HomeMy WebLinkAbout*October 7, 2025 Regular City Council Meeting PacketOctober 07, 2025 Dublin City Council Regular Meeting Agenda 1
COUNCILMEMBERS Peter W. Snyder Council Chamber
Dr. Sherry Hu, Mayor Dublin Civic Center
Kashef Qaadri, Vice Mayor 100 Civic Plaza
Jean Josey, Councilmember Dublin, CA 94568
Michael McCorriston, Councilmember www.dublin.ca.gov
John Morada, Councilmember
Regular Meeting of the
DUBLIN CITY COUNCIL
Tuesday, October 7, 2025 Location: Peter W. Snyder
City Council Chamber
100 Civic Plaza
Dublin, CA 94568
CLOSED SESSION 6:00 PM
REGULAR MEETING 7:00 PM
Additional Meeting Procedures
This City Council meeting will be broadcast live on Comcast T.V. channel 28
beginning at 7:00 p.m. This meeting will also be livestreamed at www.tv30.org
and on the City’s website at: https://dublin.ca.gov/ccmeetings
For the convenience of the City and as a courtesy to the public, members of the
public who wish to offer comments electronically have the option of giving public
comment via Zoom, subject to the following procedures:
-Fill out an online speaker slip available at www.dublin.ca.gov. The speaker slip
will be made available at 10:00 a.m. on Tuesday, October 7, 2025. Upon
submission, you will receive Zoom link information from the City Clerk.
Speakers slips will be accepted until the staff presentation ends, or until the
public comment period on non-agenda items is closed.
-Once connected to the Zoom platform using the Zoom link information from
the City Clerk, the public speaker will be added to the Zoom webinar as an
attendee and muted. The speaker will be able to observe the meeting from the
Zoom platform.
-When the agenda item upon which the individual would like to comment is
addressed, the City Clerk will announce the speaker in the meeting when it is
their time to give public comment. The speaker will then be unmuted to give
public comment via Zoom.
-Technical difficulties may occur that make the option unavailable, and, in
such event, the meeting will continue despite the inability to provide the
option.
1
October 07, 2025 Dublin City Council Regular Meeting Agenda 2
CLOSED SESSION 6:00 PM
I. CONFERENCE WITH LABOR NEGOTIATORS
Agency designated representatives: Councilmembers Josey and McCorriston
Unrepresented employee: City Attorney
II. CONFERENCE WITH LEGAL COUNSEL—EXISTING LITIGATION
(Paragraph (1) of subdivision (d) of Section 54956.9)
Name of case: Save Mount Diablo, et al. v. City of Dublin, Alameda County Superior Court
Case No. 24CF086734
REGULAR MEETING 7:00 PM
1. CALL TO ORDER AND PLEDGE OF ALLEGIANCE
2. REPORT ON CLOSED SESSION
3. PRESENTATIONS AND PROCLAMATIONS
3.1 Presentation of the Domestic Violence Awareness and Prevention Month Proclamation
The City Council will present the Domestic Violence Awareness and Prevention Month
proclamation.
STAFF RECOMMENDATION:
Present the proclamation.
Staff Report
Attachment 1 - Domestic Violence Awareness and Prevention Month Proclamation
3.2 Presentation of the World Polio Day Proclamation
The City Council will present the World Polio Day proclamation.
STAFF RECOMMENDATION:
Present the proclamation.
Staff Report
Attachment 1 - World Polio Day Proclamation
3.3 Presentation from Ryan Clausnitzer of the Alameda County Mosquito Abatement District
The City Council will receive a presentation from Ryan Clausnitzer, District Manager of the
Alameda County Mosquito Abatement District, providing an overview of the District’s
activities.
STAFF RECOMMENDATION:
Receive the presentation.
Staff Report
4. PUBLIC COMMENT
At this time, the public is permitted to address the City Council on non-agendized items.
Please step to the podium and clearly state your name for the record. COMMENTS SHOULD
NOT EXCEED THREE (3) MINUTES. In accordance with State Law, no action or discussion may
2
October 07, 2025 Dublin City Council Regular Meeting Agenda 3
take place on any item not appearing on the posted agenda. The Council may respond to
statements made or questions asked, or may request Staff to report back at a future meeting
concerning the matter. Any member of the public may contact the City Clerk’s Office related
to the proper procedure to place an item on a future City Council agenda. The exceptions
under which the City Council MAY discuss and/or take action on items not appearing on the
agenda are contained in Government Code Section 54954.2(b)(1)(2)(3).
5. CONSENT CALENDAR
Consent Calendar items are typically non-controversial in nature and are considered for
approval by the City Council with one single action. Members of the audience, Staff or the
City Council who would like an item removed from the Consent Calendar for purposes of
public input may request the Mayor to remove the item.
5.1 Approval of September 16, 2025 Regular City Council Meeting Minutes
The City Council will consider approving the minutes of the September 16, 2025 Regular City
Council Meeting.
STAFF RECOMMENDATION:
Approve the minutes of the September 16, 2025 Regular City Council Meeting.
Staff Report
Attachment 1 - September 16, 2025 Regular City Council Meeting Minutes
5.2 Grace Pointe/Dublin Centre Exempt Surplus Land
The City Council will consider declaring the 1.83-acre portion of property in the Dublin Centre
to be Exempt Surplus Land for an Affordable Housing Development. Declaring this land to be
Exempt Surplus Land will enable the City of Dublin to transfer the property to Sunflower
Grace, L.P., for the development and operation of affordable rental housing in accordance
with the terms of the Development Agreement for the Dublin Centre Project.
STAFF RECOMMENDATION:
Adopt the Resolution Declaring Property Located in the Dublin Centre Project to be Exempt
Surplus Land for Affordable Housing Development Pursuant to the Surplus Land Act.
Staff Report
Attachment 1 - Resolution Declaring Property Located in the Dublin Centre Project to be
Exempt Surplus Land for Affordable Housing Development Pursuant to the Surplus Land
Act
5.3 Agreements for On-Call Construction Management and Inspection Services and an
Amendment to the Agreement with Pakpour Consulting Group, Inc. for On-Call
Development Review Services
The City Council will consider approving agreements with 4LEAF, Inc., Consor PMCM, Inc.,
GFT Infrastructure, Inc., MNS Engineers, Inc., Pakpour Consulting Group, Inc., Swinerton
Management & Consulting, and Unico Engineering, Inc. for on-call construction management
and inspection services. The City Council will also consider amending an agreement with
Pakpour Consulting Group, Inc., for on-call development review services.
STAFF RECOMMENDATION:
Adopt the Resolution Approving the Agreements for On-Call Construction Management and
Inspection Services with 4LEAF, inc., Consor PMCM, Inc., GFT Infrastructure, Inc., MNS
Engineers, Inc., Pakpour Consulting Group, Inc., Swinerton Management & Consulting, and
Unico Engineering, Inc.; and adopt the Resolution Approving an Amendment to the
Agreement with Pakpour Consulting Group, Inc. for On-Call Development Review.
3
October 07, 2025 Dublin City Council Regular Meeting Agenda 4
Staff Report
Attachment 1 - Resolution Approving Agreements for On-Call Construction Management and
Inspection Services
Attachment 2 - Exhibit A to Resolution - Consulting Services Agreements for On-Call
Construction Management and Inspection Services
Attachment 3 - Request for Qualifications - On-Call Construction Management and
Inspection Services
Attachment 4 - Statements of Qualifications - On-Call Construction Management and
Inspection Services
Attachment 5 - Resolution Approving an Amendment to the Agreement with Pakpour
Consulting Group, Inc. for On-Call Development Review
Attachment 6 - Exhibit A to Resolution - Third Amendment to the Consulting Services
Agreement with Pakpour Consulting Group, Inc.
Attachment 7 - Consulting Services Agreement between the City of Dublin and Pakpour
Consulting Group, Inc. and Prior Amendments
5.4 Notice of City Engineer’s Receipt of Final Map for Review for Tract 8663, Dublin Fallon
580
The City Council will receive notification of the City Engineer’s receipt of the Final Map for
review for Tract 8663, Dublin Fallon 580 Large Lot Map.
STAFF RECOMMENDATION:
Receive the notification.
Staff Report
Attachment 1 - Draft Tract 8663 Final Map
6. PUBLIC HEARING – None.
7. UNFINISHED BUSINESS
7.1 Introduction of an Ordinance Amending Sections 5.100.020 and 5.100.140 (Parks and
Recreation Areas and Facilities) and Adding Chapter 6.73 (Micro-Mobility Devices) of the
Dublin Municipal Code
The City Council will consider introducing an Ordinance amending the Dublin Municipal Code
regarding the use of Electric Bicycles, Electric Scooters, Electric Personal Assistive Mobility
Devices, and Electric Motorized Boards operating within the City and making clarifications to
enhance public safety.
STAFF RECOMMENDATION:
Waive the reading and introduce the Ordinance Amending Sections 5.100.020 and 5.100.140
(Parks and Recreation Areas and Facilities) and Adding Chapter 6.73 (Micro-Mobility Devices)
to the Dublin Municipal Code.
Staff Report
Attachment 1 - Ordinance Amending Sections 5.100.020 and 5.100.140 (Parks and
Recreation Areas and Facilities) and Adding Chapter 6.73 (Micro-Mobility Devices) to the
Dublin Municipal Code
Attachment 2 - Redline Amendments to Sections 5.100.020 and 5.100.140
Attachment 3 - City Council Staff Report dated May 6, 2025
Item 7.1 PowerPoint Presentation
8. NEW BUSINESS
4
October 07, 2025 Dublin City Council Regular Meeting Agenda 5
8.1 Introduction of an Ordinance Amending Chapter 2.36 (Contracts and Purchasing) of the
Dublin Municipal Code
The City Council will consider introducing an Ordinance amending the Dublin Municipal Code
related to Purchasing Policy thresholds. The proposed updates are intended to create
efficiencies in the City’s purchasing activities, incorporate recent updates to the California
Uniform Public Construction Cost Accounting Act, and align the City’s practices with the
industry’s best practices.
STAFF RECOMMENDATION:
Waive the reading and introduce an Ordinance Amending Chapter 2.36 (Contracts and
Purchasing) of the City of Dublin Municipal Code.
Staff Report
Attachment 1 - Ordinance Amending Chapter 2.36 (Contracts and Purchasing) of the
Dublin Municipal Code
Attachment 2 - Redline Amendments to Chapter 2.36
Item 8.1 PowerPoint Presentation
9. CITY MANAGER AND CITY COUNCIL REPORTS
Brief information only reports from City Council and/or Staff, including committee reports and
reports by City Council related to meetings attended at City expense (AB1234).
10. ADJOURNMENT
This AGENDA is posted in accordance with Government Code Section 54954.2(a)
If requested, pursuant to Government Code Section 54953.2, this agenda shall be made available
in appropriate alternative formats to persons with a disability, as required by Section 202 of the
Americans with Disabilities Act of 1990 (42 U.S.C. Section 12132) (ADA), and the federal rules and
regulations adopted in implementation thereof. To make a request for disability-related
modification or accommodation, please contact the City Clerk’s Office (925) 833-6650 at least 72
hours in advance of the meeting. Upon receiving a request, the City will swiftly resolve requests for
reasonable accommodation for individuals with disabilities, consistent with the federal ADA, and
resolve any doubt in favor of accessibility.
Agenda materials that become available within 72 hours in advance of the meeting, and after
publishing of the agenda, will be available at Civic Center, 100 Civic Plaza, and will be posted on
the City’s website at www.dublin.ca.gov/ccmeetings.
Mission
The City of Dublin promotes and supports a high quality of life, ensures a safe, secure, and
sustainable environment, fosters new opportunities, and champions a culture of equity, diversity,
and inclusion.
5
STAFF REPORT
CITY COUNCIL
Page 1 of 2
Agenda Item 3.1
DATE: October 7, 2025
TO: Honorable Mayor and City Councilmembers
FROM: Colleen Tribby, City Manager
SUBJECT:
Presentation of the Domestic Violence Awareness and Prevention Month
Proclamation
Prepared by: Vanessa Rosales, CMC, Deputy City Clerk
EXECUTIVE SUMMARY:
The City Council will present the Domestic Violence Awareness and Prevention Month
proclamation.
STAFF RECOMMENDATION:
Present the proclamation.
FINANCIAL IMPACT:
None.
DESCRIPTION:
Domestic Violence Awareness Month has been recognized annually since October 1987, with
the introduction of the first national domestic violence toll-free hotline. In 1989 the U.S.
Congress designated October as National Domestic Violence Awareness Month and such
legislation has passed every year since, promoting awareness of resources and encouraging
people to work towards the elimination of personal and institutional violence.
STRATEGIC PLAN INITIATIVE:
None.
NOTICING REQUIREMENTS/PUBLIC OUTREACH:
The City Council Agenda was posted.
6
Page 2 of 2
ATTACHMENTS:
1) Domestic Violence Awareness and Prevention Month Proclamation
7
Attachment 1
A PROCLAMATION OF THE CITY COUNCIL
CITY OF DUBLIN, CALIFORNIA
“Domestic Violence Awareness and Prevention Month”
WHEREAS, one in every three women will experience domestic violence during her lifetime; one in every four women will experience sexual assault in
her lifetime; one in six men have had abusive or unwanted sexual experiences in their lifetime; and approximately 15.5 million children are exposed to
domestic violence every year; and
WHEREAS, the problem of domestic violence is not confined to any group or groups of people, but crosses all economic, racial, gender, educational,
religious, and societal barriers, and is sustained by societal indifference; and
WHEREAS, victims of domestic violence should have access to medical and legal services, counseling, transitional housing, and other supportive
services so that they can escape the cycle of abuse; and
WHEREAS, the City of Dublin encourages victims of domestic violence and their families to seek assistance from Rewire Community, Tri-Valley
Haven, and other appropriate victims’ services organizations, and recognizes the compassion and dedication of the individuals who provide services to
victims of domestic violence; and
WHEREAS, local programs, state coalitions, national organizations, and other agencies nationwide are committed to increasing public awareness of
domestic violence and its prevalence, and to eliminating it through prevention and education.
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby proclaim October 2025 as “Domestic Violence
Awareness and Prevention Month” in the City of Dublin and encourages the community to be cognizant of the important work done by domestic
violence programs and victims’ service providers, as well as actively participate in scheduled activities and programs that work towards the
elimination of personal and institutional violence.
DATED: October 7, 2025
8
STAFF REPORT
CITY COUNCIL
Page 1 of 2
Agenda Item 3.2
DATE: October 7, 2025
TO: Honorable Mayor and City Councilmembers
FROM: Colleen Tribby, City Manager
SUBJECT:
Presentation of the World Polio Day Proclamation
Prepared by: Vanessa Rosales, CMC, Deputy City Clerk
EXECUTIVE SUMMARY:
The City Council will present the World Polio Day proclamation.
STAFF RECOMMENDATION:
Present the proclamation.
FINANCIAL IMPACT:
None.
DESCRIPTION:
Polio is a highly infectious disease that is spread person to person, typically through
contaminated water. It commonly affects children under the age of 5 and can attack the
nervous system and lead to paralysis. The eradication of polio is one of Rotary International’s
longest standing and most significant efforts. These efforts are providing much needed
operational support, medical staff, laboratory equipment, and educational materials for
healthcare workers and parents.
STRATEGIC PLAN INITIATIVE:
None.
NOTICING REQUIREMENTS/PUBLIC OUTREACH:
The City Council Agenda was posted.
9
Page 2 of 2
ATTACHMENTS:
1) World Polio Day Proclamation
10
Attachment 1
A PROCLAMATION OF THE
CITY OF DUBLIN, CALIFORNIA
“World Polio Day”
WHEREAS, Poliomyelitis, also known as poliovirus or polio, is a highly infectious disease that is spread person to person, typically
through contaminated water; and
WHEREAS, polio commonly affects children under the age of 5 and can attack the nervous system and lead to paralysis ; and
WHEREAS, there is no cure, but polio is preventable with a vaccine which has been administered to nearly 3 billion children in 122
countries and polio cases have dropped by 99.9% since 1988 when Rotary International helped establish the Global Polio Eradication
Initiative; and
WHEREAS, Rotary is a global network of 1.4 million neighbors, friends, leaders, and problem-solvers who see a world where people
unite and take action to create lasting change – across the globe, in our communities, and in ourselves; and
WHEREAS, the eradication of polio is one of Rotary’s longest standing and most significant efforts; and
WHEREAS, these efforts provide much needed operational support, medical staff, laboratory equipment, and educational materials
for healthcare workers and parents.
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby proclaim October 24, 2025, as
“World Polio Day” in the City of Dublin and encourages all residents to join Rotary International in the mission to End Polio Now.
DATED: October 7, 2025
11
STAFF REPORT
CITY COUNCIL
Page 1 of 1
Agenda Item 3.3
DATE: October 7, 2025
TO: Honorable Mayor and City Councilmembers
FROM: Colleen Tribby, City Manager
SUBJECT:
Presentation from Ryan Clausnitzer of the Alameda County Mosquito
Abatement District
Prepared by: Marsha Moore, MMC, City Clerk
EXECUTIVE SUMMARY:
The City Council will receive a presentation from Ryan Clausnitzer, District Manager of the
Alameda County Mosquito Abatement District, providing an overview of the District’s activities.
STAFF RECOMMENDATION:
Receive the presentation.
FINANCIAL IMPACT:
None.
DESCRIPTION:
The Alameda County Mosquito Abatement District is a public agency focused on controlling
mosquitoes and limiting the transmission of mosquito-borne diseases. The City Council will
receive an overview of the District’s activities.
STRATEGIC PLAN INITIATIVE:
None.
NOTICING REQUIREMENTS/PUBLIC OUTREACH:
The City Council Agenda was posted.
ATTACHMENTS:
None.
12
STAFF REPORT
CITY COUNCIL
Page 1 of 1
Agenda Item 5.1
EXECUTIVE SUMMARY:
The City Council will consider approving the minutes of the September 16, 2025 Regular City
Council Meeting.
STAFF RECOMMENDATION:
Approve the minutes of the September 16, 2025 Regular City Council Meeting.
FINANCIAL IMPACT:
None.
DESCRIPTION:
The City Council will consider approving the minutes of the September 16, 2025 Regular City
Council Meeting.
STRATEGIC PLAN INITIATIVE:
None.
NOTICING REQUIREMENTS/PUBLIC OUTREACH:
The City Council Agenda was posted.
ATTACHMENTS:
1) September 16, 2025 Regular City Council Meeting Minutes
DATE: October 7, 2025
TO: Honorable Mayor and City Councilmembers
FROM: Colleen Tribby, City Manager
SUBJECT:
Approval of September 16, 2025 Regular City Council Meeting Minutes
Prepared by: Vanessa Rosales, CMC, Deputy City Clerk
13
MINUTES OF THE CITY COUNCIL
OF THE CITY OF DUBLIN
Regular Meeting: September 16, 2025
DUBLIN CITY COUNCIL MINUTES
REGULAR MEETING
September 16, 2025
The following are minutes of the actions taken by the City of Dublin City Council. A full
video recording of the meeting with the agenda items indexed and time stamped is
available on the City’s website at: https://dublin.ca.gov/ccmeetings
CLOSED SESSION 6:00 PM
I. PUBLIC EMPLOYEE PERFORMANCE EVALUATION
Title: City Attorney
II. CONFERENCE WITH LABOR NEGOTIATORS
Agency designed representatives: Councilmembers Josey and McCorriston
Unrepresented employee: City Attorney
III. CONFERENCE WITH LEGAL COUNSEL—EXISTING LITIGATION
(Paragraph (1) of subdivision (d) of Section 54956.9)
Name of case: Kingswood Owners Association v. City of Dublin, Alameda County
Superior Court Case No. 24CV087642
IV. CONFERENCE WITH LEGAL COUNSEL—EXISITING LITIGATION
(Paragraph (1) of subdivision (d) of Section 54956.9)
In Purdue Pharma L.P., et al. (S.D.N.Y.), Case No. 19-23649
V. CONFERENCE WITH LEGAL COUNSEL—EXISITING LITIGATION
(Paragraph (1) of subdivision (d) of Section 54956.9)
In re: National Prescription Opiate Litigation (N.D. Ohio) Case No. 1:17 -md-2804
REGULAR MEETING 7:00 PM
A Regular Meeting of the Dublin City Council was held on Tuesday, September 16,
2025, in the Peter W. Snyder Council Chamber. The meeting was called to order at 7:00
PM, by Vice Mayor Qaadri.
Attachment 1
14
DUBLIN CITY COUNCIL MINUTES
REGULAR MEETING
September 16, 2025
1) CALL TO ORDER AND PLEDGE OF ALLEGIANCE
Attendee Name Status
Dr. Sherry Hu, Mayor Absent
Kashef Qaadri, Vice Mayor Present
Jean Josey, Councilmember Present
Michael McCorriston, Councilmember Present
John Morada, Councilmember Present
2) REPORT ON CLOSED SESSION
City Attorney John Bakker reported the City Council approved two settlements in the
National Prescription Opiate Litigation:
One with Purdue Pharma and its owners, the Sackler Family, with a maximum
settlement value of $128,081.65.
One with secondary manufactures (Alvogen, Amneal, Apotex, Hikma, Indivior, Mylan,
Sun, and Zydus) with a maximum settlement value of $17,850.38.
3) PRESENTATIONS AND PROCLAMATIONS
The City Council presented the Constitution Week Proclamation.
3.2) Employee Introductions
New City of Dublin staff members, Lacey Bockhous, Digital Communications Technician
with the City Manager’s Office, and Christina Brekelmans, Recreation Coordinator with
Parks and Community Services, were introduced.
4) PUBLIC COMMENT
Frank Dillon provided public comment.
Mike Grant provided public comment.
Naveena Rudrapada provided public comment.
5) CONSENT CALENDAR
5.1) Approved the September 2, 2025, Regular City Council Meeting Minutes.
3.1) Presentation of the Constitution Week Proclamation
15
DUBLIN CITY COUNCIL MINUTES
REGULAR MEETING
September 16, 2025
5.2) Adopted Resolution No. 77-25 titled, “Authorizing Enforcement of the California
Vehicle Code to Privately Owned Roads Within the Wallis Ranch Subdivision and
Approving an Agreement with the Wallis Ranch Homeowner’s Association for the
Provision of Traffic Enforcement Services.”
5.3) Adopted Resolution No. 78-25 titled, “Approving the Fourth Amendment to the
Land Lease between the City of Dublin and U.S. Bank National Association.”
5.4) Received the report of payments issued from August 1, 2025 – August 31, 2025,
totaling $24,541,574.76.
5.5) Adopted Resolution No. 79-25 titled, “Adopting the City of Dublin Title VI
Program.”
5.6) Adopted Resolution No. 80-25 titled, “Finding that Developers Having Obligations
Under Active Development Agreements and Supplemental Agreements as
Amended, Have Complied in Good Faith with Terms and Provisions of the
Agreements.”
On a motion by Councilmember McCorriston, seconded by Councilmember Josey and
by unanimous vote, the City Council adopted the Consent Calendar.
RESULT: ADOPTED [UNANIMOUS]
MOVED BY: Michael McCorriston, Councilmember
SECOND: Jean Josey, Councilmember
AYES: Josey, McCorriston, Qaadri, Morada
ABSENT: Hu
Vice Mayor Qaadri called a recess at 7:21 PM.
Vice Mayor Qaadri reconvened the meeting at 7:24 PM.
6) PUBLIC HEARING – None.
7) UNFINISHED BUSINESS – None.
8) NEW BUSINESS
8.1) Annual Review of the City’s Statement of Investment Policy
The City Council received a presentation regarding the annual review and updates of the
City’s Statement of Investment Policy.
Daniel provided public comment.
16
DUBLIN CITY COUNCIL MINUTES
REGULAR MEETING
September 16, 2025
Adam Kalman provided public comment.
Tsahala David provided public comment.
Kathryn Doyen provided public comment.
Riyad Sood provided public comment.
Eyal provided public comment.
Musa Tariq provided public comment.
Kenneth Goldman provided public comment.
Mike Grant provided public comment.
Arman Rizvi provided public comment.
Rabbi Larry Milder provided public comment.
Sarah Dorman provided public comment.
Linda Knapp provided public comment.
Sofia Rahman provided public comment.
Cathy Fararjeh provided public comment.
Am Ysrael Chai provided public comment.
Ray provided public comment.
Hagit Shekel provided public comment.
On a motion by Councilmember McCorriston and seconded by Vice Mayor Qaadri, and
by unanimous vote, the City Council adopted Resolution No. 81 -25 titled, “Approving the
Annual Review of the Statement of Investment Policy and Delegation of Authority to
Complete Investment Transactions.”
RESULT: ADOPTED [UNANIMOUS]
MOVED BY: Michael McCorriston, Councilmember
SECOND: Kashef Qaadri, Vice Mayor
AYES: Josey, McCorriston, Qaadri, Morada
ABSENT: Hu
8.2) Agreement with East Bay Pool Service, Inc. for Aquatic Facilities Maintenance
17
DUBLIN CITY COUNCIL MINUTES
REGULAR MEETING
September 16, 2025
The City Council received a presentation on the agreement with East Bay Pool Services,
Inc., for aquatic facilities maintenance.
Vice Mayor Qaadri opened the public comment period. Upon receiving no public
comment, Vice Mayor Qaadri closed the public comment period.
On a motion by Councilmember Morada and seconded by Councilmember Josey, and by
unanimous vote, the City Council adopted Resolution No. 82-25 titled, “Approving the
Contractor Services Agreement with East Bay Pool Service, Inc. for Aquatic Facilities
Maintenance,” and approved the budget change.
RESULT: ADOPTED [UNANIMOUS]
MOVED BY: John Morada, Councilmember
SECOND: Jean Josey, Councilmember
AYES: Josey, McCorriston, Qaadri, Morada
ABSENT: Hu
9) CITY MANAGER AND CITY COUNCIL REPORTS
The City Council and Staff provided brief information-only reports, including committee
reports and reports related to meetings attended at City expense (AB1234).
By consensus, the City Council directed Staff to bring a policy to a future meeting
formalizing the current practice of lowering the flag to half-staff.
10) ADJOURNMENT
Vice Mayor Qaadri adjourned the meeting at 9:13 PM.
Mayor
ATTEST:
City Clerk
18
STAFF REPORT
CITY COUNCIL
Page 1 of 3
Agenda Item 5.2
DATE: October 7, 2025
TO: Honorable Mayor and City Councilmembers
FROM: Colleen Tribby, City Manager
SUBJECT:
Grace Pointe/Dublin Centre Exempt Surplus Land
Prepared by: Jason Earl, Senior Management Analyst
EXECUTIVE SUMMARY:
The City Council will consider declaring the 1.83-acre portion of property in the Dublin Centre
to be Exempt Surplus Land for an Affordable Housing Development. Declaring this land to be
Exempt Surplus Land will enable the City of Dublin to transfer the property to Sunflower Grace,
L.P., for the development and operation of affordable rental housing in accordance with the
terms of the Development Agreement for the Dublin Centre Project.
STAFF RECOMMENDATION:
Adopt the Resolution Declaring Property Located in the Dublin Centre Project to be Exempt
Surplus Land for Affordable Housing Development Pursuant to the Surplus Land Act.
FINANCIAL IMPACT:
None.
DESCRIPTION:
Background
On December 6, 2022, the City Council approved the Development Agreement for the Dublin
Centre project. As part of the project’s compliance with the City Inclusionary Zoning Ordinance,
the developer agreed to donate land at the corner of Dublin Boulevard and Brannigan Street
(the Property) to the City or its designated recipient for a multi-family housing project affordable
to lower income households.
On November 5, 2024, the City Council entered into an Affordable Housing Assistance
Agreement (AHAA) with Sunflower Grace, L.P., for the Grace Pointe project. Under the terms
of the AHAA, Sunflower Grace L.P. will be the recipient of the Property for the purpose of
constructing and operating an affordable rental housing development thereon.
19
Page 2 of 3
Sunflower Grace, L.P., which includes affiliates of Sunflower Hill and Satellite Affordable
Housing Associates (SAHA) as general partners, proposes to develop a 60-unit low- and very-
low income affordable housing project for those with intellectual and developmental disabilities
(I/DD) on the Property. As a non-profit affordable housing developer, Sunflower Grace L.P.,
will be seeking funds from multiple funding sources to construct the Grace Pointe project.
Receipt of property as exempt surplus land allows certain funding applications, such as the
Multifamily Housing Program by HCD, and the Multi-Family Super NOFA Capital funding, to be
more competitive. Therefore, Sunflower Hill requested that the City acquire the Property from
the Dublin Centre master developer and subsequently transfer it to Sunflower Grace, L.P., as
surplus property to enhance the competitiveness of its affordable housing funding applications.
Analysis
Pursuant to the Surplus Land Act (Government Code Section 54220 et seq.), local agencies
must determine whether publicly owned land is “surplus” or “exempt surplus” prior to its sale or
lease. The Property qualifies as “exempt surplus land” under multiple provisions of the Act:
Section 54221(f)(1)(A) defines exempt surplus land as property used for housing
developments pursuant to Government Code Section 37364, which allows cities to
convey land for housing when at least 80% of the land is developed for housing and at
least 40% of the units are designated for low and very low-income households, with
affordability restrictions lasting at least 30 years. The AHAA exceeds these
requirements by mandating that all units (except one manager’s unit) be restricted to
low and very low-income households for a period of 55 years.
Section 54221(f)(1)(F) further defines exempt surplus land as property used for
housing developments where 100% of units (excluding a manager’s unit) are restricted
to low- or moderate-income households, with at least 75% restricted to lower income
households, and rents set at least 20% below median market rates for the
neighborhood. These restrictions must be recorded in a covenant or regulatory
agreement. The AHAA requires a Regulatory Agreement to be recorded against the
Property for a term of 55 years.
Section 54221(f)(2) requires notification to certain entities if the land is located in
sensitive areas such as coastal zones or near historic sites. The Property does not meet
any of these criteria, and therefore no such notification is required.
The Surplus Land Act Guidelines require that a local agency making an exempt surplus land
determination must document its findings and submit them to the California Department of
Housing and Community Development (HCD) at least 30 days prior to disposition. A
Resolution documenting the findings and declaring the Property in the Dublin Centre Project to
be Exempt Surplus Property for affordable housing development is included as Attachment 1 .
STRATEGIC PLAN INITIATIVE:
Strategy 3: Housing Inclusivity and Affordability
Objective A: Implement the goals, policies, and programs in the 2023 -2031 Housing Element.
Objective B: Support efforts to produce housing affordable at all levels of income.
20
Page 3 of 3
Objective E: Support efforts to address housing for special needs communities.
ENVIRONMENTAL DETERMINATION:
The action of declaring the Property to be exempt surplus property for affordable housing
development is exempt from the requirements of the California Environmental Quality Act
(CEQA) pursuant to CEQA Guidelines Section 15378 as th is action does not meet CEQA’s
definition of a “project” and would not result in either a direct physical change, or a reasonably
foreseeable indirect physical change in the environment.
NOTICING REQUIREMENTS/PUBLIC OUTREACH:
The City Council Agenda was posted.
