Loading...
HomeMy WebLinkAbout5.02 Agreements for On-Call Civil Engineering and Surveying Servicesr DUBLIN CALIFORNIA STAFF REPORT CITY COUNCIL Agenda Item 5.2 DATE: .Line 25, 2024 TO: Honorable Mayor and City Councilmembers FROM: Linda Smith, City Manager SU B.ECT: Agreements for On -Call Civil Engineering and Surveying Services Prepared by: Julius Pickney, Management Analyst 11 EXECUTIVE SUMMARY: The City Council will consider approving agreements for on -call civil engineering and surveying services with BKF Engineers, Consor North America, Inc., CSW/Stuber-Stroeh Engineering Group, Kimley-Horn and Associates, Inc., Nichols Consulting Engineers, and Pakpour Consulting Group, Inc. STAFF RECOMMENDATION: Adopt the Resolution Approving Agreements for On -Call Civil Engineering and Surveying Services. FINANCIAL IMPACT: The cost of these services will be charged to the Public Works Department in accordance with the adopted annual operating budget, Capital Improvement Program project budgets, and/or developer deposit account. DESCRIPTION: The Public Works Department utilizes consultants on Capital Improvement Program (CIP) projects, private development projects, engineering services, and for on -call, as needed services. These services assist Staff in specific areas of technical and professional expertise. Consultants are solicited through open and competitive request for qualifications (RFQ) processes to identify consulting firms with the necessary background and experience to provide services at competitive costs. Fifteen submissions were received in response to the RFQ for On -Call Civil Engineering and Surveying Services. After reviewing all qualifications, Staff is recommending six firms to provide on -call services for a three-year term. Each of the six firms have provided similar services to the City in the past and to various other municipalities around the Bay Area. The recommended firms Page 1 of 2 1 and not -to -exceed compensation amounts over the three-year term are provided in the table below. Proposed compensation limits are based on existing or planned projects and tasks assigned to each consultant. On -Call Civil En•ineering and Surveying Services Consultant Proposed Compensation Limit BKF Engineers $4,000,000 Consor North America, Inc. $2,000,000 CSW/Stuber-Stroeh Engineering Group $4,000,000 Kimley-Horn and Associates, Inc. $4,000,000 Nichols Consulting Engineers $4,000,000 Pakpour Consulting Group, Inc. $2,000,000 Staff also recommends that the following firms that responded to the RFQ be deemed qualified and that these firms remain on the City's Managed Qualified Bid List, which the City reserves the right to enter into an agreement at a future date: CSG Consulting, Inc., Haley & Aldrich, Inc., Kier & Wright, LCC Engineering & Surveying, Inc., Mid -Valley Engineering, Sanderson Bellecci Company, SNG & Associates, Inc., Tetra Tech, and Willdan Engineering. STRATEGIC PLAN INITIATIVE: None. NOTICING REQUIREMENTS/PUBLIC OUTREACH: The City Council Agenda was posted. ATTACHMENTS: 1) Resolution Approving Agreements for On -Call Civil Engineering and Surveying Services. 2) Exhibit A to the Resolution - Consulting Services Agreements with BKF Engineers, Consor North America, Inc., CSW/Stuber-Stroeh Engineering Group, Kimley-Horn and Associates, Inc., Nichols Consulting Engineers, and Pakpour Consulting Group, Inc. 3) Request for Qualifications - Civil Engineering and Surveying Services 4) Statements of Qualifications - Civil Engineering and Surveying Services Page 2 of 2 2 Attachment I RESOLUTION NO. XX — 24 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING AGREEMENTS FOR ON -CALL CIVIL ENGINEERING AND SURVEYING SERVICES WHEREAS, on April 12, 2024, Staff issued a Request for Qualifications (RFQ) for On -Call Civil Engineering and Surveying Services; and WHEREAS, the City received 15 responses to the RFQ; and WHEREAS, Staff reviewed and evaluated the statements of qualifications in accordance with the RFQ rating criteria; and WHEREAS, the City desires to enter into agreements with BKF Engineers, CSW/Stuber- Stroeh Engineering Group, Kimley-Horn and Associates, Inc., and Nichols Consulting Engineers each for a not -to -exceed amount of $4,000,000 over a three-year term; and WHEREAS, the City desires to enter into agreements with Consor North America, Inc. and Pakpour Consulting Group, Inc., each for a not -to -exceed amount of $2,000,000 over a three-year term; and WHEREAS, the City also wishes to enter into agreements at a later date, for the following firms which were deemed to be qualified as part of the RFQ solicitation process: CSG Consulting, Inc., Haley & Aldrich, Inc., Kier & Wright, LCC Engineering & Surveying, Inc., Mid -Valley Engineering, Sanderson Bellecci Company, SNG & Associates, Inc., Tetra Tech, and Willdan Engineering. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve the Agreements with BKF Engineers, Consor North America, Inc., CSW/Stuber- Stroeh Engineering Group, Kimley-Horn and Associates, Inc., Nichols Consulting Engineers, and Pakpour Consulting Group, Inc., attached hereto as Exhibit A. BE IT FURTHER RESOLVED that the City Manager is authorized to execute the Agreements and make any necessary, non -substantive changes to carry out the intent of this Resolution. {Signatures on the following page} Reso. No. XX-24, Item 5.2, Adopted 06/25/2024 Page 1 of 2 3 PASSED, APPROVED AND ADOPTED this 25th day of June 2024, by the following vote: AYES: NOES: ABSENT: ABSTAIN: Mayor ATTEST: City Clerk Reso. No. XX-24, Item 5.2, Adopted 06/25/2024 Page 2 of 2 4 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A Attachment 2 CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND BKF ENGINEERS FOR ON -CALL CIVIL ENGINEERING AND SURVEYING SERVICES THIS AGREEMENT for consulting services is made by and between the City of Dublin ("City") and BKF Engineers ("Consultant") (together sometimes referred to as the "Parties") as of July 1, 2024 (the "Effective Date"). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2027, the date of completion specified in Exhibit A, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City's right to terminate the Agreement as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged. 1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Subsection 1.2 above and to satisfy Consultant's obligations hereunder. 1.5 Public Works Requirements. Because the services described in Exhibit A include "work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work," the services constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, Consulting Services Agreement between City of Dublin and BKF Engineers for Civil Engineering and Surveying Services 7/1/2024 Page 1 of 15 5 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A Consultant is required to comply with the provisions of the California Labor Code applicable to public works, to the extent set forth in Exhibit D. 1.6 Public Works Contractor Registration. Consultant agrees, in accordance with Section 1771.1 of the California Labor Code, that Consultant or any subconsultant shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 1 of Part 7 of Division 2 of the California Labor Code, unless currently registered and qualified to perform public work pursuant to California Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to California Labor Code section 1725.5. Consultant agrees, in accordance with Section 1771.4 of the California Labor Code, that if the work under this Agreement qualifies as public work, it is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $4,000,000, notwithstanding any contrary indications that may be contained in Consultant's proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant's proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant's estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information: ■ Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.; ■ The beginning and ending dates of the billing period; Consulting Services Agreement between City of Dublin and BKF Engineers for Civil Engineering and Surveying Services 7/1/2024 Page 2 of 15 6 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A • A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; • A copy of the applicable time entries or time sheets shall be submitted showing the following: o Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work, and each reimbursable expense • The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder; • The Consultant's signature; • Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours within a 12-month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Consultant and City, if applicable. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10°/0 of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. Consulting Services Agreement between City of Dublin and BKF Engineers for Civil Engineering and Surveying Services 7/1/2024 Page 3 of 15 7 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit B. Expenses not listed in Exhibit B are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Pavment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Pavment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid or proposal. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF Consulting Services Agreement between City of Dublin and BKF Engineers for Civil Engineering and Surveying Services 7/1/2024 Page 4 of 15 8 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A THIS AGREEMENT PRIOR TO EXECUTION. Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers' Compensation. 4.1.1 General Requirements. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Consultant, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; and b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Consultant, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $1,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including without limitation, blanket contractual liability and the use of owned and non -owned automobiles. Consulting Services Agreement between City of Dublin and BKF Engineers for Civil Engineering and Surveying Services 7/1/2024 Page 5 of 15 9 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an "occurrence" basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims -made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Consultant; or automobiles owned, leased, hired, or borrowed by the Consultant. c. Consultant hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Consultant agrees to obtain any endorsements that may be necessary to effect this waiver of subrogation. d. For any claims related to this Agreement or the work hereunder, the Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; b. Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and d. Primary Insurance Endorsement as required by the section. 4.3 Professional Liability Insurance. 4.3.1 General Requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount Consulting Services Agreement between City of Dublin and BKF Engineers for Civil Engineering and Surveying Services 7/1/2024 Page 6 of 15 10 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A not less than $2,000,000 covering the licensed professionals' errors and omissions. Any deductible or self -insured retention shall not exceed $150,000 per claim. 4.3.2 Claims -Made Limitations. The following provisions shall apply if the professional liability coverage is written on a claims -made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least 3 years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims -made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of 3 years after completion of work under this Agreement. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Submittal Requirements. To comply with Subsection 4.3, Consultant shall submit the Certificate of Liability Insurance in the amounts specified in the section. 4.4 All Policies Requirements. 4.4.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of Coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Consultant by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, it shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Deductibles and Self -Insured Retentions. Consultant shall disclose to and obtain the written approval of City for the self -insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the City, its officers, employees, and volunteers; or the Consultant shall provide a financial guarantee Consulting Services Agreement between City of Dublin and BKF Engineers for Civil Engineering and Surveying Services 7/1/2024 Page 7 of 15 11 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.4.4 Wasting Policies. Except for Professional Liability Insurance, no policy required by this Section 4 shall include a "wasting" policy limit (i.e. limit that is eroded by the cost of defense). 4.4.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days' prior written notice has been provided to the City. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach: ■ Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; ■ Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or ■ Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT'S RESPONSIBILITIES. Refer to the attached Exhibit C, which is incorporated herein and made a part of this Agreement. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant further acknowledges that Consultant performs Services outside the usual course of the City's business; and is customarily engaged in an independently established trade, occupation, or business of the same nature as the Consultant performs for the City and has the option to perform such Consulting Services Agreement between City of Dublin and BKF Engineers for Civil Engineering and Surveying Services 7/1/2024 Page 8 of 15 12 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A work for other entities. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws and regulations applicable to the performance of the work hereunder, including but not limited to, the California Building Code, the Americans with Disabilities Act, and any copyright, patent or trademark law. Consultant's failure to comply with any law(s) or regulation(s) applicable to the performance of the work hereunder shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person's race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable local, Consulting Services Agreement between City of Dublin and BKF Engineers for Civil Engineering and Surveying Services 7/1/2024 Page 9 of 15 13 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A state, or federal laws (each a "Protected Characteristic"), against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon 30 days' written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. Consulting Services Agreement between City of Dublin and BKF Engineers for Civil Engineering and Surveying Services 7/1/2024 Page 10of15 14 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City's remedies shall include, but are not limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Consultant's Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Consulting Services Agreement between City of Dublin and BKF Engineers for Civil Engineering and Surveying Services 7/1/2024 Page 11 of 15 15 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A Section 10. MISCELLANEOUS PROVISIONS. 10.1 Attorneys' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous 12 months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including Consulting Services Agreement between City of Dublin and BKF Engineers for Civil Engineering and Surveying Services 7/1/2024 Page 12of15 16 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. At City's sole discretion, Consultant may be required to file with the City a Form 700 to identify and document Consultant's economic interests, as defined and regulated by the California Fair Political Practices Commission. If Consultant is required to file a Form 700, Consultant is hereby advised to contact the Dublin City Clerk for the Form 700 and directions on how to prepare it. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: Gordon C. Sweet, Principal / Vice President 7901 Stoneridge Drive, Ste 360. Pleasanton, CA 94588 Any written notice to City shall be sent to: City of Dublin Att: City Engineer 100 Civic Plaza Dublin, CA 94568 10.11 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A. B. C, and D represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Compensation Schedule & Reimbursable Expenses Exhibit C Indemnification Exhibit D California Labor Code Section 1720 Information 10.12 Counterparts and Electronic Signatures. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. Counterparts delivered and/or signatures executed by City -approved electronic or digital means shall have the same force and effect as the use of a manual signature. Both Parties desire this Agreement to be electronically signed in accordance Consulting Services Agreement between City of Dublin and BKF Engineers for Civil Engineering and Surveying Services 7/1/2024 Page 13of15 17 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A with applicable federal and California law. Either Party may revoke its agreement to use electronic signatures at any time by giving notice to the other Party. 10.13 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Consultant's signature below Consultant certifies that Consultant, and any parent entities, subsidiaries, successors or subunits of Consultant are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE Consulting Services Agreement between City of Dublin and BKF Engineers for Civil Engineering and Surveying Services 7/1/2024 Page 14of15 18 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. CITY OF DUBLIN BKF ENGINEERS Linda Smith D'Ambrosio, City Manager Attest: Marsha Moore, City Clerk Approved as to Form: City Attorney 3070368.1 DocuSigned by: 1 aOle tA, c. Swt,i- Gorb HrIV Hwee.44Hb. on t, Principal / Vice President 1000002096 Consultant's DIR Registration Number (if applicable) Consulting Services Agreement between City of Dublin and BKF Engineers for Civil Engineering and Surveying Services 7/1/2024 Page 15of15 19 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A EXHIBIT A SCOPE OF SERVICES Services may include professional civil engineering, design, and surveying, as well as staff augmentation. Design Services Shall include, but not limited to: • Prepare all necessary project environmental documents and resource agency permit applications or manage environmental sub -consultants work and implement the environmental mitigation measures in the design of projects. • Perform or manage sub -consultants in the preparation of geotechnical services required on projects, including determination of soil "R" values, pavement structural section, and other required soil characteristics for design of structures. • Prepare preliminary design of projects and alternative design studies, project study reports, etc., as required, with associated preliminary cost estimates. • Perform right-of-way engineering including right-of-way base map, exhibits, plat maps and legal descriptions. • As necessary, manage sub -consultants' work in preparing appraisal reports and right-of-way acquisition. • Perform project design at the 35%, 65%, 95% and 100% PS&E levels, including cost estimates and basis of design memoranda, as required by the City. • Perform quality control and quality assurance (QA/QC) review of all documents prior to submittal to the City for review. Provide copies of QA/QC review comments, as requested by the City. • Prepare Storm Water Quality and Erosion Control plans in compliance with the latest requirements of the California Regional Water Control Board, San Francisco Bay Area region, and in compliance with the Municipal Regional Permit. Complete any necessary Storm Water Management/Control Plan and associated C.3 Checklist for the City's records and suitable for annual reporting. • Prepare hydrology and hydraulics reports, studies, and calculations, as required by the City. • Prepare or manage sub -consultants in the preparation of transportation and traffic signal related improvements and modifications, which may include crosswalk safety improvements, bike lanes, separated bikeways, street light design and photometrics analysis. • Prepare final engineering cost estimates and contract bid documents based on the latest bid item unit costs, Caltrans Specifications and Standard Plans, and federal requirements on federally funded projects, both transportation projects and FEMA/CaIOES related projects. • Provide design support services during construction and prepare final record drawings based on as -built drawings provided by the City. Surveying services (in house survevina is highly desired, but not required) Shall include, but not limited to: • Perform topographic surveys. Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 BKF Engineers for Civil Engineering and Surveying Services Exhibit A — Page 1 of 3 20 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A • Perform utility research and coordination with utility companies. • Perform base mapping. • Perform Construction staking. • Complete Record of survey. • Prepare plat maps, topographic surveys, right-of-way determination, right-of-way takes/vacations, legal descriptions. • Provide Real Property assistance, such as obtaining preliminary title reports, appraisals, and negotiations with property owners. • Obtain temporary construction easements. • Prepare grant deeds, grant of easements, right of entry permits/agreements and temporary construction easements. • Perform boundary surveys. Staff Augmentation Services Shall include, but not limited to: • Support of small to medium-sized capital projects including the preparation of staff reports, engineering studies, project planning and coordination with other agencies and utilities. • Assist the City in acquiring the necessary approvals from Caltrans Local Assistance Division on federally -funded transportation projects, including preparation of forms and documents to acquire project E-76 approval to each phase, including construction, and/or approvals from other funding agencies including the Alameda County Transportation Commission and Metropolitan Transportation Commission. • Assist the City in acquiring the necessary approvals from FEMA and/or CalOES for federally - funded disaster related projects. • Assist the City in managing consultant work including signing, striping, traffic handling and stage construction, landscaping, utility undergrounding, irrigation, and roadway lighting. • Assist the City in managing the construction of small to medium-sized projects including advertisement of projects, response to requests for information, review of bids, award of contract, project accounting, and closeout. • Prepare baseline project design schedule using critical path method and update schedule as necessary. • Prepare applications for and assist the City with obtaining the necessary permits and approvals from appropriate agencies or utility companies. Consultants' staff may be asked to make presentations and/or attend City Council meetings, provide community outreach, and serve as a subject matter expert, on behalf of the City. Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 BKF Engineers for Civil Engineering and Surveying Services Exhibit A — Page 2 of 3 21 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A List of Potential Projects Potential projects in which the City may require support during the term of the contract. Projects vary in size and complexity. The City reserves the right to add or delete projects from this list. ADA Transition Plan Improvements Alamo Creek Park and Assessment District Fence Replacement Annual Street Resurfacing City Monument Signs Citywide Bicycle and Pedestrian Improvements Citywide Energy Improvements Citywide Signal Communications Upgrade Downtown Dublin Street Grid Network Dublin Ranch Streetlight Improvements Eastern Dublin TIF Program Electric Vehicle (EV) Charging Stations Golden Gate Drive Intersections Improvements Green Storm Water Infrastructure Intelligent Transportation System Upgrade Iron Horse Nature Park and Open Space Marquee Signs Resiliency and Disaster Preparedness Improvements Storm Drain Assessment Stormwater Trash Capture Device installation Tassajara Road Realignment and Widening — Fallon Road to Northern City Limit Tassajara Road Improvements — North Dublin Ranch Drive to Quarry Lane Traffic Signal and Roadway Safety Improvements Village Parkway Reconstruction and Complete Streets Improvements Western Dublin TIF Program Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 BKF Engineers for Civil Engineering and Surveying Services Exhibit A — Page 3 of 3 22 DocuSign Envelope ID: 08D61 D43-64A1-45BD-B545-4BAA3EF0879A EXHIBIT B COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES Project Management Rates Principal $323.14 Sr. Associate Principal $299.60 Associate Principal $292.11 Sr. Project/ Technical Manager $283.55 Project/ Technical Manager $278.20 Eng./ Survey/ Planning Manager $255.73 Technical Staff Rates Sr. Project Engineer/ Surveyor/ Planner $237.54 Project Engineer/ Surveyor/ Planner $208.65 Design Engineer/ Staff Survey/ Planner $181.90 BIM Specialist III $237.54 BIM Specialist II $208.65 BIM Specialist I $181.90 Technician IV $217.21 Technician III $202.23 Technician II $184.04 Technician I $173.34 Drafter IV $178.69 Drafter III $160.50 Drafter II $148.73 Drafter I $135.89 Engineering/ Surveying/ Planning Assistant $113.42 Project Administration Rates Project Coordinator $151.94 Senior Project Assistant $130.54 Project Assistant $115.56 Clerical/ Administrative Assistant $96.30 Field Surveying Rates Survey Party Chief Instrument Person Survey Chainperson Utility Locator IV Utility Locator III Utility Locator II Utility Locator I Apprentice IV Apprentice III Apprentice II Apprentice I $237.54 $203.30 $153.01 $239.68 $210.79 $175.48 $124.12 $147.66 $139.10 $126.26 $94.16 Construction Administration Rates Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 BKF Engineers for Civil Engineering and Surveying Services Exhibit B - Page 1 of 2 23 Sr. Consultant $310.30 Sr. Administrator $270.71 Resident Engineer $201.16 Field Engineer III $237.54 Field Engineer II $208.65 Field Engineer I $181.90 Funding & Grants Rates Funding Strategies Director $222.56 Funding Strategies Manager $203.30 F/R Analyst IV $188.32 F/R Analyst III $171.20 F/R Analyst II $160.50 F/R Analyst I $139.10 *Rates are eligible for increase each Fiscal Year. **Up to this rate, depending on level of Consultant's Staff • Rate increases must be submitted by June 1st of each year, by Contractor, in order to be effective July 1 st • Rate increase requests will not be accepted past August of each year. Rate increases may not exceed 3%, and shall be based on the April, 12 month change, of the Annual San Francisco Bay Area Consumer Price Index (CPI). • Please note, reimbursable expenses are built into rates, identified above. • Invoices shall be submitted electronically to: pwinvoices(a dublin.ca.pov no more than once monthly and as work is completed. Please be sure to list the Development Code for each project or the CIP project number, for all charges on each invoice. • Reporting requirements include a cumulative total of each staff members hours be listed on each invoice. • Pertaining to section 2.1, please make certain when submitting a letter to inform of an employee exceeding 800 hours, to project the total number of hours anticipated for the fiscal year, as well as the total dollar amount projected. • Additional positions and corresponding rates may be approved, in writing, by the City Engineer, or their designee. • With each proposed Scope of Work and Budget submitted for each Task Order, please submit a list of all sub -consultants, including DIR numbers, to be used on a project. Please be sure to update a Project Manager if this should change over the course of a project. • Overtime work to be charged at 1.5 times rate; Sunday work to be charged at 2 times the rate. • Subconsultants and equipment rentals, not listed above, charged at 10% above cost. Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 BKF Engineers for Civil Engineering and Surveying Services Exhibit B — Page 2 of 2 24 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A EXHIBIT C INDEMNIFICATION A. Consultant shall, to the extent permitted by law, including without limitation California Civil Code 2782 and 2782.8, indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its employees, agents, volunteers, and elective and appointive boards, from all claims, losses, and damages, including property damage, personal injury, death, and liability arising out of, pertaining to or related to the negligence, recklessness or willful misconduct of Consultant or any person directly employed by, or acting as agent for, Consultant, during and after completion of Consultant's work under this Agreement. B. With respect to those claims arising from a professional error or omission, Consultant shall defend, indemnify and hold harmless the City (including its elected officials, officers, employees, and volunteers) from all claims, losses, and damages arising from the professionally negligent acts, errors or omissions of Consultant, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. C. Consultant's obligation under this section does not extend to that portion of a claim caused in whole or in part by the sole negligence or willful misconduct of the City. D. Consultant shall also indemnify, defend and hold harmless the City from all suits or claims for infringement of any patent rights, copyrights, trade secrets, trade names, trademarks, service marks, or any other proprietary rights of any person or persons because of the City or any of its officers, employees, volunteers, or agents use of articles, products things, or services supplied in the performance of Consultant's services under this Agreement, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 BKF Engineers for Civil Engineering and Surveying Services Exhibit C — Page 1 of 1 25 DocuSign Envelope ID: 08D61 D43-64A1-45BD-B545-4BAA3EF0879A EXHIBIT D PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS PURSUANT TO CALIFORNIA LABOR CODE SECTION 1720 ET SEQ. HOURS OF WORK: A. In accordance with California Labor Code Section 1810, 8 hours of labor in performance of the services described in Exhibit A shall constitute a legal day's work under this contract. B. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to 8 hours during any one calendar day, and 40 hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of 8 hours during any one calendar day and 40 hours during any one calendar week is permitted upon compensation for all hours worked in excess of 8 hours during any one calendar day and 40 hours during any one calendar week at not less than one -and -one-half times the basic rate of pay. C. The Consultant and its subcontractors shall forfeit as a penalty to the City $25 for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day, or more than 40 hours in any one calendar week, in violation of the provisions of California Labor Code Section 1810 and following. WAGES: A. In accordance with California Labor Code Section 1773.2, the City has determined the general prevailing wages in the locality in which the services described in Exhibit A are to be performed for each craft or type of work needed to be as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research, a copy of which is on file in the City Public Works Office and shall be made available on request. The Consultant and subcontractors engaged in the performance of the services described in Exhibit A shall pay no less than these rates to all persons engaged in performance of the services described in Exhibit A. B. In accordance with California Labor Code Section 1775, the Consultant and any subcontractors engaged in performance of the services described in Exhibit A shall comply with California Labor Code Section 1775, which establishes a penalty for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the specified prevailing wage. The amount of such penalty shall be determined by the Labor Commissioner and shall be based on consideration of the mistake, inadvertence, or neglect of the Consultant or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of the Consultant or subcontractor in meeting applicable prevailing wage obligations, or the willful failure by the Consultant or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 BKF Engineers for Civil Engineering and Surveying Services Exhibit D — Page 1 of 3 26 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A prevailing wages is not excusable if the Consultant or subcontractor had knowledge of their obligations under the California Labor Code. The Consultant or subcontractor shall pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. If a subcontractor worker engaged in performance of the services described in Exhibit A is not paid the general prevailing per diem wages by the subcontractor, the Consultant is not liable for any penalties therefore unless the Consultant had knowledge of that failure or unless the Consultant fails to comply with all of the following requirements: 1. The contract executed between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. 2. The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor's certified payroll records. 3. Upon becoming aware of a subcontractor's failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4. Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. C. In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 1. The information contained in the payroll record is true and correct. 2. The employer has complied with the requirements of California Labor Code Sections 1771, 1811, and 1815 for any work performed by the employer's employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be submitted directly to the Labor Commission, and available for inspection by the Owner and its authorized representatives, the Division of Labor Standards Enforcement, the Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 BKF Engineers for Civil Engineering and Surveying Services Exhibit D — Page 2 of 3 27 DocuSign Envelope ID: 08D61D43-64A1-45BD-B545-4BAA3EF0879A Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. D. In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. E. In case it becomes necessary for the Consultant or any subcontractor engaged in performance of the services described in Exhibit A to employ for the services described in Exhibit A any person in a trade or occupation (except executive, supervisory, administrative, clerical, or other non -manual workers as such) for which no minimum wage rate has been determined by the Director of the Department of Industrial Relations, the Consultant or subcontractor shall pay the minimum rate of wages specified therein for the classification which most nearly corresponds to services described in Exhibit A to be performed by that person. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 3070368.1 Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 BKF Engineers for Civil Engineering and Surveying Services Exhibit D — Page 3 of 3 28 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND CONSOR NORTH AMERICA, INC. FOR ON -CALL CIVIL ENGINEERING AND SURVEYING SERVICES THIS AGREEMENT for consulting services is made by and between the City of Dublin ("City") and Consor North America, Inc. ("Consultant") (together sometimes referred to as the "Parties") as of July 1, 2024 (the "Effective Date"). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2027, the date of completion specified in Exhibit A, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City's right to terminate the Agreement as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged. 1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Subsection 1.2 above and to satisfy Consultant's obligations hereunder. 1.5 Public Works Requirements. Because the services described in Exhibit A include "work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work," the services constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, Consulting Services Agreement between City of Dublin and Consor North America, Inc. for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 1 of 15 29 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D Consultant is required to comply with the provisions of the California Labor Code applicable to public works, to the extent set forth in Exhibit D. 1.6 Public Works Contractor Registration. Consultant agrees, in accordance with Section 1771.1 of the California Labor Code, that Consultant or any subconsultant shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 1 of Part 7 of Division 2 of the California Labor Code, unless currently registered and qualified to perform public work pursuant to California Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to California Labor Code section 1725.5. Consultant agrees, in accordance with Section 1771.4 of the California Labor Code, that if the work under this Agreement qualifies as public work, it is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $2,000,000, notwithstanding any contrary indications that may be contained in Consultant's proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant's proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant's estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information: ■ Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.; ■ The beginning and ending dates of the billing period; Consulting Services Agreement between City of Dublin and Consor North America, Inc. for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 2 of 15 30 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D • A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; • A copy of the applicable time entries or time sheets shall be submitted showing the following: o Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work, and each reimbursable expense • The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder; • The Consultant's signature; • Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours within a 12-month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Consultant and City, if applicable. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10°/0 of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. Consulting Services Agreement between City of Dublin and Consor North America, Inc. for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 3 of 15 31 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit B. Expenses not listed in Exhibit B are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Pavment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Pavment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid or proposal. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF Consulting Services Agreement between City of Dublin and Consor North America, Inc. for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 4 of 15 32 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D THIS AGREEMENT PRIOR TO EXECUTION. Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers' Compensation. 4.1.1 General Requirements. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Consultant, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; and b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Consultant, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $1,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including without limitation, blanket contractual liability and the use of owned and non -owned automobiles. Consulting Services Agreement between City of Dublin and Consor North America, Inc. for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 5 of 15 33 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an "occurrence" basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims -made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Consultant; or automobiles owned, leased, hired, or borrowed by the Consultant. c. Consultant hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Consultant agrees to obtain any endorsements that may be necessary to effect this waiver of subrogation. d. For any claims related to this Agreement or the work hereunder, the Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; b. Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and d. Primary Insurance Endorsement as required by the section. 4.3 Professional Liability Insurance. 4.3.1 General Requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount Consulting Services Agreement between City of Dublin and Consor North America, Inc. for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 6 of 15 34 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D not less than $2,000,000 covering the licensed professionals' errors and omissions. Any deductible or self -insured retention shall not exceed $150,000 per claim. 4.3.2 Claims -Made Limitations. The following provisions shall apply if the professional liability coverage is written on a claims -made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least 3 years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims -made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of 3 years after completion of work under this Agreement. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Submittal Requirements. To comply with Subsection 4.3, Consultant shall submit the Certificate of Liability Insurance in the amounts specified in the section. 4.4 All Policies Requirements. 4.4.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of Coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Consultant by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, it shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Deductibles and Self -Insured Retentions. Consultant shall disclose to and obtain the written approval of City for the self -insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the City, its officers, employees, and volunteers; or the Consultant shall provide a financial guarantee Consulting Services Agreement between City of Dublin and Consor North America, Inc. for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 7 of 15 35 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.4.4 Wasting Policies. No policy required by this Section 4 shall include a "wasting" policy limit (i.e. limit that is eroded by the cost of defense). 4.4.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days' prior written notice has been provided to the City. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach: ■ Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; ■ Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or ■ Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT'S RESPONSIBILITIES. Refer to the attached Exhibit C, which is incorporated herein and made a part of this Agreement. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant further acknowledges that Consultant performs Services outside the usual course of the City's business; and is customarily engaged in an independently established trade, occupation, or business of the same nature as the Consultant performs for the City and has the option to perform such work for other entities. Notwithstanding any other City, state, or federal policy, rule, Consulting Services Agreement between City of Dublin and Consor North America, Inc. for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 8 of 15 36 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws and regulations applicable to the performance of the work hereunder, including but not limited to, the California Building Code, the Americans with Disabilities Act, and any copyright, patent or trademark law. Consultant's failure to comply with any law(s) or regulation(s) applicable to the performance of the work hereunder shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person's race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable local, state, or federal laws (each a "Protected Characteristic"), against any employee, applicant Consulting Services Agreement between City of Dublin and Consor North America, Inc. for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 9 of 15 37 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon 30 days' written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. Consulting Services Agreement between City of Dublin and Consor North America, Inc. for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 10of15 38 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City's remedies shall include, but are not limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Consultant's Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Section 10. MISCELLANEOUS PROVISIONS. Consulting Services Agreement between City of Dublin and Consor North America, Inc. for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 11 of 15 39 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D 10.1 Attorneys' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severabilitv. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous 12 months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any Consulting Services Agreement between City of Dublin and Consor North America, Inc. for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 12of15 40 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. At City's sole discretion, Consultant may be required to file with the City a Form 700 to identify and document Consultant's economic interests, as defined and regulated by the California Fair Political Practices Commission. If Consultant is required to file a Form 700, Consultant is hereby advised to contact the Dublin City Clerk for the Form 700 and directions on how to prepare it. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: Robert Ferguson, PE, Contract Manager 2950 Buskirk Avenue, Suite #122 Walnut Creek, CA, 94597 Any written notice to City shall be sent to: City of Dublin Att: City Engineer 100 Civic Plaza Dublin, CA 94568 10.11 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A. B. C, and D represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Compensation Schedule & Reimbursable Expenses Exhibit C Indemnification Exhibit D California Labor Code Section 1720 Information 10.12 Counterparts and Electronic Signatures. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. Counterparts delivered and/or signatures executed by City -approved electronic or digital means shall have the same force and effect as the use of a manual signature. Both Parties desire this Agreement to be electronically signed in accordance Consulting Services Agreement between City of Dublin and Consor North America, Inc. for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 13of15 41 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D with applicable federal and California law. Either Party may revoke its agreement to use electronic signatures at any time by giving notice to the other Party. 10.13 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Consultant's signature below Consultant certifies that Consultant, and any parent entities, subsidiaries, successors or subunits of Consultant are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE Consulting Services Agreement between City of Dublin and Consor North America, Inc. for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 14of15 42 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. CITY OF DUBLIN Consor North America, Inc. Linda Smith D'Ambrosio, City Manager Attest: Marsha Moore, City Clerk Approved as to Form: City Attorney 3070368.1 DocuSigned by: Fain, hatiL(M/, 6 FA F7DF8 Ian ac an, P, West Region Executive Director 1000062285 Consultant's DIR Registration Number (if applicable) Consulting Services Agreement between City of Dublin and Consor North America, Inc. for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 15of15 43 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D EXHIBIT A SCOPE OF SERVICES Services may include professional civil engineering, design, and surveying, as well as staff augmentation. Design Services Shall include, but not limited to: • Prepare all necessary project environmental documents and resource agency permit applications or manage environmental sub -consultants work and implement the environmental mitigation measures in the design of projects. • Perform or manage sub -consultants in the preparation of geotechnical services required on projects, including determination of soil "R" values, pavement structural section, and other required soil characteristics for design of structures. • Prepare preliminary design of projects and alternative design studies, project study reports, etc., as required, with associated preliminary cost estimates. • Perform right-of-way engineering including right-of-way base map, exhibits, plat maps and legal descriptions. • As necessary, manage sub -consultants' work in preparing appraisal reports and right-of-way acquisition. • Perform project design at the 35%, 65%, 95% and 100% PS&E levels, including cost estimates and basis of design memoranda, as required by the City. • Perform quality control and quality assurance (QA/QC) review of all documents prior to submittal to the City for review. Provide copies of QA/QC review comments, as requested by the City. • Prepare Storm Water Quality and Erosion Control plans in compliance with the latest requirements of the California Regional Water Control Board, San Francisco Bay Area region, and in compliance with the Municipal Regional Permit. Complete any necessary Storm Water Management/Control Plan and associated C.3 Checklist for the City's records and suitable for annual reporting. • Prepare hydrology and hydraulics reports, studies, and calculations, as required by the City. • Prepare or manage sub -consultants in the preparation of transportation and traffic signal related improvements and modifications, which may include crosswalk safety improvements, bike lanes, separated bikeways, street light design and photometrics analysis. • Prepare final engineering cost estimates and contract bid documents based on the latest bid item unit costs, Caltrans Specifications and Standard Plans, and federal requirements on federally funded projects, both transportation projects and FEMA/CaIOES related projects. • Provide design support services during construction and prepare final record drawings based on as -built drawings provided by the City. Survevina services (in house surveying is highly desired, but not required) Shall include, but not limited to: • Perform topographic surveys. • Perform utility research and coordination with utility companies. • Perform base mapping. Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 Consor North America, Inc. for Civil Engineering and Surveying Services Exhibit A — Page 1 of 3 44 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D • Perform Construction staking. • Complete Record of survey. • Prepare plat maps, topographic surveys, right-of-way determination, right-of-way takes/vacations, legal descriptions. • Provide Real Property assistance, such as obtaining preliminary title reports, appraisals, and negotiations with property owners. • Obtain temporary construction easements. • Prepare grant deeds, grant of easements, right of entry permits/agreements and temporary construction easements. • Perform boundary surveys. • Review parcel maps, final maps, lot mergers, lot line adjustments, and plat maps and legal descriptions for technical accuracy, including review of boundary, cover sheet certificates, closure calculations, monuments, easements, and cross-referencing improvement plans in accordance with the Subdivision Map Act, City Subdivision Ordinance, and surveying standards of practice. • Provide a licensed land surveyor and/or civil engineer to sign and approve parcel and final maps for technical correctness on behalf of the City as Acting City Surveyor. • Research record documentation defining existing right-of-way. • Perform boundary analysis based on record and field data. • Conduct monument verifications. Staff Augmentation Services Shall include, but not limited to: • Support of small to medium-sized capital projects including the preparation of staff reports, engineering studies, project planning and coordination with other agencies and utilities. • Assist the City in acquiring the necessary approvals from Caltrans Local Assistance Division on federally -funded transportation projects, including preparation of forms and documents to acquire project E-76 approval to each phase, including construction, and/or approvals from other funding agencies including the Alameda County Transportation Commission and Metropolitan Transportation Commission. • Assist the City in acquiring the necessary approvals from FEMA and/or CaIOES for federally - funded disaster related projects. • Assist the City in managing consultant work including signing, striping, traffic handling and stage construction, landscaping, utility undergrounding, irrigation, and roadway lighting. • Assist the City in managing the construction of small to medium-sized projects including advertisement of projects, response to requests for information, review of bids, award of contract, project accounting, and closeout. • Prepare baseline project design schedule using critical path method and update schedule as necessary. • Prepare applications for and assist the City with obtaining the necessary permits and approvals from appropriate agencies or utility companies. Consultants' staff may be asked to make presentations and/or attend City Council meetings, provide community outreach, and serve as a subject matter expert, on behalf of the City. Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 Consor North America, Inc. for Civil Engineering and Surveying Services Exhibit A — Page 2 of 3 45 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D List of Potential Projects Potential projects in which the City may require support during the term of the contract. Projects vary in size and complexity. The City reserves the right to add or delete projects from this list. ADA Transition Plan Improvements Alamo Creek Park and Assessment District Fence Replacement Annual Street Resurfacing City Monument Signs Citywide Bicycle and Pedestrian Improvements Citywide Energy Improvements Citywide Signal Communications Upgrade Downtown Dublin Street Grid Network Dublin Ranch Streetlight Improvements Eastern Dublin TIF Program Electric Vehicle (EV) Charging Stations Golden Gate Drive Intersections Improvements Green Storm Water Infrastructure Intelligent Transportation System Upgrade Iron Horse Nature Park and Open Space Marquee Signs Resiliency and Disaster Preparedness Improvements Storm Drain Assessment Stormwater Trash Capture Device installation Tassajara Road Realignment and Widening — Fallon Road to Northern City Limit Tassajara Road Improvements — North Dublin Ranch Drive to Quarry Lane Traffic Signal and Roadway Safety Improvements Village Parkway Reconstruction and Complete Streets Improvements Western Dublin TIF Program Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 Consor North America, Inc. for Civil Engineering and Surveying Services Exhibit A — Page 3 of 3 46 EXHIBIT B COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES CONSOR NORTH AMERICA, INC. STAFF POSITION Annual Rate Increase based on CPI or 3%, whichever is lower Principal Engineer Senior Engineer Professional Engineer Engineering Designer Senior CAD Designer* CAD Technician* Student Intern Project Accountant Project Manager FY2024-25 Proposed Rates 2.4% CPI $382.00 $290.00 $224.00 $165.00 $232.00 $159.00 $82.00 $151.00 $340.00 Surveying — Office Classifications Senior Survey Project Manager Survey Project Manager Surveying — Field Classifications Party Chief* Instrumentman* Chainman/Rodman* Apprentice* One Man Crew* Two Man Crew* $328.00 $210.00 $244.00 $215.00 $215.00 $215.00 $249.00 $395.00 *Overtime rates apply to these classifications. **Rates are eligible for increase each Fiscal Year. • Rate increases must be submitted by June 1st of each year, by Consultant, in order to be effective July 1 st. • Rate increase requests will not be accepted past August of each year. Rate increases may not exceed 3%, and shall be based on the April, 12 month change, of the Annual San Francisco Bay Area Consumer Price Index (CPI). • Please note, reimbursable expenses are built into rates, identified above. • Invoices shall be submitted electronically to: pwinvoices(@.dublin.ca.gov no more than once • monthly and as work is completed. Please be sure to list the Development Code for each project or the CIP project number, for all charges on each invoice. • Reporting requirements include a cumulative total of each staff members hours be listed on each invoice. • Pertaining to section 2.1, please make certain when submitting a letter to inform of an employee exceeding 800 hours, to project the total number of hours anticipated for the fiscal year, as well as the total dollar amount projected. Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 Consor North America, Inc. for Civil Engineering and Surveying Services Exhibit B — Page 1 of 6 47 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1D • Additional positions and corresponding rates may be approved, in writing, by the City Engineer, or their designee. • With each proposed Scope of Work and Budget submitted for each Task Order, please submit a list of all sub -consultants, including DIR numbers, to be used on a project. Please be sure to • update a Project Manager if this should change over the course of a project. • Overtime work to be charged at 1.5 times rate; Sunday work to be charged at 2 times the rate. • Subconsultants and equipment rentals, not listed above, charged at 10% above cost. CONSULTING CATEGORIES Associated Right of Way Services, Inc. (ARIWS) Rate Principal Consultant Managing Consultant Consultant III Consultant II Consultant I Right of Way Technician Administrative Support Appraisal Reports Appraiser III (MAI) Appraiser II Appraiser I Subcontractors Preparation for Court Appearances Depositions, Court Appearances, Arbitrations / Mediations, Hearings, and Testimony $285.00 $230.00 $175.00 $155.00 $135.00 $110.00 $95.00 Lump Sum $230.00 $210.00 $185.00 Cost + 10% $300.00 $400.00 Avila and Associates Consulting Engineers, Inc. Rate (Jan 1, 2024 — Dec 31, 2024) Project Manager Senior Engineer Associate Engineer Assistant Civil Engineer 1 Junior Civil Engineer 1 Administrative 1 GIS Specialist $257.00 $184.00 $152.00 $125.00 $105.00 $79.00 $126.00 Personnel Charges: Charges for personnel engaged in professional and/or technical work are based on the actual hours directly chargeable to the project. Materials and Services: Subcontractors, special equipment, and outside reproduction, data processing, computer services, etc., will be charged at cost with a 10% markup. Standard mileage rate at current federal mileage reimbursement rate. Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 Consor North America, Inc. for Civil Engineering and Surveying Services Exhibit B — Page 2 of 6 48 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D Subtronic Rate Project Administrator Pothole Crew Leader Pothole Laborer Senior Locator / Surveyor Lead Laborer $103.00 $157.87 $157.87 $182.50 $161.09 Panorama Environmental Rate Principal Director / Senior Manager Senior Project Manager Project Manager / Senior Planner II Project Manager / Senior Planner I Environmental Planner III Environmental Planner II Environmental Planner I Contract Manager Technical Editor GIS Specialist GIS Analyst $265.00 $220.00 $200.00 $190.00 $180.00 $170.00 $155.00 $140.00 $155.00 $120.00 $155.00 $125.00 Other Charges: Mileage is charged at the IRS Standard Rates for the current year. Travel expenses are billed at cost. Outside services, equipment, and facilities not furnished directly by Panorama will be billed at cost plus 15% including, but not limited to: • Shipments and express delivery • Printing and photographic reproductions • Rental of equipment • Special fees, permits, insurance, etc. • Subcontractors • Supplies PARIKH Practicing in the Geosciences Staff Category Project Manager Sr. Project Engineer / QA QC Manager Sr. Project Engineer / Geologist Project Engineer Project Geologist Sr. Staff Engineer / PE Staff Engineer Field Engineer / Geologist Lab Technician Drafting / Cadd Tech Contract Administration Field Engineer / Prevailing Wage Rate (1/1124 -12/31/24) Actual Billing $110 - $125 $70 - $90 $50 - $85 $50 - $70 $40 - $65 $40 - $55 $30 - $55 $25 - $65 $25 - $45 $25 - $55 $70 - $90 $330 - $375 $210 - $270 $150 - $255 $150 - $210 $120 - $195 $120 - $165 $90 - $165 $75 - $195 $75 - $135 $75 - $165 $210 - $270 Rate (1/1125 -12/31/25) Rate (1/1/26- 12131/26) Actual Billing Actual Billing $116 - $131 $346 - $393 $121 - $138 $363 - $413 $74 - $95 $220 - $283 $77 - $99 $231 - $297 $53 - $89 $157 - $267 $55 - $94 $165 - $282 $53 - $74 $157 - $220 $55 - $77 $165 - $231 $42 - $68 $126 - $204 $44 - $72 $132 - $216 $42 - $58 $126 - $173 $44 - $61 $132- $183 $32 - $58 $94 - $173 $33 - $61 $99 - $183 $26 - $68 $79 - $204 $28 - $72 $83 - $216 $26 - $47 $79 - $142 $28 - $50 $83 - $150 $26 - $58 $79 - $173 $28 - $61 $83 - $183 $74 - $95 $220 - $283 $77 - $99 $231 - $297 TBD Consulting Services Agreement between City of Dublin and Consor North America, Inc. for Civil Engineering and Surveying Services Last revised 7/1/2024 Exhibit B — Page 3 of 6 49 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D Schedule of Other Direct Cost Items Description of Item Unit Cost Permits At Cost Exploration Costs At Cost Grouting of holes (per foot) At Cost Cutting Disposal At Cost Traffic control At Cost Reproduction (outside) At Cost Independent Laboratory testing (rates for test types vary) At Cost Hazardous Material Testing (outside services) At Cost Notes: 1) The hourly billing rates are calculated based on an approved OH rate of 172.37% and 10% fee. 2) Assumed escalations are on an average of 5% per year. 3) Prevailing wage will apply to field personnel performing Materials Testing work with the project - specific determination per the Department of Industrial Relations (DIR) requirements. Construction Phase: All time spent over 8 hours per day and Saturdays for field personnel will be charged at 1.5 times the hourly rate. Sunday work will be charged at twice the hourly rate. All charges are portal-to- portal and mileage will be charged at 65.5 cents per mile. Field time, including travel time, will be charged in a two-hour increment. Any chargeable time that falls in between these increments will be charged at the rate of the next two-hour increment. Prevailing wages will dictate the field rates wherever applicable. Outside Services: Drilling rental of special equipment and other outside charges will be invoiced at cost plus 10%. Direct contracting/billing and payment will not incur these costs. Outside services, beyond those included in the proposal, will not be performed without prior authorization from the Client. Miscellaneous outside reimbursable expenses encountered during the performance of our work, such as printing and other incidentals, will be billed at cost plus 10%. Outside services, beyond those included in the proposal, will not be performed without prior authorization from the Client. The hourly rates indicated above shall remain in effect through December 2026. O'Dell Engineering Rate Principal Senior Civil Engineer Senior Engineer 2 Senior Engineer 1 Engineer 2 Engineer 1 Assistant Engineer 2 Assistant Engineer 1 Senior Landscape Architect 2 Senior Landscape Architect 1 $310.00 $242.00 $221.00 $204.00 $200.00 $189.00 $163.00 $147.00 $221.00 $200.00 Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 Consor North America, Inc. for Civil Engineering and Surveying Services Exhibit B — Page 4 of 6 50 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1D Landscape Architect 2 Landscape Architect 1 Landscape Designer 3 Landscape Designer 2 Landscape Designer 1 Planner Assistant Planner Dry Utility Project Manager 2 Dry Utility Project Manager 1 Utility Engineer CADD Operator 2 CADD Operator 1 Surveyor Manager Senior Land Surveyor Senior Surveyor 2 Senior Surveyor 1 Surveyor 2 Surveyor 1 Assistant Surveyor 2 Assistant Surveyor 1 Survey Crew 2-man / 1 -man Survey Crew 2-man / 1-man (Prevailing Wage) Administrative 3 Administrative 2 Administrative 1 Outside Services & Reproduction: Cost of services and expenses charged to O'Dell Engineering by outside consultants, commercial printers, and professional or technical firms engaged in connection with the project. Travel: Mileage, per diem, and subsistence are not normally charged to the client unless specific prior authorization is negotiated between client and consultant. Note: Rates Subject to 5% Escalation Per Year TJKM Dedicated Transportation Professionals Principal Director Senior Project Manager Project Manager Senior Transportation Engineer Transportation Engineer Assistant Transportation Engineer Senior Transportation Planner Transportation Planner Consulting Services Agreement between City of Dublin and Consor North America, Inc. for Civil Engineering and Surveying Services $189.00 $179.00 $174.00 $163.00 $153.00 $195.00 $158.00 $189.00 $168.00 $153.00 $132.00 $105.00 $226.00 $216.00 $210.00 $189.00 $168.00 $158.00 $147.00 $132.00 $347.00 / $200.00 $437.00 / $252.00 $158.00 $137.00 $116.00 Actual cost plus 10% Actual cost plus 10% Rate $265.00 $245.00 $210.00 $200.00 $185.00 $145.00 $135.00 $185.00 $145.00 Last revised 7/1/2024 Exhibit B - Page 5 of 6 51 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D Assistant Transportation Planner GIS Specialist Graphics Designer Designer Technical Staff II Administration Staff Production Staff Reimbursable Expenses Plotting (per sheet) Travel Cost (per mile, subject to change; based on IRS standard mileage rates) $135.00 $110.00 $110.00 $105.00 $95.00 $90.00 $65.00 $18.00 $0.67 All outside services are billed at cost plus a ten percent margin for handling. Expert Witness charges available upon request. Rates Effective May 1, 2023 Rates Subject to Change Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 Consor North America, Inc. for Civil Engineering and Surveying Services Exhibit B — Page 6 of 6 52 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D EXHIBIT C INDEMNIFICATION A. Consultant shall, to the extent permitted by law, including without limitation California Civil Code 2782 and 2782.8, indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its employees, agents, volunteers, and elective and appointive boards, from all claims, losses, and damages, including property damage, personal injury, death, and liability of every kind, nature and description, arising out of, pertaining to or related to the negligence, recklessness or willful misconduct of Consultant or any person directly or indirectly employed by, or acting as agent for, Consultant, during and after completion of Consultant's work under this Agreement. B. With respect to those claims arising from a professional error or omission, Consultant shall defend, indemnify and hold harmless the City (including its elected officials, officers, employees, and volunteers) from all claims, losses, and damages arising from the professionally negligent acts, errors or omissions of Consultant, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. C. Consultant's obligation under this section does not extend to that portion of a claim caused in whole or in part by the sole negligence or willful misconduct of the City. D. Consultant shall also indemnify, defend and hold harmless the City from all suits or claims for infringement of any patent rights, copyrights, trade secrets, trade names, trademarks, service marks, or any other proprietary rights of any person or persons because of the City or any of its officers, employees, volunteers, or agents use of articles, products things, or services supplied in the performance of Consultant's services under this Agreement, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 Consor North America, Inc. for On -Call Civil Engineering and Surveying Services Exhibit C — Page 1 of 1 53 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1D EXHIBIT D PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS PURSUANT TO CALIFORNIA LABOR CODE SECTION 1720 ET SEQ. HOURS OF WORK: A. In accordance with California Labor Code Section 1810, 8 hours of labor in performance of the services described in Exhibit A shall constitute a legal day's work under this contract. B. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to 8 hours during any one calendar day, and 40 hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of 8 hours during any one calendar day and 40 hours during any one calendar week is permitted upon compensation for all hours worked in excess of 8 hours during any one calendar day and 40 hours during any one calendar week at not less than one -and -one-half times the basic rate of pay. C. The Consultant and its subcontractors shall forfeit as a penalty to the City $25 for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day, or more than 40 hours in any one calendar week, in violation of the provisions of California Labor Code Section 1810 and following. WAGES: A. In accordance with California Labor Code Section 1773.2, the City has determined the general prevailing wages in the locality in which the services described in Exhibit A are to be performed for each craft or type of work needed to be as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research, a copy of which is on file in the City Public Works Office and shall be made available on request. The Consultant and subcontractors engaged in the performance of the services described in Exhibit A shall pay no less than these rates to all persons engaged in performance of the services described in Exhibit A. B. In accordance with California Labor Code Section 1775, the Consultant and any subcontractors engaged in performance of the services described in Exhibit A shall comply with California Labor Code Section 1775, which establishes a penalty for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the specified prevailing wage. The amount of such penalty shall be determined by the Labor Commissioner and shall be based on consideration of the mistake, inadvertence, or neglect of the Consultant or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of the Consultant or subcontractor in meeting applicable prevailing wage obligations, or the willful failure by the Consultant or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 Consor North America, Inc. for On -Call Civil Engineering and Surveying Services Exhibit D — Page 1 of 3 54 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D prevailing wages is not excusable if the Consultant or subcontractor had knowledge of their obligations under the California Labor Code. The Consultant or subcontractor shall pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. If a subcontractor worker engaged in performance of the services described in Exhibit A is not paid the general prevailing per diem wages by the subcontractor, the Consultant is not liable for any penalties therefore unless the Consultant had knowledge of that failure or unless the Consultant fails to comply with all of the following requirements: 1. The contract executed between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. 2. The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor's certified payroll records. 3. Upon becoming aware of a subcontractor's failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4. Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. C. In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 1. The information contained in the payroll record is true and correct. 2. The employer has complied with the requirements of California Labor Code Sections 1771, 1811, and 1815 for any work performed by the employer's employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be submitted directly to the Labor Commission, and available for inspection by the Owner and its authorized representatives, the Division of Labor Standards Enforcement, the Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 Consor North America, Inc. for On -Call Civil Engineering and Surveying Services Exhibit D — Page 2 of 3 55 DocuSign Envelope ID: AOFF97EC-24A7-4600-AE61-5D8ADE9A6A1 D Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. D. In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. E. In case it becomes necessary for the Consultant or any subcontractor engaged in performance of the services described in Exhibit A to employ for the services described in Exhibit A any person in a trade or occupation (except executive, supervisory, administrative, clerical, or other non -manual workers as such) for which no minimum wage rate has been determined by the Director of the Department of Industrial Relations, the Consultant or subcontractor shall pay the minimum rate of wages specified therein for the classification which most nearly corresponds to services described in Exhibit A to be performed by that person. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 3070368.1 Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 Consor North America, Inc. for On -Call Civil Engineering and Surveying Services Exhibit D — Page 3 of 3 56 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND CSW/STUBER-STROEH ENGINEERING GROUP FOR ON -CALL CIVIL ENGINEERING AND SURVEYING SURVICES THIS AGREEMENT for consulting services is made by and between the City of Dublin ("City") and CSW/Stuber-Stroeh Engineering Group ("Consultant") (together sometimes referred to as the "Parties") as of July 1, 2024 (the "Effective Date"). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2027, the date of completion specified in Exhibit A, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City's right to terminate the Agreement as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged. 1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 1 of 17 57 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA standard of performance provided in Subsection 1.2 above and to satisfy Consultant's obligations hereunder. 1.5 Public Works Requirements. Because the services described in Exhibit A include "work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work," the services constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, Consultant is required to comply with the provisions of the California Labor Code applicable to public works, to the extent set forth in Exhibit D. 1.6 Public Works Contractor Registration. Consultant agrees, in accordance with Section 1771.1 of the California Labor Code, that Consultant or any subconsultant shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 1 of Part 7 of Division 2 of the California Labor Code, unless currently registered and qualified to perform public work pursuant to California Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to California Labor Code section 1725.5. Consultant agrees, in accordance with Section 1771.4 of the California Labor Code, that if the work under this Agreement qualifies as public work, it is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $4,000,000, notwithstanding any contrary indications that may be contained in Consultant's proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant's proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant's estimated costs of Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 2 of 17 58 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information: ■ Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.; ■ The beginning and ending dates of the billing period; ■ A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; ■ A copy of the applicable time entries or time sheets shall be submitted showing the following: o Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work, and each reimbursable expense ■ The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder; ■ The Consultant's signature; ■ Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours within a 12- month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 3 of 17 59 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA necessary to complete work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Consultant and City, if applicable. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10% of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit B. Expenses not listed in Exhibit B are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 4 of 17 60 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid or proposal. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF THIS AGREEMENT PRIOR TO EXECUTION. Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers' Compensation. 4.1.1 General Requirements. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 5 of 17 61 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Consultant, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; and b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Consultant, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $1,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including without limitation, blanket contractual liability and the use of owned and non -owned automobiles. 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 6 of 17 62 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an "occurrence" basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims -made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Consultant; or automobiles owned, leased, hired, or borrowed by the Consultant. c. Consultant hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Consultant agrees to obtain any endorsements that may be necessary to effect this waiver of subrogation. d. For any claims related to this Agreement or the work hereunder, the Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; b. Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 7 of 17 63 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA d. Primary Insurance Endorsement as required by the section. 4.3 Professional Liability Insurance. 4.3.1 General Requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than $2,000,000 covering the licensed professionals' errors and omissions. Any deductible or self -insured retention shall not exceed $150,000 per claim. 4.3.2 Claims -Made Limitations. The following provisions shall apply if the professional liability coverage is written on a claims -made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least 3 years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims -made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of 3 years after completion of work under this Agreement. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Submittal Requirements. To comply with Subsection 4.3, Consultant shall submit the Certificate of Liability Insurance in the amounts specified in the section. 4.4 All Policies Requirements. 4.4.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of Coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 8 of 17 64 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA Certificates of Liability Insurance delivered to Consultant by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, it shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Deductibles and Self -Insured Retentions. Consultant shall disclose to and obtain the written approval of City for the self - insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the City, its officers, employees, and volunteers; or the Consultant shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.4.4 Wasting Policies. No policy required by this Section 4 shall include a "wasting" policy limit (i.e. limit that is eroded by the cost of defense). 4.4.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days' prior written notice has been provided to the City. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach: Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 9 of 17 65 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA ■ Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; ■ Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or ■ Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT'S RESPONSIBILITIES. Refer to the attached Exhibit C, which is incorporated herein and made a part of this Agreement. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant further acknowledges that Consultant performs Services outside the usual course of the City's business; and is customarily engaged in an independently established trade, occupation, or business of the same nature as the Consultant performs for the City and has the option to perform such work for other entities. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 10 of 17 66 DocuSign Envelope ID: E1AD2221-4680-4B96-9927-6126F055B9EA Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws and regulations applicable to the performance of the work hereunder, including but not limited to, the California Building Code, the Americans with Disabilities Act, and any copyright, patent or trademark law. Consultant's failure to comply with any law(s) or regulation(s) applicable to the performance of the work hereunder shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person's race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable local, state, or federal laws (each a "Protected Characteristic"), against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 11 of 17 67 DocuSign Envelope ID: E1AD2221-4680-4B96-9927-6126F055B9EA Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon 30 days' written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 12 of 17 68 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City's remedies shall include, but are not limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Consultant's Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 13 of 17 69 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Section 10. MISCELLANEOUS PROVISIONS. 10.1 Attorneys' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severabilitv. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 14 of 17 70 DocuSign Envelope ID: E1AD2221-4680-4B96-9927-6126F055B9EA 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous 12 months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. At City's sole discretion, Consultant may be required to file with the City a Form 700 to identify and document Consultant's economic interests, as defined and regulated by the California Fair Political Practices Commission. If Consultant is required to file a Form 700, Consultant is hereby advised to contact the Dublin City Clerk for the Form 700 and directions on how to prepare it. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: Robert Stevens, PE, TE 5870 Stoneridge Mall Road, Suite 203 Pleasanton, CA 94588 Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 15 of 17 71 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA Any written notice to City shall be sent to: City of Dublin Att: City Engineer 100 Civic Plaza Dublin, CA 94568 10.11 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, C, and D represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Compensation Schedule & Reimbursable Expenses Exhibit C Indemnification Exhibit D California Labor Code Section 1720 Information 10.12 Counterparts and Electronic Signatures. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. Counterparts delivered and/or signatures executed by City -approved electronic or digital means shall have the same force and effect as the use of a manual signature. Both Parties desire this Agreement to be electronically signed in accordance with applicable federal and California law. Either Party may revoke its agreement to use electronic signatures at any time by giving notice to the other Party. 10.13 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Consultant's signature below Consultant certifies that Consultant, and any parent entities, subsidiaries, successors or subunits of Consultant are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 16 of 17 72 DocuSign Envelope ID: E1AD2221-4680-4B96-9927-6126F055B9EA The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. CITY OF DUBLIN CSW/Stuber-Stroeh Engineering Group Linda Smith D'Ambrosio, City Manager Attest: Marsha Moore, City Clerk Approved as to Form: City Attorney 3070368.1 DocuSigned by: -7BE69A4EF28B4F7... Robert Stevens, President President/CEO Consultant's DIR Registration Number (if applicable) Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Pg. 17 of 17 73 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA EXHIBIT A SCOPE OF SERVICES Services may include professional civil engineering, design, and surveying, as well as staff augmentation. Design Services Shall include, but not limited to: • Prepare all necessary project environmental documents and resource agency permit applications or manage environmental sub -consultants work and implement the environmental mitigation measures in the design of projects. • Perform or manage sub -consultants in the preparation of geotechnical services required on projects, including determination of soil "R" values, pavement structural section, and other required soil characteristics for design of structures. • Prepare preliminary design of projects and alternative design studies, project study reports, etc., as required, with associated preliminary cost estimates. • Perform right-of-way engineering including right-of-way base map, exhibits, plat maps and legal descriptions. • As necessary, manage sub -consultants' work in preparing appraisal reports and right-of-way acquisition. • Perform project design at the 35%, 65%, 95% and 100% PS&E levels, including cost estimates and basis of design memoranda, as required by the City. • Perform quality control and quality assurance (QA/QC) review of all documents prior to submittal to the City for review. Provide copies of QA/QC review comments, as requested by the City. • Prepare Storm Water Quality and Erosion Control plans in compliance with the latest requirements of the California Regional Water Control Board, San Francisco Bay Area region, and in compliance with the Municipal Regional Permit. Complete any necessary Storm Water Management/Control Plan and associated C.3 Checklist for the City's records and suitable for annual reporting. • Prepare hydrology and hydraulics reports, studies, and calculations, as required by the City. • Prepare or manage sub -consultants in the preparation of transportation and traffic signal related improvements and modifications, which may include crosswalk safety improvements, bike lanes, separated bikeways, street light design and photometrics analysis. • Prepare final engineering cost estimates and contract bid documents based on the latest bid item unit costs, Caltrans Specifications and Standard Plans, and federal requirements on federally funded projects, both transportation projects and FEMA/CaIOES related projects. Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh Last revised 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Exhibit A — Pg. 1 of 4 74 DocuSign Envelope ID: E1AD2221-4680-4B96-9927-6126F055B9EA • Provide design support services during construction and prepare final record drawings based on as -built drawings provided by the City. Surveying services (in house surveying is highly desired, but not required) Shall include, but not limited to: • Perform topographic surveys. • Perform utility research and coordination with utility companies. • Perform base mapping. • Perform Construction staking. • Complete Record of survey. • Prepare plat maps, topographic surveys, right-of-way determination, right-of-way takes/vacations, legal descriptions. • Provide Real Property assistance, such as obtaining preliminary title reports, appraisals, and negotiations with property owners. • Obtain temporary construction easements. • Prepare grant deeds, grant of easements, right of entry permits/agreements and temporary construction easements. • Perform boundary surveys. Staff Augmentation Services Shall include, but not limited to: • Support of small to medium-sized capital projects including the preparation of staff reports, engineering studies, project planning and coordination with other agencies and utilities. • Assist the City in acquiring the necessary approvals from Caltrans Local Assistance Division on federally -funded transportation projects, including preparation of forms and documents to acquire project E-76 approval to each phase, including construction, and/or approvals from other funding agencies including the Alameda County Transportation Commission and Metropolitan Transportation Commission. • Assist the City in acquiring the necessary approvals from FEMA and/or CaIOES for federally -funded disaster related projects. • Assist the City in managing consultant work including signing, striping, traffic handling and stage construction, landscaping, utility undergrounding, irrigation, and roadway lighting. • Assist the City in managing the construction of small to medium-sized projects including advertisement of projects, response to requests for information, review of bids, award of contract, project accounting, and closeout. Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh Last revised 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Exhibit A — Pg. 2 of 4 75 DocuSign Envelope ID: E1AD2221-4680-4B96-9927-6126F055B9EA • Prepare baseline project design schedule using critical path method and update schedule as necessary. • Prepare applications for and assist the City with obtaining the necessary permits and approvals from appropriate agencies or utility companies. Consultants' staff may be asked to make presentations and/or attend City Council meetings, provide community outreach, and serve as a subject matter expert, on behalf of the City. Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh Last revised 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Exhibit A — Pg. 3 of 4 76 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA List of Potential Projects Potential projects in which the City may require support during the term of the contract. Projects vary in size and complexity. The City reserves the right to add or delete projects from this list. ADA Transition Plan Improvements Alamo Creek Park and Assessment District Fence Replacement Annual Street Resurfacing City Monument Signs Citywide Bicycle and Pedestrian Improvements Citywide Energy Improvements Citywide Signal Communications Upgrade Downtown Dublin Street Grid Network Dublin Ranch Streetlight Improvements Eastern Dublin TIF Program Electric Vehicle (EV) Charging Stations Golden Gate Drive Intersections Improvements Green Storm Water Infrastructure Intelligent Transportation System Upgrade Iron Horse Nature Park and Open Space Marquee Signs Resiliency and Disaster Preparedness Improvements Storm Drain Assessment Stormwater Trash Capture Device installation Tassajara Road Realignment and Widening — Fallon Road to Northern City Limit Tassajara Road Improvements — North Dublin Ranch Drive to Quarry Lane Traffic Signal and Roadway Safety Improvements Village Parkway Reconstruction and Complete Streets Improvements 1 Western Dublin TIF Program Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh Last revised 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Exhibit A — Pg. 4 of 4 77 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA EXHIBIT B COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES BILLING RATE SCHEDULE Effective January 1, 2024 — December 31, 2024 ENGINEERING SERVICES HOURLY RATES Senior Engineer Engineer III Engineer II Engineer I Engineer Technician Engineer Assistant $201.00 $194.00 $175.00 $144.00 $131.00 $101.00 SURVEYING SERVICES HOURLY RATES Senior Surveyor Surveyor III Surveyor II Surveyor I Survey Technician Survey Assistant Two Person Survey Party Survey Party Chief Survey Chainman Survey Apprentice Aerial Drone Surveyor $201.00 $194.00 $175.00 $144.00 $131.00 $101.00 $340.00 $220.00 $120.00 $112.00 $217.00 OTHER PROFESSIONAL SERVICES HOURLY RATES Principal $269.00 Associate Principal $245.00 Senior Project Manager $240.00 Project Manager $226.00 Sr. Landscape Architect $172.00 Landscape Architect $156.00 Construction Manager $235.00 Resident Engineer $226.00 Field Engineer $194.00 Technical Writer $138.00 Graphic Illustrator $131.00 Project Assistant $101.00 Please note all reimbursable costs are included in rates above. All CPI increases shall be calculated by Consultant and requested for adjustment each May, effective each Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh Last revised 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Exhibit B — Pg. 1 of 2 78 DocuSign Envelope ID: E1AD2221-4680-4B96-9927-6126F055B9EA Rate increases shall not exceed 3% and shall be based on the San Francisco Bay Area Consumer. Price Index CPI for that period of time and this shall be submitted to the Public Works Management Analyst, or their designee, for approval prior to taking effect. Remit invoices to: PWInvoices(a�dublin.ca.gov Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh Last revised 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Exhibit B — Pg. 2 of 2 79 DocuSign Envelope ID: E1AD2221-4680-4B96-9927-6126F055B9EA EXHIBIT C INDEMNIFICATION A. Consultant shall, to the extent permitted by law, including without limitation California Civil Code 2782 and 2782.8, indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its employees, agents, volunteers, and elective and appointive boards, from all claims, losses, and damages, including property damage, personal injury, death, and liability of every kind, nature and description, arising out of, pertaining to or related to the negligence, recklessness or willful misconduct of Consultant or any person directly or indirectly employed by, or acting as agent for, Consultant, during and after completion of Consultant's work under this Agreement. B. With respect to those claims arising from a professional error or omission, Consultant shall defend, indemnify and hold harmless the City (including its elected officials, officers, employees, and volunteers) from all claims, losses, and damages arising from the professionally negligent acts, errors or omissions of Consultant, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. C. Consultant's obligation under this section does not extend to that portion of a claim caused in whole or in part by the sole negligence or willful misconduct of the City. D. Consultant shall also indemnify, defend and hold harmless the City from all suits or claims for infringement of any patent rights, copyrights, trade secrets, trade names, trademarks, service marks, or any other proprietary rights of any person or persons because of the City or any of its officers, employees, volunteers, or agents use of articles, products things, or services supplied in the performance of Consultant's services under this Agreement, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh Last revised 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Exhibit C — Page 1 of 1 80 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA EXHIBIT D PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS PURSUANT TO CALIFORNIA LABOR CODE SECTION 1720 ET SEQ. HOURS OF WORK: A. In accordance with California Labor Code Section 1810, 8 hours of labor in performance of the services described in Exhibit A shall constitute a legal day's work under this contract. B. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to 8 hours during any one calendar day, and 40 hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of 8 hours during any one calendar day and 40 hours during any one calendar week is permitted upon compensation for all hours worked in excess of 8 hours during any one calendar day and 40 hours during any one calendar week at not less than one -and -one-half times the basic rate of pay. C. The Consultant and its subcontractors shall forfeit as a penalty to the City $25 for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day, or more than 40 hours in any one calendar week, in violation of the provisions of California Labor Code Section 1810 and following. WAGES: A. In accordance with California Labor Code Section 1773.2, the City has determined the general prevailing wages in the locality in which the services described in Exhibit A are to be performed for each craft or type of work needed to be as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research, a copy of which is on file in the City Public Works Office and shall be made available on request. The Consultant and subcontractors engaged in the performance of the services described in Exhibit A shall pay no less than these rates to all persons engaged in performance of the services described in Exhibit A. B. In accordance with California Labor Code Section 1775, the Consultant and any subcontractors engaged in performance of the services described in Exhibit A shall comply with California Labor Code Section 1775, which establishes a Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh Last revised 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Exhibit D — Pg. 1 of 3 81 DocuSign Envelope ID: ElAD2221-4680-4B96-9927-6126F055B9EA penalty for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the specified prevailing wage. The amount of such penalty shall be determined by the Labor Commissioner and shall be based on consideration of the mistake, inadvertence, or neglect of the Consultant or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of the Consultant or subcontractor in meeting applicable prevailing wage obligations, or the willful failure by the Consultant or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of prevailing wages is not excusable if the Consultant or subcontractor had knowledge of their obligations under the California Labor Code. The Consultant or subcontractor shall pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. If a subcontractor worker engaged in performance of the services described in Exhibit A is not paid the general prevailing per diem wages by the subcontractor, the Consultant is not liable for any penalties therefore unless the Consultant had knowledge of that failure or unless the Consultant fails to comply with all of the following requirements: 1. The contract executed between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. 2. The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor's certified payroll records. 3. Upon becoming aware of a subcontractor's failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4. Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh Last revised 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Exhibit D — Pg. 2 of 3 82 DocuSign Envelope ID: E1AD2221-4680-4B96-9927-6126F055B9EA C. In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 1. The information contained in the payroll record is true and correct. 2. The employer has complied with the requirements of California Labor Code Sections 1771, 1811, and 1815 for any work performed by the employer's employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be submitted directly to the Labor Commission, and available for inspection by the Owner and its authorized representatives, the Division of Labor Standards Enforcement, the Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. D. In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. E. In case it becomes necessary for the Consultant or any subcontractor engaged in performance of the services described in Exhibit A to employ for the services described in Exhibit A any person in a trade or occupation (except executive, supervisory, administrative, clerical, or other non -manual workers as such) for which no minimum wage rate has been determined by the Director of the Department of Industrial Relations, the Consultant or subcontractor shall pay the minimum rate of wages specified therein for the classification which most nearly corresponds to services described in Exhibit A to be performed by that person. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 3070368.1 Consulting Services Agreement between City of Dublin and CSW/Stuber-Stroeh Last revised 7/1/2024 Engineering Group for On -Call Civil Engineering and Surveying Services Exhibit D — Pg. 3 of 3 83 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND KIMLEY-HORN AND ASSOCIATES, INC. FOR ON -CALL CIVIL ENGINEERING AND SURVEYING SERVICES THIS AGREEMENT for consulting services is made by and between the City of Dublin ("City") and Kimley-Horn and Associates, Inc. ("Consultant") (together sometimes referred to as the "Parties") as of July 1, 2024 (the "Effective Date"). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2027, the date of completion specified in Exhibit A, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City's right to terminate the Agreement as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged. 1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 1 of 17 84 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA standard of performance provided in Subsection 1.2 above and to satisfy Consultant's obligations hereunder. 1.5 Public Works Requirements. Because the services described in Exhibit A include "work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work," the services constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, Consultant is required to comply with the provisions of the California Labor Code applicable to public works, to the extent set forth in Exhibit D. 1.6 Public Works Contractor Registration. Consultant agrees, in accordance with Section 1771.1 of the California Labor Code, that Consultant or any subconsultant shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 1 of Part 7 of Division 2 of the California Labor Code, unless currently registered and qualified to perform public work pursuant to California Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to California Labor Code section 1725.5. Consultant agrees, in accordance with Section 1771.4 of the California Labor Code, that if the work under this Agreement qualifies as public work, it is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $4,000,000, notwithstanding any contrary indications that may be contained in Consultant's proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant's proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant's estimated costs of providing the services required hereunder, including salaries and benefits of employees Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 2 of 17 85 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information: ■ Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.; ■ The beginning and ending dates of the billing period; ■ A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; ■ A copy of the applicable time entries or time sheets shall be submitted showing the following: o Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work, and each reimbursable expense ■ The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder; ■ The Consultant's signature; ■ Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours within a 12- month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete work described in Exhibit A and the estimate of Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 3 of 17 86 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA time necessary to complete work under any other agreement between Consultant and City, if applicable. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10% of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit B. Expenses not listed in Exhibit B are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 4 of 17 87 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid or proposal. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF THIS AGREEMENT PRIOR TO EXECUTION. Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers' Compensation. 4.1.1 General Requirements. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 5 of 17 88 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA the alternative, Consultant may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Consultant, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; and b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Consultant, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $1,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including without limitation, blanket contractual liability and the use of owned and non -owned automobiles. 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an "occurrence" basis. Automobile coverage shall be at least as broad as Insurance Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 6 of 17 89 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims -made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Consultant; or automobiles owned, leased, hired, or borrowed by the Consultant. c. Consultant hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Consultant agrees to obtain any endorsements that may be necessary to effect this waiver of subrogation. d. For any claims related to this Agreement or the work hereunder, the Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; b. Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and d. Primary Insurance Endorsement as required by the section. 4.3 Professional Liability Insurance. Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 7 of 17 90 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA 4.3.1 General Requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than $2,000,000 covering the licensed professionals' errors and omissions. Any deductible or self -insured retention shall not exceed $150,000 per claim. 4.3.2 Claims -Made Limitations. The following provisions shall apply if the professional liability coverage is written on a claims -made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least 3 years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims -made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of 3 years after completion of work under this Agreement. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Submittal Requirements. To comply with Subsection 4.3, Consultant shall submit the Certificate of Liability Insurance in the amounts specified in the section. 4.4 All Policies Requirements. 4.4.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of Coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Consultant by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 8 of 17 91 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA Consultant beginning work, it shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Deductibles and Self -Insured Retentions. Consultant shall disclose to and obtain the written approval of City for the self - insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the City, its officers, employees, and volunteers; or the Consultant shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.4.4 Wasting Policies. No policy required by this Section 4 shall include a "wasting" policy limit (i.e. limit that is eroded by the cost of defense). 4.4.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days' prior written notice has been provided to the City. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach: ■ Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; ■ Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 9 of 17 92 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA ■ Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT'S RESPONSIBILITIES. Refer to the attached Exhibit C, which is incorporated herein and made a part of this Agreement. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant further acknowledges that Consultant performs Services outside the usual course of the City's business; and is customarily engaged in an independently established trade, occupation, or business of the same nature as the Consultant performs for the City and has the option to perform such work for other entities. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws and regulations applicable to the performance of the work hereunder, including but not limited to, the California Building Code, the Americans with Disabilities Act, and any copyright, patent or Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 10 of 17 93 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA trademark law. Consultant's failure to comply with any law(s) or regulation(s) applicable to the performance of the work hereunder shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person's race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable local, state, or federal laws (each a "Protected Characteristic"), against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon 30 days' written notice to City and shall include in such notice the reasons for cancellation. Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 11 of 17 94 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City's remedies shall include, but are not limited to, the following: 8.6.1 Immediately terminate the Agreement; Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 12 of 17 95 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Consultant's Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 13 of 17 96 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA Section 10. MISCELLANEOUS PROVISIONS. 10.1 Attorneys' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severabilitv. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 14 of 17 97 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA If Consultant was an employee, agent, appointee, or official of the City in the previous 12 months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. At City's sole discretion, Consultant may be required to file with the City a Form 700 to identify and document Consultant's economic interests, as defined and regulated by the California Fair Political Practices Commission. If Consultant is required to file a Form 700, Consultant is hereby advised to contact the Dublin City Clerk for the Form 700 and directions on how to prepare it. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: Akash Patel, P.E. 4637 Chabot Drive, Suite 200 Pleasanton, CA 94588 Any written notice to City shall be sent to: City of Dublin Att: City Engineer 100 Civic Plaza Dublin, CA 94568 10.11 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, C, and D represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 15 of 17 98 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA Exhibit A Scope of Services Exhibit B Compensation Schedule & Reimbursable Expenses Exhibit C Indemnification Exhibit D California Labor Code Section 1720 Information 10.12 Counterparts and Electronic Signatures. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. Counterparts delivered and/or signatures executed by City -approved electronic or digital means shall have the same force and effect as the use of a manual signature. Both Parties desire this Agreement to be electronically signed in accordance with applicable federal and California law. Either Party may revoke its agreement to use electronic signatures at any time by giving notice to the other Party. 10.13 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Consultant's signature below Consultant certifies that Consultant, and any parent entities, subsidiaries, successors or subunits of Consultant are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 16 of 17 99 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. CITY OF DUBLIN KIMLEY-HORN AND ASSOCIATES, INC. Linda Smith D'Ambrosio, City Manager Attest: Marsha Moore, City Clerk Approved as to Form: City Attorney 3070368.1 HDocuSigned by: OLIA, PAO" John Pulliam, Vice President 1000010686 Consultant's DIR Registration Number (1000010686) Consulting Services Agreement between City of Dublin and Kimley-Horn 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Page 17 of 17 100 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA EXHIBIT A SCOPE OF SERVICES Services may include professional civil engineering, design, and surveying, as well as staff augmentation. Design Services Shall include, but not limited to: • Prepare all necessary project environmental documents and resource agency permit applications or manage environmental sub -consultants work and implement the environmental mitigation measures in the design of projects. • Perform or manage sub -consultants in the preparation of geotechnical services required on projects, including determination of soil "R" values, pavement structural section, and other required soil characteristics for design of structures. • Prepare preliminary design of projects and alternative design studies, project study reports, etc., as required, with associated preliminary cost estimates. • Perform right-of-way engineering including right-of-way base map, exhibits, plat maps and legal descriptions. • As necessary, manage sub -consultants' work in preparing appraisal reports and right-of-way acquisition. • Perform project design at the 35%, 65%, 95% and 100% PS&E levels, including cost estimates and basis of design memoranda, as required by the City. • Perform quality control and quality assurance (QA/QC) review of all documents prior to submittal to the City for review. Provide copies of QA/QC review comments, as requested by the City. • Prepare Storm Water Quality and Erosion Control plans in compliance with the latest requirements of the California Regional Water Control Board, San Francisco Bay Area region, and in compliance with the Municipal Regional Permit. Complete any necessary Storm Water Management/Control Plan and associated C.3 Checklist for the City's records and suitable for annual reporting. • Prepare hydrology and hydraulics reports, studies, and calculations, as required by the City. • Prepare or manage sub -consultants in the preparation of transportation and traffic signal related improvements and modifications, which may include crosswalk safety improvements, bike lanes, separated bikeways, street light design and photometrics analysis. • Prepare final engineering cost estimates and contract bid documents based on the latest bid item unit costs, Caltrans Specifications and Standard Plans, and Consulting Services Agreement between City of Dublin and Kimley-Horn Last revised 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Exhibit A — Page 1 of 4 101 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA federal requirements on federally funded projects, both transportation projects and FEMA/CaIOES related projects. • Provide design support services during construction and prepare final record drawings based on as -built drawings provided by the City. Surveying services (in house surveying is highly desired, but not required) Shall include, but not limited to: • Perform topographic surveys. • Perform utility research and coordination with utility companies. • Perform base mapping. • Perform Construction staking. • Complete Record of survey. • Prepare plat maps, topographic surveys, right-of-way determination, right-of-way takes/vacations, legal descriptions. • Provide Real Property assistance, such as obtaining preliminary title reports, appraisals, and negotiations with property owners. • Obtain temporary construction easements. • Prepare grant deeds, grant of easements, right of entry permits/agreements and temporary construction easements. • Perform boundary surveys. Staff Augmentation Services Shall include, but not limited to: • Support of small to medium-sized capital projects including the preparation of staff reports, engineering studies, project planning and coordination with other agencies and utilities. • Assist the City in acquiring the necessary approvals from Caltrans Local Assistance Division on federally -funded transportation projects, including preparation of forms and documents to acquire project E-76 approval to each phase, including construction, and/or approvals from other funding agencies including the Alameda County Transportation Commission and Metropolitan Transportation Commission. • Assist the City in acquiring the necessary approvals from FEMA and/or CaIOES for federally -funded disaster related projects. • Assist the City in managing consultant work including signing, striping, traffic handling and stage construction, landscaping, utility undergrounding, irrigation, and roadway lighting. Consulting Services Agreement between City of Dublin and Kimley-Horn Last revised 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Exhibit A — Page 2 of 4 102 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA • Assist the City in managing the construction of small to medium-sized projects including advertisement of projects, response to requests for information, review of bids, award of contract, project accounting, and closeout. • Prepare baseline project design schedule using critical path method and update schedule as necessary. • Prepare applications for and assist the City with obtaining the necessary permits and approvals from appropriate agencies or utility companies. Consultants' staff may be asked to make presentations and/or attend City Council meetings, provide community outreach, and serve as a subject matter expert, on behalf of the City. Consulting Services Agreement between City of Dublin and Kimley-Horn Last revised 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Exhibit A — Page 3 of 4 103 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA List of Potential Projects Potential projects in which the City may require support during the term of the contract. Projects vary in size and complexity. The City reserves the right to add or delete projects from this list. ADA Transition Plan Improvements Alamo Creek Park and Assessment District Fence Replacement Annual Street Resurfacing City Monument Signs Citywide Bicycle and Pedestrian Improvements Citywide Energy Improvements Citywide Signal Communications Upgrade Downtown Dublin Street Grid Network Dublin Ranch Streetlight Improvements Eastern Dublin TIF Program Electric Vehicle (EV) Charging Stations Golden Gate Drive Intersections Improvements Green Storm Water Infrastructure Intelligent Transportation System Upgrade Iron Horse Nature Park and Open Space Marquee Signs Resiliency and Disaster Preparedness Improvements Storm Drain Assessment Stormwater Trash Capture Device installation Tassajara Road Realignment and Widening — Fallon Road to Northern City Limit Tassajara Road Improvements — North Dublin Ranch Drive to Quarry Lane Traffic Signal and Roadway Safety Improvements Village Parkway Reconstruction and Complete Streets Improvements 1 Western Dublin TIF Program Consulting Services Agreement between City of Dublin and Kimley-Horn Last revised 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Exhibit A — Page 4 of 4 104 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA EXHIBIT B COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES Effective through June 30, 2025. Subject to annual adjustment thereafter. Classification Rate Analyst I $130 - $170 Analyst II $170 - $195 Professional $195 - $250 Senior Professional I $250 - $330 Senior Professional II $330 - $395 Senior Technical Support $165 - $295 Technical Support $105 - $165 Support Staff $95 - $150 * All CPI increases shall be calculated by Consultant and requested for adjustment each May, effective each July 1st. Rate increases shall not exceed 3%. Additionally, rates shown are based on staff at their current classification level. Classifications are reviewed yearly, and individual staff classifications may change during the contract period. Subconsultants/Vendors: Billed at cost plus 10%. Consulting Services Agreement between City of Dublin and Kimley-HornLast revised 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying ServicesExhibit B — Page 1 of 1 105 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA EXHIBIT C INDEMNIFICATION A. Consultant shall, to the extent permitted by law, including without limitation California Civil Code 2782 and 2782.8, indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its employees, agents, volunteers, and elective and appointive boards, from all claims, losses, and damages, including property damage, personal injury, death, and liability of every kind, nature and description, arising out of, pertaining to or related to the negligence, recklessness or willful misconduct of Consultant or any person directly or indirectly employed by, or acting as agent for, Consultant, during and after completion of Consultant's work under this Agreement. B. With respect to those claims arising from a professional error or omission, Consultant shall defend, indemnify and hold harmless the City (including its elected officials, officers, employees, and volunteers) from all claims, losses, and damages arising from the professionally negligent acts, errors or omissions of Consultant, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. C. Consultant's obligation under this section does not extend to that portion of a claim caused in whole or in part by the sole negligence or willful misconduct of the City. D. Consultant shall also indemnify, defend and hold harmless the City from all suits or claims for infringement of any patent rights, copyrights, trade secrets, trade names, trademarks, service marks, or any other proprietary rights of any person or persons because of the City or any of its officers, employees, volunteers, or agents use of articles, products things, or services supplied in the performance of Consultant's services under this Agreement, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. Consulting Services Agreement between City of Dublin and Kimley-Horn Last revised 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Exhibit C — Page 1 of 1 106 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA EXHIBIT D PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS PURSUANT TO CALIFORNIA LABOR CODE SECTION 1720 ET SEQ. HOURS OF WORK: A. In accordance with California Labor Code Section 1810, 8 hours of labor in performance of the services described in Exhibit A shall constitute a legal day's work under this contract. B. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to 8 hours during any one calendar day, and 40 hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of 8 hours during any one calendar day and 40 hours during any one calendar week is permitted upon compensation for all hours worked in excess of 8 hours during any one calendar day and 40 hours during any one calendar week at not less than one -and -one-half times the basic rate of pay. C. The Consultant and its subcontractors shall forfeit as a penalty to the City $25 for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day, or more than 40 hours in any one calendar week, in violation of the provisions of California Labor Code Section 1810 and following. WAGES: A. In accordance with California Labor Code Section 1773.2, the City has determined the general prevailing wages in the locality in which the services described in Exhibit A are to be performed for each craft or type of work needed to be as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research, a copy of which is on file in the City Public Works Office and shall be made available on request. The Consultant and subcontractors engaged in the performance of the services described in Exhibit A shall pay no less than these rates to all persons engaged in performance of the services described in Exhibit A. B. In accordance with California Labor Code Section 1775, the Consultant and any subcontractors engaged in performance of the services described in Exhibit A shall comply with California Labor Code Section 1775, which establishes a Consulting Services Agreement between City of Dublin and Kimley-Horn Last revised 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Exhibit D — Page 1 of 3 107 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA penalty for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the specified prevailing wage. The amount of such penalty shall be determined by the Labor Commissioner and shall be based on consideration of the mistake, inadvertence, or neglect of the Consultant or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of the Consultant or subcontractor in meeting applicable prevailing wage obligations, or the willful failure by the Consultant or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of prevailing wages is not excusable if the Consultant or subcontractor had knowledge of their obligations under the California Labor Code. The Consultant or subcontractor shall pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. If a subcontractor worker engaged in performance of the services described in Exhibit A is not paid the general prevailing per diem wages by the subcontractor, the Consultant is not liable for any penalties therefore unless the Consultant had knowledge of that failure or unless the Consultant fails to comply with all of the following requirements: 1. The contract executed between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. 2. The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor's certified payroll records. 3. Upon becoming aware of a subcontractor's failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4. Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. Consulting Services Agreement between City of Dublin and Kimley-Horn Last revised 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Exhibit D — Page 2 of 3 108 DocuSign Envelope ID: 95DAF9DE-91 E5-436A-8FE8-01205B1 FD1 BA C. In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 1. The information contained in the payroll record is true and correct. 2. The employer has complied with the requirements of California Labor Code Sections 1771, 1811, and 1815 for any work performed by the employer's employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be submitted directly to the Labor Commission, and available for inspection by the Owner and its authorized representatives, the Division of Labor Standards Enforcement, the Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. D. In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A. shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. E. In case it becomes necessary for the Consultant or any subcontractor engaged in performance of the services described in Exhibit A to employ for the services described in Exhibit A any person in a trade or occupation (except executive, supervisory, administrative, clerical, or other non -manual workers as such) for which no minimum wage rate has been determined by the Director of the Department of Industrial Relations, the Consultant or subcontractor shall pay the minimum rate of wages specified therein for the classification which most nearly corresponds to services described in Exhibit A to be performed by that person. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 3070368.1 Consulting Services Agreement between City of Dublin and Kimley-Horn Last revised 7/1/2024 and Associates, Inc. for On -Call Civil Engineering and Surveying Services Exhibit D — Page 3 of 3 109 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND NICHOLS CONSULTING ENGINEERS FOR ON -CALL CIVIL ENGINEERING AND SURVEYING SERVICES THIS AGREEMENT for consulting services is made by and between the City of Dublin ("City") and Nichols Consulting Engineers ("Consultant") (together sometimes referred to as the "Parties") as of July 1, 2024 (the "Effective Date"). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2027, the date of completion specified in Exhibit A, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City's right to terminate the Agreement as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged. 1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 1 of 17 110 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 standard of performance provided in Subsection 1.2 above and to satisfy Consultant's obligations hereunder. 1.5 Public Works Requirements. Because the services described in Exhibit A include "work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work," the services constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, Consultant is required to comply with the provisions of the California Labor Code applicable to public works, to the extent set forth in Exhibit D. 1.6 Public Works Contractor Registration. Consultant agrees, in accordance with Section 1771.1 of the California Labor Code, that Consultant or any subconsultant shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 1 of Part 7 of Division 2 of the California Labor Code, unless currently registered and qualified to perform public work pursuant to California Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to California Labor Code section 1725.5. Consultant agrees, in accordance with Section 1771.4 of the California Labor Code, that if the work under this Agreement qualifies as public work, it is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $4,000,000, notwithstanding any contrary indications that may be contained in Consultant's proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant's proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant's estimated costs of providing the services required hereunder, including salaries and benefits of employees Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 2 of 17 111 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information: ■ Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.; ■ The beginning and ending dates of the billing period; ■ A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; ■ A copy of the applicable time entries or time sheets shall be submitted showing the following: o Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work, and each reimbursable expense ■ The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder; ■ The Consultant's signature; ■ Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours within a 12- month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete work described in Exhibit A and the estimate of Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 3 of 17 112 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 time necessary to complete work under any other agreement between Consultant and City, if applicable. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10% of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit B. Expenses not listed in Exhibit B are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1 /2024 Page 4 of 17 113 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid or proposal. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF THIS AGREEMENT PRIOR TO EXECUTION. Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers' Compensation. 4.1.1 General Requirements. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1 /2024 Page 5 of 17 114 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 the alternative, Consultant may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Consultant, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; and b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Consultant, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $1,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including without limitation, blanket contractual liability and the use of owned and non -owned automobiles. 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an "occurrence" basis. Automobile coverage shall be at least as broad as Insurance Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1 /2024 Page 6 of 17 115 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims -made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Consultant; or automobiles owned, leased, hired, or borrowed by the Consultant. c. Consultant hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Consultant agrees to obtain any endorsements that may be necessary to effect this waiver of subrogation. d. For any claims related to this Agreement or the work hereunder, the Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; b. Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and d. Primary Insurance Endorsement as required by the section. 4.3 Professional Liability Insurance. Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1 /2024 Page 7 of 17 116 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 4.3.1 General Requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than $2,000,000 covering the licensed professionals' errors and omissions. Any deductible or self -insured retention shall not exceed $150,000 per claim. 4.3.2 Claims -Made Limitations. The following provisions shall apply if the professional liability coverage is written on a claims -made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least 3 years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims -made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of 3 years after completion of work under this Agreement. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Submittal Requirements. To comply with Subsection 4.3, Consultant shall submit the Certificate of Liability Insurance in the amounts specified in the section. 4.4 All Policies Requirements. 4.4.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of Coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Consultant by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 8 of 17 117 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 Consultant beginning work, it shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Deductibles and Self -Insured Retentions. Consultant shall disclose to and obtain the written approval of City for the self - insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the City, its officers, employees, and volunteers; or the Consultant shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.4.4 Wasting Policies. No policy required by this Section 4 shall include a "wasting" policy limit (i.e. limit that is eroded by the cost of defense). 4.4.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days' prior written notice has been provided to the City. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach: ■ Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; ■ Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1 /2024 Page 9 of 17 118 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 ■ Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT'S RESPONSIBILITIES. Refer to the attached Exhibit C, which is incorporated herein and made a part of this Agreement. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant further acknowledges that Consultant performs Services outside the usual course of the City's business; and is customarily engaged in an independently established trade, occupation, or business of the same nature as the Consultant performs for the City and has the option to perform such work for other entities. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws and regulations applicable to the performance of the work hereunder, including but not limited to, the California Building Code, the Americans with Disabilities Act, and any copyright, patent or Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1 /2024 Page 10 of 17 119 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 trademark law. Consultant's failure to comply with any law(s) or regulation(s) applicable to the performance of the work hereunder shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person's race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable local, state, or federal laws (each a "Protected Characteristic"), against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon 30 days' written notice to City and shall include in such notice the reasons for cancellation. Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1 /2024 Page 11 of 17 120 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City's remedies shall include, but are not limited to, the following: 8.6.1 Immediately terminate the Agreement; Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1 /2024 Page 12 of 17 121 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. Any revisions, modifications, or changes made or reuse on another project without specific written verification and adaptation by Consultant for the specific purposes intended will be at user's sole risk and without liability or legal exposure to Consultant. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Consultant's Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 13 of 17 122 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Section 10. MISCELLANEOUS PROVISIONS. 10.1 Attorneys' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severabilitv. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 14 of 17 123 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous 12 months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. At City's sole discretion, Consultant may be required to file with the City a Form 700 to identify and document Consultant's economic interests, as defined and regulated by the California Fair Political Practices Commission. If Consultant is required to file a Form 700, Consultant is hereby advised to contact the Dublin City Clerk for the Form 700 and directions on how to prepare it. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: Ryan Shafer, PE, GE 1003 W. Cutting Boulevard, Suite 110 Pt. Richmond, CA 94804 Any written notice to City shall be sent to: City of Dublin Att: City Engineer 100 Civic Plaza Dublin, CA 94568 Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 15 of 17 124 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 10.11 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, C, and D represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Compensation Schedule & Reimbursable Expenses Exhibit C Indemnification Exhibit D California Labor Code Section 1720 Information 10.12 Counterparts and Electronic Signatures. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. Counterparts delivered and/or signatures executed by City -approved electronic or digital means shall have the same force and effect as the use of a manual signature. Both Parties desire this Agreement to be electronically signed in accordance with applicable federal and California law. Either Party may revoke its agreement to use electronic signatures at any time by giving notice to the other Party. 10.13 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Consultant's signature below Consultant certifies that Consultant, and any parent entities, subsidiaries, successors or subunits of Consultant are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 16 of 17 125 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. CITY OF DUBLIN NICHOLS CONSULTING ENGINEERS DocuSigned by: roaroiooa�u Linda Smith D'Ambrosio, City Manager Ryanw afer, PE, GE, Principal Attest: Marsha Moore, City Clerk Approved as to Form: City Attorney 3070368.1 DocuSigned by: H 4/43Lr C1:4U3 Margoi app, PE, President 1000017867 Consultant's DIR Registration Number (if applicable) Consulting Services Agreement between City of Dublin and NCE for On -Call Civil Engineering and Surveying Services 7/1/2024 Page 17 of 17 126 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 EXHIBIT A SCOPE OF SERVICES Services may include professional civil engineering, design, and surveying, as well as staff augmentation. Design Services Shall include, but not limited to: • Prepare all necessary project environmental documents and resource agency permit applications or manage environmental sub -consultants work and implement the environmental mitigation measures in the design of projects. • Perform or manage sub -consultants in the preparation of geotechnical services required on projects, including determination of soil "R" values, pavement structural section, and other required soil characteristics for design of structures. • Prepare preliminary design of projects and alternative design studies, project study reports, etc., as required, with associated preliminary cost estimates. • Perform right-of-way engineering including right-of-way base map, exhibits, plat maps and legal descriptions. • As necessary, manage sub -consultants' work in preparing appraisal reports and right-of-way acquisition. • Perform project design at the 35%, 65%, 95% and 100% PS&E levels, including cost estimates and basis of design memoranda, as required by the City. • Perform quality control and quality assurance (QA/QC) review of all documents prior to submittal to the City for review. Provide copies of QA/QC review comments, as requested by the City. • Prepare Storm Water Quality and Erosion Control plans in compliance with the latest requirements of the California Regional Water Control Board, San Francisco Bay Area region, and in compliance with the Municipal Regional Permit. Complete any necessary Storm Water Management/Control Plan and associated C.3 Checklist for the City's records and suitable for annual reporting. • Prepare hydrology and hydraulics reports, studies, and calculations, as required by the City. • Prepare or manage sub -consultants in the preparation of transportation and traffic signal related improvements and modifications, which may include crosswalk safety improvements, bike lanes, separated bikeways, street light design and photometrics analysis. • Prepare final engineering cost estimates and contract bid documents based on the latest bid item unit costs, Caltrans Specifications and Standard Plans, and federal requirements on federally funded projects, both transportation projects and FEMA/CaIOES related projects. Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 NCE for On -Call Civil Engineering and Surveying Services Exhibit A — Page 1 of 4 127 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 • Provide design support services during construction and prepare final record drawings based on as -built drawings provided by the City. Surveying services (in house surveving is highly desired, but not required) Shall include, but not limited to: • Perform topographic surveys. • Perform utility research and coordination with utility companies. • Perform base mapping. • Perform Construction staking. • Complete Record of survey. • Prepare plat maps, topographic surveys, right-of-way determination, right-of-way takes/vacations, legal descriptions. • Provide Real Property assistance, such as obtaining preliminary title reports, appraisals, and negotiations with property owners. • Obtain temporary construction easements. • Prepare grant deeds, grant of easements, right of entry permits/agreements and temporary construction easements. • Perform boundary surveys. Staff Augmentation Services Shall include, but not limited to: • Support of small to medium-sized capital projects including the preparation of staff reports, engineering studies, project planning and coordination with other agencies and utilities. • Assist the City in acquiring the necessary approvals from Caltrans Local Assistance Division on federally -funded transportation projects, including preparation of forms and documents to acquire project E-76 approval to each phase, including construction, and/or approvals from other funding agencies including the Alameda County Transportation Commission and Metropolitan Transportation Commission. • Assist the City in acquiring the necessary approvals from FEMA and/or CaIOES for federally -funded disaster related projects. • Assist the City in managing consultant work including signing, striping, traffic handling and stage construction, landscaping, utility undergrounding, irrigation, and roadway lighting. • Assist the City in managing the construction of small to medium-sized projects including advertisement of projects, response to requests for information, review of bids, award of contract, project accounting, and closeout. • Prepare baseline project design schedule using critical path method and update schedule as necessary. Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 NCE for On -Call Civil Engineering and Surveying Services Exhibit A — Page 2 of 4 128 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 • Prepare applications for and assist the City with obtaining the necessary permits and approvals from appropriate agencies or utility companies. Consultants' staff may be asked to make presentations and/or attend City Council meetings, provide community outreach, and serve as a subject matter expert, on behalf of the City. Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 NCE for On -Call Civil Engineering and Surveying Services Exhibit A — Page 3 of 4 129 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 List of Potential Projects Potential projects in which the City may require support during the term of the contract. Projects vary in size and complexity. The City reserves the right to add or delete projects from this list. ADA Transition Plan Improvements Alamo Creek Park and Assessment District Fence Replacement Annual Street Resurfacing City Monument Signs Citywide Bicycle and Pedestrian Improvements Citywide Energy Improvements Citywide Signal Communications Upgrade Downtown Dublin Street Grid Network Dublin Ranch Streetlight Improvements Eastern Dublin TIF Program Electric Vehicle (EV) Charging Stations Golden Gate Drive Intersections Improvements Green Storm Water Infrastructure Intelligent Transportation System Upgrade Iron Horse Nature Park and Open Space Marquee Signs Resiliency and Disaster Preparedness Improvements Storm Drain Assessment Stormwater Trash Capture Device installation Tassajara Road Realignment and Widening — Fallon Road to Northern City Limit Tassajara Road Improvements — North Dublin Ranch Drive to Quarry Lane Traffic Signal and Roadway Safety Improvements Village Parkway Reconstruction and Complete Streets Improvements 1 Western Dublin TIF Program Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 NCE for On -Call Civil Engineering and Surveying Services Exhibit A — Page 4 of 4 130 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 EXHIBIT B COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES Classification Hourly Rate Principal $335 Associate $265 Senior I $215 Senior II $225 Project I $190 Project II $205 Staff I $165 Staff II $180 Senior Construction Manager $170 Senior Designer $180 Senior Technician $150 Construction Inspector $150 CAD Technician $135 Senior Field Scientist $145 Field Scientist $125 Project Administrator $130 Field/Engineering Technician $125 Clerical $115 • Rate increases must be submitted by June 1st of each year, by Consultant, in order to be effective July 1st. Rate increase requests will not be accepted past August of each year. Rate increases may not exceed 3%, and shall be based on the April, 12-month change, of the Annual San Francisco Bay Area Consumer Price Index (CPI). • Please note, reimbursable expenses are built into rates, identified above. • Invoices shall be submitted electronically to: pwinvoices@dublin.ca.gov no more than once monthly and as work is completed. Please be sure to list the Development Code for each project or the CIP project number, for all charges on each invoice. • Reporting requirements include a cumulative total of each staff members hours be listed on each invoice. • Pertaining to section 2.1, please make certain when submitting a letter to inform of an employee exceeding 800 hours, to project the total number of hours anticipated for the fiscal year, as well as the total dollar amount projected. • Additional positions and corresponding rates may be approved, in writing, by the City Engineer, or their designee. • With each proposed Scope of Work and Budget submitted for each Task Order, please submit a list of all sub -consultants, including DIR numbers, to be used on a project. Please be sure to update a Project Manager if this should change over the course of a project. Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 NCE for On -Call Civil Engineering and Surveying Services Exhibit B — Page 1 of 2 131 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 • Overtime work to be charged at 1.5 times rate; Sunday work to be charged at 2 times the rate. • Subconsultants and equipment rentals, not listed above, charged at 10% above cost. Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 NCE for On -Call Civil Engineering and Surveying Services Exhibit B — Page 2 of 2 132 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 EXHIBIT C INDEMNIFICATION A. Consultant shall, to the extent permitted by law, including without limitation California Civil Code 2782 and 2782.8, indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its employees, agents, volunteers, and elective and appointive boards, from all claims, losses, and damages, including property damage, personal injury, death, and liability of every kind, nature and description, arising out of, pertaining to or related to the negligence, recklessness or willful misconduct of Consultant or any person directly or indirectly employed by, or acting as agent for, Consultant, during and after completion of Consultant's work under this Agreement. B. With respect to those claims arising from a professional error or omission, Consultant shall defend, indemnify and hold harmless the City (including its elected officials, officers, employees, and volunteers) from all claims, losses, and damages arising from the professionally negligent acts, errors or omissions of Consultant, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. C. Consultant's obligation under this section does not extend to that portion of a claim caused in whole or in part by the sole negligence or willful misconduct of the City. D. Consultant shall also indemnify, defend and hold harmless the City from all suits or claims for infringement of any patent rights, copyrights, trade secrets, trade names, trademarks, service marks, or any other proprietary rights of any person or persons because of the City or any of its officers, employees, volunteers, or agents use of articles, products things, or services supplied in the performance of Consultant's services under this Agreement, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 NCE for On -Call Civil Engineering and Surveying Services Exhibit C — Page 1 of 1 133 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 EXHIBIT D PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS PURSUANT TO CALIFORNIA LABOR CODE SECTION 1720 ET SEQ. HOURS OF WORK: A. In accordance with California Labor Code Section 1810, 8 hours of labor in performance of the services described in Exhibit A shall constitute a legal day's work under this contract. B. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to 8 hours during any one calendar day, and 40 hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of 8 hours during any one calendar day and 40 hours during any one calendar week is permitted upon compensation for all hours worked in excess of 8 hours during any one calendar day and 40 hours during any one calendar week at not less than one -and -one-half times the basic rate of pay. C. The Consultant and its subcontractors shall forfeit as a penalty to the City $25 for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day, or more than 40 hours in any one calendar week, in violation of the provisions of California Labor Code Section 1810 and following. WAGES: A. In accordance with California Labor Code Section 1773.2, the City has determined the general prevailing wages in the locality in which the services described in Exhibit A are to be performed for each craft or type of work needed to be as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research, a copy of which is on file in the City Public Works Office and shall be made available on request. The Consultant and subcontractors engaged in the performance of the services described in Exhibit A shall pay no less than these rates to all persons engaged in performance of the services described in Exhibit A. B. In accordance with California Labor Code Section 1775, the Consultant and any subcontractors engaged in performance of the services described in Exhibit A shall comply with California Labor Code Section 1775, which establishes a penalty for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 NCE for On -Call Civil Engineering and Surveying Services Exhibit D — Page 1 of 3 134 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 specified prevailing wage. The amount of such penalty shall be determined by the Labor Commissioner and shall be based on consideration of the mistake, inadvertence, or neglect of the Consultant or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of the Consultant or subcontractor in meeting applicable prevailing wage obligations, or the willful failure by the Consultant or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of prevailing wages is not excusable if the Consultant or subcontractor had knowledge of their obligations under the California Labor Code. The Consultant or subcontractor shall pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. If a subcontractor worker engaged in performance of the services described in Exhibit A is not paid the general prevailing per diem wages by the subcontractor, the Consultant is not liable for any penalties therefore unless the Consultant had knowledge of that failure or unless the Consultant fails to comply with all of the following requirements: 1. The contract executed between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. 2. The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor's certified payroll records. 3. Upon becoming aware of a subcontractor's failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4. Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. C. In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 NCE for On -Call Civil Engineering and Surveying Services Exhibit D — Page 2 of 3 135 DocuSign Envelope ID: B4154F06-BA81-4B88-A107-8FF891C8C0A6 apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 1. The information contained in the payroll record is true and correct. 2. The employer has complied with the requirements of California Labor Code Sections 1771, 1811, and 1815 for any work performed by the employer's employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be submitted directly to the Labor Commission, and available for inspection by the Owner and its authorized representatives, the Division of Labor Standards Enforcement, the Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. D. In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. E. In case it becomes necessary for the Consultant or any subcontractor engaged in performance of the services described in Exhibit A to employ for the services described in Exhibit A any person in a trade or occupation (except executive, supervisory, administrative, clerical, or other non -manual workers as such) for which no minimum wage rate has been determined by the Director of the Department of Industrial Relations, the Consultant or subcontractor shall pay the minimum rate of wages specified therein for the classification which most nearly corresponds to services described in Exhibit A to be performed by that person. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 3070368.1 Consulting Services Agreement between City of Dublin and Last revised 7/1/2024 NCE for On -Call Civil Engineering and Surveying Services Exhibit D — Page 3 of 3 136 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND PAKPOUR CONSULTING GROUP, INC. FOR ON -CALL CIVIL ENGINEERING AND SURVEYING SERVICES THIS AGREEMENT for consulting services is made by and between the City of Dublin ("City") and Pakpour Consulting Group, Inc. ("Consultant") (together sometimes referred to as the "Parties") as of July 1, 2024 (the "Effective Date"). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2027, the date of completion specified in Exhibit A, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City's right to terminate the Agreement as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged. 1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 1 of 17 137 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C standard of performance provided in Subsection 1.2 above and to satisfy Consultant's obligations hereunder. 1.5 Public Works Requirements. Because the services described in Exhibit A include "work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work," the services constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, Consultant is required to comply with the provisions of the California Labor Code applicable to public works, to the extent set forth in Exhibit D. 1.6 Public Works Contractor Registration. Consultant agrees, in accordance with Section 1771.1 of the California Labor Code, that Consultant or any subconsultant shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 1 of Part 7 of Division 2 of the California Labor Code, unless currently registered and qualified to perform public work pursuant to California Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to California Labor Code section 1725.5. Consultant agrees, in accordance with Section 1771.4 of the California Labor Code, that if the work under this Agreement qualifies as public work, it is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $2,000,000, notwithstanding any contrary indications that may be contained in Consultant's proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant's proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant's estimated costs of Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 2 of 17 138 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information: • Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.; ■ The beginning and ending dates of the billing period; • A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; • A copy of the applicable time entries or time sheets shall be submitted showing the following: o Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work, and each reimbursable expense • The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder; ■ The Consultant's signature; • Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours within a 12- month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 3 of 17 139 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C necessary to complete work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Consultant and City, if applicable. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10% of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit B. Expenses not listed in Exhibit B are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 4 of 17 140 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid or proposal. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF THIS AGREEMENT PRIOR TO EXECUTION. Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers' Compensation. 4.1.1 General Requirements. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 5 of 17 141 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Consultant, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; and b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Consultant, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $1,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including without limitation, blanket contractual liability and the use of owned and non -owned automobiles. 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 6 of 17 142 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an "occurrence" basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims -made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Consultant; or automobiles owned, leased, hired, or borrowed by the Consultant. c. Consultant hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Consultant agrees to obtain any endorsements that may be necessary to effect this waiver of subrogation. d. For any claims related to this Agreement or the work hereunder, the Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; b. Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 7 of 17 143 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C d. Primary Insurance Endorsement as required by the section. 4.3 Professional Liability Insurance. 4.3.1 General Requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than $2,000,000 covering the licensed professionals' errors and omissions. Any deductible or self -insured retention shall not exceed $150,000 per claim. 