peter Martin Page 3 of 4 inspection, project documentation and reporting, he monitors wells, street resurfacing, sewer main installation, underground utilities, PCC sidewalk and curb replacement. Public Works Inspection, Various Projects, City of San Mateo, CA (612002-12-2002) Mr. Martin was the Construction Inspector for various public works construction projects throughout the City of San Mateo. Reporting directly to the City's Construction Manager, Mr. Martin provided inspection, project documentation and reporting for city encroachment permit work, monitoring wells, street resurfacing, sewer main installation, underground utilities, PCC sidewalk and curb replacement, and driveway permit inspection. Darla Reams, P.E., City Engineer, City of San Mateo Public Works, (650) 522.7300 Montecito Creek Debris Basin Project, Santa Barbara County Flood Control District — Santa Barbara, CA, $2.8 M (812001-612002) Mr. Martin was a Construction Inspector on this contract to construct 15,000 cubic yards of retaining walls and fish ladders and removing over 45,000 cubic yards of debris and sandstone from the basin. In addition to inspecting these items of work, Mr. Martin's duties also included, but were not limited to; assisting in contract administration, preparing and negotiating change orders, tracking changes to the contract, analyzing potential claims, and supervising the testing of materials. This project also required the coordination of numerous environmental and regulatory requirements for permits from State Department of Fish and Game, National Marine Fisheries Service, Regional Water Quality Control Board, and the Army Corp of Engineers. San Lorenzo Levee Restoration Project Army Corps of Engineers, $8.1 M (812000-812001) Mr. Martin was the Quality Control Manager on this project that raised the levee, installed over 20,000 native plants and over 5,000 feet of 48 -inch storm drains, manholes and drain inlets. Mr. Martin's duties included preparing and submitting daily accounts and progress reports, completing submittals to ensure timely completion of the project, administering and negotiating change orders, and help manage up to 40 employees and field managers and sub contractors. Mr. Frank Smith, Contracting Office Representative/Project Engineer, Army Corps of Engineers, Sacramento District, (415) 884-0640 Guadalupe River Project 3C, Army Corps of Engineers, $6.4 M (611999-512000) Mr. Martin was the Construction Manager on this contract. His primary duties included managed, negotiating and implementing the contract between the Corps and the Contractor. The work involved managing up to IS employees and 4 sub contractors including Foremen and Superintendents, as well as, effectively tracking schedules, quantieis andproducing modifications to the contract to increase profit. Mr. Peter Anderson, Anderson Pacific Engineering Construction Inc., (408) 970-9900 Road Mitigation Project, Lake Mendocino Drive, Army Corps of Engineers, Ukiah, CA 1999 Mr. Martin was the Project Control Manager for approximately one mile of road rehabilitation work. This work included utility relocations, remove and replace subgrade and asphalt concrete, PCC curb and gutter, PCC V -ditches and street lighting Gil I Peter Martin Page 4 of 4 Guadalupe River Project, City Mitigation, Phase 1, Army Corps of Engineers 1999 Mr. Martin was the Quality Control Manager for this mitigation project, which included the realignment of a roadway, traffic phasing, utility relocation (water, sewer), PCC curb and gutter, electrical switching for ACOE equipment and street lighting Mr. Peter Anderson, Anderson Pacific Engineering Construction Inc., (408) 970-9900 New Construction, Metropolitan Apartments The apartment complex consisted of 218 upscale, high-density housing units. Mr. Martin inspected and tested over 2000' of 8" Water Main and Apurtenances. He inspected, tested and documented locations of all 6" sewer tie-ins, laterals and cleanouts; inspected all trenching, shoring, installation of pipe, backfill and compaction for the sewer and water lines; and inspected all lane closures. Mr. Martin mediated between the nearby business owners and the contractor to minimize negative impacts the project may have created. Previous experience: Project Manager/Superintendent, Zerimar Corporation, San Jose, CA, 3 years Superintendent/Foreman, Commercial Construction, Ahboltin Construction, Livermore, CA, 5 years Journeyman Carpenter/Foreman, Commercial and Residential, Barry Builders, Alamo, CA, 6 years Ghirardelli a,S SOCIAY E5 1970 aroatlway, Suite 930 Oakland, CA 94613 1510)4514100 fax(510)4514182 Cost Estimate Construction Inspection Services for 3rd St. and Union St. Improvements Project City of San Rafael W4111110311M Dave Baker Construction Inspector $114.35 $161.02 $214.69 760 36 $92,698.94 Pete Martin Construction Inspector $114.35 $161.02 $214.69 120 $13,721.42 MIN MW MEN Total $ 106,420.36 NOTES: 1. Hourly rales include vehicle and cell phone. 2. Construction Inspector is subject to prevailing wage requirements. 3. OT rate goes into effect after 8 hours in a 24hour period, up to 12 hours. 4. DT rale goes into effect after 12 hours in a 24hour period. 5. Any ours beyond 40hous in a week will be at OT rates for the first 81hours and then at DT rates for beyond in a 24hour period. 6. There are no extra premiums on weekend or evening rates. 7. Cost estimate includes all hours to support close-out of project. 8. Cost estimate is a starting point and can be adjusted to meet the City's needs.