ATTACHMENTS:
1) Resolution Declaring Property Located in the Dublin Centre Project to be Exempt Surplus
Land for Affordable Housing Development Pursuant to the Surplus Land Act
21
Attachment 1
Reso. No. XX-25, Item X.X, Adopted XX/XX/2025 Page 1 of 3
RESOLUTION NO. XX – 25
A RESOLUTION OF THE CITY COUNCIL
OF THE CITY OF DUBLIN
DECLARING PROPERTY LOCATED IN THE DUBLIN CENTRE
PROJECT TO BE EXEMPT SURPLUS LAND FOR
AFFORDABLE HOUSING DEVELOPMENT PURSUANT TO THE
SURPLUS LAND ACT
WHEREAS, on December 6, 2022, the City Council approved a Development Agreement
for the Dublin Centre project, and as part of the project’s compliance with the City’s Inclusionary
Zoning Ordinance, the developer agreed to donate land within the Dublin Centre project to the
City or its designated recipient; and
WHEREAS, on November 5, 2024, the City Council approved an Affordable Housing
Assistance Agreement (“AHAA”) with Sunflower Grace, L.P. with respect to certain approximately
1.83 acres of real property located in the Dublin Centre project, a portion of APN 985 -0051-006-
00 (the “Property”), for the development and operation of an affordable rental housing
development thereon; and
WHEREAS, Sunflower Grace, L.P., which includes affiliates of Sunflower Hill and Satellite
Affordable Housing Associates (SAHA) as general partners, proposes to develop the Grace
Pointe project on the Property consisting of a 60-unit low- and very-low-income affordable housing
project for those with intellectual and developmental disabilities (I/DD); and
WHEREAS, Sunflower Grace, L.P. requested that the City acquire the Property from the
Dublin Centre master developer and subsequently transfer it to Sunflower Grace, L.P. as surplus
property to enhance the competitiveness of its funding applications; and
WHEREAS, the Surplus Land Act, Government Code Section 54220, et seq., provides that
local public agencies must determine whether land owned by the public agency is “surplus land”
or “exempt surplus land” prior to the sale or lease of such land; and
WHEREAS, Section 54221(f)(1)(A) of the Surplus Land Act provides that surplus land that
is transferred by a city pursuant to Government Code Section 37364 is “exempt surplus land”;
and
WHEREAS, Government Code Section 37364 authorizes cities to convey real property
when not less than 80% of the property will be developed for housing, and not less than 40% of
the housing units will be developed for low and very low-income tenants at an affordable rent, and
restricted for a period of at least 30 years; and
WHEREAS, the AHAA requires that all of the Property will be developed f or housing, and
all of the housing units thereon (except for one manager’s unit) will be developed for low and
extremely low income tenants at an affordable rent, and restricted for a period of 55 years,
pursuant to a Regulatory Agreement between the City and Sunflower Grace, L.P. to be recorded
in the official records of Alameda County; and
WHEREAS, Section 54221(f)(1)(F) of the Surplus Land Act provides that “exempt surplus
land” includes surplus land that is to be developed for a housing development th at restricts 100
22
Reso. No. XX-25, Item X.X, Adopted XX/XX/2025 Page 2 of 3
percent of the residential units to persons and families of low or moderate income, with at least
75 percent of the residential units restricted to lower income households, with an affordable rent
for 55 years for rental housing, and the maximum affordable rent level is at least 20 percent below
the median market rents for the neighborhood in which the site is located, with such requirements
contained in a covenant or restriction recorded against the surplus land that runs with the land;
and
WHEREAS, the AHAA requires that a Regulatory Agreement will be recorded against the
Property at the time of conveyance to Sunflower Grace, L.P. which requires that for a period of
55 years the rental of 100 percent of the residential units (except for one manager’s unit) will be
restricted to persons and families of low or moderate income, with at least 75 percent of the
residential units restricted to lower income households, with an affordable rent, and the maximum
affordable rent level will be at least 20 percent below the median market rents for the
neighborhood in which the Property is located; and
WHEREAS, Section 54221(f)(2) of the Surplus Land Act provides that notwithstanding the
foregoing exemptions, a written notice of the availability of surplus land for open-space purposes
shall be sent to specified entities if the land is within a coastal zone, adjacent to a historical unit
of the State Parks System, listed on or determined by the State Office of Historic Preservation to
be eligible for the National Register of Historic Places, or within the Lake Tahoe region; and
WHEREAS, the Property does not meet any of the criteria of Section 54221 (f)(2) of the
Surplus Land Act, and therefore no written notice of the availability of surplus land for open-space
purposes is required to be sent with respect to the Property; and
WHEREAS, the Surplus Land Act Guidelines provide that a local agency that determines
that property is exempt from the Surplus Land Act shall support such a determination with written
findings and shall provide a copy of the written determination to the California Department of
Housing and Community Development at least 30 days prior to disposition; and
WHEREAS, the City Council desires to declare the Property to be exempt surplus land and
to make certain findings with respect to the City’s conveyance of the Property to Sunflower Grace,
L.P.
NOW THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin hereby
makes the following findings and determinations:
1. The Property is designated as exempt surplus land on the basis that the City intends
to convey the Property in accordance with Government Code Sections 54221 (f)(1)(A) and
54221(f)(1)(F).
2. The City Council hereby directs the City Manager or her designee to transmit a copy
of this resolution to the California Department of Housing and Community Development, and to
transmit such further information and documents as are necessary for the Department’s review of
the compliance of this transaction with the requirements of the Surplus Land Act.
3. The conveyance of the Property to Sunflower Grace, L.P. pursuant to the AHAA
shall occur no earlier than the first to occur of (a) the approval of the findings hereof by the
California Department of Housing and Community Develo pment, or (b) thirty days after the
submission of this resolution and all accompanying documents to the California Department of
Housing and Community Development.
23
Reso. No. XX-25, Item X.X, Adopted XX/XX/2025 Page 3 of 3
PASSED, APPROVED AND ADOPTED this 7th day of October 2025, by the following
vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
______________________________
Mayor
ATTEST:
_________________________________
City Clerk
24
STAFF REPORT
CITY COUNCIL
Page 1 of 3
Agenda Item 5.3
DATE: October 7, 2025
TO: Honorable Mayor and City Councilmembers
FROM: Colleen Tribby, City Manager
SUBJECT:
Agreements for On-Call Construction Management and Inspection
Services and an Amendment to the Agreement with Pakpour Consulting
Group, Inc. for On-Call Development Review Services
Prepared by: Julius Pickney, Management Analyst II
EXECUTIVE SUMMARY:
The City Council will consider approving agreements with 4LEAF Inc., Consor PMCM Inc.,
GFT Infrastructure Inc., MNS Engineers Inc., Pakpour Consulting Group Inc., Swinerton
Management & Consulting, and Unico Engineering Inc. for on-call construction management
and inspection services. The City Council will also consider amending an agreement with
Pakpour Consulting Group Inc. for on-call development review services.
STAFF RECOMMENDATION:
Adopt the Resolution Approving the Agreements for On-Call Construction Management and
Inspection Services with 4LEAF Inc., Consor PMCM Inc., GFT Infrastructure Inc., MNS
Engineers Inc., Pakpour Consulting Group Inc., Swinerton Management & Consulting, and
Unico Engineering Inc.; and adopt the Resolution Approving an Amendment to the Agreement
with Pakpour Consulting Group Inc. for On -Call Development Review.
FINANCIAL IMPACT:
The proposed agreements for On-Call Construction Management and Inspection Services
include a not-to-exceed compensation amounts of $2,000,000 for each consulting firm. The
amendment to the agreement for On-Call Development Review with Pakpour Consulting
Group Inc. includes a $500,000 increase to the not-to-exceed compensation amount, bringing
the total to $3,500,000. The cost of these services will be charged to the Public Works
Department, based on the work done and in accordance with the adopted annual operating
budget, Capital Improvement Program project budgets, or development deposit accounts
funded by developers.
25
Page 2 of 3
DESCRIPTION:
Agreements for On-Call Construction Management and Inspection Services
The Public Works Department utilizes consultants and contractors on Capital Improvement
Program (CIP) projects, private development projects, and City operation and maintenance
programs. Consultants are solicited through an open and competitive request for qualifications
(RFQ) process. In July 2025, Staff issued an RFQ for On-Call Construction Management and
Inspection Services to find consultants that have the necessary background and expertise to
provide these services.
Twenty-one submissions were received in response to the RFQ. Upon review of the
qualifications received, Staff determined that all 21 firms are qualified. Staff recommends
entering into on-call agreements with seven firms based on the evaluation rankings and the
estimated need for services during a three-year agreement term. The seven firms
recommended are: 4LEAF Inc., Consor PMCM Inc., GFT Infrastructure Inc., MNS Engineers
Inc., Pakpour Consulting Group Inc., Swinerton Management & Consulting, and Unico
Engineering Inc. The recommended firms have provided these services to Dublin in the past
and have provided similar services to various municipalities around the Bay Area . Each of the
proposed agreements includes a compensation limit of $2,000,000 over the three-year term,
rate increase provisions tied to the consumer price index or maximum of three percent, and
performance measures related to the firm’s services.
Staff also recommends that the other firms that responded to the RFQ be deemed qualified
and remain on the City’s Managed Qualified Bid List, reserving the right to enter into an
agreement with these firms at a future date. The other firms that responded to the RFQ are:
Alpha CM, AZAD Engineering PC, Bureau Veritas North America Inc., CSG Consultants Inc.,
Dabri Inc., Dewberry Engineers Inc., E. Majalani Construction Management Inc., Haley &
Aldrich Inc., Hollins Consulting Inc., mack5, Mark Thomas & Company Inc., Shiels Sowko
Consultants Inc., Wilsey Ham, and Zoon Engineering.
Amendment to Agreement for Development Review – Pakpour Consulting Group
On June 15, 2021, the City Council approved an agreement with Pakpour Consulting Group
Inc. (Resolution No. 72-21) for On-Call Development Review and On-Call Construction
Management and Inspection Services. On December 16, 2021, the agreement was amended
to expand the scope of services to add emergency operations assistance. On June 4, 2024,
the City Council amended the agreement (Resolution No. 39-24) to extend the term to June
30, 2026, and increase the not-to-exceed compensation limit from $2,000,000 to $3,000,000.
If the City Council approves a new agreement with Pakpour for on-call construction
management and inspection services, then Staff recommends the City Council amend the
existing agreement with Pakpour to remove on-call construction management and inspection
services from the scope of work. The amended agreement would then be limited to
development review services and emergency operations assistance.
Staff also proposes amendments to the existing agreement to increase the not -to-exceed
compensation limit and update billing rates. Staff recommends increasing the not-to-exceed
26
Page 3 of 3
compensation limit by $500,000, for a total not-to-exceed compensation limit of $3,500,000.
The increased limit is needed for current and future development review services , such as plan
review, map review, permit issuance, project management, and project closeout for various
development projects. The amendment also includes updating billing rates, linking future billing
rate increases to the consumer price index, and including development review performance
measures.
STRATEGIC PLAN INITIATIVE:
None
NOTICING REQUIREMENTS/PUBLIC OUTREACH:
The City Council Agenda was posted.
ATTACHMENTS:
1) Resolution Approving the Agreements for On-Call Construction Management and
Inspection Services with 4LEAF Inc., Consor PMCM Inc., GFT Infrastructure Inc., MNS
Engineers Inc., Pakpour Consulting Group, Inc., Swinerton Management & Consulting, and
Unico Engineering Inc.
2) Exhibit A to Resolution – Consulting Services Agreements with 4LEAF Inc., Consor PMCM
Inc., GFT Infrastructure Inc., MNS Engineers Inc., Pakpour Consulting Group Inc.,
Swinerton Management & Consulting, and Unico Engineering Inc.
3) Request for Qualifications – On-Call Construction Management and Inspection Services
4) Statements of Qualifications – On-Call Construction Management and Inspection Services
5) Resolution Approving an Amendment to the Agreement with Pakpour Consulting Group
Inc. for On-Call Development Review
6) Exhibit A to Resolution – Third Amendment to the Consulting Services Agreement with
Pakpour Consulting Group Inc.
7) Consulting Services Agreement between the City of Dublin and Pakpour Consulting Group
Inc.
27
Attachment 1
Reso. No. XX-25, Item X.X, Adopted 10/7/2025 Page 1 of 2
RESOLUTION NO. XX – 25
A RESOLUTION OF THE CITY COUNCIL
OF THE CITY OF DUBLIN
APPROVING THE AGREEMENTS FOR ON-CALL CONSTRUCTION MANAGEMENT AND
INSPECTION SERVICES WITH 4LEAF INC., CONSOR PMCM INC., GFT
INFRASTRUCTURE INC., MNS ENGINEERS INC., PAKPOUR CONSULTING GROUP INC.,
SWINERTON MANAGEMENT & CONSULTING, AND UNICO ENGINEERING INC.
WHEREAS, on July 2, 2025, Staff issued a Request for Qualifications (RFQ) for On -Call
Construction Management and Inspection Services; and
WHEREAS, the City received twenty-one 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 4LEAF Inc., Consor PMCM Inc.,
GFT Infrastructure Inc., MNS Engineers Inc., Pakpour Consulting Group Inc., Swinerton
Management & Consulting, and Unico Engineering Inc., each for a not -to-exceed amount of
$2,000,000 over a three-year term; and
WHEREAS, the following firms which were deemed to be qualified as part of the RFQ
solicitation process and will remain on the City’s Managed Qualified Bid List, reserving the right to
enter into an agreement with these firms at a future date : Alpha CM, AZAD Engineering PC,
Bureau Veritas North America Inc., CSG Consultants Inc., Dabri Inc., Dewberry Engine ers Inc.,
E. Majalani Construction Management Inc., Haley & Aldrich Inc., Hollins Consulting Inc., mack5,
Mark Thomas & Company Inc., Shiels Sowko Consultants Inc., Wilsey Ham, and Zoon
Engineering.
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does
hereby approve the Agreements with 4LEAF Inc., Consor PMCM Inc., GFT Infrastructure Inc.,
MNS Engineers Inc., Pakpour Consulting Group Inc., Swinerton Management & Consulting, and
Unico Engineering Inc. attached hereto as Exhibit A.
BE IT FURTHER RESOLVED that the City Manager, or designee, is authorized to execute
the Agreements, attached hereto as Exhibit A, and make any necessary, non-substantive
changes to carry out the intent of this Resolution.
{Signatures on the following page}
28
Reso. No. XX-25, Item X.X, Adopted 10/7/2025 Page 2 of 2
PASSED, APPROVED AND ADOPTED this 7th day of October 2025, by the following
vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
______________________________
Mayor
ATTEST:
_________________________________
City Clerk
29
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 1 of 21
CONSULTING SERVICES AGREEMENT BETWEEN
THE CITY OF DUBLIN AND
4LEAF, INC.
FOR
CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
THIS AGREEMENT for consulting services is made by and between the City of
Dublin (“City”) and 4LEAF, Inc. (“Consultant”) (together sometimes referred to as the
“Parties”) as of October 7, 2025 (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, 2028, 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.
Attachment 2
Exhibit A to Resolution
30
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 2 of 21
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.
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 regarding the amount of compensation
between this Agreement and Consultant’s proposal, 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
31
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 3 of 21
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
time necessary to complete work under any other agreement between
Consultant and City, if applicable.
32
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 4 of 21
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 A.
2.6 Reimbursable Expenses. Reimbursable expenses are specified in
Exhibit A. Expenses not listed in Exhibit A 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.
2.9 Authorization to Perform Services. The Consultant is not authorized to
perform any services or incur any costs whatsoever under the terms of
33
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 5 of 21
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
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.
34
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 6 of 21
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
Services Office Automobile Liability form CA 0001, Code 1 (any
auto). No endorsement shall be attached limiting the coverage.
35
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 7 of 21
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
36
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 8 of 21
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
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.
37
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 9 of 21
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
Terminate this Agreement.
Section 5. INDEMNIFICATION AND CONSULTANT’S RESPONSIBILITIES.
38
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 10 of 21
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.
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.
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.
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 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.
Notwithstanding the forgoing, to the extent this Agreement is a “construction contract”
as defined by California Civil Code Section 2782, as may be amended from time to
time, such duties of Consultant to indemnify shall not apply when to do so would be
prohibited by California Civil Code Section 2782.
The Consultant’s obligation to defend and indemnify shall not be excused because of
the Consultant’s inability to evaluate Liability or because the Consultant evaluates
Liability and determines that the Consultant is not liable to the claimant. The Consultant
39
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 11 of 21
must respond within 30 days to the tender of any claim for defense and indemnity by the
City. If the Consultant fails to accept or reject a tender of defense and indemnity within
30 days, in addition to any other remedy authorized by law, so much of the money due
the Consultant under and by virtue of this Agreement as shall reasonably be considered
necessary by the City, may be retained by the City until disposition has been made of
the claim or suit for damages, or until the Consultant accepts or rejects the tender of
defense, whichever occurs first.
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.
40
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 12 of 21
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.
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.
41
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 13 of 21
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.
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:
42
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 14 of 21
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
43
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 15 of 21
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 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.
44
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 16 of 21
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:
Gene Barry
2126 Rheem Drive
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 represents the entire and integrated
45
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 17 of 21
agreement between City and Consultant and supersedes all prior
negotiations, representations, or agreements, either written or oral.
Exhibit A Scope of Services & Compensation Schedule/Reimbursable
Expenses
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.
10.14 Provisions Required For Public Works Contracts Pursuant To
California Labor Code Section 1720 Et Seq.
A. HOURS OF WORK:
i. 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.
ii. 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
46
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 18 of 21
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.
iii. 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.
B. WAGES:
i. 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.
ii. 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 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
47
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 19 of 21
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:
a. 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.
b. 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.
c. 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.
d. 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.
iii. 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:
48
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 20 of 21
a. The information contained in the payroll record is true
and correct.
b. 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.
iv. 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.
v. 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.
SIGNATURES ON FOLLOWING PAGE
49
Consulting Services Agreement between City of Dublin and October 7, 2025
4 Leaf, Inc. for Construction Management and Inspection Services Page 21 of 21
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 4LEAF, INC.
Colleen Tribby, City Manager Gene Barry, Vice President
Attest:
Consultant’s DIR Registration Number
(if applicable)
Marsha Moore, City Clerk
Approved as to Form:
City Attorney
50
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
4 Leaf, Inc. for Construction Management and Inspection ServicesExhibit A – Page 1
of 9
EXHIBIT A
SCOPE OF SERVICES
The Scope of Services is intended as a guide to illustrate the minimum project
requirements. The Construction Management Team will provide professional and
technical services to manage the construction and inspection for the assigned project
under the supervision of the City of Dublin. The Consultant selected shall provide all
other necessary equipment, vehicle(s), cell phone, tools of the trade, etc. necessary for
the project team to successfully complete the project.
Services During Pre-Construction:
The Construction Manager will assist City Staff in the following:
1. Perform a review (constructability and biddability) of the construction documents
issued to the City for review and provide recommendations regarding feasibility of
construction methods, current availability of materials and labor and time
requirements for procurement. Identify materials or services which may have a
long lead time and could impact the project. Provide written comments to the City
for incorporation into the bid documents by addendum if necessary.
2. Work with the City to develop strategies to generate market interest in the Project.
3. Take the lead in managing the bid process including receiving bidder’s questions,
distributing information to the City and design consultant, issuing bid addendums,
analyzing bids and ultimately make a recommendation of award to the City Project
Manager. Provide documentation and substantiation to allow Staff to gain City
Council approval of award.
4. Maintain an electronic project management filing system and potentially on the
City’s network using the Microsoft Office Suite.
5. Work with and provide project specific construction recommendations to the design
team. Review and provide comments on the construction logistics plans produced
by the design team.
Services During Construction:
The Construction Manager will represent the City during construction of the project. The
Construction Manager will perform the following specific services:
1. Coordinate the efforts of the engineer, contractor, local agencies, and City to
ensure proper communication and progress of the project. Act as liaison to the
City through the City’s Project Manager.
2. Schedule, direct, and supervise the Project Inspector.
51
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
4 Leaf, Inc. for Construction Management and Inspection ServicesExhibit A – Page 2
of 9
3. Coordinate all required testing services and review testing reports and materials
testing personnel.
4. Provide on-site coordination to assure that the project meets the Plans and
Specifications and stays on budget and schedule.
5. Review, evaluate, and furnish recommendations to the City regarding contractor’s
performance, construction schedule, and any other matters related to compliance
with the contract, including the Community Workforce Agreement.
6. Provide a daily log of events and activities, so as to secure the City’s interests and
monitor work accomplished in accordance with the contract.
7. Review, track, and assist in the preparation of responses to Contractor RFIs.
8. Review, track, and assist in the review of Contractor submittals, including obtaining
Building Permits as necessary.
9. Review and track certificates of compliance and product submittals for
conformance to the project Special Provisions and/or Caltrans Standard
Specifications and Plans.
10.Provide a monthly update outlining project status, schedule, submittals, RFIs, and
change order issues. Include pertinent photos or supporting documents. The
report should include an analysis of any potential delays and their actual relevance.
The report should be suitably formatted to share with the City Manager’s Office.
11.Issue Weekly Statement of Days Charged.
12.Review and furnish contract correspondence, minutes of meetings, and directives
to be issued to secure the interests of the City.
13.Review and make recommendations regarding payments to contractor including
Change Orders, when applicable, and recommendations regarding any proposed
changes. Prepare and provide cost analysis where necessary to verify change
order costs generated by the Contractor are reasonable and correct in scope.
14.Attend all construction-related site meetings with the City’s representatives,
contractors, and other meetings between related parties as required. Maintain
separate notes on such meetings.
15.Verify that the Contractor complies with the requirement of the project’s water
pollution control and staff the project with the required personal and submit
necessary documentation to the SMART system.
16.Assist the Design Consultant’s Team to ensure compliance with the project’s
various environmental requirements and permits.
17.Assist with providing any information to the City Departments as required, including
any requested tours of the construction site.
52
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
4 Leaf, Inc. for Construction Management and Inspection ServicesExhibit A – Page 3
of 9
18.Monitor contractor’s construction activities to ensure the General Contractor
provides proper planning and coordination of work crews and of subcontractors for
the execution of the project work.
19.Identify potential claims and make recommendations to resolve them.
20.Upon completion of the project work, provide a punch list review, and
recommendation of Project Acceptance.
21.Upon completion of the project work, review all of the Contractor’s final submittals
to ensure their compliance with final project close-out requirements.
22.The construction Contractor shall be responsible for job site safety. Should a
safety or hazardous condition be discovered by the Construction Management
Team, it shall be brought to the attention of the Contractor and inform the City.
The Project Inspector will represent the City during construction and report to the
Construction Manager or Inspector of Record or City Representative:
1. Provide on-site inspection to assure that the project is constructed in compliance
with the Plans and Specifications.
2. Perform the duties designated by the City’s Building Department Inspector or
Inspector of Record for the project, as necessary.
3. Provide inspector’s daily report of events, labor, equipment, and activities so as to
secure the City’s interests and monitor work accomplished in accordance with the
contract. Daily progress pictures shall be incorporated into the report.
4. Take digital photographs and digital video tape recordings of the construction
progress on a regular basis, including pre-construction conditions within the project
limits.
5. Collect material tags and verify materials on site meet project specifications and
project submittals.
6. Maintain a redline set of as-built plans and specifications.
7. Track and field-verify quantities of actual improvements installed by the Contractor
and maintain a quantity bid sheet for each bid item of work.
8. Assists the Construction Manager or City Representative in review and
recommendation of progress payments.
9. Track and document Time and Materials work issued to the Contractor.
10.Work with the Construction Manager and other agencies and permit holders to
issue a project punch-list.
Post-Construction Services:
53
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
4 Leaf, Inc. for Construction Management and Inspection ServicesExhibit A – Page 4
of 9
1. Provide marked up construction record drawings (as-built drawings) for designer
completion.
2. Coordinate and prepare final progress payment.
3. Provide final inspection services and project closeout activities including
preparation of final construction project report and other documents required by
City of Dublin, City Building Department or Authority having Jurisdiction and
resolve all contractor claims if any.
4. Resolution of all contract issues, warranties, bonds, etc.
5. Turn all construction documents over to the City of Dublin in electronic format
and/or hard copy, as requested.
6. Provide any necessary documentation to meet the requirements of grant funding.
7. As necessary, assist the City with any warranty items or a warranty inspection in
order to release the warranty bond.
Special Inspection and Materials Testing
The Special Inspection firm shall be on the City of Dublin’s Building and Safety Division’s
“Recognized Special Inspection & Testing Agency” (see “Special Inspection and Testing
Agreement” form, which is available on the City of Dublin’s Building and Safety Division
website at: https://ca-dublin2.civicplus.com/DocumentCenter/View/60/Special-
Inspection-and-Testing-Agreement?bidId= listed in all categories or be able to be
added to the list prior to execution of the Agreement.
Laboratory shall be certified by the State of California to provide material testing
for Federal Aid Projects.
Field and Laboratory Compaction Testing using Caltrans and ASTM methods.
Plant inspection.
Special Inspection (Concrete Placement, ACI or ICC, Electrical, Mechanical,
Welding, Rebar, Conduit, Cables, etc.).
Public Works Inspection, as needed.
Firms will be required to sign and comply with the requirements of the City of Dublin
Building and Safety Division’s “Special Inspection and Testing Agreement” for
projects or project components issued a Building Permit.
Project Description:
Below is a list of potential projects from the City of Dublin’s Adopted Five-Year Capital
Improvement Program 2024-2029 Update that the City anticipates proceeding with
construction during the duration of the agreement.
54
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
4 Leaf, Inc. for Construction Management and Inspection ServicesExhibit A – Page 5
of 9
Resiliency and Disaster Preparedness/Storm Damage Repair Projects, including
slide repairs, creek bank reconstruction, trash rack repair, creek channel debris
removal, etc.
Iron Horse Nature Park and Open Space, future phases
Green Stormwater Infrastructure, including Trash Capture Devices Installation
Village Parkway Reconstruction and Complete Streets
Citywide Energy Improvements, including Civic Center solar PV canopies, battery
energy storage system, generator replacement, etc.
Electric Vehicle Charging Stations
Facilities Parking Lot Resurfacing
Annual Street Resurfacing, including slurry seals, cape seals, overlays, etc.
Citywide Bicycle and Pedestrian Improvements, including Safe Routes to School
Kolb Park Renovation
Restrooms Replacement
Sports Courts Resurfacing
Citywide Signal Communications Upgrade
Street Light Pole Painting
Other projects listed in the 2024-2029 CIP Update and subsequently adopted Five-
Year CIPs through the duration of the agreement.
Additionally, the selected firm will be available on an on-call basis for the following
services:
Biddability and constructability reviews for various capital improvements projects
As-needed inspection services for various Public Works permits, such as
encroachment permits, grading permits, and development inspection
55
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
4 Leaf, Inc. for Construction Management and Inspection ServicesExhibit A – Page 6
of 9
Performance Measures:
Deliverables
1. Construction documentation review
Provide recommendations to Public Works Director, City Engineer, or
designee within ten (10) business days of receipt of requested construction
documentation review.
2. Monthly Summary Report
As requested by the Public Works Department on specific projects, reports
shall be submitted to the Public Works Department with invoices each month
and must include:
o Contract value, working days, project budget data, and estimated
percentage complete of major construction tasks.
o Updates outlining project status, schedule, submittals, and RFIs
o Change order recommendations, meeting minutes, agendas, and
Inspector daily reports
o Pertinent photos, supporting documents, and an analysis of any
potential delays and their actual relevance
o Summary of completed activities, on-going activities, and
open/unresolved items
The report should be suitably formatted to share with the City Manager’s
Office.
3. Construction Record Drawings
Provide marked-up as-built drawings to the Public Works Department with ten
(10) business of receipt of request from Public Works Department.
4. Final Construction Project Report
Reports shall be submitted to the Public Works Department within twenty (20)
business days of completion and must include:
All construction documents, grant records, and warranty documentation.
If the Consultant is unable to meet the timelines or requirements set forth in Exhibit A,
the City will provide written comments outlining the deficient deliverables and will, in
good faith, meet and discuss with the Consultant regarding their performance to
understand the circumstances and collaboratively identify a resolution. If performance
issues persist, and the City can reasonably demonstrate that such issues are due to the
Consultant’s actions or omissions, the City may, (i) temporarily withhold payment for the
specific deliverables in question until they are satisfactorily completed and accepted, or
(ii) request that the Consultant re-perform the services at no additional cost. Repeated
and material failure to meet agreed-upon performance measures, after reasonable
opportunity to cure and upon substantiated fault of the Consultant, may constitute
grounds for termination for cause.
56
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
4 Leaf, Inc. for Construction Management and Inspection ServicesExhibit A – Page 7
of 9
COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES
Fiscal Year
Staff Designation 2025 –
2026
Principal-in-Charge / Contract
Manager
$221.09
Construction Manager $197.45
Public Works Inspector (Regular
Time)*
$169.77
Public Works Inspector (Night
Time)*
$190.99
Public Works Inspector (Overtime
1)*
$229.19
Public Works Inspector (Overtime
2)*
$314.08
Public Works Inspector (Overtime
3)*
$398.96
Project Administrative Assistant $95.00
Public Works Inspector Apprentice* $98 - $150
*Staff category subject to California Prevailing Wage Rate Requirements.
BASIS OF CHARGES
A. Rates shown assume projects under this on-call contract will require compliance
with California Prevailing Wage rate requirements and assumes the Client will be
filing a PWC-100 Form to the California Department of Industrial Relations (DIR)
for the project.
B. Rates for prevailing wage categories are subject to annual escalations in
accordance with the bi-annual wage determinations from the California DIR.
Rates based on California DIR’s wage determinations dated February 2025.
C. Per the new requirements being enforced under SB 854 and because it is
assumed that a PWC-100 Form will be filed by the Client to the CA DIR for each
project, 4LEAF is required to notify an authorized Apprenticeship Committee
through submittal of a DAS-140 form. We are then required to make an official
request to an authorized Apprenticeship Committee for an apprentice by
submitting a DAS-142 form. We are not assured the apprenticeship committee
will be able to provide a suitable/qualified apprentice for the project. Per the
apprenticeship requirements, the hours worked by the apprentice must be in a
ratio of 1:5 for apprentice to journeyman hours. 4LEAF will not know the labor
classification of the Public Works Apprentice until an Apprentice is dispatched to
57
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
4 Leaf, Inc. for Construction Management and Inspection ServicesExhibit A – Page 8
of 9
the site; therefore, the rates for the five Periods listed under the California DIR’s
Wage determination for Building Construction Inspector issued February 2025
were used to determine the range of Calendar Year 2025 hourly rates for Public
Works Inspector Apprentice.
D. All invoicing will be submitted monthly.
E. Overtime and Premium time will be charged as follows:
i. Night Time (work begun after 4PM or before 5AM) 1.125 x hourly
rate
ii. Overtime 1 (over 8 hours M-F or Saturdays) 1.35 x hourly rate
iii. Overtime 2 (over 8 hours Sat or 1st 8 hour Sun) 1.85 x hourly rate
iv. Overtime 3 (over 8 hours Sun or Holidays) 2.35 x hourly rate
F. All work with less than 8 hours rest between shifts will be charged the
appropriate overtime rate.
G. Subconsultant invoices will be assessed a 10% Administrative Processing Fee.
H. Project-related mileage for inspections will be billed at the allowable IRS Rate.
I. Payment due on receipt. All payments over 30 days will be assessed as a 1.5%
interest charge.
J. Client shall pay attorneys’ fees or other costs incurred in collecting delinquent
amounts.
K. Client agrees that 4LEAF’s liability will be limited to the value of services
provided.
L. In accordance with California’s Meal Break and Rest Break Law requirements,
Client will be billed one (1) additional hour per day at the regular rate for each
missed meal or rest break due to Client-directed tasks or requirements. Client
should allow 4LEAF’s non-exempt, hourly employees the opportunity to take their
entitled rest and meal breaks during each work shift.
M. If 4LEAF is requested or otherwise required to conform to Client’s alternative
workweek schedule (“AWW”), Client hereby agrees to compensate or reimburse
4LEAF for all overtime paid to its employees who work an AWW. If 4LEAF’s
affected employment group approves an AWW election and the same is
registered, overtime compensation/reimbursement shall not be required.