4.3.2 Claims -Made Limitations. The following provisions shall apply if the professional liability coverage is written on a claims -made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least 3 years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims -made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of 3 years after completion of work under this Agreement. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Submittal Requirements. To comply with Subsection 4.3, Consultant shall submit the Certificate of Liability Insurance in the amounts specified in the section. 4.4 All Policies Requirements. 4.4.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of Coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 8 of 17 144 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C Certificates of Liability Insurance delivered to Consultant by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, it shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Deductibles and Self -Insured Retentions. Consultant shall disclose to and obtain the written approval of City for the self - insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the City, its officers, employees, and volunteers; or the Consultant shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.4.4 Wasting Policies. No policy required by this Section 4 shall include a "wasting" policy limit (i.e. limit that is eroded by the cost of defense). 4.4.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days' prior written notice has been provided to the City. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach: Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 9 of 17 145 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C ■ Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; ■ Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or ■ Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT'S RESPONSIBILITIES. Refer to the attached Exhibit C, which is incorporated herein and made a part of this Agreement. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant further acknowledges that Consultant performs Services outside the usual course of the City's business; and is customarily engaged in an independently established trade, occupation, or business of the same nature as the Consultant performs for the City and has the option to perform such work for other entities. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 10 of 17 146 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws and regulations applicable to the performance of the work hereunder, including but not limited to, the California Building Code, the Americans with Disabilities Act, and any copyright, patent or trademark law. Consultant's failure to comply with any law(s) or regulation(s) applicable to the performance of the work hereunder shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person's race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable local, state, or federal laws (each a "Protected Characteristic"), against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 11 of 17 147 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon 30 days' written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 12 of 17 148 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City's remedies shall include, but are not limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Consultant's Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 13 of 17 149 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Section 10. MISCELLANEOUS PROVISIONS. 10.1 Attorneys' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severabilitv. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 14 of 17 150 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous 12 months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. At City's sole discretion, Consultant may be required to file with the City a Form 700 to identify and document Consultant's economic interests, as defined and regulated by the California Fair Political Practices Commission. If Consultant is required to file a Form 700, Consultant is hereby advised to contact the Dublin City Clerk for the Form 700 and directions on how to prepare it. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: Joubin Pakpour, P.E. 6601 Owens Drive, Suite 230 Pleasanton, CA 94588 Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 15 of 17 151 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C Any written notice to City shall be sent to: City of Dublin Att: City Engineer 100 Civic Plaza Dublin, CA 94568 10.11 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, C, and D represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Compensation Schedule & Reimbursable Expenses Exhibit C Indemnification Exhibit D California Labor Code Section 1720 Information 10.12 Counterparts and Electronic Signatures. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. Counterparts delivered and/or signatures executed by City -approved electronic or digital means shall have the same force and effect as the use of a manual signature. Both Parties desire this Agreement to be electronically signed in accordance with applicable federal and California law. Either Party may revoke its agreement to use electronic signatures at any time by giving notice to the other Party. 10.13 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Consultant's signature below Consultant certifies that Consultant, and any parent entities, subsidiaries, successors or subunits of Consultant are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 16 of 17 152 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. CITY OF DUBLIN PAKPOUR CONSULTING GROUP, INC. Linda Smith D'Ambrosio, City Manager Attest: Marsha Moore, City Clerk Approved as to Form: City Attorney 3070368.1 6A52E332D449452 oUDIn vaKpour,P15'. ., resident 54,152.00 Consultant's DIR Registration Number (if applicable) Consulting Services Agreement between City of Dublin and Pakpour 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Page 17 of 17 153 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C EXHIBIT A SCOPE OF SERVICES Services may include professional civil engineering, design, and surveying, as well as staff augmentation. Design Services Shall include, but not limited to: • Prepare all necessary project environmental documents and resource agency permit applications or manage environmental sub -consultants work and implement the environmental mitigation measures in the design of projects. • Perform or manage sub -consultants in the preparation of geotechnical services required on projects, including determination of soil "R" values, pavement structural section, and other required soil characteristics for design of structures. • Prepare preliminary design of projects and alternative design studies, project study reports, etc., as required, with associated preliminary cost estimates. • Perform right-of-way engineering including right-of-way base map, exhibits, plat maps and legal descriptions. • As necessary, manage sub -consultants' work in preparing appraisal reports and right-of-way acquisition. • Perform project design at the 35%, 65%, 95% and 100% PS&E levels, including cost estimates and basis of design memoranda, as required by the City. • Perform quality control and quality assurance (QA/QC) review of all documents prior to submittal to the City for review. Provide copies of QA/QC review comments, as requested by the City. • Prepare Storm Water Quality and Erosion Control plans in compliance with the latest requirements of the California Regional Water Control Board, San Francisco Bay Area region, and in compliance with the Municipal Regional Permit. Complete any necessary Storm Water Management/Control Plan and associated C.3 Checklist for the City's records and suitable for annual reporting. • Prepare hydrology and hydraulics reports, studies, and calculations, as required by the City. • Prepare or manage sub -consultants in the preparation of transportation and traffic signal related improvements and modifications, which may include crosswalk safety improvements, bike lanes, separated bikeways, street light design and photometrics analysis. • Prepare final engineering cost estimates and contract bid documents based on the latest bid item unit costs, Caltrans Specifications and Standard Plans, and federal requirements on federally funded projects, both transportation projects and FEMA/CaIOES related projects. Consulting Services Agreement between City of Dublin and Pakpour Last revised 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Exhibit A — Page 1 of 4 154 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C • Provide design support services during construction and prepare final record drawings based on as -built drawings provided by the City. Surveying services (in house surveving is highly desired, but not required) Shall include, but not limited to: • Perform topographic surveys. • Perform utility research and coordination with utility companies. • Perform base mapping. • Perform Construction staking. • Complete Record of survey. • Prepare plat maps, topographic surveys, right-of-way determination, right-of-way takes/vacations, legal descriptions. • Provide Real Property assistance, such as obtaining preliminary title reports, appraisals, and negotiations with property owners. • Obtain temporary construction easements. • Prepare grant deeds, grant of easements, right of entry permits/agreements and temporary construction easements. • Perform boundary surveys. Staff Augmentation Services Shall include, but not limited to: • Support of small to medium-sized capital projects including the preparation of staff reports, engineering studies, project planning and coordination with other agencies and utilities. • Assist the City in acquiring the necessary approvals from Caltrans Local Assistance Division on federally -funded transportation projects, including preparation of forms and documents to acquire project E-76 approval to each phase, including construction, and/or approvals from other funding agencies including the Alameda County Transportation Commission and Metropolitan Transportation Commission. • Assist the City in acquiring the necessary approvals from FEMA and/or CaIOES for federally -funded disaster related projects. • Assist the City in managing consultant work including signing, striping, traffic handling and stage construction, landscaping, utility undergrounding, irrigation, and roadway lighting. • Assist the City in managing the construction of small to medium-sized projects including advertisement of projects, response to requests for information, review of bids, award of contract, project accounting, and closeout. Consulting Services Agreement between City of Dublin and Pakpour Last revised 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Exhibit A — Page 2 of 4 155 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C • Prepare baseline project design schedule using critical path method and update schedule as necessary. • Prepare applications for and assist the City with obtaining the necessary permits and approvals from appropriate agencies or utility companies. Consultants' staff may be asked to make presentations and/or attend City Council meetings, provide community outreach, and serve as a subject matter expert, on behalf of the City. Consulting Services Agreement between City of Dublin and Pakpour Last revised 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Exhibit A — Page 3 of 4 156 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C List of Potential Projects Potential projects in which the City may require support during the term of the contract. Projects vary in size and complexity. The City reserves the right to add or delete projects from this list. ADA Transition Plan Improvements Alamo Creek Park and Assessment District Fence Replacement Annual Street Resurfacing City Monument Signs Citywide Bicycle and Pedestrian Improvements Citywide Energy Improvements Citywide Signal Communications Upgrade Downtown Dublin Street Grid Network Dublin Ranch Streetlight Improvements Eastern Dublin TIF Program Electric Vehicle (EV) Charging Stations Golden Gate Drive Intersections Improvements Green Storm Water Infrastructure Intelligent Transportation System Upgrade Iron Horse Nature Park and Open Space Marquee Signs Resiliency and Disaster Preparedness Improvements Storm Drain Assessment Stormwater Trash Capture Device installation Tassajara Road Realignment and Widening — Fallon Road to Northern City Limit Tassajara Road Improvements — North Dublin Ranch Drive to Quarry Lane Traffic Signal and Roadway Safety Improvements Village Parkway Reconstruction and Complete Streets Improvements 1 Western Dublin TIF Program Consulting Services Agreement between City of Dublin and Pakpour Last revised 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Exhibit A — Page 4 of 4 157 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C EXHIBIT B COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES Fiscal Year 2024-2025 Position Hourly Rate Principal Engineer $260 Senior Engineer $230 Senior Designer $220 Associate Engineer $210 Associate Designer $200 Project Engineer $190 Project Designer $180 Assistant Engineer $165 Assistant Designer $155 Engineering Technician $130 Administrative Assistant $85 Public Works Inspector $185 A 10% markup will be added to subconsultants. A 1.3 multiplier will be applied to the hourly rate of inspectors working more than 8 hours per day and/or 40 hours per week. The above fee schedule is inclusive of direct expenses. Consulting Services Agreement between City of Dublin and Pakpour Last revised 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Exhibit B — Page 1 of 1 158 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C EXHIBIT C INDEMNIFICATION A. Consultant shall, to the extent permitted by law, including without limitation California Civil Code 2782 and 2782.8, indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its employees, agents, volunteers, and elective and appointive boards, from all claims, losses, and damages, including property damage, personal injury, death, and liability of every kind, nature and description, arising out of, pertaining to or related to the negligence, recklessness or willful misconduct of Consultant or any person directly or indirectly employed by, or acting as agent for, Consultant, during and after completion of Consultant's work under this Agreement. B. With respect to those claims arising from a professional error or omission, Consultant shall defend, indemnify and hold harmless the City (including its elected officials, officers, employees, and volunteers) from all claims, losses, and damages arising from the professionally negligent acts, errors or omissions of Consultant, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. C. Consultant's obligation under this section does not extend to that portion of a claim caused in whole or in part by the sole negligence or willful misconduct of the City. D. Consultant shall also indemnify, defend and hold harmless the City from all suits or claims for infringement of any patent rights, copyrights, trade secrets, trade names, trademarks, service marks, or any other proprietary rights of any person or persons because of the City or any of its officers, employees, volunteers, or agents use of articles, products things, or services supplied in the performance of Consultant's services under this Agreement, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. Consulting Services Agreement between City of Dublin and Pakpour Last revised 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Exhibit C — Page 1 of 1 159 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C EXHIBIT D PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS PURSUANT TO CALIFORNIA LABOR CODE SECTION 1720 ET SEQ. HOURS OF WORK: A. In accordance with California Labor Code Section 1810, 8 hours of labor in performance of the services described in Exhibit A shall constitute a legal day's work under this contract. B. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to 8 hours during any one calendar day, and 40 hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of 8 hours during any one calendar day and 40 hours during any one calendar week is permitted upon compensation for all hours worked in excess of 8 hours during any one calendar day and 40 hours during any one calendar week at not less than one -and -one-half times the basic rate of pay. C. The Consultant and its subcontractors shall forfeit as a penalty to the City $25 for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day, or more than 40 hours in any one calendar week, in violation of the provisions of California Labor Code Section 1810 and following. WAGES: A. In accordance with California Labor Code Section 1773.2, the City has determined the general prevailing wages in the locality in which the services described in Exhibit A are to be performed for each craft or type of work needed to be as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research, a copy of which is on file in the City Public Works Office and shall be made available on request. The Consultant and subcontractors engaged in the performance of the services described in Exhibit A shall pay no less than these rates to all persons engaged in performance of the services described in Exhibit A. B. In accordance with California Labor Code Section 1775, the Consultant and any subcontractors engaged in performance of the services described in Exhibit A shall comply with California Labor Code Section 1775, which establishes a Consulting Services Agreement between City of Dublin and Pakpour Last revised 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Exhibit D — Page 1 of 3 160 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C penalty for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the specified prevailing wage. The amount of such penalty shall be determined by the Labor Commissioner and shall be based on consideration of the mistake, inadvertence, or neglect of the Consultant or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of the Consultant or subcontractor in meeting applicable prevailing wage obligations, or the willful failure by the Consultant or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of prevailing wages is not excusable if the Consultant or subcontractor had knowledge of their obligations under the California Labor Code. The Consultant or subcontractor shall pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. If a subcontractor worker engaged in performance of the services described in Exhibit A is not paid the general prevailing per diem wages by the subcontractor, the Consultant is not liable for any penalties therefore unless the Consultant had knowledge of that failure or unless the Consultant fails to comply with all of the following requirements: 1. The contract executed between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. 2. The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor's certified payroll records. 3. Upon becoming aware of a subcontractor's failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4. Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. Consulting Services Agreement between City of Dublin and Pakpour Last revised 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Exhibit D — Page 2 of 3 161 DocuSign Envelope ID: 67D1AA40-5915-48E5-9AE1-744A7F17884C C. In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 1. The information contained in the payroll record is true and correct. 2. The employer has complied with the requirements of California Labor Code Sections 1771, 1811, and 1815 for any work performed by the employer's employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be submitted directly to the Labor Commission, and available for inspection by the Owner and its authorized representatives, the Division of Labor Standards Enforcement, the Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. D. In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A. shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. E. In case it becomes necessary for the Consultant or any subcontractor engaged in performance of the services described in Exhibit A to employ for the services described in Exhibit A any person in a trade or occupation (except executive, supervisory, administrative, clerical, or other non -manual workers as such) for which no minimum wage rate has been determined by the Director of the Department of Industrial Relations, the Consultant or subcontractor shall pay the minimum rate of wages specified therein for the classification which most nearly corresponds to services described in Exhibit A to be performed by that person. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 3070368.1 Consulting Services Agreement between City of Dublin and Pakpour Last revised 7/1/2024 Consulting Group, Inc. for On -Call Civil Engineering and Surveying Services Exhibit D — Page 3 of 3 162 Attachment 3 .11r4 DUBLIN CALIFORNIA REQUEST FOR QUALIFICATIONS Civil Engineering and Surveying Services City of Dublin Statements of Qualifications must be received by: Friday. April 12. 2024 at 4:00 p.m. (Pacific Time) Julius Pickney, Management Analyst II 100 Civic Plaza City of Dublin, CA 94568 Statements of Qualifications will be evaluated on the following: a) Firm's experience with projects of similar scope, b) Experience and qualifications of the assigned individuals, c) Satisfaction of previous clients, and d) Completeness of submission. 163 DUBLIN Request for Qualifications For Engineering Services Overview The City of Dublin is seeking qualified Engineering firms to provide professional on -call civil engineering and surveying services for small to medium-sized capital projects. Proiect Description: The City is interested in securing firms for the specific purpose of obtaining on -call civil engineering and surveying services. This RFQ does not commit the City to enter into a contract, nor does it obligate the City to pay for any costs incurred in preparation and submission of the statement of qualifications (SOQ) or in anticipation of a contract. This agreement shall be established for a three-year term, with the option to extend for up to two additional years. Please note, the City may select more than one firm with which to enter into contract. Proposals shall be required for all services identified in this RFQ. Selected firm(s) shall submit SOQs which demonstrate that they can perform the scope of work for all potential projects, as identified in Attachment A, but are not guaranteed work. Work shall be requested on an as needed basis and paid according to an approved rate schedule. The cost of developing a scope of service for a particular project shall be included in the Consultant's cost of the doing business and the City will not be responsible for any costs associated with preparing it. Considerations: The City of Dublin is seeking professional services of qualified engineering firms to provide civil engineering and surveying services for multiple projects over the next three years. The City intends to select the most qualified firm(s) to provide these services. The selected firm will perform services on a "Time and Materials" basis to be negotiated with the City. The firm's services will be negotiated on a per project basis and have a budget and specific work scope. Once a Task Order is approved, rates are locked in for the duration of the project. Travel time, mileage, vehicles, meals, etc. will not be allowed and should be incorporated into your hourly rates provided. Consultant may request hourly rates be updated annually, prior to the City's fiscal year start. Rate increases shall not exceed 3% and shall be based on the San Francisco Bay Area Consumer Price Index CPI for that period of time and this shall be submitted to the City Engineer, or their designee, for approval prior to taking effect. 164 Process and General Conditions 1. Consultants shall submit one electronic copy of the Statement of Qualifications to: Julius Pickney Management Analyst II 100 Civic Plaza Dublin, CA 94568 julius.pickney@dublin.ca.gov Electronic copies shall be submitted by e-mailed PDF, on CD/DVD or USB flash drive. 2. Deadline for submitting the Statement of Qualification is Friday. April 12. 2024, at 4:00 p.m. 3. The City will not pay for any costs incurred in preparation and submission of the SOQ or in anticipation of a contract. The format of submittals is at the discretion of the Consultant. Each SOQ shall be limited to a maximum of 10 pages, single -sided, using minimum 12-point font size. Page limit excludes a table of contents, tabbed dividers, resumes for Consultant's team, and sample projects. Selection Process The City reserves the right to make the selection based on its sole discretion. A subcommittee selected by City Staff will evaluate the Statement of Qualifications provided in response to this RFQ. The subcommittee will use a forced ranking process (please see Attachment C, Forced Ranking Rating Sheet, for further detail). Informal interviews may be conducted by City Staff and may include more than one firm that has submitted a Statement of Qualifications. Based on input from this review process, a recommendation will be made to the City Manager. The City Manager will make a recommendation to the City Council for award of contract services. The City reserves the right to award a contract to the firm(s) that the City feels best meets the requirements of the RFQ. The City reserves the right to reject any and all Statement of Qualifications prior to execution of the Agreement, with no penalty to the City. Selection Process Dates (tentative dates, subject to change) Thursday. March 14 Request for Qualifications posted to City website Friday. March 22 Deadline to submit questions to City of Dublin by 4:00 p.m. via e-mail ONLY to Julius Pickney at Julius.pickney@dublin.ca.gov Wednesday, March 27 Addendum posted, if required Friday. April 12 Statement of Qualifications are due no later than 4:00 PM on April 12 to Julius Pickney at Julius.oicknevc dublin.ca.gov ONLY. Late submittals will not be accepted. Friday. April 19 Interview firms (optional) Tuesday. May 21 Consulting Services Agreement scheduled for approval by the Dublin City Council 165 RFQ Submittal Requirements Please prepare and organize your Statement of Qualifications based on the requirements provided below. Any other information you would like to include should be placed in a separated section at the back of your Statement of Qualifications. Please note however that the RFQ submittal is limited to 10 pages maximum single sided and should be submitted on 8 % x 11 sized paper, in 12-point font. Page limit excludes a table of contents, tabbed dividers, resumes for Consultant's team, and sample projects. Interested firms are requested to submit one electronic copy of their Statement of Qualifications as follows: 1. Enclose a cover letter not to exceed one page, describing the firm's interest and commitment to perform work necessary to provide civil engineering and surveying services. Be sure to identify both the project manager, with e- mail address and a direct telephone number; as well as the contract signatory, with name and title. The person authorized by the firm to negotiate a contract with the City of Dublin shall sign the cover letter. Please include this cover letter within document and not as a separate page. 2. State the qualifications and experience of the firm/individual(s). Please emphasize the specific qualifications and experience with engagements of similar scope and complexity. 3. Provide at least three references (names and current phone numbers) from recent work (previous five years) similar to the services outlined in this request for qualification. Please include a brief description of the work performed and the role your firm performed. Public agency references are preferred. 4. List key staff members, including identification of the Principal -in -Charge and Project Manager/primary point -of - contact. Include each team member's availability, including all existing committed hours, and the ability of being able to complete the project in time and budget. 5. Present proposed compensation rate schedule for services, with all costs built into rates. Rates may be increased at the beginning of each Fiscal Year. Late rate increase requests will not be accepted. 6. Provide an approach to completing a capital project, showing the flow of various tasks of the work and demonstrating the clear understanding of the requested work. 7. Provide confirmation of your firm's ability to meet the City's Standard Consulting Agreement and insurance requirements. Exceptions to the Agreement and insurance requirements shall be specifically noted in the Statement of Qualifications. 8. Firms shall indicate which services are proposed to be subcontracted out. Firms must request approval for all future changes to work assignments. 9. When e-mailing a PDF submission, due to file size, you may provide a link to sample project documents, including plan sets, technical provisions, and cost estimates for public agency projects other than Dublin. 10. Firms must submit either a list of clients you are doing business with Dublin or within Alameda County (see Conflict of Interest section, above) or provide a statement that Consultant has no conflict of interest with regard to services and will comply with the Conflict of Interest Statement within the RFQ. Please provide an electronic copy of your Statement of Qualification to the City offices no later than Friday. April 12, 2024 by 4:00 p.m. The entire SOQ (excluding resumes) should be a maximum of 10 pages. 166 Submittals should be addressed as follows: City of Dublin, Public Works Department Attention: Julius Pickney, Management Analyst 11 City of Dublin 100 Civic Plaza Dublin, California 94568 Julius.pickney@dublin.ca.gov SOQs received after the due date/time will NOT be accepted and will not be accepted for consideration. Standard Consulting Agreement: It is anticipated that the services covered by the Agreement resulting from this solicitation will be performed on a time and materials fee basis for a specified scope of work. The term of the agreement will begin July 1.2024. A sample of the City's Standard Professional Services Agreement (Agreement), including insurance requirements, is provided as Attachment B. If the interested firm desires to take exception to the Agreement and/or insurance requirements, the interested firm shall clearly identify proposed changes to the Agreement and furnish the reason for these changes, which shall be included in the qualification. Exceptions will be taken into consideration in evaluating Proposals. Otherwise, the interested firm is to state in the proposal that the Agreement and insurance requirements are acceptable. Consideration for exceptions will not be considered if not included in the submitted proposal. Conflict of Interest Consultant agrees that, for the term of this contract, no member, officer or employee of the City of Dublin, or of a public body within Alameda County or member or delegate to the Congress of the United States, during his/her tenure or for one year thereafter, shall have any direct interest in the contracts or any direct or material benefit arising therefrom. Consultant must provide a list of any potential conflicts of interest in working for the City of Dublin. This must include, but is not limited to, a list of your firm's clients who are the following: Private clients located or operating within the City of Dublin limits, Dublin San Ramon Services District, U.S. Army Camp Parks and/or the County of Alameda, and a brief description of work for these clients. Proposers must also identify any other clients (including public entities), that may pose a potential conflict of interest, as well as a brief description of work you provide to these clients. This list must include all potential conflicts of interest within the year prior to the release of this RFQ as well as current and future commitments to other projects. Principals and those performing work for City of Dublin may be required to submit a California Fair Political Practices Commission (FPPC) Form 700: Statement of Economic Interests documenting potential financial conflicts of interest. For additional information, proposers should refer to the FPPC website at http://www.fppc.ca.gov/Form700.html. Equal Employment Opportunity Consultant shall not, on the grounds of race, color, sex, age, religion, national origin, ancestry, physical handicap, medical condition, or marital status either discriminate or permit discrimination against any employee or applicant for employment in any manner prohibited by federal, State or local laws. In the event of Consultant non-compliance, the City of Dublin may cancel, terminate or suspend the Contract in whole or in part. Consultant may also be declared ineligible for further contracts with the City of Dublin. 167 Consultant shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Consultant and its sub - consultants shall post in conspicuous places, available to all employees and applicants for employment, a notice setting forth the following provisions [29 U.S.C. § 623, 42 U.S.C. § 2000, 42 U.S.C. § 6102, 42 U.S.C. § 12112, 42 U.S.C. § 12132, 49 U.S.C. § 5332, 29 CFR Part 1630, 41 CFR Parts 60 et seq.]. Governing Law This RFQ summarizes the applicable laws and governance; when in conflict applicable State/federal guidelines shall apply. The contract and legal relations between the parties hereto shall be governed and construed in accordance with the laws of the State of California. Insurance Requirements The Contractor shall provide insurance coverage as follows in conformance with the City of Dublin's requirements: General Liability Insurance Automobile Liability Insurance Professional Liability Insurance Workers' Compensation Insurance $1,000,000 $1,000,000 $1,000,000 $1,000,000 References Consultant must include three (3) references for which the firm has provided services similar to those described in this RFQ. Reference information shall include: Name, Address, Contact, Title, Phone Number, and Term of the Contract. Public agency references are preferred. Review and Selection Process The City reserves the right to make the selection based on its sole discretion. A subcommittee selected by City Staff will evaluate proposals provided in response to this RFP. The subcommittee will use a forced ranking process (please see Attachment C, Forced Ranking Rating Sheet, for further detail). Informal interviews may be conducted by City staff, and may include more than one firm that has submitted a Proposal. Based on input from this review process, a recommendation will be made to the City Manager. The City Manager will make a recommendation to the City Council for award of contract services. The City reserves the right to award a contract to the firm(s) that the City feels best meets the requirements of the RFP. The City reserves the right to reject any and all Proposals prior to execution of the Agreement, with no penalty to the City. Selection of Consultant The submitted Statement of Qualifications will be evaluated and scored using the following criteria: • Qualifications and specific experience of key project team members. • Experience with engagement of similar scope and complexity. • Satisfaction of previous clients. • Quality and completeness of the statement of qualifications. 168 Scope of Services Services may include professional civil engineering, design, and surveying, as well as staff augmentation. Design Services Shall include, but not limited to: • Prepare all necessary project environmental documents or manage environmental sub -consultants work and implement the environmental mitigation measures in the design of projects. • Perform or manage sub -consultants in the preparation of geotechnical services required on projects, including determination of soil "R" values, pavement structural section, and other required soil characteristics for design of structures. • Prepare preliminary design of projects and alternative design studies, project study reports, etc., as required, with associated preliminary cost estimates. • Perform right-of-way engineering including right-of-way base map, exhibits, plat maps and legal descriptions. • As necessary, manage sub -consultants' work in preparing appraisal reports and right-of-way acquisition. • Perform project design at the 35%, 65%, 95% and 100% PS&E levels, including cost estimates and basis of design memoranda, as required by the City. • Prepare Storm Water Quality and Erosion Control plans in compliance with the latest requirements of the California Regional Water Control Board, San Francisco Bay Area region. • Prepare final engineering cost estimates and contract bid documents based on the latest bid item unit costs, Caltrans Specifications and Standard Plans, and federal requirements on federally funded projects, both transportation projects and FEMA/CaIOES related projects. • Provide design support services during construction and prepare final record drawings based on as -built drawings provided by the City. Surveying services (in house surveying is highly desired, but not required) Shall include, but not limited to: • Perform topographic surveys. • Perform utility research and coordination with utility companies. • Perform base mapping. • Perform Construction staking. • Complete Record of survey. • Prepare plat maps, topographic surveys, right-of-way determination, right-of-way takes/vacations, legal descriptions. • Provide Real Property assistance, such as obtaining preliminary title reports, appraisals, and negotiations with property owners. • Obtain temporary construction easements. • Prepare grant deeds, grant of easements, right of entry permits/agreements and temporary construction easements. • Perform boundary surveys. Staff Augmentation Services Shall include, but not limited to: • Support of small to medium-sized capital projects including the preparation of staff reports, engineering studies, project planning and coordination with other agencies and utilities. • Assist the City in acquiring the necessary approvals from Caltrans Local Assistance Division on federally -funded transportation projects, including preparation of forms and documents to acquire project E-76 approval to each 169 phase, including construction, and/or approvals from other funding agencies including the Alameda County Transportation Commission and Metropolitan Transportation Commission. • Assist the City in acquiring the necessary approvals from FEMA and/or CalOES for federally -funded disaster related projects. • Assist the City in managing consultant work including signing, traffic handling and stage construction, landscaping, utility undergrounding, irrigation, and roadway lighting. • Assist the City in managing the construction of small to medium-sized projects including advertisement of projects, response to requests for information, review of bids, award of contract, project accounting, and closeout. • Prepare baseline project design schedule using critical path method and update schedule as necessary. • Prepare applications for and assist the City with obtaining the necessary permits and approvals from appropriate agencies or utility companies. Consultants' staff may be asked to make presentations and/or attend City Council meetings, provide community outreach, and serve as a subject matter expert, on behalf of the City. List of Potential Projects Attachment A to this RFQ lists potential projects in which the City may require support during the term of the contract. Projects vary in size and complexity. The City reserves the right to add or delete projects from this list. 170 Attachment A POTENTIAL PROJECTS FOR CIVIL ENGINEERING AND SURVEYING SERVICES City of Dublin: ADA Transition Plan Improvements Alamo Creek Park and Assessment District Fence Replacement Annual Street Resurfacing City Monument Signs Citywide Bicycle and Pedestrian Improvements Citywide Energy Improvements Citywide Signal Communications Upgrade Downtown Dublin Street Grid Network Dublin Ranch Streetlight Improvements Eastern Dublin TIF Program Electric Vehicle (EV) Charging Stations Golden Gate Drive Intersections Improvements Green Storm Water Infrastructure Intelligent Transportation System Upgrade Iron Horse Nature Park and Open Space Marquee Signs Resiliency and Disaster Preparedness Improvements Storm Drain Assessment Stormwater Trash Capture Device installation Tassajara Road Realignment and Widening — Fallon Road to Northern City Limit Tassajara Road Improvements — North Dublin Ranch Drive to Quarry Lane Traffic Signal and Roadway Safety Improvements Village Parkway Reconstruction and Complete Streets Improvements Western Dublin TIF Program (please note, The City of Dublin reserves the right to add or delete projects as necessary) 171 Attachment to RFP Removed for June 25, 2024 Council Meeting ATTACHMENT B STANDARD PROFESSIONAL SERVICES AGREEMENT 172 Attachment C City of Dublin Forced Ranking Rating Sheet Instructions: After each review, write the name of the candidates in the boxes in ranked order of i through 5, with the number i candidate in the left column being the most qualified candidate. For example, candidate Smith's name would be in the Rank i box after the first review, since that firm would be the only candidate so far. After candidate Jones is reviewed in the second review, then decide which of the two candidates — Smith or Jones — should be ranked #i and #2. As reviews continue, re -rank the applicants as appropriate. Finn 1 Rank 1 Rank 2 Finn 2 Firm 3 Firm 4 Firm 5 Firm 6 Firm 7 Firm 8 Firm 9 Finn 10 Firm 11 Firm 12 Firm 13 Firm 14 Firm 15 Firm 16 Firm 17 Firm 18 Firm 19 Rank 3 Proposal Category (circle one): Civil Design/PM Rater Name: Proposal Name: Rank 4 Rank 5 Rank 6 Rank 7 Rank 8 Rank 9 Rank 10 Rank 11 Rank 12 Rank 13 Rank 14 Rank15 Rank16 Development Review Surveying Transportation Planning Traffic Engineering Drafting/CAD Rank17 Rank 18 Rank 19 173 ATTACHMENT D TASK ORDER REQUIREMENTS Prior to the approval of each Task Order issued by the City of Dublin Public Works Department, Consultant shall submit a formal letter, on letterhead and signed by an authorized official of the firm, containing a project Scope of Work and Budget. Budgets approved as part of each task order will lock in rates for the duration of the project. 174 Attachment 4 sri DUBIIN CITY OF DUBLIN STATEMENT OF QUALIFICATIONS CIVIL ENGINEERING AND SURVEYING SERVICES BKF Engineers 7901 Stoneridge Drive, Suite 360 Pleasanton, CA 94588 www.bkf.com Contact Gordon C. Sweet, PE (925)396-7736 (d) (408)802.9902 (m) gsweet@bkf.com APRIL 12, 2024 175 City of Dublin, Public Works Department Attention: Julius Pickney, Management Analyst II City of Dublin, 100 Civic Plaza, Dublin, CA 94568 Subject: Civil Engineering and Surveying Services RFQ Dear Mr. Pickney, April 12, 2024 It is with great interest that we are responding to your Request for Qualifications (RFQ) for the City of Dublin's (City) Civil Engineering and Surveying Services. BKF Engineers (BKF) is a local firm in Alameda County, that has been providing quality civil engineering, survey and planning for over 109 years. BKF employs over 500+ professionals in California, including our Pleasanton Office which has been providing quality civil engineering design services, surveying services, and engineering project support services to the City and the other Tri-Valley Agencies, for over 20 years now. As part of the City's current and past on -call list for various engineering and surveying task services we have held, BKF's resources and experience will allow us to deliver quality, biddable, and constructable projects, on a timely basis, done right the first time. BKF's Unsurpassed Experience on small to medium sized capital/public works projects involving planning, survey/right-of-way, and civil engineering, including locally and federally funded traffic/ signals, active transportation including complete streets, pavement rehabilitation, water resources (including hydraulics/hydrology, storm water quality and drainage, pump stations, and emergency/ FEMA repair), utility relocation/coordination/design, and construction management and support, including administration, staking, and inspection, is evident in our successful completion of project goals and years of consistency in our design team and repeat clients. BKF's sense of community, dedication to quality, and deep understanding of the local environment reinforces our long-lasting commitment to perform, develop and deliver diverse on -call services. Deep Bench and Adaptable Solutions with overlapping/complimentary skillsets and expertise, offers experience and strength to the City, and most importantly - the capability to quickly adapt to changes, under a dynamic and a wide variety of project conditions, schedule requirements, and deliverable needs, typically experienced under an on-call/task-order project environment. Our team is primed to offer a complete range of services as showcased in our SOQ. BKF's organizational structure also has the flexibility to seamlessly integrate multiple teams and projects into our existing workload, with resources and experience to scale to any sized project. Understanding of Project Requirements with Mr. Jaggi Bhandal as our Project Manager leading our team of technical leads, subconsultants, and deep -bench staff, we are organized for quick response to address the City's task -order needs, and pride ourselves on meeting demanding schedules by providing early identification and resolution of project issues. We will assist in developing creative solutions to challenges, as we have done for you in the past. • To the best of our knowledge, BKF and our subconsultant team do not have any conflict of interest with regard to services, and we will comply with the City's Conflict of Interest Statement within this RFQ. • As a Principal at BKF Engineers, I am authorized by the firm as the contract signatory to sign this cover letter, as well as negotiate and contractually bind BKF for the services. • I acknowledge receipt and have reviewed Addendum No 1 (Addendum to RFQ), Issued March 27, 2024. Please find Jaggi Bhandal (PM) and my (Principal in Charge) contact information below. On behalf of the entire BKF Team, we are each and all available, responsive, interested, and committed to the City and providing Civil Engineering and Surveying Services, and we relish the opportunity to continue to provide our excellent services beginning in the 2024/25 fiscal year. Please do not hesitate to contact me if you have any questions or require additional information on our qualifications and services available. Sincerely, M r :LeW Gordon C. weet, PE Principal / Vice President 7901 Stoneridge Dr, Ste 360. Pleasanton, CA 94588 (925) 396-7736, (408) 802-9902 (m), gsweet@bkf.com BKF's Project Manager Jaggi Bhandal, PE, LEED AP Senior Associate Principal — Vice President 7901 Stoneridge Dr, Ste 360. Pleasanton, CA 94588, (925) 396-7743 (d), (408) 309-0843 (m), jbhandal@bkf.com 176 SECTION 1 TABLE OF CONTENTS COVER LETTER ADDENDUM ACKNOWLEDGMENT CONFLICT OF INTEREST STATEMENT SECTION 2 QUALIFICATIONS AND EXPERIENCE SECTION 3,4 REFERENCES KEY STAFF MEMBERS SECTION 5,7 RATE SCHEDULE CONSULTING AGREEMENT SECTION 6,7,8 APPROACH SUBCONTRUCTED SERVICES SECTION 9 SAMPLE PROJECT DOCUMENTS (LINK INCLUDED BELOW) https://bkf.sharefile.com/public/share/web-s2212ccaaa7c04194 98aca61411c95841 APPENDIX RESUMES 1 2 4 7 8 2 I QUALIFICATIONS & EXPERIENCE BKF's reference projects and other recent and similar experience demonstrate our firm's comprehensive knowledge of developing, processing and delivering on -call public works projects on time and within budget. The project experience examples and sample PS&E documents (submitted separately electronically) are a testimony of BKF's wealth of experience in providing thorough and high quality documents and accurate cost estimation. All of our personnel listed herein have extensive experience in working on projects of similar scope and complexity as the City's projects. DUBLIN BLVD N CANYONS PKWY EXTENSION Dublin, CA (PLAN LINE STUDY/EIR & PSE) The City of Dublin, along with Livermore and Alameda County, proposed to extend Dublin Boulevard to North Canyons Parkway. BKF led the preliminary design, prepared CEQA and NEPA documents, worked with the Alameda CTC to reallocate earmarked federal funds and is currently preparing the PS&E as prime on this marquee project. The project involves constructing a new 1.7-mile roadway with 4-6 lanes, sidewalks, protected Calss I Trail, Class IV bike lanes, six protected intersections, transit stops, and a new bridge structure. BKF is currently providing final design services for Alameda CTC, with a diverse subconsultant team. Design is anticipated to complete in 2025, with construction in 2026. TASSAJARA RD WIDENING/CL IV BIKEWAY PROJECT Dublin, CA BKF's first task order under the City's on -call contract involves the widening of Tassajara Road between North Dublin Ranch Drive and Quarry Lane School. The project includes widening Tassajara Road to a four -lane arterial, integrating Class IV bike lanes, transit stops, ADA ramps/sidewalks, landscaped median and stormwater treatment areas. BKF is managing all aspects of the project and subconsultant team, providing civil/survey services, structural, hydraulic analysis, storm water quality/green infrastructure, and lighting. BKF is also responsible for completing the utility coordination and agreements and right of way process. The City has extended the limits to the north, and the project improvements include the roadway pavement rehabilitation and restriping of the roadway, including replacing Class II bike lane with the continued Class IV separated bikeway proposed in the gap closure segment. DUBLIN BLVD PVMT. REHAB/ADA RAMP PROJECT Dublin, CA BKF was hired to develop and design street resurfacing improvements along Dublin Boulevard and Tassajara Road. The project includes project management, field survey and mapping, right-of-way impacts and acquisition, civil design, cross -slope correction, drainage design, hydraulic, storm water, traffic signals, lighting, utility coordination and relocation, right of way acquisition, and cost estimating services. The plan includes a 2-inch overlay, with specific areas receiving dig -out repairs, grinding, alongside installing buffered green bike lanes. Traffic signal modifications and ADA improvements were also made. BKF enhanced roadway safety and usability by performing site investigations and implementing survey 3D scanning for accurate depiction of existing conditions. City of Dublin, Civil Engineering and Surveying Services 2 178 2 I QUALIFICATIONS & EXPERIENCE I I-580/VASCO RD INTERCHANGE IMPROVEMENT Livermore, CA The Vasco Road in the City of Livermore is a major commuter route that experiences operational deficiencies at various locations, resulting in significant traffic delays. The City has prioritized relieving local/regional congestion with the future Valley Link Rail project proposed to operate within the median of 1-580 to connect with BART. BKF was retained by the City to complete the PID, PA&ED and PS&E phases, which include traffic operations through interchange modifications, ramp/lane reconfigurations, intersection control solutions, and ramp/queue storage enhancements. The project also focuses on Caltrans complete streets and active transportation improvements, including the addition of a Class IV bikeway, transit accommodations, and improved corridor pedestrian/sidewalk improvements. CITY OF LIVERMORE ON -CALL (FEMA PROJECT) Livermore, CA The flooding resulting from the Arroyo Las Positos Creek flows overbank on the golf course frequently damaging the golf course green. As a result, the City requested assistance through the FEMA's Hazard Mitigation Grant Program (HMGP). FEMA identified the LPGC Creek capacity improvements to meet HMGP requirements and awarded the City up to one million dollars for construction. Based on this funding, the City contracted with BKF to evaluate alternatives that will provide the maximum flood protection within the available construction budget while meeting the HMGP schedule for construction in 2021. The City requested t to complete the Scope of Service within eight weeks from Notice to Proceed. BKF assisted with efforts to stabilize the area, protect property, and safeguard the traveling public in preparing a detailed topographic and habitat survey to assist with the flood control project that fit the available budget of $1.6M for construction, mitigation and conservation banks payment. CITY OF LOS ALTOS ON -CALL (STAFF AUGMENTATION) Los Altos, CA The City of Los Altos awarded BKF the On -call contract which included various design and on -call services, bird nesting surveys, staff augmentation, and construction management. As part of the on -call services, the BKF team provided construction management services for the Fremont Avenue Pavement Rehabilitation Project. The project included the repair of the Fremont Avenue roadway surface from Grant Road to Stevens Creek Bridge. Repairs consisted of striping removal, 6" thick asphalt concrete pavement repairs (mill & plug), cold in -place recycling (CIR), with thin HMA overlay, and re - striping for safer bike lanes. The City prepared a digout schedule for pavement repairs along Fremont Avenue and implemented CIR as a bid alternative which was granted to the contractor based on the lower bids. This project shows BKF's familiarity with CIR pavement design under construction and the various complexities and issues that are consistent with CIR projects. City of Dublin, Civil Engineering and Surveying Services 3 WM 179 3 & 4 I REFERENCES & KEY STAFF MEMBERS ORGANIZATIONAL CHART BKF has assigned professional engineers to specific roles based on the professionals' expertise. We are organized for a quick response to address your needs and are able to meet tight schedules. PRINCIPAL IN CHARGE Gordon Sweet, PE* Principal -in -Charge CIVIL ENGINEERING Carmelo Cecilio, PE* Civil Lead Travis Chan, EIT Geometrician Dat Nguyen, PE Civil Engineer Inna Ashurov Project Engineer STORMWATER Sravan Paladugu, PE, QSD/P* Hydraulics/Stormwater FEMA Lead Erik Moreno, PE, QSD/P Hydraulics Engineer Ramon Muro, PE, LEED AP QSD/P Stormwater Quality Engineer Jake Taylor, PE, QSD/P Pump Station Engineer pyi DUBL I N PROJECT MANAGEMENT Jaggi Bandhal, PE, LEED AP* Project Manager COMPLETE/PAVEMENT Marcelo Cosentino, PE* Complete Streets/Pavement Engineering Lead Chiaming Chi, PE Pavement Engineer Trent McGowan, PE Complete Streets Engineer Alonso Hernandez Project Engineer UTILITY Andrew Michel, PE* Utility Lead Nellie Moussa, PE, QSD/P Utility Coordination Engineer Ngan Do Utility Designer Neil Oettinger, PE Utility Coordinator * Key Staff QA/QC Amir Abdollahi, PE QA/QC Engineer TRANSPORTATION/SIGNAL Cheung Wong, PE* Transportation Engineer Lead Binh Do, PE Transportation Engineer Andrew Lee, EIT Traffic Signal Engineer Connie Tang Traffic Engineer SURVEY/ROW Davis Thresh, PLS* Survey/ROW Lead Jason Simmons, PLS Project Surveyor David Darling, PLS R/W Surveyor Grady Roth, LSIT Project Surveyor STAFF AUGMENTATION Blake Golding, PE* Staff Augmentation Services Armando Loera Project Engineer Norm Dyer, AIA Accessibility/ADA Specialist SUBCONSULTANT ENVIRONMENTAL/COMMUNITY ENGAGEMENT Brianna Bohonok, AICP Circlepoint TRAFFIC/ITS/ELECTRICAL Erik Bjorkland TJ KM LANDSCAPING/IRRIGATION/ URBAN DESIGN Chuck Gardella, RLA Gates + Associates R/W APPRAISALS + ACQUISITIONS Steve Castellano, SR/WA, R/W-NAC AR/WS STRUCTURES Shawn M. Cullers PE, SE Cornerstone GEOTECHNICAL/HAZARDOUS MATERIALS Shane Rodacker, PE,GE Geocon • r N H - i_Jr 1 .. • _ - As i t 4_ BKF ENGINEERS, SURVEYORS, PLANNERS 500 SUPPORT STAFF �Y Mire City of Dublin, Civil Engineering and Surveying Services 4 180 3 & 4 I REFERE \ICES & KEY STAFF MEMBERS GORDON SWEET, PE EXISTING COMMITTED HOURS Principal -in -Charge I BKF AVAILH131LI I Y Gordon will serve as the Principal -in -Charge and will prov !TT , supervision as needed and set design guidelines. Gordon will review work 35% 65% products and he will participate in the scheduling of the work and insure the availability of the project team to complete the project on schedule and within budget. JAGGI BHANDAL, PE, LEED AP Project Manager I BKF 45% 55% Jaggi will serve as the Project Manager and primary point of contact. His thorough knowledge of delivering public works projects over the past two decades encompasses civil, drainage, traffic, utilities, and right of way including conformance to federal requirements, processing of E-76 request for authorizations and managing subconsultant work and surveying. He will manage the overall contract with the City and support the team's efforts with contract and task order review. MARCELO COSENTINO, PE 55% 45% Complete Streets/Pavement Engineering Lead I BKF Marcelo will serve as the Complete Streets/Pavement Engineering Lead. He will coordinate the efforts of the project team and will be responsible for the implementation of the overall strategy ensuring that the proposed projects are in conformance with the City's goals and budget. Marcelo has been extensively involved, over the past 26 years of his career, in engineering design and enhancement of roadways, streets, pathways and bicycle/ pedestrian safety improvements. CARMELO CECILIO, PE Cip Civil Lead 1 BKF Carmelo will serve as the Civil Lead and will be responsible for civil engineering design for the City's projects including roadway, bicycle and pedestrian and ADA improvements, grading, drainage, and adherence to the City standard policies and design guidelines. CHEUNG WONG, PE Transportation Engineer Lead I BKF Cheung will serve as the Project's Transportation Engineer. Cheung is proficient in geometrics, traffic signal, signing, striping, stage construction and traffic handling design. SRAVAN PALADUGU, PE, QSD/P Hydraulics/Stormwater FEMA Lead I BKF Sravan will lead the Hydraulics and Stormwater Quality team in the analysis and design of the hydrology, storm water quality and drainage features for both the design documents and environmental document technical studies. n Itbf 65% 65% 55% 35% 5% 45% ANDREW MICHEL, PE 55%45% Utility Lead I BKF Andrew will serve as the Utility Lead and will be responsible for the identification and disposition of existing utilities and the design of City utilities. He is a superior Utility Designer and Coordinator who has designed and inspected utility installations, overseen utility potholing, supervised Rule 20 utility undergrounding work and generally presides over the entire utility process including identification, relocation, design, schedule, coordination an( installation. City of Dublin, Civil Engineering and Surveying Services 5 181 DAVIS THRESH, PLS Survey/ROW Lead I BKF AVAIL/M51I Y Davis 40 years of experience, has been the lead surveyor in n�Ll 355% projects involving Cities, Counties, Caltrans, and local municipalities. Davis hay directly overseen the topographic surveys, construction staking survey and right-of-way acquisition and mapping for many of the firm's public projects. BLAKE GOLDING, PE Staff Augmentation Services Lead I BKF 75% ?5% Blake has over 9 years of experience in performing civil engineering in multipl capacities with expertise in construction management, including project management and staff augmentation. BRIANNA BOHONOK, AICP Environmental/Community Engagement Lead I Circlepoint Brianna will be responsible for preparing the environmental documents in compliance with CEQA and NEPA requirements as well as leading the community engagement and outreach for the City's projects as she has done so with many of BKF's projects. ERIK BJORKLAND 45% Traffic/ITS/Electrical Lead I TJKM Erik will be responsible for traffic engineering, intelligent transportation systems and electrical design for the City's projects. Through his years of working with the City, he has an innate knowledge and understanding of the City's transportation system. CHUCK GARDELLA, RLA 30% Landscaping/Irrigation/Urban Design Lead I Gates + Associates Chuck will be responsible for the landscaping architecture design services including developing project concepts, renderings and PS&E. Chuck's design. are sensitive to the cultural and historic setting while functional and inviting to the public. STEVE CASTELLANO, SR/WA , R/W-NAC R/W Appraisals + Acquisitions Lead I AR/WS Steve will be responsible for R/W appraisals and acquisitions for the City's projects. With over 34 years of experience as a Right of Way Agent, he has a complete understanding of the public agency property acquisition process. SHAWN M. CULLERS PE, SE 20% Structures Lead I Cornerstone Shawn will be responsible for leading structural engineering design and construction management services and inspections. Cornerstone is currently responsible for managing numerous HBP funded and locally funded projects SHANE RODACKER, PE GE Geotechnical/Hazardous Materials Lead I Geocon Shane will be responsible for conducting geotechnical and hazardous materials testing and engineering services for the City's projects. His expertis includes slope stability analysis, foundation design, pavement design, hillside grading and the mitigation of complex geologic constraints. 3 & 4 I REFE FENCES & KEY STAFF MEMBERS EXISTING COMMITTED HOURS 30% 20% 40% r0% 5% "0% 0% 0% 0% REFERENCES For list of projects, BKF's role and services performed, see Section 2, Qualifications and Experience Michael Boitnott, PE Capital Improvement Program, Project Manager City of Dublin Michael.Boitnott@dublin. ca.gov, 925.833.6630 Mallika Ramachandran Senior Civil Engineer City of Livermore mramachandran@livermoreca. gov, 925.960.4511 Jhay Delos Reyes, PE Director of Project Delivery Alameda County Transportation Commission jdelosreyes@alamedactc.org 510.208.7469 City of Dublin, Civil Engineering and Surveying Services 6 182 5.7 I RATE SCHEDULE & CONSULTING AGREEMENT As the Prime Consultant, BKF Engineers has provided our FY 2024/25 rates for services, and can be reviewed below; these reflect BKF's loaded (fully burdened) rates for Civil Engineering and Surveying Services. From our experience on the 2019 On -Call Civil Engineering and Surveying Services Consultant Services Agreement (CSA), primeconsultant rate schedules are included only, however, each of our subconsultant rate schedules for this pursuit have been collected and are available, and can be provided upon request. Project Management Rates Field Surveying Rates Principal, Sr. Associate Principal Associate Principal Sr. Project/Technical Manager Project/Technical Manager Eng./Survey/Planning Manager Technical Staff Sr. Project Engineer/Surveyor/Planner Project Engineer/Surveyor/Planner Design Engineer, Staff Survey/Planner BIM Specialist 1, 11, 111 $323.14, $299.60 292.11 $283.55 $278.20 $255.73 Rates $237.54 $208.65 $181.90 $181.90, $208.65, $237.54 Technician I, II, III, IV $173.34, $184.04, $202.23, $217.21 Survey Party Chief Instrument Person Survey Chainperson Utility Locator I, II Utility Locator III, IV Apprentice I, II Apprentice III, IV $237.54 $203.30 $153.01 $124.12, $175.48 $210.79, $239.68 $94.16, $126.26 $139.10, $147.66 Construction Admin. Rates Sr. Consultant Sr. Administrator Resident Engineer Field Engineer 1, 11, 111 $310.30 $270.71 $201.16 $181.90, $208.65, $237.54 Funding & Grants Rates Drafter I, II, III, IV $135.89, $148.73, $160.50, $178.69 Funding Strategies Director, Manager Engineering/Surveying/Planning $113.42 F/R Analyst I, II Assistant F/R Analyst III, VI Project Administration Rates Project Coordinator, Senior Project Assistant, $151.94, $130.54 Project Assistant, Clerical/Administrative Assistant $115.56, $96.30 $222.56, $203.30 $139.10, $160.50 $171.20, $188.32 Consulting Agreement BKF and our subconsultants have reviewed the City's Standard Consultant Agreement (CSA), and based on our current/executed on -call CSAs with the City, we are very confident that we can meet the requirements of the CSA and Insurance, but would like an opportunity to discuss the following comments or alternative -language suggestions (many of which were previously discussed and agreed upon loetween BKF and Dublin as part of our current and prior on -call agreements), with the City and your contracts/legal team. 1. Standard of Performance - Under Section 1.2 of the CSA, consider modifying the 1st paragraph as follows, to focus -in on the standards of performance, location and time of our services: 1.2 STANDARD OF PERFORMANCE. Consultant shall perform all services required pursuant to this Agreement in the manner and consistent with and limited to the degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances at the same time and in the same or similar locality according to the standards observed by a competent practitioner of the profession in which Confdtant is engaged. 2. Wasting Policy - Under Section 4.4.4 of the CSA, consider modifying the 1st paragraph as follows, since PL Insurance by definition is a "wasting policy." 4.4.4 WASTING POLICIES. Except for Professional Liability Insurance nNo policy required by this Section 4 shall include a "wasting" policy limit (i.e. limit that is eroded by the cost of defense). 3. Indemnification - Under Exhibit C of the CSA, consider modifying the 1st paragraph as follows to focus -in and avoid generalities unrelated to our performance of the services: Consultant shall indemnify, defend with counsel acceptable to City, and hold harmless City and its officers, elected officials, employees, agents and volunteers from and against any and all liability, loss, damage, claims, expenses, and costs (including without limitation, attorney's fees and costs and fees of litigation) (collectively, "Liability") of every nature arising out of or in connection with Consultant's performance of the services called for or its failure to comply with any of its obligations contained in this Agreement, except such Liability caused by the sole negligence or willful misconduct of City. 7 183 City of Dublin, Civil Engineering and Surveying Services 6,8 I APPROACH & SUBCONSTRUCTED SERVICES Understanding It is BKF's understanding that the City of Dublin is actively inviting Statement of Qualifications for professional on -call civil engineering and surveying services for multiple small to medium- sized capital projects over the next three years. In any given year, BKF manages over 30 On -call contracts. Our staffing plan, division of roles, and project experience demonstrates that BKF has the commitment of staff resources to complete your projects on schedule and within budget. Given our immediate resources in Pleasanton, the work retained under the agreement with the City will not impact our current or future demands of our team. We have a thorough approach that gets projects moving quickly and we are comfortable with the fast response that is required by project task order requests. Approach A comprehensive project management program is a necessary component of a successful collaboration between design partners and Agencies. When we initially receive a new Task Order, Jaggi Bhandal, Project Manager will review material provided by the City and establish job tasks necessary to proceed with the project and build the appropriate team. Through preliminary discussions with the City, and our subconsultants, a detailed scope of work will be developed which could include tasks related to civil design, structural engineering, geotechnical engineering, or pavement management. The following is a summary of BKF's proven project management and implementation approach, which will be catered to specific requirements of projects and the City's requests: RESPONSE TIMES • Emergency Support: Within 4 hours of a City request • On -Call Scope of Work: Within 48 hours of contact • Design Services: Within 4 weeks of notice to proceed • Communication: Continual throughout 4-48-4 DEFINE SCOPE, SCHEDULE & BUDGET Once a task order request is issued for a specific project, BKF will promptly discuss the requirements of the work with the City to verify assumptions and the level of effort requested. We will determine the timeliest and most cost-effective approach to complete the scope of work. DETERMINE METHODOLOGY Based on each project, and its site requirements, we will select the most suitable and cost- efficient methodology for completing a project. ASSIGN THE APPROPRIATE STAFF Jaggi Bhandal, PE, LEED AP, Project Manager, will assign staff based on the specific task requirements. While all of our staff members are highly experienced and qualified, some have specialized expertise or specific experience that would aid in reducing the overall hours needed to perform a specific task. BKF has the resources to assign highly experienced design teams to each City project. SCHEDULE MANAGEMENT Project scheduling is essential to the successful completion of our projects. Utilizing project management techniques, we collaborate, track, and maintain contract, correspondence, submittals, progress billings, change orders, and close out documents. We believe that a successful journey always starts with a complete roadmap. City of Dublin, Civil Engineering and Surveying Services 8 184 6,8 I APPROACH & SUBCONSTRUCTED SERVICES On -Call Task Work Flow Based on BKF's extensive civil engineering and surveying experience with the city of Dublin and other local agencies and self-help counties in the SF Bay Area, we have an established on -call and task order management approach in delivering collaborative team solutions for simple, complex, and multi -faceted public sector problems, including providing staff augmentation. The following flow -chart illustrates our approach to managing tasks and maintaining quality control for project and on -call agreements that often have a quick turnaround schedule based on our client's needs. Services Provided CIVIL/TRANSPORTATION - Geometric Roadway Design - Complete Street Design - Streetscape Design - Highway & Interchange Design and Processing - Grade Separations - Traffic Signal Design - Light and Heavy Rail - Pavement Assessment and Rehabilitation - Parking Lot Planning & Design - Site Development WATER RESOURCES - Storm, Sewer and Water Systems - Detention Systems - Storm Water Quality Compliance - Erosion Control & SWPPP Hydraulic & Hydrology Studies - Floodplan Analysis - Pump Station Design SURVEY - GPS Surveys / G.I.S. Mapping - Right -of -Way Mapping and Acquisition Support - Plat & Legal Descriptions - Subdivision Mapping - ALTA Surveys - Topographic & Boundary Surveys - Construction Staking - Construction Monuments - High Resolution Scanning UTILITY COORDINATION - Utility Locating and marking - Field Investigations - Relocation Design - Relocation Coordination - Utility Agreements • CITY ISSUES TASK ORDER BKF & CITY MEET TO DISCUSS SCOPE CITY SCOPE & BUDGET REVIEW Evaluate the following: • Task Order assignment expertise and personnel • Current/future workload • QA/QC measures required • Estimate required budget • City/Community outreach • Applicable codes & standards CITY ISSUES NOTICE TO PROCEED BKF TEAM BEGINS TASK ORDER WORK4+ BKF QA/QC il-4 IS ON -GOING BKF COORDINATES & PREPARES FINAL DELIVERABLES r BKF TRANSMITS FINAL DELIVERABLE L J Ir City Reviews Final Deliverables L J ✓ BKF REVIEWS & ADDRESSES L CITY COMMENTS ✓ 1 BKF DELIVERS FINAL WORK PRODUCT L J m • Project manager & lead engineers meet with staff and stakeholders to discuss scope, challenges, constraints, and budget • Office staff complete research/survey requests • Project manager meets with subconsultants to review tasks and schedule • Perform field survey work • Engineering Design begins • QA/QC of field work is monitored and checked by project supervisor • Project manager assigns work to staff accordingly • Coordination with subconsultants and surveyors to complete tasks and incorporate cohesive design components • Completed design reviewed by project and QA/QC team CITY & BKF • BKF Team meets with City to discuss project deliverable and brainstorm future alternatives for improved delivery ■ City of Dublin, Civil Engineering and Surveying Services 185 6,8 I APPROACH & SUBCONSTRUCTED SERVICES Subcontracted Services Firms BKF is ready to serve the City for professional on -call civil engineering and surveying services, targeting a diverse range of engineering, surveying and project management tasks typical of a municipal agency. Recognizing the truly comprehensive nature of these requirements, BKF has strategically partnered and subcontracted with industry experts as listed below to provide a full and complete suite of services. BKF understands that approval for all future changes to work assignments must be approved by the City. BKF Engineers (BKF) has built a reputation on its ability to mobilize and manage multiple subconsultants into a completely integrated team, and we are proud of the BKF team that we have assembled for this project. Each of the subconsultant listed below has worked extensively with BKF and one another on multiple transportation projects. ENVIRONMENTAL/COMMUNITY ENGAGEMENT CIRCLEPOINT • DBE Since 1987, Circlepoint has been a guiding force in helping clients address complex issues and strengthen communities. Circlepoint is based in Oakland and will be responsible for preparing the environmental documents, supporting technical studies and coordinating & performing the community engagement for the City's projects. They have extensive experience completing environmental reviews for public projects that include coordination with regulatory agencies and conformance with CEQA and NEPA requirements. Circlepoint's experience includes environmental review and public engagement for roadway improvements, including resurfacing, rehabilitation, widening and realignment, bicycle and pedestrian improvements, and other projects supporting the transportation network. LANDSCAPING/IRRIGATION/URBAN DESIGN GATES + ASSOCIATES. • SBE For over 46 years Gates + Associates (GATES) work can be seen throughout the communities of the greater Bay Area. GATES will be responsible for providing landscape architecture and urban design services for the City's projects, including RMA on their team for irrigation design services, as a trusted subconsultant partner for over a decade. With a collective of 35+ associates, GATES are landscape architects, urban designers and land planners that thrive when presented with a perplexing project challenge and understand that the methods for getting people outside are ever - changing. STRUCTURES CORNERSTONE • SBE Cornerstone Structural Engineering Group, established in 2004. They are a registered Small Business Enterprise (SBE) that provides structural engineering design services to public agencies, owner/developers, design -build contractors, and other design professionals on projects throughout California. City of Dublin, Civil Engineering and Surveying Services 10 TRAFFIC/ITS/ELECTRICAL TJKM • DBE TJKM Transportation Consultants specializes in transportation planning, traffic operations, traffic engineering design, intelligent transportation systems, traffic safety, lighting and multimodal studies. TJKM will be responsible for developing traffic studies for the early stages of projects, designing traffic system network elements and reviewing and providing constructive recommendations for multi -modal facilities. TJKM has provided on -call traffic engineering services to the City of Dublin since 1985 and has completed nearly 130 tasks. R/W APPRAISALS+ACQUISITIONS AR/WS • SLEB Founded in 1989, AR/WS will be responsible for providing right of way appraisal and acquisition services for the City's projects. AR/WS specializes in cost estimating, appraisal, acquisition services for public infrastructure work. As one of the premier right of way firms in the Bay Area, AR/WS has provided right of way and appraisal services to numerous local public agencies in Alameda County, including Dublin, Livermore, Alameda County Transportation Commission and Dublin San Ramon Services District. GEOTECHNICAL/HAZARDOUS MATERIALS GEOCON Established in 1971 with a staff of nearly 350, Geocon will be responsible for the geotechnical investigations/ engineering services, pavement assessment and hazardous material assessment for the City's projects. They specialize in providing professional geotechnical engineering, materials testing, and special inspection services to public agencies and private entities. Geocon is a full - service geo-professional consulting firm capable of performing field, laboratory and engineering analyses for the City of Dublin projects with in- house staff and equipment. Geocon has worked on many projects throughout the City of Dublin and Alameda County. APPENDIX KEY STAFF RESUMES APPENDIX EDUCATION B.S., Civil Engineering, University of Arizona REGISTRATION Professional Civil Engineer CA, No. 58264 TOTAL YEARS EXPERIENCE 28 years, 26 with firm GORDON SWEET, PE PRINCIPAL -IN -CHARGE As the Principal -in -Charge, Gordon will be an active member of the BKF team, and support Jaggi and the key team to help shepherd the City's on -call projects from preliminary engineering through design, and into advertise/award and construction. He will provide comprehensive supervision over all aspects of the work and will set design guidelines within the framework of BKF, its subconsultants, and City. Over the last 28 years at BKF, Gordon has been extensively involved in the design, management and oversight of on -call and capital improvement projects, with a focus on the implementation of roadway widening, realignments, and active transportation improvement opportunities for bikes, peds and transit. Gordon will also coordinate with Amir to facilitate task order/project-specific quality management plans (QMP) and QA/QC process, along with PEER reviews as required/desired to ensure conformance of all work products with the design criteria, standards, and criteria deliverables and will manage the availability of the project team (and firm's resources) to complete the Project on schedule and within budget. SELECT PROJECT EXPERIENCE Dublin Blvd Pvmt. Rehab/ADA Ramp Project, Dublin Principal -in -Charge Pavement design lead for 1-mile of pavement preservation, including localized dig -out and repaving improvements as part of an on -call procurement Reviewed/evaluated PCI and StreetSaver evaluations provided by the City - Developed 2-inch overlay, conform/wedge-grinds, and localized dig - out improvements in plans, specs and estimate - Addressed safety issues from pavement overlay build-up by identifying deep cold -plane grind operations involving minor roadway reprofiling adjustments - Coordinated ADA survey and evaluation to confirm compliance, including curb ramp reconstruction/replacement - Supported federal funding process, including utility documentation, PS&E checklist, and certification through CT Local Assistance for RFA/E-76 funding I-580/Vasco Rd Interchange Improvement, Livermore - Principal-in-Charge/Project Manager - Interchange improvement project to increase queue capacity, manage throughput, and mitigate traffic congestion by replacing interchange with Complete Street -focused diamond/par-clo or diverging diamond alternative - Conducted Step 1 Intersection Control - Evaluation (ICE), and developed/approved Traffic Modeling and Forecasting Methodology Memo for PA&ED - Coordinated VMT/capacity inducing discussions/screening with CT HQ sustainability as part of VMTDD - Completing PID phase; proceeding with PA&ED phase including overseeing - CEQA and NEPA environmental documentation City of Dublin, Civil Engineering and Surveying Services grig 188 APPENDIX EDUCATION B.S., Civil Engineering, University of California, Davis REGISTRATION Professional Civil Engineer, CA No. 77430 AFFILIATIONS LEED Accredited Professional, U.S. Green Building Council TOTAL YEARS EXPERIENCE 16 years, 16 with firm City of Dublin, Civil Engineering and Surveying Services JAGGI BHANDAL, PE,LEEDAP PROJECT MANAGER