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