All CPI increases shall be calculated by Contractor and requested for adjustment each
May, effective each July 1st. 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
58
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
4 Leaf, Inc. for Construction Management and Inspection ServicesExhibit A – Page 9
of 9
this shall be submitted to the Public Works Management Analyst, or their designee, for
approval prior to taking effect. Remit invoices to: PWInvoices@dublin.ca.gov
59
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection Services Page 1 of 22
CONSULTING SERVICES AGREEMENT BETWEEN
THE CITY OF DUBLIN AND
CONSOR PMCM, INC.
FOR
CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
THIS AGREEMENT for consulting services is made by and between the City of
Dublin (“City”) and Consor PMCM, Inc. (“Consultant”) (together sometimes referred to
as the “Parties”) as of October 7, 2025 (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, 2028, 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 with the degree of care and skill according to
the standards observed by a competent practitioner of the profession in
which Consultant is engaged at the same time and locality of
performance.
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.
60
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection Services Page 2 of 22
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.
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 regarding the amount of compensation
between this Agreement and Consultant’s proposal, 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
61
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection Services Page 3 of 22
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
time necessary to complete work under any other agreement between
Consultant and City, if applicable.
62
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection Services Page 4 of 22
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 A.
2.6 Reimbursable Expenses. Reimbursable expenses are specified in
Exhibit A. Expenses not listed in Exhibit A 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.
2.9 Authorization to Perform Services. The Consultant is not authorized to
perform any services or incur any costs whatsoever under the terms of
63
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection Services Page 5 of 22
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
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.
64
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection Services Page 6 of 22
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
Services Office Automobile Liability form CA 0001, Code 1 (any
auto). No endorsement shall be attached limiting the coverage.
65
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection Services Page 7 of 22
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
66
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection Services Page 8 of 22
work pursuant to this Agreement in an amount not less than
$2,000,000 covering the licensed professionals’ errors and
omissions.
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.
67
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection Services Page 9 of 22
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
Terminate this Agreement Notwithstanding any other provision of
this Agreement, and to the fullest extent permitted by Laws and
Regulations, the total liability, in the aggregate, of Consultant and
its officers, directors, agents, employees, and Subconsultants to the
68
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesPage 10 of
22
City and anyone claiming by, through, or under the City for any and
all claims, losses, costs, or damages whatsoever arising out of the
Project or the Agreement from any cause or causes, including but
not limited to the negligence, professional errors or omissions, strict
liability, breach of contract, indemnity obligations, or warranty
express or implied, of Consultant or Consultant’s officers, directors,
agents, employees or Subconsultants (hereafter “the City’s
Claims”), will be limited to:
1. Responsibility for payment of all or the applicable portion of any
deductibles, either directly to the Consultant’s insurers or in
settlement or satisfaction, in whole or in part, of the City’s Claims,
and
2. Total insurance proceeds paid on behalf of or to Consultant by
Consultant’s insurers in settlement or satisfaction of the City’s
Claims under the terms and conditions of Consultant’s applicable
insurance policies, up to the amount of insurance required under
this Agreement.
If no such insurance coverage is provided with respect to the City’s
Claims, then the total liability, in the aggregate, of Consultant and
Consultant’s officers, directors, agents, employees, and
Subconsultants to the City and anyone claiming by, through, or under
the City, for any and all such uninsured City’s Claims will not exceed
Consultant’s Compensation. .
Section 5. INDEMNIFICATION AND CONSULTANT’S RESPONSIBILITIES.
Consultant shall, to the extent permitted by law, including without limitation California
Civil Code 2782 and 2782.8, indemnify, hold harmless in any actions at law or in equity,
the City, its employees, agents, volunteers, and elective and appointive boards, from all
third-party claims, losses, and damages, including property damage, personal injury,
death, and liability of every kind, nature and description, but only to the extent caused
by, 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.
With respect to those claims arising from a professional error or omission, Consultant
shall, indemnify and hold harmless the City (including its elected officials, officers,
employees, and volunteers) from all third-party claims, losses, and damages arising
from the professionally negligent acts, errors or omissions of Consultant, however,
Consultant’s obligation shall not exceed Consultant’s proportionate percentage fault.
Consultant's obligation under this section does not extend to that portion of a claim
caused by the sole negligence or willful misconduct of the City.
69
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesPage 11 of
22
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, and hold harmless City and its officers, elected officials,
employees, agents and volunteers from and against any and all third-party liability, loss,
damage, claims, expenses, and costs (including without limitation, attorney’s fees and
costs and fees of litigation) (collectively, “Liability”) of every nature but only to the extent
caused by, arising out of or in connection with Consultant’s negligent 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 negligence or willful misconduct of City.
To the fullest extent permitted by Laws and Regulations, City and Consultant waive
against each other, and the other’s officers, directors, members, partners, agents,
employees, subconsultants, and insurers, any and all claims for or entitlement to
special, incidental, indirect, or consequential damages arising out of, resulting from, or
in any way related to this Agreement or the Project, from any cause or causes. Such
excluded damages include but are not limited to loss of profits or revenue; loss of use or
opportunity; loss of good will; cost of substitute facilities, goods, or services; and cost of
capital.
Notwithstanding the forgoing, to the extent this Agreement is a “construction contract”
as defined by California Civil Code Section 2782, as may be amended from time to
time, such duties of Consultant to indemnify shall not apply when to do so would be
prohibited by California Civil Code Section 2782.
The Consultant’s obligation to defend and indemnify shall not be excused because of
the Consultant’s inability to evaluate Liability or because the Consultant evaluates
Liability and determines that the Consultant is not liable to the claimant.
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
70
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesPage 12 of
22
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
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,
71
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesPage 13 of
22
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.
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
72
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesPage 14 of
22
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;
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.
73
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesPage 15 of
22
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.
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, each party shall bear its own legal costs and expenses,
including, without limitation, attorneys’ fees, court costs, and any other
costs incurred in connection with the negotiation, execution, performance,
or enforcement of this Agreement.
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
74
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesPage 16 of
22
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 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
75
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesPage 17 of
22
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:
Ian Machan
344 Thomas L. Berkley Way, Suite #302C
Oakland, California 94612
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 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 & Compensation Schedule/Reimbursable
Expenses
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
76
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesPage 18 of
22
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.
10.14 Provisions Required For Public Works Contracts Pursuant To
California Labor Code Section 1720 Et Seq.
A. HOURS OF WORK:
i. 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.
ii. 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.
iii. 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.
B. WAGES:
77
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesPage 19 of
22
i. 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.
ii. 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 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:
a. 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
78
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesPage 20 of
22
provisions of California Labor Code Sections 1771, 1775,
1776, 1777.5, 1813, and 1815.
b. 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.
c. 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.
d. 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.
iii. 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:
a. The information contained in the payroll record is true
and correct.
b. 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.
79
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesPage 21 of
22
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.
iv. 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.
v. 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.
SIGNATURES ON FOLLOWING PAGE
80
Consulting Services Agreement between City of Dublin and October 7, 2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesPage 22 of
22
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 PMCM, INC.
Colleen Tribby, City Manager Ian Machan, Executive Vice President
Attest:
Consultant’s DIR Registration Number
(if applicable)
Marsha Moore, City Clerk
Approved as to Form:
City Attorney
81
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesExhibit A –
Page 1 of 9
EXHIBIT A
SCOPE OF SERVICES
The Scope of Services is intended as a guide to illustrate the minimum project
requirements. The Construction Management Team will provide professional and
technical services to manage the construction and inspection for the assigned project
under the supervision of the City of Dublin. The Consultant selected shall provide all
other necessary equipment, vehicle(s), cell phone, tools of the trade, etc. necessary for
the project team to successfully complete the project.
Services During Pre-Construction:
The Construction Manager will assist City Staff in the following:
1. Perform a review (constructability and biddability) of the construction documents
issued to the City for review and provide recommendations regarding feasibility of
construction methods, current availability of materials and labor and time
requirements for procurement. Identify materials or services which may have a
long lead time and could impact the project. Provide written comments to the City
for incorporation into the bid documents by addendum if necessary.
2. Work with the City to develop strategies to generate market interest in the Project.
3. Take the lead in managing the bid process including receiving bidder’s questions,
distributing information to the City and design consultant, issuing bid addendums,
analyzing bids and ultimately make a recommendation of award to the City Project
Manager. Provide documentation and substantiation to allow Staff to gain City
Council approval of award.
4. Maintain an electronic project management filing system and potentially on the
City’s network using the Microsoft Office Suite.
5. Work with and provide project specific construction recommendations to the design
team. Review and provide comments on the construction logistics plans produced
by the design team.
Services During Construction:
The Construction Manager will represent the City during construction of the project. The
Construction Manager will perform the following specific services:
1. Coordinate the efforts of the engineer, contractor, local agencies, and City to
ensure proper communication and progress of the project. Act as liaison to the
City through the City’s Project Manager.
2. Schedule, direct, and supervise the Project Inspector.
82
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesExhibit A –
Page 2 of 9
3. Coordinate all required testing services and review testing reports and materials
testing personnel.
4. Provide on-site coordination to assure that the project meets the Plans and
Specifications and stays on budget and schedule.
5. Review, evaluate, and furnish recommendations to the City regarding contractor’s
performance, construction schedule, and any other matters related to compliance
with the contract, including the Community Workforce Agreement.
6. Provide a daily log of events and activities, so as to secure the City’s interests and
monitor work accomplished in accordance with the contract.
7. Review, track, and assist in the preparation of responses to Contractor RFIs.
8. Review, track, and assist in the review of Contractor submittals, including obtaining
Building Permits as necessary.
9. Review and track certificates of compliance and product submittals for
conformance to the project Special Provisions and/or Caltrans Standard
Specifications and Plans.
10.Provide a monthly update outlining project status, schedule, submittals, RFIs, and
change order issues. Include pertinent photos or supporting documents. The
report should include an analysis of any potential delays and their actual relevance.
The report should be suitably formatted to share with the City Manager’s Office.
11.Issue Weekly Statement of Days Charged.
12.Review and furnish contract correspondence, minutes of meetings, and directives
to be issued to secure the interests of the City.
13.Review and make recommendations regarding payments to contractor including
Change Orders, when applicable, and recommendations regarding any proposed
changes. Prepare and provide cost analysis where necessary to verify change
order costs generated by the Contractor are reasonable and correct in scope.
14.Attend all construction-related site meetings with the City’s representatives,
contractors, and other meetings between related parties as required. Maintain
separate notes on such meetings.
15.Verify that the Contractor complies with the requirement of the project’s water
pollution control and staff the project with the required personal and submit
necessary documentation to the SMART system.
16.Assist the Design Consultant’s Team to ensure compliance with the project’s
various environmental requirements and permits.
17.Assist with providing any information to the City Departments as required, including
any requested tours of the construction site.
83
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesExhibit A –
Page 3 of 9
18.Monitor contractor’s construction activities to ensure the General Contractor
provides proper planning and coordination of work crews and of subcontractors for
the execution of the project work.
19.Identify potential claims and make recommendations to resolve them.
20.Upon completion of the project work, provide a punch list review, and
recommendation of Project Acceptance.
21.Upon completion of the project work, review all of the Contractor’s final submittals
to ensure their compliance with final project close-out requirements.
22.The construction Contractor shall be responsible for job site safety. Should a
safety or hazardous condition be discovered by the Construction Management
Team, it shall be brought to the attention of the Contractor and inform the City.
The Project Inspector will represent the City during construction and report to the
Construction Manager or Inspector of Record or City Representative:
1. Provide on-site inspection to assure that the project is constructed in compliance
with the Plans and Specifications.
2. Perform the duties designated by the City’s Building Department Inspector or
Inspector of Record for the project, as necessary.
3. Provide inspector’s daily report of events, labor, equipment, and activities so as to
secure the City’s interests and monitor work accomplished in accordance with the
contract. Daily progress pictures shall be incorporated into the report.
4. Take digital photographs and digital video tape recordings of the construction
progress on a regular basis, including pre-construction conditions within the project
limits.
5. Collect material tags and verify materials on site meet project specifications and
project submittals.
6. Maintain a redline set of as-built plans and specifications.
7. Track and field-verify quantities of actual improvements installed by the Contractor
and maintain a quantity bid sheet for each bid item of work.
8. Assists the Construction Manager or City Representative in review and
recommendation of progress payments.
9. Track and document Time and Materials work issued to the Contractor.
10.Work with the Construction Manager and other agencies and permit holders to
issue a project punch-list.
Post-Construction Services:
84
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesExhibit A –
Page 4 of 9
1. Provide marked up construction record drawings (as-built drawings) for designer
completion.
2. Coordinate and prepare final progress payment.
3. Provide final inspection services and project closeout activities including
preparation of final construction project report and other documents required by
City of Dublin, City Building Department or Authority having Jurisdiction and
resolve all contractor claims if any.
4. Resolution of all contract issues, warranties, bonds, etc.
5. Turn all construction documents over to the City of Dublin in electronic format
and/or hard copy, as requested.
6. Provide any necessary documentation to meet the requirements of grant funding.
7. As necessary, assist the City with any warranty items or a warranty inspection in
order to release the warranty bond.
Special Inspection and Materials Testing
The Special Inspection firm shall be on the City of Dublin’s Building and Safety Division’s
“Recognized Special Inspection & Testing Agency” (see “Special Inspection and Testing
Agreement” form, which is available on the City of Dublin’s Building and Safety Division
website at: https://ca-dublin2.civicplus.com/DocumentCenter/View/60/Special-
Inspection-and-Testing-Agreement?bidId= listed in all categories or be able to be
added to the list prior to execution of the Agreement.
Laboratory shall be certified by the State of California to provide material testing
for Federal Aid Projects.
Field and Laboratory Compaction Testing using Caltrans and ASTM methods.
Plant inspection.
Special Inspection (Concrete Placement, ACI or ICC, Electrical, Mechanical,
Welding, Rebar, Conduit, Cables, etc.).
Public Works Inspection, as needed.
Firms will be required to sign and comply with the requirements of the City of Dublin
Building and Safety Division’s “Special Inspection and Testing Agreement” for
projects or project components issued a Building Permit.
Project Description:
Below is a list of potential projects from the City of Dublin’s Adopted Five-Year Capital
Improvement Program 2024-2029 Update that the City anticipates proceeding with
construction during the duration of the agreement.
85
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesExhibit A –
Page 5 of 9
Resiliency and Disaster Preparedness/Storm Damage Repair Projects, including
slide repairs, creek bank reconstruction, trash rack repair, creek channel debris
removal, etc.
Iron Horse Nature Park and Open Space, future phases
Green Stormwater Infrastructure, including Trash Capture Devices Installation
Village Parkway Reconstruction and Complete Streets
Citywide Energy Improvements, including Civic Center solar PV canopies, battery
energy storage system, generator replacement, etc.
Electric Vehicle Charging Stations
Facilities Parking Lot Resurfacing
Annual Street Resurfacing, including slurry seals, cape seals, overlays, etc.
Citywide Bicycle and Pedestrian Improvements, including Safe Routes to School
Kolb Park Renovation
Restrooms Replacement
Sports Courts Resurfacing
Citywide Signal Communications Upgrade
Street Light Pole Painting
Other projects listed in the 2024-2029 CIP Update and subsequently adopted Five-
Year CIPs through the duration of the agreement.
Additionally, the selected firm will be available on an on-call basis for the following
services:
Biddability and constructability reviews for various capital improvements projects
As-needed inspection services for various Public Works permits, such as
encroachment permits, grading permits, and development inspection
86
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesExhibit A –
Page 6 of 9
Performance Measures:
Deliverables
1. Construction documentation review
Provide recommendations to Public Works Director, City Engineer, or
designee within ten (10) business days of receipt of requested construction
documentation review.
2. Monthly Summary Report
As requested by the Public Works Department on specific projects, reports
shall be submitted to the Public Works Department with invoices each month
and must include:
o Contract value, working days, project budget data, and estimated
percentage complete of major construction tasks.
o Updates outlining project status, schedule, submittals, and RFIs
o Change order recommendations, meeting minutes, agendas, and
Inspector daily reports
o Pertinent photos, supporting documents, and an analysis of any
potential delays and their actual relevance
o Summary of completed activities, on-going activities, and
open/unresolved items
The report should be suitably formatted to share with the City Manager’s
Office.
3. Construction Record Drawings
Provide marked-up as-built drawings to the Public Works Department with ten
(10) business of receipt of request from Public Works Department.
4. Final Construction Project Report
Reports shall be submitted to the Public Works Department within twenty (20)
business days of completion and must include:
All construction documents, grant records, and warranty documentation.
If the Consultant is unable to meet the timelines or requirements set forth in Exhibit A,
the City will provide written comments outlining the deficient deliverables and will, in
good faith, meet and discuss with the Consultant regarding their performance to
understand the circumstances and collaboratively identify a resolution. If performance
issues persist, and the City can reasonably demonstrate that such issues are due to the
Consultant’s actions or omissions, the City may, (i) temporarily withhold payment for the
specific deliverables in question until they are satisfactorily completed and accepted, or
(ii) request that the Consultant re-perform the services at no additional cost. Repeated
and material failure to meet agreed-upon performance measures, after reasonable
opportunity to cure and upon substantiated fault of the Consultant, may constitute
grounds for termination for cause.
87
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesExhibit A –
Page 7 of 9
COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES
CONSOR PMCM INC.
Classification Units FY 2025-26
Regular Rate
Overtime Rate
(>8 hours/day
or
40
hours/week)
Construction Manager/Resident
Engineer
Rate/Hour $219.78 –
296.80
$219.78 –
296.80
Assistant Resident Engineer Rate/Hour $196.64 –
219.78
$294.96 –
329.67
Construction Inspector Rate/Hour $173.50 –
196.64
$260.25 –
294.96
Office Engineer Rate/Hour $138.80 –
173.50
$208.20 –
260.25
Claims Support Rate/Hour $219.78 –
296.80
$219.78 –
296.80
NOTES:
1. Work on Saturdays, OT rate for employees only after 40 hours for the week and
double time for hours worked over 12 for the day. For Sundays & Holidays, OT
rate for employees only after 40 hours for the week, but double time after 8 hours
for the day.
REIMBURSEMENTS: Any special requests from the Client, such as reproduction or
specialty sub-consultants, will be billed directly, with supporting invoices.
All CPI increases shall be calculated by Contractor and requested for adjustment each
May, effective each July 1st. 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@dublin.ca.gov
88
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesExhibit A –
Page 8 of 9
BSK ASSOCIATES – SCHEDULE OF FEES – JULY 1, 2025 TO JUNE 30, 2026
PROFESSIONAL STAFF
Principal $314.00 Seismic GIS $243.00
Senior Professional $276.00 GIS Specialist $210.00
Project Professional II $259.00 Information Specialist II $198.00
Project Professional I $221.00 Information Specialist I $176.00
Staff Professional II $193.00 CAD $132.00
Staff Professional I $171.00 Litigation support 1.5x standard
rate
Project Administrator $122.00 Deposition / Trial 2.0x standard
rate
Administrative Assistant /
Clerical
$110.00
– TECHNICAL STAFF FIELD & LABORATORY (NON-PREVAILING WAGE)
Non-Destructive
Inspection/Testing
$182.00 Basis of Charges for Field Technician
Services
Special Inspector $154.00 Field Work from 0 to 4
hours
Bill 4 hours
Engineering Technician $149.00 Field Work from 4 to 8
hours
Bill 8 hours
Technician $144.00 Field Work over 8 hours /
Saturdays
Bill time and a
half
Ground Penetrating Radar
Scanning Technician
$348.00 Sundays, holidays and
over 12 hours
Bill double time
Core Drilling Technician $270.00 Night Shift (shift
commencing after 2pm /
before 4am
Base Rate x
12.5%
Floor Flatness Testing
Technician
$232.00 Show-up time (no work
performed)
Bill 2 hours
Sample Pickup / Transportation /
Delivery
$132.00 Sampling or cylinder
pickup, minimum charge
Bill 2 hours
Laboratory Technician $144.00
NORTHERN CA PREVAILING WAGE LABOR RATES
Group 1 – Special Inspector $198.00 Basis of Charges for Field Technician
Services
Group 2 – Special Inspector $188.00 Field Work from 0 to 4
hours
Bill 4 hours
Group 3 – Engineering
Technician
$167.00 Field Work from 4 to 8
hours
Bill 8 hours
Group 3 – Geotechnical
Professional
$204.00 Field Work over 8 hours /
Saturdays
Bill time and a
half
Group 3 – Environmental
Professional
$204.00 Sundays, holidays and over 12
hours
Bill double time
89
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Consor PMCM, Inc. for Construction Management and Inspection ServicesExhibit A –
Page 9 of 9
Group 4 – Technician $146.00 Night Shift (shift
commencing after 2pm /
before 4am)
Base Rate x
12.5%
Show-up time (no work
performed)
Bill 2 hours
Sampling or cylinder
pickup, minimum charge
Bill 2 hours
REIMBURSABLES
Mileage – 2x4 (Portal to
Portal)
IRS
Rate
Parking Fees At Cost
Mileage – 4x4 (Portal to
Portal)
IRS
Rate
Per Diem (as required) GSA Rate
Bridge Toll At Cost Subconsultant Services At Cost
90
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 1 of
22
CONSULTING SERVICES AGREEMENT BETWEEN
THE CITY OF DUBLIN AND
GFT, INFRASTRUCTURE INC.
FOR
CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
THIS AGREEMENT for consulting services is made by and between the City of
Dublin (“City”) and GFT, Infrastructure Inc. (“Consultant”) (together sometimes referred
to as the “Parties”) as of October 7, 2025 (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, 2028, 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.
91
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 2 of
22
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.
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 regarding the amount of compensation
between this Agreement and Consultant’s proposal, 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
92
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 3 of
22
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
time necessary to complete work under any other agreement between
Consultant and City, if applicable.
93
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 4 of
22
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 A.
2.6 Reimbursable Expenses. Reimbursable expenses are specified in
Exhibit A. Expenses not listed in Exhibit A 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.
94
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 5 of
22
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
95
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 6 of
22
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
96
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 7 of
22
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.
97
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 8 of
22
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
98
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 9 of
22
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:
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
99
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 10
of 22
and withhold any payment, until Consultant demonstrates compliance
with the requirements hereof; and/or
Terminate this Agreement.
Section 5. INDEMNIFICATION AND CONSULTANT’S RESPONSIBILITIES.
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.
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.
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.
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 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.
100
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 11
of 22
Notwithstanding the forgoing, to the extent this Agreement is a “construction contract”
as defined by California Civil Code Section 2782, as may be amended from time to
time, such duties of Consultant to indemnify shall not apply when to do so would be
prohibited by California Civil Code Section 2782.
The Consultant’s obligation to defend and indemnify shall not be excused because of
the Consultant’s inability to evaluate Liability or because the Consultant evaluates
Liability and determines that the Consultant is not liable to the claimant. The Consultant
must respond within 30 days to the tender of any claim for defense and indemnity by the
City. If the Consultant fails to accept or reject a tender of defense and indemnity within
30 days, in addition to any other remedy authorized by law, so much of the money due
the Consultant under and by virtue of this Agreement as shall reasonably be considered
necessary by the City, may be retained by the City until disposition has been made of
the claim or suit for damages, or until the Consultant accepts or rejects the tender of
defense, whichever occurs first.
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
101
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 12
of 22
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 for
employment, subcontractor, bidder for a subcontract, or participant in,
102
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 13
of 22
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
103
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 14
of 22
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;
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
104
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 15
of 22
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.
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.
105
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 16
of 22
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 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.
106
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 17
of 22
10.10 Notices. Any written notice to Consultant shall be sent to:
John Collins
1000 Burnett Avenue, Suite 445
Concord, CA 94520
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 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 & Compensation Schedule/Reimbursable
Expenses
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.
10.14 Provisions Required For Public Works Contracts Pursuant To
California Labor Code Section 1720 Et Seq.
A. HOURS OF WORK:
107
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 18
of 22
i. 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.
ii. 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.
iii. 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.
B. WAGES:
i. 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.
ii. 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
108
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 19
of 22
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:
a. 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.
b. 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.
c. 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.
d. 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
109
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 20
of 22
services described in Exhibit A and any amounts due
pursuant to California Labor Code Section 1813.
iii. 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:
a. The information contained in the payroll record is true
and correct.
b. 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.
iv. 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.
v. 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
110
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 21
of 22
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.
SIGNATURES ON FOLLOWING PAGE
111
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT, Infrastructure Inc. for Construction Management and Inspection ServicesPage 22
of 22
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 GFT, INFRASTRUCTURE INC.
Colleen Tribby, City Manager John Collins, Vice President
Attest:
Consultant’s DIR Registration Number
(if applicable)
Marsha Moore, City Clerk
Approved as to Form:
City Attorney
112
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT Infrastructure Inc. for Construction Management and Inspection ServicesExhibit A
– Page 1 of 9
EXHIBIT A
SCOPE OF SERVICES
The Scope of Services is intended as a guide to illustrate the minimum project
requirements. The Construction Management Team will provide professional and
technical services to manage the construction and inspection for the assigned project
under the supervision of the City of Dublin. The Consultant selected shall provide all
other necessary equipment, vehicle(s), cell phone, tools of the trade, etc. necessary for
the project team to successfully complete the project.
Services During Pre-Construction:
The Construction Manager will assist City Staff in the following:
1. Perform a review (constructability and biddability) of the construction documents
issued to the City for review and provide recommendations regarding feasibility of
construction methods, current availability of materials and labor and time
requirements for procurement. Identify materials or services which may have a
long lead time and could impact the project. Provide written comments to the City
for incorporation into the bid documents by addendum if necessary.
2. Work with the City to develop strategies to generate market interest in the Project.
3. Take the lead in managing the bid process including receiving bidder’s questions,
distributing information to the City and design consultant, issuing bid addendums,
analyzing bids and ultimately make a recommendation of award to the City Project
Manager. Provide documentation and substantiation to allow Staff to gain City
Council approval of award.
4. Maintain an electronic project management filing system and potentially on the
City’s network using the Microsoft Office Suite.
5. Work with and provide project specific construction recommendations to the design
team. Review and provide comments on the construction logistics plans produced
by the design team.
Services During Construction:
The Construction Manager will represent the City during construction of the project. The
Construction Manager will perform the following specific services:
1. Coordinate the efforts of the engineer, contractor, local agencies, and City to
ensure proper communication and progress of the project. Act as liaison to the
City through the City’s Project Manager.
2. Schedule, direct, and supervise the Project Inspector.
3. Coordinate all required testing services and review testing reports and materials
testing personnel.
113
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT Infrastructure Inc. for Construction Management and Inspection ServicesExhibit A
– Page 2 of 9
4. Provide on-site coordination to assure that the project meets the Plans and
Specifications and stays on budget and schedule.
5. Review, evaluate, and furnish recommendations to the City regarding contractor’s
performance, construction schedule, and any other matters related to compliance
with the contract, including the Community Workforce Agreement.
6. Provide a daily log of events and activities, so as to secure the City’s interests and
monitor work accomplished in accordance with the contract.
7. Review, track, and assist in the preparation of responses to Contractor RFIs.
8. Review, track, and assist in the review of Contractor submittals, including obtaining
Building Permits as necessary.
9. Review and track certificates of compliance and product submittals for
conformance to the project Special Provisions and/or Caltrans Standard
Specifications and Plans.
10.Provide a monthly update outlining project status, schedule, submittals, RFIs, and
change order issues. Include pertinent photos or supporting documents. The
report should include an analysis of any potential delays and their actual relevance.
The report should be suitably formatted to share with the City Manager’s Office.
11.Issue Weekly Statement of Days Charged.
12.Review and furnish contract correspondence, minutes of meetings, and directives
to be issued to secure the interests of the City.
13.Review and make recommendations regarding payments to contractor including
Change Orders, when applicable, and recommendations regarding any proposed
changes. Prepare and provide cost analysis where necessary to verify change
order costs generated by the Contractor are reasonable and correct in scope.
14.Attend all construction-related site meetings with the City’s representatives,
contractors, and other meetings between related parties as required. Maintain
separate notes on such meetings.
15.Verify that the Contractor complies with the requirement of the project’s water
pollution control and staff the project with the required personal and submit
necessary documentation to the SMART system.
16.Assist the Design Consultant’s Team to ensure compliance with the project’s
various environmental requirements and permits.
17.Assist with providing any information to the City Departments as required, including
any requested tours of the construction site.
18.Monitor contractor’s construction activities to ensure the General Contractor
provides proper planning and coordination of work crews and of subcontractors for
the execution of the project work.
114
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT Infrastructure Inc. for Construction Management and Inspection ServicesExhibit A
– Page 3 of 9
19.Identify potential claims and make recommendations to resolve them.
20.Upon completion of the project work, provide a punch list review, and
recommendation of Project Acceptance.
21.Upon completion of the project work, review all of the Contractor’s final submittals
to ensure their compliance with final project close-out requirements.
22.The construction Contractor shall be responsible for job site safety. Should a
safety or hazardous condition be discovered by the Construction Management
Team, it shall be brought to the attention of the Contractor and inform the City.
The Project Inspector will represent the City during construction and report to the
Construction Manager or Inspector of Record or City Representative:
1. Provide on-site inspection to assure that the project is constructed in compliance
with the Plans and Specifications.
2. Perform the duties designated by the City’s Building Department Inspector or
Inspector of Record for the project, as necessary.
3. Provide inspector’s daily report of events, labor, equipment, and activities so as to
secure the City’s interests and monitor work accomplished in accordance with the
contract. Daily progress pictures shall be incorporated into the report.
4. Take digital photographs and digital video tape recordings of the construction
progress on a regular basis, including pre-construction conditions within the project
limits.
5. Collect material tags and verify materials on site meet project specifications and
project submittals.
6. Maintain a redline set of as-built plans and specifications.
7. Track and field-verify quantities of actual improvements installed by the Contractor
and maintain a quantity bid sheet for each bid item of work.
8. Assists the Construction Manager or City Representative in review and
recommendation of progress payments.
9. Track and document Time and Materials work issued to the Contractor.
10.Work with the Construction Manager and other agencies and permit holders to
issue a project punch-list.
Post-Construction Services:
1. Provide marked up construction record drawings (as-built drawings) for designer
completion.
2. Coordinate and prepare final progress payment.
115
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT Infrastructure Inc. for Construction Management and Inspection ServicesExhibit A
– Page 4 of 9
3. Provide final inspection services and project closeout activities including
preparation of final construction project report and other documents required by
City of Dublin, City Building Department or Authority having Jurisdiction and
resolve all contractor claims if any.
4. Resolution of all contract issues, warranties, bonds, etc.
5. Turn all construction documents over to the City of Dublin in electronic format
and/or hard copy, as requested.
6. Provide any necessary documentation to meet the requirements of grant funding.
7. As necessary, assist the City with any warranty items or a warranty inspection in
order to release the warranty bond.
Special Inspection and Materials Testing
The Special Inspection firm shall be on the City of Dublin’s Building and Safety Division’s
“Recognized Special Inspection & Testing Agency” (see “Special Inspection and Testing
Agreement” form, which is available on the City of Dublin’s Building and Safety Division
website at: https://ca-dublin2.civicplus.com/DocumentCenter/View/60/Special-
Inspection-and-Testing-Agreement?bidId= listed in all categories or be able to be
added to the list prior to execution of the Agreement.
Laboratory shall be certified by the State of California to provide material testing
for Federal Aid Projects.
Field and Laboratory Compaction Testing using Caltrans and ASTM methods.
Plant inspection.
Special Inspection (Concrete Placement, ACI or ICC, Electrical, Mechanical,
Welding, Rebar, Conduit, Cables, etc.).
Public Works Inspection, as needed.
Firms will be required to sign and comply with the requirements of the City of Dublin
Building and Safety Division’s “Special Inspection and Testing Agreement” for
projects or project components issued a Building Permit.