Jaggi's diverse experience as a PM is the cornerstone of BKF's success with roadway improvement projects that focus on complete street and bicycle and safety enhancements. Having encompassed all aspects of active transportation in urban, rural and resource -sensitive areas, he offers significant value as a team leader with an intuitive understanding of agency, permitting, and mitigation requirements, community outreach and engagement, and a commitment to design delivery and dedication to his projects, clients, and staff/consultants, resulting in the instrumental success of each of his roadway improvement projects. Jaggi has extensive experience in roundabout and intersection design. He has successfully lead and delivered several public improvement projects through all design approval phases and into construction. PROJECT EXPERIENCE Dublin Blvd N Canyons Pkwy Extension (Plan Line Study/EIR & PSE), Dublin - Project Manager for 1.6-mile extension of Dublin Boulevard through three jurisdictions involving multi -modal facilities, transit priority and adaptive signal - Led team for civil, environmental, structural, geotechnical, and traffic engineering work - Oversaw plan line study design and ROW acquisition requirements - Facilitated alternative geometric analysis - Oversaw grading and drainage design - Coordinated needs and input from stakeholders - Provided CEQA/NEPA environmental impact report (EIR) for project, - Oversaw public/community meetings, and DEIR public meetings - Assisted City with funding applications Telegraph Avenue Complete Streets Project, Oakland - Project Manager leading the conceptual roadway diet design and geometric/cross section alternative analysis - Evaluating active transportation operations, safety and priorities, including bus/transit, protected bikeways, and enhanced pedestrian facilities, including mid -block crossing(s) and traffic signals - ldentifed Encroachment Permit (EP) process (DEER) for roadway and intersection modifications within SR 24 state highway system (SHS) - Coordinated with City/AC Transit on New Bus Stop Locations - Public outreach/consensus building support for City Blossom Hill Road Multi -Use Trail Improvements, Los Gatos - Project Manager - Developed multiple trail concepts/alignments to improve existing bicycle and pedestrian deficiencies along heavily traveled corridor serving nearby Fisher Middle and Van Meter Elementary - Evaluated mid -block crossing and protected intersection design concepts to close Class I bikeway gap, and improve safety - Oversaw a Community Engagement Plan that established framework for outreach/engagement to select viable alignment/alternatives - Leading all public outreach and stakeholder engagement efforts with community, stakeholder groups, Town Complete Streets Commission, nearby property owners, and utility owners - Leading CEQA/NEPA environmental clearance with Town and Caltrans WE 189 APPENDIX EDUCATION M.B.A, Marketing/ Finance, San Jose State University B.S., Civil Engineering, Santa Clara University REGISTRATION Professional Civil Engineer, CA No. 69063 TOTAL YEARS EXPERIENCE 26 years, 17 with firm MARCELO COSENTINO, PE COMPLETE STREETS/PAVEMENT ENGINEERING LEAD As an integral part of our pavement management and design leadership of several recent pavement resurfacing projects, Marcelo will bring his own brand of pavement engineering knowledge and expertise, while simultaneously integrating cost-effective, complete streets and multi -modal project solutions and opportunities when feasible, within the budget and timeframe of the respective project packages. Marcelo is constantly improving his pavement technical knowledge and craft, and recently attended the Pavement Preservation Academy (2022) through UC Berkeley in which StreetSaver and other data/analytical pavement evaluation, management, and planning tools were presented and discussed with consultants and agencies in attendance. In his 26 years of experience, Marcelo has worked closely with public agencies, community organizations, utility companies, institutions and other stakeholders to incorporate specific concerns and details into the design and project while monitoring the project budget, schedule, and goals. Marcelo has demonstrated experience working with local jurisdictions and will work hand -in -hand with the City throughout the duration of projects and take ownership of the projects, deliverables, and improvements. SELECT PROJECT EXPERIENCE Dublin Blvd Pvmt. Rehab/ADA Ramp Project, Dublin - Project manager for pavement rehabilitation of Dublin Boulevard from Scarlett Drive to Hacienda Drive - Traffic signal modifications and ADA ramp improvements at five intersections - Striping plans for implementation of bike lanes and trail crossings - Traffic handling plans, Utility coordination and adjustment - Federally funded and preparation of E-76 forms (Request for Authorizations) Los Altos On -Call for Various Engineering Tasks: Fremont Avenue Pavement Rehabilitation Project (2020-2023) - Contract Manager for roadway surface repair including localized failure (mill and plug), CIR, and re -striping. - Managed and coordinated with subconsultant providing pavement CM and inspection services on City's behalf - Managed CM contract administration, project change control and materials testing - Conducted reviews of subconsultants products and adherence to quality control procedures and Certified quality control procedures of PS&E documents Downtown Oakley Improvement Projects, Oakely - Project Manager Oversaw PS&E for various downtown projects - Transit park -and -ride lot with EV charge stations - New traffic signals and pedestrian safety crossing (RRFB) - Coordination with BNSF railroad for platform access - New street alignment and pavement section - Stormwater treatment and drainage infrastructure - Utility design and relocations with new services - Retaining wall design, geotechnical investigations - Right of Way needs and acquisition and community outreach City of Dublin, Civil Engineering and Surveying Services 190 APPENDIX EDUCATION B.S. Civil Engineering, Santa Clara University, CA REGISTRATION Professional Civil Engineer No. 53143 TOTAL YEARS EXPERIENCE 35 years, 25 with firm CARMELO CECILIO, PE CIVIL LEAD Carmelo has over 35 years of civil and highway engineering experience specializing in all aspects of public improvement projects including road highway, multi -modal and rail design, pavement design, drainage and storm water quality design, stage construction and traffic detours, and utility improvements. Carmelo has managed several multi -approval projects involving multiple stakeholders from the preliminary stages of planning, through design development, and to the final phases of construction throughout Northern California. His understanding of jurisdictional requirements, commitment to delivery and dedication to her projects and clients is instrumental to the success of the any project. SELECT PROJECT EXPERIENCE Tassajara Rd Widening/CL IV Bikeway Project, Dublin - Civil Lead - Roadway widening including grading and profile design - Coordination with 3rd party Utility companies for relocations - Directed drainage design and stormwater treatment - Coordination with property owners on impacts to adjacent properties - Managed development of plans, specifications & estimate at milestone submittals Laurel Access to Mills, Maxwell Park and Seminary (LAMMPS) Streetscape Project, Oakland - Civil Lead - Increased Cyclist and Pedestrian Safety - Accessibility Improvements - Assisted in the utility coordination and relocation - Develop design to mitigate multiple Existing Site Constraints - Prepared Caltrans Encroachment Permit - Design coordination with work at the 1-580 on and off -ramp - Coordinated with subconsultants to resolve design issues - Reviewed project cost estimates at all stages of PS&E design submittal Albany Pavement Rehabilitation Project On -Call, Albany Civil Lead Median Widening for Future HOV Lane and Interchange Reconfigurations Developed alignments to conform to Design Standards Managed development of Bicycle/Pedestrian Facility Design - Prepared Mandatory & Advisory Design Exceptions and Utility Policy Exception Prepared Provided Supplemental PR - Managed development of PS&E per Caltrans AAA process City of Dublin, Civil Engineering and Surveying Services g 191 APPENDIX EDUCATION M.A., Civil Engineering California Polytechnic State University REGISTRATION Professional Civil Engineer, CA No. 89948 YEARS OF EXPERIENCE 19 years, 16 with firm CHEUNG WONG, PE TRANSPORTATION ENGINEER LEAD Cheung has over 19 years of experience as a Transportation Engineer, responsible for traffic, safety, and operational improvements for all modes of traffic, including signing, striping, electrical/signals, and stage construction, traffic handling and detours for state, regional and local agencies. He is proficient and efficient in identifying, navigating, and reconciling differences in design standards, and responsible for acute design approval with clients and other consultants to optimizing the operational and safety results and minimize costs. SELECT PROJECT EXPERIENCE Tassajara Rd Widening/CL IV Bikeway Project, Dublin Transportation Engineering Lead Traffic Handling Plan • Develop construction staging while maintain access to the local residents, school and visitors to nearby parks • Provide detour plans for restricted vehicle/pedestrian movements • Ensure the seamless transition between the existing and proposed condition during construction • Ensure the compliance with the latest CA MUTCD traffic control guidelines Signing and Striping Plan • Convert existing Class II bike lane to Class IV bike lane with Flexible posts on both sides • Widening Tassajara Road into a full fledge 2 lanes with Class IV bike lane on each direction Installation of Pedestrian/Bike friendly elements such as High Visibility Crosswalk, Green Pavement Marking for bike, stop bar setback from Crosswalk Traffic Signal Plans • Upgrade the two existing signals at Somerset Ln/Tassajara Rd and Quarry Lane/Tassajara Rd • Develop signal modifications that are compliance to ADA/ PROWAG • Incorporate the latest technologies: APS, CCTV, Video Detection, etc. per City's direction City of San Jose On -Call Complete Streets Project, San Jose - Transportation Engineering Lead - Coordinated with Pavement Resurfacing and Rehab Program and prepared plan line study for major arterial streets with roadway diet opportunities - Reconfigured post -pavement resurfacing conditions to redesigned signing and striping for realignment for optimized complete streets - Design focus on Class IV bikeways, intersection/transit operations improvements, and pedestrian safety; developed protected intersection striping concepts - Addressed traffic signal detection replacement associated with pavement rehab - Designed mid -block crossings, including solar powered rectangular rapid flashing beacon (RRFB) traffic control device - Coordinated design development of stage construction and traffic handling strategies in support existing operations, paving operations, & ultimate conditions City of Dublin, Civil Engineering and Surveying Services 192 APPENDIX EDUCATION M.S., Civil Engineering, University of Utah, Salt Lake City B.E., Civil Engineering, Osmania University, India REGISTRATION Professional Civil Engineer, CA No. 74343 Qualified SWPPP Developer and Practitioner, No. 00993 Certified Floodplain Manager (CFM) YEARS OF EXPERIENCE 20 years, 11 with BKF SRAVAN PALADUGU, PE, QSD/P HYDRAULICS/STORMWATER FEMA LEAD Sravan is a water resources engineer and is experienced in all aspects of a project from planning to design and construction. He has worked on handful of large pipeline projects from project inception to construction. He has also authored several technical studies and is responsible for preparing plans, specifications and estimates for several lift/pump station projects, water, sewer and storm pipeline projects. He has successfully completed numerous Capital Improvement Projects with construction budgets ranging from $300K to $9M, and has a thorough understanding of all project aspects including site and utility constraints, environmental impacts, traffic control, easements, constructibility analyses, and public outreach. He also has experience overseeing construction aspects of projects. SELECT PROJECT EXPERIENCE City of Livermore On -call - Livermore - Hydraulics/Stormwater Quality Engineer - Capacity Improvements for Arroyo Las Positos Creek - FEMA Hazard Mitigation Grant Program (HMGP) - Creek bank stabilization - Field investigations - Detailed topographic Survey - Environmental Mitigation via conservation bank I-580/Vasco Rd Interchange Improvement, Livermore - Hydraulics/Stormwater FEMA LEAD - 13 Miles of freeway widening and 11 interchange modifications - Prepared flood plain analysis and hydrology report - Conducted assessment of water quality requirements and developed treatment improvements to address regulatory requirements - Prepared hydrograph modification analysis and report - Developed drainage design, drainage report and storm water data report for both PA&ED and PS&E Phases Former Fort Ord Water Demand Model, Marina - Hydraulics/Stormwater FEMA LEAD - Design engineer for the preparation of an analysis of water demands for the City of Marina's portion of the Former Fort Ord - Developed a comprehensive water demand model for the City - Evaluated the anticipated water demand for six major new development projects and existing land uses - Evaluated the water supply requirements through a desegregation of the interior and exterior water demands across the City's portion of the Ord Community to facilitate an economic analysis of the recycled water demand potential - Evaluated construction phasing for each new development project to enable the City to develop strategies of water supply and allocation planning consistent with the evaluations of Marina Coast Water District City of Dublin, Civil Engineering and Surveying Services grig 193 APPENDIX EDUCATION B.S., Civil Engineering, San Jose State University REGISTRATION Professional Civil Engineer No. 69078 TOTAL YEARS EXPERIENCE 26 years, 26 with BKF ANDREW MICHEL, PE UTILITY LEAD As a Caltrans certified utility coordinator, Andrew's responsibilities encompass utility design, relocation, and coordination. His experience entails public and private on -site, as well as off -site aspects of civil and utility design and construction, including grading, utility coordination, utility relocation, construction survey staking coordination and construction administration. Andrew is currently leading the utility relocation, design and coordination efforts for VTA's BART to Silicon Valley (BSV) Phase II under San Jose, and as such, has performed project design through the preliminary stages of project planning to the final phases of construction for various municipal, roadway and transportation projects. SELECT PROJECT EXPERIENCE Doane & Drew Avenues Pavement Reconstruction, Mountain View - Utility coordinator - Pavement reconstruction and rehabilitation project - Documented existing utility plan via as-builts, field investigations and topographic surveys - Confirmed that pavement reconstruction operations sufficiently protected existing utilities - Reviewed re -grading of concrete improvements for utility box, valves and manholes adjusts - Prepared cost estimates for utility work Miller Avenue Safety Improvements, Mill Valley - Utility coordinator - Complete street project with pavement repaving and restoration - Multi -phased project - Assisted City with preparing applications for funding grants - Evaluated various pavement treatments, costs and staging requirements to identify locations for mill and overlay, slurry and rubberized cape seal and FDR - Incorporated bus stops, parking, and enhancements to increase business activity Downtown Oakley Improvements Project, Oakley - Utility coordinator - Complete street construction and roadway rehabilitation - Identified utility obstructions, relocations and capacity upgrades - Coordinated with utility owners on development of relocation drawings - Oversaw drafting of utility agreements - Provided utility documentation in compliance with E-76 requirements Capitol Expressway Light Rail Extension, VTA - Utility coordinator - Lead utility coordination for 2-mile extension of the VTA's light rail system along Capitol Expressway from Alum Rock Station to Eastridge Mall - Coordination for Joint trench relocation for PG&E facilities - Organized potholing of utilities for positive identification - Coordinated with over 10 3rd party utility owners for over 40 relocations totaling $20m in utility construction - Water and Sanitary Sewer design - Provide for over 20 utility services requests City of Dublin, Civil Engineering and Surveying Services 194 APPENDIX EDUCATION A.A., Surveying, Diablo Valley College, CA REGISTRATION Professional Land Surveyor, CA No. 6868 YEARS OF EXPERIENCE 40 years, 33 with firm DAVIS THRESH, PLS SURVEY/ROW LEAD Davis is a survey principal, overseeing BKF's survey group. His survey experience spans over 40 years. Throughout his tenure with BKF, he has played a key role in many projects in both the public and private sectors. His responsibility involves project management of all survey projects including scheduling, budget tracking, dispatching, supervision of crews, and coordination of the office and field surveyors. Davis has directly overseen the topographic surveys, construction staking survey and right-of-way acquisition and mapping for many of the firm's roadway and highway projects. SELECT PROJECT EXPERIENCE Dublin Blvd Pvmt. Rehab/ADA Ramp Project, Dublin - Survey and Right -of -Way Manager for pavement rehabilitation of Dublin Boulevard from Scarlett - Traffic signal modifications and ADA ramp improvements at five intersections - Striping plans for implementation of bike lanes and trail crossings - Survey and right of way - Federally funded and preparation of E-76 forms (Request for Authorizations) Dougherty Road Improvements Project, Dublin - Survey and Right -of -Way Manager - Local street widening - Right-of-way mapping and acquisition - Plat and legal preparation - Project control - Caltrans PS&E - Record of survey - GPS and topographic surveying Laurel Road Widening, Oakley - Survey and Right -of -Way Manager - Coordinated aerial mapping and set flight control - Confirmed monumentation and project control - Oversaw supplemental topographic survey - Established right-of-way and resolved boundary - Prepared plat and legal descriptions for right-of-way and easement acquisitions - Coordinated construction staking with City and contractor 14th Street Complete Streets Projects, Oakland - Survey Manager - Established monumentation and project control - Performed field topographic surveys and control for aerial mapping - Evaluated right of way constraints and potential impacts - Established right of way lines and conducted boundary resolution City of Dublin, Civil Engineering and Surveying Services grig 195 APPENDIX EDUCATION B.S., Civil and Environmental Engineering, University of Utah REGISTRATION Professional Civil Engineer UT No. 11336216 YEARS OF EXPERIENCE 9 years, 4 with firm BLAKE GOLDING, PE STAFF AUGMENTATION SERVICES LEAD Blake has over 9 years of experience in performing civil engineering in multiple capacities with expertise in construction management, including project management and staff augmentation. Blake's strong communication skills enable effective discussions with both professionals and non -technical individuals. Having been extensively involved in the design and construction of public projects, Blake brings valuable insights to the table. Most recently, Blake has provided in- house plan check review for the City of Richmond and has provided design services for public improvement projects for the City of Sausalito. SELECT PROJECT EXPERIENCE City of Richmond Plan Check Review, Richmond - On -Call Civil and Land Development Plan Check and Related Inspection Services Town of Moraga - Staff Augmentation, Moraga - Provided staff augmentation services in connection with engineering/ public works services City of Berkeley Plan Review, Berkeley - Provided review of the Hydrology and Hydraulics Mitigation Analysis Plan Review for the 2621 Tenth Street in the City of Berkeley Napa On -Call, Napa - Performed on -call engineering services for various capital improvement projects for the years 2019-ongoing. To date, BKF has worked on the following projects for the City of Napa: • Neighborhood Street and Sidewalk Program (NNSSP): Specific services include measuring, marking, and recording lengths and areas of sidewalk, driveway, and curb and gutter displacements due primarily to tree roots. BKF is also assisting with installation of handicapped ramps needed to complete a path of travel through the neighborhood. City of Martinez Project Management On -Call, Martinez - Provided staff augmentation to oversee a variety of Capital Improvement Projects, Project and Program Management, and support development review and permitting CV Sanitary District On -Call, Castro Valley BKF was integral in supporting CVSan with infrastructure support. BKF's tasks included the following: - Annual Flow Monitoring - CCTV Investigation and Gravity Sewer Asset Management Plan - Peer Review and Construction Management - Technology and Database Support - Rehabilitation Recommendations - Standards and Design Criteria Updates - Support of Capital Improvement Program City of Dublin, Civil Engineering and Surveying Services grig 196 APPENDIX EDUCATION Master of Urban Planning and Policy, University of Illinois at Chicago B.S., Architecture, Philadelphia University REGISTRATION American Institute of Certified Planners AFFILIATIONS Member, Association of Environmental Professionals Member, American Planning Association Member, SPUR YEARS OF EXPERIENCE 10 years, 6 with firm 8 L� rc1 poi BRIANNA BOHONOK, AICP ENVIRONMENTAL/COMMUNITY ENGAGEMENT LEAD Brianna brings considerable experience as both a CEQA practitioner and land use planner to Circlepoint. She has managed CEQA and NEPA documents for projects across the State, including highway/roadway projects, transit line extensions, mixed -use development, and land use projects. Her work is enriched by her experience prior to Circlepoint, where she worked as an environmental planner at Caltrans, District 4 and on major BART projects. Brianna has worked with clients from the project initiation and programming phase through the final design and permitting phase of project approval. Her diverse experience allows her to be particularly effective in strategizing with clients about the most efficient and defensible approach to environmental review. She offers her clients flexible and thoughtful strategies based on the latest legislation, case law, emerging trends, and best practices. SELECT PROJECT EXPERIENCE Dublin Blvd N Canyons Pkwy Extension (Plan Line Study/EIR & PSE), Dublin - The City of Dublin, in coordination with the City of Livermore, Alameda County, and Alameda CTC proposes to extend Dublin Boulevard to North Canyons Parkway (1.5 mile) - Brianna serves as the Principal -in -Charge where she oversees the environmental clearance process - She was responsible for managing the CEQA/NEPA process with the City and Caltrans D4 Local Assistance, and now supports Alameda CTC and the project team during the PS&E phase El Cerrito del Norte TOD Complete Streets Improvement Project, El Cerrito - Brianna oversees and advises on the preparation of technical studies and environmental documentation to support a NEPA Categorical Exclusion and CEQA Environmental Checklist for Complete Streets improvements addressed in the City of El Cerrito's San Pablo Avenue Specific Plan Environmental Impact Report - The proposed improvements are in the Uptown subarea identified in the Specific Plan and include bulb -outs, ADA-accessible curb ramps and obstacle removal, restriping of travel lanes, shared bike lanes, and separated bike lanes - The technical studies include an analysis of the potential for use of properties protected under Section 4(f) of the Department of Transportation Act and cultural resource documentation addressing Section 106 of the National Historic Preservation Act Livermore I-580-Vasco Road Interchange PID, Livermore - Principal -in -Charge for Environmental Services for providing Improvements to the Vasco Road/I-580 Interchange will consist of removal and replacement of the Vasco Road overcrossing with a wider bridge, and reconstruction of the on and off ramps bridge structure, and new traffic signals, and adjacent local street improvements, right of way acquisition and existing utility relocations. Circlepoint provided Environmental Services for the Phase 1A-Project Initiation Document (PID) City of Dublin, Civil Engineering and Surveying Services 197 APPENDIX EDUCATION AS Computer - Aided Drafting Technology, ITT Technical Institute Sacramento, CA Fundamentals of Traffic Signal Design, Basic 170 Controller Course, & Construction Inspection of Traffic Signals University of California, Berkeley Extension YEARS OF EXPERIENCE 33 years, 32 with firm .(: K M ERIK BJORKLUND TRAFFIC/ITS/ELECTRICAL LEAD Erik has 33 years of design experience, including 28 with TJKM. He has been the lead designer for more than 1,000 signal design, modification, and signal interconnect projects throughout California, and has prepared hundreds of miles of signing and striping (S&S) design plans using AutoCAD. Erik has extensive experience performing field analyses to determine geometric configurations of intersections, and has conducted many peer reviews of other designers' work, providing clients with useful design modifications. During his tenure with the City of Brentwood, Erik plan checked Joint Trench, Interconnect, Fiber Optic, Street Lighting, Traffic Signals, and Signing and Striping Plans. Many of the design projects Erik has led and managed include Caltrans coordination and obtaining encroachment permits. His familiarity with Caltrans' design standards results in minimal plan check revisions, moving design projects efficiently through the Agency's approval process. TJKM's design projects often include construction support services and Erik has established a good working relationship with many of the developers and contractors in the Bay Area. SELECT PROJECT EXPERIENCE On -Call Traffic Engineering & Transportation Planning - City of Dublin - Mountain House Community - City of Pleasanton Services District - City of Livermore - City of Palo Alto - Town of Los Gatos - City of Dublin/Dublin Ranch Braddock & Logan - Traffic Signal PS&E Moller Ranch, Dublin CA, $32K: Project Manager responsible for traffic design services, including signal installation and modifications, PS&E for signal interconnect design, and S&S. Bay West Development - PS&E Modifications at Dublin Boulevard/Golden Gate Drive, Dublin, CA, $12K: Project Manager responsible for preparing PS&E for traffic signal modification. Braddock & Logan - Positano Parkway/Fallon Road at Central Parkway, Dublin, CA, $17K: Project Manager that was responsible for preparing PS&E for traffic signal installations at two intersections and reviewing striping plans for a new housing development. Mission Valley Properties - Jordan Ranch, City of Dublin, CA, $340K: Project Manager responsible for completing PS&E and interconnect plans for the new signals at Vinton Avenue/Positano Parkway and Sunset View Drive/Central Parkway. Also completed PS&E for the traffic signal modification to the existing signals at Central Parkway and Fallon Road and the underground signal conduit system for a future signal at Panorama Drive and Central Parkway. Worked directly with City inspectors to locate all the poles and equipment in the field, and with the striping contractor to lay out all the proposed striping and approve all the cat -tracking City of Dublin, Civil Engineering and Surveying Services 198 APPENDIX 1 EDUCATION B.S. Landscape Architecture, University of California, Davis REGISTRATION Landscape Architect, CA #4721 AFFILIATIONS California Parks and Recreation Society YEARS OF EXPERIENCE 26 years, 26 with firm GAT E +ASSOCIATE CHUCK GARDELLA, RLA LANDSCAPING/IRRIGATION/URBAN DESIGN LEAD Chuck has worked on a wide range of public and private projects with a focus on construction documentation and administration. As an accomplished landscape architect with 25+ years of experience, he has developed a strong technical expertise that makes him an exceptional Project Manager. Having managed numerous public projects, Chuck brings seasoned familiarity with their unique issues. Chuck is well - versed in the design of LEED, CHPS, and ReScape projects, and is adept at coordinating with multidisciplinary teams to successfully deliver complex projects on time and within budget. SELECT PROJECT EXPERIENCE Mission Boulevard Corridor Improvements, Hayward - Principal Landscape Architect - $27 million streetscape improvement project - 1.4 miles from Industrial Parkway to Blanche Street - Oversaw design and implementation of the streetscape improvements SR 92/82 Landscaping Improvements Project, San Mateo - Principal -In -Charge - Provided visual mitigation, landscape, and irrigation improvements. - Led landscape design improvements, project oversight, project schedule, staffing resources, and quality control of the contract documents Highway 101 at Airport Boulevard, Sonoma County - Principal -in -Charge - Landscape design improvements for the Highway 101/Airport Boulevard Interchange in Santa Rosa - Oversaw environmental mitigation for freeway interchange improvements - Coordinated with Caltrans District 4 staff (design and maintenance) - Landscape PS&E documents in CalTrans format - Construction administration Tassajara Rd Widening/CL IV Bikeway Project, Dublin - Principal - Provided design and support services for implementing street improvements including widening. - Provided design development, construction documents, and S construction administration services 1-580/EI Charro Interchange, Livermore - Project Manager - Planting and irrigation for the southeast (Livermore) and southwest (Pleasanton) interchange quadrant. City of Dublin, Civil Engineering and Surveying Services grig 199 APPENDIX EDUCATION BA, Public Administration, San Diego State University REGISTRATION State of California Real Estate Salesperson License No. 01273063 State of California Notary Public Commission No. 2199677 AFFILIATIONS International Right of Way Association YEARS OF EXPERIENCE 34 years, 25 with firm STEVE CASTELLANO, SR/WA, R/W-NAC R/W APPRAISALS + ACQUISITIONS LEAD Steve joined Associated Right of Way Services, Inc., in 1999, and currently serves as a Managing Consultant. Steve manages a wide scope of projects regarding appraisal, acquisition, and relocation. A skilled and experienced communicator, Steve is responsible for complex negotiations on all types of improved and unimproved properties; he works directly with property owners and is the AR/ WS liaison with public agencies. His extensive background in full and partial acquisitions aids him in his work with eminent domain legal counsel. Steve coordinates title work and prepares escrow instructions on assignments including fee and easements from agricultural, commercial, and residential properties. He attends and participates in public hearings and right of way planning sessions and assists in staff reports. Prior to joining the AR/WS team, Steve was a Right of Way Agent for the California Department of Transportation, for 9 years, where he honed valuable acquisition and negotiation experience working with property owners, attorneys, and the general public on projects and issues relating to acquisition of property rights for highway projects. SELECT PROJECT EXPERIENCE Various Projects, Dublin, - Project Management and Acquisition - The Dougherty Road Improvements Project intended to widen the roadway to six travel lanes. Mr. Castellano provided project management and acquisition services. This project required a partial fee simple acquisition and temporary construction easement from a service commercial property that included a paint store, glass shop, auto service and warehouse/storage uses. This assignment required complex negotiations due to the impact of the proposed acquisitions on the remainder property and loss of parking on the site. Currently, Mr. Castellano is managing the right of way work on the City's Tassajara Road Gap Closure Project. This project includes acquisitions from 3 properties. Appraisals have been completed and negotiations are in progress. Pleasant View Lane Annexation Project, Livermore - Project Management - The annexation of the Pleasant View Lane neighborhood intended to provide sewer and address public health and groundwater issues. Steve provided project management on the 16 parcel acquisitions. The project required permanent public utility and sanitary sewer easements from each parcel, and emergency vehicle access easements from 15 parcels. Agreements were signed for all 16 parcels. Johnson Drive Economic Development Zone Project, Pleasanton - The Johnson Drive Economic Zone intends to establish a policy framework for the purpose of encouraging investment in a highly visible part of the City of Pleasanton. The project includes right of way acquisitions for roadway, sidewalk, and landscape purposes. AR/WS prepared appraisals and acquisitions from 10 parcels. Steve provided acquisition services for this project. City of Dublin, Civil Engineering and Surveying Services grig 200 APPENDIX EDUCATION B.S., Civil Engineering, California State University, Fresno, B.S., Construction Management, California State University, Fresno REGISTRATION Civil Engineer License, CA No. 71542 Structural Engineer License, CA No, 5561 AFFILIATIONS ACEC-Caltrans Structures Liaison Committee — Past Chair ACEC-Caltrans Structures Liaison Committee — BIM Subcommittee — Past Chair ASCE Fresno Branch — Vice -President ASCE Structural Engineering Institute YEARS OF EXPERIENCE 20 years, 20 with firm CORNERSTONE y1' I Icu,!): ER IBM q'Jup SHAWN M. CULLERS PE, SE STRUCTURES LEAD Shawn has over 20 years of professional structural engineering experience and has been responsible for the design and construction management of a wide range of transportation, rail, and building related structures throughout California, including bridge replacements, seismic retrofits, structure widenings, pedestrian bridges, retaining walls, and culverts. He has been with the firm since it was founded in 2004 and has been responsible for the management and delivery of many of the firms largest and most complex projects. He is the past chair of the ACEC/Caltrans Structures Liaison Committee and the BIM Subcommittee. SELECT PROJECT EXPERIENCE Floradale Avenue Bridge Replacement on the Santa Ynez River, Lompoc - Project Manager for the replacement of a seismically vulnerable bridge consisting of a 580 ft. long, 4 span post -tensioned box girder bridge supported on 10 ft. dia. casing oscillated CIDH piles - Bridge is adjacent to Vandenberg Space Force Base and provides secondary access to the southern launch facilities - Holman Highway 68/Highway 1 Roundabout Project, Monterey, California - Structural Lead for the design of three retaining walls for the project to accommodate the new roundabout and intersection improvement at Holman Highway 68 and Highway 1. The walls consist of concrete cantilever retaining walls with the tallest wall, approximately 15 ft. tall, encroaching into the cut section of Highway 1, approximately 25 ft. from the travel way Mid -Coast Multi -Modal Trail, San Mateo County - Principal -in -charge and Structures Lead for the design of a new steel truss pedestrian bridge and soldier pile retaining wall along Highway 1 - Caltrans OSFP review and approval of a prefabricated steel pedestrian bridge for Caltrans seismic design requirements SCWA Vortex Tube Rehabilitation, Santa Rosa - Structure Engineer for repairs to existing 96 in. dia. vortex pipeline in sensitive fish habitat, including construction of a new 36 in. dia. trenchless bypass. Repairs included removal and repair of existing pipe and transition structure with FRM lining Central Subway Sewer Reconstruction along Fourth Street between King and Brannan, San Francisco - Structure Project Engineer for new concrete culvert cap over existing brick lined sewer line beneath the new San Francisco Central Subway Light Rail along Fourth Street - Multiple new inlet connections and penetrations into existing sewer - Two new manhole structures for improved access City of Dublin, Civil Engineering and Surveying Services grim 201 APPENDIX 1 EDUCATION B.S., Civil Engineering, North Dakota State University REGISTRATION Professional Civil Engineer, CA No. 63291 Professional Geotechnical Engineer, CA No. 2915 AFFILIATIONS ASCE CalGeo Geoprofessional Business Association ACEC YEARS OF EXPERIENCE 25 years, 21 with firm 4,G.,,coN SHANE RODACKER, PE GE GEOTECHNICAL/HAZARDOUS MATERIALS LEAD Shane has 25 years of experience performing geotechnical engineering services throughout Northern California. He has managed and conducted design -level geotechnical investigations for the design and construction of military facilities, state-owned facilities, essential services buildings, fire stations, educational facilities, and major transportation and infrastructure projects. His expertise includes foundation design, pavement design, slope stability analysis, hillside grading, and the mitigation of complex geologic problems during land development. SELECT PROJECT EXPERIENCE City of Dublin, On -Call Consulting Services, Dublin - Project Cost: Multi -Year Agreement, $500,000 value - Contract Manager / Principal Engineer - On -call geologic and geotechnical services - Services provided under consecutive, multi -year agreements since 2012 City of Dublin, Village Parkway Median Distress Investigation, Dublin - Project Cost: Unknown (Design Services) - Contract Manager / Principal Engineer - Geotechnical investigation conducted in 2018 to evaluate subsurface conditions along Village Parkway showing signs of settlement and distress and significant drainage issues City of Dublin, Village Parkway Supplemental Geotechnical Investigation, Dublin - Project Cost: Unknown (Design Services) - Contract Manager / Principal Engineer - Supplemental geotechnical investigation recently conducted in 2023 for observed settlement and resultant damage to Village Parkway between Amador Valley Boulevard and Kimball Avenue City of Dublin, Alamo Creek Trail Reconstruction, Dublin - Project Cost: Unknown (Design Services) - Contract Manager / Principal Engineer - Consultation and geotechnical investigation - 900 linear ft. section of the Alamo Creek Trail comprised of sections of rigid concrete and asphalt pavement was showing signs of distress throughout the asphalt and rigid concrete pavement sections. City of Dublin, Storm Drain Trash Capture, Dublin - Project Cost: Unknown (Design Services) - Contract Manager / Principal Engineer - Geotechnical investigation for two proposed storm drain trash capture systems - Groundwater encountered during the investigation within the anticipated excavation depths for the vaults - Geocon recommended consideration of buoyant and hydrostatic forces acting on the vaults and special shoring or benching techniques during excavation. City of Dublin, Civil Engineering and Surveying Services WE 202 CONTACT GORDON SWEET, PE (925)396-7736 (D) / (408)802.9902 (M) GSWEET@BKF.COM BKF Engineers 7901 Stoneridge Drive, Suite 360 Pleasanton CA 94588 www.bkf.com 203 Nor p • .A P by 1.41 I .41 by by La • .A P by 1.41 M.41 II consor CITY OF DUBLIN Statement of Qualifications for Civil Engineering and Surveying Services A P R I L 12, 2024 consor 1. Cover Letter April 12, 2024 City of Dublin, Public Works Department Attn: Julius Pickney, Management Analyst 11 2950 Buskirk Avenue, Suite #122 Walnut Creek, CA, 94597 1925.939.7100 RE: Request for Qualifications — On -Call Civil Engineering and Surveying Services 100 Civic Plaza Dublin, CA 94568 Julius.pickney@dublin.ca.gov Dear Julius Pickney, As the City of Dublin (City) focuses on the delivery of your Capital Improvement Program (CIP), the need to improve and maintain existing infrastructure is critical. City staff is in the midst of delivering the 2020-2025 Year CIP with a budget of $90.9M with 54% of the budget earmarked for streets, 33% for parks, and 13% for general use. It takes a team of talented, trusted, and resourceful staff; consultants; vendors; and contractors to meet this commitment. Consor can deliver effectively when called upon, which is demonstrated by the fact that 99% of our work is for public agencies like the City of Dublin. Consor, North America, Inc. brings 32 years of experience managing over 1,000 design and/or construction projects for our Northern California local agency clients. From roadway realignments and bridge replacements to complete streets projects, our team has provided on -call civil engineering and survey services for capital projects to many Bay Area municipalities including Dublin, Contra Costa and San Mateo Counties and the cities of Fremont, Livermore, Pleasanton, San Mateo, and Walnut Creek. Because we have been developing City projects with your staff over the past five years, we understand the need to quickly deploy a team for on -call projects and serve as an extension of the your staff. We have selected our team of subconsultants because they have proven track records with us, showing repeatedly that in addition to delivering quality work, they are responsive and dependable. As part of an on -call contract like this, we understand the need to seamlessly integrate with your staff, work within budgetary constraints, and often jump into projects that may have already been started. Our team is available immediately to work on task orders for the City. We offer the City turn -key solutions to address your diverse project needs and facilitate successful delivery for each task assigned. Consor understands the importance of a consistent project team and is committed to providing our proposed team for the duration of the project. I, Rob Ferguson, PE, will serve as Contract Manager and your primary point of contact for scoping of Task Orders, responsible for compiling a team that will be accountable for the delivery of your projects from start to finish. With over 15 years of experience, I have managed a diverse array of local agency projects. Russ Moore, PE, will serve as Principal -in -Charge for this on -call contract. We acknowledge receipt of Addendum No. 1 issued on March 27, 2024. If you have any questions, please contact me. We look forward to bringing your CIP projects from concept through fruition. Sincerely, /i4 Robert Ferguson, PE, Contract Manager Jason Jurrens, PE, District Manager 916.764.1869 I Robert.Ferguson@consoreng.com (Authorized to bind contracts) Civil Engineering and Surveying Services I City of Dublin I April 2024 I 1 205 2. Statement of Qualifications and Experience of Firm Consor is a North American transportation infrastructure and water consulting firm offering planning, engineering design, structural assessment, and construction services. Our diverse team of experts live and work alongside clients, providing thoughtful solutions to create inspiring communities together. People choose Consor because they know they will get a better experience —and be better for the experience —whether they are a teammate, a client, or a partner. Our team has worked on over 1,000 transportation projects; many funded through regional State Highway Account (SHA), State Transportation Improvement Program (STIP), and local funds. The public agencies in the regions we serve depend on Consor to provide cost-effective solutions to their complex public works engineering projects. We have a proven track record for dependability, client loyalty, no-nonsense approach, consistent professionalism, and commitment to excellent responsiveness. Our clients rely on our expertise, knowing that their communities will benefit from our sound advice and focus on delivery and long-term performance. The firm was founded with the key mission to provide high -quality municipal engineering services to public agencies. Staying true to this mission, 99 percent of our current business is for public sector clients like City of Dublin. consor WHO WE ARE In 2021, Quincy Engineering merged with Consor Engineers and, as of October 2022, we have adopted the Consor brand. of our work is for public agencies FIRM SIZE 1,700+ Total Staff 600+ West Region Staff 80+ Bay Area staff 60+ Rancho Cordova staff FOUNDED in Sacramento NEAREST OFFICE LOCATION 2950 Buskirk Avenue, Suite #122 Walnut Creek, CA, 94597 West Region Offices Civil Engineering and Surveying Services I City of Dublin 1 April 2024 12 206 Firm Experience with On -Call Contracts Our staff understands that the work approach involved in an on -call program is very different from a project - specific contract. Under an on -call contract, a project task order may be comparatively small but no less important to your community, so an efficient use of resources is important to keeping a project on track and within budget. Another type of task assignment may be to complete project tasks already started by City staff or other consultants or provide staff augmentation services. Based on our past experience, we know how to integrate into a project with a short lead time, assign the appropriate staff, and complete the task successfully. I found (Consor] to be very responsive and helpful, proposing workable solutions to difficult design challenges. There were challenging drainage issues with the project, as well as the need to work around several existing utilities within the project area. The fConsor] team provided practical solutions to address each situation." — Jenna Caldwell, Senior Civil Engineer, Contra Costa County On -Call Services with Walnut Creek 0 Since 2016, Consor has been developing Ygnacio Valley Road pavement improvements over three phases of work. The third phase will be completed this year. Elements of -Nihb! the $3 million project include major pavement rehabilitation and ADA compliant features that include detailed stage construction and detour plans on this heavily traveled, six -lane major arterial. In 2014, we completed HBP (Federal Highway Bridge Program) preliminary design and funding applications for the City's structurally deficient bridges (including Las Trampas Creek Bridge Replacement). We recently completed Retrofit plans to strengthen the Tice Creek Timber short span bridge on Castle Hill Road. Our services also included design and inspection of traffic signals, storm drain facilities, and utility coordination. ON -CALL SERVICES PROVIDED FOR CURRENT AND PAST CLIENTS CLIENT City of Dublin City of Livermore City of Fremont City of Hercules City of Pittsburg City of Pleasanton City of San Jose City of San Pablo .* City of Walnut Creek Butte County Contra Costa County Fresno County Humboldt County lnyo County Merced County Monterey County San Luis Obispo County San Mateo County Santa Barbara County Santa Clara County Santa Cruz County Tulare County Tuolumne County East Bay Regional Parks District On -Call / Roster Transportation Design Facilities & Parks 0 2 c u w c 3 EE 0 0 � IA Emergency Repairs Construction Management ■ ■ ■ ■ ■ • • ■ ■ • ■ ■ ■ ■ ■ ■ ■ ■ • ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ • ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ • ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ • ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ • ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ • ■ ■ • • • ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ Civil Engineering and Surveying Services I City of Dublin I April 2024 13 207 3. References City of Walnut Creek Las Trampas Creek Bridge on South Main Street REFERENCE: Alex Wong, Senior Civil Engineer, P: 925.943.5899 ext. 2239, E: wong@walnut-creek.org A: 1666 N Main St, Walnut Creek, CA 94596 TERM OF CONTRACT: 2017 - Present PROJECT DESCRIPTION: This HBP Bridge replacement project is a proving ground for finding the right balance of constraints in a heavily congested urbanized area. The site has nearby historical properties, nearby businesses and restaurants, cultural resource concerns, hazardous materials in the groundwater, and is heavily used by vehicles, bicycles, and pedestrians. The Consor team has cleared both CEQA and NEPA environmental phases to replace the century -old bridge with a $5 million, two -span PC/PS voided concrete slab with large diameter CIDH piles. Roadway horizontal and vertical profile constraints limit the hydraulic capacity of the County Flood Control channel. The approach roadway at all four corners of the bridge requires intensive layout to meet ADA requirements and existing site constraints. There are multiple on -site utilities which need to be relocated and Consor has adopted an innovative solution by adding a separate pedestrian bridge to carry utilities and serve pedestrians during existing bridge demolition. The Consor Team has coordinated their efforts with the City, permitting agencies, and Caltrans to streamline construction and limit the effect to local business and the traveling public. The Consor Team is currently working with owners to relocate eight utilities onto the new pedestrian bridge to allow for construction of the replacement bridge under full road closure. City of Livermore Street Resurfacing and Slurry Seal Projects REFERENCE: Saurabh Nijhawan, P.E., Associate Civil Engineer, P: 925.960.4540, E: snijhawan@cityoflivermore.net A: 3500 Robertson Park Rd, Livermore, CA 94550 TERM OF CONTRACT: 2021 - 2023 PROJECT DESCRIPTION: The Livermore 2021 street resurfacing and slurry seal projects consist of roadway surface improvements on various City arterials and residential streets. Segments of 25 streets are slated for pavement surface treatments, along with sections of curb and gutter repair, the design of 200 ADA-compliant curb ramps adjacent to the street surface Improvements, and addition of bicycle facilities. The design required plan view sheets for each street location, construction detail sheets covering the curb ramp designs and pavement delineation plans which incorporated adding multiple bicycle facilities. Buffered bicycle lanes and Class IV bike lanes separated by floating parking islands were some of the bicycle facility upgrades incorporated into the design of these pavement projects. Drainage design work was included in areas with poor drainage, connecting to existing drainage systems using new drainage inlets and pipe lengths running beneath City streets. Civil Engineering and Surveying Services City of Dublin April 2024 4 208 4. Key Staff Availability Chart Proposed Key Team Member Contra Costa County Morgan Territory Road Bridge Replacements REFERENCE: Kara Schuh-Garibay, PE, Project Manager, P: 925.313.2179, E: kara.schuh@pw.cccounty.us A: 255 Glacier Drive, Martinez, CA 94553 TERM OF CONTRACT: 2/2022 - Present PROJECT DESCRIPTION: Consor is developing complete PS&E for this project with the Contra Costa County Public Works Department to implement two bridge replacements on Morgan Territory Road over Marsh Creek located at Post Mile 5.0 and 5.2, approximately 10 miles southeast of Clayton. Morgan Territory Road is a single lane, low -volume, minor collector in rural Contra Costa County. The land uses adjacent to the project site are agricultural and parks/open space. Consor is developing this design on a fast -paced schedule due to the poor condition of the existing bridges, which only worsened during 2023 storm events. The project is currently locally funded with aspirations for reimbursement from FEMA. The Consor team has been working diligently to keep this project on schedule to construct the replacement bridges starting in 2025. The project is currently in the right-of-way and permitting phase. Proposed Role Availability by Contract Year & Hours 2024 2025 2026 Robert Ferguson, PE Rob Melscheimer, PE Brad Allender, PE Russ Moore, PE Michele Johnson, PE Jared Wilson, PE Jackson Kravets, EIT Project Manager (Bridge)/ Point of Contact Project Manager (Road) Project Manager (Road) Principal -in -Charge QA/QC Manager Project Engineer Design Engineer 25% (520 hrs) 50% (1040 hrs) 20% (416 hrs) 60% (1248 hrs) 10% (208 hrs) 50% (1040 hrs) 20% (416 hrs) 50% (1040 hrs) 25% (520 hrs) 25% (520 hrs) 80% (1664 hrs) 20% (416 hrs) 75% (1560 hrs) 25% (520 hrs) 75% (1560 hrs) 25% (520 hrs) 50% (1040 hrs) 80% (1664 hrs) 20% (416 hrs) 90% (1872 hrs) 50% (1040 hrs) Civil Engineering and Surveying Services City of Dublin April 2024 5 209 6. Approach Understanding On -Call Capital Project Contracts Our team's approach to providing services for assignments under an on -call program is different from those we provide for stand-alone projects. We understand that each task order may be different. In some cases the City may require us to design a project in a turn -key fashion. Other times the City may want us to function as a continuation of your staff. Regardless of the approach for any task order, the City needs us to be responsive to you and your citizens' needs. Quality and adherence to schedule and budget are a must. Based on our experience, we know how to efficiently plan and execute parallel tasks with short lead times, assign appropriate staff, and complete the task successfully. Our experienced project manager, Rob Ferguson, will focus on scope, schedule, and cost using risk management tools to identify risks and mitigation plans to implement. The project team members will communicate regularly within team meetings/focus meetings as led by the project manager to ensure action items are responded to and deliverables meet the schedule and quality requirements. In addition, federal funding compliance milestones and activities will be included in the schedule and monitored to ensure timely actions and approvals are taken. Our team has a proven track record of completing projects on time, with excellent quality, and within budget. We accomplish this by continuously monitoring progress and budget expenditures of our project team. Our approach to successful delivery on continuing services agreements is founded on: Responsive Client Service Our successful history delivering over 1,000 projects with a broad range of technical requirements has taught us the importance of responsiveness and client service in successful delivery on the City's on -call services contract. Team Continuity & Collaboration Work closely with City staff to make sure that the smaller projects typical of on -call assignments achieve the desired benefits and provide the desired end result. Creative, Practical Solutions Whether a simple curb ramp design, road widening or storm damage repair project, Consor is focused on delivering creative, cost-effective, and practical solutions to the challenges faced by the City. Attention to Detail Our strong focus on the details allows us to deliver high -quality design and deliverables on any size project on time and budget. Consor's Approach to Project Delivery Key elements of our approach include: Scoping Projects Quickly and Accurately Typically, for on -call contracts, we aim to respond to an initial project request within 24 hours and have a scope and budget ready for City review within five calendar days. Efficiency in Task Assignments With an extensive portfolio of on -call contracts, as well as a long history serving Local Agency Bay Area clients, we understand what the City expects and can provide that without multiple iterations trying to figure things out. Consistent Project Team As a relationship -focused firm, we strive to maintain consistency in staffing on projects to create project efficiency and consistency in expectations. Project Manager, Robert Ferguson, will serve as our single point of contact on all task orders. Stay on Schedule A key component of successful performance for on -call contracts is keeping the project on schedule by engaging our deep, committed bench when required. Civil Engineering and Surveying Services I City of Dublin I April 2024 16 210 Adherence to Quality Control Procedures The Consor team is quality -product oriented. We know that our continued success relies upon delivering high - quality products to our clients with attention paid to details. Quality control is not just a review of the final work product prior to its delivery to a client. Rather, true quality control is a commitment to a process of ongoing "critical eye" review and oversight throughout the project. Quality control systems also need a continuous improvement process that strives to reduce or eliminate the cause for errors. This is achieved by assigning experienced personnel to key project roles and giving them the support, tools, and authority to provide a quality product and by maintaining a QC system with continuous improvement processes. Project Management Our project management approach is based on a successful model, resulting in the delivery of high -quality projects. Our proven management and administrative system enhance communication between City staff and their consultants, the Consor team, and key stakeholders. Our approach is simple: understand the task, communicate continuously, collaborate, develop feasible alternatives, obtain client concurrence on the alternative of highest value, coordinate as needed with stakeholders/third parties, ensure timely funding authorizations to achieve continuous progress and deliver a comprehensive project through construction closeout. Working within an on -call environment requires immediate responsiveness to meet required deadlines, having a deep bench of experienced staff, streamlining approval processes and driving critical tasks to completion. Our approach to successful task order completion engages experienced managerial and technical resources and proven best management practices, including: ✓ Experienced staff that know the most efficient and effective methods to address task order needs ✓ Current, in-depth knowledge of Caltrans and FHWA regulations, policies, procedures, and design standards to ensure funding compliance, facilitate internal reviews/approvals, and achieve favorable bids ✓ Established procedures for developing "to the point" scopes of work, schedules, budgets, and implementing a simple but effective quality control process ✓ Internal management controls, real time accounting, project management, and quality assurance that provide timely information to ensure projects are kept on schedule and within budget with the highest quality of products ✓ Availability of state-of-the-art software tools for the design, analysis, and presentation/visualization of projects Our Principal -in -Charge, Russ Moore, brings 40 years of experience working in the public works arena. As a consultant, Russ has held staff augmentation positions for the cities of Mill Valley, Piedmont, El Cerrito, Vallejo, Concord, Half Moon Bay, and Milpitas, and for ACTC and Caltrain. Russ knows how to act quickly and focus on mobilizing our team for whatever tasks the County is looking to target, whether big or small and whether in a lead role or assisting County staff. We offer the County turn -key solutions to address your diverse project needs and facilitate delivery for each task assigned. Civil Engineering and Surveying Services I City of Dublin 1 April 2024 17 211 8. Subconsultant Information & Services To enhance our in-house capabilities, we have added specialty subconsultants to our team to most effectively address this on -call contract. When augmenting Consor's in-house staffing capabilities with those of a subconsultant, we are ultimately responsible for the performance of our subconsultants. For this reason, Consor is highly selective in the teaming partners we choose to work with. We work only with subconsultants that we know will provide a quality product in a timely manner and are familiar with working in the County. Through this extensive work history, our communication practices with these firms have become so well refined that we can operate with virtually no learning curve. The direct effect will be savings of time and increased efficiency on your projects. Right -of -Way Associated Right of Way Services, Inc. (AR/WS) is a full -service right of way and real estate consulting firm with a complete team of 36 right of way professionals. AR/WS specializes in appraisal, acquisition, and relocation assistance services for public agency transportation, utility, flood control, and other public infrastructure assignments. Founded in 1989, AR/ WS has successfully completed hundreds of projects with local, state and federal agencies, special districts, transportation authorities, and engineering firms. Their services begin with preliminary project activities including environmental studies support and continue through the eminent domain process and construction. Hydrology/Hydraulics & Stormwater Analysis Avila and Associates Consulting Engineers, Inc. (Avila), established in 2000, provides consulting engineering services to public agencies at the Federal, State and Local level. The 'AVILA firm focuses on water resources engineering and has extensive experience in hydrology, hydraulic analysis and design, and hydraulic countermeasure design. Avila has completed &ASsocFATEs both 1D and 2D modeling with HEC-RAS 2D and SRH2D for highly complex hydraulic systems to determine the impact of the proposed project on the floodplain. Avila strives to provide engineering and environmental services that exceed our client's expectations and that reflect our dedication to delivering sensible and sustainable solutions wherever possible. Utilities SUBTRONIC CORP Subtronic Corporation was founded in 1984 as a Subsurface Utility Engineering support -,�-, company locating and mapping underground utilities. We provide utility locating and mapping services for a wide variety of customers. Our customers range from private homeowners to colleges, hospitals, military bases, municipalities, and city agencies. Surveying To supplement Consor's in-house surveying capabilities we have included O'Dell Engineering. O'Dell Engineering was founded in 1994 by Randall O'Dell and currently -EN G 1 N E E fZ 1 N G offers civil engineering, land surveying, landscape architecture, and land planning. The firm currently employs over 85 professionals with offices in Modesto, Fresno, Merced, and Pleasanton. The firm has 30 land surveying team members, including 8 Professional Land Surveyors, 5 field survey crews, and 7 FAA Certified Remote Pilots, who are supported by assistant land surveyors, survey technicians, and administrative staff. They often provide on -call land surveying services to support Northern California public agencies. The surveying team has over 40 current on -call agreements at local agencies. They understand the commitment necessary with on -call services and how timely and efficient surveying services play into the bigger design process. Civil Engineering and Surveying Services City of Dublin April 2024 8 212 Geotechnical PARIKH PARIKH Consultants, Inc. (PARIKH), established in 1993, is a geotechnical engineering 1111;11 and materials testing firm specializing in projects for public agencies. Projects consist Practicing In the Geosclences of public works and associated infrastructure elements, including roadways, bridges, retaining structures, rails, etc. PARIKH's projects have received more than 40 engineering excellence awards from local and state agencies. The firm employs eighteen engineers, geologists, technicians, and administrative personnel, and operates an AASHTO accredited laboratory testing facility in Milpitas, CA. PARIKH's principals are experienced in public works infrastructure, and have delivered over 1,450 projects throughout California. PARIKH's team excels in client services by consistently meeting schedules, budgets, and project requirements. Traffic/Electrical/Lighting TJKM Transportation Consultants, (TJKM) founded in 1974, is a traffic engineering, traffic (TJKM operation, and transportation planning firm that provides professional services throughout California, Texas, and Florida. The TJKM Team is spread out amongst eight offices with selected senior staff members that permanently reside in California. TJKM's primary service categories include transportation planning, traffic operations, traffic engineering design (including PS&E), corridor studies, intelligent transportation systems (ITS), traffic safety, and multimodal studies. Their motivation comes from satisfying clients' objectives and improving communities. TJKM has a strong roster of both public and private sector clients and continually builds upon this base. Environmental Panorama Environmental, PANORAMA Inc. (Panorama) is ENVIRONMENTAL, INC. a San Francisco - based environmental consulting firm that provides multidisciplinary environmental planning and permitting services to clients throughout California. Panorama was formed in 2011 and has approximately 20 staff based in their San Francisco and Alameda offices. Panorama has a total of 40 staff throughout California, Oregon, and Idaho. Key staff proposed for this on -call contract are located in the San Francisco Bay Area and Sierra Nevada. Panorama's key areas of expertise are California Environmental Quality Act (CEQA)/and National Environmental Policy Act (NEPA) compliance. Panorama has expertise in all aspects of CEQA and NEPA compliance including reviewing background information needed to identify, analyze and avoid or mitigate any potential project effects or impacts. 5. Rate Sheet • Please see Appendix for Consor's full rate sheet and all • Subconsultant rate sheets. COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES Consor North America, Inc: FY 2024-25 PROPOSED STAFF POSITION RATES Annual Rate Increase based on CPI or 3%, whichever is lower 2.4% CPI PRINCIPAL ENGINEER $ 382 SENIOR ENGINEER $ 290 PROFESSIONAL ENGINEER $ 224 ENGINEERING DESIGNER $ 165 SENIOR CAD DESIGNER* $ 232 CAD TECHNICIAN* $ 159 STUDENT INTERN $ 82 PROJECT ACCOUNTANT $ 151 PROJECT MANAGER $ 340 SURVEYING - OFFICE CLASSIFICATIONS SENIOR SURVEY PROJECT MANAGER $ 328 SURVEY PROJECT MANAGER $ 210 SURVEYING - FIELD CLASSIFICATIONS PARTY CHIEF* $ 244 INSTRUMENTMAN* $ 215 CHAINMAN/RODMAN* $ 215 APPRENTICE* $ 215 ONE MAN CREW* $ 249 TWO MAN CREW* $ 395 Civil Engineering and Surveying Services City of Dublin April 2024 9 213 7. Consulting Agreement & Insurance Requirements Proposed Changes to Sample Agreement Consor has throughly reviewed the language stated in the City's Sample Agreement and requests changes to the clauses as noted in red below. EXHIBIT C INDEMNIFICATION A. Consultant shall, to the extent permitted by law, including without limitation California Civil Code 2782 and 2782.8, indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its employees, agents, tJu.)lcer3, and elective tad appoiolw`e boards, from all claims, losses, and damages, including property damage, personal injury, death, and liability of every kii)d, iwture tind description, arising out of, pertaining to or related to the negligence, recklessness or willful misconduct of Consultant or any person directly or indirectly employed by, or acting as agent for, Consultant, during and after completion of Consultant's work under this Agreement. C. Consultant's obligation under this section does not extend to that portion of a claim caused in whole or in part by the sole negligence or willful misconduct of the City. D. Consultant shall also indemnify, defend and hold harmless the City from all suits or claims for infringement of any patent rights, copyrights, trade secrets, trade names, trademarks, service marks, or any other proprietary rights of any person or persons because of the City or any of its officers, employees, volunteers, or agents use of articles, products things, or services supplied in the performance of Consultant's services under this Agreement, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. Consultant shall indemnify, defend with counsel acceptable to City, and hold harmless City and its officers, elected officials, employees, agents and volunteers from and against any and all liability, loss, damage, claims, expenses, and costs (including without l i i iahorr, attorney's fees and costs and fees of litigation) (collectively, "Liability") of every nature arising out of or in connection with Consultant's performance of the services called for or its failure to comply with any of its obligations contained in this Agreement, except such Liability caused by the sole negligence or willful misconduct of City. 10. Conflict of Interest Consor attests that we do not have any actual, apparent, or potential conflicts of interest that may result from any financial, business or other relationship with City of Dublin or property owners that may have an impact upon the outcome of this contract. Consor does not have any current clients who may have a financial interest in the outcome of this contract. Additionally, Consor does not have any financial interest or relationship with any construction companies that might submit a bid on any anticipated City of Dublin construction projects. Furthermore, no official or employee of City of Dublin has an interest, has been employed or retained to solicit or aid in the procuring of the resulting contract, nor that any such person will be employed in the performance of such contract without immediate divulgence of such fact to City of Dublin. Civil Engineering and Surveying Services City of Dublin April 2024 10 214 IP� DUBLIN CALIFORNIA Statement of Qualifications for: CIVIL ENGINEERING AND SURVEYING SERVICES April 12, 2024 Prepared By: CSW/Stuber-Stroeh Engineering Group Robert Stevens, PE, TE 5870 Stoneridge Mall Road Suite 203 Pleasanton, CA 94588 (415) 533-1864 rstevens@cswst2.com TABLE OF CONTENTS Cover Letter 1 Firm Introduction 2 Our Approach 5 Sample Work Flow 7 References 9 Fee Schedule 10 Appendix 11 Resumes 12 Relevant Experience 21 • 216 CSWIST2 April 12, 2024 Julius Pickney Management Analyst II City of Dublin 100 Civic Plaza Dublin, CA 94568 RE: SOQ TO PROVIDE ON -CALL CIVIL ENGINEERING AND SURVEYING SERVICES Dear Mr. Pickney: Since 2019, our team has provided support to Dublin on multiple projects. We grasp the impact that the city's rapid development, regulatory shifts, and staffing hurdles have on service delivery to its resi- dents. Based in Pleasanton, our team comprises civil and traffic engineers, surveyors, urban planners, and landscape architects. We're equipped to assist with various project types including transportation, infrastructure, parks, buildings, and mapping. Our engagement manager, Robert Stevens, brings prior experience supporting Dublin. We will assign a lead team member for various services such as transportation, surveying, and water resources proj- ects. Our team can also assist City staff in preparing budgets, staff reports, and coordinating with other agencies. Finally, our team supports agencies to respond to emergency situations such as the Point Potrero landslide in 2023 and the Point Molate shoreline failure in 2024, both located in Richmond. As instructed in the Request for Qualifications: • Robert Stevens is the president of CSW/ST2 and authorized to commit the firm to the City. His contact information is 415.533.1864 and rstevens@cswst2.com. Furthermore, he can be reached by mail at the address on this correspondence; • We accept the City's Standard Consulting Agreement and meet the insurance requirements; • Our firm has no conflict of interest with clients doing business in Dublin or within Alameda County; • An example of our work related to the $10 million Del Norte Complete Streets Project in El Cerrito, is included as part of this SOQ; the documents can be found here: Del Norte Complete Street • We have received and reviewed Addendum No. 1 issued March 27, 2024 and incorporated its comments into this Statement of Qualifications; We appreciate the opportunity to support the City of Dublin. Please do not hesitate to let us know if we can provide any additional information. Sincerely, CSW/Styber-St eh Engineering Group, Inc. Robert Stevens, PE, TE, LEED AP President 5870 STONERIDGE MALL ROAD SUITE 203 PLEASANTON, CA 94588 P 415.533.1864 217 FIRM INTRODUCTION C w I T 2 Established in 1954, CSW/ST2 �7 a7 G is an infrastructure consulting firm with a staff of 40 civil and traffic engineers, surveyors, landscape architects, urban planners, and support personnel. As a small firm, we are selective in the engagements we pursue ensuring our team provides the highest quality services to our clients. This allows us to always have senior level staff members as part of our service offer- ings. Most of our work is in the public sector serving cities, counties, and special districts in the transportation, urban infill, parks and recreation, education, telecommunications, and public infra- structure sectors. In the last 5 years, we have provided on -call consulting services to public agencies and munic- ipalities throughout the Bay Area including Marin and Alameda Counties, Transportation Authority of Marin, San Mateo County Parks, as well as the Cities of Berkeley, Richmond, Dublin, El Cerrito, Orinda, Pinole, Hercules, Sunnyvale, and Mill Valley. Key service areas per discipline include the following: Our team supported the City of Richmond Manager's Office and Public Works Department in responding to the 2023 landslide that impacted homes in the Seacliff neighborhood. We provided on -site services by 12 AM including recommending evacuation. By 7 am the next day, we coordinated with WR Forde to begin tarping the hillside. CIVIL ENGINEERING • Roadways and parking lots • Bicycle facilities • Paved and unpaved trails • Grading and earthwork analysis • Hydrology and hydraulics • Storm water quality • Pedestrian bridges • SWPPP and erosion control • Traffic signals and lighting • Solar lighting • Electric Vehicle charging stations • Water pressure and flow analysis • Fiber optic networks design • Building and parks SURVEYING • Topographic surveying using LIDAR, GPS, and traditional methods • Boundary resolution • Records of Survey • Legal descriptions and plat maps • Field staking and layout STAFF AUGMENTATION • Project and construction management • Project budgeting • Grant applications • Resource planning • Staff reports • Scheduling • Assessment district planning 2 I CITY OF DUBLIN 218 FIRM INTRODUCTION CSW ST2 KEY STAFF Robert Stevens, PE, TE of CSW/ST2 will serve as Principal -in -Charge and Engagement Manager. He has supported agencies throughout the Bay Area since 2003, providing a range of infrastruc- ture projects ranging from programming, design, and construction management. Robert will be the primary point of contact with Dublin and will work with our project leads to deliver our services. He has specialized experience in fiber optic networks, federal funding, and complete streets Mike Vidra, PE, QSD/QSP of CSW/ST2 will serve as a Project Manager leading transporta- tion and general infrastructure design. He has led the design of several Class IV facilities in the Bay Area and specializes in integrating complete and green streets into the built environment. Mike also brings experience with staff augmentation support related to private development review, including private development storm water management. His team is currently providing plan check review services to the City of San Leandro. Julia Harberson, PE, QSD/QSP of CSW/ST2 will serve as a Project Manager leading water resourc- es planning. Julia is our resident green infra - We work with agencies to develop pavement rehabilitation projects using slurry seal, micro surface, mill and fill, CIR, and full depth recla- mation. Our team supports both design and construction manage- ment services including completing the City of Mill Valley's 2023 pavement rehabilitation project. structure and storm water management special- ist who will lead task orders related stormwater construction site control, green infrastructure improvements like rain gardens, and stormwa- ter pollution prevention programming. Julia and her team is currently assisting the Sonoma-Marin Area Rail Transit District (SMART) with the design of new trail segments along the SMART rail line, which also runs through environmentally sensi- tive habitats. She and Kristine are also working on the design of an extensive culvert rehabilitation to improve drainage along Wildcat Canyon Road for the City of Berkeley. Josh Woelbing, PLS, sUAS RP of CSW/ST2 is our Survey Manager. Josh's team includes field crews with a complement of traditional, GPS, and drone -based data collection equipment. The survey department is familiar with the demands placed on public works departments and offers the ability to mobilize field crews with short notice in the event of an emergency task order. Chris Ethier, PE of CSW/ST2 is a Project Engineer based in our Pleasanton office and is current- ly overseeing our work in the City of Dublin for the Village Parkway Reconstruction project. He is Our team supported the City of Pinole in securing grant funding for a new traffic signal at Marlesta Road and Appian Way. We completed the design and construction of the new signal that went into oper- ation in 2023. CIVIL ENGINEERING AND SURVEYING SERVICES 13 219 FIRM INTRODUCTION skilled in Caltrans coordination, AASHTO confor- mance, and NACTO design standards and is an expert in integrating complete and green streets into the built environment. Kristine Pillsbury, PE, QSD/QSP, QISP of CSW/ST2 is a Senior Engineer skilled in hydrau- lic assessment of both storm and sewer infra- structure including creeks. Kristine is skilled with various tools including HEC HMS, HEC RAS, StormCAD, and OpenFLows. Kristine has helped draft stormwater management standards for local community college districts and the County of Marin. Marcia Vallier, ASLA (PLA CA #3293) of CSW/ ST2 is an urban planner and Senior Landscape Architect based in our Richmond office. For over 30 years, Marcia has supported local communities in designing parks and streetscapes that enhance livability. Marcia brings extensive experience with master planning as it relates to public amenities programming. She also has a broad understand- ing of grant funding opportunities and experience developing comprehensive grant applications to secure funding for beautification and public improvement projects. Paul Stevenson (PLA CA #5040) of CSW/ST2 will provide planting, hardscape, and irrigation design support. He has successfully designed neighbor- hood parks throughout the Bay Area including Unity Park in Richmond, which includes play- grounds, picnic areas, and an edible forest. He is currently supporting the City of Dublin on the Village Parkway Reconstruction. As required to support tasks issued by the City, we will retain Environmental Science Associates (ESA) for CEQA and NEPA as well as biological, cultural resources, and related technical studies. ENVIRONMENTAL PLANNING Michael Gordon of ESA will lead our approach to biological assessment to support the NEPA and CEQA process. Michael is an experienced biologist who has developed numerous Natural Environ- mental Studies to support the Local Assistance process. He is currently supporting our team in the development of permitting for the SMART section of the non -motorized pathway in Novato. 