Project Description:
Below is a list of potential projects from the City of Dublin’s Adopted Five-Year Capital
Improvement Program 2024-2029 Update that the City anticipates proceeding with
construction during the duration of the agreement.
Resiliency and Disaster Preparedness/Storm Damage Repair Projects, including
slide repairs, creek bank reconstruction, trash rack repair, creek channel debris
removal, etc.
Iron Horse Nature Park and Open Space, future phases
Green Stormwater Infrastructure, including Trash Capture Devices Installation
Village Parkway Reconstruction and Complete Streets
116
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT Infrastructure Inc. for Construction Management and Inspection ServicesExhibit A
– Page 5 of 9
Citywide Energy Improvements, including Civic Center solar PV canopies, battery
energy storage system, generator replacement, etc.
Electric Vehicle Charging Stations
Facilities Parking Lot Resurfacing
Annual Street Resurfacing, including slurry seals, cape seals, overlays, etc.
Citywide Bicycle and Pedestrian Improvements, including Safe Routes to School
Kolb Park Renovation
Restrooms Replacement
Sports Courts Resurfacing
Citywide Signal Communications Upgrade
Street Light Pole Painting
Other projects listed in the 2024-2029 CIP Update and subsequently adopted Five-
Year CIPs through the duration of the agreement.
Additionally, the selected firm will be available on an on-call basis for the following
services:
Biddability and constructability reviews for various capital improvements projects
As-needed inspection services for various Public Works permits, such as
encroachment permits, grading permits, and development inspection
Performance Measures:
Deliverables
1. Construction documentation review
Provide recommendations to Public Works Director, City Engineer, or
designee within ten (10) business days of receipt of requested construction
documentation review.
2. Monthly Summary Report
As requested by the Public Works Department on specific projects, reports
shall be submitted to the Public Works Department with invoices each month
and must include:
o Contract value, working days, project budget data, and estimated
percentage complete of major construction tasks.
o Updates outlining project status, schedule, submittals, and RFIs
o Change order recommendations, meeting minutes, agendas, and
Inspector daily reports
o Pertinent photos, supporting documents, and an analysis of any
potential delays and their actual relevance
o Summary of completed activities, on-going activities, and
open/unresolved items
The report should be suitably formatted to share with the City Manager’s
Office.
3. Construction Record Drawings
117
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT Infrastructure Inc. for Construction Management and Inspection ServicesExhibit A
– Page 6 of 9
Provide marked-up as-built drawings to the Public Works Department with ten
(10) business of receipt of request from Public Works Department.
4. Final Construction Project Report
Reports shall be submitted to the Public Works Department within twenty (20)
business days of completion and must include:
o All construction documents, grant records, and warranty
documentation.
If the Consultant is unable to meet the timelines or requirements set forth in Exhibit A,
the City will provide written comments outlining the deficient deliverables and will, in
good faith, meet and discuss with the Consultant regarding their performance to
understand the circumstances and collaboratively identify a resolution. If performance
issues persist, and the City can reasonably demonstrate that such issues are due to the
Consultant’s actions or omissions, the City may, (i) temporarily withhold payment for the
specific deliverables in question until they are satisfactorily completed and accepted, or
(ii) request that the Consultant re-perform the services at no additional cost. Repeated
and material failure to meet agreed-upon performance measures, after reasonable
opportunity to cure and upon substantiated fault of the Consultant, may constitute
grounds for termination for cause.
118
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT Infrastructure Inc. for Construction Management and Inspection ServicesExhibit A
– Page 7 of 9
COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES
GFT - Construction Management and Inspection Rate
Sheet
CLASSIFICATION FY25-26
Rates
Principal $315 - $360
Project/Contract Manager $255 - $300
Construction Manager $210 - $260
Assistant CM $200 - $230
Inspector* $195 - $225
Senior Inspector* $200 - $230
Office Engineer/Contract Administrator $155 - $185
Project Controls/Scheduler $250 - $285
Administrative Assistant $115 - $160
* Construction Inspector Rates shown are proposed for straight-time work within the
following Counties: Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa,
Del Norte, El Dorado, Fresno, Glenn, Humboldt, Kings, Lake, Lassen, Madera, Marin,
Mariposa, Mendocino, Merced, Modoc, Monterey, Napa, Nevada, Placer, Plumas,
Sacramento, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa
Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity,
Tulare, Tuolumne, Yolo and Yuba counties. These rates meet or exceed the General
Prevailing Wage Determination by the Director of Industrial Relations Pursuant to CA
Labor Code. Overtime hourly rates will be applied and billed in accordance with the
Prevailing Wage Determination.
GFT – Other Direct Costs
Description of Items Unit Unit
Cost
Long-Distance Travel
1. Prevailing Wage Travel/Subsistence (if applicable,
at DIR Rate)
Day $120.00
2. Airfare EA Actual
3. Rental Vehicle EA Actual
4. Per Diem EA IRS Rate
5. Lodging EA IRS Rate
Project Local Travel
1. Company Vehicle ($1,459.76/mo, pro-rated) Hour $8.42
2. Personal Vehicles (mileage, at IRS Rate) Mile $0.70
Document Control Software
1. ProCore (if used) Month $500.00
119
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT Infrastructure Inc. for Construction Management and Inspection ServicesExhibit A
– Page 8 of 9
All CPI increases shall be calculated by Contractor and requested for adjustment each
May, effective each July 1st. 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@dublin.ca.gov
BSK Associates Schedule of Fees July 1, 2025, to June 30, 2026
Escalation: The prices noted below are subject to an increase of 3% annually, effective July 1 of each year following the
initiation of a services agreement. Prevailing wage rate increase would be proportionate to the DIR prescribed increases
per determination schedule NC-63-3-9-2025-2.
PROFESSIONAL STAFF
Principal $
314.00
Seismic GIS $ 243.00
Senior Professional / Senior
Associate
$
276.00
GIS Specialist $ 210.00
Project Professional II / Associate
II
$
259.00
Information Specialist II $ 198.00
Project Professional I / Associate I $
221.00
Information Specialist I $ 176.00
Staff Professional III $193.00 CAD $ 132.00
Staff Professional II $
171.00
Litigation support 1.5x standard
rate
Staff Professional I $
155.00
Deposition / Trial 2.0x standard
rate
Project Administrator / Project Controls
Specialist
$
122.00
Administrative Assistant /
Dispatcher
$
110.00
TECHNICAL STAFF - FIELD AND LABORATORY (NON-PREVAILING WAGE)
Non-Destructive
Inspection/Testing
$
175.00
BASIS OF CHARGES FOR FIELD TECHNICIAN
SERVICES
Special Inspector $
158.00
Field Work from 0 to 4 hours Bill 4 hours
Engineering Technician $
144.00
Field Work from 4 to 8 hours Bill 8 hours
Technician $
139.00
Field Work over 8 hours / Saturdays Bill time and a
half
Ground Penetrating Radar Scanning
Technician
$
348.00
Sundays, holidays and over 12
hours
Bill double time
Core Drilling Technician $
270.00
Night Shift (Shift commencing after 2pm /
before 4am)
Base Rate x
12.5%
Floor Flatness Testing Technician $
232.00
Show-up time (no work performed) Bill 2 hours
Sample Pickup / Transportation /
Delivery
$
132.00
Sampling or cylinder pickup, minimum
charge
Bill 2 hours
Laboratory Technician $
128.00
NORTHERN CA PREVAILING WAGE LABOR RATES
Group 1 - Special Inspector $
205.00
BASIS OF CHARGES FOR FIELD TECHNICIAN
SERVICES
120
Consulting Services Agreement between City of Dublin and October 7, 2025
GFT Infrastructure Inc. for Construction Management and Inspection ServicesExhibit A
– Page 9 of 9
Group 2 - Special Inspector $
200.00
Field Work from 0 to 4 hours Bill 4 hours
Group 3 - Engineering Technician $
175.00
Field Work from 4 to 8 hours Bill 8 hours
Group 3 - Geotechnical
Professional
$
215.00
Field Work over 8 hours / Saturdays Bill time and a
half
Group 3 - Environmental
Professional
$
215.00
Sundays, holidays and over 12
hours
Bill double time
Group 4 - Technician $
155.00
Night Shift (Shift commencing after 2pm /
before 4am)
Base Rate x
12.5%
Show-up time (no work performed) Bill 2 hours
Sampling or cylinder pickup, minimum
charge
Bill 2 hours
SOUTHERN CA PREVAILING WAGE LABOR RATES
Group 1 - Geotechnical
Professional
$
225.00
BASIS OF CHARGES FOR FIELD TECHNICIAN
SERVICES
Group 1 - Environmental
Professional
$
225.00
Field Work from 0 to 4 hours Bill 4 hours
Group 1 - Technician $
205.00
Field Work from 4 to 8 hours Bill 8 hours
Group 2 - Special Inspector $
210.00
Field Work over 8 hours / Saturdays Bill time and a
half
Group 3 - Non-Destructive Testing
(NDT)
$
215.00
Sundays, holidays and over 12
hours
Bill double time
Premium Shift (Weekday work before 6am /
after 5pm)
Bill time and a
half
Show-up time (no work performed) Bill 2 hours
Sampling or cylinder pickup, minimum
charge
Bill 2 hours
REIMBURSABLES
Project Administration
Fees
7% of Invoice DIR Administration Fees 3% of
Invoice
Mileage - 2x4 (Portal to
Portal)
$ 1.00 Certified Payroll / DIR Upload (Monthly) $300.00
Mileage - 4x4 (Portal to
Portal)
$ 2.00 Non-Performance Certified Payroll / DIR Upload
(Monthly)
$100.00
Bridge Toll Cost + 15%Subcontractor Management / Compliance Forms
(Monthly)
$100.00
Parking Fees Cost + 15%Additional LCP Tracker or Other Compliance Software
(Monthly)$200.00
Per Diem (as required)Quote / $250
min.
Additional Special Forms, as required
(Monthly)
$150.00
Subconsultant Services Cost + 15% Project Setup (Project) $550.00
121
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 1 of 18
CONSULTING SERVICES AGREEMENT BETWEEN
THE CITY OF DUBLIN AND
MNS ENGINEERS, INC.
FOR
CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
THIS AGREEMENT for consulting services is made by and between the City of Dublin (City) and
MNS Engineers, Inc. (MNS) (Consultant) (together sometimes referred to as the Parties) as of October
7, 2025 (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, 2028, 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 Citys 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 Citys 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 generally accepted professional practices and
principles and in a manner consistent with the level of care and skill ordinarily exercised by
members of the profession currently practicing under similar conditions.
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 Consultants 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,
122
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 2 of 18
Consultant is required to comply with the provisions of the California Labor Code
applicable to public works.
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 Consultants proposal, for
services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict
regarding the amount of compensation between this Agreement and Consultants proposal, 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 Consultants 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;
123
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 3 of 18
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 Consultants 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% 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.
124
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 4 of 18
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 A.
2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit A. Expenses
not listed in Exhibit A 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.
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 Consultants 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
125
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 5 of 18
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 Employers Liability Insurance for
any and all persons employed directly or indirectly by Consultant. The Statutory
Workers Compensation Insurance and Employers 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.
126
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 6 of 18
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
Consultants 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 Consultants 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
127
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 7 of 18
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 Consultants 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
128
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 8 of 18
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 (except Professional
Liability) 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 except for
cancellation for non-payment of premium whereby a 10-day notice shall apply.
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
Consultants 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 CONSULTANTS RESPONSIBILITIES.
Consultant agrees to, 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, to the extent 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 Consultants work under this Agreement.
With respect to those claims arising from a professional error or omission, Consultant agrees to defend to
the extent, 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
129
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 9 of 18
omissions of Consultant, however, the cost to defend charged to Consultant shall not exceed Consultants
proportionate percentage fault.
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.
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 Consultants services
under this Agreement, however, the cost to defend charged to Consultant shall not exceed Consultants
proportionate percentage fault.
Consultant shall indemnify, defend with counsel reasonably 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, reasonably attorneys fees and costs
and fees of litigation) (collectively, Liability) of every nature to the extent arising out of or in connection
with Consultants 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.
Notwithstanding the forgoing, to the extent this Agreement is a construction contract as defined by
California Civil Code Section 2782, as may be amended from time to time, such duties of Consultant to
indemnify shall not apply when to do so would be prohibited by California Civil Code Section 2782.
The Consultants obligation to defend and indemnify shall not be excused because of the Consultants
inability to evaluate Liability or because the Consultant evaluates Liability and determines that the
Consultant is not liable to the claimant. The Consultant must respond within 30 days to the tender of any
claim for defense and indemnity by the City. If the Consultant fails to accept or reject a tender of defense
and indemnity within 30 days, in addition to any other remedy authorized by law, so much of the money due
the Consultant under and by virtue of this Agreement as shall reasonably be considered necessary by the
City, may be retained by the City until disposition has been made of the claim or suit for damages, or until
the Consultant accepts or rejects the tender of defense, whichever occurs first.
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 Citys business; and is
customarily engaged in an independently established trade, occupation, or business of the
130
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 10 of 18
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 trademark law. Consultants 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 persons 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
131
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 11 of 18
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.
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 Consultants 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.
132
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 12 of 18
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, Citys 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 Consultants Performance. Except for Consultant's pre-
existing intellectual property 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 Consultants 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
133
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 13 of 18
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 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
134
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 14 of 18
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 Citys sole discretion, Consultant may be required to file with the City a Form 700 to
identify and document Consultants 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:
Greg Chelini
201 N. Calle Cesar Chavez, Ste. 300
Santa Barbara, CA 93105
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 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 & Compensation Schedule/Reimbursable Expenses
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
135
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 15 of 18
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 Consultants 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.
10.14 Provisions Required For Public Works Contracts Pursuant To California Labor Code
Section 1720 Et Seq.
A. HOURS OF WORK:
i. 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 days
work under this contract.
ii. 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.
iii. 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.
B. WAGES:
i. 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
136
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 16 of 18
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.
ii. 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 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:
a. 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.
b. The Consultant shall monitor payment of the specified general
prevailing rate of per diem wages by the subcontractor by periodic
review of the subcontractors certified payroll records.
c. Upon becoming aware of a subcontractors 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.
d. 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
137
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 17 of 18
performance of the services described in Exhibit A and any amounts
due pursuant to California Labor Code Section 1813.
iii. 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:
a. The information contained in the payroll record is true and correct.
b. The employer has complied with the requirements of California Labor
Code Sections 1771, 1811, and 1815 for any work performed by the
employers 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.
iv. 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.
v. 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.
SIGNATURES ON FOLLOWING PAGE
138
Consulting Services Agreement between City of Dublin and October 7, 2025
MNS for Construction Management and Inspection Services Page 18 of 18
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 MNS ENGINEERS, INC.
Colleen Tribby, City Manager Greg Chelini, Vice President
Attest:
Consultants DIR Registration Number
(if applicable)
Marsha Moore, City Clerk
Approved as to Form:
City Attorney
139
Consulting Services Agreement between City of Dublin and Last revised October 7, 2025
MNS for Construction Management and Inspection Services Exhibit A Page 1 of 6
EXHIBIT A
SCOPE OF SERVICES
The Scope of Services is intended as a guide to illustrate the minimum project requirements. The
Construction Management Team will provide professional and technical services to manage the
construction and inspection for the assigned project under the supervision of the City of Dublin. The
Consultant selected shall provide all other necessary equipment, vehicle(s), cell phone, tools of the trade,
etc. necessary for the project team to successfully complete the project.
Services During Pre-Construction:
The Construction Manager will assist City Staff in the following:
1. Perform a review (constructability and biddability) of the construction documents issued to the City
for review and provide recommendations regarding feasibility of construction methods, current
availability of materials and labor and time requirements for procurement. Identify materials or
services which may have a long lead time and could impact the project. Provide written comments
to the City for incorporation into the bid documents by addendum if necessary.
2. Work with the City to develop strategies to generate market interest in the Project.
3. Take the lead in managing the bid process including receiving bidders questions, distributing
information to the City and design consultant, issuing bid addendums, analyzing bids and ultimately
make a recommendation of award to the City Project Manager. Provide documentation and
substantiation to allow Staff to gain City Council approval of award.
4. Maintain an electronic project management filing system and potentially on the Citys network using
the Microsoft Office Suite.
5. Work with and provide project specific construction recommendations to the design team. Review
and provide comments on the construction logistics plans produced by the design team.
Services During Construction:
The Construction Manager will represent the City during construction of the project. The Construction
Manager will perform the following specific services:
1. Coordinate the efforts of the engineer, contractor, local agencies, and City to ensure proper
communication and progress of the project. Act as liaison to the City through the Citys Project
Manager.
2. Schedule, direct, and supervise the Project Inspector.
3. Coordinate all required testing services and review testing reports and materials testing personnel.
4. Provide on-site coordination to assure that the project meets the Plans and Specifications and stays
on budget and schedule.
5. Review, evaluate, and furnish recommendations to the City regarding contractors performance,
construction schedule, and any other matters related to compliance with the contract, including the
Community Workforce Agreement.
140
Consulting Services Agreement between City of Dublin and Last revised October 7, 2025
MNS for Construction Management and Inspection Services Exhibit A Page 2 of 6
6. Provide a daily log of events and activities, so as to secure the Citys interests and monitor work
accomplished in accordance with the contract.
7. Review, track, and assist in the preparation of responses to Contractor RFIs.
8. Review, track, and assist in the review of Contractor submittals, including obtaining Building Permits
as necessary.
9. Review and track certificates of compliance and product submittals for conformance to the project
Special Provisions and/or Caltrans Standard Specifications and Plans.
10. Provide a monthly update outlining project status, schedule, submittals, RFIs, and change order
issues. Include pertinent photos or supporting documents. The report should include an analysis of
any potential delays and their actual relevance. The report should be suitably formatted to share with
the City Managers Office.
11. Issue Weekly Statement of Days Charged.
12. Review and furnish contract correspondence, minutes of meetings, and directives to be issued to
secure the interests of the City.
13. Review and make recommendations regarding payments to contractor including Change Orders,
when applicable, and recommendations regarding any proposed changes. Prepare and provide cost
analysis where necessary to verify change order costs generated by the Contractor are reasonable
and correct in scope.
14. Attend all construction-related site meetings with the Citys representatives, contractors, and other
meetings between related parties as required. Maintain separate notes on such meetings.
15. Verify that the Contractor complies with the requirement of the projects water pollution control and
staff the project with the required personal and submit necessary documentation to the SMART
system.
16. Assist the Design Consultants Team to ensure compliance with the projects various environmental
requirements and permits.
17. Assist with providing any information to the City Departments as required, including any requested
tours of the construction site.
18. Monitor contractors construction activities to ensure the General Contractor provides proper
planning and coordination of work crews and of subcontractors for the execution of the project work.
19. Identify potential claims and make recommendations to resolve them.
20. Upon completion of the project work, provide a punch list review, and recommendation of Project
Acceptance.
21. Upon completion of the project work, review all of the Contractors final submittals to ensure their
compliance with final project close-out requirements.
22. The construction Contractor shall be responsible for job site safety. Should a safety or hazardous
condition be discovered by the Construction Management Team, it shall be brought to the attention
of the Contractor and inform the City.
141
Consulting Services Agreement between City of Dublin and Last revised October 7, 2025
MNS for Construction Management and Inspection Services Exhibit A Page 3 of 6
The Project Inspector will represent the City during construction and report to the Construction Manager or
Inspector of Record or City Representative:
1. Provide on-site inspection to assure that the project is constructed in compliance with the Plans and
Specifications.
2. Perform the duties designated by the Citys Building Department Inspector or Inspector of Record
for the project, as necessary.
3. Provide inspectors daily report of events, labor, equipment, and activities so as to secure the Citys
interests and monitor work accomplished in accordance with the contract. Daily progress pictures
shall be incorporated into the report.
4. Take digital photographs and digital video tape recordings of the construction progress on a regular
basis, including pre-construction conditions within the project limits.
5. Collect material tags and verify materials on site meet project specifications and project submittals.
6. Maintain a redline set of as-built plans and specifications.
7. Track and field-verify quantities of actual improvements installed by the Contractor and maintain a
quantity bid sheet for each bid item of work.
8. Assists the Construction Manager or City Representative in review and recommendation of progress
payments.
9. Track and document Time and Materials work issued to the Contractor.
10. Work with the Construction Manager and other agencies and permit holders to issue a project punch-
list.
Post-Construction Services:
1. Provide marked up construction record drawings (as-built drawings) for designer completion.
2. Coordinate and prepare final progress payment.
3. Provide final inspection services and project closeout activities including preparation of final
construction project report and other documents required by City of Dublin, City Building Department
or Authority having Jurisdiction and resolve all contractor claims if any.
4. Resolution of all contract issues, warranties, bonds, etc.
5. Turn all construction documents over to the City of Dublin in electronic format and/or hard copy, as
requested.
6. Provide any necessary documentation to meet the requirements of grant funding.
7. As necessary, assist the City with any warranty items or a warranty inspection in order to release the
warranty bond.
Special Inspection and Materials Testing
The Special Inspection firm shall be on the City of Dublins Building and Safety Divisions Recognized Special
Inspection & Testing Agency (see Special Inspection and Testing Agreement form, which is available on
142
Consulting Services Agreement between City of Dublin and Last revised October 7, 2025
MNS for Construction Management and Inspection Services Exhibit A Page 4 of 6
the City of Dublins Building and Safety Division website at: https://ca-
dublin2.civicplus.com/DocumentCenter/View/60/Special-Inspection-and-Testing-Agreement?bidId=
listed in all categories or be able to be added to the list prior to execution of the Agreement.
Laboratory shall be certified by the State of California to provide material testing for Federal Aid
Projects.
Field and Laboratory Compaction Testing using Caltrans and ASTM methods.
Plant inspection.
Special Inspection (Concrete Placement, ACI or ICC, Electrical, Mechanical, Welding, Rebar,
Conduit, Cables, etc.).
Public Works Inspection, as needed.
Firms will be required to sign and comply with the requirements of the City of Dublin Building and
Safety Divisions Special Inspection and Testing Agreement for projects or project components
issued a Building Permit.
Project Description:
Below is a list of potential projects from the City of Dublins Adopted Five-Year Capital Improvement Program
2024-2029 Update that the City anticipates proceeding with construction during the duration of the
agreement.
Resiliency and Disaster Preparedness/Storm Damage Repair Projects, including slide repairs, creek
bank reconstruction, trash rack repair, creek channel debris removal, etc.
Iron Horse Nature Park and Open Space, future phases
Green Stormwater Infrastructure, including Trash Capture Devices Installation
Village Parkway Reconstruction and Complete Streets
Citywide Energy Improvements, including Civic Center solar PV canopies, battery energy storage
system, generator replacement, etc.
Electric Vehicle Charging Stations
Facilities Parking Lot Resurfacing
Annual Street Resurfacing, including slurry seals, cape seals, overlays, etc.
Citywide Bicycle and Pedestrian Improvements, including Safe Routes to School
Kolb Park Renovation
Restrooms Replacement
Sports Courts Resurfacing
Citywide Signal Communications Upgrade
Street Light Pole Painting
Other projects listed in the 2024-2029 CIP Update and subsequently adopted Five-Year CIPs
through the duration of the agreement.
Additionally, the selected firm will be available on an on-call basis for the following services:
Biddability and constructability reviews for various capital improvements projects
As-needed inspection services for various Public Works permits, such as encroachment permits,
grading permits, and development inspection
143
Consulting Services Agreement between City of Dublin and Last revised October 7, 2025
MNS for Construction Management and Inspection Services Exhibit A Page 5 of 6
Performance Measures:
Deliverables
1. Construction documentation review
Provide recommendations to Public Works Director, City Engineer, or designee within ten (10)
business days of receipt of requested construction documentation review.
2. Monthly Summary Report
As requested by the Public Works Department on specific projects, reports shall be submitted
to the Public Works Department with invoices each month and must include:
o Contract value, working days, project budget data, and estimated percentage
complete of major construction tasks.
o Updates outlining project status, schedule, submittals, and RFIs
o Change order recommendations, meeting minutes, agendas, and Inspector daily
reports
o Pertinent photos, supporting documents, and an analysis of any potential delays and
their actual relevance
o Summary of completed activities, on-going activities, and open/unresolved items
The report should be suitably formatted to share with the City Managers Office.
3. Construction Record Drawings
Provide marked-up as-built drawings to the Public Works Department with ten (10) business of
receipt of request from Public Works Department.
4. Final Construction Project Report
Reports shall be submitted to the Public Works Department within twenty (20) business days of
completion and must include:
o All construction documents, grant records, and warranty documentation.
If the Consultant is unable to meet the timelines or requirements set forth in Exhibit A, the City will provide
written comments outlining the deficient deliverables and will, in good faith, meet and discuss with the
Consultant regarding their performance to understand the circumstances and collaboratively identify a
resolution. If performance issues persist, and the City can reasonably demonstrate that such issues are
due to the Consultants actions or omissions, the City may, (i) temporarily withhold payment for the specific
deliverables in question until they are satisfactorily completed and accepted, or (ii) request that the
Consultant re-perform the services at no additional cost. Repeated and material failure to meet agreed-
upon performance measures, after reasonable opportunity to cure and upon substantiated fault of the
Consultant, may constitute grounds for termination for cause.
144
Consulting Services Agreement between City of Dublin and Last revised October 7, 2025
MNS for Construction Management and Inspection Services Exhibit A Page 6 of 6
COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES
PROJECT/PROGRAM MANAGEMENT FY25-26 RATES
Principal-In-Charge $375
Senior Project/Program Manager $340
Project/Program Manager $290
CONSTRUCTION MANAGEMENT FY25-26 RATES
Principal Construction Manager $355
Senior Construction Manager $305
Senior Resident Engineer $295
Resident Engineer $275
Structure Representative $285
Construction Manager $245
Assistant Resident Engineer $225
Senior Construction Inspector $210
Construction Inspector (PW) $195
Office Administrator $155
DIRECT EXPENSES
Use of outside consultants as well as copies, blueprints, survey stakes, monuments, computer plots,
telephone, travel (out of area) and all similar charges directly connected with the work will be charged at
cost plus fifteen percent (15%). Mileage will be charged at the current federal mileage reimbursement rate.
PREVAILING WAGE RATES
Rates shown with Prevailing Wage (PW) annotation are used for field work on projects subject to federal
or state prevailing wage law and are subject to increases per DIR.
OVERTIME
Overtime for non-exempt employees will be charged at 1.5 x hourly rate; overtime for exempt employees
and other classifications will be charged at 1 x hourly rate. Special Shift will be charged at regular rate plus
$10/hour.
All CPI increases shall be calculated by Contractor and requested for adjustment each May, effective each
July 1st. 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@dublin.ca.gov
145
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 1 of 21
CONSULTING SERVICES AGREEMENT BETWEEN
THE CITY OF DUBLIN AND
PAKPOUR CONSULTING GROUP
FOR
CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
THIS AGREEMENT for consulting services is made by and between the City of
Dublin (“City”) and Pakpour Consulting Group (PCG) (“Consultant”) (together
sometimes referred to as the “Parties”) as of October 7, 2025 (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, 2028, 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 written 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.
146
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 2 of 21
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.
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 regarding the amount of compensation
between this Agreement and Consultant’s proposal, 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
147
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 3 of 21
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
time necessary to complete work under any other agreement between
Consultant and City, if applicable.
148
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 4 of 21
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 A.
2.6 Reimbursable Expenses. Reimbursable expenses are specified in
Exhibit A. Expenses not listed in Exhibit A 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.
2.9 Authorization to Perform Services. The Consultant is not authorized to
perform any services or incur any costs whatsoever under the terms of
149
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 5 of 21
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
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.
150
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 6 of 21
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
Services Office Automobile Liability form CA 0001, Code 1 (any
auto). No endorsement shall be attached limiting the coverage.
151
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 7 of 21
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
152
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 8 of 21
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
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.
153
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 9 of 21
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. Except Professional Liability.
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.
154
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 10 of 21
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.
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.
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.
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 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.
Notwithstanding the forgoing, to the extent this Agreement is a “construction contract”
as defined by California Civil Code Section 2782, as may be amended from time to
time, such duties of Consultant to indemnify shall not apply when to do so would be
prohibited by California Civil Code Section 2782.
The Consultant’s obligation to defend and indemnify shall not be excused because of
the Consultant’s inability to evaluate Liability or because the Consultant evaluates
Liability and determines that the Consultant is not liable to the claimant. The Consultant
must respond within 30 days to the tender of any claim for defense and indemnity by the
155
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 11 of 21
City. If the Consultant fails to accept or reject a tender of defense and indemnity within
30 days, in addition to any other remedy authorized by law, so much of the money due
the Consultant under and by virtue of this Agreement as shall reasonably be considered
necessary by the City, may be retained by the City until disposition has been made of
the claim or suit for damages, or until the Consultant accepts or rejects the tender of
defense, whichever occurs first.
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
156
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 12 of 21
the work hereunder, including but not limited to, the California Building
Code, the Americans with Disabilities Act, and any applicable copyright,
patent or trademark law. Consultant’s intentional 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.
157
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 13 of 21
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.
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;
158
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 14 of 21
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 reasonable 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
159
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 15 of 21
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 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.
160
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 16 of 21
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
6601 Owens Drive, Suite 230
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 represents the entire and integrated
161
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 17 of 21
agreement between City and Consultant and supersedes all prior
negotiations, representations, or agreements, either written or oral.
Exhibit A Scope of Services & Compensation Schedule/Reimbursable
Expenses
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.
10.14 Provisions Required For Public Works Contracts Pursuant To
California Labor Code Section 1720 Et Seq.
A. HOURS OF WORK:
i. 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.
ii. 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
162
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 18 of 21
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.
iii. 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.
B. WAGES:
i. 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.
ii. 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 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
163
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 19 of 21
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:
a. 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.
b. 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.
c. 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.
d. 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.
iii. 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:
164
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 20 of 21
a. The information contained in the payroll record is true
and correct.
b. 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.
iv. 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.
v. 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.
SIGNATURES ON FOLLOWING PAGE
165
Consulting Services Agreement between City of Dublin and October 7, 2025
PCG for Construction Management and Inspection Services Page 21 of 21
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
Colleen Tribby, City Manager Joubin Pakpour, President
Attest:
Consultant’s DIR Registration Number
(if applicable)
Marsha Moore, City Clerk
Approved as to Form:
City Attorney
166
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
PCG for Construction Management and Inspection Services Exhibit A – Page 1 of 7
EXHIBIT A
SCOPE OF SERVICES
The Scope of Services is intended as a guide to illustrate the minimum project
requirements. The Construction Management Team will provide professional and
technical services to manage the construction and inspection for the assigned project
under the supervision of the City of Dublin. The Consultant selected shall provide all
other necessary equipment, vehicle(s), cell phone, tools of the trade, etc. necessary for
the project team to successfully complete the project.
Services During Pre-Construction:
The Construction Manager will assist City Staff in the following:
1. Perform a review (constructability and biddability) of the construction documents
issued to the City for review and provide recommendations regarding feasibility of
construction methods, current availability of materials and labor and time
requirements for procurement. Identify materials or services which may have a
long lead time and could impact the project. Provide written comments to the City
for incorporation into the bid documents by addendum if necessary.
2. Work with the City to develop strategies to generate market interest in the Project.
3. Take the lead in managing the bid process including receiving bidder’s questions,
distributing information to the City and design consultant, issuing bid addendums,
analyzing bids and ultimately make a recommendation of award to the City Project
Manager. Provide documentation and substantiation to allow Staff to gain City
Council approval of award.
4. Maintain an electronic project management filing system and potentially on the
City’s network using the Microsoft Office Suite.
5. Work with and provide project specific construction recommendations to the design
team. Review and provide comments on the construction logistics plans produced
by the design team.
Services During Construction:
The Construction Manager will represent the City during construction of the project. The
Construction Manager will perform the following specific services:
1. Coordinate the efforts of the engineer, contractor, local agencies, and City to
ensure proper communication and progress of the project. Act as liaison to the
City through the City’s Project Manager.
2. Schedule, direct, and supervise the Project Inspector.
3. Coordinate all required testing services and review testing reports and materials
testing personnel.
167
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
PCG for Construction Management and Inspection Services Exhibit A – Page 2 of 7
4. Provide on-site coordination to assure that the project meets the Plans and
Specifications and stays on budget and schedule.
5. Review, evaluate, and furnish recommendations to the City regarding contractor’s
performance, construction schedule, and any other matters related to compliance
with the contract, including the Community Workforce Agreement.
6. Provide a daily log of events and activities, so as to secure the City’s interests and
monitor work accomplished in accordance with the contract.
7. Review, track, and assist in the preparation of responses to Contractor RFIs.
8. Review, track, and assist in the review of Contractor submittals, including obtaining
Building Permits as necessary.
9. Review and track certificates of compliance and product submittals for
conformance to the project Special Provisions and/or Caltrans Standard
Specifications and Plans.
10.Provide a monthly update outlining project status, schedule, submittals, RFIs, and
change order issues. Include pertinent photos or supporting documents. The
report should include an analysis of any potential delays and their actual relevance.
The report should be suitably formatted to share with the City Manager’s Office.
11.Issue Weekly Statement of Days Charged.
12.Review and furnish contract correspondence, minutes of meetings, and directives
to be issued to secure the interests of the City.
13.Review and make recommendations regarding payments to contractor including
Change Orders, when applicable, and recommendations regarding any proposed
changes. Prepare and provide cost analysis where necessary to verify change
order costs generated by the Contractor are reasonable and correct in scope.
14.Attend all construction-related site meetings with the City’s representatives,
contractors, and other meetings between related parties as required. Maintain
separate notes on such meetings.
15.Verify that the Contractor complies with the requirement of the project’s water
pollution control and staff the project with the required personal and submit
necessary documentation to the SMART system.
16.Assist the Design Consultant’s Team to ensure compliance with the project’s
various environmental requirements and permits.
17.Assist with providing any information to the City Departments as required, including
any requested tours of the construction site.
18.Monitor contractor’s construction activities to ensure the General Contractor
provides proper planning and coordination of work crews and of subcontractors for
the execution of the project work.
168
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
PCG for Construction Management and Inspection Services Exhibit A – Page 3 of 7
19.Identify potential claims and make recommendations to resolve them.
20.Upon completion of the project work, provide a punch list review, and
recommendation of Project Acceptance.
21.Upon completion of the project work, review all of the Contractor’s final submittals
to ensure their compliance with final project close-out requirements.
22.The construction Contractor shall be responsible for job site safety. Should a
safety or hazardous condition be discovered by the Construction Management
Team, it shall be brought to the attention of the Contractor and inform the City.
The Project Inspector will represent the City during construction and report to the
Construction Manager or Inspector of Record or City Representative:
1. Provide on-site inspection to assure that the project is constructed in compliance
with the Plans and Specifications.
2. Perform the duties designated by the City’s Building Department Inspector or
Inspector of Record for the project, as necessary.
3. Provide inspector’s daily report of events, labor, equipment, and activities so as to
secure the City’s interests and monitor work accomplished in accordance with the
contract. Daily progress pictures shall be incorporated into the report.
4. Take digital photographs and digital video tape recordings of the construction
progress on a regular basis, including pre-construction conditions within the project
limits.
5. Collect material tags and verify materials on site meet project specifications and
project submittals.
6. Maintain a redline set of as-built plans and specifications.
7. Track and field-verify quantities of actual improvements installed by the Contractor
and maintain a quantity bid sheet for each bid item of work.
8. Assists the Construction Manager or City Representative in review and
recommendation of progress payments.
9. Track and document Time and Materials work issued to the Contractor.
10.Work with the Construction Manager and other agencies and permit holders to
issue a project punch-list.
Post-Construction Services:
1. Provide marked up construction record drawings (as-built drawings) for designer
completion.
2. Coordinate and prepare final progress payment.
169
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
PCG for Construction Management and Inspection Services Exhibit A – Page 4 of 7
3. Provide final inspection services and project closeout activities including
preparation of final construction project report and other documents required by
City of Dublin, City Building Department or Authority having Jurisdiction and
resolve all contractor claims if any.
4. Resolution of all contract issues, warranties, bonds, etc.
5. Turn all construction documents over to the City of Dublin in electronic format
and/or hard copy, as requested.
6. Provide any necessary documentation to meet the requirements of grant funding.
7. As necessary, assist the City with any warranty items or a warranty inspection in
order to release the warranty bond.
Special Inspection and Materials Testing
The Special Inspection firm shall be on the City of Dublin’s Building and Safety Division’s
“Recognized Special Inspection & Testing Agency” (see “Special Inspection and Testing
Agreement” form, which is available on the City of Dublin’s Building and Safety Division
website at: https://www.dublin.ca.gov/documentcenter/view/60) and be listed in all
categories or be able to be added to the list prior to execution of the Agreement.
Laboratory shall be certified by the State of California to provide material testing
for Federal Aid Projects.
Field and Laboratory Compaction Testing using Caltrans and ASTM methods.
Plant inspection.
Special Inspection (Concrete Placement, ACI or ICC, Electrical, Mechanical,
Welding, Rebar, Conduit, Cables, etc.).
Public Works Inspection, as needed.
Firms will be required to sign and comply with the requirements of the City of Dublin
Building and Safety Division’s “Special Inspection and Testing Agreement” for
projects or project components issued a Building Permit.
Project Description:
Below is a list of potential projects from the City of Dublin’s Adopted Five-Year Capital
Improvement Program 2024-2029 Update that the City anticipates proceeding with
construction during the duration of the agreement.
Resiliency and Disaster Preparedness/Storm Damage Repair Projects, including
slide repairs, creek bank reconstruction, trash rack repair, creek channel debris
removal, etc.
Iron Horse Nature Park and Open Space, future phases
Green Stormwater Infrastructure, including Trash Capture Devices Installation
Village Parkway Reconstruction and Complete Streets
170
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
PCG for Construction Management and Inspection Services Exhibit A – Page 5 of 7
Citywide Energy Improvements, including Civic Center solar PV canopies, battery
energy storage system, generator replacement, etc.
Electric Vehicle Charging Stations
Facilities Parking Lot Resurfacing
Annual Street Resurfacing, including slurry seals, cape seals, overlays, etc.
Citywide Bicycle and Pedestrian Improvements, including Safe Routes to School
Kolb Park Renovation
Restrooms Replacement
Sports Courts Resurfacing
Citywide Signal Communications Upgrade
Street Light Pole Painting
Other projects listed in the 2024-2029 CIP Update and subsequently adopted Five-
Year CIPs through the duration of the agreement.
Additionally, the selected firm will be available on an on-call basis for the following
services:
Biddability and constructability reviews for various capital improvements projects
As-needed inspection services for various Public Works permits, such as
encroachment permits, grading permits, and development inspection
Performance Measures:
Deliverables
1. Construction documentation review
Provide recommendations to Public Works Director, City Engineer, or
designee within ten (10) business days of receipt of requested construction
documentation review.
2. Monthly Summary Report
As requested by the Public Works Department on specific projects, reports
shall be submitted to the Public Works Department with invoices each month
and must include:
o Contract value, working days, project budget data, and estimated
percentage complete of major construction tasks.
o Updates outlining project status, schedule, submittals, and RFIs
o Change order recommendations, meeting minutes, agendas, and
Inspector daily reports
o Pertinent photos, supporting documents, and an analysis of any
potential delays and their actual relevance
o Summary of completed activities, on-going activities, and
open/unresolved items
The report should be suitably formatted to share with the City Manager’s
Office.
3. Construction Record Drawings
171
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
PCG for Construction Management and Inspection Services Exhibit A – Page 6 of 7
Provide marked-up as-built drawings to the Public Works Department with ten
(10) business of receipt of request from Public Works Department.
4. Final Construction Project Report
Reports shall be submitted to the Public Works Department within twenty (20)
business days of completion and must include:
o All construction documents, grant records, and warranty
documentation.
If the Consultant is unable to meet the timelines or requirements set forth in Exhibit A,
the City will provide written comments outlining the deficient deliverables and will, in
good faith, meet and discuss with the Consultant regarding their performance to
understand the circumstances and collaboratively identify a resolution. If performance
issues persist, and the City can reasonably demonstrate that such issues are due to the
Consultant’s actions or omissions, the City may, (i) temporarily withhold payment for the
specific deliverables in question until they are satisfactorily completed and accepted, or
(ii) request that the Consultant re-perform the services at no additional cost. Repeated
and material failure to meet agreed-upon performance measures, after reasonable
opportunity to cure and upon substantiated fault of the Consultant, may constitute
grounds for termination for cause.
172
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
PCG for Construction Management and Inspection Services Exhibit A – Page 7 of 7
COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES
*Subject to Prevailing Wage
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.
All CPI increases shall be calculated by Contractor and requested for adjustment each
May, effective each July 1st. 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@dublin.ca.gov
Billing Rates: Fiscal Year 2025-2026
Position Hourly
Rate
Principal Engineer $280
Senior Engineer $248
Senior Designer $237
Associate Engineer $220
Associate Designer $210
Project Engineer $199
Project Designer $189
Assistant Engineer $173
Assistant Designer $162
Engineering Technician $134
Administrative Assistant $87
Public Works Inspector* $194
173
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 1 of 21
CONSULTING SERVICES AGREEMENT BETWEEN
THE CITY OF DUBLIN AND
SWINERTON MANAGEMENT & CONSULTING
FOR
CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
THIS AGREEMENT for consulting services is made by and between the City of
Dublin (“City”) and Swinerton Management & Consulting (“Consultant”) (together
sometimes referred to as the “Parties”) as of October 7, 2025 (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, 2028, 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.
174
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 2 of 21
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.
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 regarding the amount of compensation
between this Agreement and Consultant’s proposal, 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
175
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 3 of 21
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
time necessary to complete work under any other agreement between
Consultant and City, if applicable.
176
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 4 of 21
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 A.
2.6 Reimbursable Expenses. Reimbursable expenses are specified in
Exhibit A. Expenses not listed in Exhibit A 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.
2.9 Authorization to Perform Services. The Consultant is not authorized to
perform any services or incur any costs whatsoever under the terms of
177
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 5 of 21
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
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.
178
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 6 of 21
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
Services Office Automobile Liability form CA 0001, Code 1 (any
auto). No endorsement shall be attached limiting the coverage.
179
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 7 of 21
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
180
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 8 of 21
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
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.
181
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 9 of 21
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
Terminate this Agreement.
Section 5. INDEMNIFICATION AND CONSULTANT’S RESPONSIBILITIES.
182
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 10 of 21
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.
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.
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.
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 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.
Notwithstanding the forgoing, to the extent this Agreement is a “construction contract”
as defined by California Civil Code Section 2782, as may be amended from time to
time, such duties of Consultant to indemnify shall not apply when to do so would be
prohibited by California Civil Code Section 2782.
The Consultant’s obligation to defend and indemnify shall not be excused because of
the Consultant’s inability to evaluate Liability or because the Consultant evaluates
Liability and determines that the Consultant is not liable to the claimant. The Consultant
183
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 11 of 21
must respond within 30 days to the tender of any claim for defense and indemnity by the
City. If the Consultant fails to accept or reject a tender of defense and indemnity within
30 days, in addition to any other remedy authorized by law, so much of the money due
the Consultant under and by virtue of this Agreement as shall reasonably be considered
necessary by the City, may be retained by the City until disposition has been made of
the claim or suit for damages, or until the Consultant accepts or rejects the tender of
defense, whichever occurs first.
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.
184
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 12 of 21
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.
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.
185
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 13 of 21
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.
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;
186
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 14 of 21
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.
187
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 15 of 21
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.
188
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 16 of 21
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:
Jeffrey S. Gee
260 Townsend Street
San Francisco, CA 94107
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 represents the entire and integrated
agreement between City and Consultant and supersedes all prior
negotiations, representations, or agreements, either written or oral.
189
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 17 of 21
Exhibit A Scope of Services & Compensation Schedule/Reimbursable
Expenses
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.
10.14 Provisions Required For Public Works Contracts Pursuant To
California Labor Code Section 1720 Et Seq.
A. HOURS OF WORK:
i. 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.
ii. 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.
190
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 18 of 21
iii. 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.
B. WAGES:
i. 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.
ii. 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 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
191
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 19 of 21
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:
a. 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.
b. 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.
c. 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.
d. 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.
iii. 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:
a. The information contained in the payroll record is true
and correct.
192
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 20 of 21
b. 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.
iv. 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.
v. 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.
SIGNATURES ON FOLLOWING PAGE
193
Consulting Services Agreement between City of Dublin and October 7, 2025
Swinerton for Construction Management and Inspection Services Page 21 of 21
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 SWINERTON MANAGEMENT &
CONSULTING
Colleen Tribby, City Manager Jeffrey Gee, Vice President
Attest:
Consultant’s DIR Registration Number
(if applicable)
Marsha Moore, City Clerk
Approved as to Form:
City Attorney
194
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Swinerton for Construction Management and Inspection ServicesExhibit A – Page 1 of
8
EXHIBIT A
SCOPE OF SERVICES
The Scope of Services is intended as a guide to illustrate the minimum project
requirements. The Construction Management Team will provide professional and
technical services to manage the construction and inspection for the assigned project
under the supervision of the City of Dublin. The Consultant selected shall provide all
other necessary equipment, vehicle(s), cell phone, tools of the trade, etc. necessary for
the project team to successfully complete the project.
Services During Pre-Construction:
The Construction Manager will assist City Staff in the following:
1. Perform a review (constructability and biddability) of the construction documents
issued to the City for review and provide recommendations regarding feasibility of
construction methods, current availability of materials and labor and time
requirements for procurement. Identify materials or services which may have a
long lead time and could impact the project. Provide written comments to the City
for incorporation into the bid documents by addendum if necessary.
2. Work with the City to develop strategies to generate market interest in the Project.
3. Take the lead in managing the bid process including receiving bidder’s questions,
distributing information to the City and design consultant, issuing bid addendums,
analyzing bids and ultimately make a recommendation of award to the City Project
Manager. Provide documentation and substantiation to allow Staff to gain City
Council approval of award.
4. Maintain an electronic project management filing system and potentially on the
City’s network using the Microsoft Office Suite.
5. Work with and provide project specific construction recommendations to the design
team. Review and provide comments on the construction logistics plans produced
by the design team.
Services During Construction:
The Construction Manager will represent the City during construction of the project. The
Construction Manager will perform the following specific services:
1. Coordinate the efforts of the engineer, contractor, local agencies, and City to
ensure proper communication and progress of the project. Act as liaison to the
City through the City’s Project Manager.
2. Schedule, direct, and supervise the Project Inspector.
195
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Swinerton for Construction Management and Inspection ServicesExhibit A – Page 2 of
8
3. Coordinate all required testing services and review testing reports and materials
testing personnel.
4. Provide on-site coordination to assure that the project meets the Plans and
Specifications and stays on budget and schedule.
5. Review, evaluate, and furnish recommendations to the City regarding contractor’s
performance, construction schedule, and any other matters related to compliance
with the contract, including the Community Workforce Agreement.
6. Provide a daily log of events and activities, so as to secure the City’s interests and
monitor work accomplished in accordance with the contract.
7. Review, track, and assist in the preparation of responses to Contractor RFIs.
8. Review, track, and assist in the review of Contractor submittals, including obtaining
Building Permits as necessary.
9. Review and track certificates of compliance and product submittals for
conformance to the project Special Provisions and/or Caltrans Standard
Specifications and Plans.
10.Provide a monthly update outlining project status, schedule, submittals, RFIs, and
change order issues. Include pertinent photos or supporting documents. The
report should include an analysis of any potential delays and their actual relevance.
The report should be suitably formatted to share with the City Manager’s Office.
11.Issue Weekly Statement of Days Charged.
12.Review and furnish contract correspondence, minutes of meetings, and directives
to be issued to secure the interests of the City.
13.Review and make recommendations regarding payments to contractor including
Change Orders, when applicable, and recommendations regarding any proposed
changes. Prepare and provide cost analysis where necessary to verify change
order costs generated by the Contractor are reasonable and correct in scope.
14.Attend all construction-related site meetings with the City’s representatives,
contractors, and other meetings between related parties as required. Maintain
separate notes on such meetings.
15.Verify that the Contractor complies with the requirement of the project’s water
pollution control and staff the project with the required personal and submit
necessary documentation to the SMART system.
16.Assist the Design Consultant’s Team to ensure compliance with the project’s
various environmental requirements and permits.
17.Assist with providing any information to the City Departments as required, including
any requested tours of the construction site.
196
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Swinerton for Construction Management and Inspection ServicesExhibit A – Page 3 of
8
18.Monitor contractor’s construction activities to ensure the General Contractor
provides proper planning and coordination of work crews and of subcontractors for
the execution of the project work.
19.Identify potential claims and make recommendations to resolve them.
20.Upon completion of the project work, provide a punch list review, and
recommendation of Project Acceptance.
21.Upon completion of the project work, review all of the Contractor’s final submittals
to ensure their compliance with final project close-out requirements.
22.The construction Contractor shall be responsible for job site safety. Should a
safety or hazardous condition be discovered by the Construction Management
Team, it shall be brought to the attention of the Contractor and inform the City.
The Project Inspector will represent the City during construction and report to the
Construction Manager or Inspector of Record or City Representative:
1. Provide on-site inspection to assure that the project is constructed in compliance
with the Plans and Specifications.
2. Perform the duties designated by the City’s Building Department Inspector or
Inspector of Record for the project, as necessary.
3. Provide inspector’s daily report of events, labor, equipment, and activities so as to
secure the City’s interests and monitor work accomplished in accordance with the
contract. Daily progress pictures shall be incorporated into the report.
4. Take digital photographs and digital video tape recordings of the construction
progress on a regular basis, including pre-construction conditions within the project
limits.
5. Collect material tags and verify materials on site meet project specifications and
project submittals.
6. Maintain a redline set of as-built plans and specifications.
7. Track and field-verify quantities of actual improvements installed by the Contractor
and maintain a quantity bid sheet for each bid item of work.
8. Assists the Construction Manager or City Representative in review and
recommendation of progress payments.
9. Track and document Time and Materials work issued to the Contractor.
10.Work with the Construction Manager and other agencies and permit holders to
issue a project punch-list.
Post-Construction Services:
197
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Swinerton for Construction Management and Inspection ServicesExhibit A – Page 4 of
8
1. Provide marked up construction record drawings (as-built drawings) for designer
completion.
2. Coordinate and prepare final progress payment.
3. Provide final inspection services and project closeout activities including
preparation of final construction project report and other documents required by
City of Dublin, City Building Department or Authority having Jurisdiction and
resolve all contractor claims if any.
4. Resolution of all contract issues, warranties, bonds, etc.
5. Turn all construction documents over to the City of Dublin in electronic format
and/or hard copy, as requested.
6. Provide any necessary documentation to meet the requirements of grant funding.
7. As necessary, assist the City with any warranty items or a warranty inspection in
order to release the warranty bond.
Special Inspection and Materials Testing
The Special Inspection firm shall be on the City of Dublin’s Building and Safety Division’s
“Recognized Special Inspection & Testing Agency” (see “Special Inspection and Testing
Agreement” form, which is available on the City of Dublin’s Building and Safety Division
website at: https://ca-dublin2.civicplus.com/DocumentCenter/View/60/Special-
Inspection-and-Testing-Agreement?bidId= listed in all categories or be able to be
added to the list prior to execution of the Agreement.
Laboratory shall be certified by the State of California to provide material testing
for Federal Aid Projects.
Field and Laboratory Compaction Testing using Caltrans and ASTM methods.
Plant inspection.
Special Inspection (Concrete Placement, ACI or ICC, Electrical, Mechanical,
Welding, Rebar, Conduit, Cables, etc.).
Public Works Inspection, as needed.
Firms will be required to sign and comply with the requirements of the City of Dublin
Building and Safety Division’s “Special Inspection and Testing Agreement” for
projects or project components issued a Building Permit.
Project Description:
Below is a list of potential projects from the City of Dublin’s Adopted Five-Year Capital
Improvement Program 2024-2029 Update that the City anticipates proceeding with
construction during the duration of the agreement.
198
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Swinerton for Construction Management and Inspection ServicesExhibit A – Page 5 of
8
Resiliency and Disaster Preparedness/Storm Damage Repair Projects, including
slide repairs, creek bank reconstruction, trash rack repair, creek channel debris
removal, etc.
Iron Horse Nature Park and Open Space, future phases
Green Stormwater Infrastructure, including Trash Capture Devices Installation
Village Parkway Reconstruction and Complete Streets
Citywide Energy Improvements, including Civic Center solar PV canopies, battery
energy storage system, generator replacement, etc.
Electric Vehicle Charging Stations
Facilities Parking Lot Resurfacing
Annual Street Resurfacing, including slurry seals, cape seals, overlays, etc.
Citywide Bicycle and Pedestrian Improvements, including Safe Routes to School
Kolb Park Renovation
Restrooms Replacement
Sports Courts Resurfacing
Citywide Signal Communications Upgrade
Street Light Pole Painting
Other projects listed in the 2024-2029 CIP Update and subsequently adopted Five-
Year CIPs through the duration of the agreement.
Additionally, the selected firm will be available on an on-call basis for the following
services:
Biddability and constructability reviews for various capital improvements projects
As-needed inspection services for various Public Works permits, such as
encroachment permits, grading permits, and development inspection
Performance Measures:
Deliverables
1. Construction documentation review
Provide recommendations to Public Works Director, City Engineer, or
designee within ten (10) business days of receipt of requested construction
documentation review.
2. Monthly Summary Report
As requested by the Public Works Department on specific projects, reports
shall be submitted to the Public Works Department with invoices each month
and must include:
o Contract value, working days, project budget data, and estimated
percentage complete of major construction tasks.
o Updates outlining project status, schedule, submittals, and RFIs
o Change order recommendations, meeting minutes, agendas, and
Inspector daily reports
199
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Swinerton for Construction Management and Inspection ServicesExhibit A – Page 6 of
8
o Pertinent photos, supporting documents, and an analysis of any
potential delays and their actual relevance
o Summary of completed activities, on-going activities, and
open/unresolved items
The report should be suitably formatted to share with the City Manager’s
Office.
3. Construction Record Drawings
Provide marked-up as-built drawings to the Public Works Department with ten
(10) business of receipt of request from Public Works Department.
4. Final Construction Project Report
Reports shall be submitted to the Public Works Department within twenty (20)
business days of completion and must include:
o All construction documents, grant records, and warranty
documentation.
If the Consultant is unable to meet the timelines or requirements set forth in Exhibit A,
the City will provide written comments outlining the deficient deliverables and will, in
good faith, meet and discuss with the Consultant regarding their performance to
understand the circumstances and collaboratively identify a resolution. If performance
issues persist, and the City can reasonably demonstrate that such issues are due to the
Consultant’s actions or omissions, the City may, (i) temporarily withhold payment for the
specific deliverables in question until they are satisfactorily completed and accepted, or
(ii) request that the Consultant re-perform the services at no additional cost. Repeated
and material failure to meet agreed-upon performance measures, after reasonable
opportunity to cure and upon substantiated fault of the Consultant, may constitute
grounds for termination for cause.
200
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Swinerton for Construction Management and Inspection ServicesExhibit A – Page 7 of
8
COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES
Position FY25-26
Rates
Administrative Manager $114 - $166
Project Executive $207 - $344
Program Manager $207 - $344
Sr. Project Manager $181 - $303
Project Manager $171 - $256
Asst. Project Manager $148 - $222
Sr. Construction Manager $181 - $303
Construction Manager $171 - $256
Asst. Construction Manager $148 - $222
Sr. Construction Inspector $171 - $256
Construction Inspector $139 - $232
Sr. Project Engineer $126 - $188
Project Engineer $99 - $147
Sr. Financial Controls Manager $165 - $247
Financial Controls Manager $144 - $168
Sr. Project Field Administrator $114 - $168
Project Field Administrator $99 - $147
Corporate Manager of Project
Controls $424
Scheduler/Claims Principal $281
Sr. Scheduling/Claims Associate $238
Scheduling/Claims Associate $188
Scheduling/Cost Analyst $182
Scheduler $145
Intern Scheduler $103
Chief Estimator $232
Sr. Cost Estimator $221
Cost Estimator $191
Intern $93
Swinerton’s Standard Hourly Rates are all-inclusive of overhead, laptop computers, cell
phones, travel within the greater Northern California Area, office supplies, etc.
Expenses that are not included in our hourly rates would be costs of any specialized
software licenses/computer programs required by our Clients. Additional reimbursable
items, if any, would be invoiced at cost to the Client.
With the exception of our administrative support staff, all of our positions are exempt.
This means that there are no overtime or holiday rates. In addition, there are no
201
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
Swinerton for Construction Management and Inspection ServicesExhibit A – Page 8 of
8
premium costs for managing work during weekends or holidays, and as a consultant,
there are no overtime premiums.
All CPI increases shall be calculated by Contractor and requested for adjustment each May,
effective each July 1st. 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@dublin.ca.gov
202
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 1 of 21
CONSULTING SERVICES AGREEMENT BETWEEN
THE CITY OF DUBLIN AND
UNICO ENGINEERING, INC.
FOR
CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
THIS AGREEMENT for consulting services is made by and between the City of
Dublin (“City”) and UNICO Engineering, Inc. (“Consultant”) (together sometimes referred
to as the “Parties”) as of October 7, 2025 (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, 2028, 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.
203
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 2 of 21
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.
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 regarding the amount of compensation
between this Agreement and Consultant’s proposal, 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
204
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 3 of 21
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
time necessary to complete work under any other agreement between
Consultant and City, if applicable.
205
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 4 of 21
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 A.
2.6 Reimbursable Expenses. Reimbursable expenses are specified in
Exhibit A. Expenses not listed in Exhibit A 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.
2.9 Authorization to Perform Services. The Consultant is not authorized to
perform any services or incur any costs whatsoever under the terms of
206
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 5 of 21
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
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.
207
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 6 of 21
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
Services Office Automobile Liability form CA 0001, Code 1 (any
auto). No endorsement shall be attached limiting the coverage.
208
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 7 of 21
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
209
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 8 of 21
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
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.
210
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 9 of 21
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
Terminate this Agreement.
Section 5. INDEMNIFICATION AND CONSULTANT’S RESPONSIBILITIES.
211
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 10 of 21
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.
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.
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.
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 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.
Notwithstanding the forgoing, to the extent this Agreement is a “construction contract”
as defined by California Civil Code Section 2782, as may be amended from time to
time, such duties of Consultant to indemnify shall not apply when to do so would be
prohibited by California Civil Code Section 2782.
The Consultant’s obligation to defend and indemnify shall not be excused because of
the Consultant’s inability to evaluate Liability or because the Consultant evaluates
Liability and determines that the Consultant is not liable to the claimant. The Consultant
212
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 11 of 21
must respond within 30 days to the tender of any claim for defense and indemnity by the
City. If the Consultant fails to accept or reject a tender of defense and indemnity within
30 days, in addition to any other remedy authorized by law, so much of the money due
the Consultant under and by virtue of this Agreement as shall reasonably be considered
necessary by the City, may be retained by the City until disposition has been made of
the claim or suit for damages, or until the Consultant accepts or rejects the tender of
defense, whichever occurs first.
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.
213
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 12 of 21
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.
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.
214
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 13 of 21
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.
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:
215
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 14 of 21
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
216
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 15 of 21
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 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.
217
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 16 of 21
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:
Cesar Montes de Oca
1485 Civic Court, Suite 1500
Concord, CA 94520
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 represents the entire and integrated
218
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 17 of 21
agreement between City and Consultant and supersedes all prior
negotiations, representations, or agreements, either written or oral.
Exhibit A Scope of Services & Compensation Schedule/Reimbursable
Expenses
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.
10.14 Provisions Required For Public Works Contracts Pursuant To
California Labor Code Section 1720 Et Seq.
A. HOURS OF WORK:
i. 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.
ii. 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
219
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 18 of 21
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.
iii. 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.
B. WAGES:
i. 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.
ii. 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 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
220
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 19 of 21
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:
a. 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.
b. 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.
c. 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.
d. 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.
iii. 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:
221
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 20 of 21
a. The information contained in the payroll record is true
and correct.
b. 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.
iv. 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.
v. 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.
SIGNATURES ON FOLLOWING PAGE
222
Consulting Services Agreement between City of Dublin and October 7, 2025
UNICO for Construction Management and Inspection Services Page 21 of 21
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 UNICO ENGINEERING, INC.
Colleen Tribby, City Manager Cesar Montes de Oca, President
Attest:
Consultant’s DIR Registration Number
(if applicable)
Marsha Moore, City Clerk
Approved as to Form:
City Attorney
223
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
UNICO for Construction Management and Inspection Services Exhibit A – Page 1 of 8
EXHIBIT A
SCOPE OF SERVICES
The Scope of Services is intended as a guide to illustrate the minimum project
requirements. The Construction Management Team will provide professional and
technical services to manage the construction and inspection for the assigned project
under the supervision of the City of Dublin. The Consultant selected shall provide all
other necessary equipment, vehicle(s), cell phone, tools of the trade, etc. necessary for
the project team to successfully complete the project.
Services During Pre-Construction:
The Construction Manager will assist City Staff in the following:
1. Perform a review (constructability and biddability) of the construction documents
issued to the City for review and provide recommendations regarding feasibility of
construction methods, current availability of materials and labor and time
requirements for procurement. Identify materials or services which may have a
long lead time and could impact the project. Provide written comments to the City
for incorporation into the bid documents by addendum if necessary.
2. Work with the City to develop strategies to generate market interest in the Project.
3. Take the lead in managing the bid process including receiving bidder’s questions,
distributing information to the City and design consultant, issuing bid addendums,
analyzing bids and ultimately make a recommendation of award to the City Project
Manager. Provide documentation and substantiation to allow Staff to gain City
Council approval of award.
4. Maintain an electronic project management filing system and potentially on the
City’s network using the Microsoft Office Suite.
5. Work with and provide project specific construction recommendations to the design
team. Review and provide comments on the construction logistics plans produced
by the design team.
Services During Construction:
The Construction Manager will represent the City during construction of the project. The
Construction Manager will perform the following specific services:
1. Coordinate the efforts of the engineer, contractor, local agencies, and City to
ensure proper communication and progress of the project. Act as liaison to the
City through the City’s Project Manager.
2. Schedule, direct, and supervise the Project Inspector.
3. Coordinate all required testing services and review testing reports and materials
testing personnel.
224
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
UNICO for Construction Management and Inspection Services Exhibit A – Page 2 of 8
4. Provide on-site coordination to assure that the project meets the Plans and
Specifications and stays on budget and schedule.
5. Review, evaluate, and furnish recommendations to the City regarding contractor’s
performance, construction schedule, and any other matters related to compliance
with the contract, including the Community Workforce Agreement.
6. Provide a daily log of events and activities, so as to secure the City’s interests and
monitor work accomplished in accordance with the contract.
7. Review, track, and assist in the preparation of responses to Contractor RFIs.
8. Review, track, and assist in the review of Contractor submittals, including obtaining
Building Permits as necessary.
9. Review and track certificates of compliance and product submittals for
conformance to the project Special Provisions and/or Caltrans Standard
Specifications and Plans.
10.Provide a monthly update outlining project status, schedule, submittals, RFIs, and
change order issues. Include pertinent photos or supporting documents. The
report should include an analysis of any potential delays and their actual relevance.
The report should be suitably formatted to share with the City Manager’s Office.
11.Issue Weekly Statement of Days Charged.