4 I CITY OF DUBLIN 220 CSW ST2 OUR APPROACH CSW/ST2 understands that the tasks will vary and that we will need to be flexible to best support the City of Dublin. Based on our experience providing on -call support to various agencies throughout the Bay Area, we have the experience and depth of resources to meet the City's needs. Once the City identifies a task, Robert Stevens will coordinate with City staff to define the scope of work and schedule, as well as determine the timeliest and most cost-effective approach to completing the work. Our team's approach to supporting the City of Dublin focuses on these key elements: COMPLETE AND GREEN STREETS Our team has a strong portfolio in developing street projects to balance the needs of pedestrians, bicyclists, transit, and motorists. We are intimately familiar with the conflicts that can originate when travel lanes and parking are removed in order to provide bicycle accommodations. Our team is currently supporting the del Norte/ BART Complete Street project for the City of El We have two survey teams capable of both traditional and drone - based data acquisition methods. Pictured here is a survey of the Strawberry Creek culvert in Berkeley to isolate its location. Cerrito. Our team often works with neighborhood councils, community groups, and elected officials to plan and develop such projects. PAVEMENT, STORM, AND SEWER REHABILITATION Often coupled with implementation of a complete street is basic infrastructure improvements. Our team has implemented various pavement and underground pipeline rehabilitation strategies to optimize cost and the lifespan of a project. For the recently completed $20 million dollar streetscape enhancement along Third Street in downtown San Rafael, our team successfully coordinated sanitary sewer upgrades and an underground culvert repair, as well undergrounding with PG&E, in conjunction with the design and construction phasing of the above ground roadway improvements. GREEN INFRASTRUCTURE We have planned and implemented green infrastructure for local agencies including rain gardens, pervious pavements, and storm water harvesting. Our team We support a array of complete streets enhancements including the recently completed Class 4 bikeway along Fourth Street in San Rafael. CIVIL ENGINEERING AND SURVEYING SERVICES I 5 221 OUR APPROACH can prepare storm drainage studies encompassing local areas, cities and regions. We help clients respond to public agency requirements, such as the National Pollution Discharge Elimination System (NPDES). We also prepare and/or provide consultation on Storm Water Pollution Prevention Plans (SWPPP) and Erosion Control Plans. DEVELOPMENT REVIEW SUPPORT Our team has provided engineering technical support to the Richmond Planning Department for Point Molate, Campus Bay, Terminal 1, and other developments throughout Richmond. This has included reviews of documents for conformance to City standards, C.3 requirements, and the Subdivision Map Act. We have prepared Conditions of Approval and supported staff and the Design Review, Planning Commission, and City Council for project approval. We are currently providing private development review services to the Cities of Napa and San Leandro, and have been providing map checking and peer review services to the County of Marin since 2018. We will provide the City of Dublin with a responsive team of registered professionals who strive to uphold City and County expectations, will work with City Staff to ensure our engineers and surveyors provide uniform results consistent with City and County standards in a timely and efficient manner, and are prepared to respond to the City's needs within 24 hours providing plan checking and map review services on an on -call basis. PARKS AND RECREATION We have supported Parks departments and other design consultants in improving parks facilities in Richmond, San Pablo, Marin County, and San Mateo County over the last five years. This has included upgrades to utility systems, modifications to lighting, bathroom replacements, and court resurfacing. We are currently leading the effort to renovate Boorman Park. This effort includes leading the coordination of funding, community outreach, design, and permitting process. The park is funded by a $4.165 million Proposition 68 grant. When complete, the park will feature sports fields, community gathering areas, and playgrounds. FUNDING AND GRANTS We support the City in securing grant funds from State and Federal Our team has supported Richmond, San Rafael, and San Pablo in developing fiber optic infrastructure to support ITS, City communi- cations, and public internet. 6 I CITY OF DUBLIN 222 OUR APPROACH CSW ST2 sources including providing project scopes, cost estimates, and narratives. In addition, we have managed the federal grant authorization and reimbursement process for several capital improvement projects for public agencies. EMERGENCY RESPONSE Through the years, we have provided emergency response services to public agencies for various issues including sinkhole repair, traffic signal repairs, drainage system failures, fiber optic system outage, and the recent landslide at Point Potrero. Typically, we can respond to a City's needs within two hours and have contacts within the community to provide emergency construction support. COMMUNITY OUTREACH Our team understands the diversity in the Contra Costa County community, its various interest and community groups and value these groups having a voice in project planning. Thus, we work with community groups and neighborhood councils to plan projects and solicit feedback. We have partnered with community groups to host dinners to discuss projects. Our team not only communicates in multiple languages, but uses techniques to help community members visualize project options using full-scale mock-ups. SAMPLE WORK FLOW In 2022, as part of our on -call contract with the City of Berkeley, we prepared the following scope of services to support an extension of a pathway. This project is currently in bidding. In support of the City of Berkeley and the Berkeley Path Wanderers, we will develop the design to extend the Upper Columbia Path about 200 III_1.71e■J:'I1!IV111►1_Ca•1►LCI1►111:11►1i 1.1 PROJECT KICK-OFF Our team will meet with City staff to review the project goals, our initial findings, and develop the budget for the base bid and potential alternatives. 1.2 EXISTING CONDITIONS MAPPING Our team will complete a limited field survey to define features and elevations along the pathway. 1.3 SOIL EVALUATION We will complete a field exploration completing two borings to a depth of about 5 feet. From the samples collected, we will determine the engineering properties of the soil for use in the design of retaining walls. feet from Queens Road to Columbia Circle. The path will commence between 1409 and 1399 Queens Road on the lower end and extend up the hill rising about 50 feet to Columbia Circle. At Queens Road, the slope is nearly vertical, thus, the pathway will require stairs as illustrated in the sketch and photograph on the following page. 1.4 PRELIMINARY DESIGN (30%) We will prepare two options for a staircase to serve Upper Columbia Pathway that conforms to the existing conditions limiting excavation into the bedrock of the Orinda formation. This task includes prepar- ing the following documents: Pathway layout plan and profile, sections, and stair details. Addition- ally, we will prepare a rendering of the staircase using sculpted and tinted concrete to imitate the rock formation as well as an estimate of construc- tion cost. 1.5 CONTRACT MANAGEMENT CSW/ST2 CIVIL ENGINEERING AND SURVEYING SERVICES 17 223 OUR APPROACH will be responsible for overall management of our design team related to schedule, budget, and quality control. During this phase, we plan on two pi_i i .4.42 1 ''P_I-J!_1►'l►1 2.1 PREPARE 60% DOCUMENTS The team will prepare the following documents: A. Plans that include Title Sheet, Clearing and Grubbing, Pathway Plan and Profile, Stair- case Structural Details, and Erosion Control Plans. B. Specifications, bid schedule, and cost esti- mate 2.2 UTILITY COORDINATION The overhead lines and underground gas line may require reloca- tion or adjustment to accommodate the pathway. Our team will support staff in coordination with the utility owners to adjust their facilities. 2.3 FINAL SUBMITTAL We will compile final documents for use in bidding. meetings with staff and one with the neighbor- hood to review the options. 2.4 CONTRACT MANAGEMENT We will complete contract management services as defined in Task 1.5. In this task, we anticipate up to two (2) meetings with staff. 8 I CITY OF DUBLIN 224 CSW ST2 REFERENCE County of Marin 3501 Civic Center Drive Suite 304 San Rafael, CA 94903 City of Berkeley 1947 Center Street Berkeley, CA 94704 City of Pinole 2131 Pear Street Pinole, CA 94564 City of Dublin 100 Civic Plaza Dublin, CA 94568 City of San Rafael 111 Morphew Street San Rafael, CA 94901 City of Napa 955 School Street Napa, CA 94559 Rachel Calvert, PE Senior Civil Engineer 415.246.5017 rcalvert@marincounty.org Tracy Park, PLS Marin County Surveyor 415.473.6953 tpark@marincounty.org Srinivas Muktevi, PE Associate Civil Engineer 510.981.6402 smuktevi@cityofberkeley.info Sanjay Mishra, PE Public Works Director 510.724.9017 smishra@ci.pinole.ca.us Laurie Sucgang, PE Assistant Public Works Director 925.833.6630 laurie.sucgang@dublin.ca.gov April Miller, PE Public Works Director 415.485.3409 april.miller@cityofsanrafael.org Ian Heid, PE Senior Civil Engineer 707.257.9386 iheid@cityofnapa.org CSW/ST2 provides on -call project management, and on -call land surveying support to the County. CSW/ST2 provides on -call support to the City. CSW/ST2 is providing on -call technical and grant writing support to the City. CSW/ST2 is providing on -call engineering and environmental coordination support to the City. CSW/ST2 supported the City with the successful design and construction of the Third and Second Street Improvements through downtown. CSW/ST2's survey team maintains an on -call with the City and has provided boundary surveys, lot line adjustments, and easement coordination. CIVIL ENGINEERING AND SURVEYING SERVICES 19 225 CSW/Stuber-Stroeh Engineering Group, Inc. Engineers Land Planners Surveyors BILLING RATE SCHEDULE Effective January 1, 2024 — December 31, 2024 ENGINEERING SERVICES HOURLY RATES Senior Engineer Engineer I, II, III Engineer Technician Engineer Assistant $ 201.00 $ 144.00, $ 175.00, $ 194.00 $ 131.00 $ 101.00 SURVEYING SERVICES HOURLY RATES Senior Surveyor Surveyor I, II, III Survey Technician Survey Assistant Two Person Survey Party Survey Party Chief Survey Chainman Survey Apprentice Aerial Drone Surveyor $ 201.00 $ 144.00, $ 175.00, $ 194.00 $ 131.00 $ 101.00 $ 340.00 $ 220.00 $ 120.00 $ 112.00 $ 217.00 OTHER PROFESSIONAL SERVICES HOURLY RATES Principal $ 269.00 Associate Principal $ 245.00 Senior Project Manager $ 240.00 Project Manager $ 226.00 Sr. Landscape Architect $ 172.00 Landscape Architect $ 156.00 Construction Manager $ 235.00 Resident Engineer $ 226.00 Field Engineer $ 194.00 Technical Writer $ 138.00 Graphic Illustrator $ 131.00 Project Assistant $ 101.00 • All expenses for transportation (mileage, bridge fare, etc.) will be charged at the Internal Revenue Service rate plus 10%. • Filing fees, checking fees, prints, and other outside costs (such as agency submittal/permit fees etc.) will be charged at cost, plus service charges at the rate of 10%. • Billing will be monthly net 30 days. 10 CITY OF DUBLIN 226 12 ROBERT STEVENS PE, TE, LEED AP PRINCIPAL -IN -CHARGE Robert specializes in developing private and public infrastructure projects delivering more than $300 million in construction valuation over the last 15 years. Engaged throughout the life of the project, his experience ranges from conceptual design to detailed engineering culminating in final construction. Robert coordinates the design effort of the team, public agencies, community organizations, and private parties resulting in consensus based solutions delivered on schedule and budget. CSW ST2 ON -CALL EXPERIENCE City of Dublin Civil Engineering and Project Management On -Call Support City of Dublin Environmental Services and Staff Augmentation Support County of Marin On -Call Project Management City of Pinole Engineering Assistance On -Call City of El Cerrito Engineering and Staff Augmentation On -Call City of Vallejo On -Call Civil Engineering and Surveying Services City of Richmond On -Call Civil Engineering and Project Management Port of Richmond Resident Engineer City of Sunnyvale Engineering On -Call Support City of Mill Valley As -Needed Civil EngineeringSupport City of Berkeley On -Call Civil Engineering Services RELEVANT EXPERIENCE Del Norte/BART Complete Street Improvements, El Cerrito Moeser Avenue Bike Lanes, El Cerrito Ohlone Greenway Safety Improvements, El Cerrito Tennent Avenue Roadway Improvements and Pavement Rehabilitation, Pinole Citywide Fiber Optic Network and WIFI Initiative, Richmond San Pablo Avenue Streetscape Improvements: Pinole Parking Lot Upgrades, Pinole Plan Review Services related to Pt. Molate, Terminal 1, and Campus Bay, Richmond Wellness Trail Planning and Final Design, Richmond Ferry to Bridge to Greenway Planning and Final Design, Richmond Richmond Greenway Grade Separation Study, Richmond EDUCATION B.S. Civil Engineering, San Jose State University REGISTRATION Professional Civil Engineer - California - No 58660 Professional Traffic Engineer - California - No 2953 PRESENTATIONS "Deploying Broadband Networks for Public Agencies" American Public Works Association, 2021 "Designing Smart Cities" American Planning Association, 2019 CSW1ST2 228 13 MIKE VIDRA PE,QSD,LEEDAP PROJECT MANAGER Cs W S T 2 Mike has over 15 years of civil engineering experience deliv- ering public infrastructure projects throughout the Bay Area. His background in civil design extends through single and multifamily residential, health care, public and private schools, roadway and pavement design and rehabili- tation considerations, pedestrian and bicycle trails, and onsite construction manage- ment. He specializes in utility infrastructure and roadway design, including stormwa- ter management and accessibility compliance with the CBC, as well as the planning, design, and construction management of pump stations, storm water management, pavement rehabilitation, trails, and accessible developments. ON -CALL EXPERIENCE City of Dublin Civil Engineering and Project Management On -Call Support City of Dublin Environmental Services and Staff Augmentation Support City of Richmond Civil Engineering On -Call Support City of Richmond Private Development Plan Review On -Call City of Pinole Engineering Assistance On -Call Support City of Hercules On -Call Engineering Design Services City of Vallejo On -Call Civil Engineering and Surveying Services STREET AND PATHWAY DESIGN Village Parkway Reconstruction, Dublin Dublin Boulevard Complete Streets Assessment, Dublin Iron Horse Trail/South of Amador Green Stormwater Infrastructure Design, Dublin Bus Turn Analysis for West Dublin/Pleasanton BART Station, Dublin Cutting Boulevard and Harbor Way South Bikeways Design, Richmond Tennent Avenue Pedestrian Safety Improvements and Roadway Rehabilitation, Pinole Niles Canyon Trail PA/ED, unincorporated Alameda County EDUCATION B.S. Civil Engineering, California State University, Chico REGISTRATION Professional Civil Engineer - California - No 76690 QSD/QSP Certificate #23319 PRESENTATIONS "Greening the Marina Way: The Richmond Wellness Trail" American Public Works Association, 2021 CSWIST2 229 14 JULIA HARBERSON PE, QSD, LEED AP PROJECT MANAGER C •7w S T 2 Julia is a registered civil engineer who specializes in hydrology and hydraulics related to green infrastructure, including pervious pavements, pavers, and rain gardens. She has extensive experience finding creative solutions to integrate green infrastructure into existing urban developments. She has extensive experience finding creative solutions to integrate green infrastructure into existing urban developments. Julia recently completed the design of a comprehensive pervious paver system for Complete Streets projects in Daly City and San Pablo. ON -CALL EXPERIENCE City of Berkeley Civil Engineering On -Call Support City of Pinole Engineering Assistance On -Call Support City of Dublin Civil Engineering and Project Management On -Call Support San Mateo County Parks Department Civil Engineering On -Call Support City of Vallejo On -Call Civil Engineering and Surveying Services INFRASTRUCTURE DESIGN Strawberry Creek Culvert Repair, Berkeley Wildcat Canyon Road Culvert Rehabilitation and Drainage Enhancement, Berkeley Martin Canyon Creek Flood Damage Repair, Dublin Martin Canyon Creek Mud Slide Evaluation Report, Dublin Francisco Boulevard Improvements, San Rafael Northgate Walk, San Rafael San Pablo Avenue Streetscape Improvements: Pinole Parking Lot Upgrades, Pinole Doherty Drive Complete Streets Enhancement, Larkspur Main Street Enhancement, Tiburon Fairgrounds Water Quality Improvements, Vallejo HYDROLOGY/HYDRAULIC STUDIES UCSF Mission Bay Hospital — 4th Street Closure Hydrology & Hydraulic Study, San Francisco Pastori Storm Drain Outfall Hydrology and Hydraulic Analysis, Town of Fairfax Solano Community College District Master Plan Stormwater Review Report, Fairfield, Vallejo, and Vacaville campuses Ukiah Courthouse Hydrology Study, Ukiah Roblar Road Quarry Reclamation Plan, Petaluma EDUCATION B.S. Civil Engineering, Portland State University REGISTRATION Professional Civil Engineer -California - No 76626 QSD/QSP Certificate #00352 CSWIST2 230 15 JOSH WOELBING PLS, sUAS REMOTE PILOT SURVEY MANAGER C ,A, Josh has nearly 20 years of experience providing surveying YY ST2 services for residential and commercial developers, local and national corporations, and municipal, state, and federal agencies. He currently manages and coordinates surveying engagements related to topography, boundary resolution, and various mapping products, such as Records of Survey, Parcel Maps, corner records, and legal descriptions. As a licensed sUAS Remote pilot, Josh pinoneered the firm's drone surveying program, and also specializes in photogrammetry and aerial mapping. Dedicated to his craft, Josh is involved in local chapters of CLSA and is a member of the PLS Exam Development Committee for the State of California. RELEVANT EXPERIENCE On -Call Land Surveying, Marin County Surveyor City of Pinole Engineering Assistance On -Call Support On -Call Land Surveying, City of Dublin On -Call Land Surveying Services, City of Napa On -Call Landscape Architecture Support Services, City of Richmond On -Call Surveying, Town of Los Altos Hills 2022 Marin Highway Safety Improvement Program Cycle 10 Accessibility Upgrades, County of Marin Public Works Department Sonoma-Marin Area Rail Transit District Real Estate Support On -Call Services Dirt World BMX Bike Park Emergency Survey, Richmond Shields Reid Park Drone Survey, Richmond Nichol Park Aerial Survey, Richmond Glorietta Boulevard Safe Routes to Schools and Roadway Improvements, Surveying Support, Orinda Sacramento Street Complete Street Design Surveying, Berkeley Milvia Street Bikeway Survey, Berkeley Village Parkway Reconstruction Survey, Dublin Niles Canyon Trail Aerial Survey, unincorporated Alameda County Third Street Enhancement and Traffic Calming Surveying and Monument Preservation, San Rafael Ferry to Bridge Complete Street Surveying, Rich- mond EDUCATION Certificate - Land Surveying & Civil Engineering Program, Santa Rosa Junior College California Land Surveyors Association Profes- sional Development Program - Certified 2017- 2018 REGISTRATION Professional Land Surveyor California No 9387 sUAS Remote Pilot License Certificate #4117625 AFFILIATIONS California Land Surveyors Association (CSLA), Marin Chapter - current President Board of Professional Engineers & Land Survey- ors (BPELS) PLS Exam Development Committee Member, 2017-present CSWIST2 231 16 KRISTINE PILLSBURY PE, osD, also SENIOR ENGINEER C•7w S T 2 Kristine has more than 20 years of engineering design and project management experience. She has many years of experience preparing stormwater management plans and stormwater pollution prevention plans for both public and private entities. Her work has also includes hydrologic analysis to evaluate peak flows from watersheds of hundreds of acres and stream modeling to determine design water surface elevations and support the preparation of Letters of Map Revision applications to the Federal Emergency Management Agency (FEMA). Kristine served on the Marin County Stormwater Pollution Prevention Program Citizens Advisory Committee. SELECTED EXPERIENCE City of Vallejo Civil and Surveying On -Call Support City of Berkeley Civil Engineering On -Call Support California Statewide Community College District Storm Water Management Plan Template County of Marin GSA Stormwater Compliance - Preliminary Engineering and Cost Estimating County of Solano Architectural, Engineering Professional On -Call Services City of Dublin On -Call Civil Engineering Support Blithedale Avenue Complete Street Feasibility Study, Mill Valley Strawberry Creek Culvert Repair, Berkeley Wildcat Canyon Road Culvert Rehabilitation and Drainage Enhancement, Berkeley Martin Canyon Creek Flood Damage Repair, Dublin Marin County Housing and Safety Element Guidelines Update Stockton Bridge Debris Mitigation Study, Capitola Maude and San Aleso Street Water Line Replacement, Sunnyvale Stafford Lake Bike Park and Staging Area Design, County of Marin Parks Department San Mateo Community College District Storm Water Management Plans Solano Community College District Storm Water Management Plans Foothill DeAnza Community College District Storm Water Management Plans, Santa Clara County Buck Institute for Age Research, Novato EDUCATION B.S. Civil Engineering, University of California, Davis REGISTRATION Professional Civil Engineer California - No 61685 QSD/QSP Certificate #00830 QISP Certificate #00757 CSWIST2 232 17 CHRIS ETHIER Pe PROJECT ENGINEER CSW Chris is a registered Civil Engineer that specializes in water resources, as well as, transportation infrastructure that supports active lifestyles for persons of all abilities. He has worked on the development of Class I, II, III, and IV bicycle facilities throughout the Bay Area. Additionally, he is well -versed in Title 24 and ADA Standards. He brings extensive understanding of AutoCAD Civil 3D, creating plan layouts, grading and drainage, utility locations and tie-in, plan and profiles of utilities, hydrologic and hydraulic analysis, storm water management, and GIS utility mapping. As a project engineer, he is in charge of the routine communications with consultants and contractors. Chris assists in keeping projects on schedule and completed on time. ST2 SELECTED EXPERIENCE Village Parkway Reconstruction, Dublin Dublin Boulevard Complete Streets Assessment, Dublin Iron Horse Trail/South of Amador Green Stormwater Infrastructure Design, Dublin Bus Turn Analysis for West Dublin/Pleasanton BART Station, Dublin Cutting Boulevard and Harbor Way South Bikeways Design, Richmond Tennent Avenue Pedestrian Safety Improvements and Roadway Rehabilitation, Pinole Caldwell Park Expansion, Redding West Bay Trail Final Design and Local Assistance Coordination, Hercules SF Bay Gap Closure, Richmond Crockett Hills Regional Park Staging Area Feasibility Study, Contra Costa County Bay -Vine Trail Gap Closure Design, Vallejo Wellness Trail Planning and Final Design, Richmond Central Marin Bikeway Planning and Design, Corte Madera Ridge Trail Gap Closure, Vallejo Goodrick Avenue Bay Trail Gap Closure, Richmond Highway 84 Equestrian Trail, Woodside Niles Canyon Trail PA/ED, unincorporated Alameda County EDUCATION B.S. Civil Engineering, California State Polytechnic University, San Luis Obispo REGISTRATION Professional Civil Engineer California - No 92586 CSWIST2 233 18 MARCIA VALUER ASLA, LEEoao LANDSCAPE ARCHITECTURE AND URBAN PLANNING C•7 W S T 2 Marcia has over 35 years of professional experience in the fields of landscape architecture, urban design and planning. Marcia has expertise in giving voice to diverse communities and the environment through landscape, signage, art, and site design and can successfully lead multidisciplinary teams through a project from concept to implementation, reflecting the ideals of a community and place. Marcia has designed over 100 play areas within schools and parks that provide diverse, meaningful play experiences for people of all ages and abilities. She designs universally accessible neighborhood, community and regional parks, schools and athletic fields, creating attractive, vibrant, and fun community spaces that are accessible, safe, sustainable, durable, weather and vandal resistant. URBAN PLANNING City of Richmond "Yellow Brick Road" Safe Routes to School Project, Richmond Cutting Boulevard Landscape Renovation, Rich- mond Marina Streets Landscape and Master Plan, Rich- mond Nevin Avenue Pedestrian Improvement Project, Richmond Carlson Boulevard Bay Friendly Streetscape, Rich- mond 1-80 Revegetation Project East Richmond Heights Neighborhood, Richmond Chevron/General Chemical Castro Street Front- age Landscaping, Richmond Richmond City Center Facade Improvement Project, Richmond Richmond City Identity and Wayfinding Guide- lines, Richmond City of Richmond Public Art Master Plan, Rich- mond PUBLIC OUTREACH & FACILITATION Richmond Parkway Design Guidelines, Richmond Nevin Avenue Pedestrian Improvement Project, Richmond Richmond-Ohlone Greenway Gap Closure Public Outreach, Richmond Cutting Boulevard Streetscape Improvement Project, Richmond Central Macdonald Avenue Streetscape Improve- ment Project, Richmond EDUCATION M.A. Landscape Architecture. Urban Design, University of California, Berkeley B.S. Landscape Architecture, Colorado State University REGISTRATION Registered Landscape Architect -California #3293 CSWIST2 234 19 PAUL STEVENSON LEEoao LANDSCAPE ARCHITECTURE C•7 W S T 2 Paul is a licensed landscape architect with 23 years of experience whose projects include civic spaces, public parks, single family and multi -unit housing, educational environments, and multi -modal use trails. As a licensed landscape architect with CSW/ST2, Paul is involved in all aspects of design and planning from Schematic Design to Construction Administration. He has managed the review process for irrigation, soil management, grading, water efficient landscape and landscape designs to meet project and permitting requirements. RELEVANT EXPERIENCE City of Pinole Engineering Assistance On -Call Support MidPeninsula Regional Open Space District Parking Design Guidelines City of Richmond "Yellow Brick Road" Safe Routes to School Project, Richmond Cutting Boulevard Landscape Renovation, Richmond Carlson Boulevard Bay Friendly Streetscape, Richmond Citywide Parks Assessment, Richmond Richmond City Center Facade Improvement Project, Richmond City of Richmond Public Art Master Plan, Richmond Rod and Gun Club Master Plan, Richmond Caltrans Underpass Beautification Project, Richmond Del Norte/BART Complete Street, El Cerrito Village Parkway Improvements, Dublin Hiddenbrooke Park, Vallejo Grove Street Neighborhood Complete Street Planning, Healdsburg Silver Terrace Playground, San Francisco South Sunset Playground, San Francisco Garfield Square, Union Park Raymond Kimbell Playground, San Francisco Micke Grove Park Expansion, Lodi Sunnyvale Water Treatment Plant, Sunnyvale EDUCATION B.S. Landscape Architecture, University of California, Davis REGISTRATION Registered Landscape Architect -California #5040 CSWIST2 235 20 MICHAEL GORDON ENVIRONMENTAL PLANNING Michael has extensive experience managing multi -stakeholder projects, while bringing together proficiencies in botany, GIS, environmental regulations, and land management within stream systems to provide technical competency for a variety of project applications. His early experiences conducting field surveys and implementing ecological restoration projects have given Michael practical knowledge about a variety of sub -disciplines within the restoration field. PROFESSIONAL HIGHLIGHTS Sonoma-Marin Area Rail Transit (SMART) Environmental Permitting, Marin County ESA is assisting SMART to preform environmental surveys, investigate permitting strategies, apply for various required permits, and assess mitigation strategies for the design of five (5) segments of Class 1 non -motorized pathway ("NMP") located in Marin County. Laguna Honda Hospital Biological Services, San Francisco ESA is working with San Francisco Public Works (Public Works), City and County of San Francisco (City) to provide as -needed Envi- ronmental Consulting Services. ESA is on a deep bench of experts to perform services related to the last category (Environmental Review, Permit- ting, Design, and Analysis). Fairfield Parks, Recreation, and Open Space Master Plan, Fairfield ESA is assessing the City's public open spaces, addressing natural ameni- ties, critical habitat areas, open space, trails, and riparian areas including the habitat corridors. Our team of technical experts are guiding the design teams to identify ecological opportunities and constraints and integration of ecological design elements/benefits into the Master Plan design. Tides End Restoration Project, Solano County The Tides End Project will create over 2,000 acres of freshwater tidal marsh and managed flood - plain habitat in the southern Bypass/Cache Slough Complex in the northern Sacramento -San Joaquin Delta. As a consultant to EIP III Credit Co. (EIP), ESA has provided restoration planning and design services to assist EIP in due diligence activities including 2D hydrodynamic and hydraulic analy- ses, biological and cultural resource surveys, and preliminary engineering design. ESA continues to support EIP with engineering and strategic plan- ning related to environmental compliance, permit- ting, and future project implementation. Grizzly Slough Floodplain Restoration Project with Department of Water Resources, Sacra- mento County The Grizzly Slough Floodplain Restoration project is a restoration project located at the confluences of Grizzly Slough and Bear Slough with the Cosumnes River. This project has been in development for over a decade, including earlier biological resources reports, and installa- tion of the Phase 1 and Phase 2 restoration areas in the northern part of the site. EDUCATION B.A. Nature and Culture, University of California, Davis CERTIFICATIONS CNPS Rapid Assessment and Releve Protocol California Rapid Assessment Method (CRAM) Depressional and Riverine (2017) CSWIST2 236 CSW ST2 RELEVANT EXPERIENCE Status Support from 2018 - present Key Personnel Rich Souza Josh Woelbing Robert Stevens Kristine Pillsbury Jed Diaz CITY OF BERKELEY CIVIL ENGINEERING ON -CALL Since 2018, members of our team have supported the City of Berkeley's Public Works Department in the planning and design of several projects, includ- ing: MILVIA STREET CLASS IV BIKEWAY, complet- ed in 2021, removes parking and adds a Class IV bikeway along 2 miles of Milvia Street through downtown Berkeley. The project's cost was $3.5 million. WILDCAT CANYON ROAD DRAINAGE IMPROVEMENTS included assessment of hydrol- ogy along 2 miles of the roadway in the Berkeley hills and includes culvert modifications at six loca- tions to reduce soil erosion. The project commenc- es construction in the summer of 2024. The proj- ect's cost is estimated to be $1 million. DERBY STREET PAVEMENT REHABILITATION focused on approximately 1 mile of pavement, replaces curb ramps, and stripes a bicycle boule- vard through residential and commercial neighbor- hoods. The project will commence construction in summer 2023. The project's cost is estimated to be $1.2 million. THE STRAWBERRY CREEK CULVERT REHABIL- ITATION will repair about 1 mile of box culvert located below downtown Berkeley. The culvert is about 8 feet wide by 6 feet tall. In 2022, our team Key Reference: Srinivas Muktevi, PE Associate Civil Engineer 510.981.6402 smuktevi@cityofberke- ley.info completed a survey and conditions assessment of the culvert constructed in 1915. Currently we are developing repair plans for sections of failing concrete and a hydraulic analysis. The project's cost is estimated to be $10 million. Construction will commence summer 2024. CHANNING STREET RAIN GARDEN We are currently supporting the planning effort for a regional water quality facility located near Aquatic Park. This facility includes a trash capture device and bioretention area designed to serve 16 acres of west Berkely. PEDESTRIAN SAFETY Our team developed plans for traffic calming features at the Piedmont Avenue and Channing Way roundabout. These include high visibility striping and raised buffers designed to slow vehicle and support pedestrian safety while crossing the busy roadways. RETAINING WALL ASSESSMENTS We are completing a series of miscellaneous projects to repair retaining walls constructed in the 1930's, add a staircase for a pedestrian way, and modify access openings to several large diameter culverts, which are set to commence construction in summer 2023. The project's cost is estimated to be $700,000. CIVIL ENGINEERING AND SURVEYING SERVICES 21 237 RELEVANT EXPERIENCE CITY OF RICHMOND ON -CALL ENGINEERING SUPPORT Since 2019, our team has supported the City of Richmond providing a variety of support tasks including the following: FERRY TO BRIDGE TO GREENWAY design of the Class IV bikeways. This project is substantially complete with a value of about $2.3 million. RICHMOND WELLNESS TRAIL provides Class IV bikeway between Ohio Street and Cutting Boule- vard, which completed construction in 2022 with a value of about $3 million. In addition to the bikeway, we supported the City in pavement reha- bilitation. 37TH AND CARLSON TRAFFIC SIGNAL REPLACEMENT completed construction in March 2023 with a value of $250,000. Our team provided technical support to integrate the FIBER OPTIC TRAFFIC SIGNAL INTERCON- NECT along 23rd and 22nd Street which complet- ed construction in 2020 with a value of $1.5 million. Our team is currently providing technical support for the GREENWAY GAP CLOSURE PEDESTRI- AN BRIDGE project, which is a concept plan. We supported the City in the CUTTING BOULE- VARD SIDEWALK IMPROVEMENTS project crossing the Union Pacific tracks including the installation of a new signal pole and pedestrian phase at the southern crossing of Carlson Boule- vard. The $700,000 project completed construction in 2020. We provide PLAN REVIEW and technical support to the Engineering Department for major devel- opments including Terminal 1, Point Molate, PG&E site, and Campus Bay. Our team has supported the PARK DEPARTMENT upgrades to restrooms at four public parks, which were successfully completed in 2020 for $400,000. We provided plans and specifications for the feder- ally funded methacrylate resin treatment of bridges along RICHMOND PARKWAY AND RUMRILL BOULEVARD. This included anchor bolt replace- ment of the Rumrill Bridge. The project should commence construction in July 2023. Since 2011, members of our team have provid- ed engineering services to the PORT OF RICH- MOND including repairs to marine terminals, pave- ment rehabilitation, dredging, dock demolition, lighting, trails, shore power, building modifications, and rail improvements. The projects' values range from $50,000 to $5 million. Status Support from 2019 - present Key Personnel Robert Stevens Mike Vidra Josh Woelbing Rich Souza Key Reference: Tawfic Halaby, PE Deputy Director of Public Works - Operations and Maintenance 510.620.5482 tawfic_halaby@ci.rich- mond.ca.us 22 I CITY OF DUBLIN 238 RELEVANT EXPERIENCE CSW ST2 Status Support from 2019 - present Key Personnel Marcia Vallier Josh Woelbing Robert Stevens Mike Vidra Key Reference: Greg Hardesty City of Richmond Parks Superintendent 510.231.3072 Greg_Hardesty@ ci.richmond.ca.us CITY OF RICHMOND LANDSCAPE ARCHITECTURE ON -CALL The landscape architecture team have provided support to the City of Richmond's Parks and Recre- ation Department for a number of park improve- ment projects. They bring deep expertise in successfully completing complex grant funded park projects. Eleven out of fourteen Richmond parks our landscape architects have worked on within the last seven years have been 100% grant funded. Our team is currently supporting the City in assess- ing existing parks for recreational use including soccer, softball, football, tennis, basketball, and pickleball. This effort culminated in the recom- mendation to implement an $11 million project to upgrade soccer fields and basketball courts at three City parks in the summer of 2024. We have developed recommendations for medium and long-range improvements at all parks throughout the City. Other park facilities our team is working on include: UNITY PARK Marcia worked with 17 non-profit groups on Unity Park in Richmond, California's most deserving neighborhoods. Marcia helped forge a collaborative partnership to design and build the park, improving livability and access for Richmond residents. The non-profit groups and the community formed six teams from 57 resident volunteers to design sections of the park and gather input from the neighborhood. Marcia provided guidance during programming then and took the community supported designs and created constructable bid documents. KENNEDY PARK Marcia worked with The Trust for Public Land (TPL) to renovate an existing blighted community park in one day. Marcia assisted TPL with community meetings and conceptual design for the project and facilitating community construction projects for the event that was attended by over 650 people. The renovation projects included painting murals, installing universal play structures and site amenities, building benches, planting a rain garden, installation of trail fitness equipment and a bike pump track. The project won a national 'Make A Difference' award. BOORMAN PARK Marcia is currently working on the renovation of Boorman Park, leading the community coordination, design and construction documentation. The park is funded by a $4.165 million Proposition 68 grant and Marcia is working closely with the City's grant administrator to ensure full compliance and reporting to the agency. Marcia is working with First 5 on public outreach to gain consensus on a community supported design. When complete, the park will feature sports fields, community gathering areas, and playgrounds. CIVIL ENGINEERING AND SURVEYING SERVICES I 23 239 RELEVANT EXPERIENCE CITY OF PINOLE ON -CALL SERVICES Since 2021, our team has supported the City of Pinole in public works improvement projects including the following: SAN PABLO AVENUE PAVEMENT REHABIL- ITATION includes a mill and overlay, installation of retaining wall, and curb ramp upgrades. The $900,000 project was completed in 2022. PINOLE VALLEY ROADWAY IMPROVEMENTS includes roadway resurfacing, curb ramp improve- ments, and reconfiguration of pavement striping to include buffered Class II bike lanes. The $1.5 million project will commence construction in summer 2024. THE SENIOR CENTER PARKING LOT EXPAN- SION adds additional parking stalls as well as the installation of a solar canopy atop the parking lot. The senior center will function as a cooling center and includes battery backup in case of power failure. The $1 million project will commence construction in fall 2023. The TENNENT AVENUE BAY TRAIL GAP CLOSURE AND PEDESTRIAN IMPROVEMENTS addresses a critical gap for pedestrian access for at grade crossing of the Union Pacific Railroad tracks. Our team completed the G088B approval from the CPUC and Union Pacific. We supported the City in Status: 2021 to Present Key Personnel: Robert Stevens Mike Vidra Josh Woelbing Rich Souza Key Reference: Sanjay Mishra, PE Public Works Director 510.724.9017 smishra@ci.pinole. ca.us a grant award of $800,000 from MTC. Construc- tion of the $1.2 million project will commence in fall 2024. The design of a new traffic signal to support pedes- trian safety at MARLESTA AND APPIAN WAYS. The $600,000 project is currently under construc- tion and will be complete by August 2023. Our team completed a safety assessment at Pear and Plum Street intersections with Tennent Avenue where a pedestrian was fatally struck by a vehicle. We completed a speed and volume survey to assess potential countermeasures for safety. Our team is currently designing improvements includ- ing high visibility crosswalk and RRFB system. The $100,000 project will complete construction in June 2023. We completed the design of ELECTRIC VEHICLE CHARGING STATIONS at the public safety build- ing. The $100,000 project completed construction in February 2023. 24 I CITY OF DUBLIN 240 RELEVANT EXPERIENCE CSW ST2 COUNTY OF MARIN PROJECT MANAGEMENT AND SURVEYING ON -CALL ENGAGEMENTS Since 2018, our team has supported the County of Marin's Department of Public Works in various on -call engineering and surveying support tasks. PAVEMENT REHABILITATION PROJECT Our team finalized plans for the County's 2022 and 2025 annual pavement rehabilitation projects, which includes mill and overlay and cold -in -place recycling for roadways within the unincorporated community. Integrated into the 2022 $3 million project was the installation of bicycle improve- ments consistent with the Bicycle and Pedestrian Master Plan. The 2025 pavement program involved rehabilitating approximately 4 miles of roadway throughout unincorporated areas of Marin. We supported the County in completing VARIOUS ADA IMPROVEMENTS for curb ramps located in Marin City, Novato and San Rafael. This work includes design of directional curb ramps on topographically constrained streets. Total antici- pated construction cost of the various projects is $200,000. Our team is finalizing the design of HAWK SIGNAL SAFETY IMPROVEMENTS to facilitate crossing of North San Pedro Road near San Pedro Elementary School. This $400,000 project will complete construction in summer 2023. EMERGENCY TASK ORDERS We finalized the design of four crosswalk safety improvement proj- Status: Ongoing since 2018 Key Personnel: Robert Stevens Rich Souza Josh Woelbing Key Reference: Rachel Calvert, PE Senior Civil Engineer 415.246.5017 rcalvert@marincoun- ty.org ects that feature new high visibility striping and Rapid Flashing Beacons. The $100,000 project completed construction in late 2022. Under an urgent need, we surveyed and prepared designs to correct an ADA challenge for a major pathway near the City of Mill Valley. Our team complete the design and provided staking services within two days of notice to proceed. HAL BROWN PARK BRIDGE We finalized the permitting for a boardwalk and pedestrian bridge crossing a sensitive habitat for Marin County Park Department. This $2 million project should commence construction in fall 2024. Our team has supported the County in responding to SLOPE STABILITY CHALLENGES in the rural segments of the County. This includes the design of soldier pile wood lagging walls and drainage improvements. WET WEATHER DEBRIS FACILITY Our team developed the design for a debris storage area at the Corporation Yard including development of a large, covered area. SURVEYING Our survey team provides topo- graphic, boundary, and map review for Public Works. This includes a drone base facade survey of the civic center designed by Frank Lloyd Wright. CIVIL ENGINEERING AND SURVEYING SERVICES 125 241 RELEVANT EXPERIENCE CITY OF DUBLIN CIVIL ENGINEERING AND SURVEYING ON -CALL SUPPORT Our team has supported the City of Dublin on an on call basis to 2020 providing both staff augmen- tation as well as design services. A summary of the projects includes: IRON HORSE TRAIL NATURE PARK AND OPEN SPACE Our team refined the concept plan established for the master plan for the segment adjacent to Amador Valley Boulevard. This Class 1 trail will connect key regional destinations as well as offer park amenities. The effort included detail- ing plans to the 30% level of completion as well as preparation of a cost analysis. GREEN INFRASTRUCTURE We are currently supporting the City in evaluating green infrastruc- ture proposed by private development as well as infrastructure integrated into public works projects. This effort includes an assessment of storm water quality and well as quantity controls consistent with Alameda County's C.3 guidebook. MICRO -TRENCHING STANDARDS Our team developed a City standard specification and detail for installation of fiber optic communications components installed by micro -trenching. The goal is to incorporate broadband infrastructure into the City while preserving infrastructure and limiting disruption to the public. DUBLIN BOULEVARD Our team supported the Status: Ongoing since 2019 Key Personnel: Robert Stevens Rich Souza Josh Woelbing Key Reference: Laurie Sucgang, PE Assistant Public Works Director 925.833.6630 laurie.sucgang@ dublin.ca.gov City in completing a complete streets assessment of Dublin Boulevard prior to a pavement main- tenance project. Our recommendation included development of a Class 2 and Class IV bicycle lanes along the corridor. We recently finalized striping plans for the project, which will be constructed in summer 2024. STANDARD PLANS Our team is supporting the City in revising its standard details including those for Green Infrastructure. We have been coordinat- ing with City staff to understand the needs and challenges faced with implementing public works project and updating the details to reflect condi- tions. GRANT SUPPORT We are currently preparing grant applications to support various public infra- structure projects to the State of California Parks Department and well as to the Metropolitan Trans- portation Commission's One Bay Area Grant. VILLAGE PARKWAY COMPLETE STREET ENHANCEMENT Our team is currently refining complete street options for Village Parkway to include a Class IV cycle track, protected intersec- tions, as well as pedestrian safety improvements for the segment of Village Parkway near Dublin High School. This concept will be submitted for funding through the OBAG program. 26 I CITY OF DUBLIN 242 APRIL 12, 2024 PREPARED FOR City of Dublin Request for Qualifications Civil Engi and Surveyin"� PREPARED BY Expect More. Experience Better. City of Dublin I Civil Engineering and Surveying Services COVER LETTER April 12, 202zI Julius Pickney I Management Analyst II City of Dublin 1 100 Civic Plaza Dublin, California 94568 RE: REQUEST FOR QUALIFICATIONS (2024 RFQ) I CIVIL ENGINEERING AND SURVEYING SERVICES Dear Mr. Pickney and Members of the Selection Committee, Kimley-Horn and Associates, Inc. (Kimley-Horn) is pleased to submit this proposal to provide civil engineering and survey services to the City of Dublin (City). Having been a partner to the City for over two decades, we are excited to continue being a trusted partner to the City as it continues to grow and change to support its citizens and businesses. As you select your consulting partners for this proposal, please consider the following strengths of the Kimley-Horn team: 1. Local, Responsive, and Committed Team I We will serve the City from our office in Pleasanton, where we are a short drive to City offices or project locations, providing the City with true on -call services. In addition, we offer the City access to over 120 local professionals in the Bay Area, specializing in a wide array of services specific to the needs of our municipal clients, including planning, engineering, and environmental experts. In addition, our team includes professionals that are committed to serving the City —experts who you have worked with over the past years and even decades. We offer the City a deep bench of expertise with an unmatched continuity of staff resources, which will allow us to continue providing you with the highest level of professional services. 2. Relevant Local Experience I Kimley-Horn has partnered with the City of Dublin over the last 20+ years on more than 90 projects, including signal design and timing, roadway design services, on -call services for land development and capital project review services, and environmental support services. We have cultivated a thorough understanding of the City's needs through our work on these projects over the years. With Kimley-Horn, you have a partner that is not only intimately familiar with your staff, your standards, and your expectations for success, but also wants to help you elevate them, as we have demonstrated with the City over the past years. 3. Notable On -Call Experience and Proven Approach I Kimley-Horn has a long, successful history of partnering with agencies on on -call contracts throughout Northern California. Our approach to on -call contracts is based on six important principles: be flexible; think and act as an extension of the City's staff; think big picture; be creative; team strategically with other consultants; and provide community and council support. Through our prior and current on -call work with the City, we understand what types of task orders are issued and how to deliver them to your satisfaction by committing resources as needed, taking ownership of each assignment, maintaining project schedules, obtaining team consensus, and delivering quality technical submittals. With Kimley-Horn, you can expect task orders from this on -call to progress seamlessly, from the preliminary planning and design stages into construction. Kimley-Horn is confident that there is no other consultant who matches our qualifications and the breadth of services we offer to the City. Should you have any questions, please do not hesitate to contact contract manager, Akash Patel, P.E., at 925.965.7704 or akash.patel@kimley-horn.com. Our team is excited to continue our partnership with the City and to continue serving the Dublin community. Sincerely, Kimley-Horn and Associates, Inc. Akash Patel, P.E. I CONTRACT MANAGER John Pulliam, P.E. PRINCIPAL -IN -CHARGE SIGNING AUTHORITY Kimley»»Horn 4637 Chabot Drive, Suite 2001 Pleasanton, CA 925.965.7704 kimlev-horn.com qlhiCity of Dublin I Civil Engineering and Surveying Services QUALIFICATIONS AND EXPERIENCE OF FIRM AND INDIVIDUALS Founded in 1967, Kimley-Horn is a privately held corporation with a staff of more than 7,500 in over 120 offices nationwide, and 11 offices in California, including local offices in Pleasanton, Oakland, San Jose, and Sacramento. Founded by traffic engineering, transportation planning, and civil engineering specialists, the firm has steadily grown into a full -service engineering and planning consulting firm offering a comprehensive range of services to both public and private clients. Our well -established Pleasanton office —which currently staffs more than 75 engineers, planners, designers, and support staff —has worked for public agencies and municipalities for more than 30 years, thus giving us broad local project experience. Our clients receive the local knowledge and responsiveness of a small firm, backed by the resources only a national firm can provide. Much of our growth extends from the confidence and trust that repeat clients have in us. WE'VE BEEN PROVIDING ON -CALL SERVICES SINCE OUR FOUNDING The City of Dublin needs a consultant with the experience and commitment to deliver highly responsive service—Kimley-Horn has been doing just that for many on -call clients since the firm was founded. We have successfully provided services to a number of California municipalities through on -call contracts, some of which are highlighted in the map below. LOCAL ON -CALL EXPERIENCE • Alameda County Transportation Commission (ACTC) • City of Antioch • City of Concord • City of Cupertino • City of Dublin • City of East Palo Alto • City of Emeryville • City of Fremont • City of Hercules • City of Lafayette • City of Milpitas • City of Mountain View • City of Oakland • City of Palo Alto • City of Pleasanton • City of San Rafael • City of San Ramon • • • • • • • • • • • City of Santa Clara City of Sunnyvale City of Vallejo Contra Costa County Metropolitan Transportation Commission (MTC) Napa County Transportation and Planning Oakland Base Reuse Authority San Francisco County Transportation Authority City of Santa Clara County Santa Clara Valley Transportation Authority Transportation Authority of Marin (TAM) SONOMA MART OUR ROLE AS AN ON -CALL CONSULTANT We understand what it means to be "on -call" for a local City. Our on - call clients are a top priority, and our approach is to be an extension of City staff. We are available to meet at the City's convenience. Kimley-Horn has the available resources to provide the City with the quality and dependable level of service required by this contract. The proposed team members are committed to assisting the City and have the flexibility to adjust their other commitments to accommodate these efforts. Work, including technical expertise and quality control/quality assurance, will be performed by staff located in our Pleasanton office. SERVICES OVERVIEW Kimley-Horn has the depth of in-house expertise to provide a full range of civil engineering and public agency consulting services. The following are some of the key services we offer for this on -call contract. Civil Engineering, Grading, Roadway, and Intersection Design r 1 At Kimley-Horn, we have experienced professionals in roadway, site development, grading, utility engineering, traffic engineering, stormwater management, site/retaining walls, and hydraulic/ hydrologic modeling, among others. Our depth of resources means you will benefit from experienced professionals who work together and practice civil engineering for private and public sector clients every day. Our engineers have developed plans, specifications, and estimates (PS&E) for more than 4,000 miles of roadway, including neighborhood streets, rural roads, interstate highways, state highways, highway interchange structures, and urban arterials.Our team brings design experience across a wide variety of projects, including roadway widenings and geometric safety improvement projects, complete streets, pedestrian and bicycle facilities, storm drainage, green infrastructure, intersection geometrics, roundabout design, and pavement rehabilitation projects. Kimsey'»Horn GMOC82018.2024 sotto 1 N' 'D CONTRA' ° 6: COSTA It `YfdTldf:T(YO Si o AEDA A TACO RA qlhiCity of Dublin I Civil Engineering and Surveying Services Hydrology/Hydraulic Design G Our technical expertise in flood control and stormwater management includes watershed hydrology, floodplain management and Federal Emergency Management Agency (FEMA) map revisions and amendments, floodplain hydraulics (fluvial/alluvial) and modeling, hydraulic studies and design, water quality, hydromodification, sediment transport, and two-dimensional flow analysis. All of these abilities under one roof allow Kimley-Horn to support any City environmental planning and analysis effort. In order to meet the needs of our clients, we use a wide range of software in performing hydrologic and hydraulic modeling, including the full suites of HEC and InfoSWMM software. Drainage Analysis, Planning, and Design Kimley-Horn's drainage engineering services include the design of canals, detention basins, culvert crossings, water control structures, diversion structures, and more. In addition to the design of gravity systems, our team is fully versed in the design of stormwater pump stations as well as associated electrical and mechanical systems and real time controls. Such experience will allow the City to achieve the greatest possible stormwater performance from its existing infrastructure while minimizing long term maintenance requirements. Where necessary, our team brings other pertinent support services such as floodplain analysis, mapping, and FEMA coordination occasionally required for projects involving the stabilization or retrofit of existing channels. J` Landscape Architecture From the revitalization of community parks to the design and implementation of downtown streetscapes, we have successfully planned and implemented scores of landscape architecture projects. Our landscape architects have a diverse range of experience from corridor plans and downtown streetscape programs to parks and recreation planning. Our full -service consulting includes feasibility studies, master planning, design, permitting, public participation and consensus building, and construction administration. Pavement Management Kimley-Horn is a certified pavement management vendor through the Metropolitan Transportation Commission, (MTC), a certification program that is one of the most rigorous in the nation. We have provided pavement evaluation, maintenance/management, design, and construction services for more than 400 projects. Our services include field condition surveys of pavements, inventory, pavement alternative evaluations, structural evaluation and expected life of pavements, maintenance repair needs, economic analysis, capital improvement budgeting, prioritization of pavement projects, implementation of the MicroPAVER program and Geographic Information Systems (GIS), training of staff, grant administration, engineering, and construction. Traffic Engineering/Planning Kimley-Horn has been an industry leader in traffic engineering for nearly 57 years and offers complete in-house traffic engineering services. Our work includes traffic signal communication and system integration design, intersection geometric design, signing/striping and street improvement plans, vehicle/pedestrian/bicycle traffic signal designs, traffic calming studies, neighborhood studies, school studies, speed zoning studies, safety and operations studies, accident analysis, pedestrian safety programs, parking studies, and site access and circulation studies. Multimodal Safety Enhancements Safety concerns are one of the most common factors that discourage people from walking or /71 biking. Our safety planning and design experience helps us understand how to decrease the level of traffic stress (LTS), enhance safety in high -risk areas, and encourage mode -shift. Our team members Kimley'»Horn GMOC82018.2024 qlhiCity of Dublin I Civil Engineering and Surveying Services have led numerous pedestrian and bicycle planning and design projects throughout the country, from single -intersection bike lane improvements to safe routes to school programs and active transportation master plans with miles of protected bikeways. In all, our team members have designed over 200 miles of multi -use and bicycle trails.Our plans often emphasize connectivity with adjacent sites, destinations, and/or jurisdictions to serve different types of users and remove barriers to under -served neighborhoods and key community destinations such as schools and parks. We routinely design bike facilities — including protected bikeways, bike boulevards with diverters, center running bikeways, and other types of bikeways —using the Caltrans Highway Design Manual, National Association of City Transportation Officials' (NACTO's) Urban Bikeway Design Guide, and the Federal Highway Administration's (FWHA's) Separated Bike Lane Planning and Design Guide. i�"L1 jj Environmental Documents Our team is experienced in the preparation and processing of all types of environmental documents under California Environmental Quality Act (CEQA) and National Environmental Policy Act (NEPA) and has extensive knowledge of environmental document requirements. Our environmental professionals not only have years of experience in developing CEQA and NEPA documents for public works, private development, and transportation projects, but also receive regular training on changes in CEQA and NEPA, and applicable case law affecting the interpretation of current statutes. Kimley-Horn has been responsible for preparing and reviewing all types of documents from Initial Studies and Mitigated Negative Declarations through complete Environmental Impact Reports, Environmental Assessments, and Environmental Impact Statements. Our team has also prepared Mitigation Monitoring Implementation Schedules (MMIS) and Mitigation Monitoring and Reporting Programs (MMRP) Primary Services. Bidding and Construction Support ]o As an extension of our design projects, our team is equipped with the latest construction management systems and applications available in the industry including responding to RFIs, reviewing shop drawings, and reviewing progress reports. From simple, time -tested forms and procedures to the state-of-the-art in construction management and web -based systems, our team will deliver small and large projects on -time and under budget while keeping the City up to date on a "real- time" basis. In addition to receiving the benefit of our design team's experience, our construction phase personnel can attend pre -construction conferences and regular project meetings, provide review and approval of submittals, and participate in all other activities required to achieve well -coordinated construction of proposed improvements. Familiarity with State and Federal Procedures Kimley-Horn has completed the planning and design for a wide variety of state and federally funded projects across California. We specialize in complying with the requirements that come with federally funded projects and have extensive experience working directly with all Caltrans districts — including District 4. We routinely work with agencies across California to help them shepherd their projects through Caltrans Local Assistance, assisting them in acquiring E-76s for all types of projects — from small sidewalk projects to larger freeway improvement projects. Writing Conditions and Preparing Development Agreements Kimley-Horn professionals have developed conditions of approval, development agreements, license agreements, operations and maintenance agreements, conditional use permits, and other legal agreements in many local cities and counties, including, but not limited to the cities of Dublin, Pleasanton, Hayward, Sunnyvale, Menlo Park, Redwood City, and San Carlos as well as the counties of Alameda, Contra Costa, Santa Clara, and San Mateo. Kimley'»Horn GMOC82018.2024 qlhiCity of Dublin I Civil Engineering and Surveying Services coo ,D Community Outreach cr bb'0 Kimley-Horn is sensitive to the pivotal role of meaningful public involvement programs that enable area residents to establish their priorities. We understand that some projects require community involvement and acceptance, and we have developed effective methods of bringing the community into the process. We are strongly committed to conducting public participation programs that educate, inform, and build consensus for a particular solution, and we have professionals on staff who are experienced in conducting bilingual outreach services. Some of our public involvement services include: interactive websites, graphic design, newsletters, town hall meetings, stakeholder meetings, press releases, brochures, and educational seminars. Survey and Mapping Service Our project team's expertise in surveying and mapping covers all aspects of surveying, including boundary and topographic surveys, as well as the preparation of legal descriptions, easements, plats, and parcel maps. We are adept at utilizing GIS systems to integrate project mapping data with spatial information to support the project decision -making process. Remaining focused on our core values, the survey team performs projects with honesty, integrity, and ethics, provides exceptional client service, and drives to meet high expectations. In addition, our team stays current with the latest procedures and technologies, including LiDAR mapping, electronic field book (EFB) and global positioning system (GPS) technology. REFERENCES PROJECT 1: CITY OF DUBLIN, ON -CALL PROFESSIONAL SERVICES (VARIOUS ON -CALLS AND PROJECTS) Contact: Laurie Sucgang, Assistant Public Works Director/City Engineer & Oliver Castillo, Assistant Civil Engineer I Address: 100 Civic Plaza, Dublin, CA 94568 I Phone: 925.833.6639 & 925.833.6630 Brief description of work performed: Kimley-Horn has provided civil, traffic, landscape architecture, drainage, transportation planning and engineering, environmental support, and development services and CIP review support for various projects within the City through the Engineering Services On -Call, ITS On -Call, Transportation Planning and Engineering On -Call, and Planning and Housing Services On -Call. Currently, Kimley-Horn is providing design services on various projects in the City, including: Dublin Slide Repair, Citywide Bicycle and Pedestrian Improvements Safe Routes to School, Regional St Improvements, Golden Gate Drive Intersection Improvements, and Public Art Feasibility at Village Parkway/Dublin Boulevard. These projects include a wide -range of improvements which include signal modifications, RRFB installations, signing and striping improvements, ADA curb ramp upgrades, bulb - outs, green infrastructure, drainage improvements, and slope stability improvements. Role of our firm: Prime On -Call Consultant 1 Term of contract: 2021—Ongoing PROJECT 2: TOWN OF DANVILLE, DANVILLE DOWNTOWN MASTER PLAN —CATALYST PROJECT Contact: Diane Friedman, Deputy Town Manager I Address: 500 La Gonda Way, Danville, CA, 94526 Phone: 925.314.3378 Brief description of work performed: The Catalyst Project is part of the Danville Downtown Master Plan that was adopted by the Town Council in September 2022. The Catalyst Project seeks to improve the Theater Plaza and five intersections along Hartz Avenue at Linda Mesa Avenue, Diablo Road, Prospect Avenue, Church Street, and School Street. The Linda Mesa Avenue and Prospect Avenue intersections are planned to be raised due to storm drain system constraints, and the others will include stamped pavement, bulb -outs, mini -plaza elements, and related surface improvements. Kimley-Horn's Kimley'»Horn GMOC82018.2024 5 249 services include the preparation of PS widened sidewalks, crosswalks, proposed roadway conform work, lighting, and RRFB/signals. Role of our firm: Prime Consultant Term of contract: 2022-Ongoing PROJECT 3: COUNTY OF SAN BENITO, ON -CALL PROFESSIONAL SERVICES (VARIOUS ON -CALLS AND PROJECTS) Contact: Steve Loupe, Public Works Administrator/County Engineer I Address: 2301 Technology Pkwy, Hollister, CA 95023 I Phone: 831.902.2271 Brief description of work performed: Since 2021, Kimley-Horn has provided civil, traffic, landscape architecture, drainage, transportation planning, and structural engineering support for various public infrastructure projects within the County. Kimley-Horn has also supported the County in identifying applicable funding opportunities and has supported in the preparation of grant applications to support the County's endeavor to fund various public infrastructure projects. In the last two years, Kimley-Horn has become a reliable and trusted partner for the County, implementing an approach and delivering quality deliverables that truly exemplifies what it means to be on -call. Role of our firm: Prime On -Call Consultant I Term of contract: 2021-Ongoing PROJECT 4: CITY OF BURLINGAME, CALIFORNIA DRIVE REALIGNMENT AND ROUNDABOUT PROJECT Contact: Andrew Wong, Senior Civil Engineer I Address: 1361 N. Carolan, Burlingame, CA 94010 Phone: 650.558.7237 Brief description of work performed: California Drive is a regional route that parallels Highway 101; the intersection serves as a gateway into the City's downtown. Kimley-Horn provided public outreach, preliminary and final design, and traffic analysis for the realignment of California Drive at the three-way, extended intersection of Bellevue Avenue and Lorton Avenue into a two-lane roundabout. ‘i City of Dublin I Civil Engineering and Surveying Services &E documents showing improvements to bulb -outs, curb ramps, Role of our firm: Prime Consultant I Term of contract: 2015-2020 STANDARD CONSULTING AGREEMENT Kimley-Horn and Associates, Inc. has reviewed the Professional Service Agreement provided by the City of Dublin and agrees to the terms and conditions. CONFLICT OF INTEREST STATEMENT Kimley-Horn and Associates, Inc. and our subconsultants have no current conflicts of interest that may affect the ability of our team to perform the required duties outlined in the RFP, nor are we debarred, suspended, or otherwise declared ineligible to contract with any other federal, state, or local public agency. Kimley*Horn GMOC82018.2024 MhiCity of Dublin I Civil Engineering and Surveying Services $130 - $170 $170 - $195 $195 - $250 $250 - $330 $330 - $395 $165 - $295 $105 - $165 $95 - $150 Effective through June 30, 2025. Subject to annual adjustment thereafter. For each Task Order under the On -Call, staff will be billed within the appropriate category range above, based on their classification at the time. Other Direct Costs: Outside Printing/Reproduction, Delivery Services/USPS, Misc. Field Equipment/Supplies, and Travel Expenses will be billed at actual cost. Mileage will be billed at the Federal Rate. Sub -Consultants will be billed at 10% cost or per the Contract. LCC ENGINEERING AND SURVEYING SERVICES, INC. (LCC) is a civil engineering and land surveying firm with a single office located in Martinez, California. For over 65 years, LCC has provided consulting engineering and land surveying services for local municipalities, school districts, public agencies, and organizations. LCC's current staff consists of 12 employees. Of those individuals, one is a registered Engineer -in - Training, three are Registered Professional Civil Engineers, one is a Professional Land Surveyor, and two individuals are dual registration with both Civil Engineer and Land Surveyor Licenses. LCC will be providing surveying services. 0 GEOCO RATES, SUBCONSULTANTS AND KEY STAFF Classification Rate Analyst I Analyst II Professional Senior Professional I Senior Professional II Senior Technical Support Technical Support Support Staff SUBCONSULTANTS ENGINEERING • SURVEYING. INC N GEOCON is a California -only geo-professional firm with over 52 years of experience performing geotechnical engineering and materials testing services on public works projects. Since their establishment in 1971, Geocon has organically grown to a staff of over 350 technical and field professionals throughout California. Geocon provides geotechnical engineering services on public works and private sector projects to a broad spectrum of clientele including design professionals, public agencies, developers, and the construction industry. Geocon is a full -service geo-professional consulting firm capable of performing field, laboratory, and engineering analyses for a project with in-house staff and equipment. Geocon will be providing geotechnical engineering services. KEY STAFF AVAILABILITY The Kimley-Horn team is capable of responding to all of the services anticipated under this contract. Our proposed staff have the capacity available to commit the resources required for projects that arise from this on -call contract. Key personnel are listed below, and their availability and existing hours committed can be found on each of their resumes, located in the Appendix. Each Kimley-Horn staff member listed —as well as additional staff in our Bay Area offices, if necessary —will be readily available to serve the City throughout the term of the on -call contract. Our past work history with similar projects gives us the experience necessary to deliver quality projects on -time and within budget. Kimsey'»Horn GMOC82018.2024 City of Dublin I Civil Engineering and Surveying ServicesMhi MANAGEMENT SERVICES ORGANIZATIONAL CHART QC/QA MANAGER Prasanna Muthireddy, P.E. ▪ CONTRACT MA Akash Patel, P.E. PROJECT/PROGRAM ' " ENGINEERING AND DESIGN ROADWAY DESIGN/COMPLETE STREETS AMP PRINCIPAL IN -CHARGE CIP PLAN CHECK RESIN Shadie Azab, P.E., QSD/P Jacob Schramm, P.E. !PAVEMENT MANAGEMENT 1 Tim Miller, P.E. Akash Patel, P.E. I CALTRANS LAPM AND FEDERAL FUNDING CATEGORY Joe Arroyo, P.E. John Pulliam, P.E. Akash Patel, P.E. John Pulliam, P.E. Conner L'Hommedieu, EIT Heather Wong, P.E. Travis Cox, EIT Jose Fonseca ▪ ROUNDABOUT DESIGN Sean Houck, P.E. Daniel Carley, P.E. TRAFFIC ENGINEERING, PLANNING, AND STUDIES Ben Huie, P.E. Connie Leung, P.E. I SIGNAL, LIGHTING, AND ELECTRICAL Nikita Petrov, P.E. Clara Ho, P.E. Brenton Curran UTILITIES DESIGN AND GREEN INFRASTRUCTURE Tyler Whaley, P.E., QSD/P, ENV SP Sam McWhorter, P.E. Tony Villalobos, EIT J John Pulliam, P.E. ENVIRONMENTAL, SURVEY, AND GEOTECHNICAL ENGINEERING SERVICES CEQA, NEPA, PERMITTING, AND PLANNING Danae Hall, AICP Taylor Blanford SURVEYING AND RI MAPPING SERVICES Alex Calder, PLS Christine Parks, P.E., PLS2 GEOTECHNICAL ENGINEERING Shane Rodacker, P.E? LEGEND Bold = Key Personnel Subconsultants: 1.Geocon 2. LCC Engineering & Surveying ADDITIONAL ENGINEERING AND DESIGN SERVICES STRUCTURAL ENGINEERING Andy Sanford, P.E. Joe Nunneley, P.E., S.E. CONSTRUCTION MANAGEMENT Ron Taylor Kimley*Horn GMOC82018.2024 t NDSCAPE ARCHITECTURE Matthew Morgan, PLA, ASLA, CLARB Michael Madsen, PLA, CLIA, ASLA GRANT WRITING AND FUNDING RESEARCH Molly Tremblay r PUBLIC OUTREACH Brandi Childress Kao Saeteurn EV CHARGING AND FLEET ELECTRIFICATION Jenna McDavid Lucas Teani, P.E. MhiCity of Dublin I Civil Engineering and Surveying Services APPROACH The following are descriptions of the tasks that would be part of a typical City CIP Project: Schedule of Work Following our initial kick-off project meeting with the City, Kimley-Horn prepares a project schedule, which is shared with the City and other stakeholders, as appropriate, for consideration of further discussion or adjustment, if necessary. Our internal MIS allows our project managers to monitor the progress of projects on a bi-weekly basis so that "mid -course corrections" can be made as the needs of the project change. Pre -Design Depending on the complexity of the project, a typical design process may entail submittal of a pre -design concept, report, or memo that establishes and memorializes the basis of the impending work. We would provide a feasibility level opinion of probable cost (OPC) at this stage to validate the City's construction cost estimates and budget. Conduct Field Work and Data Gathering A crucial part of our design process is getting our technical experts in the field to observe and gather detailed field information that is essential to the design and be as informed as possible on the issues associated with every project and to visualize potential improvements in a real -world setting. Meetings and Communication Kimley-Horn holds weekly internal milestone meetings with our staff to discuss project schedules, deadlines, and impending staff workloads. Our weekly goal is to keep the project schedules at the forefront so deadlines are anticipated throughout the project. If necessary, we will bring in additional staff resources from other offices, particularly at the technical level. Environmental Clearance and Permitting Should environmental services be needed, we will engage our in-house environmental group to prepare CEQA documentation. If the project is federally funded, we will work with Caltrans Local Assistance to complete the Preliminary Environmental Study (PES) form, schedule a field meeting, and ultimately get Caltrans approval on the PES. The PES determines the necessary studies, and once approved by Caltrans, we would work to perform the needed field work and prepare technical studies in support of NEPA. Having both the engineering and environmental services within Kimley-Horn provides with City with an additional benefit, as we routinely work together on local agency projects and understand when trade-offs are needed in the design to minimize or eliminate an environmental impact. Project Deliverables Deliverables are submitted to the City (and stakeholders as needed) based on the project schedule. Depending on the project's complexity, these deliverables are typically associated with submittal stages, particularly for design projects (e.g., 35%, 65%, 90% and 100% design stages). A preliminary engineer's estimate for construction would accompany each submittal to support the project budget and address alternatives if cost problems are identified. Depending on the type of project, a wide variety of different plan sheets may be necessary. Plan sheets that could be prepared for a typical roadway project include: title sheet, general notes, key map, horizontal control, typical sections, demolition plans, plan and profile, construction details, curb return profiles, drainage plan and profile, utility plans and details, erosion control plans, traffic control and construction staging plans, and signing and striping. Kimley'»Horn GMOC82018.2024 qlhiCity of Dublin I Civil Engineering and Surveying Services Specifications Our team will develop project technical specifications, as needed, to accompany projects prepared for contractor construction. We are experts in writing specifications, including writing Caltrans-based specifications. In addition, we have also helped numerous agencies rewrite their front end (boilerplate) specifications to be in compliance with federal regulations. Preliminary and Final Design Typical preliminary and final design stages would be assumed for most engineering design projects, with typical design stages/phases of 35%, 65%, 95%, and 100%. Deliverables are submitted to the City (and stakeholders as needed) based on the project schedule. Depending on the project's complexity, these deliverables are typically associated with submittal stages, particularly for design projects. An engineer's opinion of probable construction cost would accompany each submittal to support the project budget and address alternatives if cost problems are identified. Technical specifications would be developed at 65% with changes tracked, and then refined at 95% and 100%. Construction Phase We have extensive experience supporting public agencies through the bid and construction phase of the project. We are committed to seeing projects through to a successful completion. We can respond to bidder or contractor Requests for Information regarding plan interpretation or field condition issues. Kimley-Horn can also provide regularly scheduled field visits to review the advancement of field work relative to the intent of the project documents. Our proximity allows us to be available to attend construction field meetings on short notice. Contract Manager Task Order Manager TASK ORDER FLOW FOR TYPICAL SERVICES Project Scoping Kickoff Meeting and Site Visit Data Collection and Review Evaluation of Existing Conditions it s 1 Concept Layouts and Reports Final Concepts/ Preliminary —• Design Reports Site Walk and Stakeholder Constraints and ~ Review •— •— •—Opportunities City Council Presentations Final Permitting/ Construction Documents PS&E Construction Support Services Upon notice to proceed, the appropriate staff will be assigned by Akash to accomplish the task within the agreed upon timeframe. One of the advantages that our team provides is the ability to assign the right staff to each task. Akash can draw from a multitude of disciplines and resources to complete each assignment —whether the task is relatively minor, requiring only a few people in a single discipline, or a complicated task requiring numerous people and multiple disciplines. Task leads will work closely with Akash to get the project completed on time and on schedule. Kimley'»Horn GMOC82018.2024 City of Dublin I Civil Engineering and Surveying Services‘i APPENDIX ADDITIONAL PROJECTS CITY OF UNION CITY, UNION CITY BOULEVARD BIKE LANE IMPROVEMENTS UNION CITY, CA Kimley-Horn is currently leading the PS&E design of the Union City Boulevard Bike Lane Improvements project. This project seeks to modify about a 2-mile stretch of Union City Boulevard from the Union City limit to Smith Street, adding Class II buffered bicycle lanes in both directions, with Class IV protected bicycle lanes at certain segments within the corridor limits. Additionally, a Class I multi -use path is being designed and implemented on the west side of the corridor, between Eastin Drive and Delaine Eastin Elementary School. As part of our work, a portion of the existing median that consists of decomposed granite will be removed and the traffic lanes shifted to accommodate new bicycle lanes. Additional work we have completed includes safety improvements, operational improvements, intersection modifications, bulb -outs, median landscaping, stormwater treatment facilities, modifications to the existing storm drain system, lighting modifications, traffic signal modifications, fiber-optic improvements, environmental clearance, and sidewalk reconstruction along Union City Boulevard within the corridor limits. This project recently went to bid and was awarded, with an approximate construction contract value of $17 million and a construction start time of March 2024. CITY OF OAKLAND, EAST 12TH BIKEWAYS (35TH AVENUE TO INTERNATIONAL BOULEVARD) OAKLAND, CA Kimley-Horn partnered with the City of Oakland to design bicycle facilities along East 12th Street between the Fruitvale BART station and International Boulevard. Our staff designed upgrades to existing bicycle lanes and designed a new contra -flow one-way cycle track and parking protected bicycle lanes with the goal of closing a key bicycle gap in the area. In addition to bicycle lane improvements, this project enhanced pedestrian accessibility and infrastructure through traffic circle and traffic calming measures and pavement enhancements. Improvements include removing abandoned railroad tracks along the corridor, implementing new signage and striping, improving traffic signal connection for pedestrians and bicycles, and upgrading City drainage inlets. As of the end of 2023, the design is complete, and construction is anticipated to take place in Summer 2024. CITY OF OAKLAND, 73RD AVENUE ACTIVE CONNECTIONS TO TRANSIT 9 OAKLAND, CA Kimley-Horn is currently in the preliminary design phase of this critical active transportation project, which will provide bicycle and pedestrian infrastructure, protected intersections, bus boarding islands, geometric improvements, traffic signal modifications, RRFBs, signing and striping, pedestrian and street lighting, pavement engineering, green infrastructure, stormwater facilities, and utility relocation. Once the project is constructed, it will provide connections for an underserved East Oakland community to Coliseum BART and an AC Transit hub at Eastmont Mall. The project is considering several alternatives including buffered bicycle lanes, a shared bikeway frontage road (example: N 10th Street in City of San Jose), and center -running Class I bikeway in the median. Once the preferred alternative is selected, we will provide complete design services for the PS&E phase. CITY OF ALAMEDA, 2024 PAVEMENT REHABILITATION PROJECT (PHASE 42) 9 ALAMEDA, CA This pavement rehabilitation project is a task order issued under Kimley-Horn's On -Call Complete Streets Engineering Services contract with the City of Alameda. The project focuses on the central part of the City, namely the area between Grand Street and High Street, protecting street surfaces and improving stormwater surface drainage and mobility for all users. In addition to providing pavement rehabilitation design services, we are providing the design for ADA upgrades and installation of pavement markings Kimley'»Horn GMOC82018.2024 11 255 MhiCity of Dublin I Civil Engineering and Surveying Services and striping for bicycle and pedestrian facilities to advance the City of Alameda's Bike Plan and Vision Zero Plan. Completion of final design is anticipated for February 2024. ACTC, SAN PABLO AVENUE MULTIMODAL CORRIDOR PROJECT $, OAKLAND, CA San Pablo Avenue is a regionally significant corridor spanning the East Bay and serves as a principal transportation artery, a transit trunk line, and a main street. It experiences significant congestion, safety hazards, and network inefficiencies. Kimley-Horn is leading a consultant team and working with ACTC, which first developed a plan that established the long-term vision and identified near -term improvements to enhance corridor effectiveness for all users. The corridor study (Phase 1) identified a range of multimodal improvements to enhance the throughput, connectivity, sustainability, and safety of the 14-mile corridor and included coordination amongst seven cities across two counties and two transit operators as well as Caltrans. Phase 1 included identification of near -term safety and circulation improvements, as well as longer -term improvements, such as bus rapid transit (BRT) and enhanced bicycle facilities. Kimley-Horn led the conceptual engineering, transit planning, ITS and technology evaluations, stakeholder engagement, project delivery, and technical and operations analysis elements of the project.r Phase 2 of the project in Alameda City includes planning, environmental clearance, and final design of three projects: 1) dedicated bus, protected bike lanes and other safety enhancements for a 3-mile segment through three cities; 2) safety treatments and bus reliability enhancements for an adjacent three miles through two cities; and 3) parallel bike improvements on a network of roadways parallel to and connecting to San Pablo Avenue across three cities. Kimley-Horn is leading all planning and design efforts, agency coordination, managing outreach activities, and performing overall project management. Outreach efforts have included community workshops, public presentations, online surveys, focus groups, and intercept surveys. For Phase 2 efforts within Contra Costa City, Kimley-Horn evaluated alternatives to improve bicycle, pedestrian, and transit mobility along the corridor given the specific opportunities and geometric challenges within the three cities in the study area. Kimley-Horn worked closely with West Contra Costa Transportation Advisory Committee (WCCTAC), CCTA, AC Transit, and each of the three jurisdictions (including the City of San Pablo) to tailor alternatives to fit local needs. CITY OF SUNNYVALE, SRTS IMPROVEMENTS ON MAUDE AND SUNNYVALE AVENUES 9 SUNNYVALE, CA Kimley-Horn completed concept development, environmental clearance, and preliminary and final design efforts for the City of Sunnyvale's SRTS improvements along Maude Avenue and Sunnyvale Avenue around Bishop Elementary School. The improvements consisted of modifications to Maude Avenue/Mathilda Avenue and Maude Avenue/Borregas Avenue to remove porkchop islands and make the intersections safer for pedestrians. They also consisted of replacement of on -street parking with buffered bicycle lanes on Sunnyvale Avenue. As part of the effort, we developed concepts, assessed geometric feasibility, analyzed traffic and parking conditions, and completed environmental clearance documentation through Caltrans. The planning phase was completed within six months to meet the City of Sunnyvale's grant funding schedule requirements. We subsequently supported the City of Sunnyvale in a public engagement process for this project. The project was approved to advance into design by the City Council in Fall 2021, and we were selected by the City of Sunnyvale to complete the project's design. The design was completed in Summer 2022 and is currently in construction. CITY OF SUNNYVALE, SNAIL NEIGHBORHOOD IMPROVEMENTS ' SUNNYVALE, CA As a subconsultant on this project, Kimley-Horn provided civil and traffic engineering services for pedestrian safety improvements at various locations throughout the SNAIL neighborhood. Our work included the design of 25 accessible curb ramps, 17 curb extensions, a raised crosswalk, and storm Kimley'»Horn GMOC82018.2024 12 256 ‘i City of Dublin I Civil Engineering and Surveying Services drain system upgrades. Our traffic engineering work included speed feedback signs near school zones, bicycle route signage and striping, signal modifications, and a new pedestrian hybrid beacon. Lastly, we led the environmental clearance services for both CEQA and NEPA compliance documentation. Due to grant funding constraints, we successfully partnered with the City of Sunnyvale and the prime consultant to develop and execute a project schedule that resulted in the completion of the design in six months to meet the request for funding authorization deadline. The design phase was completed in July 2023, and the project is currently in construction. TOWN OF LOS GATOS, WINCHESTER BOULEVARD COMPLETE STREETS AND QUICK -BUILD CLASS IV BIKE LANES 0 LOS GATOS, CA Kimley-Horn supported the Town of Los Gatos in advancing a multimodal corridor study for a 2-mile stretch of Winchester Boulevard. The project goals included enhancing the safety, comfort, and connectivity of the corridor for all users, including bicycles, pedestrians, and transit users, while maintaining auto circulation. In the initial project phase, we assessed existing conditions and project needs, obtaining input from the community via an online survey. We then developed multiple project alternatives that closed sidewalk gaps, upgraded bicycle facilities to a protected Class IV, provided protected intersections and transit islands, and increased corridor permeability through new and safer pedestrian crossings. We also developed concepts and completed through 100% design a tactical quick -build project that aligned with grant funding received by the Town of Los Gatos. The project included the implementation of quick -build Class IV bicycle lanes along 1.3 miles of Winchester Boulevard. We worked with the Town of Los Gatos to overcome challenges relating to residential driveways, parking, and emergency access. We also supported the Town of Los Gatos through several rounds of community engagement, including hosting a virtual community meeting. We developed 35%, 90%, and 100% plans along with cost estimates. COUNTY OF SAN MATEO, SANTA CRUZ AVENUE AND ALAMEDA DE LAS PULGAS CORRIDOR IMPROVEMENT PROJECT— BICYCLE AND SAFETY IMPROVEMENTS 9 SAN MATEO COUNTY, CA Kimley-Horn supported the County of San Mateo in providing preliminary engineering services and is currently supporting them with final PS&E design services to develop a set of bicycle and pedestrian safety improvements along Alameda DeLas Pulgas/Santa Cruz Avenue, between Avy Avenue and Sand Hill Road. We prepared conceptual design plans and cost estimates for three alternatives, including the provisions of improved pedestrian and bicycle facilities and reconfiguration of the complex and auto -oriented "Y" intersection. We prepared VISSIM microsimulation models to analyze the proposed geometric and operational modifications to determine their effect on travel time, emissions, and queuing. The project also included several meetings with the community task force, community meetings, and online engagement. Based upon the approved alternative from the conceptual phase, we have advanced the design into Final PS&E. The project improvements include road dieting, sidewalk widening, re -striping, bicycle and pedestrian safety enhancements, ADA curb ramp upgrades, bulb -outs, traffic signal modification, pavement rehabilitation, drainage improvements, environmental clearance, and other complete street elements. This project was a recipient of the Active Transportation Program Cycle 6 grant for construction funds, which was an effort that we supported. This project is currently in the final design stage, with an anticipated construction start time of Summer 2024. Kimley>»Horn GMOC82018.2024 CITY OF SONORA, STOCKTON-WASHINGT 9 SONORA, CA With this being the first project from the City of Sonora's Vision Sonora document, Kimley-Horn is providing design and construction services for intersection and corridor improvements to provide better multimodal connectivity in Downtown Sonora. We are providing project management, stakeholder coordination, public outreach, transit design, urban and landscape design, and civil design (grading, drainage, ADA improvements, traffic signals, electrical, and signing and striping). Partially funded through Caltrans Local Assistance, we are closely coordinating all facets of this project with Caltrans District 10. Kimley'»Horn GMOC82018.2024 MhiCity of Dublin I Civil Engineering and Surveying Services ON CORRIDOR -DOWNTOWN TRANSIT AND ACCESSIBILITY PROJECT qlhiCity of Dublin I Civil Engineering and Surveying Services RESUMES OFFICE LOCATION Pleasanton, CA EXISTING COMMITTED HOURS 75% of available hours (30 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Bachelor of Science, Civil Engineering, San Jose State University, San Jose Professional Engineer in California (No. 91312) Kimley>»Horn GMOC82018.2024 AKASH PATEL, P.E. Contract Manager Akash is a professional engineer with eight years of experience in municipal roadway design projects. He has worked on many municipal projects that include road widening, pedestrian and bicycle facilities, complete streets and traffic calming improvements, and Americans with Disabilities Act (ADA)- compliant sidewalk and curb ramp improvements. As part of these projects, Akash is familiar with applicable design standards and guidelines including, ADA guidelines, National Association of City Transportation Officials (NACTO) design guidelines, AASHTO design guidelines, the California Manual on Uniform Traffic Control Devices (CA MUTCD), and Caltrans Highway Design Manual (HDM) and Standard Plans. He has worked on projects ranging from conceptual level design to complete PS&E submittals and is skilled at preparing and coordinating deliverables with the project team and client. RELEVANT EXPERIENCE • City of Dublin, Public Art Dublin, CA - Project Manager • City of Dublin, Golden Gate Dublin, CA - Project Engineer • City of Dublin, Safe Routes to School Crosswalk and Curb Ramp Improvement Projects and Traffic Signal Modifications Dublin, CA - Project Engineer • MTC, Dumbarton Bike Access Quick Build Improvements Bay Area, CA - Project Manager • City of Oakland, East 12th Bikeways (35th Avenue to International Boulevard) Oakland, CA - Project Engineer • City of Oakland, MacArthur Smart City Corridor Oakland, CA - Project Engineer • City of Union City, Union City Boulevard Bike Lane Improvements Union City, CA - Project Engineer • Alameda CTC, San Pablo Avenue Multimodal Corridor Project Oakland, CA - Project Engineer • City of Hollister, Various 2024 CIP Projects Hollister, CA - Project Manager • Town of Los Gatos, Winchester Boulevard Complete Streets Conceptual Design Los Gatos, CA - Project Engineer • County of Santa Clara, Page Mill Road Improvements Santa Clara, CA - Project Engineer • County of San Mateo, Santa Cruz Avenue and Alameda de Las Pulgas Corridor Improvement Project -Bike and Safety Improvements San Mateo County, CA - Project Engineer • City of Vallejo, HSIP Cycle 9: Hybrid Pedestrian Beacon Design Services Vallejo, CA - Project Engineer qlhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION San Mateo, CA EXISTING COMMITTED HOURS 80% of available hours (32 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Bachelor of Science, Civil Engineering, University of Missouri, Columbia Bachelor of Science, Biology, Drury University Professional Engineer in California (No. 68897) Kimley'»Horn GMOC82018.2024 JOHN PULLIAM, P.E. Principal -in -Charge John is a project manager with more than 22 years of professional experience specializing in civil engineering and design. John is passionate about complete streets, having worked on a number of bicycle, pedestrian, and transit related projects. His role on our team will be leading the roadway design, providing ADA and accessibility design expertise, as well as specification writing. John has managed highly complex projects of all types including concept, preliminary, and final designs. He has designed street modifications, including complete streets and lane diet projects that focus on bicycle and pedestrian improvements, roundabouts and traffic signals, and transit facility design. John is recognized as an expert in bicycle design and ADA and accessibility design. RELEVANT EXPERIENCE • City of Dublin, Dublin Boulevard -North Canyons Parkway Extension Design Review and Project Coordination Services Dublin, CA — Project Manager • City of Dublin, Dougherty Road Improvements Dublin, CA — Project Manager • City of Dublin, Safe Routes to School Crosswalk and Curb Ramp Improvement Projects and Traffic Signal Modifications Dublin, CA — Principal -in -Charge • Town of Moraga, PS&E and Environmental for St. Mary's Rd Double Roundabouts Moraga, CA — Principal- in-Charge/Project Manager • City of San Rafael, Andersen Drive Grade Crossing Improvements San Rafael, CA — Project Manager • Town of San Anselmo, San Francisco Boulevard Demonstration Project for Traffic Calming and Bioretention Town of San Anselmo, CA — Project Manager • City of Santa Rosa, Bicycle and Pedestrian Gap Closures at Piner Road and Dutton Avenue Santa Rosa, CA — Principal -in -Charge • City of San Jose, 2019 Pavement Rehabilitation Project San Jose, CA — Project Manager • City of Burlingame, Carolan Avenue Complete Street Burlingame, CA — Project Manager • City of Marina, lmjin Parkway Widening Project Marina, CA — Project Manager • County of Contra Costa, Byron Highway and Camino Diablo Intersection Improvements Contra Costa County, CA — Project Manager MhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION Pleasanton, CA EXISTING COMMITTED HOURS 85% of available hours (34 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Master of Science, Transportation Engineering, University of California, Davis Bachelor of Science, Civil Engineering, Osmania University, India Professional Engineer in California (No. 78942) PRASANNA MUTHIREDDY, P.E. QC/QA Manager Prasanna has over 20 years of professional engineering design and management experience. She has led several critical and challenging transportation infrastructure projects from the planning phase through design and construction. She has designed improvements for various county and city agencies including Contra Costa County, Alameda County Transportation Commission, Santa Clara Valley Transportation Authority, City of Dublin, and Metropolitan Transportation Commission. Her expertise includes the development and delivery of complex and critical transportation projects through the Caltrans process. She has worked on several projects that include preparing planning level, project initiation, and project approval documents; alternative analysis; environmental clearance (CEQA and NEPA); traffic studies (TEPA and TOAR); plans, specifications & estimates (PS&E) packages; and engineering technical reports. For many of the projects involving the preparation of PS&E packages, she also provided design services during construction. RELEVANT EXPERIENCE • MTC, SR 37 PSR-PDS and Design Alternative Assessment (DAA) Marin and Sonoma County, CA - Project Engineer • Alameda CTC, SR 262 Mission Blvd Cross Connector PA&ED Fremont, CA - Project Engineer • Alameda CTC, 1-880 Interchange Improvements (Winton Ave/A St) PID and PA&ED Hayward and Union, CA - Support Services Lead • Town of Moraga, PS&E and Environmental for St. Mary's Rd Double Roundabouts Moraga, CA - Project Manager • SCCRTC, Route 1 Widening/HOV PA&ED City of Santa Cruz, CA - Project Engineer • City of Ceres, Mitchell Road/SR 99 PA&ED Ceres, CA - Project Engineer • VTA, US 101/SR 25 Interchange Improvements Phase 1 PS&E and SR 152 Trade Corridor Santa Clara County, CA - Deputy Project Manager • County of Contra Costa, Bailey Road PSR/PDS, Bailey Road/SR 4 Interchange PID Contra Costa County, CA - Project Manager • VTA, Santa Clara 1-280 Corridor Study Santa Clara County, CA - Project Engineer • SCCRTC, Highway 1 Auxiliary Lanes (State Park Drive to Freedom Boulevard) Aptos, CA - Project Manager • County of San Mateo, 1-280 Alpine Road Corridor Study Project San Mateo County, CA - Project Engineer • MTC, 1-880 Express Lanes Oakland, CA - Project Engineer Kimley'»Horn GMOC82018.2024 MhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION Pleasanton, CA EXISTING COMMITTED HOURS 70% of available hours (28 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Bachelor of Science, Civil Engineering, California State Polytechnic University, Pomona Engineer -in -Training in California (No. 166220) CONNER L'HOMMEDIEU, EIT Roadway Design I Complete Streets Conner's diverse experience as a project engineer and deputy project manager encompasses all aspects of public improvements including local roadways, multimodal improvements, state highways, and bicycle and pedestrian trail projects. For over six years, he has worked on all aspects of roadway design including utility, grading and drainage, storm water quality, and geometric design. He has successfully prepared local public work improvements including plans, specifications, and estimates for roadway and other local improvements for municipalities throughout California. He is well versed in the incorporation of multimodal facilities complying with the latest design standards including ADA requirements, NACTO design guidelines, AASHTO design guidelines, and Caltrans HDM and Standard Plans. RELEVANT EXPERIENCE • City of Dublin, Dublin Slide Repair at Dougherty Hills Open Space Dublin CA — Project Engineer • City of Sunnyvale, Safe Routes to School Neighborhood Improvements Sunnyvale, CA — Project Engineer • Alameda CTC, San Pablo Avenue Safety Improvements Project Alameda County, CA — Project Engineer • County of San Mateo, Santa Cruz Avenue Corridor Improvements Menlo Park, CA — Project Engineer • City of Oakland, East 12th Street Bikeways Oakland, CA — Project Engineer • City of Union City, Union City Boulevard Bike Lanes Union City, CA — Project Engineer • City of San Leandro, MacArthur Boulevard/Superior Avenue Roundabout San Leandro, CA — Project Engineer* • City of El Cerrito, Del Norte TOD Complete Streets Project El Cerrito, CA — Project Engineer* • City of Antioch, L Street Bikeway and Landscape Improvement Project Antioch, CA — Project Engineer* • City of Fremont, 1-880 Pedestrian and Bicycle Overcrossing Feasibility Study, Fremont, CA — Project Engineer* *Work performed prior to joining Kimley-Horn Kimley'»Horn GMOC82018.2024 MhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION Sacramento, CA EXISTING COMMITTED HOURS 65% of existing hours (26 hrs/wk) are already committed. PROFESSIONAL CREDENTIALS Master of Science, Civil Engineering, California State University, Long Beach Bachelor of Science, Civil Engineering, California State University, Long Beach Professional Engineer in California (No. 59500) Kimsey'»Horn GMOC82018.2024 SEAN HOUCK, P.E. Roundabout Design Sean is a principal engineer with over 25 years of success in the development and delivery of transportation projects for state and local agencies throughout California. Sean's project experience includes the planning and design of urban highway interchanges, urban arterials and collectors, road diet and complete street projects, conventional highways, as well as rail and transit facilities. For the past 20 years, Sean has specialized in the planning and design of roundabouts and other innovative intersection solutions. His extensive roundabout experience includes the planning, design, construction support, research, and in-service reviews of mini, single lane, and multi -lane roundabouts at over 500 locations across the country. RELEVANT EXPERIENCE Roundabout Policy and Planning / Corridor Studies / Intersection Control Evaluations (ICE). • City of Folsom, Roundabout First Study and Policy Folsom, CA — Roundabout Expert • City of Seaside, City -Wide Intersection Control Evaluation Study Seaside, CA — Project Manager • City of Folsom, City -Wide Intersection Control Evaluation Study Seaside, CA — Roundabout Engineer • City of Fairfield, Roundabout Guide and Policy Update Fairfield, CA — Project Manager • County of San Luis Obispo, SR 277 Corridor Study (4 Roundabouts), San Luis Obispo, CA — Project Manager • Transportation Agency of Monterey County (TAMC), SR 68 Scenic Highway Plan Study Monterey County, CA Project Manager Roundabout On -Call Peer Review / Design / ICE • City of Hollister, On -Call Roundabout Peer Review Hollister, CA — Project Manager • City of Lincoln, On -Call Roundabout Peer Review Services Lincoln, CA — Project Manager • City of Tracy, On -Call Roundabout Peer Review Services Tracy, CA — Roundabout Engineer • City of Salinas, 2017-Current On -Call for Roundabout Civil and Project Management Tasks— Multiple Locations Salinas, CA — Project Manager Active Transportation and Bicycle Priority Corridors • City of Seaside, Broadway Active Transportation Corridor Seaside, CA — Project Manager MhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION Pleasanton, CA EXISTING COMMITTED HOURS 70% of available hours (28 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Bachelor of Science, Civil and Environmental Engineering, University of California, Berkeley Professional Engineer in California (No. 76682) Kimley>»Horn GMOC82018.2024 BEN HUIE, P.E. Traffic Engineering, Planning, and Studies Ben is a transportation engineer with more than 17 years of experience in traffic impact studies, corridor studies, intersection control evaluations, parking studies, and congestion performance monitoring. Ben is a project manager with experience working with public and private sector clients. He has worked on projects with agencies throughout the Bay Area, including the City of Dublin. His technical expertise and management style have resulted in the successful completion of projects on -time, on -budget, and of high quality. RELEVANT EXPERIENCE • At Dublin Mixed -Use Project EIR Dublin, CA — Project Engineer • SCS Dublin Mixed -Use Project EIR Dublin, CA — Project Engineer • Moller Ranch Traffic Impact Study Dublin, CA — Project Engineer • East Ranch Traffic Impact Study Dublin, CA — Project Engineer • New Dublin High School Peer Review, Dublin, CA — Project Manager • Westin Hotel Traffic Study and CEQA Dublin, CA — Project Engineer • Central Parkway Crossing Study Dublin, CA — Project Engineer • East Dublin Traffic Impact Fee Concept Review Dublin, CA — Project Manager • Downtown Dublin Hines Traffic Impact Study Dublin, CA — Project Manager • Downtown Dublin Specific Plan Local Transportation Analysis Dublin, CA — Project Manager • Downtown Dublin Specific Plan Update 2023 Dublin, CA — Project Engineer • Dublin Kaiser Commercial Traffic Study Dublin, CA — Project Manager • St Raymond Church Food Bank Review, Dublin, CA — Project Manager • Dougherty Road Improvements Project Dublin, CA — Project Engineer • Homestead Road Safe Routes to School Sunnyvale, CA — Project Engineer • Pacheco Boulevard Alignment Study and Alternatives Analysis Martinez, CA — Project Engineer • Traffic Impact Fee Program Fremont, CA — Project Engineer • On -Call Traffic Engineering Consulting Services Sunnyvale, CA — Project Engineer • On -Call Transportation Services Hollister, CA — Project Engineer • Environmental On -Call Services, East Palo Alto, CA — Project Engineer MhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION San Jose, CA EXISTING COMMITTED HOURS 85% of available hours (34 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Bachelor of Science, Civil Engineering, University of California, Los Angeles Professional Engineer in California (No. 80570) Kimley>»Horn GMOC82018.2024 NIKITA PETROV, P.E. Signal, Lighting, and Electrical Nikita is a professional engineer with over 16 years of experience working on variety of transportation projects. His experience includes ITS design, traffic signal design and modification, roadway design, signing and striping design, complete streets design, street lighting design, fiber and copper communication design, staff extension, environmental procurement, traffic analysis and studies, traffic signal timing, speed surveys, and many more. His work on traffic signal design and modification includes over 200 traffic signals throughout Northern California. His involvement in traffic signal timing includes over 2000 signals throughout Bay Area and surrounding counties. Nikita is a seasoned project manager with proven record of delivering quality services which has resulted in great working relationship with clients and continuous repeat work. RELEVANT EXPERIENCE • Safe Routes to School Improvements Project Dublin, CA — Project Manager • Golden Gate Drive Improvements Project Dublin, CA — Project Manager • Dublin Boulevard Fiber Optics and Battery Backup Installation Project Dublin, CA — Project Manager • NEXTGEN Dublin Boulevard Field Elements Project Dublin, CA — Project Manager • San Ramon Arterial Management Project Dublin, CA — Project Manager • Citywide Pedestrian Crossing Study Dublin, CA — Project Manager • Citywide Yellow Interval Study Dublin, CA — Project Manager • Communication Master Plan Update Dublin, CA — Project Engineer • Dougherty Road Widening and Signal Modifications (5 signals) Dublin, CA — Project Engineer • Dougherty Road at Mariposa Intersection Modifications Dublin, CA — Project Engineer • Dublin High School Peer Review Dublin, CA — Project Engineer • Wolfe Road and Dartshire Way Traffic Signal Design Sunnyvale, CA — Project Manager • Soquel Drive Bike Lanes and Adaptive Traffic Signal Improvements Santa Cruz County, CA — Project Engineer • Advanced Dilemma Zone Detection Project Phases I and II Sunnyvale, CA — Project Manager qlhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION Pleasanton, CA EXISTING COMMITTED HOURS 80% of available hours (32 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Bachelor of Science, Civil and Environmental Engineering, California State University, Long Beach Professional Engineer in California (No. 74848) Qualified Stormwater Pollution Prevention Plan Developer/ Practitioner (No. 74848) Envision Sustainability Professional Kimiey>»Horn GMOC82018.2024 TYLER WHALEY, P.E., QSD/P, ENV SP Utilities Design and Green Infrastructure Tyler has over 20 years of engineering experience on a wide range of projects in the private and public sector. He has managed numerous assignments over the years and has knowledge in wastewater design, stormwater calculations, mitigation, and drainage design and has worked on a variety of projects utilizing these skills, including several specific to the City of Hollister. He has provided technical advice for several sanitation districts and municipal utility departments to form wastewater improvement strategies. Tyler regularly draws upon his experience working on private sector development projects as well as his familiarity with understanding and addressing the needs of multiple stakeholders. His broad range of experience allows him to support various discipline areas in design, project management, plan review, and regulatory compliance. RELEVANT EXPERIENCE • City of Hollister, On -Call Plan Review Hollister, CA — Project Manager • City of Hollister, Extension of Staff Services Hollister, CA — Senior Engineer • City of Hollister, Sally Street Traffic Calming Project Hollister, CA — Project Engineer • City of Hollister, Trash Capture Projects H10 and 112 Hollister, CA — Senior Engineer • City of Hollister, Utility Capital Improvement Project (CIP) Groups 3-6 Hollister, CA — Project Manager • City of Lincoln, East Joiner Parkway Widening Project, Lincoln, CA — Project Engineer • City of Rocklin, Rocklin Road at Pacific Street Roundabout Project Rocklin, CA — Project Engineer • City of Marina, Imjin Parkway Widening Project Marina, CA — Project Engineer • Monterey County, King City Courthouse Parking Lot Rehab King City, CA — Project Manager • King City, Broadway Street Bulb Out Improvements King City, CA — Senior Engineer • City of Gonzales, Infrastructure and Facilities Master Plans Gonzales, CA — Project Engineer • Santa Clara Valley Transportation Authority (SCVTA), Bascom Avenue Complete Streets Project (1-880 to Hamilton Avenue) Design San Jose, CA — Senior Engineer • City of Union City, Union City Boulevard Bike Lane —Drainage and Bioretention Design Union City, CA — Senior Engineer qlhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION Pleasanton, CA EXISTING COMMITTED HOURS 70% of available hours (28 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Bachelor of Science, Civil Engineering, California State University, Chico Professional Engineer in California (No. 63394) Qualified Stormwater Pollution Prevention Plan Developer/ Practitioner (No. 00423) Leadership in Energy and Environmental Design Accredited Professional Kimiey>»Horn GMOC82018.2024 MARK FALGOUT, P.E., LEED AP, QSD/P Public Works Staff Augmentation Mark has 25 years of experience in civil engineering design and project management in Northern California. Mark also has experience with plan reviews and staff augmentation, and public works project experience that includes plan -check services and preparation of PS&E for public roadway, water, sewer, and drainage infrastructure improvements. He is experienced in coordinating and gaining approvals from local cities, counties, state and federal agencies, and special districts, including the City of Dublin. RELEVANT EXPERIENCE • City of Dublin, On -Call Engineering Services Dublin, CA — Project Manager • City of Dublin, Jordan Ranch Residential Development Dublin, CA — Project Manager* • City of Dublin, Fallon Crossing Dublin, CA — Project Manager* • City of Hollister, Development Review Services Hollister, CA — Project Manager • City of Hollister, Extension of Staff Services Hollister, CA — Project Manager • City of Hollister, Buena Vista Traffic Calming PS&E Hollister, CA — Project Manager • City of Hollister, Sally Street Traffic Calming Project Hollister, CA — Project Manager • City of Hollister, San Benito River Park Trail Hollister, CA — Project Manager • City of Hollister, Hillcrest Storm Drain and Sewer Upsizing Project Hollister, CA — Project Manager • City of Monterey, 2023 Staff Augmentation Services Monterey, CA — Project Manager • City of San Carlos, On -Call Development Review Services San Carlos, CA — Project Engineer • City of Gonzales, Infrastructure Master Plan Gonzales, CA — Project Engineer • City of Oakland, Oakland Army Base Backbone Infrastructure Master Planning Oakland, CA — Senior Project Engineer* • City of Hercules, Sycamore Avenue Realignment Hercules, CA — Project Manager* • County of Contra Costa, Roadway Improvements Contra Costa County, CA — Project Manager* • LGB Real Estate Companies, LLC, Shops at Hilltop Richmond, CA — Project Manager MhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION Pleasanton, CA EXISTING COMMITTED HOURS 85% of available hours (34 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Bachelor of Science, Architectural Engineering and Urban Planning, Ain Shams University, Cairo, Egypt Professional Engineer in California (No. 71590) Qualified Stormwater Prevention Pollution Plan (SWPPP) Developer/Practitioner in California (No. 20294) Kimiey>»Horn GMOC82018.2024 SHADIE AZAB, P.E., QSD/P CIP Plan Check Review Shadie has more than 22 years of civil engineering experience in a variety of land development projects. His fine technical skills in detailed grading, accessibility, drainage, and wet utilities, among other day-to-day land development essentials, make him a valuable resource in many public and private improvement projects. Shadie has led many successful projects with heavy interaction and coordination with other consultants such as architects, landscape architects, structural engineers, electrical engineers, and dry utility consultants. His projects have included street and/or sidewalk widening, on -street parking, streetscape, curb ramps, speed tables, etc. Shadie has served multiple jurisdictions for plan check services and preparation of design, plans, specifications, and estimates for public roadway, utilities, and drainage infrastructure improvements. He has extensive background with preparing plans in all phases from entitlement through construction, as well as accompanying land development and construction related duties such as SWPPPs, water pollution control plans, and stormwater management plans. RELEVANT EXPERIENCE • City of Hollister, On -Call Engineering Services Hollister, CA — Plan Check Engineer • Town of Danville, El Pintado Road Drainage Improvement Project Danville, CA — Project Manager • Town of Danville, Downtown Master Plan Catalyst Project Danville, CA — Project Manager • City of Oakland, Bellevue Avenue and Lake Merritt Pathway Improvements, Oakland, CA — Project Engineer • City of Oakland, Telegraph Avenue and Grand Avenue Improvements for Moxy Hotel Oakland, CA — Project Manager • City of Oakland, On -Call Engineering Services Civil (Tier II) Oakland, CA — Project Engineer • City of Hayward, Main Street and McKeever Avenue Improvements for Main and City of Hayward, Federal Surface Transportation Assistance Act (STAA) Truck Route Improvements Hayward, CA — Project Engineer • City of San Rafael, On -Call and Staff Support (Project Management Services) San Rafael, CA — QC/QA Reviewer • City of San Rafael, Boyd Memorial Park Drainage and Accessibility Improvements San Rafael, CA — Project Engineer • City of Fairfield, Grange Middle School/East Tabor Safe Route to School Fairfield, CA — Project Engineer qlhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION Sacramento, CA EXISTING COMMITTED HOURS 80% of available hours (32 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Master and Bachelor of Science, Civil and Environmental Engineering, University of Wisconsin, Madison Professional Engineer in California (No. 82327) Transportation Research Board (TRB) Committee on Pavement Condition Evaluation (AKP10), Member and Secretary ASTM International, Technical Committee E-17 on Pavement - Pavement Systems, Member Kimley'»Horn GMOC82018.2024 TIM MILLER, P.E. Pavement Management Tim is an experienced project manager and pavement engineer who brings a deep pavement engineering and pavement assessment background to the team. Throughout his 17-year professional career, Tim has focused on pavement condition assessments and forensic evaluations for a diverse group of clients, including public agencies of all sizes, the Federal Highway Administration (FHWA), state DOTs, the Department of Defense, and commercial and general aviation airports. Having personally conducted hundreds of roadway pavement forensic investigations, Tim is skilled at interpreting pavement conditions and determining appropriate rehabilitation strategies. Tim is a national leader in providing pavement engineering services and currently serves on the Transportation Research Board's Committee on Pavement Condition Evaluation (AKP10) and is a member of other national pavement -related committees. RELEVANT EXPERIENCE • City of Hollister, Annual Pavement Preservation Projects Hollister, CA — Project Engineer • City of Hollister, Pavement Management Program Hollister, CA — Project Manager • City of Monterey, On -Call Services (Pavement Management Program Update) Monterey, CA — Project Manager • City of Citrus Heights, Greenback Lane Complete Streets Improvements Project - Sunrise Boulevard to Fair Oaks Boulevard Citrus Heights, CA — Senior Project Engineer • City of Citrus Heights, Refuse Vehicle Pavement Impact Study Citrus Heights, CA — Project Manager • City of Folsom, Blue Ravine Road Pavement Condition Investigation and Rehabilitation Analysis Folsom, CA — Project Manager • City of Oakland, Broadway Transit and Pedestrian Safety Improvement Project Oakland, CA — Senior Pavement Engineer • City of Union City, Union City Boulevard Bike Lane Improvements Union City, CA — Senior Project Engineer • City of Marina, Reservation Road Pavement Rehabilitation Marina, CA — Project Manager • City of Capitola, Highway 1 Bike Lanes Design and Clares Street Traffic Calming Capitola, CA — Quality Manager • City of Fairfield, On -Call Engineering Projects for Capital Improvement Program Projects Fairfield, CA — Project Engineer • City of Fairfield, Pavement Maintenance Progra Fairfield, CA — Senior Pavement Engineer qlhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION Oakland, CA EXISTING COMMITTED HOURS 70% of available hours (28 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Bachelor of Science, Civil Engineering, Northeastern University Professional Engineer in California (No. 88456) Kimiey>»Horn GMOC82018.2024 JOE ARROYO, P.E. Caltrans LAPM and Federal Funding Category Joe has more than ten years of experience in various elements of electrical design. He has worked on traffic signal projects, including modification of existing signals and design of new systems. Joe has experience with communications infrastructure design and planning of long-term infrastructure assets as well as lighting design. Through these projects, Joe has also gained extensive experience in getting projects approved through Caltrans Local Assistance Process, including providing support in completing right-of- way certifications, utility relocation outreach, DBE determination forms, and Request for Authorization packages. In addition to his design experience, Joe has extensive experience with field verification and construction support; he has provided responses to RFIs, prepared contract change orders, and coordinated with contractors on resolving construction issues in the field. Joe has led a variety of projects from a conceptual design stage to construction and has prepared accompanying construction documents for these projects, including engineering cost estimates and special provisions and technical specifications. RELEVANT EXPERIENCE • County of Ventura, Ventura County Traffic Signal & Safety Improvements Ventura County, CA - Project Engineer • City of Vallejo, HSIP Cycle 9 Hybrid Pedestrian Beacon Design Services Vallejo, CA - Project Engineer • City of Cupertino, De Anza Blvd and McClellan Road/Pacifica Drive Intersection Modifications Cupertino, CA - Project Engineer • City of Sunnyvale, Safe Routes to School Improvements on Maude and Sunnyvale Avenues Sunnyvale, CA - Project Engineer • City of Stockton, Install Left -Turn Signals at Three Intersections Stockton, CA - Project Engineer • City of Stockton, Install Left -Turn Lanes at Airport Way and Hazelton Avenue Stockton, CA - Project Engineer • City of Stockton, West Lane Traffic Responsive System Stockton, CA - Project Engineer • City of Monterey, Del Monte and Casa Verde Recreation Trail Crossing Intersection Improvement Project Monterey, CA - Project Analyst • City of Monterey, North Fremont Bike and Pedestrian Access and Safety Improvements Project Monterey, CA - Project Analyst qlhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION Oakland, CA EXISTING COMMITTED HOURS 65% of available hours (24 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Master of Science, Environmental Management, University of San Francisco Bachelor of Arts, Economics, California State University, Chico American Institute of Certified Planners (No. 31970) Kimley>»Horn GMOC82018.2024 DANAE HALL, AICP CEQA, NEPA, Permitting, and Planning Danae has been responsible for the management and analysis of EIRs and other environmental documents under CEQA and NEPA for clients throughout the Bay Area. Her work has focused on land use development and transportation projects, with an emphasis on advancing climate change solutions, while still balancing the development interests of her clients. In addition to project management, she has been responsible for public presentations, community outreach activities, and project event organization. RELEVANT EXPERIENCE • MTC, Bay Bridge Forward 1-580 HOV Extension Project San Francisco/ Oakland, CA — Environmental Lead • Napa County, Napa Valley Vine Trail Yountville to St. Helena Napa County, CA — Environmental Lead • Vine Trail Coalition, Napa Valley Vine Trail Calistoga to St. Helena Napa County, CA — Environmental Planner • VTA, Bascom Avenue Complete Streets Project San Jose, CA — Environmental Lead • LA Metro, LA ART Project Los Angeles, CA — Environmental Lead • East Bay Regional Parks District, Martinez Bay Trail Gap Closure — Environmental Lead • Prologis, 7825 San Leandro Street Project Oakland CA — Environmental Lead • City of Atherton, Alameda de Pulgas Traffic Safety Improvements Project Atherton, CA — Environmental Lead • Montecito Development, 555 Sally Ride Drive Project Contra Costa County, CA — Project Manager • City of Pittsburg, On -Call Environmental Consultant Services Pittsburg, CA — Project Manager • City of Foster City, On -Call Environmental Consultant Services Foster City, CA — Project Manager • City of Hayward, On -Call Environmental Consulting Services Hayward, CA — Project Manager • City of Tracy, Infrastructure Master Plans Environmental Documentation Tracy, CA — Project Manager • City of Tracy, Tracy Hills Specific Plan, Various Amendments Tracy, CA — Project Manager • City of Tracy, Cordes Ranch Specific Plan, Various Amendments Tracy, CA — Project Manager qlhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION Sacramento, CA EXISTING COMMITTED HOURS 70% of available hours (28 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Bachelor of Science, Geomatics Engineering, California State University, Fresno Professional Land Surveyor in California (No. 8863) and Washington (No. 5641) Kimsey'»Horn GMOC82018.2024 ALEX CALDER, PLS Surveying and Mapping Services Alex has 18 years of experience in land surveying and project management, providing services to both public and private sector clients alike. Alex has extensive experience managing staff augmentation and consulting service agreements encompassing standard production work deliverables and public capacity reviews of the project's land surveying work product including tentative maps, parcel and final maps, legal descriptions, lot line adjustment, lot mergers, and more. His passionate approach to providing services is an asset to our clients, and he has a proven track record of continued performance. RELEVANT EXPERIENCE • City of Agoura Hills, On -Call Land Surveying Services and Staff Augmentation Agoura Hills, CA - Project Manager • City and County of San Francisco Department of Public Works, On -Call Land Surveying Services and Staff Augmentation San Francisco, CA - Project Manager/Principal-in-Charge* • City of Half Moon Bay, On -Call Land Surveying Services and Staff Augmentation Half Moon Bay, CA - Project Manager* • City and County of San Francisco Public Utilities Commission, On -Call Land Surveying Services San Francisco, CA - Project Surveyor* • VTA, On -Call Land Surveying Services Santa Clara County, CA - Project Manager/Principal-in-Charge* • Stanislaus County, On -Call Land Surveying Services Stanislaus County, CA - Project Manager/Principal-in-Charge* • Parkmerced Development Project San Francisco, CA - Project Manager/Principal-in-Charge* • Treasure Island Development Project San Francisco, CA - Project Manager/Principal-in-Charge* • Brooklyn Basin Development Project Oakland, CA - Project Manager/Principal-in-Charge* • Baylands Development Project Brisbane/San Francisco, CA - Project Manager/Principal-in-Charge* • Corporate Campus Projects San Bruno, Redwood City, Mountain View, Sunnyvale, CA - Project Manager/Principal-in-Charge* *Work performed prior to joining Kimley-Horn MhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION Oakland, CA EXISTING COMMITTED HOURS 80% of available hours (32 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Master of Arts, Environmental Science and Policy, Clark University Bachelor of Arts, Environmental Science and Policy, Clark University Women of Electric Vehicles (WEVs), Bay Area Chapter, Co -Chair Kimley>»Horn GMOC82018.2024 JENNA MCDAVID EV Charging and Fleet Electrification Jenna has nearly 25 years of experience in clean energy and clean transportation. She specializes in delivering data -driven insights to support strategic decision -making. Her current and recent engagements focus on strategies to support deployment of light-, medium-, and heavy-duty EVs and on EV charging infrastructure siting optimization strategies. A recognized leader in the energy industry, Jenna serves as Vice President of the Board of Directors for the Association of Women in Water, Energy, and Environment (AWWEE) and Treasurer of the Board of Directors for the International Energy Program Evaluation Conference (IEPEC). At recent industry events, she has moderated EV sessions and presented research on program optimization and grid -enabling technologies to support EVs. Additionally, Jenna served two consecutive terms as Commissioner on Energy Use and Climate Change for the City of Somerville, MA, and as Expert Advisor to the California Public Utilities Commission in support of their Long -Term Energy Efficiency Strategic Plan. RELEVANT EXPERIENCE • Arlington County, VA, Carbon Neutral Transportation Master Plan and Five - Year Action Plan Arlington County, VA — Project Manager • San Diego Association of Governments (SANDAG), Regional EV Charger Management Strategy San Diego Region, CA — Technical Advisor • City of Mesa, EV Charging Infrastructure Master Plan Mesa, AZ Technical Advisor • City of Salt Lake, Fleet Electrification Plan Salt Lake City, UT — Technical Advisor • City of Laguna Niguel, EV Charging Station Policy and Program Study Laguna Niguel, CA — Technical Advisor • University of California, Davis, Fleet Management Plan Davis, CA — Technical Advisor • Davidson College, EV Charging Infrastructure Deployment Strategy Davidson, NC — Technical Advisor • Confidential Private Client, EV Charger Infrastructure Strategy and Site Design Nationwide, U.S. — Program Manager • Gables Residential Development, EV Charging Infrastructure Deployment Strategy Nationwide U.S. — Technical Advisor • Confidential Client, DC Fast Charging Hub Deployment Support for Medium- and Heavy -Duty Vehicles Nationwide U.S. — Technical Advisor • NV Energy, Fleet Customer Needs Assessment and Program Optimization Study NV Energy Electric Service Territory, NV — Principal -in -Charge and Lead Investigator* *Work performed prior to joining Kimley-Horn qlhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION San Antonio, TX EXISTING COMMITTED HOURS 75% of available hours (30 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Bachelor of Science, Civil Engineering, California State Polytechnic University, Pomona Professional Engineer in California (No. 89564), Texas (No. 140050), and Hawaii (No. 19154) LUCAS TEANI, P.E. EV Charging and Fleet Electrification Lucas is a civil engineer with experience in providing engineering and design development services for projects that include small site commercial (QSR), accessibility compliance, stormwater compliance, and electric vehicle (EV) charging stations. Lucas is effective at communicating with clients, working with consultant teams to produce a high -end product, and working with jurisdictional review teams to expediate the review and approval process. Lucas' current responsibilities include project management and regional program management for national private clients. His experience is based on sound capabilities in site feasibility and design, EV station placement selection, EV planning and design, site retrofit design for EV stations, site planning, site accessibility analysis and design, drainage design, stormwater quality design, earthwork analysis, and permitting. RELEVANT EXPERIENCE • McDonald's Dublin, CA — Project Manager • Confidential EV Client, Automotive Fleet Maintenance Facilities Multiple Locations, CA, TX, and FL — Project Manager • Confidential EV Client, EV Charging Stations Multiple Locations, US — Regional Manager • Confidential E-Commerce Client, EV Site Design and Future Planning Multiple Locations, US — Project Manger • Raising Cane's Multiple Locations, CA and TX — Project Manager • Target, National ADA Site Analysis and Redesign Multiple Locations, US — Project Manager • Chase Bank, ADA Site Analysis and Redesign Multiple Locations, US — Project Manager • McDonald's Restaurants Multiple Locations, US — Project Manager • CEFCO Multiple Locations, TX — Project Manager Kimley'»Horn GMOC82018.2024 MhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION San Jose, CA EXISTING COMMITTED HOURS 85% of available hours (34 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Master of Science, Transportation Management, San Jose State University, San Jose Bachelor of Science, Business Administration, California State University, Stanislaus Kimsey'»Horn GMOC82018.2024 BRANDI CHILDRESS Public Outreach Brandi brings 24 years of experience in stakeholder engagement, community involvement, and strategic communications within the transportation industry. She has led successful teams and a long list of varied projects by prioritizing strong partnerships, connection, collaboration, and early and active public engagement throughout all phases of a project's delivery process. Brandi's most recent projects include a traffic/safety study for the City of Milpitas, a pedestrian/bike facility project for the City of Sunnyvale, transit reliability study for Santa Cruz METRO, and corridor crossing strategy plan for Caltrain where she is leading the community outreach and stakeholder engagement work. Prior to joining Kimley-Horn, Brandi grew her public involvement career with the Santa Clara VTA since 2001, serving as Chief Media Spokesperson and Public Affairs Manager before ultimately promoting to Chief of Staff to the General Manager. Her deep roots in public service have allowed her to creatively implement transportation improvements with and for communities who need them most. RELEVANT EXPERIENCE • City of Milpitas, Traffic & Safety Project Milpitas, CA — Public Engagement • City of Sunnyvale, Tasman Drive Pedestrian/Bike Facility Installation Sunnyvale, CA — Public Engagement • City of San Pablo, San Pablo Avenue Bridge Replacement Project San Pablo, CA — Public Engagement • Town of Castroville, Community Plan Update Castroville, CA — Public Engagement • Santa Cruz METRO, Watsonville -Santa Cruz Intercity Transit Speed and Reliability Study Santa Cruz, CA — Public Engagement • Caltrain, Diridon Intermodal Station San Jose, CA — Strategic Advisement, Planning Support • Caltrain, Corridor Crossings Strategy San Jose, CA — Strategic Advisement, Planning Support • San Francisco County Transportation Authority San Francisco, CA — Media Relations • San Mateo County Transportation Authority, US101 /SR92 Interchange Project San Mateo, CA — Public Engagement • VTA's BART Silicon Valley Program (Phase I and II) — Public Affairs* • VTA's Silicon Valley Express Lanes Program — Public Affairs* • VTA's Transit Service Network Redesigns (2008 and 2019) — Public Affairs* • Complete Streets Programs Santa Clara County, CA — Public Engagement* *Work performed prior to joining Kimley-Horn MhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION Sacramento, CA EXISTING COMMITTED HOURS 75% of available hours (30 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Bachelor of Science, Business Administration, University of California, San Diego Kimiey>»Horn GMOC82018.2024 MOLLY TREMBLAY Grant Writing and Funding Research Molly is a young professional with a passion for projects that benefit communities through safety, equity, and active transportation focused design. She has more than 10 years of experience in multidisciplinary municipal and transportation projects, as well as private site developments. Molly has excellent written and verbal communication skills, and a proclivity for communicating complex design issues to stakeholders and community members. Molly has leveraged this ability into a successful approach to grant writing through passionate storytelling backed by compelling data. Molly has led a variety of state and federal grant applications, winning more than $70M in grant funding over the last 3 years. Molly has been involved in all stages of grant -funded projects, from the initial studies to concept refinement and design and through to construction. Molly has been involved in a range of projects including planning and final design of bikeways, bicycle and pedestrian facility intersection designs, complete streets, roundabouts, roadway alignments, curb extensions, accessibility upgrades, and parks. Her work with these projects includes intersection control evaluations, safety analysis, public outreach and community workshops, horizontal and vertical design, ADA accessible grading, wet and dry utility plans, and collaborating with clients and local agencies to develop innovative solutions that effectively address design challenges. RELEVANT EXPERIENCE • City of King, San Antonio Drive Path & Safe Routes to Schools ATP Cycle 6 Grant Application Assistance King City, CA — Grant Writer • County of Santa Cruz, Clean CA Local Grant Program Watsonville, CA — Grant Writer • City of Seaside, Broadway Ave Complete Street Corridor RSTP Grant Application Seaside, CA — Analyst • City of Seaside, Coe Ave. and General Jim Moore Blvd. Intersection Improvements RSTP Grant Application Seaside, CA — Project Analyst • City of Salinas, Williams Road Safe Street Corridor Project Streets for All (SS4A) Cycle 2 Grant Application Salinas, CA — Grant Writer • City of King, US 101 & San Antonio Drive Roundabout Improvements Project 2023 RSTP Grant Application Assistance King City, CA — Grant Writer • City of King, Division Street Bike Lanes Project 2023 Quick -Build RSTP Grant Application Assistance King City, CA — Grant Writer • City of Seaside, Broadway Ave Complete Street Corridor Seaside, CA — Grant Writer MhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION Martinez, CA EXISTING COMMITTED HOURS 80% of available hours (32 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Bachelor of Science, Civil Engineering, San Jose State University, San Jose Professional Engineer in California (No. 59061) Professional Land Surveyor in California (No. 7893) Kimsey'»Horn GMOC82018.2024 CHRISTINE M. LEPTIEN-PARKS, P.E., P.L.S. Surveying and Mapping Services Christine began working part-time for LCC in 1992 and joined the firm full- time in May of 1996 upon completion of her undergraduate education. She obtained her license to practice civil engineering in February 1999. Since then, she has been directly responsible for the preparation of plans, specifications and estimates for streets, parking lots, parks, utilities, storm drains, and wastewater facilities. Christine has also had extensive field experience as a both a Chainman and a Party Chief on our survey crews over the years, leading her to obtain a license to practice land surveying in August 2003. Christine became a Principal in the firm in February 2008. Christine has been involved in most of LCC's major projects over the last 27 years, and in recent years has led LCC's survey teams as Project Manager on numerous projects. Christine also has over twenty-six (26) years of experience working with AutoCAD and AutoCAD Civil 3D. She is experienced in using a TDS Survey Data Collection and Topcon Data Collection programs along with Topcon Standard and Robotic Total Stations. Christine also has extensively used Topcon RTK and Static GPS equipment for various survey and mapping applications. RELEVANT EXPERIENCE • City of Martinez On -Call City Surveyor Martinez, CA — Consulting City Surveyor • On -Call Surveying for Contra Costa Water District County of Contra Costa, CA — Principal Surveyor • Marin County On -Call Surveying Marin County, CA — Principal Surveyor • City of Orinda On -Call Surveying Orinda, CA — Principal Surveyor • Heart of Fairfield Rule 20A Project Fairfield, CA — Principal Surveyor • Sewer Rehabilitation Project Dixon, CA — Principal Surveyor • Skyview Reservoir Improvements Vallejo, CA — Principal Surveyor • City of Concord On -Call Surveying Concord, CA Principal Surveyor • City of Lafayette On -Call Surveying Lafayette, CA — Principal Surveyor • City of Pleasant Hill On -Call Surveying Pleasant Hill, CA — Principal Surveyor • State of California Suscol Creek at State Route 29, Napa County Hydraulic Study Napa County, CA — Principal Surveyor • Brookside Drive Culvert Repair Napa County, CA — Principal Surveyor • East Bay Regional Park District, On -Call Surveying Alameda County, CA — Principal Surveyor • City of Berkeley On -Call Surveying Berkeley, CA — Principal Surveyor MhiCity of Dublin I Civil Engineering and Surveying Services OFFICE LOCATION Livermore, CA EXISTING COMMITTED HOURS 80% of available hours (32 hrs/wk) are committed to existing projects. PROFESSIONAL CREDENTIALS Bachelor of Science, Civil Engineering, North Dakota State University Geotechnical Engineer in California (No. 2915) Professional Engineer in California (No. 63291) Kimiey>»Horn GMOC82018.2024 SHANE RODACKER, P.E., G.E. Geotechnical Engineering Shane has 20+ years of experience with a wide range of challenging projects throughout California. He has managed geotechnical and materials testing services during the design and construction of educational facilities, major transportation, and infrastructure projects, low- to high-rise mixed -use developments, and essential services buildings. A variety of public agencies, design engineers and architects, and private sector clientele rely on his experience and wider project perspective when making decisions regarding project feasibility, foundation systems and site development. RELEVANT EXPERIENCE • City of Dublin On -Call Geologic and Geotechnical Services Dublin, CA — Principal Engineer • City of Pleasanton On -Call Geotechnical Engineering and Materials Testing Pleasanton, CA — Principal Engineer • City of Brentwood On -Call Construction Materials Testing and Geotechnical Engineering Bentwood, CA — Principal Engineer • City of Concord On -Call Geotechnical and Environmental Services Concord, CA — Principal Engineer • Contra Costa County On -Call Geotechnical Engineering Consulting Services Contra County, CA — Principal Engineer City of Dublin STATEMENT OF QUALIFICATIONS Civil Engineering and Surveying Services Submitted By: 1003 West Cutting Blvd., Suite 110 Richmond, CA 94804 (510) 215-3620 Reno I Lake Tahoe I Point Richmond I Oakland I Sacramento I Fountain Valley I Scottsdale ais NCE April 12, 2024 Julius Pickney, Management Analyst II 100 Civic Plaza Dublin, CA 94568 Cover Letter — Statement of Qualifications for Civil Engineering and Survey Services (Design Services) Dear Ms. Pickney and Members of the Selection Committee: NCE is excited and ready to deliver capital improvement projects with the City of Dublin (City). We recognize that as the City ages and expands, streets, trails, parks, buildings, and utility infrastructure require construction and rehabilitation to support multi -modal transportation, commerce, recreation, and the general needs of the community. The NCE team sees our primary role for this on -call service area to be a partner with the City in providing technical solutions and implementing designs that will support future capital improvement projects. We know that City staff are busy and therefore need a consultant team that is highly qualified, responsive, self - initiating, and capable of moving design projects forward with less effort and time from City staff. As the City moves forward with its capital improvement program, various projects related to street resurfacing, complete streets, bicycle and pedestrian facilities, parks, trash capture, trails, green stormwater infrastructure, and pavement management will arise. The City expects that its consultants will assist in completing successful projects, which exceed the expectations and needs of the City and its staff. We have well -qualified staff and teaming partners to help execute well-informed and planned projects where the team anticipates any potential hurdles or critical decision factors to minimize unwanted surprises. NCE will give the City the appropriate attention to help manage the project, especially when City staff time is limited. NCE has been working closely with the City on its pavement management to optimize funding levels, treatment strategies and street selection in addition to the design, permitting and environmental documents for the Iron Horse Trail and Open Space. The NCE team provides the following benefits and features: • Interdisciplinary, collaborative team of engineers, scientists, planners, and landscape architects to work with projects from conception, regulatory compliance and permitting, environmental documents, through design, and construction monitoring. • Responsive and proven technical advisors available to City staff with in-depth knowledge and experience in all facets of engineering including applicable local, state, and federal standards. • Tailored designs that balance practical and buildable solutions, sustainability and green infrastructure, multimodal transportation needs, safety, and community needs and input. • integrated pavement management, research, and design for thousands of roadways including complete street design throughout California. The NCE team has the technical expertise, depth of resources, and desire to assist the City with your civil engineering projects. As a principal with NCE, I am authorized to sign contracts on behalf of NCE and will serve as the point of contact for questions. I can be reached at (510) 215-3620 or at rshafer@ncenet.com. Jenny Van Dyke, PE NCE's proposed Project Manager can be reached at (510) 215-3620 x314 or at jvandyke@ncenet.com. Sincerely, NCE J. Ryan Shafer, PE, GE Principal Jenny Van Dyke, PE Project Manager 1003 W. Cutting Boulevard, Suite 110 Pt. Richmond, CA 94804 (510) 215-3620 Engineering & Environmental Services www.ncenet.com 280 City of Dublin Civil Engineering and Survey Services Table of Contents Qualifications and Experience of the Firm 2 References 5 Key Staff 6 Rate Schedule 8 Project Approach 8 Standard Consulting Agreement and Insurance Requirements 9 Subconsultants 10 Sample Project Documents 10 Conflict of Interest 10 Appendices A Resumes ; �!NCE Page li 281 City of Dublin Civil Engineering and Survey Services Qualifications and Experience of the Firm Founded in 1990, NCE is a client -focused professional consulting firm integrating the disciplines of engineering, science, and planning to address the infrastructure and resources challenges facing our communities today and in the future. Over 85% of NCE's work is with local public entities. This contract will be managed from our Richmond office, which is located about 45 minutes from the City. The NCE team developed the preliminary master plan and prepared construction design plans, specifications, and engineer's cost estimate (PS&E) for trail connections and recreational amenities adjacent to the City's Iron Horse Trail and Open Space. We recently worked with the City to update its pavement management program (PMP) and prepared a Council presentation with various budgetary analyses, which resulted in Council approving an additional $2.0 million per year for street resurfacing and rehabilitation. Civil Engineering: NCE's Civil Engineering team has extensive experience developing PS&E for municipal facilities and amenities, as well as local and state transportation projects. It is a fundamental goal of NCE to produce high quality work deliverables, by following rigorous quality control procedures and standard design guidelines and requirements, while maintaining a reputation for timely service. Projects include multi -year paving capital improvement project plans, bicycle and pedestrian enhancements; trails; parks; complete streets, pavement rehabilitation and reconstruction, road widening and intersection design; emergency response such as the landslide stabilization and culvert construction project (shown in the photo) for the City of Richmond, hydrologic and hydraulic modeling and engineering, erosion control; utility coordination, design and relocation for domestic water and sanitary sewer systems, storm drain system design, storm water quality improvements; wetlands and creek restorations, redevelopment, urban infill projects; and have expertise in the latest guidelines from Caltrans, FHWA, and NACTO. Pavement and Civil Engineering (PS&E): Street rehabilitation extends well beyond the pavement and often requires important considerations, such as curb and gutter and sidewalk conditions, improvements to pedestrian and bicycle facilities, landscape, traffic striping and signage, edge confinement, ADA compliant curb ramps, pathways, drainage, stormwater runoff reduction, storm drain systems, trash capture, and utility relocation. For example, on Castro Ranch Road in Richmond, we used Cold In -place Recycling (CIR) (shown in photo) and phasing of paving work to minimize impacts to vehicles and cyclists given that this is a key commute corridor. Roadway projects should consider all modes of transportation, accessibility, safety, as well as ways to reduce construction impacts, constructability (e.g., problematic subgrade soils), phasing of work, hours of construction. Complete Streets: We are experienced with opportunities to incorporate and design complete streets elements, such as bulbouts, landscaping, lighting, restriping, road diet, and dedicated bike lanes, into street improvement projects — making them safe for multi -modal users, including transit riders, motorists, bicyclists, and pedestrians. When completing street designs, NCE meets with our clients to discuss options to improve safety and overall user experience. NCE recently designed complete streets projects for the Cities of Richmond, San Pablo (Rumrill Boulevard shown in photo), Walnut Creek, Alameda, Berkeley, Presidio Trust, and San Leandro. We are currently working NCE Page 12 282 City of Dublin Civil Engineering and Survey Services April 12, 2024 with the City of Oakland on the Seminary Avenue Complete Streets Project that includes consideration of a new multi -use pathway and road diet to improve bicycle and pedestrian access fronting Mills College. Pavement Design: Pavement design and PS&E for maintenance, rehabilitation, and reconstruction are NCE's specialty. We offer unrivaled experience and expertise with pavement treatment alternatives and optimization of treatment selection. Our expertise in pavement treatment alternatives includes, but is not limited to, cost saving, deploying the latest and sustainable paving technologies and material specifications, including creative use of surface seal and in -place pavement recycling technologies. We consider many factors during pavement design, including cost, performance, future maintenance, traffic, access, roadway section properties, geometric constraints, and climate. ADA Compliance: NCE has a depth of experience in standards for accessible design, including design of over several thousand curb ramps, sidewalks, and accessible paths of travel, maximum running slope for crosswalks, and traffic striping and signage. Pavement striping and signage should be compliant with ADA regulations and CA MUTCD. NCE has vast experience restriping high visibility crosswalks and limit lines to allow for safe pedestrian crossing across roadways. In Oakland, we have inventoried and checked ADA attributes for over 18,000 curb ramps, and we recently designed 100's of ADA compliant curb ramps for agencies throughout the Bay Area. Green Infrastructure and MRP 3.0: NCE's engineers and landscape architects incorporate Green Infrastructure to provide communities with healthier public spaces, visually appealing streetscapes, enhanced pedestrian experience, storm water quality/management, reduced impervious pavements and minimize the impacts of climate change. Techniques include _'�.,"" reducing heat island impacts with the reduction of paved surfaces and q.,. -� replacing impervious pavements with permeable pavers within parkways. With an innovative approach, NCE's landscape architects worked with South gUMGIE AYES MILLER AK San Francisco on its 2021 Green Infrastructure Program to study opportunities to integrate a range of green infrastructure elements. During design, we will consider the San Francisco Bay Municipal Regional Stormwater Permit (MRP 3.0) and regulated project thresholds in Provision C.3 under the Alameda County Clean Water Program. We carefully evaluate pavement reconstruction and whether the contiguous 1-acre threshold is exceeded. Improvements such as new roadways, lane widening, or sidewalk gap closures are subject to more restrictive thresholds of 5,000 continuous square feet. Geotechnical Services: NCE's geotechnical engineers understand the significance of proper roadway support on competent subgrade soils to limit damaging road settlement and future cracking. For example, based on our field exploration and soil and rock laboratory testing, we can accurately assess the engineering properties and the presence of subgrade soils that might be soft and exhibit "pumping" under vehicle loads. We can develop appropriate subgrade stabilization techniques such as moisture conditioning, lime treatment, geotextiles, and/or over -excavation and replacement with aggregate materials. NCE provides comprehensive geotechnical engineering services such as site investigation, thorough review of plans and specifications, and follow up on services during construction to ensure that of our geotechnical recommendations are implemented. California Environmental Quality Act (CEQA)/National Environmental Policy Act (NEPA): NCE staff bring over 30 years of experience completing the full range of CEQA/NEPA documentation throughout the state, no matter the setting - small towns, big cities, rural areas, and counties. Our diverse projects include municipal infrastructure, infill/brownfields redevelopment, affordable housing, Caltrans-assisted roadway, parks and trails projects, habitat restoration, downtown high-rise, historic adaptive reuse, and master and specific plans. low ;I!NCE Page 13 283 City of Dublin Civil Engineering and Survey Services April 12, 2024 Regulatory Permitting and Compliance: Our resource specialists are adept at identifying necessary permits and preparing comprehensive applications for our clients and their projects. Our team understands the regulations, permitting processes, and has established excellent lines of communication with key agencies at the federal, state, and local level. This ensures efficient approvals, allowing our clients to put their projects on the ground. Construction Support Services: NCE offers years of experience performing design support services during construction, including environmental compliance, and monitoring and inspection capabilities. We conduct value engineering and constructability reviews to identify areas where we can save time and money prior to work starting. Our team is proactive, working to anticipate problems before they occur and develop solutions rather than reacting, which leads to mitigating delays and claims due to unforeseen conditions. Landscape Architecture: NCE's staff of licensed landscape architects provide landscape architectural, urban design, presentation graphics, renderings, and planning services to our clients during the design phase, permitting, and construction. NCE's landscape staff specialize in complex urban projects that require patience, vision, and an ability to listen closely to the community, park users, funders, agency staff and elected officials combined with an extensive knowledge of the policies, building codes and legislation. Experience Working with Caltrans on Federally Funded Projects: NCE has a depth of experience in complying and completing required documents with the Local Assistance Procedures Manual (LAPM) on over 20 federally funded projects (E-76 documents), including recent projects with complete streets and green infrastructure elements for the Cities of Richmond, Alameda, Emeryville, Oakley, Orinda, Pacifica, Pittsburg, San Pablo, San Ramon, South San Francisco, and Sunnyvale. We are currently working with Caltrans District 4 Local Assistance to obtain authorizations to proceed on federally funded projects. We have also completed many Preliminary Environmental Study (PES) documents and have secured Caltrans approvals. We have completed the E-76 process as the civil engineering and design consultant and as the environmental consultant. Given that a significant portion of the City's projects will require work with the street right-of-way, NCE can offer our experience designing thousands of roads, street infrastructure, and environmental planning throughout California and will provide the City with the confidence that pavement treatment selections, planning and design documents, and construction support will be delivered on -time and be technically innovative and cost-effective. Table 1 summarizes a list of our long-term municipal clients throughout the Bay Area with project scopes relevant to the City that NCE has successfully delivered within the last five years. Table 1. A Sampling of NCE's Long -Term Design Clients Client Design and Planning Service # of Construction Client Streets Dollars Since City of Richmond* City of Berkeley City of Oakland City of Walnut Creek City of San Leandro City of Martinez City of San Ramon* Pavement, Civil, Geotechnical, & Environmental Pavement, Civil, Geotechnical, & Environmental Pavement, Civil, Geotechnical, PMP, & Environmental Pavement, Civil, Geotechnical, & Environmental Pavement, Civil, and Geotechnical Pavement, Civil, and PMP Pavement, Civil, and Geotechnical Caltrans - Statewide Pavement Engineering and Materials Testing > 200 > 200 > 100 > 30 > 180 > 200 > 50 23 highways * NCE delivered projects under federal funding requirements, such as OBAG/STIP funding and/or Caltrans' Authorization to Proceed $20 million 2005 > $30 million 2005 > $35 million 2000 > $6 million >$35 million $30 million > $10 million 2005 2017 2021 2007 > $50 million 1998 ONCE Page 14 284 City of Dublin Civil Engineering and Survey Services April 12, 2024 References Annual Overlay/Rehabilitation 2019-2023 Pavement Design and PS&E Projects, San Leandro, CA Client: City of San Leandro Address: 835 E 14th St, San Leandro, CA 94577 Reference: Nick Thom, PE, Deputy Public Works Director Phone: (510) 577-3431 Term: October 2017 — 2022 and on -going. NCE was contracted by the City of San Leandro to prepare construction documents and pavement rehabilitation and reconstruction design for 19 arterial, collector, and residential streets (4.0 centerline miles) for City's 2019 Annual Street Overlay and Rehabilitation Project. Pavement design solutions included conventional and RHMA overlays, full -depth asphalt reconstruction, FDR, and a pilot project of CIR and top - down FDR based on recommendations provided by NCE. Visible drainage issues were addressed, such as localized ponding in the gutter pan, the design of over 110 ADA ramps, curb and gutter repairs, and improvements to striping and pavement markings with the addition of class II and class IV bike lanes, and road diet and complete streets designs. The design of traffic calming bulbouts were prepared for two streets where NCE analyzed vehicle turning capabilities and impacts to surface drainage. NCE submitted and managed three encroachment permit applications with Caltrans as the project encroached on three state routes. NCE's Engineer's Cost Estimate matched that of the winning contractor bid, indicating that NCE was able to anticipate the value of the scope of work. Additionally, NCE completed similar services for the City's 2021-2023 annual surface seal program with a construction value of $9.2 million and includes pedestrian and bike safety improvements and railroad coordination. Project Team: Ryan Shafer (Principal), Jenny Van Dyke (Project Manager), Franz Haidinger (QA/QC), James Signore (Pavement QA/QC), Debaroti Ghosh (Pavement Engineer), Maria Paola Murillo (Staff Engineer) Mountain Pacific Surveys (Topographic Surveying) and Psomas (Utility Location). Five Year Pavement Preservation Program / On -Call Pavement Management and Design Services, Martinez, CA Client: City of Martinez Address: 525 Henrietta Street, Martinez, CA 94553Reference: Ali Hatefi, PE, Senior Civil Engineer Phone: (925) 372-3519Term: 2022-present. As part of its five-year work plan developed by NCE, the City allowed for pavement rehabilitation and resurfacing to be designed in advance of construction and allow for earlier bidding to obtain competitive bids. It was the City's desire to have resurfacing and rehabilitation projects for each year, grouping and aggregating by neighborhoods for efficiency of design, construction (less mobilization), and future maintenance. More cost-effective cape seal on poor pavement condition or full depth reclamation (FDR) under failed pavement condition with base material failure to help City treat more streets within limited budgets. NCE worked with the City to update pavement strategies and conducted field review to verify pavement condition and treatments in different neighborhoods. NCE also supported City staff for Measure D workshops and City Council meetings. NCE completed pavement and civil design (PS&E) for the City's FY2022/23 surface seal and rehabilitation project with a $5.75 million construction cost, in addition to updating the 5-year work plan with City's updated construction budget. ONCE Page 15 285 City of Dublin Civil Engineering and Survey Services April 12, 2024 NCE was also retained to complete pavement and civil design (PS&E) for the City's FY2023/24 surface seal and rehabilitation project with an estimated construction cost of $6.0 million. Project Team: J. Ryan Shafer (Principal), Mei-Hui Lee (Project Manager), Franz Haidinger (QA/QC Manager), James Signore (Pavement Design Lead), and Debaroti Ghosh (Project Engineer), Mountain Pacific Surveys (Topographic Surveying) and Psomas (Utility Location). Central Avenue at 1-80 Local Road Improvement Project, Richmond, CA Client: City of Richmond Address: 450 Civic Center Plaza, Richmond, CA 94804 Reference: Tawfic Halaby, PE, Deputy Director of Public Works Phone: (510) 672-4537 Term: PA&ED: 2017 to 2022, ROW: 2022 to Ongoing, PS&E: 2022 to Ongoing. The 1-80 Interchange at Central Avenue has several traffic operations and public safety challenges associated with its existing configuration. The City, in partnership with the Contra Costa Transportation Authority (CCTA) and Caltrans, as part of the Central Avenue at Interstate 80 (1-80) Local Road Improvement Project proposed to increase spacing between the signalized intersections east of 1-80 by connecting Pierce Street and San Mateo Street via a new street extension, restricting Pierce Street access at Central Avenue to "right in, right out" only, and relocating a traffic signal. The street design minimized right-of-way take and offered the most efficient and economical solution. Project elements include traffic signals, PG&E Rule 20A undergrounding, street resurfacing and reconstruction, lane reconfiguration, street parking reconfiguration, relocation of bus stops with bus shelter, parking lot reconfiguration, class III bike route, landscaping and bioretention, street lighting, and sidewalk, curb ramp, and ADA improvements. NCE completed field investigations and technical studies (i.e., biological, cultural resources, hazardous materials, noise, air quality, water quality, hydrology, visual resources, and traffic) to support environmental compliance and permitting under the Local Assistance Program through Caltrans District 4. The cultural resources investigation included an Extended Phase 1 Archaeological Resources investigation (XPI) and the results of the Phase I Environmental Site Assessment (ESA) for hazardous materials required implementing a Phase II ESA. Project Team: Ryan Shafer (Principal and Project Manager), Gail Ervin (CEQA/NEPA Environmental Compliance Lead), Cord Hute (Senior Biologist), Franz Haidinger (Civil Design Lead and QA/QC), James Signore (Pavement Engineer), Mountain Pacific Surveys (Topographic Surveying), and Psomas (Utility Location). Key Staff NCE's staff are experienced with using a collaborative and innovative problem -solving approach to address technical challenges facing the City's infrastructure -related, day-to-day issues. As Principal -in -Charge, Ryan Shafer, PE, GE will be the primary point of contact for the City and will communicate regularly with the City and create conversation on project purpose, plans, and progress. Ryan is one of NCE's roadway design leaders and is experienced in civil engineering design for infrastructure improvements, including complete streets, pavement evaluation and design, drainage, retaining wall design, and effective application of green infrastructure techniques. He will work closely with the team and the City to apply new ideas grounded in results gained to date from previous projects that he managed to successful completion. We have assembled a team of professionals with demonstrated experience providing services for similar types of projects. NCE is committed to providing the staff presented within Table 2. Our key personnel will be available as projects arise throughout this contract. Brief resumes are provided as Appendix A. ;'!NCE Page 16 286 Table 2. Project Team Member Qualifications Staff Name Role Ryan Shafer, PE, GE Principal -in -Charge Jenny Van Dyke, PE Project Manager Mei-Hui Lee, PhD, PE Civil Engineering Lead & Pavement Management Specialist Franz Haidinger, PE QA/QC Current Commitments of Availability City of Dublin Civil Engineering and Survey Services April 12, 2024 Qualifications Various Civil, Pavement, Environmental 15-30% Various Civil, Pavement, Environmental 25-30% FirriTURTZ:VTITIWWI ilk 511 ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Various Civil, Pavement 20-30% Various Civil, Pavement, Environmental ✓ ✓ 10% James Signore, PhD, PE Pavement Design Lead Debaroti Ghosh, PhD, EIT Pavement Design Gail Ervin, PhD CEQA/NEPA Various Civil, Pavement 10-20% Cord Hute Biology, Resources, Permitting Mary C. Horvath, PE, CFM, QSP Hydraulics & Hydrology Matthew Gaber, PLA Parks Project Manager Maria Paola Murillo Civil Engineer Edith Rodriguez Civil Engineer Various Civil, Pavement 10-20% Various Civil, Environmental 20% Various Civil, Environmental 15% Various Civil, Environmental 50-60% ✓ ✓ Various Civil, Landscape 30% Various Civil, Pavement 50-60% Various Civil, Pavement 50-60% �!NCE Page 17 287 City of Dublin Civil Engineering and Survey Services April 12, 2024 Rate Schedule *Rate will be adjusted by NCE to comply with the Prevailing Wage Rate Determinations in the locality of the work as set by the California Department of Industrial Relations. ** Rates are effective for 2024 and will be adjusted annually, by Task Order. Classification Hourly Rate Classification Hourly Rate Principal Associate Senior I/II Project I/II Staff I/II Senior Construction Manager* Senior Designer Senior Technician* $335 $265 $215/225 $190/205 $165/180 $170 $180 $150 Construction Inspector* CAD Technician Senior Field Scientist Field Scientist Project Administrator Field/Engineering Technician Clerical $150 $135 $145 $125 $130 $125 $115 Contract Labor — From time to time, NCE retains outside professional and technical labor on a temporary basis to meet peak workload demands. Such contract labor will be charged at regular Schedule charges. Litigation Support — Expert testimony in depositions, hearings, mediations, and trials will be charged at 300% of the above rates. Equipment Plotter Usage (separate fee schedule) Falling Weight Deflectometer Testing $4,500/Day Coring $5,500/Day Environmental Equipment (separate fee schedule) Outside Services — Rental of equipment not ordinarily furnished by NCE and all other costs such as special printing, photographic work, travel by common carrier, subsistence, subcontractors, etc. cost + 10% Communication/Reproduction — In-house costs for telecommunication, postage, printing, and copying (project labor charges x 5%) Project Approach NCE understands that on -call contracts require seamless integration and partnering with our clients, which allows the City to have access to NCE during development of a scope of work without a specific task order in place. NCE will review every assignment holistically to identify the project elements, such as applicable environmental regulations, funding, and design requirements, which will allow us to implement projects in a timely fashion. Project Management: NCE manages our projects with a focus on collaboration, innovation, and problem - solving, which is the foundation of our approach. By allocating the right resources at the right time we cost- effectively produce high -quality deliverables and projects for our clients. We focus on understanding our client's "big picture" to produce high value of project efforts. This starts with assigning experienced and capable project managers and surrounding them with handpicked teams tailored to every effort, task, or project. We then apply trusted project management principles (detailed below) to identify Client goals and value communication, scheduling, cost management, and creative problem solving to achieve those goals. ;'!NCE Page 18 288 City of Dublin Civil Engineering and Survey Services April 12, 2024 The Project Manager will be responsible for delivering the scope of work. Tasks will include managing the budget, project schedule, subconsultants, and overseeing work products. Our Project Manager, Jenny Van Dyke, PE, will be responsible for monitoring the progress of the project, ensuring that the scope of work is fully executed, ongoing communication with the client, and managing staff resources. Developing Holistic Task Orders to Achieve Community Needs: Our Principal-in-Charge/Client Sponsor, J. Ryan Shafer, PE, GE, will be the single point of contact for this on -call contract during task order development. He has managed public works and capital improvement projects with municipal clients in the Bay Area. Ryan is well versed in understanding the needs and required resources to complete projects. When developing a Task Order with the City, our Client Sponsor and Project Manager will pay close attention to the City's needs and expectations to identify the necessary deliverables and required staff and time resources. A Task Order for a typical capital project includes efforts to manage the project, collect information on existing conditions, stakeholder coordination and regulatory compliance, conduct any necessary field investigations and testing, and/or analysis, all of which inform the development of preliminary and final construction design documents. Scheduling: Maintaining the integrity of the project timeline is a high priority for the NCE team. Clear communication, concise documentation, prompt problem resolution, and referencing the schedule are the tools NCE uses to complete the project within the established timeframe. NCE collaborates with our clients to prepare schedules with clear and achievable delivery timelines. Any potential delays are promptly addressed with the team and the client. Creativity to Problem Solving: NCE's team integrates problem solving into every aspect of the services we provide, including brainstorming on potential issues during project scoping, integrating contingencies into project schedules, and focusing on alternative solutions when challenges present themselves. We help solve clients' problems by asking the right questions at the right time with practical solutions based on sound science, effective planning, and quality engineering. Standard Consulting Agreement and Insurance Requirements NCE has reviewed the City's Standard Professional Consulting Services Agreement, including insurance requirements as provided as Attachment B. NCE will be able to meet the contract and insurance requirements. While we do not have any exceptions, we would like to request a modification to the language as noted below. 