12.Review and furnish contract correspondence, minutes of meetings, and directives
to be issued to secure the interests of the City.
13.Review and make recommendations regarding payments to contractor including
Change Orders, when applicable, and recommendations regarding any proposed
changes. Prepare and provide cost analysis where necessary to verify change
order costs generated by the Contractor are reasonable and correct in scope.
14.Attend all construction-related site meetings with the City’s representatives,
contractors, and other meetings between related parties as required. Maintain
separate notes on such meetings.
15.Verify that the Contractor complies with the requirement of the project’s water
pollution control and staff the project with the required personal and submit
necessary documentation to the SMART system.
16.Assist the Design Consultant’s Team to ensure compliance with the project’s
various environmental requirements and permits.
17.Assist with providing any information to the City Departments as required, including
any requested tours of the construction site.
18.Monitor contractor’s construction activities to ensure the General Contractor
provides proper planning and coordination of work crews and of subcontractors for
the execution of the project work.
225
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
UNICO for Construction Management and Inspection Services Exhibit A – Page 3 of 8
19.Identify potential claims and make recommendations to resolve them.
20.Upon completion of the project work, provide a punch list review, and
recommendation of Project Acceptance.
21.Upon completion of the project work, review all of the Contractor’s final submittals
to ensure their compliance with final project close-out requirements.
22.The construction Contractor shall be responsible for job site safety. Should a
safety or hazardous condition be discovered by the Construction Management
Team, it shall be brought to the attention of the Contractor and inform the City.
The Project Inspector will represent the City during construction and report to the
Construction Manager or Inspector of Record or City Representative:
1. Provide on-site inspection to assure that the project is constructed in compliance
with the Plans and Specifications.
2. Perform the duties designated by the City’s Building Department Inspector or
Inspector of Record for the project, as necessary.
3. Provide inspector’s daily report of events, labor, equipment, and activities so as to
secure the City’s interests and monitor work accomplished in accordance with the
contract. Daily progress pictures shall be incorporated into the report.
4. Take digital photographs and digital video tape recordings of the construction
progress on a regular basis, including pre-construction conditions within the project
limits.
5. Collect material tags and verify materials on site meet project specifications and
project submittals.
6. Maintain a redline set of as-built plans and specifications.
7. Track and field-verify quantities of actual improvements installed by the Contractor
and maintain a quantity bid sheet for each bid item of work.
8. Assists the Construction Manager or City Representative in review and
recommendation of progress payments.
9. Track and document Time and Materials work issued to the Contractor.
10.Work with the Construction Manager and other agencies and permit holders to
issue a project punch-list.
Post-Construction Services:
1. Provide marked up construction record drawings (as-built drawings) for designer
completion.
2. Coordinate and prepare final progress payment.
226
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
UNICO for Construction Management and Inspection Services Exhibit A – Page 4 of 8
3. Provide final inspection services and project closeout activities including
preparation of final construction project report and other documents required by
City of Dublin, City Building Department or Authority having Jurisdiction and
resolve all contractor claims if any.
4. Resolution of all contract issues, warranties, bonds, etc.
5. Turn all construction documents over to the City of Dublin in electronic format
and/or hard copy, as requested.
6. Provide any necessary documentation to meet the requirements of grant funding.
7. As necessary, assist the City with any warranty items or a warranty inspection in
order to release the warranty bond.
Special Inspection and Materials Testing
The Special Inspection firm shall be on the City of Dublin’s Building and Safety Division’s
“Recognized Special Inspection & Testing Agency” (see “Special Inspection and Testing
Agreement” form, which is available on the City of Dublin’s Building and Safety Division
website at: https://ca-dublin2.civicplus.com/DocumentCenter/View/60/Special-
Inspection-and-Testing-Agreement?bidId= listed in all categories or be able to be
added to the list prior to execution of the Agreement.
Laboratory shall be certified by the State of California to provide material testing
for Federal Aid Projects.
Field and Laboratory Compaction Testing using Caltrans and ASTM methods.
Plant inspection.
Special Inspection (Concrete Placement, ACI or ICC, Electrical, Mechanical,
Welding, Rebar, Conduit, Cables, etc.).
Public Works Inspection, as needed.
Firms will be required to sign and comply with the requirements of the City of Dublin
Building and Safety Division’s “Special Inspection and Testing Agreement” for
projects or project components issued a Building Permit.
Project Description:
Below is a list of potential projects from the City of Dublin’s Adopted Five-Year Capital
Improvement Program 2024-2029 Update that the City anticipates proceeding with
construction during the duration of the agreement.
Resiliency and Disaster Preparedness/Storm Damage Repair Projects, including
slide repairs, creek bank reconstruction, trash rack repair, creek channel debris
removal, etc.
Iron Horse Nature Park and Open Space, future phases
Green Stormwater Infrastructure, including Trash Capture Devices Installation
Village Parkway Reconstruction and Complete Streets
227
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
UNICO for Construction Management and Inspection Services Exhibit A – Page 5 of 8
Citywide Energy Improvements, including Civic Center solar PV canopies, battery
energy storage system, generator replacement, etc.
Electric Vehicle Charging Stations
Facilities Parking Lot Resurfacing
Annual Street Resurfacing, including slurry seals, cape seals, overlays, etc.
Citywide Bicycle and Pedestrian Improvements, including Safe Routes to School
Kolb Park Renovation
Restrooms Replacement
Sports Courts Resurfacing
Citywide Signal Communications Upgrade
Street Light Pole Painting
Other projects listed in the 2024-2029 CIP Update and subsequently adopted Five-
Year CIPs through the duration of the agreement.
Additionally, the selected firm will be available on an on-call basis for the following
services:
Biddability and constructability reviews for various capital improvements projects
As-needed inspection services for various Public Works permits, such as
encroachment permits, grading permits, and development inspection
Performance Measures:
Deliverables
1. Construction documentation review
Provide recommendations to Public Works Director, City Engineer, or
designee within ten (10) business days of receipt of requested construction
documentation review.
2. Monthly Summary Report
As requested by the Public Works Department on specific projects, reports
shall be submitted to the Public Works Department with invoices each month
and must include:
o Contract value, working days, project budget data, and estimated
percentage complete of major construction tasks.
o Updates outlining project status, schedule, submittals, and RFIs
o Change order recommendations, meeting minutes, agendas, and
Inspector daily reports
o Pertinent photos, supporting documents, and an analysis of any
potential delays and their actual relevance
o Summary of completed activities, on-going activities, and
open/unresolved items
The report should be suitably formatted to share with the City Manager’s
Office.
3. Construction Record Drawings
228
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
UNICO for Construction Management and Inspection Services Exhibit A – Page 6 of 8
Provide marked-up as-built drawings to the Public Works Department with ten
(10) business of receipt of request from Public Works Department.
4. Final Construction Project Report
Reports shall be submitted to the Public Works Department within twenty (20)
business days of completion and must include:
o All construction documents, grant records, and warranty
documentation.
If the Consultant is unable to meet the timelines or requirements set forth in Exhibit A,
the City will provide written comments outlining the deficient deliverables and will, in
good faith, meet and discuss with the Consultant regarding their performance to
understand the circumstances and collaboratively identify a resolution. If performance
issues persist, and the City can reasonably demonstrate that such issues are due to the
Consultant’s actions or omissions, the City may, (i) temporarily withhold payment for the
specific deliverables in question until they are satisfactorily completed and accepted, or
(ii) request that the Consultant re-perform the services at no additional cost. Repeated
and material failure to meet agreed-upon performance measures, after reasonable
opportunity to cure and upon substantiated fault of the Consultant, may constitute
grounds for termination for cause.
229
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
UNICO for Construction Management and Inspection Services Exhibit A – Page 7 of 8
COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES
Classification Direct Labor
Rates
Fully Loaded
Rates FY25-
26
Principal in Charge $95.00 -
$115.00
$261.20 -
$316.19
Senior Resident Engineer $80.00 -
$110.00
$219.96 -
$302.44
Resident Engineer $60.00 -
$95.00
$164.97 -
$261.20
Structures Representative $80.00 -
$100.00
$219.96 -
$274.95
Program Manager $70.00 -
$110.00
$192.46 -
$302.44
Senior Construction Manager $75.00 -
$105.00
$206.21 -
$288.69
Construction Manager $65.00 -
$92.50
$178.71 -
$254.32
Assistant Resident Engineer $40.00 -
$80.00
$109.98 -
$219.96
Assistant Construction Manager $35.00 -
$75.00
$96.23 -
$206.21
Office Engineering/Document Control $30.00 -
$65.00
$82.48 -
$178.71
Construction Inspector (Group 1
Prevailing)
$70.00 -
$95.00
$192.46 -
$261.20
Construction Inspector (Group 1 Non-
Prevailing)
$70.00 -
$95.00
$192.46 -
$261.20
Construction Inspector (Group 2
Prevailing)
$65.00 -
$90.00
$178.71 -
$247.45
Construction Inspector (Group 2 Non-
Prevailing)
$65.00 -
$90.00
$178.71 -
$247.45
Clerical $20.00 -
$50.00
$54.99 -
$137.47
Principal Land Surveyor $90.00 -
$110.00
$247.45 -
$302.44
Survey Manager $80.00 -
$100.00
$219.96 -
$274.95
Senior Land Surveyor $65.00 -
$85.00
$178.71 -
$233.70
Staff Land Surveyor $40.00 -
$70.00
$109.98 -
$192.46
Party Chief (Prevailing Wage)$77.00 -
$97.00
$211.71 -
$266.70
Party Chief (Non-Prevailing Wage)$40.00 -
$60.00
$109.98 -
$164.97
Chainman/Rodman (Prevailing Wage)$70.00 -
$90.00
$192.46 -
$247.45
230
Consulting Services Agreement between City of Dublin andLast revised October 7,
2025
UNICO for Construction Management and Inspection Services Exhibit A – Page 8 of 8
Chainman/Rodman (Non-Prevailing
Wage)
$30.00 -
$50.00
$82.48 -
$137.47
Draftsman/Survey Technician $30.00 -
$50.00
$82.48 -
$137.47
Drone Pilot/Technician $55.00 -
$75.00
$151.22 -
$206.21
Reimbursement for per diem and mileage expenses shall be per the current federal
reimbursement rate.
Cost of normal survey stakes and other supplies are included in the above rates.
Special monuments, iron stakes, etc. will be charged at cost.
Outside reproduction, services, and consultants will be charged at cost plus 10%.
Per prevailing wage, a shift di erential of 12.5% applies for any covered work shift
beginning after 2PM.
Yearly prevailing wage anticipates a 3% escalation, however, increases in DIR rate
determinations will be charged accordingly.
Over me rate will be billed at 1.5 times the hourly rate for non-exempt employees.
All CPI increases shall be calculated by Contractor and requested for adjustment each
May, effective each July 1st. 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@dublin.ca.gov
231
REQUEST FOR QUALIFICATIONS
CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
City of Dublin
Statement of Qualifications (SOQ) must be received by: Friday, July 25, 2025, at 4:00 p.m.
Julius Pickney, Management Analyst II
100 Civic Plaza
City of Dublin, CA 94568
Statement of Qualifications will be evaluated on the following: a) responsiveness to the Request for Qualification
questions, b) experience of the firm, c) experience and qualifications of the assigned individuals and d) Satisfaction
of previous clients.
Attachment 3
232
Request for Qualifications
For
Construction Management and Inspection Services
Overview
The Public Works Department is seeking construction management and inspection services, including necessary
materials and testing services, for capital improvement projects, development and permits, as described in the
next section below.
The Scope of Services is intended as a guide to illustrate the minimum project requirements. The Construction
Management Team will provide professional and technical services to manage the construction and inspection
for the assigned project under the supervision of the City of Dublin. The Consultant selected shall provide all
other necessary equipment, vehicle(s), cell phone, tools of the trade, etc. necessary for the project team to
successfully complete the project.
Services During Pre-Construction:
The Construction Manager will assist City Staff in the following:
1. Perform a review (constructability and biddability) of the construction documents issued to the City for
review and provide recommendations regarding feasibility of construction methods, current availability
of materials and labor and time requirements for procurement. Identify materials or services which may
have a long lead time and could impact the project. Provide written comments to the City for
incorporation into the bid documents by addendum if necessary.
2. Work with the City to develop strategies to generate market interest in the Project.
3. Take the lead in managing the bid process including receiving bidder’s questions, distributing information
to the City and design consultant, issuing bid addendums, analyzing bids and ultimately make a
recommendation of award to the City Project Manager. Provide documentation and substantiation to
allow Staff to gain City Council approval of award.
4. Maintain an electronic project management filing system and potentially on the City’s network using the
Microsoft Office Suite.
5. Work with and provide project specific construction recommendations to the design team. Review and
provide comments on the construction logistics plans produced by the design team.
Services During Construction:
The Construction Manager will represent the City during construction of the project. The Construction Manager
will perform the following specific services:
1. Coordinate the efforts of the engineer, contractor, local agencies, and City to ensure proper
communication and progress of the project. Act as liaison to the City through the City’s Project Manager.
233
2. Schedule, direct, and supervise the Project Inspector.
3. Coordinate all required testing services and review testing reports and materials testing personnel.
4. Provide on-site coordination to assure that the project meets the Plans and Specifications and stays on
budget and schedule.
5. Review, evaluate, and furnish recommendations to the City regarding contractor’s performance,
construction schedule, and any other matters related to compliance with the contract, including the
Community Workforce Agreement.
6. Provide a daily log of events and activities, so as to secure the City’s interests and monitor work
accomplished in accordance with the contract.
7. Review, track, and assist in the preparation of responses to Contractor RFIs.
8. Review, track, and assist in the review of Contractor submittals, including obtaining Building Permits as
necessary.
9. Review and track certificates of compliance and product submittals for conformance to the project Special
Provisions and/or Caltrans Standard Specifications and Plans.
10. Provide a monthly update outlining project status, schedule, submittals, RFIs, and change order issues.
Include pertinent photos or supporting documents. The report should include an analysis of any potential
delays and their actual relevance. The report should be suitably formatted to share with the City
Manager’s Office.
11. Issue Weekly Statement of Days Charged.
12. Review and furnish contract correspondence, minutes of meetings, and directives to be issued to secure
the interests of the City.
13. Review and make recommendations regarding payments to contractor including Change Orders, when
applicable, and recommendations regarding any proposed changes. Prepare and provide cost analysis
where necessary to verify change order costs generated by the Contractor are reasonable and correct in
scope.
14. Attend all construction-related site meetings with the City’s representatives, contractors, and other
meetings between related parties as required. Maintain separate notes on such meetings.
15. Verify that the Contractor complies with the requirement of the project’s water pollution control and staff
the project with the required personal and submit necessary documentation to the SMART system.
16. Assist the Design Consultant’s Team to ensure compliance with the project’s various environmental
requirements and permits.
17. Assist with providing any information to the City Departments as required, including any requested tours
of the construction site.
18. Monitor contractor’s construction activities to ensure the General Contractor provides proper planning
and coordination of work crews and of subcontractors for the execution of the project work.
19. Identify potential claims and make recommendations to resolve them.
234
20. Upon completion of the project work, provide a punch list review, and recommendation of Project
Acceptance.
21. Upon completion of the project work, review all of the Contractor’s final submittals to ensure their
compliance with final project close-out requirements.
22. The construction Contractor shall be responsible for job site safety. Should a safety or hazardous
condition be discovered by the Construction Management Team, it shall be brought to the attention of
the Contractor and inform the City.
The Project Inspector will represent the City during construction and report to the Construction Manager or
Inspector of Record or City Representative:
1. Provide on-site inspection to assure that the project is constructed in compliance with the Plans and
Specifications.
2. Perform the duties designated by the City’s Building Department Inspector or Inspector of Record for the
project, as necessary.
3. Provide inspector’s daily report of events, labor, equipment, and activities so as to secure the City’s
interests and monitor work accomplished in accordance with the contract. Daily progress pictures shall
be incorporated into the report.
4. Take digital photographs and digital video tape recordings of the construction progress on a regular basis,
including pre-construction conditions within the project limits.
5. Collect material tags and verify materials on site meet project specifications and project submittals.
6. Maintain a redline set of as-built plans and specifications.
7. Track and field-verify quantities of actual improvements installed by the Contractor and maintain a
quantity bid sheet for each bid item of work.
8. Assists the Construction Manager or City Representative in review and recommendation of progress
payments.
9. Track and document Time and Materials work issued to the Contractor.
10. Work with the Construction Manager and other agencies and permit holders to issue a project punch-list.
Post-Construction Services:
1. Provide marked up construction record drawings (as-built drawings) for designer completion.
2. Coordinate and prepare final progress payment.
3. Provide final inspection services and project closeout activities including preparation of final construction
project report and other documents required by City of Dublin, City Building Department or Authority
having Jurisdiction and resolve all contractor claims if any.
4. Resolution of all contract issues, warranties, bonds, etc.
5. Turn all construction documents over to the City of Dublin in electronic format and/or hard copy, as
requested.
6. Provide any necessary documentation to meet the requirements of grant funding.
235
7. As necessary, assist the City with any warranty items or a warranty inspection in order to release the
warranty bond.
Special Inspection and Materials Testing
The Special Inspection firm shall be on the City of Dublin’s Building and Safety Division’s “Recognized Special
Inspection & Testing Agency” (see “Special Inspection and Testing Agreement” form, which is available on the City
of Dublin’s Building and Safety Division website at: https://dublin.ca.gov/152/Handouts) listed in all categories
or be able to be added to the list prior to execution of the Agreement.
• Laboratory shall be certified by the State of California to provide material testing for Federal Aid Projects.
• Field and Laboratory Compaction Testing using Caltrans and ASTM methods.
• Plant inspection.
• Special Inspection (Concrete Placement, ACI or ICC, Electrical, Mechanical, Welding, Rebar, Conduit,
Cables, etc.).
• Public Works Inspection, as needed.
• Firms will be required to sign and comply with the requirements of the City of Dublin Building and Safety
Division’s “Special Inspection and Testing Agreement” for projects or project components issued a
Building Permit.
Project Description:
Below is a list of potential projects from the City of Dublin’s Adopted Five -Year Capital Improvement Program
2024-2029 Update that the City anticipates proceeding with construction during the duration of the agreement.
• Resiliency and Disaster Preparedness/Storm Damage Repair Projects, including slide repairs, creek bank
reconstruction, trash rack repair, creek channel debris removal, etc.
• Iron Horse Nature Park and Open Space, future phases
• Green Stormwater Infrastructure, including Trash Capture Devices Installation
• Village Parkway Reconstruction and Complete Streets
• Citywide Energy Improvements, including Civic Center solar PV canopies, battery energy storage system,
generator replacement, etc.
• Electric Vehicle Charging Stations
• Facilities Parking Lot Resurfacing
• Annual Street Resurfacing, including slurry seals, cape seals, overlays, etc.
• Citywide Bicycle and Pedestrian Improvements, including Safe Routes to School
• Kolb Park Renovation
• Restrooms Replacement
• Sports Courts Resurfacing
236
• Citywide Signal Communications Upgrade
• Street Light Pole Painting
• Other projects listed in the 2024-2029 CIP Update and subsequently adopted Five-Year CIPs through the
duration of the agreement.
Additionally, the selected firm will be available on an on-call basis for the following services:
• Biddability and constructability reviews for various capital improvements projects
• As-needed inspection services for various Public Works permits, such as encroachment permits, grading
permits, and development inspection
Considerations:
Consultants are advised that this agreement is considered “public work” for purposes of the California Labor Code,
which requires payment of prevailing wages. The Agency has obtained from the Director of Department of
Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and
overtime work. These rates will be on file at the Owner’s office at 100 Civic Plaza, Dublin, CA 94568 or online at
http://www.dir.ca.gov/OPRL/PWD/index.htm and they will be made available to any interested party upon
request. The Consultant with whom an Agreement is entered must pay the prevailing rates, post copies thereof
at the job site, provide copies of certified payrolls upon request, and otherwise comply with the applicable
provisions of State law. The Consultant is subject to prevailing wage rate compliance monitoring and enforcement
by the California Department of Industrial Relations.
The Consultant or Subcontractor(s) shall not be qualified to submit a response to this RFQ, 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 this chapter, unless currently registered and qualified to perform public work pursuant to
Section 1725.5. It is not a violation of this section for an unregistered consultant to submit a proposal 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 consultant is registered to perform Public Work pursuant to Section 1725.5 at the
time the contract is awarded.
Process and General Conditions
1. Proposers shall submit one electronic copy 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 or an e-mailed link to a ShareFile or FTP site. Hardcopies will
not be accepted.
237
2.Deadline for submitting the Statement of Qualification is Friday, July 25, at 4:00 p.m. via e-mail only to
Julius Pickney at julius.pickney@dublin.ca.gov. Late submissions will not be accepted.
3.The City will not pay for any costs incurred in preparation and submission of the qualifications or in
anticipation of a contract.
Schedule for RFQ Process
Wednesday, July 2
Friday, July 15
Friday, July 18
Friday, July 25
Week of August 4
Tuesday, August 19
Request for Qualifications mailed to consultants.
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.
Addendum posted, if required
SOQs are due no later than 4:00 PM on July 25 to Julius Pickney at
julius.pickney@dublin.ca.gov ONLY. Late submittals will not be accepted.
Interview firms (optional)
Consulting Services Agreement scheduled for approval by the Dublin City Council.
(Tentative dates, subject to change)
RFQ Submittal Requirements
10 pages maximum
contents, tabbed dividers, and resumes for Consultant’s team.
238
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. Provide an approach to completing this project, showing the flow of various tasks of the work and
demonstrating the clear understanding of the requested work.
6. Provide a project schedule.
7. Present proposed project budget, to include a compensation rate schedule for services.
8. 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 SOQ.
Please provide copies of your Qualification to City offices no later than Friday, July 25, 2025, by 4:00 p.m. The
entire SOQ (excluding resumes) should be a maximum of 10 pages.
City of Dublin, Public Works Department
Attention: Julius Pickney, Management Analyst II
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 August 19,
2025.
A sample of the City’s Standard Consulting Agreement (Agreement), including insurance requirements, is provided
as Attachment A.
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 qualifications.
Otherwise, the interested firm is to state in the SOQ that the Agreement and insurance requirements are
acceptable.
Consideration for exceptions will not be considered if not included in the submitted SOQ.
239
Conflict of Interest
Proposer 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.
Proposers 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 Service District, US 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
Proposer 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 Proposer non-
compliance, the City of Dublin may cancel, terminate or suspend the Contract in whole or in part. Proposer may
also be declared ineligible for further contracts with the City of Dublin.
Proposer 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. Proposer 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.
240
Insurance Requirements
The Contractor shall provide insurance coverage as follows in conformance with the City of Dublin’s requirements:
General Liability Insurance $1,000,000
Automobile Liability Insurance $1,000,000
Professional Liability Insurance $2,000,000
Workers’ Compensation Insurance $1,000,000
References
Contractor must include three (3) references for which the company 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.
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 qualifications provided in response to this RFQ. The subcommittee will use a forced ranking
process (please see Attachment B, 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 an SOQ.
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 qualifications prior to execution of the Agreement, with
no penalty to the City.
Selection of Consultant
Submitted SOQs will be evaluated and scored using the following criteria:
• Qualifications and specific experience of key project team members.
• Quality and completeness of the qualification.
• Experience with engagement of similar scope and complexity.
• Satisfaction of previous clients.
241
Attachment A
CONSULTING SERVICES AGREEMENT BETWEEN
THE CITY OF DUBLIN AND
[NAME OF PROFESSIONAL CONSULTANT]
FOR
[NAME OF PROJECT]
[Removed for purposes of the October 7, 2025 Regular City Council Meeting]
242
Attachment B
RANK 1
FIRM 1 RANK 2
FIRM 2 RANK 3
FIRM 3 RANK 4
FIRM 4 RANK 5
FIRM 5 RANK 6
FIRM 6 RANK 7
FIRM 7 RANK 8
FIRM 8 RANK 9
FIRM 9 RANK 10
FIRM 10
CATEGORY:
RATER SIGNATURE:DATE:
City of Dublin
Forced Ranking Rating Sheet
Instructions: After each review, write the name of the candidates in the boxes in ranked order of 1 through 5, with the number 1
candidate in the left column being the most qualified candidate. For example, candidate Smith’s name would be in the Rank 1
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 #1 and #2. As reviews continue, re-rank
the applicants as appropriate.
243
Submittal Date: July 25, 2025
Statement of Qualifications To Provide
Construction Management and Inspection Services
For The City of Dublin
Public Works Department
Submitted by:
Attachment 4
244
Construction Management •Inspection •Plan Check •Planning
2126 Rheem Drive •Pleasanton, CA 94588 •Phone (925) 462-5959 •Fax (925) 462-5958
City of Dublin July 25, 2025
Public Works Department
100 Civic Plaza
Dublin, CA 94568
Attn: Julius Pickney, Management Analyst II
Subject: Statement of Qualification to Provide Construction Management and Inspection Services for
the City of Dublin.
Dear Mr. Pickney,
4LEAF, Inc. (“4LEAF”) is excited to have the opportunity to submit our Statement of Qualification (SOQ)
to provide Construction Management (CM) and Inspection Services for the City of Dublin (“City”) Public
Works Department. 4LEAF was previously selected by the City to provide on-call CM and Inspection
services for the contract period of July 1, 2021, to June 30, 2025, and 4LEAF has been providing Building
Department and Plan Review services for the City since 2001.
4LEAF has more than 24 years of experience providing CM and Inspection services for many municipal
Public Works and Engineering Departments. 4LEAF provides these services for numerous on-call
contracts with multiple 4LEAF staff working on either the same or separate projects. 4LEAF’s philosophy
is to strive to be the best firm providing our clients with outstanding customer service and first-rate
consulting services. We have provided CM and Inspection services for Capital Improvement Program
(CIP) projects for numerous municipal agencies, including the California Department of Parks and
Recreation (“DPR”) since 2003; the cities of Pleasanton, Walnut Creek, Mill Valley, Tracy, Daly City,
Pacifica, San Mateo, San Bruno, Cupertino, Union City, Redwood City, and Menlo Park; the counties of
San Mateo and San Benito; and the Mid-Peninsula Water District and the Alameda County Water District.
4LEAF has experience providing CM and inspections on the same types of potential projects listed in the
City’s Adopted Five-Year CIP 2024 – 2029 Update and listed in the City’s Request for Qualifications (RFQ).
4LEAF appreciates this opportunity to present our SOQ package. 4LEAF has reviewed and takes no
exceptions to the City’s Standard Consulting Agreement and can meet the insurance requirements. This
letter has been signed by Gene Barry, P.E., who is a Corporate Officer and Vice President of 4LEAF. Gene
is authorized to contractually bind 4LEAF and negotiate a contract with the City. If you have any
questions, please do not hesitate to contact Gene Barry at (925) 462-5959 or by email at
gbarry@4leafinc.com.
Respectfully submitted,
4LEAF, Inc.
Gene Barry, P.E.
Vice President
245
Table of Contents
Section 1 Firm Qualifications and Experience
Section 2 References
Section 3 Key Staff Members
Section 4 Understanding and Approach
Section 5 Proposed Project Budget
Appendix A Resumes
Statement of
Qualifications to
Provide
Construction
Management and
Inspection Services
On Behalf of the:
City of Dublin
Public Works
Department
246
SOQ TO PROVIDE CM AND INSPECTION SERVICES JULY 25, 2025
SECTIONS 1 THRU 5 PAGE 2 OF 10
SECTION 1: FIRM QUALIFICATIONS AND EXPERIENCE
FIRM QUALIFICATIONS AND CAPABILITIES
4LEAF was established in 1999 and incorporated in 2001 by
experienced engineers and seasoned managers with a focus on
providing CM, Plan Review, Inspection, Building Department, and
Code Enforcement, Planning, and Fire Recovery Services to public
agencies, government, and private clients, with the goal of setting
the industry standard for excellent customer service. 4LEAF
maintains a large database of experienced staff with varied
qualifications. Our staff vary from current full-time staff, idle staff
(temporarily between assignments), and pre-qualified staff which
include engineers, construction managers, and inspectors who are available subject to client demands.
The following are some of the CM and inspection services 4LEAF provides:
• Perform Biddability /
Constructability Reviews
• Coordinate and Chair Pre-
Con and Weekly Meetings
• Review Baseline Schedules
• Perform Schedule
Management
• Prepare Progress Status
Reports
• Review Contract,
Environmental and Permit
Documents, & Laws and
Regulations
• Perform On-Site
Administration
• Project & Program
Management, Contract
Administration
• Review Submittals &
Request for Information
(RFIs)
• Review Progress Payments
and Pay Applications
• Cursory Reviews of
Contractor’s Certified
Payroll
• Track Bid Item Quantities
• Review & Process Contract
Change Order Requests
(CCORs)
• Perform Construction
Inspections
• Maintain Detailed Written and
Photographic Records of Site
Activities
• Monitor & Document
Contractor’s Compliance with
Project Contract, Permits,
Health & Safety Plan
• Ensure Compliance with
Environmental Regulations
[Stormwater Pollution
Prevention Plan (SWPPP),
Erosion Control Plan (ECP),
Best Management Practices
(BMPs), etc.]
• Verify Contractor’s Compliance
with the Approved Traffic
Control Plans
• Provide On-Site Coordination
with Utilities
• Coordinate Special Inspections
and Material Testing
• Maintain Complete and Accurate
Project Files in Accordance with
State, Local and Federal Funding,
Including Caltrans Local
Assistance Procedures Manaual
(LAPM), When Required
• Provide Americans With
Disabilities Act (ADA) / Building-
Code Compliance
• Maintain Construction Red-Lined
Copies of Drawings
• Track Equipment & Manpower
• Coordinate and Perform
Commissioning Services
• Prepare Final Punch List
• Compile Project Closeout
Documentation
• Review, Evaluate and
Recommend Change Order
Course of Action
• Coordinate with Various Project
Stakeholders
247
SOQ TO PROVIDE CM AND INSPECTION SERVICES JULY 25, 2025
SECTIONS 1 THRU 5 PAGE 3 OF 10
4LEAF can provide CM and / or inspection services for the following types of projects:
• Water / Wastewater
Treatment Facilities
• Pump Stations
• Creek & Channel Diversions
• Levees
• Culverts
• SS, Stormwater, and Water
Conveyance Systems
• Environmental Remediation
• Roadways & Streetscapes
• Transportation Projects
• Bridges
• Traffic Signals / Streetlighting
• Bicycle & Pedestrian Facilities,
Including Dedicated Bike
Paths
• Trash Capture Systems
• Sidewalk, Curb and Gutter
• Retaining Walls
• Grading & Earthwork
• Park and Recreation Facilities
• Government / Municipal
Facilities
• Biologically and Culturally
Sensitive Areas
• Green Infrastructure (e.g.,
bioretention, bioswales,
permeable paving)
ENGAGEMENTS OF SIMILAR SCOPE AND COMPLEXITY
The following are select representative projects that we have provided CM and inspection services for
On-Call and / or specific Capital Improvement Program (CIP) projects. These projects are similar in size
and scope to the list of potential projects in the City’s Adopted Five-Year CIP 2024-2029 Update, as
presented in the RFQ.
Daly City: Mussel Rock Gabion Wall and Stormwater Maintenance Project. 4LEAF performed CM and
Inspection services for this project that consisted of removing and replacing the existing gabion wall,
performing earthwork and grading; relocating and covering existing landfill refuse on site; cleaning out
the existing silting basin and replacing the drainage standpipe and downgrading effluent piping;
replacing and re-routing the storm drain system from the upper landfill, installing high-density
polyethylene (HDPE) pipe and connections, removing existing manholes/catch basins and installing new
manholes / catch basins; resetting and replacing half-round corrugated metal pipe (CMP); cleaning
existing CMP drainage channels and clearing 3-feet of vegetation on either side of the channels;
performing emergency landslide repairs and removing debris along the toe and face of the exposed
slopes; and site stabilization. The project was performed in accordance with permits issued by the Bay
Conservation and Development Commission (BCDC) and the San Francisco Bay Area Regional Water
Quality Control Board (RWQCB).