9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. Any revisions, modifications, or changes made or reuse on another project without specific written verification and adaptation by Consultant for the specific purposes intended will be at user's sole risk and without liability or legal exposure to Consultant. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. INDEMNIFICATION A. Consultant shall, to the extent permitted by law, including without limitation California Civil Code 2782 and 2782.8, indemnify, hold harmless and assume reimburse the apportioned costs of the defense of, in any actions at law or in equity, the City, its employees, agents, volunteers, and elective and appointive boards, ;'!NCE Page 19 289 City of Dublin Civil Engineering and Survey Services April 12, 2024 from all claims, losses, and damages, including property damage, personal injury, death, and liability of every kind, nature and description, f, par :ining to or rclatcd' to to the extent caused by the negligence, recklessness or willful misconduct of Consultant or any person directly or indirectly employed by, or acting as agent for, Consultant, during and after completion of Consultant's work under this Agreement. B. With respect to those claims arising from a professional error or omission, Consultant shall reimburse the apportioned costs to defend, indemnify and hold harmless the City (including its elected officials, officers, employees, and volunteers) from all claims, losses, and damages arising from to the extent caused by the professionally negligent acts, errors or omissions of Consultant, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. C. Consultant's obligation under this section does not extend to that portion of a claim caused in whole or in part by the solc negligence or willful misconduct of the City. Subconsultants At the task order level, NCE will assemble an experienced in-house team to deliver the public works project. If needed, we will select our subcontractors to meet the specific needs of a project, including technical demands and DBE participation as required for federally funded projects. NCE will select firms that we have established working relationships with, ones that will lead to successful project delivery, such as Fehr & Peers for traffic engineering, Mountain Pacific Surveys, Guida Surveying, Inc., or Calvada Surveying, Inc. for land surveying and right-of-way determination, Monument ROW for right-of-way assistance, Subtronic Corporation or Psomas for utility locating, and BSK Associates for laboratory testing. Sample Project Documents NCE has been delivering civil design projects for the City of San Leandro since 2017 and as an example of our work product we are including example project plans from the "Phase II of the Annual Street Rehabilitation 2019-21"with an estimated construction valued at $4.1 million. The sample project document can be downloaded here: https://nce.sharefile.com/public/share/web-s5645f35f0dbb4829845565aa4687ebd8 Conflict of Interest We are and will be providing similar civil engineering work with other public agencies throughout Alameda County as a prime or subconsultant. NCE does not have any actual, apparent, or potential conflicts of interest that may result from any financial, business, or other relationships with the City or other entities that may have an impact upon the outcome of this contract. 1INCE Page 110 290 City of Dublin Civil Engineering and Survey Services Appendix A Resumes INCE Page 111 291 City of Dublin Civil Engineering and Survey Services April 12, 2024 Ryan Shafer, PE, GE — Principal -in -Charge Ryan Shafer, PE, GE, is an experienced Principal and Project Manager that is highly skilled in managing interdisciplinary teams of engineers, scientists, and planners for complex projects requiring civil engineering, geotechnical engineering, pavement engineering, structural engineering, transportation and traffic engineering, hydrology and hydraulics, coastal engineering, regulatory permits, technical studies and resource assessments, and environmental documents. In addition, he has managed and provided civil and geotechnical engineering on a wide range of public and private projects, including vertical development, municipal roads, trails, drainage infrastructure, landfills, public transit, recreation areas and parks, industrial facilities including refineries, and waterfront structures giving him an understanding of how to work with diverse project types. His clients provide feedback that NCE is an effective partner and steward, understanding what is important to each community. Additionally, having worked for many municipal clients throughout California, Ryan adds value by helping cities and counties manage and maintain their streets, roads, bicycle and pedestrian facilities, and recreation parks and trails. He applies his expertise in geotechnical and pavement engineering to infrastructure projects and paving programs from the early stages of condition surveys to providing support during construction. Representative Projects Annual Overlay/Rehabilitation, 2017-2018 and 2020-2021 Pavement Design and PS&E, City of San Leandro, CA. Project Manager. NCE prepared construction documents and pavement rehabilitation and reconstruction design for 23 arterial, collector, and residential streets (5 miles). NCE's scope of work included pavement investigation and design and preparation of civil design PS&Es for construction. Pavement design solutions included conventional and RHMA overlays, full -depth asphalt reconstruction, FDR in lieu of more expensive conventional reconstruction, and a pilot project for cold central plant recycling (CCPR) on an arterial street based on recommendations provided by NCE. Visible drainage issues were addressed, such as localized ponding in the gutter pan, the design of over 100 ADA ramps, Total Years of curb and gutter repairs, and improvements to striping and pavement Experience markings with the addition of class II and class IV bike lanes. NCE submitted 28 years and managed three encroachment permit applications with Caltrans as the project encroached on three state routes. NCE's engineer's estimate matched that of the winning contractor bid, indicating that NCE was able to anticipate the value of the scope of work and contractor climate. I-80/Central Avenue Interchange Improvements, City of Richmond, CA. Project Manager. NCE is designing a CCTA Measure J funded project to improve traffic operations and reduce traffic congestion at the I-80/Central Avenue Interchange. The project Increases spacing between signalized intersections east Education MS, Geotechnical Engineering, University of California, Berkeley, 1998 BS, Geological Engineering, Colorado School of Mines, 1996 Registrations/ Certifications Professional Engineer — Civil, CA #62349 Professional Engineer— Geotechnical, CA #2713 Affiliations American Society of Civil Engineers American Public Works Association Joined NCE 2005 ,,'ONCE Page 112 292 City of Dublin Civil Engineering and Survey Services April 12, 2024 of 1-80 by relocating a traffic signal, reconfiguring access, and constructing a new roadway through private property. Project elements include new and removed signals, PG&E Rule 20A undergrounding, street resurfacing/ and street reconstruction/ construction, lane reconfiguration, street parking reconfiguration, striping, underground utility adjustments if needed, relocation of bus stops with possible bus shelter, parking lot reconfiguration, class III bike route, landscaping and bioretention/rain gardens, new and replacement street lighting, and sidewalk, curb ramp, driveway apron, and curb and gutter improvements. Citywide Phase 4 and 5 Street Rehabilitation Project, City of San Mateo, CA. Principal. NCE is preparing construction documents and pavement rehabilitation and reconstruction design for City's 4th and 5th phases of their Smooth Street Program, including 40 residential sections with poor to failed pavement condition. NCE provided pavement investigation and design, and preparation of civil design PS&Es for construction in 2023 and 2024. Pavement design solutions included conventional HMA overlay, surface reconstruction and FDR. NCE prepared a comprehensive presentation to discuss existing pavement conditions, structure thickness, subgrade materials and utility depths with the City, and recommended pavement treatment options. NCE's approach to pavement design, bid packaging, selection of treatments to maximize quantities, economies of scale, and early winter bidding has resulted in more than 40% cost savings from the City's original paving budget. Pavement Rehabilitation/ Maintenance and Bikeway Improvements, Presidio Trust of San Francisco, CA. Project Manager. NCE is designing the Presidio Trust's pavement rehabilitation and maintenance project with redesign of the bicycle land network. The scope for this project includes preparing PS&Es for bidding purposes. Design elements of the project include pavement design, a roundabout, extensive modification to existing striping and markings to introduce class II and III bikeways and an advisory bike lane, roadway grading, drainage solutions and design, and a bus platform. As part of this project, NCE introduced cost-effective and sustainable pavement treatment alternatives, such as CIR that allows the AC to be recycled in -place offering up a green technology that recycles existing onsite materials, reduces costly truck trips for import of asphalt paving materials, and reduces greenhouse gases and energy usage. The pavement design considered a number of different factors, including medians, curb reveal, depth to underlying concrete, previous overlays and fabric materials, AB thickness, and other buried obstructions, such as rail lines and recommended an appropriate pavement treatment. Measure M Street Rehabilitation Program, City of Berkeley, CA. Project Manager. NCE implemented the City's $30 million, multi -year street surface seal, rehabilitation and reconstruction project, one of the City's largest projects to date. As Project Manager, Ryan managed the development of pavement design and plans, specifications and estimate for more than 30 miles (150 street sections) of surface seal, street rehabilitation, and reconstruction. Complete street elements included new bike lanes, intersection reconfigurations, new pedestrian crosswalks, storm drain improvements, and design of nearly 600 curb ramps, including pedestrian safety improvement bulbouts. NCE's pavement design solutions offered cost savings and environmental benefits using rubberized paving products diverting tires away from landfills, use of longer lasting pavement materials, and using recycle in -place technologies. Page 113 293 City of Dublin Civil Engineering and Survey Services April 12, 2024 Jenny Van Dyke, PE — Project Manager Using her experience in design, asset management, data collection, and project management at NCE, Jenny has experience in pavement management and design, geotechnical investigations, site development, and civil roadway design, including complete streets, green infrastructure, surface and below ground drainage and bicycle and pedestrian improvements, and has managed numerous civil design projects throughout Northern California. Jenny enjoys the opportunity to work on a variety of projects and values team collaboration, project understanding, communication, and client and project needs, resulting in a quality work product and positive experience with the project team. Representative Projects Annual Street Overlay and Rehabilitation 2019-21, City of San Leandro, CA. Project Manager. NCE was contracted by the City of San Leandro to prepare construction documents and pavement rehabilitation and reconstruction design for 19 arterial, collector, and residential streets (4.0 centerline miles) for City's 2019 Annual Street Overlay and Rehabilitation Project. Pavement design solutions included conventional and RHMA overlays, full -depth asphalt reconstruction, FDR, and a pilot project of CIR and top -down FDR based on recommendations provided by NCE. Visible drainage issues were addressed, such as localized ponding in the gutter pan, the design of over 110 ADA ramps, curb and gutter repairs, and improvements to striping and pavement markings with the addition of class II and class IV bike lanes, and road diet and complete streets designs. The design of traffic calming bulbouts were prepared for three streets where NCE analyzed vehicle turning capabilities and impacts to surface drainage. RRFBS, PHBs, and traffic signal modifications were also included. NCE submitted and managed three encroachment permit applications with Caltrans as the project encroached on three state routes. Permitting with BART and UPRR are also required as the project sites intersect with their right- of-way. NCE's Engineer's Cost Estimate matched that of the winning contractor bid, indicating that NCE was able to anticipate the value of the scope of work. Additionally, NCE completed similar services for the City's 2021-23 annual surface seal and rehabilitation programs with construction values of $9.2 million and $2.8 million, respectively, and include pedestrian and bike safety improvements and railroad coordination. Oak Grove Road Pavement Rehabilitation — Phase 3, City of Concord, CA. Project Manager. The project included the rehabilitation of Oak Grove Road, between Treat Boulevard and the southern City limit, which is a 4 to 6 lane commuter arterial through both commercial and residential areas in the City. The project included pavement rehabilitation analysis and design and implements pedestrian and bicycle facility striping improvements to the corridor, as indicated in the City's Bicycle, Pedestrian and Safe Routes to Transit Plan, to achieve network connectivity. As project manager, Jenny was the primary contact with the City and coordinated the pavement design tasks and oversaw the civil design and striping design Education BS, Civil & Environmental Engineering, University of California at Berkeley, 2007 Registrations/ Certifications Professional Engineer — Civil, CA #81847 Affiliations American Society of Civil Engineers American Public Works Association Joined NCE 2006 Total Years of Experience 17 years ,,'ONCE Page 114 294 City of Dublin Civil Engineering and Survey Services April 12, 2024 improvements to meet community needs. NCE used visual surveys, pavement coring and deflection testing to analyze the pavement structure and develop recommendations such as deep mill and overlay and CIR to rehabilitate the pavement surface to address deep pavement cracking. The project reviewed and implemented opportunities to convert existing class III bike facilities to class II, where feasible, to improve user safety. Additional tasks included coordination with various stakeholders such as school, EBRPD, BPAC, and neighboring City of Walnut Creek during design. The design plans included pavement construction phasing in front of a shopping center and high school driveway, replacement of ADA curb ramps, installation of signal interconnect conduit, and replacement of valley and curb and gutter to address localized ponding within a crosswalk. NCE prepared construction PS&E with support during bidding and construction. 13th Street Complete Streets, City of Richmond, CA. Project Manager. The City of Richmond has undertaken a complete streets project to transform an active and dangerous 4-lane roadway into a multi - modal and multi -benefit corridor. Jenny Van Dyke is serving as the project manager and overseeing the multi -faceted design team, including both landscape architecture, traffic engineering, bridge designer, and civil engineering, to take the City's conceptual design for a complete streets and road diet into construction. Tasks include community engagement, utility coordination, drainage design, corner bulbouts, installation of RRFBs, traffic signal reconfigurations, class IV bike lanes, improved transit stops, and placemaking with landscaping improvements. Based on community and City input and in-depth analysis of existing conditions, Jenny will lead the team for the reconfiguration of the street focusing on pedestrian safety, reducing travel speeds, incorporating green infrastructure/ shade trees and designing a welcoming environment to create a vibrant pedestrian -oriented streetscape. Upon the completion of the project 13th street will become one of the City of Richmond's first complete street projects and will transform an underserved neighborhood. Washington Avenue Rehabilitation Project, City of Albany, CA. Project Manager. NCE assisted the City with pavement and civil design services for the reconstruction of Washington Avenue, between San Pablo and Pomona Avenues. The scope included pavement investigation and design and preparation of civil design PS&E for construction. Pavement design solutions included full -depth asphalt reconstruction and FDR. Visible drainage issues were addressed, such as localized ponding in the gutter pan, the design of all non -compliant curb ramps, removal of cross drains and valley gutter replacement, storm drain repairs, and improvements to striping and pavement markings including the addition of high visibility crosswalks. A bioretention facility with landscaping improvements was also designed within the Ohlone Greenway, near a BART elevated structure, to help capture and treat local runoff. NCE submitted and managed two encroachment permit applications with Caltrans and BART as the project encroached in the right-of-way. Measure M Street Rehabilitation, City of Berkeley, CA. Deputy Project Manager. NCE implemented the City's $30 million, multi -year street surface seal, rehabilitation and reconstruction project, one of the City's largest projects to date. As lead civil engineer, Jenny oversaw the development of pavement design and plans, specifications and estimate for more than 30 miles (150 street sections) of surface seal, street rehabilitation, and reconstruction. Complete street elements included new bike lanes, intersection reconfigurations, new pedestrian crosswalks, ADA compliant roadway grading, storm drain and surface drainage improvements, and design of nearly 600 curb ramps, including pedestrian safety improvement bulbouts. NCE's pavement design solutions offered cost savings and environmental benefits using rubberized paving products diverting tires away from landfills, use of longer lasting pavement materials, and using recycle in -place technologies. ,,'ONCE Page 115 295 City of Dublin Civil Engineering and Survey Services April 12, 2024 Franz Haidinger, PE — QA/QC Manager While serving in the military after high school, Mr. Franz Haidinger envisioned a future career that would allow him to "work in the natural environment, spending time in the field as well as the office." In his role at NCE, he enjoys the opportunity to improve and protect the built environment, whether it's implementing sustainable pavement technologies, creating storm water pollution prevention plans, assessing drinking water sources, or remediating contaminated soil. His clients value his ability to understand their needs, evaluate alternatives and determine the most appropriate solutions. According to Sean Rose, Public Works Director of the Town of Woodside, "Franz is a detail -oriented engineer that does a very thorough job preparing plans and specifications. He did a great job listening to our needs and specific comments and provided thorough and concise responses. Ultimately, he provided a high -quality design, and he was a pleasure to work with." Representative Projects I-80/Central Bypass Road Design, City of Richmond, CA. Civil Design Lead. The project will increase spacing between the signalized intersections east of 1-80 by connecting Pierce Street and San Mateo Street, restricting Pierce Street access at Central Avenue to "right -in, right -out" only and relocating the traffic signal at Pierce Street/Central Avenue to the San Mateo Street/Central Avenue intersection. The current phase of project includes conceptual design, public outreach and determination of environmental document along with supporting technical studies. The design elements include utility undergrounding, sidewalks, and LID features like bioretention basin to improve storm water quality. Iron Horse Nature Park and Open Space, City of Dublin, CA. Quality Assurance and Quality Control Manager. NCE's team of landscape architects, civil engineers, hydrologists, biologists, and environmental scientists are leading the design, permitting and construction process for the conversion of an abandoned and contaminated railroad right of way into an innovative and transformative 1.5-mile linear nature park and the improvements to the adjacent Stagecoach Park. The proposed restoration and improvements will provide many different activities, features and experiences that do not exist Education Diplom-Ingenieur (Equivalent of MS degree), Civil Engineering, University of Natural Resources and Life Sciences, Vienna, Austria, 1997 Registrations/ Certifications Professional Engineer — Civil, CA, #64725 Affiliations American Society of Civil Engineers American Public Works Association Joined NCE 2004 Total Years of Experience 24 years in any of the community's other parks. Located adjacent to an existing channelized creek and maintenance road, the park master plan envisions the elimination of the maintenance road, complete transformation, and integration of the creek into the nature park. Key features will include a 12' wide multimodal trail, waysides, and interpretative features with educational information about the natural and cultural history of the site, shaded seating areas, native restoration plantings, stormwater infrastructure, removal and remediation of all contaminated soils and pedestrian connections to adjacent parks, schools, and neighborhoods. OBAG 2 Street Rehabilitation, City of South San Francisco, CA. The City retained NCE to provide pavement and civil engineering design, including Caltrans E-76 authorization for construction, utility coordination, pavement and curb/gutter condition survey, pavement deflection testing, pavement coring, pavement Page 116 296 City of Dublin Civil Engineering and Survey Services April 12, 2024 design recommendations, PS&Es, bidding and construction support services, and Caltrans encroachment permit. It is an OBAG 2 funded program to preserve local streets and roads within the City's priority development area. Selected streets were based on the City's criteria of the construction budget limited to the grant amount, location within the City's priority development area, and candidates for rehabilitation. Civil Design and Measure K Paving Program, Town of Moraga, CA. Project Manager and Lead Civil Engineer. Responsible for the preparation of construction documents to reconstruct three streets (totaling approximately 200,000 square feet) in the Town of Moraga. FDR was chosen as the reconstruction alternative based on a comprehensive pavement and subgrade investigation. The design plans included grading plans and profiles and included drainage improvements and the design and construction of a retaining wall (soldier piles and lagging) to protect an eroding storm drain culvert outfall. The project included comprehensive regulatory compliance and permitting services, as well as coordination with adjacent property owners (St. Mary's College) as some of the design elements were sited in biological sensitive areas. Key to the project success was the tight collaboration with staff responsible for the permitting and regulatory compliance tasks, incorporation of permitting requirements and mitigation measures into the design documents, and communication with Town staff and stakeholders. After passing a 1 percent sales tax in 2012 to raise approximately $8 million for streets and roads, Measure K, the Town selected NCE for a three-year, on -call contract to provide a variety of pavement -related services for this significant community project. Via Verdi Slope Stabilization, City of Richmond, CA. Lead Civil Engineer. NCE was retained by the City to assess the extent of a substantial landslide along a section of roadway providing the only access to a residential subdivision with homes and apartment units. With continued landslide movement and distress to the roadway, NCE was tasked to design an emergency access road within a day with construction starting over the weekend and opening to traffic within one week. NCE is now developing slope stabilization alternatives for long-term repair and completing initial permitting. Once a preferred solution has been selected, NCE will move forward with design, permitting, and environmental documents. Castro Ranch Road Rehabilitation and Complete Streets Improvements, City of Richmond, CA. Lead Civil Engineer. Improvements include pavement rehabilitation featuring CIR, digouts, road widening, median islands and pedestrian passageways, sidewalks, ADA curb ramps, median refuges, Class II bicycle facilities including green painted bicycle lanes, rectangular rapid flash beacons (RRFB), landscaping, storm drain inlet improvements, roadway regrading, and guardrails. University/Marina/Spinnaker Street Improvement Project, City of Berkeley, CA. Project Manager. NCE was retained by the City to provide engineering and design services for the realignment and reconstruction of University Avenue between the frontage road at 1-80 and Marina Blvd. at the Berkeley Marina. The eastbound lanes, featuring numerous undulation due to a settled roadbed, will be moved north to the current median, while the westbound lanes will stay in their current location. The intersection between University Avenue and Marina Blvd. will be modified to a roundabout. The road reconstruction includes FDR of the onsite soils and pavement to be overlaid by an 8-inch thick hot mix asphalt pavement. The project design includes LID features like bio-detention basins, new street lighting, new infrastructure including a sewer and water service for a future kiosk, landscaping, irrigation, and striping. ,,'ONCE Page 117 297 Education PhD, Civil Engineering, National Taiwan University, Taiwan, 2009 MS, Civil Engineering, Columbia University, New York, 2012 BS, Civil Engineering, National Taiwan University, Taiwan, 2002 Registrations/ Certifications Professional Engineer — Civil, CA #87635 MTC StreetSaver° Rater Certification Program Affiliations American Society of Civil Engineers American Concrete Pavement Association Total Years of Experience 12 years City of Dublin Civil Engineering and Survey Services April 12, 2024 Mei-Hui Lee, PhD, PE — Technical Advisor Dr. Mei-Hui Lee has a PhD in civil and pavement engineering and over 12 years of extensive experience in pavement design, evaluation and maintenance projects. Currently, Mei-Hui serves as Project Manager and Senior Engineer for various pavement and civil design and pavement management projects at NCE. Her clients include the Counties of Siskiyou, Mendocino, Lake, Trinity, Mariposa and Sacramento as well as multiple cities including South San Francisco, Pacifica, Belmont Sacramento, Davis, Stockton, Elk Grove, Lincoln, and Folsom. Mei-Hui is certified by the MTC inspector certification testing program. She was also involved in trench cut study for City of Sacramento and Pacifica. Representative Projects Citywide Phase 4 and 5 Street Rehabilitation Project, City of San Mateo, CA. Project Manager. NCE is preparing construction documents and pavement rehabilitation and reconstruction design for City's 4th and 5th phases of their Smooth Street Program, including 40 residential sections with poor to failed pavement condition. NCE provided pavement investigation and design, and preparation of civil design PS&Es for construction in 2023 and 2024. Pavement design solutions included conventional HMA overlay, surface reconstruction and FDR. NCE prepared a comprehensive presentation to discuss existing pavement conditions, structure thickness, subgrade materials and utility depths with the City, and recommended pavement treatment options. NCE's approach to pavement design, bid packaging, selection of treatments to maximize quantities, economies of scale, and early winter bidding has resulted in more than 40% cost savings from the City's original paving budget. 5-Year Pavement Preservation Program and Civil Design Services, City of Martinez, CA. Project Manager. Dr. Lee is responsible for developing a multi- year work plan, managing annual pavement resurfacing and rehabilitation projects, and providing technical supports on City's Council meetings and Measure D workshops. As part of its 5-year work plan developed by NCE, the City allowed for pavement rehabilitation and resurfacing to be designed in advance of construction and allow for earlier bidding to obtain competitive Joined NCE bids. It was the City's desire to have resurfacing and rehabilitation projects for 2014 each year, grouping and aggregating by neighborhoods for efficiency of design, construction (less mobilization), and future maintenance. More cost- effective cape seal on poor pavement condition or full depth reclamation under failed pavement condition with base material failure to help City treat more streets within limited budgets. NCE worked with the City to update pavement strategies and conducted field reviews to verify pavement condition and design of treatments in different neighborhoods. NCE also supported City staff for Measure D workshops and City Council meetings. Currently, NCE is providing pavement and civil design services on 2023 street surface seal and Page 118 298 City of Dublin Civil Engineering and Survey Services April 12, 2024 rehabilitation projects (approximately $6 million construction costs) and updating the 5-year wok plan with City's updated construction budget. 2017, 2018-2020 South San Francisco Pavement Management Program/ 2021 Pavement Management Program, City of South San Francisco, CA. Senior Engineer/Project Manager. NCE has been providing to the City a various of pavement management services including development of a multi -year Paving Work Plan, updating the City's maintenance and rehabilitation decision tree, evaluating alternative pavement treatment technologies, and development of construction documents for bidding. In 2017 to 2021 pavement management programs, we have developed pavement design and civil design for surface seal and rehabilitation of 48 centerline miles (more than 200 sections) of City streets with a construction cost over $14 million. In addition, NCE has modified City's Street Saver database and updated historical maintenance and rehabilitation records to perform budget analyses and develop multi -year work plan. Recently, City's 6- Year Work Plan was updated based on City's budget, rehabilitation strategy and candidate streets are grouped by maintenance zone for efficiency of design, construction (less mobilization), future maintenance, and to be able to resurface more streets with a limited pavement resurfacing annual budget. NCE has provided pavement and civil design services for preventive maintenance on City streets with scrub, slurry, and cape seals and rehabilitation of City streets with mill and overlays as well as surface reconstruction. Pavement Management System Updates, Various Cities and Counties. Project Engineer. Mei-Hui has been involved with updating Pavement Management Systems (PMS) for many Cities and Counties in the Bay Area, Central Valley, and outside of California. She is responsible for the analysis and quality control of pavement distress data collection, updating maintenance and rehabilitation decision trees and the treatment unit costs, and the development of budget scenarios and summary reports. She has developed cost-effective maintenance treatments and strategies, prepared custom multiple -year detailed street maintenance plans and budget option reports, and linked GIS maps with management sections in the client's PMS database. Some of her current/past PMS clients include: 4! Ada County, ID -41. East Bay Regional 1 Amador City Park Districts 1 Amador County i! Elk Grove 1 Belvedere 1 Fairfax 41 Belmont 41 Folsom 41 Benicia 41 Hayward Airport 1 Calistoga 1 Jackson 1 Chula Vista 1 Lake County v! Clearlake City 1 Lakeport v! Concord 4! Madera County v! Contra Costa ,! Mariposa County County ,! Marin County : Dublin v! Monterey County v! Moraga v! Novato v! Oakland v! Placerville v! Pleasant Hill v! Plymouth v! Rio Vista :'! Sacramento i'! Sacramento County ! San Francisco :! San Rafael 4! Santa Cruz v! Santa Rosa v! Siskiyou County v! South San Francisco ;! Sonoma County 4! St. Helena 4! Trinity County ! University of California -Davis ! Vallejo ! Yuba City ! Yountville ;'!NCE Page 119 299 City of Dublin Civil Engineering and Survey Services April 12, 2024 James Signore, PhD, PE — Pavement Design Lead Dr. James M. Signore, PE, specializes in pavement design and evaluation, rehabilitation and maintenance, materials assessment, and training. He has experience in designing pavements for many local agencies, Caltrans and for heavy vehicle loading applications at airfields and ports. He has spent years researching all types of pavement materials, having directed a state-of-the- art AMRL certified and Superpave mix design equipped research laboratory and is well versed in state and local pavement practices and specifications. James has taught NHI's and ASCE's "Techniques for Pavement Rehabilitation" (including best practices for utility cuts and patches) seminars to practicing engineers for 20 years. He taught graduate courses in pavement engineering at San Jose State University and many of his former students are civil engineers at local agencies. He uses his practical and research experience, technical knowledge and teaching skills to develop an understanding of client needs and the creation of design and rehabilitation strategies that offer the client agency the leading edge in methods and materials for their pavements. James is a Member of the Transportation Research Board Committee AFD70, Pavement Rehabilitation, AFD70-1, Pavement Interlayer Systems and the FAA Airport Pavement Technical Working Group. James has worked on several pavement impact studies caused by different truck traffic as well as those from utility cuts e.g., City of Philadelphia. He has used a variety of rigorous technical approaches to determine these impacts such as: a' Development of an experiment design to ensure that all variables affecting pavement impacts are included `a. Rigorous statistical analyses to ensure that results and conclusions are significant a' Pavement structural analysis, including the use of deflection testing O' Pavement condition analysis, employing the use of pavement management data In each case, the appropriate technical approach was selected depending on the type of study and the data available. Representative Projects I-80/Central Avenue Interchange Improvements, Richmond, CA. Pavement Engineer. The City of Richmond is serving as the lead agency for the I- 80/Central Avenue Interchange Improvement Project, which will improve traffic conditions along the Central Avenue interchange. 2017 to Present Pavement Management Program, City of South San Francisco, CA. Lead Pavement Engineer. NCE has been providing to the City a full range of pavement management services including development of a 5- year Paving Work Plan, updating the City's maintenance and rehabilitation decision tree, evaluating alternative pavement treatment technologies, and development of construction documents for bidding. Education PhD, Civil Engineering, University of Illinois, Urbana -Champaign, 1998 MS, Civil Engineering, University of Illinois — Urbana -Champaign, 1994 BS, Electrical Engineering, Clarkson University, 1985 Registrations/ Certifications Professional Engineer — Civil, CA, #62647 Affiliations TRB Committee AFD70, Pavement Rehabilitation TRB Committee AFD70- 1, Pavement Interlayer Systems American Society of Civil Engineers Joined NCE 1999-2001, 2014 Total Years of Experience 25 years ,,'ONCE Page 120 300 City of Dublin Civil Engineering and Survey Services April 12, 2024 To date we have developed pavement design and civil design for rehabilitation and preventive maintenance of 48 miles (more than 200 street sections) of City streets with a construction cost of over $14 million. NCE has provided pavement and civil design services for preventive maintenance on City streets with scrub, slurry, and cape seals and rehabilitation of City streets with mill and overlays as well as surface reconstruction. NCE civil and pavement engineering design services included pavement coring, curb/gutter replacement, utility coordination, curb ramp design, drainage improvements, sidewalk replacement, pavement design recommendations, PS&Es, and bidding and construction support services. OBAG 2 Street Rehabilitation, City of South San Francisco, CA. Pavement Engineer. NCE provided pavement and civil engineering design, including Caltrans E-76 authorization for construction, utility coordination, pavement and curb/gutter condition survey, pavement deflection testing, pavement coring, pavement design recommendations, PS&Es, bidding and construction support services, and Caltrans encroachment permit. It is an OBAG 2 funded program to preserve local streets and roads within the City's priority development area. Selected streets were based on the City's criteria of the construction budget limited to the grant amount, location within the City's priority development area, and candidates for rehabilitation. Measure M Street Rehabilitation Program, City of Berkeley, CA. Lead Pavement Engineer. James is responsible for the development of pavement design and PS&E for the first phase of the project, which consists of 39 rehabilitation and reconstruction street sections and 24 surface seal street sections, replacing/retrofitting nearly 300 curb ramps, replacement of curb/gutter, intersection reconstruction, bike and pedestrian improvements, and traffic control plans. Measure Q Street Rehabilitation and Maintenance, City of Concord, CA. Project Manager/Pavement Engineer. James managed the project and developed the rehabilitation plans for East Olivera Road and Hillsborough Drive in Concord. These streets exhibited a mix of extensive fatigue cracking and transverse thermal cracking. Tasks ranged from design and construction consulting to client interaction to budget control. The recommendations presented were CIR and FDR. FDR was selected for these streets, which were completed in November 2016. These green treatments eliminated the need for significant and costly full -depth base repairs. On -Call Pavement Engineering, California Department of Transportation, Statewide, CA. Project Manager. James manages the pavement on -call contract with Caltrans and is responsible for all contractual and project management activities. Major task orders emphasize asphalt and concrete pavement performance and evaluation for all types of pavement issues such as a comparison of ARHM and conventional HMA performance, HMA smoothness specifications, and polyester inlay materials evaluation. He provided technical guidance on the selection and testing of joint filler and spall repair materials and acted as a construction methods assessor on the installation of precast concrete slabs. He wrote, reviewed, or edited numerous interim and final reports including those dealing with continuously reinforced concrete, rapid set concrete, concrete inlay hardeners, and concrete flexural strength. Pavement Rehabilitation Project, Concord, CA. Project Manager and Pavement Engineer. James managed the project and developed the rehabilitation plans for East Olivera Road and Hillsborough Drive in Concord. These streets exhibited a mix of extensive fatigue cracking and transverse thermal cracking. Tasks ranged from design and construction consulting to client interaction and budget control. The recommendations presented were CIR and FDR. FDR was selected for these streets that were completed in November 2016. These green treatments eliminated the need for significant and costly full -depth base repairs. Page 121 301 City of Dublin Civil Engineering and Survey Services April 12, 2024 Debaroti Ghosh, PhD, EIT — Pavement Design Dr. Debaroti Ghosh is highly skilled in asphalt material characterization, material rheology assessment, pavement management system, construction material lab testing, non-destructive and accelerated pavement testing. Her non-destructive pavement testing experience includes using GPR, rolling density meter and falling weight deflectometer. Debaroti is proficient in pavement design, soil -mechanics, pavement preservation, concrete pavement evaluation, earthquake engineering and pavement distress identifications. She has experience in rigorous data analysis and structural analysis (empirical and mechanistic -empirical). She currently serves as a Project Engineer for complex pavement management, maintenance, rehabilitation, design, and planning projects. Additionally, she is certified by the MTC to perform pavement distress inspections. Representative Projects Annual Overlay/Rehabilitation, 2017-2018 and 2019-2021 Pavement Design and PS&E, City of San Leandro, CA. Project Engineer. NCE prepared construction documents and pavement rehabilitation and reconstruction design for 23 arterial, collector, and residential streets (5 miles). NCE's scope of work included pavement investigation and design and preparation of civil design PS&Es for construction. Pavement design solutions included conventional and RHMA overlays, full -depth asphalt reconstruction, FDR in lieu of more expensive conventional reconstruction, and a pilot project for CCPR on an arterial street based on recommendations provided by NCE. Visible drainage issues were addressed, such as localized ponding in the gutter pan, the design of over 100 ADA ramps, curb and gutter repairs, and improvements to striping and pavement markings with the addition of class II and class IV bike lanes. NCE submitted and managed three encroachment permit applications with Caltrans as the project encroached on three state routes. NCE's engineer's estimate matched that of the winning contractor bid, indicating that NCE was able to anticipate the value of the scope of work and contractor climate. PTAP Round 22, Metropolitan Transportation Commission, Oakland, CA. Pavement Design. NCE is providing engineering services to the City of Oakland who received a PTAP22 Grant from the Metropolitan Transportation Commission (MTC) to update its StreetSaver° pavement management program (PMP). The StreetSaver° database was last updated in 2018, just as the impacts of Measure KK were being realized. Since that time, the City has embarked on an ambitious paving schedule, and this update will assist the City in evaluating the progress made since then. In addition, the City will identify streets for a patching program (estimated at $1 million annually) based on the data collected. NCE is updating the pavement condition data on Education PhD, Civil Engineering, University of Minnesota, Twin Cities, 2018 MS, Civil Engineering, University of Oklahoma, 2014 BS, Civil Engineering, Bangladesh University of Engineering/Technolog y, 2010 Registrations/Certifica tions MTC StreetSaver° Rater Certification Program Affiliations American Society of Civil Engineers Women in Transportation Engineering Association of Asphalt Pavement Technology Joined NCE 2018 Years of Experience 5 years the entire street pavement network, updating maintenance and rehabilitation (M&R) history, updating the M&R decision tree, ,,'ONCE Page 22 302 City of Dublin Civil Engineering and Survey Services April 12, 2024 performing budget analyses and preparing a Budget Options Report. In addition to MTC's requirements, NCE is developing a two-year patching plan, as well as inspecting 18,000 curb ramps and approximately 1,126 miles of sidewalks to determine ADA compliance status and mapped onto a geodatabase. 2018 to Present Pavement Management Program, City of South San Francisco, CA. Project Engineer. NCE has been providing to the City a full range of pavement management services including development of a 5-year Paving Work Plan, updating the City's maintenance and rehabilitation decision tree, evaluating alternative pavement treatment technologies, and development of construction documents for bidding. To date we have developed pavement design and civil design for rehabilitation and preventive maintenance of 48 miles (more than 200 street sections) of City streets with a construction cost of over $14 million. Starting in 2017 to present for the City's Pavement Management Program NCE has provided pavement and civil design services for preventive maintenance on City streets with scrub, slurry, and cape seals and rehabilitation of City streets with mill and overlays as well as surface reconstruction. NCE civil and pavement engineering design services included pavement coring, curb/gutter replacement, utility coordination, curb ramp design, drainage improvements, sidewalk replacement, pavement design recommendations, PS&Es, and bidding and construction support services. Develop 5 Year Rehabilitation and Maintenance Plan, Contra Costa County, CA. Project Engineer. Debaroti conducted field reviews and updated Pavement Management Program (PMP) for Contra Costa County. This included updating maintenance and rehabilitation decision trees and the treatment unit costs, development of budget scenarios and summary reports, preparation of a 5-year treatment plan. Debaroti developed a 5-years road maintenance and rehabilitation plan for the County. Various Road Rehabilitation Projects, Various Cities and Counties, CA. Project Engineer. Debaroti designed the structural section of various streets all over California. The design usually included field evaluation using detailed pavement visual assessment, non-destructive testing using FWD, and coring with dynamic cone penetrometer testing and lab test results of existing pavement road base and subgrade soils. Using the data obtained from the detailed field evaluation and laboratory testing, Dr. Ghosh performed pavement analysis and design to develop pavement treatment recommendations. Several analytical approaches were used to explore and assess efficient pavement designs for each road segment. The use of green recycling pavement technologies, such as CIR that has both cost and environmental benefits and is less disruptive to traffic than conventional mill and overlays were evaluated as options for the recommended treatments. Some projects are listed below. Centerline Miles Castro Ranch Road Rehabilitation Project City of Richmond, CA 1.6 2020 Street Reconstruction Project City of Belmont, CA 1.6 Pavement Rehabilitation 2019 SB1 City of Sunnyvale, CA 4.0 City of South San Francisco, CA Town of Moraga, CA Tuolumne County, CA Project Name 2018-2021 Pavement Rehabilitation 2020 Pavement Rehabilitation Project RMRA Mitigation -Funded Road Repair Projects County Road 31 and County Road 32 Pavement Design 2019 Annual Street Overlay and Rehab Agency 7.0 1.6 12.5 Yolo County, CA 7.7 City of San Leandro 3.0 DICE Page 23 303 City of Dublin Civil Engineering and Survey Services April 12, 2024 Gail Ervin, PhD — CEQA/NEPA Lead Gail Ervin, PhD, has more than 35 years of experience in environmental assessment and planning, facilitation, and public dispute resolution, as both agency staff and consultant. She specializes in transportation and municipal infrastructure projects, downtown commercial and affordable housing development, adaptive reuse of historic buildings, and brownfield redevelopment, with special expertise in downtown and neighborhood revitalization. Additionally, Gail has served in numerous community and international positions, including as a Sacramento County Project Planning Commissioner, Association of Environmental Professionals State Board member, and US Representative to the World Mediation Forum. This professional experience uniquely complemented by her active civic involvement provides a thorough understanding of project analysis for both locally (CEQA) and federally funded (NEPA) projects, public dispute resolution, public policy development, project management, public outreach, and development review from all perspectives. Representative Projects I-80/Central Avenue Interchange Improvement, City of Richmond, CA. Environmental Compliance Lead/CEQA/NEPA Task Manager. The 1-80 Interchange at Central Avenue has several traffic operations and public safety challenges associated with its current configuration. The City of Richmond, in partnership with Caltrans, proposes to implement roadway and traffic light improvement to address these issues. NCE is providing environmental compliance and permitting for the project under the Local Assistance Program through Caltrans District 4. NCE prepared the Preliminary Environmental Study (PES), obtained concurrence from Caltrans District 4 Environmental Staff and then conducted field investigations and technical studies for biological and cultural resources, hazardous materials, noise, air quality, water quality, hydrology, visual resources, and traffic. The cultural resources investigation included an Extended Phase 1 Archaeological Resources investigation (XPI) and the results of the Phase I Environmental Site Assessment (ESA) for hazardous materials required implementing a comprehensive Phase II ESA. NCE is leading the preparation of the CEQA Initial Study and environmental document. Iron Horse Nature Park and Open Space, City of Dublin, CA. Environmental Compliance Oversight (CEQA). Gail was involved in scoping, environmental strategy, and will QC documents for this project. NCE's team of landscape architects, civil engineers, hydrologists, biologists, and environmental scientists are leading the design, permitting and construction process for the conversion of an abandoned and contaminated railroad right of way into an innovative and transformative 1.5-mile linear nature park and the improvements to the adjacent Stagecoach Park. The proposed restoration Education PhD, Human Sciences, Specialization in Transformative Social Change/ International Peace and Conflict Resolution, Saybrook University, 2015 MA, Environmental Planning, Consortium of the California State University, 1988 BA, Social Ecology, University of California, Irvine, 1978 Certifications Certificate, International Peace and Conflict Resolution, Saybrook University, 2011 Certificate, Environmental Planning, University of California, Irvine Extension, 1977 Joined NCE 2018 Total Years of Experience 35 years Page 24 304 City of Dublin Civil Engineering and Survey Services April 12, 2024 and improvements will provide many different activities, features and experiences that do not exist in any of the community's other parks. Located adjacent to an existing channelized creek and maintenance road, the park master plan envisions the elimination of the maintenance road, complete transformation, and integration of the creek into the nature park. Key features will include a 12' wide multimodal trail, waysides, and interpretative features with educational information about the natural and cultural history of the site, shaded seating areas, native restoration plantings, stormwater infrastructure, removal and remediation of all contaminated soils and pedestrian connections to adjacent parks, schools, and neighborhoods. Berkeley University/Marina/Spinnaker Street Improvement MND, City of Berkeley, CA. Environmental Project Manager. NCE led the integrated civil design and environmental review (CEQA) and permitting for this high visibility local road improvement project. The project included the realignment and reconstruction of University Avenue to move off the old pier structure, with a roundabout connection at Marina, resurfacing and potential realignment of Marina with potential parking improvements, resurfacing of Spinnaker with pedestrian enhancements, and green infrastructure parking improvements. Although the City initially requested three separate scopes of work, based on public understanding of the project, NCE recommended a merged environmental review that protects the City, provides comprehensive information and greater transparency for decision makers and the public, provides greater flexibility for construction timing, and saved the City money. Once technical studies and an initial study were coordinated with design to ensure no environmental impacts would occur in this sensitive location, the project was able to be categorically exempted from CEQA. Walnut Creek Flow Trail, City of Walnut Creek, CA. Project Manager The Lime Ridge Regional Recreational Area is located on the eastern edge of Walnut Creek on a dominant ridge leading to Mount Diablo and contains some of the last remaining chaparral in Walnut Creek and a rich diversity of plant and animal life. Currently, mountain bikers are creating unauthorized flow trails through sensitive habitat. The City's objective is to create a mountain bike flow trail in less sensitive habitat that meets the terrain -induced, roller coaster experience with little pedaling and braking necessary that mountain bikers are seeking. NCE is conducting botanical surveys, aquatic resources delineation, Native American consultation, and CEQA review for the proposed trail route. Based on the analysis, the City is designing the creek crossing to avoid impact to wetlands. The initial study review is anticipated to result in a Mitigated Negative Declaration. Gail is managing the completion of technical studies and the CEQA process. Shannon Road Repair Project, Town of Los Gatos, CA. Principal. NCE has provided civil engineering, pavement engineering, environmental (CEQA NOE and supporting biological and cultural resource evaluations), and geotechnical engineering for the development of concept repair alternatives and construction documents for the reconstruction of a portion of Shannon Road to stabilize the roadway embankment. The section of roadway has been experiencing ongoing slope creep and movement resulting in pavement cracking and settlement issues and has required ongoing maintenance by the County and the Town. These road failures are primarily due to slope creep from an over -steepened roadway and improperly constructed embankment. The repair design including includes addition of a stabilizing soldier pile and lagging wall, reconstruction of the roadway with changes to cross slopes and limited roadway widening, replacement and improvements to the concrete metal pipe cross drain, and installment of a new Midwest guardrail system. ,,'ONCE Page 25 305 City of Dublin Civil Engineering and Survey Services April 12, 2024 Cord Hute — Biological and Aquatic Resources, Permitting Cord Hute has 26 years of experience in environmental permitting, planning, biological surveys, biological monitoring, and project management. His expertise includes environmental planning and project permitting; aquatic and terrestrial ecological surveys; endangered species surveys; EIRs and EISs under CEQA and NEPA; Biological Assessments and Environmental Assessments; environmental oversight/monitoring of construction projects; state and federal Endangered Species Act consultations; wetland delineation and permitting; and wetland mitigation. He has provided services to both the private and public sectors— including telecommunications, utilities, oil and gas, public transportation projects, and residential and commercial development. Cord has adeptly handled planning, permitting, and construction monitoring projects throughout California, Nevada, Utah, Arizona, and New Mexico. He has managed and prepared innumerable environmental documents required to satisfy local, state, and federal agencies. And he has consulted and successfully negotiated with a variety of agencies, including the U.S. Army Corps of Engineers (USACE), U.S. Fish and Wildlife Service (USFWS), Bureau of Land Management (BLM), NOAA Fisheries, California Department of Fish and Wildlife, California RWQCB, California State Lands Commission, California Public Utilities Commission, and the San Francisco Bay Conservation and (BCDC). Education BS, Biology/ Environmental Science, University of Dubuque, 1995 Joined NCE 2022 Total Years of Experience 26 years Development Commission Representative Projects I-80/Central Avenue Interchange Improvement, City of Richmond, CA. Senior Biologist. The 1-80 Interchange at Central Avenue has several traffic operations and public safety challenges associated with its current configuration. The City of Richmond, in partnership with Caltrans, proposes to implement roadway and traffic light improvement to address these issues. NCE is providing environmental compliance and permitting for the project under the Local Assistance Program through Caltrans District 4. NCE prepared the Preliminary Environmental Study (PES), obtained concurrence from Caltrans District 4 Environmental Staff and then conducted field investigations and technical studies for biological and cultural resources, hazardous materials, noise, air quality, water quality, hydrology, visual resources, and traffic. The cultural resources investigation included an Extended Phase 1 Archaeological Resources investigation (XPI) and the results of the Phase 1 Environmental Site Assessment (ESA) for hazardous materials required implementing a comprehensive Phase 11 ESA. NCE is leading the preparation of the CEQA Initial Study and environmental document. Iron Horse Nature Park and Open Space, City of Dublin, CA. Environmental Services Program Manager. Cord managed the implementation of the environmental studies (biological, aquatics, cultural, and hazardous materials contamination), the preparation and submittal of regulatory permit applications (CDFW Lake and SAA, RWQCB Section 401 permit, and USACE Nationwide 14 permit), and consultation with regulatory agencies to successfully secure environmental permits for the project. NCE's team of landscape architects, civil engineers, hydrologists, biologists, and environmental scientists are leading the ,,'ONCE Page 26 306 City of Dublin Civil Engineering and Survey Services April 12, 2024 design, permitting and construction process for the conversion of an abandoned and contaminated railroad right of way into an innovative and transformative 1.5-mile linear nature park and the improvements to the adjacent Stagecoach Park. The proposed restoration and improvements will provide many different activities, features and experiences that do not exist in any of the community's other parks. Fire Damage Recovery Paving Project, Sonoma County, CA. Senior Biologist. NCE is providing environmental review services on Sonoma County's (County) Fire Damage Recovery Paving Project — Phase II (project) located in Sonoma County, California. NCE was responsible for completing cultural and biological resources investigations and CEQA review and is supporting the County during construction. Our team worked closely with County staff to ensure the project would stay within the threshold of a CEQA CE. NCE prepared an archaeological and biological inventory of a 236-acre APE that identified 20 cultural resources and special status species and habitats within or adjacent to the APE; Cord was the lead biologist preparing the biological resources technical memorandum and worked with the County to define appropriate construction avoidance measures. NCE proactively made recommendations to protect or avoid resources that included specifying avoidance zones within the design plans, removal of non- essential project elements, or modifications to the design to avoid resource impacts. The project was determined to be categorically exempt per CEQA Guidelines Sections 15300-15333 and NCE prepared a Notice of Exemption and Administrative Record for the County. Via Verdi Emergency Response Slope Stabilization and Culvert Replacement, City of Richmond, CA. Senior Scientist. Cord is serving as the CDFW qualified biologist for site restoration activities and is managing the implementation of regulatory permit conditions and requirements during the restoration of vegetation communities onsite, including implementation of the SWPPP, pre -construction biological surveys, and environmental monitoring of site construction activities. The project included the replacement and new construction of a large culvert on San Pablo Creek (W=26'; H=19') in 2 phases. Phase 1 was initiated due to a sinkhole that collapsed unexpectedly on Via Verdi near El Portal Drive. The collapse occurred within a portion of a very large, oval shaped corrugated metal pipe culvert. The City declared this event a local state of emergency due to implications to street infrastructure, utilities, critical habitat, San Pablo Creek and access to nearby communities. Subsequently, Phase 2 was initiated several years later due to a 300-foot-long landslide that developed upstream from the culvert headwall that also rendered adjacent Via Verdi unsafe. Both occurrences threatened to cut off the only access (i.e., Via Verdi) to 85 residencies and 2 large apartment complexes. NCE completed all engineering, permitting and regulatory compliance services for both phases. Our environmental services included agency consultations, biological and cultural resource assessments, aquatic resource delineations, Section 7 consultation with the USFWS, CEQA and NEPA documents, and permitting with the USACE, CDFW, and RWQCB. The 404 permit was an Individual Permit requiring a complete alternatives analysis and approval. Point Molate Beach Park Erosion Assessment, City of Richmond, CA. Senior Biologist. The Point Molate area is a key coastal resource for the City of Richmond. A section of coastline at a City park began to erode at a rate that undermined a City road, created a public safety issue and could lead to delays for a planned bike path unless addressed. NCE is completing the planning, permitting and design for the coastal erosion and park improvements. NCE completed technical studies to support CEQA, consultations (ESA Section 7 and NHPA Section 10) and Clean Water Act (CWA) Section 404/401, Rivers and Harbors Act Section 10, and Bay Conservation and Development Commission permits. NCE is proactively working with regulatory and permitting agencies to provide the appropriate design that can be implemented at the earliest possible time to stop the erosion and restore footing for the planned bike path. ,,'ONCE Page 27 307 City of Dublin Civil Engineering and Survey Services April 12, 2024 Mary Horvath, PE, CFM, QSP — Hydrology and Hydraulics Lead Mary Horvath, PE, CFM, QSP, has more than 29 years of experience in water resources and floodplain management, 23 within the Northern Nevada region. She has expert understanding of the hydraulics of riverine environments. Mary has managed or been the technical lead on numerous successful multi -discipline projects for public entities throughout the Northern California and Nevada region. She has participated in several successful projects with responsibility for presenting highly technical evaluations to people within and outside the water resources field. Representative Projects I-80/Central Avenue Interchange Improvement, Contra Costa Transportation Authority (CCTA) and City of Richmond, CA. Lead Hydraulic Engineer. Improvements will be completed as two separate projects in an effort to improve traffic congestion in the 1-580/1-80 Central Avenue area. Through the use of multiple electronic variable message signs, the first project will redirect 1-80 westbound on -ramp traffic during weekend peak periods to 1-580. The second project will improve signalized intersection spacing along Central Avenue by connecting Pierce Street and San Mateo Street, converting Pierce Street access at Central Avenue to "right -in, right - out," and relocating the traffic signal at Pierce Street/Central Avenue to the San Mateo Street/Central Avenue intersection. Mary is responsible for the analysis of the hydrologic and hydraulic conditions of the site in order to inform the design for storm water management. Iron Horse Nature Park and Open Space, City of Dublin, CA. Hydrologic/Hydraulic Task Lead. Mary is completing the hydrologic analysis for culvert crossings in the trail design and the stormwater analysis for the project. NCE's team of landscape architects, civil engineers, hydrologists, biologists, and environmental scientists are leading the design, permitting and construction process for the conversion of an abandoned and contaminated railroad right of way into an innovative and transformative 1.5- mile linear nature park and the improvements to the adjacent Stagecoach Park. The proposed restoration and improvements will provide many different activities, features and experiences that do not exist in any of the community's other parks. Located adjacent to an existing channelized creek and maintenance road, the park master plan envisions the elimination of the maintenance road, complete transformation, and integration of the creek into the nature park. Key features will include a 12' wide multimodal trail, waysides, and interpretative features with educational information about the natural and cultural history of the site, shaded seating areas, native restoration plantings, stormwater infrastructure, removal and remediation of all contaminated soils and pedestrian connections to adjacent parks, schools, and neighborhoods. Education MS, Hydrology, University of Nevada, Reno, 1996 BA, Geology, Smith College, 1990 Registrations/ Certifications Professional Engineer — Civil, CA #74433 Certified Floodplain Manager (ASFPM: US05-01731) Qualified Stormwater Pollution Prevention Plan Preparer (QSP) — CA #22855 Affiliations American Society of Civil Engineers Floodplain Management Association Association of State Floodplain Managers Joined NCE 2017 Years of Experience 29 years ,,'ONCE Page 28 308 City of Dublin Civil Engineering and Survey Services April 12, 2024 Marina Streets Improvement Project, City of Berkeley, CA. Lead Hydrologist/Hydraulic Engineer. Mary led the analysis and design of drainage improvements and storm water facilities including the infiltration features. The streets that service the Berkeley Marina, a popular public amenity, are dilapidated and frequently flood with stormwater. To counter this, the City of Berkeley is conducting a series of improvement projects to address the structural, aesthetic and drainage issues of the roadways. NCE is leading the integrated civil design and environmental review and permitting for these projects that include the realignment/reconstruction of University Avenue, Marina Boulevard, and Spinnaker Way, construction of a roundabout connection at the intersection of University Avenue with Marina Boulevard, parking improvements, pedestrian circulation and safety enhancements, new drainage facilities, and green infrastructure and pervious parking treatment to reduce stormwater runoff to the bay. The design addressed sea level rise and resiliency, cultural resources, green infrastructure, and public access. Los Gatos Stormwater Master Plan, Town of Los Gatos, Los Gatos, CA. Technical Lead. The Town of Los Gatos, located in the foot hills of Silicon Valley, needed a prioritized list of Capital Improvement Program (CIP) projects to address chronic flooding and maintenance issues. The Stormwater Master Plan (SWMP) Update, which NCE completed for the Town in early 2021, included the delineation of priority areas, a data collection effort to inventory the Town's drainage infrastructure, an update of the Town's existing geodatabase with the collected data, a hydrologic and hydraulic analysis analyses to characterize drainage deficiencies in the priority areas, and the identification, conceptual design and cost estimates for CIP projects to address drainage issues. Mary was the main point of contact with the Town and led all technical aspects of the project including data collection, hydrologic and hydraulic analysis, and the preparation of the Stormwater Master Plan Update. Rumrill Boulevard Complete Streets and Green Infrastructure, City of San Pablo, CA. Stormwater Design Lead. Mary led the design of the stormwater and drainage facilities. NCE designed a 2.5-mile-long complete streets project along Rumrill Boulevard with an estimated construction value of $15 million. This Community -based design process focused on transforming the street into a safe and friendly place for people and business by improving conditions for walking, bicycling, and transit. The project adds Class IV bikeways in both directions of travel. Additional key project elements include landscape buffers, widened bus stop landings, increased parking, and video detection at traffic signals for vehicles and bicycles. In addition, the project includes LID design and bioretention basins, landscaping improvements, curb extensions/bulbouts, sidewalk widening, crosswalk improvements with rectangular rapid flashing beacons, median refuges bus stop shelters, expanded street lighting, ADA concrete and roadway improvements (curb ramps, sidewalks, driveways, medians, and regrading pedestrian roadway crossings), drainage improvements, trail crossings, wayfinding signs, pedestrian and street lighting. Mary led the design of the stormwater and drainage facilities. 