County of San Mateo DPW and Parks and Recreation Dept.: Tunitas Creek Beach Landslide Repair and
Improvements Project. 4LEAF and our team firms performed CM, Inspection, Special Inspection and
Material Testing, and Labor Compliance Monitoring Services. Construction included clearing and
grubbing dense vegetation; performing slope stabilization, drainage system piping, landslide repairs, and
mass / fine earthwork grading in the areas between Highway 1 and the beach located nearly 100 feet
below. The project included building a new 2,000+ lineal foot long pedestrian trail constructed with 100+
soldier piles, retaining walls, wood decking and steps, metal handrails, lighting, and a GraniteCrete
surface; constructing an amphitheater and reclaimed timber benches; installing a new park ranger shed
and public restrooms; constructing a new vehicle access road from the parking lot to the beach area;
constructing a new off ramp from Highway 1 and new parking lot equipped with EV charging stations;
installing bioretention areas; and installing new storm drain piping and inlets and new erosion control
systems. The project required a Caltrans encroachment permit and extensive coordination with Caltrans,
PG&E, AT&T, and Comcast.
County of San Mateo DPW: Higgens Canyon Bridge at Mills Creek Embankment and Wingwall Repairs
Project. 4LEAF provided part-time CM and full-time Construction Inspection services for this project
248
SOQ TO PROVIDE CM AND INSPECTION SERVICES JULY 25, 2025
SECTIONS 1 THRU 5 PAGE 4 OF 10
that consisted of repairing the failing embankment and exposed wingwall of the bridge. The work
performed consisted of constructing a soldier pile concrete lagging retaining wall with ground anchors,
installing a wingwall underpinning system, removing an existing sacked concrete weir in the creek
channel, installing and compacting backfill, and constructing drainage improvements, including a
concrete gutter with drop inlet and down drain. Work also included installing a rock slope protection
revetment with soil and plantings and erosion control / slope protection. The project was covered
under the County’s Routine Maintenance Program, which includes permit coverage from many
regulatory agencies and required compliance with the Mitigation Monitoring and Report Plan. Mills
Creek is a perennial stream, and the County’s project team performed preconstruction surveys for
numerous sensitive / protected species and fish relocation.
City of San Mateo: North Shoreview Flood Improvement Project. 4LEAF and our team firms provided
CM, Construction Inspection, Biological Survey and Monitoring, Cultural Resource Monitoring, and
Special Inspection and Material Testing services. Due to construction within the Bay and forebay, various
agency permits including the Bay Conservation and Development Commission (BCDC), a California
Department of Fish & Wildlife (CDFW) Lake and Streambed Alteration Agreement, the California
Regional Water Quality Control Board (RWQCB), and the United States Army Corps of Engineers (USACE)
were obtained. Upon completion of the project, more than 2,000 homeowners in surrounding
neighborhoods will apply for a Federal Emergency Management Agency (FEMA) flood insurance
exemption. Final site mitigation included a riparian mitigation area along the altered streambed.
City of Mill Valley: Miller Avenue Streetscape and Underground Utilities Improvement Project. 4LEAF
provided CM and Inspection services. This multiple award-winning CIP project has dramatically improved
multi-modal movements for pedestrians, bicyclists, and motor vehicles. It installed new underground
utilities; rehabilitated asphalt pavement; and replaced sidewalks, utility boxes, streetlights, and
landscaping to beautify more than two miles of Miller Avenue. Project components included: 6-inch and
12-inch welded steel waterlines and 4-inch laterals; Full-Depth Reclamation (FDR) Asphalt Paving
Method; Cold-in-Place (CIR) Asphalt Paving Method; Pipe bursting Sanitary Sewer Installation; Cured-in-
Place Pipe Sanitary Sewer Installation.
City of Menlo Park: 2023 Streets Resurfacing Project. 4LEAF provided Construction Inspection services
for twelve (12) primary locations and four (4) bid alternate locations throughout the City of Menlo Park.
The project’s scope of work included installing new sidewalks, curb and gutters, valley gutters, ADA curb
ramps, and speed humps; and performing grinding, asphalt dig outs, AC overlays with hot mix asphalt,
tree root repairs, utility cover adjustments, and traffic striping.
City of Cupertino: Orange Ave. Sidewalk Improvement Project. 4LEAF and our team firm provided CM,
Inspection, and Materials Testing and Special Inspection services. The project included site demolition
and tree removals; relocating various utilities (communication lines and utility boxes, water service
laterals and valve boxes, fire hydrants); installing sidewalks, curbs, gutters, driveway aprons, planting
strips, storm drainage system modifications, landscape restoration (fencing, decorative pavers, irrigation
piping, vegetation, etc.); restoring property owner fences; performing AC grinding, paving, and slurry
seal; and installing traffic striping. The Project required extensive coordination and outreach with the
property owners during construction.
City of Cupertino: All-Inclusive Playground at Jollyman Park Project. 4LEAF provided CM and Inspection
services for the project that replaced and expanded the existing playground area in the southwest
portion of Jollyman Park with a new all-inclusive play area and supporting facilities. The new park was
constructed to support recreation and social interaction for people with autism, sensory challenges,
cognitive, developmental, and physical disabilities, and those without special needs. The project involved
249
SOQ TO PROVIDE CM AND INSPECTION SERVICES JULY 25, 2025
SECTIONS 1 THRU 5 PAGE 5 OF 10
demolition of existing playground facilities, installation of a new all-inclusive play area, associated play
elements, picnic areas, fencing, a custom interactive art piece, pathways, landscaping, restroom,
irrigation, and underground utilities. During construction, the City issued a design change order for
installing 40 lineal feet of a new sanitary sewer lateral to connect the new restroom to the City’s sanitary
sewer main along South Stelling Road. that was connected. In addition, the PG&E primary power conduit
was installed using direct bore technique to avoid damaging heritage tree roots.
California Department of Parks and Recreation: More than 400 projects during numerous contract
periods since 2003. 4LEAF currently provides CM and Inspection services for this statewide on-call CM
services contract. Our staff perform contractor oversight and on-site administration; cost estimating and
planning; daily report preparation; contractor progress payments review; tracking of bid item quantities;
baseline schedule reviews; coordination of activities between various project stakeholders; monitoring
of the contractor’s compliance with project contract and project specifications; review of submittals,
supplements, and RFI submittals; preparation of detailed written and photo records of the site activities;
and tracking of equipment and manpower. Our parks projects include new construction or renovation
of park roadways, bridges, paths, trails, utility upgrades, facilities including visitor and education centers,
restroom and bathing facilities, amphitheaters, entrance stations, historic sites and facilities, camping
and picnic sites, cabins and lodging facilities. Since all new or renovated elements in the parks must be
ADA compliant, our staff is well-versed in ADA standards, recommendations, and regulations for
compliance with accessibility laws. We are familiar with ADA circulation allowances, space allowances,
and reach ranges while still providing safe maneuvering and access for the disabled.
Mid-Peninsula Water District: Old County Road Waterline Improvements – Phase 1. 4LEAF performed
CM and Inspection services. The project replaced approximately 3,200 linear feet of 1930s-era 4- and
8-inch cast iron (CI) and 20-inch concrete cylinder pipe (CCP) transmission lines with new 8- and 20-
inch polyvinyl chlorinated (PVC) pipe along Old County Road between Ralston Avenue and F Street, and
a separate 450-foot section along Ralston Avenue between Old County Road and Elmer Street. The
project included demolition and abandonment of existing pipe and installation of new pipe, fittings,
valves, fire hydrants, copper domestic service laterals, and reconnection of fire services to the new
water main. Most of the work was performed at night to accommodate necessary lane closures for
construction. During the design phase, 4LEAF’s team performed constructability reviews of the 30%,
60%, 95%, and 100% plans, specifications, and estimate (PS&E) packages.
SECTION 2: REFERENCES
Project Name: Tunitas Creek Beach Landslide Repair and Improvement Project
Project Description: Perform landslide repairs and transform area into the County’s first new
Public beach and recreational park in more than 50 years.
Client Name: County of San Mateo Department of Public Works
Client Contact: Michelle Manalo, Associate Engineer
Client Address: 555 County Center, 5th Floor | Redwood City, CA 94063
Client Telephone: (650) 599-1422
Project Dates: June 2023 – August 2025 (anticipated)
Roles Performed by
4LEAF and Subs:
CM, Inspection, Public Outreach; Special Inspection and Materials Testing
(Sub); Labor Compliance Monitoring (Sub)
250
SOQ TO PROVIDE CM AND INSPECTION SERVICES JULY 25, 2025
SECTIONS 1 THRU 5 PAGE 6 OF 10
Project Name: Balboa Way Roadway and Underground Utilities Repairs Project.
Project Description: Restoration of the entire extent of the residential area of Balboa Way
between Anza Drive and Arguello Boulevard as well as underground
utilities (water, sanitary sewer, storm drain), private sidewalks, curbs,
gutters, ADA ramps, and driveways.
Client Name: City of Pacifica
Client Contact: Louis Sun, P.E., Deputy Director Public Works, Wastewater
Client Address: 700 Pacific Coast Highway | Pacifica, CA 94044
Client Telephone: (650) 738-4662
Project Dates: June – October 2020
Roles Performed by 4LEAF
and Subs:
CM, Inspection, Public Outreach; Materials Testing and Special
Inspection Services (Sub)
Project Name: Old County Road Phase 1 Waterline Improvements.
Project Description: Replaced approximately 3,200 linear feet of 1930s-era 4- and 8-inch
cast iron (CI) and 20-inch concrete cylinder pipe (CCP) transmission
lines with new 8- and 20-inch polyvinyl chlorinated (PVC) pipe along
various City of Belmont and San Carlo streets, and within Caltrans
Rights of Way and San Mateo County access agreements.
Client Name: Mid-Peninsula Water District
Client Contact: Rene Ramirez, Operations Manager
Client Address: 1075 Old County Road, Suite A | Belmont, CA 94002
Client Telephone: (650) 591-8941
Project Dates October 2023 – July 2024
Roles Performed by 4LEAF: Constructability Reviews, CM, Inspection, Public Outreach.
SECTION 3: KEY STAFF MEMBERS
The ultimate success of any project depends on providing highly qualified staff that can work effectively
in a team environment or individually. 4LEAF is proposing Gene Barry, P.E., as our Principal-in-Charge
and Contract Manager to provide CM and Inspection Services for the City.
PRINCIPAL-IN-CHARGE / CONTRACT MANAGER
Responsibilities include managing and performing constructability reviews, assisting the project team
with pre-construction activities including public outreach, assisting with resolving various technical and
administrative issues during the construction phase. Responsibilities also include ensuring the
appropriate staff and resources are assigned to each project; monitoring 4LEAF staff to ensure they are
performing their responsibilities so the project is built per the contract documents; providing as-needed
technical assistance to staff; reviewing and approving 4LEAF’s monthly invoices prior to submittal to the
City; and addressing any issues or concerns the City has about 4LEAF’s staff performance.
251
SOQ TO PROVIDE CM AND INSPECTION SERVICES JULY 25, 2025
SECTIONS 1 THRU 5 PAGE 7 OF 10
CONSTRUCTION MANAGERS / CONSTRUCTION INSPECTORS
Construction Manager – general responsibilities include performing constructability reviews, reviewing
progress payments, submittals, RFIs, and potential contract change orders (PCCOs); coordinating field
staff; reviewing / monitoring the construction schedule; coordinating and running weekly meetings;
communicating with the client, stakeholders, and the project team; performing as-needed public
outreach; coordinating special inspections as necessary.
Inspector – general responsibilities include performing constructability reviews, monitoring and
documenting daily site activities and ensuring the progress of the work is performed in accordance with
the plans and specifications; verifying materials and quantities; performing as-needed public outreach;
and assisting the construction manager for scheduling of special inspections as necessary.
STAFF AVAILABILITY
The table below identifies some of our qualified Construction Managers and Inspectors who would be
available for the projects under this contract. All team members have a proven track record of
completing projects in time and within budget.
Team Member Role Existing
Committed Hours
Availability
Gene Barry, P.E. PIC / Contract Manager 10 hrs/wk See Note A
Gopi Chandran Construction / Project Manager 30 hrs/wk See Note A
Jim Ewertsen, P.E. Construction Manager 25 hrs/wk See Note A
Chris Bryden, CCM, PMP Construction Manager 10 hrs/wk See Note A
Mike Manning, QSP Construction Manager/Inspector 30 hrs/wk See Note A
Matt Newton Senior Construction Inspector 20 hrs/wk See Note A
Alex Lavrov Public Works Inspector 40 hrs/wk See Note A
Josh Pickett Public Works Inspector 24 hrs/wk See Note A
Chad Martin Construction Inspector 10 hrs/wk See Note A
Clayton Jones Construction Inspector 20 hrs/wk See Note A
Panfilo Armas Construction Representative 30 hrs/wk See Note A
Cindy Mendes Construction Inspector 20 hrs/wk See Note A
Robert Romero Public Works Inspector 10 hrs/wk See Note A
Note A: The City has not identified start dates or durations of specific, potential projects. Our staff vary
from current full-time staff, idle staff (temporarily between assignments), and pre-qualified staff which
include engineers, construction managers, and inspectors who are available subject to client demands.
At this time, 4LEAF’s proposed key staff are available to work on the City’s potential projects, and 4LEAF
has multiple qualified construction managers and inspectors available to provide the City with CM and
inspection services.
252
SOQ TO PROVIDE CM AND INSPECTION SERVICES JULY 25, 2025
SECTIONS 1 THRU 5 PAGE 8 OF 10
SECTION 4: UNDERSTANDING AND APPROACH
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION APPROACH
Once a notice to proceed is issued, our proposed (PIC) / Contract Manager will meet with the City’s
designated Project Manager to discuss the nature and proposed scope of services required and the
project schedule. We will then assign staff with the appropriate experience and qualifications required
to meet the specific needs of the project.
SCOPE OF SERVICES
The following subsections represent the typical responsibilities associated with providing CM and
inspection duties during the pre-construction, construction, and post-construction phases.
Pre-Construction Phase
During Pre-Construction, the 4LEAF team will establish immediate and routine contact and
communication with the project’s team including the City, the contractor, utility companies, and other
project stakeholders. We will take steps to ensure successful collaborations with each of these entities.
The following are typical tasks performed during the Pre-Construction Phase of a project.
• Attend internal in-person or virtual kickoff meeting with the City and Design Team (if necessary).
• Perform a Constructability Review of the project plans, specifications, and estimate (PS&E) package
(if requested).
• Perform initial Public Outreach activities notifying the Public and affected businesses.
• Prepare and chair the Pre-Construction Conference with the project stakeholders.
• Document pre-construction conditions with digital photographs and/or videos.
• Develop the project document control and filing system. This can be a cloud-based system (e.g.,
Procore), if requested.
• Receive and process early contractor submittals, requests for information (RFI), shop drawings, etc.
• Identify critical path items (e.g., 3rd-party utility service applications, required start and end dates
for permits, agency-required notifications).
Construction Phase
From Day 1, 4LEAF’s assigned staff will work with the City to run an efficient and quality project. Once
construction begins, 4LEAF staff will perform on-site inspections to check the quality and quantity of the
work performed by all trades and guard the City against defects and deficiencies in the work by the
contractor. The following represents the general responsibilities for providing CM and inspection
services for CIP projects:
• Coordinate, chair, and attend all weekly construction meetings.
• Review contractor’s baseline construction schedule and subsequent updates.
• Compare the actual progress to the contractor’s schedule to detect any potential delays and review
the contractor’s plan to recover and maintain progress.
• Meet with contractor to review proposed work and schedule inspections.
• Maintain effective communication with all project stakeholders.
• Coordinate with utilities for potential conflicts.
• Prepare weekly statement of working days.
• Prepare and submit weekly/monthly progress status reports.
253
SOQ TO PROVIDE CM AND INSPECTION SERVICES JULY 25, 2025
SECTIONS 1 THRU 5 PAGE 9 OF 10
• Review contracts, and any environmental and permit documents, ensuring adherence to local,
state, and Federal laws and regulations.
• Receive and process submittals, RFIs, and project correspondence.
• Maintain project files and logs including submittals, RFIs, CCORs, design changes, etc.
• Review / process contractor progress payments and make recommendations for payment, change
order requests, and responses to correspondences.
• Perform project Federal and / or grant funding management (if applicable).
• Maintain written progress of quantities measured for each bid item.
• Document any extra or force account work.
• Review and evaluate CCORs and make recommendations to City staff.
• Assist with claims management support as needed.
• Provide daily inspection and perform documentation (daily reports and photographs) for all job-
related activities and the contractor’s compliance with the approved traffic control plan.
• Inspect materials and equipment upon delivery for compliance with construction contract
documents.
• Collect delivery records and certificates of compliance.
• Document and report all discrepancies requiring corrective actions to City staff.
• Confirm the contractor complies with stormwater and erosion control BMPs.
• Monitor contractor’s general compliance with its safety program and advise the City of observed
deficiencies.
• Confirm adherence to all permitting requirements.
• Coordinate and schedule special inspections and materials testing with the City’s materials
inspection and testing sub consultant.
• Maintain test reports and logs of any verification tests performed.
• Develop and oversee punch list towards project completion.
• Recommend acceptance of the work when it is satisfactorily completed. Track non-compliant work
separately until work is satisfactorily completed and accepted.
Post-Construction Phase
The post-construction and contract closeout phase consists of three distinct closeout elements: physical
closeout, document closeout, and fiscal closeout. Project deliverables are included below.
Physical closeout includes formal submittal of a Notice of Substantial Completion, performing final
inspections to evaluate and document project conditions; addressing all punch list items; demobilizing
and removing BMPs, materials, and equipment; confirming project acceptance by the City, ensuring all
traffic control measures are removed. Documents transferred to the City include a final punch list, all
project correspondence, CCO’s, design clarifications, RFIs, submittals, red-lined versions of the contract
documents, daily inspection reports and photographs, commissioning documents, operation and
maintenance manuals, warranties, bonds, potential claims, release of liens. We will prepare documents
for City acceptance and assist the City in filing a Notice of Completions as necessary. Fiscal closeout
includes confirming all physical and document closeout processes have been completed, at which point
the final Pay Application and retention payment can be processed, a full project financial reconciliation,
including all funding closeout documentation and submittals to and appropriate funding agencies for
final project closeout.
254
SOQ TO PROVIDE CM AND INSPECTION SERVICES JULY 25, 2025
SECTIONS 1 THRU 5 PAGE 10 OF 10
SECTION 5: PROPOSED PROJECT BUDGET
4LEAF FEE SCHEDULE TO PROVIDE ON-CALL CONSTRUCTION MANAGEMENT AND
INSPECTION SERVICES FOR THE CITY OF DUBLIN PUBLIC WORKS DEPARTMENT
*All Fees shown include Annual Escalation of 3% starting on January 1, 2026, and January 1, 2027.
**Staff category subject to California Prevailing Wage Rate Requirements.
BASIS OF CHARGES
A. Rates shown assume projects under this on-call contract will require compliance with California Prevailing Wage rate
requirements and assumes the Client will be filing a PWC-100 Form to the California Department of Industrial Relations
(DIR) for the project.
B. Rates for prevailing wage categories are subject to annual escalations in accordance with the bi-annual wage
determinations from the California DIR. Rates based on California DIR’s wage determinations dated February 2025.
C. Per the new requirements being enforced under SB 854 and because it is assumed that a PWC-100 Form will be filed by
the Client to the CA DIR for each project, 4LEAF is required to notify an authorized Apprenticeship Committee through
submittal of a DAS-140 form. We are then required to make an official request to an authorized Apprenticeship
Committee for an apprentice by submitting a DAS-142 form. We are not assured the apprenticeship committee will be
able to provide a suitable/qualified apprentice for the project. Per the apprenticeship requirements, the hours worked
by the apprentice must be in a ratio of 1:5 for apprentice to journeyman hours. 4LEAF will not know the labor
classification of the Public Works Apprentice until an Apprentice is dispatched to the site; therefore, the rates for the five
Periods listed under the California DIR’s Wage determination for Building Construction Inspector issued February 2025
were used to determine the range of Calendar Year 2025 hourly rates for Public Works Inspector Apprentice.
D. All invoicing will be submitted monthly.
E. Overtime and Premium time will be charged as follows:
- Night Time (work begun after 4PM or before 5AM) 1.125 x hourly rate
- Overtime 1 (over 8 hours M-F or Saturdays) 1.35 x hourly rate
- Overtime 2 (over 8 hours Sat or 1st 8 hour Sun) 1.85 x hourly rate
- Overtime 3 (over 8 hours Sun or Holidays) 2.35 x hourly rate
F. All work with less than 8 hours rest between shifts will be charged the appropriate overtime rate.
G. Subconsultant invoices will be assessed a 10% Administrative Processing Fee.
H. Project-related mileage for inspections will be billed at the allowable IRS Rate.
I. Payment due on receipt. All payments over 30 days will be assessed as a 1.5% interest charge.
J. Client shall pay attorneys’ fees or other costs incurred in collecting delinquent amounts.
K. Client agrees that 4LEAF’s liability will be limited to the value of services provided.
L. In accordance with California’s Meal Break and Rest Break Law requirements, Client will be billed one (1) additional hour
per day at the regular rate for each missed meal or rest break due to Client-directed tasks or requirements. Client should
allow 4LEAF’s non-exempt, hourly employees the opportunity to take their entitled rest and meal breaks during each
work shift.
M. If 4LEAF is requested or otherwise required to conform to Client’s alternative workweek schedule (“AWW”), Client hereby
agrees to compensate or reimburse 4LEAF for all overtime paid to its employees who work an AWW. If 4LEAF’s affected
employment group approves an AWW election and the same is registered, overtime compensation/reimbursement shall
not be required.
Calendar Year
Staff Designation 2025 2026 2027
Principal-in-Charge / Contract Manager* $221.09 $227.72 $234.56
Construction Manager* $197.45 $203.38 $209.48
Public Works Inspector (Regular Time)** $169.77 $174.86 $180.11
Public Works Inspector (Night Time)** $190.99 $196.72 $202.62
Public Works Inspector (Overtime 1)** $229.19 $236.07 $243.15
Public Works Inspector (Overtime 2)** $314.08 $323.50 $333.20
Public Works Inspector (Overtime 3)** $398.96 $410.93 $423.26
Project Administrative Assistant* $95.00 $97.85 $100.77
Public Works Inspector Apprentice** $98 - $150 $100.94 - $154.50 $103.96 - $159.14
255
Appendix A
Resumes
256
Gene Barry, P.E.
Principal-In-Charge
1 of 2
Experience Summary
Gene has more than 32 years of engineering and project management
experience. He has experience as a project manager, construction
manager, environmental engineer, field engineer, construction
surveyor, soils tester, and quality assurance inspector. His experience
includes performing constructability reviews, developing work plans,
reviewing plans and specifications and monitoring contractor’s
conformance with the project scope of work, developing and
monitoring project schedules, establishing project scopes of work,
performing bid evaluation and cost- benefit analyses, preparing and
evaluating detailed cost estimates, and monitoring project budgets.
Gene is a California Qualified SWPPP Developer (QSD), has extensive
experience preparing storm-water pollution prevention plans (SWPPP),
and is very knowledgeable regarding the State of California’s General
Construction Permit for stormwater discharges.
Summary of Select Professional Experience
Gene has performed as 4LEAF’s Principal In Charge / Project Manager on numerous CIP projects
including:
• City of Cupertino $1.4M De Anza Blvd / McClellan Road / Pacific Drive Intersection Improvements
Project.
• County of San Mateo Public Works Department – $12M Tunitas Beach Creek Landslide Repair and
Site Improvement Project.
• City of Menlo Park - $10.5M Chrysler Pump Station Upgrade Project.
• City of San Mateo Public Works Department - $30M North Shoreview Flood Improvement Project.
• City of Cupertino $1.5M Regnart Road Improvements Project, Phase 1.
• City of Menlo Park – CY 2023 Streets Resurfacing Project.
Experience
32 years
Registrations
Registered Civil Engineer, California,
No. 64174.
Registered Civil Engineer, Nevada, No.
017520.
Education
B.S. Petroleum Engineering, 1986,
Montana College of Mineral Sciences
and Technology, Butte.
B.S., Physical Science/Physics, 1989,
Montana State University, Bozeman.
Certifications
California Qualified SWPPP Developer
(QSD) / Qualified SWPPP Practitioner
(QSP), No. 20145.
Nevada Certified Environmental
Manager (CEM), No. 2136.
40-hour OSHA HAZWOPER, including
8-hour annual refreshers.
OSHA HAZWOPER Supervisor
Affiliations
Member, American Society of Civil
Engineers.
Member, Construction Management
Association of America
257
2 of 2
Gene Barry, P.E.
• City of Daly City Mussel Rock Gabion Wall and Stormwater Maintenance Project.
• City of Pacifica – $22M Wet Weather Flow Equalization Basin Project.
• City of Sacramento Utilities District $35M McKinley Water Vault Project.
• City of Pacifica - $2.1M Balboa Way Repairs Project.
• City of Cupertino - $450M Apple Campus 2 Offsite Public Works Mitigation Projects.
• County of San Mateo Public Works Department – $5.5M Coyote Point Recreation Area East
Promenade Rejuvenation Project.
• Alameda County Water District – Alvarado-Niles Pipeline Seismic Improvement Project.
• County of San Mateo Public Works Department – Higgins Canyon Bridge Embankment and
Wingwall Repairs Project.
• City of Pacifica CY 2019 – 2020 Slurry Seal Rehabilitation Project.
• City of Cupertino Orange Ave. Sidewalk Repair and Pedestrian Improvements Project.
• City of Watsonville $3.25M Green Valley and Freedom Blvd Water and Sanitary Sewer Line
Improvements Project.
• City of Los Altos – Fremont Ave. Street Rehabilitation Project.
• City of Gilroy $6M First Street Waterline Replacement Project.
• City of Cupertino Wilson Park Renovation Projects.
• City of Walnut Creek $8.5M Geary Road Improvements Project, Phase 3.
• City of Los Altos – CY 2018 and 2020 Street Resurfacing Projects.
• City of Burlingame California Ave. and Oak Grove Sanitary Sewer Rehabilitation Project.
• University of California Berkeley $20M Richmond Field Station Remediation Projects.
• City of Burlingame - $8M Downtown Burlingame Ave. Area Utility Improvements Project.
• City of Gilroy - $1.6 Downtown Monterey Road Pavement Rehabilitation Project.
258
Gopi Chandran
Construction / Project Manager
1 of 4
Experience Summary
Gopi has Bachelor of Science and Master of Science degrees in Civil
Engineering and formerly held a California A Contractor’s license. For
more than 30 years, Gopi has worked as a Construction Manager,
Project Manager, Office Engineer, and general contractor on a variety
of small-, medium-, and large-scale CIP projects including underground
utilities (water, storm, sanitary sewer, electrical, and communications)
using a variety of construction methods; earthwork, grading, and
shoring; roadway repairs; streetscapes; sidewalks, curbs, and gutters;
traffic improvements; water and stormwater pump stations;
landscaping improvements; medium-and high-voltage electrical system
upgrades and commissioning; mechanical installations and
commissioning; public park and playground improvements; photovoltaic systems, and environmental
remediation. These projects include city and county facilities, DOD facilities, energy sector (PG&E, SoCal
Edison, SMUD, SDG&E, and major oil petroleum refineries), work within Caltrans’ right of way, and
privately-owned properties. Gopi specializes in managing high-profile CIP projects requiring
constructability reviews, extensive public outreach, maintaining close coordination with numerous public
and private agencies, utility providers (e.g. PG&E; Comcast; AT&T; and municipally-owned electrical,
natural gas, sanitary sewer, and water districts); managing projects with biological and cultural resource
compliance requirements; and managing grant applications and reimbursements for a variety of funding
sources (Federal aid, FEMA, Caltrans, CAL-OES, State of CA General Fund, and local bond measures).
Select Professional Experience
City of Menlo Park
Chrysler Pump Station
Construction Manager
Gopi was 4LEAF’s Construction Manager for this $10.5 M project that included constructing a new
stormwater pumping facility including an underground wet well, a pump and motor room, electrical
control room, engine/generator room, pumping equipment, electrical equipment and controls, automatic
standby diesel engine generator with integral fuel tank, on-site storm drain improvements, water and fire
protection services, site grading, demolition of old pump station, and driveway and pavement
improvements. The project required extensive coordination with PG&E for the relocation of electrical
switchgear and a transformer The Chrysler Pump Station is located immediately adjacent to META’s main
campus which requires special considerations to minimize impacts to the adjacent buildings and
inhabitants. The project is partially funded through a $5M grant from the Federal Emergency
Management Agency (FEMA) through the Cal Office of Emergency Services (OES) and required compliance
with federal grant requirements.
Experience
▪ 30 years
Experience with 4LEAF
▪ 8 years
Education
▪ BS Civil Engineering, University of
Texas at El Paso, Texas, May 1989
▪ MS Civil Engineering, University of
Texas at El Paso, Texas, July 1991
Licenses
▪ California A Contractor License -
inactive
O
S
H
A
C
o
n
s
t
r
u
c
t
i
o
n
S
t
a
n
d
a
r
d
s
f
o
r
E
x
c
a
v
a
t
i
o
n
s
T
r
a
259
2 of 4
Gopi Chandran
Mid Peninsula Water District
Old County Road Waterline Improvements Project – Phase 1
Construction Manager
Gopi was 4LEAF’s Construction Manager for this $4.5M project that consisted of replacing approximately
3,200 linear feet of 4- and 8-inch cast iron (CI) and 20-inch concrete cylinder pipe (CCP) transmission lines
with construction dating back to the 1930s with new 8- and 20-inch polyvinyl chlorinated (PVC) pipe along
Old County Road between Ralston Avenue and F Street, and a separate 450-foot section along Ralston
Avenue between Old County Road and Elmer Street. The project included demolition and abandonment
of existing pipe and the installation of new pipe, fittings, valves, fire hydrants, copper domestic service
laterals, and reconnection of fire services to the new water main. Most of the work was being performed
at night to accommodate necessary lane closures for construction. Gopi was a member of 4LEAF’s team
that performed constructability reviews of the 30%, 60%, 95%, and 100% PS&E packages.
City of Cupertino
All-Inclusive Playground at Jollyman Park Project
Construction Manager
Gopi was 4LEAF’s Construction Manager for this $3.95M project that was funded through the Santa Clara
County All-Inclusive Playground Grant (AIPG) program. The project replaced and expanded the existing
playground area in the southwest portion of Jollyman Park with a new all-inclusive play area and
supporting facilities. The new park will support recreation and social interaction for people with autism,
sensory challenges, cognitive, developmental, and physical disabilities, and those without special needs.
The project involved demolition of existing playground facilities, installation of a new all-inclusive play
area, associated play elements, picnic areas, fencing, a custom interactive art piece, pathways,
landscaping, restroom, irrigation, and underground utilities. During construction, the City issued a design
change order for installing 40 lineal feet of a new sanitary sewer lateral to connect the new restroom to
the City’s sanitary sewer main along South Stelling Road. In addition, the PG&E primary power conduit
was installed using direct bore technique to avoid damaging heritage tree roots.