2018 Resurfacing Program, City of Albany, CA. Drainage Design. NCE developed construction documents for a surface seal program, covering 20 streets throughout the northern half of the City. The program included residential and collector streets in fair to poor condition with improvements such as extensive base repairs, crack sealing, slurry seals, rubberized cape seal, and striping. The project also completed the remaining bike route and pedestrian crossing striping and signage updates from the City's Active Transportation Plan. NCE's engineer's estimate was in line with the multiple bids received, with the winning bidder 10% lower than NCE's construction estimate. Mary supported the drainage and stormwater design. ,,'ONCE Page 29 309 City of Dublin Civil Engineering and Survey Services April 12, 2024 Matthew Gaber, PLA — Landscape Architect Lead Over a 30-year career, Matthew Gaber, PLA, has developed a wide perspective on traditional and emerging areas of practice. He is recognized for the creation of bold, thoughtful solutions to complex problems for varied clientele across a spectrum of sites. Throughout his career Matthew has sought work which is environmentally and socially responsible, with a strong focus on client service and relationships. He brings this approach and passion to each new project. Matthew has focused his career on providing professional services to public agencies and non-profit developers, working on a wide range of sites and housing types from single family residential, to townhouses to apartments and multi -story residential towers. Representative Projects Central Avenue at Interstate-80 Local Road Improvement and Re -alignment Project, City of Richmond, CA. Landscape Architect. The City of Richmond is served as the lead agency for the I-80/Central Avenue interchange that will improve traffic conditions. The project will increase spacing between the signalized intersections east of 1-80 by connecting Pierce Street and San Mateo Street, restricting Pierce Street access at Central Avenue to "right in, right out" only, and relocating the traffic signal at Pierce Street/Central Avenue to the San Mateo Street/Central Avenue intersection. NCE is providing civil and is the environmental lead responsible for CEQA compliance, including working with the Caltrans Local Assistance Division to address potential environmental impacts. NCE will prepare the complete initial site investigations and technical studies necessary to develop a concept design for public outreach, starting right-of-way acquisition communications and discussions, and determining the level of NEPA and CEQA compliance required to obtain the necessary environmental clearance for the project. NCE will complete additional investigations, the NEPA and CEQA documents, and construction documents for bidding and construction. Iron Horse Nature Park and Open Space, City of Dublin, CA. Principal Landscape Architect. Matthew has been involved in all phases of this project from an initial feasibility study to the construction documentation. He has been a critical team member guiding civil engineers, landscape architects, biologists and scientists on the implementation of a transformative vision of this former railroad right of way into a park focused on the natural flora and fauna, cultural history and environmental phenomenon of the site. NCE's team of landscape architects, civil engineers, hydrologists, biologists, and environmental scientists are leading the design, permitting and construction process for the conversion of an abandoned and contaminated railroad right of way into an innovative and transformative 1.5-mile linear nature park and the improvements to the adjacent Stagecoach Park. The proposed restoration and improvements will provide many different activities, features and experiences that do not exist in any of the community's other parks. Located adjacent to an existing channelized creek and maintenance road, the park master Education MA, Landscape Architecture, Harvard Graduate School of Design, Cambridge, MA, 1995 BA, Landscape Architecture, University of California, Berkeley, 1987 Registrations/ Certifications Professional Landscape Architect, CA #3740 Registered Landscape Architect, Nevada #1045 Affiliations Council of Landscape Architects — Certified Landscape Architect Joined NCE 2019 Years of Experience 32 years Page 130 310 City of Dublin Civil Engineering and Survey Services April 12, 2024 plan envisions the elimination of the maintenance road, complete transformation, and integration of the creek into the nature park. Key features will include a 12' wide multimodal trail, waysides, and interpretative features with educational information about the natural and cultural history of the site, shaded seating areas, native restoration plantings, stormwater infrastructure, removal and remediation of all contaminated soils and pedestrian connections to adjacent parks, schools, and neighborhoods. Hesperian Boulevard Complete Streets and Median Renovation, City of San Leandro, CA. Principal Landscape Architect. Matthew is leading the urban design, streetscape and planting design for the transformation of Hesperian Boulevard into a pedestrian and bicycle friendly street graced with shade trees and green infrastructure. Focus has been placed on the design of class IV bicycle facility, new street trees and the revegetation of the medians with drought tolerant, signature trees. The City of San Leandro, as part of a road diet and complete streets project will be renovating the medians and adding street tree islands to transform this arterial into a multi -modal pedestrian scaled street. Key project tasks include the inventory and analysis of existing trees within the medians to determine the feasibility of preservation, the creation of a zero -maintenance xeriscape and the placement of tree islands to provide a living buffer between automobiles and bicyclists. The design process initiated with a detailed inventory of existing conditions including utility locations, topography, boundaries, Railroad crossing requirements and existing irrigation infrastructure. Using the background information gathered by the civil engineering staff, NCE's landscape architects created multiple options for the renovation of the medians, including visualizations to assist key stakeholders understand the proposed physical and aesthetic changes to the streetscape. Upon gaining approvals NCE's landscape architects are currently creating construction documents including tree preservation, planting, and irrigation plans. Marina Streets Reconstruction, City of Berkeley, CA. Landscape Architect. NCE was retained by the City to provide engineering and design services for the realignment and reconstruction of University Avenue between the frontage road at 1-80 and Marina Blvd. at the Berkeley Marina. The eastbound lanes, featuring numerous undulation due to a settled roadbed, will be moved north to the current median, while the westbound lanes will stay in their current location. The intersection between University Avenue and Marina Blvd. will be modified to a roundabout. The project design includes LID features like bio- detention basins, new street lighting, new infrastructure including a sewer and water service for a future visitor kiosk, landscaping, irrigation, and striping. Marina Boulevard received an ARHM mill and overlay with shoulder drainage re -grading. Spinnaker Way was reconstructed with FDR and an HMA overlay, and a comprehensive re -design of the existing storm drain system to improve water quality and reduce local flooding. This included a new on -street parking system designed to retain the first 10-year design storm and a bioretention traffic circle with plantings. Hillcrest Park Green Infrastructure and Trash Capture, City of Concord, CA. Principal Landscape Architect. The City of Concord received a grant from Caltrans to incorporate green infrastructure into Hillcrest Park to mitigate stormwater impacts from the expansion of Highway 4 and 242 in Concord CA. Matthew Gaber is leading the site planning and construction documentation for the integration of stormwater trash capture devices and bioretention facilities into this multi -use community park. The focus is on seamlessly integrating the bioretention and stormwater infrastructure into the park while maintaining and enhancing existing activities, the character and features of the park such as sports fields, play areas and regional trails within the framework of Caltrans grant requirements. ,,'ONCE Page 131 311 City of Dublin Civil Engineering and Survey Services April 12, 2024 Maria Paola Murillo — Civil Engineer Paola has been involved in numerous complex civil design projects for rehabilitation and reconstruction street programs that include field data collection, base repairs, roadway striping design, new curb ramps, curb and gutter repairs, sidewalk repairs, and bike and pedestrian improvements. She is also highly proficient in various computer -aided design and drafting software and equipment, such as AutoCAD, ArcGIS, Solid Works, Microsoft Office, OpenPave, EverFE, and MATLAB. Her experience also includes technical writing as well as literature review. Representative Projects 2019-21 Annual Street Overlay and Rehabilitation, City of San Leandro, CA. Staff Engineer. In 2018, NCE was contracted by the City of San Leandro to prepare construction documents and pavement rehabilitation and reconstruction design for 23 arterial, collector, and residential streets (5 miles) for the 2019-21 contract. NCE's scope of work included pavement investigation and design and preparation of civil design PS&Es for construction. Pavement design solutions included conventional and RHMA overlays, full -depth asphalt reconstruction, FDR in lieu of more expensive conventional reconstruction, and a pilot project for cold central plant recycling on an arterial street based on recommendations provided by NCE. NCE was selected again to provide these services for the 2021-23 contract with an estimated construction value between $7.0 to $10.0 million. Education BS Civil Engineering with a minor in Construction Engineering and Management, University of California, Davis, 2018 Joined NCE 2019 Total Years of Experience 3 years Pavement Rehabilitation and Maintenance Design, Presidio Trust, San Francisco, CA. Staff Engineer. NCE designed the Presidio Trust's pavement rehabilitation and maintenance project throughout the Presidio Trust campus including a substantial portion of the bicycle lane network. The scope for this project included preparing plans, specifications, and cost estimates for bidding purposes. Design elements of the project include pavement design, a roundabout, extensive modification to existing striping and markings to introduce class II and III bikeways and an advisory bike lane, roadway grading, drainage solutions and design, and a bus platform. As part of this project, NCE introduced cost- effective and sustainable pavement treatment alternatives, such as CIR that allows the asphalt concrete to be recycled in -place offering up a green technology that recycles existing onsite materials, reduces costly truck trips for import of asphalt paving materials, and reduces greenhouse gases and energy usage. The pavement design considered a number of different factors, including medians, curb reveal, depth to underlying concrete, previous overlays and fabric materials, AB thickness, and other buried obstructions, such as rail lines and recommended an appropriate pavement treatment. 2022 West of 101 Pavement Rehabilitation, City of South San Francisco, CA. Staff Engineer. NCE is providing engineering and design services to facilitate a rehabilitation project of all eligible streets west of 101. The 2022 West of 101 Pavement Rehabilitation Project's goal is to perform deferred maintenance west of 101, outside of the annual surface seal program. The City is responsible for the maintenance and repair of approximately 140 centerline miles, comprised of 33 arterial miles, 39 collector miles, and 68 residential miles. The City utilizes a program of slurry seals, overlays and surface reconstruction as maintenance and rehabilitation strategies. West of US101 there are approximately 123 centerline miles, Page 32 312 City of Dublin Civil Engineering and Survey Services April 12, 2024 comprised of 23 arterial miles, 35 collector miles, and 65 residential miles. Every two years the City surveys the streets and enters the data into the South San Francisco PMP StreetSaver° database program. NCE is responsible for project management, pavement rehabilitation design, PS&E, and bidding and construction support services. Yellow Brick Road Complete Streets, City of Richmond, CA. Staff Engineer. Improvements include curb extensions/bulbouts, sidewalks, ADA curb ramps, median refuges, trail crossings, Class II bicycle facilities, wayfinding signs, pedestrian lighting, landscaping, roundabouts, speed tables, raised intersections, rapid flashing beacons, back -in parking, and green painted bicycle lanes to create safe walkways and bikeways. 2021-2022 Pavement Resurfacing Program, City of Pacifica, CA. Staff Engineer. NCE has developed 5-Year work plan for the City with surface seal and rehabilitation projects based on City's SB1 funding, as well as pavement management database review and unit cost update. Field reviews were performed to verify pavement condition and treatments to finalize the work plan. NCE then scheduled field calibration meeting with City staff to discuss various surface seal applications and base repair criteria. Cost effective cape seal with leveling courses were designed on residential streets with lower PCI to prevent water from damaging pavement and help resisting reflective cracking. As part of this project, NCE civil and pavement engineering design services included pavement coring, curb/gutter replacement, utility coordination, curb ramp design, drainage improvements, pavement design recommendations, PS&Es, and bidding and construction support services. Point Molate Beach Park Erosion Assessment, City of Richmond, CA. Staff Engineer. The City retained NCE to provide engineering services to restore a section of shoreline at the Point Molate Beach Park. Ongoing and unmitigated erosion over the past 40 years has removed a significant portion of the beach park and a portion of Burma Road, the access road to Point Molate. The NCE team prepared an erosion assessment and alternatives study to determine cost-effective shore restoration measures that could be permitted. The alternatives include a piled wall and rock revetment. NCE is working with regulatory and permitting agencies to provide the appropriate design that can be implemented at the earliest possible time to stop the advancing beach erosion at the site. The presence of natural and cultural resources in the project area plays an important role in the decision of the most suitable alternative. 2021 PMP Pavement Rehabilitation, City of South San Francisco, CA. Staff Engineer. NCE has been providing to the City a various of pavement management services including development of a multi -year Paving Work Plan, updating the City's maintenance and rehabilitation decision tree, evaluating alternative pavement treatment technologies, and development of construction documents for bidding. In 2017 to 2021 pavement management programs, we have developed pavement design and civil design for surface seal and rehabilitation of 48 centerline miles (more than 200 sections) of City streets with a construction cost over $14 million. In addition, NCE has modified City's Street Saver database and updated historical maintenance and rehabilitation records to perform budget analyses and develop multi -year work plan. Recently, City's 6-Year Work Plan was updated based on City's budget, rehabilitation strategy and candidate streets are grouped by maintenance zone for efficiency of design, construction (less mobilization), future maintenance, and to be able to resurface more streets with a limited pavement resurfacing annual budget. NCE has provided pavement and civil design services for preventive maintenance on City streets with scrub, slurry, and cape seals and rehabilitation of City streets with mill and overlays as well as surface reconstruction. ,,'ONCE Page 33 313 Education BS Civil Engineering, University of California, Davis, 2023 Affiliations American Society of Civil Engineers Joined NCE 2023 Total Years of Experience 1 year City of Dublin Civil Engineering and Survey Services April 12, 2024 Edith Rodriguez — Civil Engineer Edith Rodriguez joined NCE upon graduation, since then, she has gained experience in preparing design drawings and plan sheets for road and pavement rehabilitation/maintenance projects using AutoCAD. She also has experience with collecting field data to improve curb ramps, curb and gutters, and base repairs. Her work includes designing roadways and roadway striping, improving curb ramps, preparing quantities, and analyzing project sites for existing utilities. Representative Projects Paving Rehabilitation Plus Design Consulting Services, Presidio Trust of San Francisco, CA. Staff Engineer. The Trust wants to update their concrete details and specifications to reflect current design standards and methods to allow for less expensive, better performing, and, if possible, more sustainable minor concrete. NCE is providing consulting design services to refine the Trust's concrete detailed drawings and specifications to reduce costs over the expected lifespan of each feature. Features include sidewalks, vertical curbs and curbs and gutters, curb ramps, detectable warning surfaces, driveways, and bus platforms. The goal is to review and revise, as necessary, the Trust's existing detail drawings, comparing them with those used by other Bay Area agencies as well as those used regionally and nationally. Citywide Sidewalk Repair Project, City of Concord, CA. Staff Engineer. NCE is providing civil design support to the City to prepare construction plans, technical specifications, and engineer's estimate (PS&E) for the Citywide Sidewalk Repair Project No. 2666. The City requests assistance in preparation of PS&E for the construction of sidewalk (concrete and asphalt concrete) repairs it has identified at City maintained Baldwin Park, Ellis Lake Park, City Hall, and the City Corporation Yard. The City has marked repair locations with white paint. The repairs are meant to address tripping hazards and heavily cracked slabs. NCE is collecting the marked repair locations and modifying as necessary in the field and preparing the corresponding construction documents (PS&E 80% and 100% final). Seminary Avenue Streetscape Design, City of Oakland. Staff Engineer. NCE is providing pavement and civil design services for Complete Street improvements on Seminary Avenue between Foothill Boulevard and Sunnymere Avenue. The section of Seminary Avenue is an important arterial street that provides access for Frick and Millsmont Neighborhoods, schools, Mills College, and Interstate 580 and is identified as a truck route and services AC Bus Transit Lines 45, 650, and 617. The project design elements include new paving, striping and delineators, curb ramps and pedestrian push buttons, hardened centerlines, new sidewalk, traffic calming, and opportunistic landscaping in median islands or concrete islands with possibly green infrastructure and trees. Grand Street OBAG 2 Rehabilitation Project, City of Alameda, CA. Staff Engineer. The City of Alameda (City) has requested that NCE complete pavement and civil design and E-76 documents for the Grand Street Rehabilitation Project (Project). The section of Grand Street from Encinal Avenue to Shoreline Drive is an important major collector street that serves as a north -south connector for access to neighborhood streets schools, and to a local shopping center. NCE is exploring cost efficient pavement rehabilitation Page 34 314 City of Dublin Civil Engineering and Survey Services April 12, 2024 strategies based on coring and pavement deflection testing with consideration of conventional and innovative paving materials (e.g., HMA, WMA) and alternative recycle in -place pavement treatment technologies such as Cold In -Place Recycling (CIR). The project will include the design Class II and buffered bike lanes, ADA compliant curb ramps and pedestrian crossings, new lighted pedestrian crossings, minor drainage improvements, consideration of a roundabout, and curb and gutter repairs. San Francisco Bay Trail at Point Molate, East Bay Regional Park District, Richmond, CA. Staff Engineer. The East Bay Regional Park District (EBRPD) is proposing to construct a 2.5-mile section of the San Francisco Bay Trail, a non -motorized Class I trail, that connects at the Richmond -San Rafael Bridge and runs through Castro Point to the Point Molate Beach Park. The mission of creating the Bay Trail is to provide the community with an exceptional recreational experience along the scenic coastline and its habitats. NCE is leading the planning, design, environmental compliance, and permitting for this important project. Our work included completing a detailed feasibility analysis to identify potential trail alignments, consider engineering and landscape constraints, assess environmental considerations, and complete technical studies. The scope of regulatory compliance and permitting work is extensive and ongoing. Permit applications to the U.S. Army Corps of Engineers (404), San Francisco Regional Water Quality Control Board (401), and the San Francisco Bay Conservation and Development Commission have been submitted and we anticipate final permits in Fall 2021. Due to a variety of landowners within the project area along with sensitive habitats and unique cultural resources, thoughtful coordination with private landowners, resource agencies, and Native American Tribes has been a focus on the project. NCE worked closely with EBRPD staff to meaningfully engage stakeholders and agencies early in the process and communicate the Projects goals and needs to landowners in order to obtain critical easements and access agreements, and approval for the proposed project design. ,,'ONCE Page 35 315 .11t4 DUBLIN CALIFORNIA Statement of Qualifications for CIVIL ENGINEERING AND SURVEYING SERVICES Prepared for City of Dublin April 12, 2024 6601 Owens Drive Suite 230 Pleasanton, CA 94588 P 1925.224.7717 F 1925.224.7726 www.pcgengr.com Zerofootprint Certified PAKPOUR CONSULTING GROUP 316 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Table of Contents Transmittal Letter 1 Firm Qualifications 2 Project Experience 4 Team & Key Personnel 7 References 8 Approach 9 Fee Schedule 10 Appendix 1 Project Personnel Resumes A-1 sXt DUBLIN CAI I< O R N i A PAKPOUR CONSULTING GROUP 317 DocuSign Envelope ID: 0B359F26-FF36-48C7-A01F-647EFD283268 pcp PAKPOUR CONSULTING GROUP, April 8, 2024 Julius Pickney Management Analyst II, City of Dublin 100 Civic Plaza Dublin, CA 94568 Reference: Request for Qualification for Civil Engineering and Surveying Services Dear Mr. Pickney, Pakpour Consulting Group is pleased to submit the enclosed Request for Qualifications for On - Call Civil Engineering and Survey Services. Gary Ushiro, PE (Development Review), Brandon Laurie, PE (Design) or Steven Yee, PE (Staff and Program Management) will serve as the project manager and single point of contact for all aspects of the on -call contract. Proven Track Record in On -Call Engineering Services Pakpour Consulting Group has a proven track record in providing as -needed consulting services. We successfully completed numerous projects including street rehabilitation, development review, staff augmentation and construction management, on schedule and within budget for: City of Cupertino City of San Rafael City of Pleasanton Purissima Hills Water District City of Benicia (Los Altos Hills) Town of Hillsborough Westborough Water District City of Pleasant Hill (South San Francisco) City of Berkeley Mid -Peninsula Water District (Belmont) Hayward Area Park District City of Dublin City of Newark San Jose Water Company 100% Positive Feedback from Current and Former Clients Pakpour Consulting Group is proud to receive 100% positive feedback from current and former clients. Since our inception in 2004, we met or exceeded all our client's expectations. References are found throughout our proposal. Our Firm's Size and Location Our firm's size and low overhead allows Pakpour Consulting Group to provide the most cost- effective service to the City of Dublin. We look forward to our continued partnership with the City of Dublin. Should you have any questions please contact me at (925) 224-7717 or ipakpour@pcgengr.com. Very truly yours, p—DocuSigned by: Pakpour Consulting Group J0 44. Joubin Pakpour, P.E. President — FD 1650F8C0904EA... PAKPOUR CONSULTING GROUP, INC. 6601 Owens Drive, Suite 230, Pleasanton, CA 94588 I 925-224-7717 I pcgengr.com Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Firm Qualifications Statement of Understanding The City of El Cerrito is seeking to retain three or more qualified consulting firms to provide on -call engineering and project management services for various projects associated with City's Capital Improvement Program. The term of the agreement will be three years with an option to extend an additional two years. The work will be assigned on an as -needed basis for various projects and city programs in the City of El Cerrito. They may be discrete, short-term assignments or may be part of larger capital projects or planning projects. The selected Consultants will report to, and operate under, the direction of the City staff, and shall provide some, or all, of the following services: Complete Streets Infrastructure, Accessibility Modifications, Pavement Management, Storm Drain Infrastructure, New Development & Redevelopment Stormwater Management and Green Infrastructure, Erosion and Sediment Control/Stormwater Construction Site Control, City Building and Facilities, Park and Landscape Facilities, Private Development Review, Utility Coordination and Permitting and Master Planning and Budgeting. DUBLIN CALIFORNIA "Pakpour Consulting Group continues to be a 1 trusted partner to solve the City of Pleasanton's needs for engineering support. They are an extension of the City family, less the fighting! The excellent advice and innovated solutions deliver projects under budget and in schedule. Their attention to detail, understanding of construction and incorporating the input from the end users really creates a complete project. The City of Pleasanton looks forward to continue working with Pakpour Consulting Group well into the future." Adam Nelkie, PE, Senior Civil Engineer, City of Pleasanton, 925.931.5675 Company Background Pakpour Consulting Group is a California Corporation established in 2004 to provide engineering services to small- and medium-sized public agencies in Northern California. Our staff of 13 includes seven registered civil engineers in California. Pakpour Consulting Group provides comprehensive municipal civil engineering design and construction management services exclusively to public agencies. Our wide variety of services includes staff augmentation, Contract District Engineering, transportation engineering, storm drainage design, water distribution systems engineering, sewer and hydrology studies, program management services, civil plan review, constructability review, and construction management. Our firm only provides services to municipal clients and does not service private developers or entities. Overview of Services Pakpour Consulting Group provides comprehensive municipal civil engineering design and construction management services exclusively to public agencies for a wide variety of projects. Our services include: • Construction Management and Inspection Services • Program Management and Staff Augmentation • Water Distribution and Sewer Collection Engineering • Transportation Engineering Services • Constructability and Civil Plan Review Services • Storm Drainage Engineering • Contract City and District Engineer PAKPOUR PAGE2 319 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Firm Qualifications Proven Track Record in On -Call Civil Engineering Services Pakpour Consulting Group has a proven track record in providing on -call consulting services to jurisdictions throughout the Bay Area. • City of Cupertino • City of Pleasanton • City of Benicia • Town of Hillsborough • City of Pleasant Hill • City of Berkeley • City of San Rafael • Purissima Hills Water District (Los Altos Hills) • Westborough Water District (South San Francisco) sXt DUBLIN c A I I L o R N I A • Mid -Peninsula Water District (Belmont) • Hayward Area Park District • City of Dublin • City of Newark • San Jose Water Company Methodology The majority of our staff have worked in some capacity at public agencies; making us uniquely qualified in understanding the City of El Cerrito's requirements, challenges, and program objectives. We understand the complex nature of approaching a public works project and that no two projects are the same. Pakpour Consulting Group approaches each project with that philosophy in mind. Our 100% positive feedback from all of our current and former clients is testament to our approach. We know other consultants will utilize their "A" team at project interviews with their "C" team possibly doing the actual work. What you see is what you get at Pakpour Consulting Group. In our 20-year history, we have had only two professional staff leave our firm and one was due to retirement. 100% Positive Feedback from Current and Former Clients Pakpour Consulting Group is proud to have a 100% positive feedback from current and former clients. Since our inception in 2004, we have met or exceeded the expectations of all of our clients. Our references on pages 27-29 of this proposal lists our current on -call clients. Quality Assurance Pakpour Consulting Group has a well established Quality Assurance/Quality Control (QA/QC) Program that applies to all work products generated. The design of the project will have an independent QA/ QC overseer, Joubin Pakpour, PE, who will review projects at critical stages. To ensure objectivity, Mr. Pakpour will not be directly involved with the project. This program contributes to our reputation for producing accurate, high quality engineering documents. Certified Zero Footprint In 2006, Pakpour Consulting Group became the first civil engineering firm in California to be certified as having a net zero footprint on the environment. We believe environmental stewardship is everyone's responsibility, and as civil engineers we should be at the forefront of the fight against global warming by providing safe, clean water and air to our communities. Pakpour Consulting Group collaborated extensively with certifying agencies to monitor, measure and ultimately eliminate our environmental footprint. "Pakpour Consulting Group is a small engineering firm that delivers big results with quality engineering plans, construction management, and exceptional customer service. They have assisted us with the design of several water main and tank projects and the quality of their work, and attention to detail and scheduling, have exceeded our expectations." Paul Willis, PE, Director of Public Works Town of Hillsborough, 650.375.7444 PAKPOUR CONSULTING GROUP PAGE 3 320 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Project Experience Bubb Road Separated Bikeway Improvements City of Cupertino I Cupertino, CA Situation: The City of Cupertino's Bicycle Transportation Plan included upgrades of the Class IIB buffered bike lanes along Bubb Road to a Class IV separated bikeway. Bubb Road is also the location of several offices for Apple, Inc., which offers free shuttles for employees. The shuttles run continuously and loop through congested parking lots to drop off employees. Additionally, employees often jaywalk to get between offices due to the lack of a mid -block crosswalk. The City wanted to find a solution that incorporated improvements for bicyclist, shuttle, and pedestrian safety. Special Challenges: In order to reduce conflicting movements between bicyclists, shuttles, and pedestrians, the City desired to construct a shuttle platform along the existing roadway. However, the existing right-of-way width could not accommodate a two-way shuttle platform, two vehicle travel lanes, and two separated bikeways. Fronting properties were fully developed and additional right-of-way acquisition was deemed infeasible. Pakpour Consulting Group (PCG) worked with the City to design innovative offset shuttle platform in the street median. Services Overview: Since 2018, PCG has served as on -call engineers for the City of Cupertino. For the Bubb Road Separated Bikeway Improvements, PCG provided design and construction support for the construction of the Class IV separated bikeways, an offset shuttle loading/unloading platform, 400 feet of new sidewalk, touchless pedestrian push buttons, a new crosswalk along the north side of the Bubb Road/Results Way intersection, and two mid -block pedestrian crossings with pedestrian activated warning lights, and new curb, gutter and sidewalk along Bubb Road. PCG worked closely with the City to respond to feedback from stakeholders such as Apple and the City's Bicycle Pedestrian Commission (BPAC). PCG also provided bid assistance and construction support. About City of Cupertino: Incorporated in 1955, Cupertino is a city within Santa Clara County with a population of more than 60,000. Cupertino is known as the home of Apple, Inc's corporate headquarters. sXt DUBLIN CAI IF ORN1A . IM Rectangular Rapid Flashing Beacon at Crosswalk and Class IV Separated Bikeway Offset Median Island Shuttle Stop Client Contact Chad Mosley, PE City Engineer 408.777.7604 ChadM@cupertino.org Construction Cost $800,000 Completion Date Fall 2021 Project Manager William Lai, PE 1 PAKPOUR CONSULTING GROUP PAGE 4 321 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Project Experience Boris Lake Storm Drain Outfall Repairs City of Pleasanton I Pleasanton, CA Situation: Due to an unusually wet 2016/17 winter, the City of Pleasanton (City) experienced a storm drain failure at the system's discharge location into Boris Lake located within East Bay Regional Parks District's Shadow Cliffs Regional Recreational Area. The City believed the 55 LF 36-inch corrugated metal pipe (CMP) failed due to surcharged loading and had also severely eroded the 66% slope hillside where it was installed. Time was of the essence to design and construct the repair before the 2017/18 rainy season. Special Challenges: Given the City's need to have the storm drain repaired before the beginning of the 2017/18 rainy season, Pakpour Consulting Group (PCG) assembled a team familiar with environmental permitting and geotechnical knowledge of the area to expedite the design phase. The overall design was condensed to approximately 1.5 months to account for advertising and construction completion by mid to late October. In order to attain the City's goal of minimizing the potential of a future pipe failure, the design incorporated the use of 36-inch fusible polyvinylchloride in combination with pipe anchors to ensure pipe stability. The finished grade flattened the existing site from a 1.5:1 to a 2:1 slope and rip rap was placed on the final two feet of the backfill directly over the pipe to minimize erosion should the storm drain overflow from the upstream catch basin. Services Overview: Since 2013, PCG has served as on -call engineers for the City of Pleasanton. For the Boris Lake Storm Drain Outfall Repairs project, PCG provided design and construction support services for the repair of 55 LF of 36-inch storm drain pipe and reconstruction of the eroded hillside. PCG and its subconsultants also assisted with geotechnical investigations/reports and environmental permitting. PCG worked close with the City and various permitting agencies to expedite the project to ensure completion before the 2017/18 rainy season. About City of Pleasanton: Incorporated in 1894, Pleasanton has a population of more than 70,000. In 2005 and 2007, Pleasanton was ranked the wealthiest middle-sized city in the United States by the US Census Bureau. sXt DUBLIN CAI IF ORN1A Storm Drain Outfall before Slide Repairs Storm Drain Outfall after Slide Repairs Client Contact Adam Nelkie, PE Senior Civil Engineer 925.931.5675 anelkie@cityofpleasantonca.gov Construction Cost $200,000 Completion Date Fall 2017 Project Manager Brandon Laurie, PE PAKPOUR CONSULTING GROUP PAGE 5 322 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Project Experience As -needed Construction Management and Staff Augmentation City of Dublin I Dublin, CA Situation: The City of Dublin is one of the fastest -growing cities in California. To maintain its ability to provide excellent customer service and serve the needs of the growing community, the City relies on professional consultants to augment its in-house staff. Services Overview: Since 2010, Pakpour Consulting Group (PCG) has served as on -call engineers for the City of Dublin. Services include private development review, project design, construction management, construction inspection and as -needed staff augmentation. Working as an extension of City staff, PCG adheres to in-house procedures, process and established schedules. Construction management and staff augmentation services have included assistance with planning and pre -construction activities, coordination with the designer, public outreach, management of the scope of work, schedule and budget of other City consultants, and acting as the City representative and liaison with outside public agencies. Notable Projects: • Don Biddle Community Park: A new 30-acre community park. This project won the Project of the Year Award, for Structures $5M to $25M from the Northern California American Public Works Association (NorCal APWA). • Fallon Sports Park: A new 19.75-acre community park expansion • Jordan Ranch Park: A new 5-acre neighborhood park • Shannon Community Center: Parking lot upgrades • Storm Drain Trash Capture Upgrades: Installation of two hydrodynamic separators • Imagine Playground: New all -abilities playground at Dublin Sports Ground. This project won the Project of the Year Award, for Structures $5M to $25M from the NorCal APWA. About City of Dublin: Located in the San Francisco East Bay, Dublin is the second fastest -growing city in California. With a population of nearly 50,000, the population is forecasted to grow to 76,000 by 2030. sXt DUBLIN CAI IF ORN1A Fallon Sports Park, a New 19.75-Acre Community Park Jordan Ranch Park, a New 5-Acre Neighborhood Park Client Contact Laurie Sucgang, PE City Engineer 925.833.6630 laurie.sucgang@dublin.ca.gov Project Fee $300,000 per year Completion Date On -going Project Manager Lorin Jensen, PE PAKPOUR CONSULTING GROUP PAGE 6 323 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Team & Key Personnel Project Team Our staff of 13 includes seven registered civil engineers and three public works inspectors. The majority of our staff has worked in some capacity at public agencies, making us uniquely qualified to understand the requirements, challenges, and program objectives of City of Dublin. DUBLIN CALIFORNIA Project Managers Depending on work assigned, either Brandon Laurie, PE or Steven Yee, PE, will serve as the project manager and single point of contact for all aspects of the on -call contract. Their familiarity with the knowledge of Public Works Standards provides our Team a high level of efficiency while providing design development review, construction management, and inspection of your projects with no learning curve. Organization Chart As projects are assigned to Pakpour Consulting Group, our project managers will evaluate staffing levels and project specific requirements to assign the highest skilled staff. Key staff members assigned to this contract are also partners at Pakpour Consulting Group. Project Manager i Staff and Program Management Steven Yee, PE Principal Engineer Inspection, Construction and Program ManagementTeam Lorin Jensen, PE Senior Engineer Drake Valentine Associate Roehl Barreras Project Inspector .T4 DUBLIN CALIFORNIA Principal -in -Charge Project Manager i Design Brandon Laurie, PE Senior Engineer Design Team Please see the Appendix for full resumes. William Lai, PE Project Engineer David Liebrenz Project Associate Joubin Pakpour, PE Principal Engineer Surveyor - Dains Land Surveying Robert Dains, PLS, PE 00/1.1 Llrtd SYrY/YIXO Principal Utility Locating - Bess Testlab BTL Bess Testlab Inc Joshua Williams Project Manager Environmental - MIG til Taylor Peterson Director PAKPOUR PAGE 7 324 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES References sXt DUBLIN c A I L o R N I A Associates at Pakpour Consulting Group have a combined 90 years of experience in municipal engineering and infrastructure design. Following is a testament of our understanding and knowledge of the industry: City of Dublin /On Call Design Engineers since 2010 "Joubin, Gary, and the entire Pakpour Consulting Group team have been, and continue to be, an invaluable resource for the City of Dublin Public Works Department. Pakpour Consulting Group provides excellent engineering, construction management, inspection, project management, and land development review services to the City of Dublin on a variety of public works, park development, and private subdivision projects. Their commitment to the customer service, municipal engineering, and the public works profession is outstanding. What 1 appreciate most about Joubin, Gary, and each member of their team, is the collaborative approach they take with city staff and their candor with respect to delivering quality projects. 1 highly recommend the services provided by Pakpour Consulting Group." Andrew Russell, PE, City Engineer, City of Dublin, 925.833.6630 City of Pleasanton j On -Call Engineers since 2013 "Pakpour Consulting Group continues to be a trusted partner to solve the City of Pleasanton's needs for engineering support. They are an extension of the City family, less the fighting! The excellent advice and innovated solutions deliver projects under budget and in schedule. Their attention to detail, understanding of construction and incorporating the input from the end users really creates a complete project. The City of Pleasanton looks forward to continue working with Pakpour Consulting Group well into the future." I ;: i „ pLEASANTON. Adam Nelkie, PE, Senior Civil Engineer, City of Pleasanton, 925.931.5675 Town of Hillsborough / On -Call Engineers since 2014 "Pakpour Consulting Group is a small engineering firm that delivers big results with quality engineering plans, construction management, and exceptional customer service. They have assisted us with the design of several water main and tank projects and the quality of their work, and attention to detail and scheduling, have exceeded our expectations." Paul Willis, PE, Director of Public Works, Town of Hillsborough, 650.375.7444 City of Newark I As -Needed City Services since 2019 "1 have worked with Gary Ushiro and Pakpour Consulting Group for almost 15 years and across three different municipalities. Whenever 1 needed assistance with development plan review and project management, Pakpour has always been the first firm 1 reached out to. Gary serves as a true extension of city staff, seamlessly stepping into the role, collaborating with city staff from multiple departments and coordinating with developers with minimal assistance and involvement on my part. His technical knowledge, attention to detail and project management skills have made him a valuable member of the City's Engineering Division and a trusted colleague. 1 highly recommend Pakpour Consulting Group." Jayson Imai, PE, Assistant City Engineer, City of Newark, 510.578.4671 PAKPOUR CONSULTING GROUP PAGE 8 325 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Approach Design and Survey Services • Prepare all necessary project environmental documents or manage environmental sub -consultants work and implement the environmental mitigation measures in the design of projects. • Prepare preliminary design of projects and alternative design studies, project study reports, etc., as required, with associated preliminary cost estimates. • Perform right-of-way engineering including right-of-way base map, exhibits, plat maps and legal descriptions. • As necessary, manage sub -consultants' work in preparing appraisal reports and right-of-way acquisition. • Perform project design at the 35%, 65%, 95% and 100% PS&E levels, including cost estimates and basis of design memoranda, as required by the City. • Prepare Storm Water Quality and Erosion Control plans in compliance with the latest requirements of the California Regional Water Control Board, San Francisco Bay Area region. • Prepare final engineering cost estimates and contract bid documents based on the latest bid item unit costs, Caltrans Specifications and Standard Plans, and federal requirements on federally funded projects, both transportation projects and FEMA/CaIOES related projects. • Provide design support services during construction and prepare final record drawings based on as - built drawings provided by the City. • Perform topographic surveys, base mapping, utility research and coordination with utility companies. • Perform Construction staking and Record of survey. • Prepare plat maps, topographic surveys, right-of-way determination, right-of-way takes/vacations, legal descriptions, obtain preliminary title reports, appraisals, and negotiations with property owners for such items as temporary construction easements. • Prepare grant deeds, grant of easements, right of entry permits/agreements, boundary surveys and temporary construction easements. Staff Augmentation Services • Support of small to medium-sized capital projects including the preparation of staff reports, engineering studies, project planning and coordination with other agencies and utilities. • Assist the City in acquiring the necessary approvals from FEMA and/or CaIOES for federally -funded disaster related projects. • Assist the City in managing the construction of small to medium-sized projects including advertisement of projects, response to requests for information, review of bids, award of contract, project accounting, and closeout. sXt DUBLIN c A I L o R N I A PAKPOUR CONSULTING GROUP PAGE 9 326 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Fee Schedule DUBLIN CALIFORNIA As projects are assigned to Pakpour Consulting Group, our Project Managers will evaluate staffing levels and project specific requirements to assign the highest skilled staff. Billing Rates I Fiscal Year2024-2025 Position Hourly Rate Principal Engineer $260 $230 Senior Designer $220 sociate Engineer $210 Associate Designer $200 Project Engineer $190 Project Designer $180 sistant Eneineer $165 Assistant Designer $155 .ing Technician $130 Administrative Assistant $85 Public Works Inspector $185 A 10% markup will be added to subconsultants. A 1.3 multiplier will be applied to the hourly rate of inspectors working more than 8 hours per day and/or 40 hours per week. The above fee schedule is inclusive of direct expenses. Litigation In our 20-year history we have been involved with only one litigation matter involving a previous project. We were informed in September of 2020 of a potential litigation matter by a personal injury attorney representing an individual injured on a bike path we designed for the City of Benicia in 2010. The matter is ongoing at this time. Conflict of Interest Statement Pakpour Consulting Group does not have any financial, business or other relationships with the City of Dublin or Alameda County that may have an impact upon the outcome of this contract. We do not have any clients that may have a financial interest in the outcome of this contract. We do not have any financial interest or relationship with construction company that might submit bids on City projects. List of Contracts and Agreements Terminated for Convenience or Default None. Exceptions to this Request for Qualifications None. PAKPOUR 327 PAGE 10 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Appendix I Project Personnel Resumes Joubin Pakpour, PE Principal Engineer Joubin is a registered engineer with nearly three decades of public works design and construction management experience. He has served as project manager and resident engineer for various water distribution, flood control, storm drainage, sanitary sewer, and transportation projects throughout the Bay Area. Joubin currently serves as District Engineer for the Purissima Hills, Westborough, and Mid -Peninsula Water Districts. He has also served as resident engineer during construction of several high -profile projects in the San Francisco Bay Area. Joubin's skill in multi -agency coordination and effectively working with stakeholders plays a pivotal role in the rapid processing of design documents and timely management of the design process. On -Call Civil Engineering Services Principal -in -Charge for: • City of Cupertino ■ City of Berkeley ■ Mid -Peninsula Water • City of Walnut Creek • Purissima Hills Water District (Belmont) • City of Pleasanton District (Los Altos • City of San Rafael • City of Benicia Hills) • Hayward Area Park • City of Dublin • Westborough Water District • Town of Hillsborough District (South San • City of Pleasant Hill Francisco) Joubin serves as the single point of contact for PCG's On -Call Civil Engineering contracts. As projects are assigned to Pakpour Consulting Group, Joubin evaluates staffing levels and project specific requirements to assign the highest skilled staff. The project types include new bus stops, new curb, gutter and sidewalk, alleyway improvements, intersection improvements, drainage and sewer projects, and streetscape projects. Services include development of plans, specifications and estimates, bidding support, and construction management and inspection. On -Call District Engineer Services for: • Purissima Hills Water District, Los Altos Hills, CA • Mid -Peninsula Water District, Belmont, CA • Westborough Water District, South San Francisco, CA • Skyline County Water District, San Mateo County, CA (Prior to acquisition by Cal Water) District Engineer for three Districts in the San Francisco Bay Area. To maintain high quality services and stay within their annual budgets, Districts will retain on -call engineers. In this capacity, Joubin performs a variety of tasks ranging from overseeing the District's hydraulic model to identifying and designing capital improvement projects to preparing comprehensive rate studies. A sampling of projects includes new pump stations, water main replacements, and new storage facilities. Joubin also serves as a resource to the General Managers and Board of Directors. He meets on a regular basis with developers working within the Districts to inform them of new District standards and status of plan reviews. As District Engineer, PCG develops and maintains the Districts standard plans and specifications. sXt DUBLIN CAI IF ORN1A Education Masters of Science Civil Engineering San Jose State University 1998 Bachelor of Science Civil Engineering San Jose State University 1995 Registration Registered Civil Engineer California - #C59155 Professional Affiliations Associate Member American Society of Civil Engineers Past President American Public Works Association - Northern California Chapter Member American Water Works Association Member Bay Area Water Works Association Work History 2004-Present Pakpour Consulting Group Principal Engineer 2000-2004 Berryman & Henigar, Inc. Northern California Director of Civil Engineering 1996-2000 Contra Costa County Public Works Department Project Engineer PAKPOUR CONSULTING GROUP 328 PAGE A-1 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Appendix I Project Personnel Resumes Steven Yee, PE Principal Engineer Steven is a registered professional civil engineer with nearly three decades of experience in project, program, and construction management. He has worked on a wide variety of high profile projects for local public agencies throughout the Bay Area including roadways, parks, trails, water and sewer utilities, storm drain systems, and facilities management. Steven's responsibilities have included project team management and coordination for the preparation of feasibility studies, public infrastructure maintenance, project plans and specifications, cost estimates, schedules, public outreach, construction management, and support services from initial project planning phase through construction and project close-out. Steven also holds a Master of Public Administration degree with emphasis on public policy and organizational theory. Project Experience Downtown Transportation Corridor Parking Lot and Civic Park Improvements for City of Pleasanton, CA Construction manager for parking lot and Civic Park improvements in historic Downtown Pleasanton. Project improvements include site grading, storm drain, asphalt paving, decorative architectural retaining wall, pedestrian plazas, pedestrian pathway, landscaping, and electric vehicle charging station. The project was phased to minimize construction impact to the active surrounding downtown area. Steven provided construction administration of all construction activities on behalf of the City of Pleasanton and coordinated with all adjacent property owners and businesses. Oak Park/Monticello Improvement Project for City of Pleasant Hill, CA Construction Manager for the Oak Park/Monticello Improvement Project which provides necessary infrastructure improvements to service the new Pleasant Hill Library, sports fields, residential development, and the Pleasant Hill Middle School. Key improvements include widening existing Oak Park Boulevard roadway, upgrading traffic signals, undergrounding utilities, extending sanitary sewer, recycled water and domestic water systems, adding bicycle lanes, installing street lighting, and landscaping. The project improvements were phased in order to minimize disruption to the school as well as adjacent library and residential neighborhoods. Steven provided full construction management and inspection services including project oversight and administration of all construction activities, review of submittals, coordinating activities and scheduling of work between contractors, consultants, utilities, and representing the City in working with other agencies and property owners. He worked closely with the City and permitting agencies to maintain the project schedule and ensure on -time project completion. sXt DUBLIN CAI IF ORN1A Education Master of Public Administration Cal State University, East Bay 2016 Harvard University, Kennedy School of Government Senior Executive in Local and State Government Program 2010 Bachelor of Science Civil Engineering California State University, Sacramento 1993 Registration Registered Civil Engineer California - # C61963 Professional Affiliations Past President American Public Works Association - Northern California Chapter Work History 2015-Present Pakpour Consulting Group Principal Engineer 1999-2015 City of Dublin Public Works Department Public Works Manager 1997-1999 City of Albany Community Development Department Engineering & Maintenance Manager — Interim PAKPOUR CONSULTING GROUP 329 PAGE A-2 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Appendix I Project Personnel Resumes MCl/Verizon Fiber Densification Project for City of Pleasanton, CA Project Manager for the utility permit process and project coordination on behalf of City with MCl/ Verizon. Steven provided utility permit application plan review and coordinated with various City departments and divisions. He also approved and issued utility permits to the contractor and provided oversight of the utility permit construction activities. Steven assisted the City engineering staff with coordination of utility work with citywide street resurfacing projects. sXt DUBLIN .. AI IF O RN:H A Staff Augmentation Experience City of Benicia, Public Works Department • City Engineer — Contract (January 2017-December 2019) • Assistant Public Works Director — Interim (March 2015-October 2015) • Principal Civil Engineer — Interim (January 2015-March 2015) Oversight of Engineering Division as Contract City Engineer which includes capital improvement project review, private development review, transportation study review and financial budgeting. Supervision and oversight of water supply, water treatment, wastewater treatment, water quality, and maintenance operations as interim Assistant Public Works Director. Review of operation work plans and industrial regulatory oversights. Implementation of water meter improvement program. City liaison for regional transportation projects and programs. Update of Engineering Master Fee Rate Schedule. Review of federal and state grant proposals. Supervision and oversight of water supply, water treatment, wastewater treatment, water quality, and maintenance operations as interim Assistant Public Works Director. Review of operation work plans and industrial regulatory oversights. Implementation of water meter improvement program. Review of water and wastewater rate studies. City liaison for regional transportation projects and programs. Oversight of Engineering Division as interim Principal Civil Engineer which includes capital improvement project review, private development review, transportation study review and financial budgeting. Update of Engineering Master Fee Rate Schedule. Review of federal and state grant proposals. Past Employment Experience City of Dublin, Public Works Department • Public Works Manager (March 2008-January 2015) Performed a variety of tasks associated with the public works department, including administration of capital improvement project (including parks), development plan review and oversight of city maintenance operations of public roadways, drainage system, streetlights and street trees. Responsible for maintenance assessment districts and geologic hazard abatement districts. Administration of professional services contracts for maintenance operations and capital projects. Develop and prepare city operating and capital project budgets. Oversight of department program policies and procedures. City of Dublin, Public Works Department • Associate Civil Engineer (July 2001-March 2008) • Assistant Civil Engineer (February 1999 to July 2001) Manage the design and construction of various capital improvement projects including roadways and facilities. Prepare and review improvement plans, specifications and contract documents. Prepare and administer CIP budgets, staff reports, and presentations for City Council. Responsible for the City's Pavement Management Program. Administer the City's Disadvantaged Business Enterprise (DBE) Program. PAKPOUR CONSULTING GROUP PAGE A-3 330 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Appendix I Project Personnel Resumes Brandon Laurie, PE Senior Engineer Brandon is a registered professional civil engineer with more than two decades of experience in design and construction management. He has worked on a variety of municipal design projects, including transportation and water/wastewater facilities. Brandon's responsibilities have included project engineer in charge of preparing construction plans, specifications, cost estimates, coordination with public agencies, and inspection and support services through construction. He is a certified master hydraulic modeler on WaterCAD®. Annual of Sewer and Water Replacement (2003, 2005, 2007, 2016) for City of Pleasanton, CA Project Engineer responsible for the replacement of water and sewer pipelines, laterals, and appurtenances in residential areas within the City. In total, the City replaced 11,000 linear feet of water main and 10,000 linear feet of sewer main on accelerated schedules. The team delivered the final project plans, specifications and cost estimate two weeks ahead of the accelerated schedule due date and only 13 weeks from receiving the notice to proceed. The team leveraged the information provided by the City, such as base maps, CCTV reports and survey information, and performing elements of the design concurrently with the review process. Brandon prepared the preliminary and final plans, specifications and cost estimate. Park & Industrial Bus Stop Project for City of Benicia, CA Resident Engineer responsible for the installation of two bus stops at the intersection of Park Road and Industrial Way. Improvements consisted of installing 395 linear feet of new curb, gutter, and sidewalk along Industrial Way and Park Road, two new bus pads, new pedestrian crosswalks, and traffic markings. Brandon provided complete construction management services including inspection, utility coordination, construction cost analysis, preparation and review of change orders, review of traffic control plans and public relations with local businesses. Reconstruction of Various Fire Roads for Los Altos Hills County Fire District, Los Altos Hills, CA Project Manager responsible for of the reconstruction of various fire roads in the hills of Los Altos Hills, CA. The project included the removal of the existing asphalt concrete originally suffering from longitudinal cracking, weed intrusion and settlement, re -compacting the existing base and placing four inches of new asphalt concrete with pavement reinforcing fabric. Brandon prepared the plans, specifications, and cost estimate package. He also served as the Resident Engineer assisting with bid assistance and construction management services including preparing daily inspection reports, negotiating change orders, and resident coordination. Street Resurfacing Projects for City of Dublin, CA Project Manager/Resident Engineer responsible for assisting the City with administrating, designing, and providing construction management of its DUBLIN CALIFORNIA Education Bachelor of Science Civil Engineering Colorado State University 2001 Registration Registered Civil Engineer California - #C69561 Master Hydraulic Modeler WaterCAD® Bentley Systems Professional Affiliations Member American Public Works Association Past Board Member Bay Area Water Works Association Associate Member American Society of Civil Engineers Work History 2004-Present Pakpour Consulting Group Project Engineer 2002-2004 Berryman & Henigar, Inc. Project Engineer PAKPOUR PAGE A-4 331 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Appendix I Project Personnel Resumes 2012, 2013, and 2014 Street Overlay Projects; Dublin Boulevard Resurfacing Project; and the City's 2013 and 2014 Annual Slurry Seal Projects. Improvements included placement of over 10,000 tons of asphalt (1.5-inch overlay), 70,000 square feet of pavement repairs, and over 4,000,000 square feet of slurry seal. Brandon prepared design plans, specifications and cost estimate as well as coordinating with Caltrans to prepare all federal funding paperwork during the design and construction phases. As resident engineer, he provided complete construction management services including inspection, submittal review, schedule verification, cost control, labor compliance, change order negotiation, and reporting to City staff. Brandon served as the single point of contact for the residents affected by the project and the City's representative with the contractor. DUBLIN Boris Lake Storm Drain Outfall Repairs for City of Pleasanton, CA Project Manager responsible for the expedited design and construction support services for the repair of 55 LF of 36-inch storm drain pipe and reconstruction of an eroded hillside. The City believed the 55 LF 36-inch corrugated metal pipe (CMP) failed due to surcharged loading and had also severely eroded the 66% slope hillside where it was installed. Brandon led the PCG team as well as the subconsultants for geotechnical investigations/reports and environmental permitting. He worked close with the City and various permitting agencies to expedite the project to ensure completion before the 2017/18 rainy season. Marina Area Storm Drain Project for City of Benicia, CA Project Engineer for the replacement of a deteriorated 66-inch storm drain system with a dry weather pump station. The pump station diverts dry weather flows to a discharge point on East Second Street and wet weather flows to a discharge point in the marina through semi -submerged, dual 48-inch outfall pipes. The project presented several major obstacles including an accelerated schedule, outfall structure aesthetics, and a vocal group of stakeholders. Brandon prepared the plans, specifications, and cost estimate, and provided bid assistance and construction management services. Apple Hill Estates Flood Control and Bicycle Path Project for City of Brentwood, CA Project Engineer for a joint project between the City and Contra Costa County Flood Control District to improve access to a bicycle/pedestrian path and improve floodwater flow within the Deer Creek channel. Using HEC-RAS to model the channel's capacity flow the team found the channel's width was inadequate to convey the projected 50- and 100-year design flows. The design solution widened the existing channel, re -graded the channel slope, and incorporated a gabion drop structure to increase the channel's capacity. Brandon prepared the plans, specifications, and cost estimate as well as providing bid assistance and construction management services. Castlewood Water & Sewer Assessment for Alameda County Public Works Agency, CA Project Manager responsible for the evaluation of the existing sanitary sewer and domestic water systems for the Castlewood Service Area (CSA). To gain a better understanding of the CSA's long term capital needs, the County retained PCG to perform a comprehensive evaluation of both the water and sewer systems. The evaluation included a condition assessment on each system, development of an on- going maintenance/capital improvement program, and funding alternatives through rates for the long- term sustainability of the system. Brandon and his team assessed all aspects of both systems including geological conditions, structural and seismic considerations for the tanks and pump stations, electrical/ mechanical components such as SCADA and pumping equipment, investigation of the sanitary sewer system including CCTV inspections, conducted multiple field visits and stakeholder meetings to ensure the CSA's needs were met. PAKPOUR PAGE A-5 332 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Appendix I Project Personnel Resumes Lorin Jensen, PE Senior Engineer Lorin is a registered engineer with more than three decades of diverse public works design, construction, and project management. He has worked on and managed a wide variety of projects and programs including streets, water, sanitary sewer, clean water, utility undergrounding, facilities, and parks. Lorin brings together a depth of construction and customer service experience rarely seen in a registered engineer. His ability to see the big picture and bring stakeholders together to move projects forward has earned him high praise from owners and contractors alike. Parks and Recreation Facilities Don Biddle Community Park for the City of Dublin, CA Project Manager and Owner's Representative for the Don Biddle Community Park which consisted of constructing a new signature 30-acre community park in the City of Dublin under a public -private partnership. The project include a community garden, great lawn, zipline play structure, Wallholla play structure, veteran's memorial, bocce court, gathering spaces, basketball courts, and tennis courts. Lorin assisted with pre -construction activities, coordinated with the landscape architect designer, provided project management on behalf of the City, and acted as the City representative and liaison with the private developer. Fallen Sports Park Project for the City of Dublin, CA Project Manager and Owner's Representative for the Fallon Sports Park which consisted of constructing a new 19.75-acre community park in the City of Dublin. Lorin assisted with planning and pre -construction activities, coordinated with the designer, provided construction management and public outreach, managed the scope of work, schedule and budget of other City consultants, and acted as the City representative and liaison with outside public agencies. Jordan Ranch Park Project for the City of Dublin, CA Project Manager and Owner's Representative for the Jordan Ranch Neighborhood Park which consisted of constructing a new 5-acre park in the City of Dublin. Lorin assisted with planning and pre -construction activities, coordinated with the designer, provided construction management and public outreach, managed the scope of work, schedule and budget of other City consultants, and acted as the City representative and liaison with outside public agencies. Shannon Community Center Parking Lot Upgrade Project for the City of Dublin, CA Project Manager and Owner's Representative for the Jordan Shannon Community Center Parking Lot Upgrade Project for the City of Dublin. The project consisted of reconstructing the parking lot, lighting, ADA and drainage improvements. Lorin assisted with planning and pre -construction activities, coordinated with the designer, provided construction management and public outreach, managed the scope of work, schedule and budget of DUBLIN CALIFORNIA Education Bachelor of Science Civil Engineering Oregon State University 1983 Registration Registered Civil Engineer California - #C53342 Work History 2015-Present Pakpour Consulting Group Senior Engineer 1990-2015 City of Berkeley Supervising Civil Engineer Associate Civil Engineer Assistant Civil Engineer Junior Civil Engineer 1987-1990 Dillingham Construction, Inc. Construction Engineer PAKPOUR PAGE A-6 333 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Appendix I Project Personnel Resumes other City consultants, and acted as the City representative and liaison with outside public agencies and users of the community center. sXt DUBLIN I< O RN IA Imagine Playground Project for the City of Dublin, CA Project Manager and Owner's Representative for the imagine Playground Project for the City of Dublin. The project consisted of constructing a new all -abilities playground at the Dublin Sports Park. Lorin assisted with planning and pre -construction activities, coordinated with the designer, provided construction management and public outreach, managed the scope of work, schedule and budget of other City consultants, and acted as the City representative and liaison with outside public agencies. Irrigation Central Control and Master Valve Project for Hayward Area Recreation and Park District, Hayward, CA Project Manager and Owner's Representative for the upgrading irrigation control valves at 67 parks throughout Hayward and Castro Valley to decrease water and energy consumption. Lorin assisted with planning and pre -construction activities, coordinated with the designer, provided construction management and public outreach, managed the scope of work, schedule and budget of other District consultants, and acted as the District representative and liaison with outside public agencies. Hayward Community Garden Project for Hayward Area Recreation and Park District, Hayward, CA Project Manager and Owner's Representative for the showcase community garden project in the City of Hayward. Lorin assisted with planning and pre -construction activities, coordinated with the designer, provided construction management and public outreach, managed the scope of work, schedule and budget of other District consultants, and acted as the District representative and liaison with outside public agencies. Storm Water Storm Drain Trash Capture Upgrade Project for the City of Dublin, CA Project Manager and Owner's Representative for the Storm Drain Trash Capture Upgrade Project for the City of Dublin. The project consisted the installation of two hydrodynamic separators. Lorin assisted with planning and pre -construction activities, coordinated with the designer, provided construction management and public outreach, managed the scope of work, schedule and budget of other City consultants, and acted as the City representative and liaison with outside public agencies. Roadway Annual Slurry Seal Project for the City of Dublin, CA Project Manager and Owner's Representative for the 2020 Slurry Seal Project for the City of Dublin. The project consisted of placing more than 2,000,000 square feet of slurry, along with stripping and traffic loop upgrades. Lorin assisted with planning and pre -construction activities, coordinated with the designer, provided construction management and public outreach, managed the scope of work, schedule and budget of other City consultants, and acted as the City representative and liaison with outside public agencies. San Ramon Road Overlay Project for the City of Dublin, CA Project Manager and Owner's Representative for the San Ramon Road Overlay for the City of Dublin. The project consisted of placing more than 10,000 tons of asphalt along San Ramon Road, along with dig out repairs, sidewalk improvements, minor drainage improvements, striping and traffic loop upgrades. Lorin assisted with planning and pre -construction activities, coordinated with the designer, provided construction management and public outreach, managed the scope of work, schedule and budget of other City consultants, and acted as the City representative and liaison with outside public agencies. PAKPOUR CONSULTING GROUP PAGE A-7 334 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Appendix I Project Personnel Resumes William Lai, PE Associate Engineer William is a registered professional civil engineer with more than a decade of public works engineering and project management experience. He has worked on a variety of projects including roadways, traffic signals, and water utilities. William's responsibilities have included project team management, preparation of construction plans as well as coordination of traffic signal maintenance, roadway striping and signing maintenance, grant application preparation, project plans and specifications, and public outreach. Transportation Projects Civic Center Parking Analysis for City of Cupertino, CA Project Manager responsible for the management, coordination, and oversight services to prepare a comprehensive parking analysis. The analysis included documenting existing conditions, surveying Civic Center patrons and City employees, estimating new parking demands, and developing parking solutions. In addition to reviewing traditional solutions such as new surface lots and parking garages, the analysis included a review of various traffic demand management (TDM) strategies such as incentivizing active transportation, implementing a valet parking program, implementing a free shuttle program, and creating shared parking agreements with adjacent properties. This analysis was presented to the City in a comprehensive report. Bubb Road Separated Bikeway Improvements for City of Cupertino, CA Project Manager responsible for the preparation of plans, specifications, and cost estimates for the construction of the Class IV separated bikeways, an offset shuttle loading/unloading platform, 400 feet of new sidewalk, touchless pedestrian push buttons, a new crosswalk along the north side of the Bubb Road/Results Way intersection, and two mid -block pedestrian crossings with pedestrian activated warning lights, and new curb, gutter and sidewalk along Bubb Road. PCG worked closely with the City to respond to feedback from stakeholders such as Apple and the City's Bicycle Pedestrian Commission (BPAC). PCG also provided bid assistance and construction support. Village Parkway/Brighton Drive Intersection Safety Improvements for City of Dublin, CA Project Manager/Engineer responsible for the implementation of pedestrian safety improvements at the intersection of Village Parkway and Brighton Drive. The project location is adjacent to Dublin High School and sees heavy pedestrian usage during school pick-up and drop-off hours. This project improved safety by upgrading the existing traffic signal to accommodate the two additional protected left turn phases at each approach, which eliminated the potential conflicts between vehicles and pedestrians. The project also constructed new ADA compliant curb ramps and enhanced visibility crosswalks. William prepared exhibits, presentations, and staff reports for project approval, prepared a grant application, administered the DUBLIN CALIFORNIA Education Bachelor of Science Civil Engineering San Jose State University 2008 Registration Registered Civil Engineer California - #C84729 Professional Affiliations Co-chair, Internship Committee American Public Works Association Work History 2018-Present Pakpour Consulting Group Project Engineer 2011-2018 City of Dublin Public Works Department Assistant Civil Engineer 2008-2011 City of Santa Clara Water and Sewer Utilities Associate Consultant PAKPOUR PAGE A-8 335 Statement of Qualifications for ON -CALL ENGINEERING & PROJECT MANAGEMENT SERVICES Appendix I Project Personnel Resumes grant funding, oversaw the design team, met with project stakeholders, coordinated with local utility companies, administered the construction contract, and prepared City Council staff reports for project close-out. DUBLIN CALIFORNIA Amador Plaza Road Improvements for City of Dublin, CA Project Manager/Resident Engineer responsible for the implementation of two-phase safety improvements in the Downtown Dublin Priority Development Area. Phase 1 project improvements included the installation of rectangular rapid flashing beacon pedestrian warning devices, construction of mid -block crosswalks with median refuge islands, and construction of a median island restricting left turns at the southernmost driveway into Safeway. William oversaw the approval of the project, coordinated environmental requirements, conducted stakeholder meetings, managed the preparation of plans, specifications, and cost estimates, administered the construction contract, and presented the project at the City's Bicycle and Pedestrian Workshop. Phase 2 of the project included the microsurfacing treatment of 96,000 SF of asphalt pavement and the striping of new bike lanes on both sides of the street. As the City of Dublin postponed their pavement maintenance project for the year, William coordinated with the City of Livermore to include the phase 2 improvements as part of a joint project between the cities. Adaptive Traffic Signal Control System Implementation for City of Dublin, CA Project Manager/Resident Engineer responsible for the implementation of a new adaptive traffic signal control system along Dublin Boulevard from San Ramon Road to Hacienda Drive. The Dublin Boulevard corridor is the only east -west arterial through the City of Dublin and serves as a reliever route to Interstate 580. The increased traffic volumes during commute hours prompted increased complaints from motorists regarding travel times. William prepared a grant application with the Metropolitan Transportation Commission's (MTC) NextGen Arterial Operations Program to procure an adaptive traffic signal system to improve travel times through the corridor. Project improvements included installation of bicycle detection devices, modification of traffic signal loops, upgrade of the traffic management center, implementation of new bus queue jump lanes, and integration of the adaptive traffic signal control system. William managed the team of consultants during the systems engineering and construction design phases, conducted stakeholder meetings, managed the grant funding contract, administered the construction contract, and integrated the new adaptive traffic signal control system with the City's existing traffic management network. Pavement Management Program (PMP) for the City of Dublin, CA Program Manager responsible for overseeing the City's Pavement Management Program. The City's PMP is managed through the asset management system "Streetsaver." William prepared reports and exhibits showing the results of the projected pavement condition of alternative budget scenarios. He also assisted in preparing a presentation to City Council for adoption of a budget for on -going pavement maintenance. PAKPOUR PAGE A-9 336