City of San Mateo Public Works Department
North Shoreview Flood Improvement Project
Construction Manager
Gopi was 4LEAF’s Construction Manager for this $30M project that included raising a 1,300-foot levee
segment between the San Mateo and Burlingame border off of Airport Boulevard and adjacent to the
Peninsula Humane Society; constructing two new CMU pump station buildings including deep-foundation
upgrades; installing new wet wells and trash racks; installing new electrical controls, SCADA, and PG&E
transformers; installing backup power generators and Tier 4 emission components; installing new pump
station outfalls to the SF Bay; and installing high-capacity pumps to increase the pumping capacity to
150,000 gpm at each of the Coyote Point and Poplar Avenue pump stations; updating electrical controls,
correcting structural deficiencies; installing backup power generation; managing commissioning and
startup of the two pump stations; installing trash capture devices; and constructing a temporary detour
segment of the Bay Trail around the project locations and through the North Shoreview Neighborhood.
Gopi managed 4LEAF’s Team of sub-consultants performing biological surveys and monitoring, cultural
resource monitoring, and materials testing and special inspections. Gopi also coordinated with PG&E and
other 3rd-party project stakeholders and managed the project’s grant reimbursement program.
Due to construction within the Bay and forebay, various agency permits were obtained including the Bay
Conservation and Development Commission (BCDC), a California Department of Fish & Wildlife (CDFW)
Lake and Streambed Alteration Agreement, the California Regional Water Quality Control Board (RWQCB),
and the United States Army Corps of Engineers (USACE. Upon completion of the project, more than 2,000
260
3 of 4
Gopi Chandran
homeowners in surrounding neighborhoods will apply for a Federal Emergency Management Agency
(FEMA) flood insurance exemption. Final site mitigation included installing a riparian mitigation area along
the permanently altered streambed.
City of Pacifica
Wet Weather Flow Equalization Basin Project
Construction Manager
Gopi was 4LEAF’s Construction Manager for this $22M project which included a new 2.1-million-gallon
wet weather equalization basin that was constructed to prevent discharge of untreated stormwater and
sanitary sewer from the City’s sanitary sewer collection and conveyance system during peak storm events.
Key components of the project included construction of a perimeter 3-foot-wide slurry cutoff wall to
between 60 and 70 feet below ground surface (bgs); excavation of 23,000 cubic yards (cy) of soil to 50
feet bgs; installation of 70 micropiles, installation of temporary structural bracing during the excavation
phase; construction of a 2-ft-thick concrete inner liner wall; installation of mechanical, electrical, and
piping components; installation of 1,400 feet of 24-inch HDPE pipe and construction of two diversion
structures; and bore and jack drilling of 200 feet of piping through existing easements between two
residential homes. The project included extensive public outreach activities, and all work was performed
in compliance with the Mitigation Monitoring Reporting Program as required by the Mitigative Negative
Declaration (MND) document prepared in accordance with the California Environmental Quality Act
(CEQA).
City of Sacramento Utilities Department
McKinley Water Vault Project
Project Manager
Gopi was 4LEAF’s Project Manager of 4LEAF’s Team providing Project Management, Construction
Management, and Inspection Services for the City of Sacramento Utility Department’s $35M Water Vault
project. The project was constructed to eliminate capacity-related sanitary sewer overflows (SSOs) in the
City’s combined storm and sanitary sewer collection system during the rainy season. The project has three
main elements: (1) a 6-million-gallon-capacity rectangular-shaped underground water storage vault, (2)
diversion structures and conveyance piping, and (3) upgrades to the existing park infrastructure including
a new public restroom facility, upgraded jogging paths, and new sports field. The water vault and pipelines
were constructed within McKinley Park and adjacent to established residential neighborhoods. 4LEAF’s
Team was tasked with coordinating public outreach and maintaining public relations in conjunction with
the City of Sacramento. 4LEAF also coordinated and ensured the contractor remained compliant with the
various environmental mitigation measures. McKinley Park remained open and utilized by the community
during active construction.
City of Pacifica
Balboa Way Repair Project
Construction Manager
Gopi was 4LEAF’s Construction Manager for this $2.2M project that included restoration of the entire
extent of the residential area of Balboa Way between Anza Drive and Arguello Boulevard as well as private
driveways. The project consisted of the replacement/repair of approximately 27,300 square feet (SF) of
roadway asphalt, replacement of approximately 5,170 SF of sidewalk including curb and gutter,
replacement of 10 private driveways, construction of four ADA curb ramps, replacement of approximately
630 lineal feet (LF) of 8-inch-diameter high-density polyethylene (HDPE) sanitary sewer pipe (SDR 17) by
open trench, replacement of approximately 155 LF of 24-inch HDPE sanitary sewer pipe (SDR 17) by open
trench, abandonment and relocation of approximately 720 LF of a 6-inch-diameter ductile iron water main
line, replacement of approximately 90 LF of 18-inch reinforced concrete pipe (RCP) storm drain line with
261
4 of 4
Gopi Chandran
18-inch HDPE (SDR 17) pipe by open trench, construction of three new sanitary sewer manholes, leak
repair of seven existing sanitary sewer manholes, and re-establishing sanitary sewer lateral tie ins. Gopi
worked closely with the Project’s Design Team to address field design changes to address field conditions.
The Project required extensive Public outreach and coordination with multiple City Departments and 3rd-
party utility agencies and companies. All work was performed while meeting the health and safety
requirements outlined in the San Mateo County Health Officer Order for COVID-19.
San Benito County On-Call Public Works Projects
Project Manager / Engineer
Gopi performed project management, cost estimating, field oversight, and inspection tasks on 4LEAF
various projects including:
• Pacheco Creek Levee Repair Project
Gopi provided on-site project and construction management and inspections, contractor
coordination, and also managed stakeholder engagement. The project was a rapid response effort to
repair and restore two levee breaches that occurred during the early 2017 storm season. In addition,
Gopi was responsible for tracking budgets, addressing field change orders, approving additional
scope, and ensuring that projects adhered to the technical requirements. Project budgets were
approximately $500,000.
• Lovers Lane Road Restoration Project
Gopi provided initial project scoping efforts, coordination with FEMA for emergency and permanent
restoration cost recovery, coordination with County Engineers to develop technical specifications and
bids, and initial engineer estimates.
• Gopi inspected improvements within the Santana Ranch, Klauer, and Pacheco Creek Subdivisions, and
PG&E Encroachment Permit Projects. Responsibilities included inspecting mass grading activities; the
installation of storm drain inlets, pipes, manholes; concrete curb, gutter, and sidewalk; and AC
pavement. Other responsibilities included developing solutions for emergency roadway, levee, slides,
and stormwater repairs for areas damaged by the 2016/17 Winter storms and field locating culverts
within the county and documenting their location on the County’s GIS Program.
City of Mill Valley Miller Ave. Streetscape Project
Project Engineer
Gopi performed inspections on behalf of 4LEAF during the cold in-place recycling and AC paving operations
for this $13.5 million project. Additional tasks performed included performing public outreach and
coordination with local businesses and residents during the paving operations.
262
Jim Ewertsen, P.E.
Construction Manager
Experience Summary
Jim is a California-licensed Civil Engineer and has more than 29 years of experience in the field of
construction. Throughout that time, he has performed at all levels of construction including serving as
Principal Engineer of Record and preparing construction documents / drawings for more than 250
construction projects. Jim has performed Construction Management duties including managing
submittals, reviewing RFI’s, reviewing and processing change orders, reviewing and approving contractor
pay requests, reviewing and monitoring schedules, and dealing with stakeholders. He is well versed in
Caltrans standards and working with multiple funding sources.
Jim’s project experience includes designing, managing, and inspecting projects including buildings, parking
lots, underground utilities, entrance roads, hardscape / landscape, sidewalks / curbs / gutters, and ADA
ramps / paths of travel. He has also performed design and site inspections for underground sanitary sewer
and stormwater systems. Jim has been responsible for all aspects of site civil engineering, architectural,
and structural design. These projects include concrete tilt-up buildings, concrete masonry buildings,
timber buildings, metal stud buildings, and all associated underground utilities. He has successfully
managed design teams, worked through permitting with local agencies, and performed construction
administration services.
Select Professional Experience
City of Sacramento Utilities Department
McKinley Water Vault Project
Construction Manager
Jim was 4LEAF’s Construction Manager of 4LEAF’s Team providing Project Management, Construction
Management, and Inspection Services for the City of Sacramento Utility Department’s $35M Water Vault
project. The project was constructed to eliminate capacity-related sanitary sewer overflows (SSOs) in the
City’s combined storm and sanitary sewer collection system during the rainy season. The project has three
main elements: (1) a 6-million-gallon-capacity rectangular-shaped underground water storage vault, (2)
diversion structures and conveyance piping, and (3) upgrades to the existing park infrastructure including
a new public restroom facility, upgraded jogging path, and new sports field. The water vault and pipelines
were constructed within McKinley Park and adjacent to established residential neighborhoods. 4LEAF’s
Team was tasked with coordinating public outreach and maintaining public relations in conjunction with
the City of Sacramento. 4LEAF also coordinated and ensured the contractor remained compliant with the
various environmental mitigation measures. McKinley Park remained open and utilized by the
community during active construction.
Water Emergency Transportation Authority (WETA)
Central Bay Operations and Maintenance Facility, Alameda, CA
Construction Manager
Jim served as 4LEAF’s Construction Manager acting as the Owner’s Representative on this $50M project.
The project consisted of constructing a 4-story maintenance building to house the maintenance
department and operational staff, fueling system, large underground fuel storage tanks, and new utility
infrastructure for the site. The maintenance facility will be utilized for O&M functions, including the fueling
systems, fare collection, and preventative maintenance functions. The project included a new marina in
the San Francisco Bay to accommodate the regular maintenance and overhaul activities for the WETA ferry
fleet. The waterwork portion of the project included demolition of old remnants of a wooden marina and
piles, dredging the bay bottom to project design depths, and construction and installation of new concrete
floating docks and piles. The Project was completed in fall 2018.
263
Chris Bryden, CCM, PMP
Construction / Project Manager
1 of 4
Experience Summary
Chris is a Certified Construction Manager (CCM) and Certified Project
Management Professional (PMP) who has managed multi-million-dollar
construction projects with aggressive timelines and fluid and evolving
project scopes. He is competent in Use Permit and Building Permit
processes; AIA contract review; managing RFIs, submittals, transmittals,
change order requests, contractor pay applications, design changes /
clarifications, etc. using various cloud-based document control systems
including Procore; facilitating project design development meetings with
owners and architects / designers, and chairing pre-construction and
weekly construction meetings; monitoring the contractor’s adherence to
plans, specifications, and critical path schedules; coordinating
communications between owners, design professionals, general
contractors, inspection staff, jurisdictions, consultants, utility providers
(PG&E, AT&T, Comcast, and third parties); developing project punch lists;
and performing project closeout activities. Through diverse life
background and strong interpersonal skills, he has achieved tri-lingual
fluency in English, Spanish, Russian, earned a master’s degree in
psychology, successfully completed the United States Peace Corps
(Ukraine), and has been a world-touring musician.
Select Project Experience
County of San Mateo Public Works Department
Tunitas Creek Beach Improvements Project
Construction Manager
Chris was 4LEAF’s Construction Manager for this $12M project that transformed the site into the County’s
first new public beach and park in more than 50 years. Construction included clearing and grubbing dense
vegetation; performing slope stabilization, drainage system piping, landslide repairs, and mass / fine
earthwork grading in the areas between Highway 1 and the beach located nearly 100 feet below. The
project included building a new 2,000+ lineal foot long pedestrian trail constructed with 100+ soldier piles,
retaining walls, wood decking and steps, metal handrails, lighting, and a GraniteCrete surface;
constructing an amphitheater and reclaimed timber benches; installing a new park ranger shed and public
restrooms; constructing a new vehicle access road from the parking lot to the beach area; constructing a
new off-ramp from Highway 1 and new parking lot equipped with EV charging stations; installing
bioretention areas; and installing new storm drain piping and inlets and new erosion control systems. The
project required a Caltrans encroachment permit and extensive coordination with Caltrans, PG&E, AT&T,
and Comcast.
Experience
9+ years
Experience with 4LEAF
4 years
Education
B.A. in Philosophy, University of
California, Davis, 2004
M.A. in In Arts Philosophy,
California Institute of Integral
Studies, San Francisco, CA, 2011
Certifications
Certified Construction Manager
(C.C.M.)
Project Management Professional
(PMP). No. 3242725. Project
Management Institute, May 2022.
264
2 of 4
Chris Bryden, CCM, PMP
City of Cupertino Public Works Department
De Anza Blvd and McClellan Road Intersection Improvements Project
Construction Manager
Chris was 4LEAF’s Construction Manager for this $1.4M project that consisted of civil and traffic signal
improvements including site demolition and potholing for existing utilities, installation of a bike lane
median and ADA compliant sidewalks and ramps, relocation of underground utilities (storm drain and
electrical), horizontal directional drilling and pulling conduit for new electrical conduit, construction of a
traffic signal controller and cabinet, construction of new traffic and light poles, and performing AC paving
and traffic striping. All work was performed within the existing City right of way. The project was
constructed in high vehicle and pedestrian traffic areas and adjacent to numerous active businesses and
required continuous public outreach during construction.
City of Cupertino
Regnart Road Improvements Project
Construction Manager
Chris was 4LEAF’s Construction Manager for the City’s 1.3M Regnart Road Improvements Phase 1 Project.
The Project repaired approximately 280 lineal feet (LF) of roadway along Regnart Road that was identified
during a geotechnical reconnaissance investigation as having a moderate to high risk for potential for
slope failure. The Project consisted of installing 25, 25-foot-deep cast-in-drilled hole (CIDH) piers with
rebar cages, a formed and cast-in-place reinforced grade beam and reinforced concrete barrier; installing
120 LF of an earth retaining structure, transition railing and in-line terminal system on the outboard side
of the road; replacing an existing storm drainage inlet and installing 10 LF of new 18 in. HDPE storm
drainage culvert; drilling and installing 17 steel soldier piles on the inboard side of the road and
installing675 SF +/- of precast concrete lagging; and replacing the existing asphalt roadway section by
scarifying and re-compacting native subgrade, placing 8-in. of engineered fill, and paving with a 2.5-in.
thick section of AC.
The project was constructed in the City right of way with high vehicle and pedestrian traffic, and adjacent
to numerous residences. The roadway was narrowed to one-lane traffic or closed at 50-minute intervals
during construction, which required a responsive traffic control plan (TCP), with temporary signals,
flagmen, CMS signs, and continuous evaluation. Public notices were regularly sent to residents keeping
them appraised of project progress. The project was required to meet the permit conditions outlined in
the California Department of Fish & Wildlife’s Lakebed Stream Alteration Agreement. 4LEAF coordinated
closely with the City-contracted consultant biologist to ensure permit conditions were met, special status
species surveys were conducted, and work buffer zones were established as needed, etc.
City of Cupertino Public Works Department
Wilson Park Basketball Court and Community Gardens Improvements Project
Construction Manager
Chris was 4LEAF’s Construction Manager for these two City projects. The two adjacent projects were
constructed concurrently by two different contractors. The Basketball project included performing lime
treatment of court subgrade, court and adjacent walkway excavations, asbestos-containing pipe (ACP)
remediation, paving and placement of concrete flatwork, storm drainage system modifications,
installation of 10 ft. deep reinforced hoop footings, acrylic surfacing of the court, and landscape
restoration (hydroseeding and irrigation adjustments). The Community Gardens project included
installation of a new irrigation system, subgrade placement of geotextile fabric rodent entry, construction
of new corrugated metal panel and wire mesh fencing, installation of 14 new planter boxes and two ADA-
265
3 of 4
Chris Bryden, CCM, PMP
compliant planter boxes, site appurtenances (Tuff Shed, benches, garden table), vehicular and pedestrian
concrete flatwork, AC paving, and landscaping.
City of Cupertino Public Works Department
Orange Ave. Sidewalk Improvements Project
Construction Manager / Inspector
Chris performed construction management and inspection services on behalf of 4LEAF for this $1.8M
project. The Project is located along a seven-block segment of Orange Avenue between McClellan Road
and Stevens Creek Boulevard and includes demolition of existing hardscape surfaces; installation of
sidewalk, curb, gutter, and planting strips; construction of storm drainage system modifications,
landscape restorations, and associated improvements; pavement restoration and slurry sealing; and final
traffic striping.
County of San Mateo Public Works Department
Coyote Point Recreation Area East Promenade Rejuvenation Project
Construction Representative
Chris performed construction inspections and construction administration duties on behalf of 4LEAF for
this $5.5M project. The project included constructing alterations to the shoreline and beach area facilities;
enhancing shoreline protection features; constructing flood protection features; creating a larger beach
area; demolishing existing restrooms and constructing new facilities; installing new storm drain catch
basins and pipelines, new water lines, and irrigation piping; constructing concrete curb and gutters,
performing cement treatment and stabilization of on-site soils, paving new parking lots, installing on-site
detention basins, installing landscaping, and performing reconstruction of the eastern promenade area.
Chris was responsible for providing daily inspections and documenting job-related activities; monitoring
and documenting the contractor’s work for adherence to contract plans and specifications; coordinating
with San Mateo Parks and Recreation staff; monitoring the contractor’s stormwater pollution prevention
protection BMPs; coordinating 4LEAF’s sub consultant, CTS, for special inspections and materials testing;
reporting all discrepancies requiring corrective actions to County of San Mateo staff; reviewing contractor
monthly pay requests and make recommendations for payment; coordinating with San Mateo County
Parks biologist for periodic inspections, ensuring contractor’s compliance during bird breeding/nesting
season, and mitigating issues that may impact project progression; coordinating and assisting with a lead-
and asbestos-containing material survey that was performed by a 4LEAF sub consultant and assisting with
developing suitable remedial action in a timely manner.
City of San Mateo
North Shoreview Flood Improvements Project
Construction Inspector
Chris performed construction inspections on behalf of 4LEAF for this $24M project that was constructed
to allow for more than 2,000 homeowners in surrounding neighborhoods to apply for a Federal
Emergency Management Agency (FEMA) flood insurance exemption. The project included constructing a
temporary detour segment of the Bay Trail around the project locations and through the North Shoreview
neighborhood; upgrading electrical controls, correcting structural deficiencies, installing backup power
generation, installing new pump station outfalls, and increasing pumping capacities at the Coyote Point
266
4 of 4
Chris Bryden, CCM, PMP
and Poplar Ave. pump stations; raising a 1,300-foot levee segment; and installing a riparian mitigation
area along the permanently-altered streambed.
Meadowood Resort Pool and Fitness Center Renovation Project
Napa, CA
Project Manager / Assistant Project Manager
Prior to joining 4LEAF, Chris performed project management for this $27M design-build pool and fitness
center renovation. He successfully managed the project from permitting to close out, processed general
contractor pay applications and consultant invoices, managed budgets, performed close communication
with ownership, performed change order reviews, oversaw field meetings, and performed tracking of
drawing sets and as-builts. Chris oversaw all aspects of the general contractors and owner-supplied
subcontractor’s work; ensured coordination and communication between the project team; participated
in Owner, architect, and contractor meetings; and prepared and reviewed bid analyses.
Yountville Homeowners Association Roofing Project
Yountville, CA
Assistant Project Manager
Prior to joining 4LEAF, Chris performed project management for this $15M re-roofing project. He oversaw
the roofing contractor’s daily activities; monitored schedules; prepared agendas for weekly meetings;
performed punch item reviews; handled communications between all homeowners, the roofing
contractor, and the HOA manager; and ensured day-to-day follow-up of project issues and concerns.
Stonefield Condominium Fire Rebuild Project
Santa Rosa, CA
Assistant Project Manager
Prior to joining 4LEAF, Chris performed project management for this $25M rebuild after the 2017 Tubs
Fire devastated the neighborhood. He helped coordinate the rebuild of 10 buildings (30 airspace condos);
ensured compliance with covenants, conditions, and restrictions (CC&Rs); monitored phasing of work and
all subcontractors; and reported to HOA board president.
Ramsey & Associates
Project Coordinator / Project Manager
Prior to joining 4LEAF, Chris was responsible for delivering multiple projects on time and keeping on
budget for key customers. As project manager, he worked with the project teams on developing cost
estimates and budgets, schedules, preliminary and ongoing project scope development, bid analyses, at-
risk and contingency planning, reporting, cash flow analyses, purchase order execution, invoice
management, and project closeout. Chris provided strong team management of several project
coordinators, accounting, and administrative staff. As a project coordinator, Chris effectively supported
project teams to deliver project goals and high customer satisfaction via preparing status reports,
monitoring approvals process, order tracking and delivery, supporting general contractors, freight
forwarding & warehousing initiatives, and vendor interface. Chris developed fluency in the procurement
process and basic knowledge of all furniture, fixtures, and equipment product categories.
267
1 of 1
Mike Manning, QSP
Construction Inspector
Experience Summary
Mike is a seasoned construction inspector and project manager with more than 27 years of experience on
Capital Improvement Program (CIP) projects for various municipalities. He brings a diverse blend of
technical expertise and construction management skills. An experienced construction inspector, Mike is
also a certified QSP, and Certified Erosion, Sediment and Stormwater Inspector (CESSWI), able to monitor
SWPPP compliance in the field. Mike’s project experience includes major street renovations, underground
utilities, sewer lines, water / waste-water treatment facilities, recycled and potable water systems,
including pipelines, tanks and pumps building construction, and annual overlay and slurry seal projects.
Mike inspected and performed oversight on other agencies, water districts, utility companies, and
contractors working within City boundaries and City right-of-way to ensure both public safety and the
protection of City facilities. Mike reviewed and approved traffic control plans and coordinated lane / road
closures with emergency service; City departments, and other agencies to maintain traffic flow and reduce
traffic impacts. Mike’s relevant project experience includes several projects he conducted for the City of
Livermore Water Reclamation Plant (WRP). These projects included filter improvements, recycled water
processes, gravity belt thickeners, and polymer tanks and piping.
Select Professional Experience
City of Livermore Water Reclamation Plan Primary and Secondary Treatment Improvements Project
Construction Inspector
Mike provided construction inspections and performed contract administration tasks on behalf of 4LEAF
supporting the City’s consultant construction manager for the $31M rehabilitation and upgrades project
for the City’s primary and secondary wastewater treatment facilities. Upgrades and improvements
included demolition of existing units and installing new mechanical equipment, performing structural
concrete repair and coating, and replacing electrical motor control center equipment, and consolidating
PLC equipment.
City of Roseville Department of Parks, Recreation, and Libraries
Construction Inspector
Mike provided construction inspection services on behalf of 4LEAF and served as construction manager on
city-wide parks and various streetscape projects. Mike has inspected the installation of park infrastructure,
play areas, restroom buildings, shade structures, parking lots, picnic areas, multi-use turf, site preparation
grading, underground utilities, flat work, and additional landscaping and irrigation. Inspection was also
conducted for ADA improvements to recreation buildings, rehabilitation of a historic building, and the
restoration of a community swimming pool. Mike has also been responsible for reviewing plans and
specifications, submittals, processing change orders, and in charge of progress payments.
268
Matt Newton
Senior Construction Inspector
1 of 1
Experience Summary
Matt has more than 30 years of experience in the construction industry. He offers 23 years of inspection
experience working on storm water, sanitary, street lighting, traffic signal capital improvements, and
three years on residential development projects. Matt also has seven years of experience working in the
City of San Jose Survey Department. As a Principal Construction Inspector with the City of San Jose, Matt
took a supervisory role in training and mentoring new staff and City inspectors in the use of the Virtual
Project Manager website to improve documentation for capital improvement program (CIP) projects.
Matt excels at maintaining effective and positive communications between various project stakeholders,
inspectors, project managers, and engineers to find solutions to unforeseen complications that may arise
while working on construction and CIP projects.
Select Professional Experience
County of San Benito
On-Call Public Works Inspections
Senior Construction Inspector
Matt provided construction inspections for various County of San Benito projects under 4LEAF’s ongoing
On-Call Public Works CM and Inspection Services contract. Projects included numerous new residential
subdivisions consisting of mass grading and new roadways, curbs, gutters, sidewalks, and utilities. Other
projects included directional drilling for Comcast Cable conduits; constructing detention basins to collect
and recycle rainwater, and emergency roadway and culvert repairs. Matt was responsible for providing
daily inspections and preparing detailed daily inspection reports, monitoring and documenting the
contractor’s work for adherence to contract plans and specifications, providing utility coordination,
continually monitoring contractor’s traffic control to ensure compliance with various project traffic
control plans, providing accurate measured quantities and reviewing pay estimates submitted by
contractor and making recommendations to the County for payment, reporting all discrepancies requiring
corrective actions to County staff, meeting with the contractor to review proposed work and schedule
inspections, developing "punch list" items and following-up with corrective measures with County staff.
City of Cupertino
Regnart Road Improvements Project
Senior Construction Inspector
Matt provided construction Inspections for the City’s 1.3M Regnart Road Improvements Phase 1 Project.
The Project repaired approximately 280 lineal feet (LF) of roadway along Regnart Road that was identified
during a geotechnical reconnaissance investigation as having a moderate to high risk for potential for
slope failure. The Project consisted of installing 25, 25-foot-deep cast-in-drilled hole (CIDH) piers with
rebar cages, a formed and cast-in-place reinforced grade beam and reinforced concrete barrier; installing
120 LF of an earth retaining structure, transition railing and in-line terminal system on the outboard side
of the road; replacing an existing storm drainage inlet and installing 10 LF of new 18 in. HDPE storm
drainage culvert; drilling and installing 17 steel soldier piles on the inboard side of the road and installing
675 SF +/- of precast concrete lagging; and replacing the existing asphalt roadway section by scarifying
and re-compacting native subgrade, placing 8-in. of engineered fill, and paving with a 2.5-in. thick section
of AC.
269
Alex Lavrov
Public Works Inspector
1 of 3
Experience Summary
Alex is an Engineer in Training (EIT) with more than 27 years of
experience in the construction industry. His experience includes 20
years performing construction inspections on Transportation System
and Public Works projects, and four years performing material testing
and special inspections in support of Capital Improvement Program (CIP)
projects. His experience includes inspecting CMU buildings; electrical
and MCC panels; pump system installations and commissioning;
underground utility installations (sanitary sewer mains, laterals, and
manholes; storm drain catch basins and piping; and electrical conduit,
wiring, and components); utility vaults; backup generators;
underground storage tanks; grading and earthwork; street restoration;
traffic signal installations; and concrete curb, gutter, and sidewalks. Alex
has excellent written and verbal communication skills and a proven track
record of performing and coordinating with various project stakeholders
to ensure a project’s successful completion.
Select Project Experience
City of Menlo Park
Chrysler Stormwater Pump Sation Improvements Project
Construction Inspector
Alex was a member of 4LEAF’s inspection team for this $10.5 M project that included constructing a new
stormwater pumping facility including an underground wet well, a pump and motor room, an electrical
control room, an engine/generator room, pumping equipment, electrical equipment and controls,
automatic standby diesel engine generator with integral fuel tank, on-site storm drain improvements,
water and fire protection services, site grading, demolition of old pump station and driveway and
pavement improvements. The project required extensive coordination with PG&E for the relocation of
electrical switchgear and a transformer The Chrysler Pump Station is located immediately adjacent to
META’s main campus which requires special considerations to minimize impacts to the adjacent buildings
and inhabitants. The project was partially funded through a $5M grant from the Federal Emergency
Management Agency (FEMA) through the Cal Office of Emergency Services (OES) and requires compliance
with federal grant requirements.
Alex was responsible for providing daily inspections and documenting job-related activities, monitoring
the contractor’s compliance with requirements for off-site disposal of contaminated soil and
groundwater, and monitoring and documenting the contractor’s work for compliance with contract plans
and specifications.
Experience
27 years
Certificates and Training
Engineer In Training (EIT)
Radiation Safety and Use of Nuclear
Gauges
OSHA 10-Hour Safety Training
Caltrain Roadway Worker Protection
(RWP)
Education
B.S. Individualized Studies, 2002,
CT
A.S. Building Inspection Technology,
College of San Mateo, San Mateo, CA
270
2 of 3
Alex Lavrov
City of Cupertino
All-Inclusive Playground at Jollyman Park Project
Construction Inspector
Alex was part of 4LEAF’s inspection team for this $3.95M project that was funded through the Santa Clara
County All-Inclusive Playground Grant (AIPG) program. The project replaced and expanded the existing
playground area in the southwest portion of Jollyman Park with a new all-inclusive play area and
supporting facilities. The new park will support recreation and social interaction for people with autism,
sensory challenges, cognitive, developmental, and physical disabilities, and those without special needs.
The project involved demolition of existing playground facilities, installation of a new all-inclusive play
area, associated play elements, picnic areas, fencing, a custom interactive art piece, pathways,
landscaping, restroom, irrigation, and underground utilities. During construction, the City issued a design
change order for installing 40 lineal feet of a new sanitary sewer lateral to connect the new restroom to
the City’s sanitary sewer main along South Stelling Road. that was connected. In addition, the PG&E
primary power conduit was installed using direct bore technique to avoid damaging heritage tree roots.
County of San Mateo Public Works Department
Higgins Canyon Bridge at Mills Creek Embankment and Wingwall Repairs Project
Construction Inspector
Alex was 4LEAF’s full-time on-site inspector for this $650,000 project that consisted of repairing the failing
embankment and exposed wing wall of the bridge. Work performed consisted of constructing a soldier
pile concrete lagging retaining wall with ground anchors, installing a wing wall underpinning system,
removing an existing sacked concrete weir in the creek channel, installing, and compacting backfill, and
constructing drainage improvements including a concrete gutter with drop inlet and down drain. Work
also includes installing a rock slope protection revetment with soil and plantings, and erosion
control/slope protection. The project was covered under the County’s Routine Maintenance Program
which includes permit coverage from many regulatory agencies and required compliance with the
Mitigation Monitoring and Report Plan. Mills Creek is a perennial stream, and the project team performed
preconstruction surveys [nesting birds and bats, special plant species, special species (San Francisco garter
snake, California red-legged frog, California tiger salamander, coho salmon, and steelhead trout)], and fish
relocation.
Alex was responsible for providing daily inspections and documenting job-related activities (daily reports
and photographs) and the contractor’s adherence to contract plans and specifications; coordinating with
the project’s biologists for daily project sweeps; monitoring the contractor’s compliance with the project’s
MMRP and stormwater pollution prevention protection BMPs; coordinating with the various special
inspection and materials testing sub-consultants; and reporting all discrepancies requiring corrective
actions to 4LEAF’s Construction Manager.
City of San Mateo
North Shoreview Flood Improvements Project
Construction Inspector
Alex was part of 4LEAF’s team performing construction inspections for this $30M project that was
constructed to allow for more than 2,000 homeowners in surrounding neighborhoods to apply for a
Federal Emergency Management Agency (FEMA) flood insurance exemption. The project included
constructing a temporary detour segment of the Bay Trail around the project locations and through the
North Shoreview neighborhood; upgrading electrical controls, correcting structural deficiencies, installing
backup power generation, installing new pump station outfalls, and increasing pumping capacities at the
Coyote Point and Poplar Ave. pump stations; raising a 1,300-foot levee segment; and installing a riparian
mitigation area along the permanently-altered streambed.
271
3 of 3
Alex Lavrov
During various phases of work, Alex performed inspections and observation of the installation of
micropiles; excavation, grading, and compaction of the levee; installation of structural rebar; concrete
pours; installation and testing of 8-inch ductile iron piping; installation of 48-inch HDPE piping;
construction of masonry block building and roof trusses; installation of various electrical conduits;
installation and startup testing of the new pump station motor control center (MCC) panels and four axial
pumps (each capable of 45,000 gpm flow); assisted in data collection during the pump station
commissioning; and observed the switchover to the new SCADA system that was implemented. Alex also
had daily interaction with biological monitors during various phases of work.
San Francisco Municipal Transportation Agency
Senior Construction Inspector
Prior to joining 4LEAF, Alex provided construction inspections for various San Francisco Municipal
Transportation Agency (MUNI) CIP projects and ensured compliance with plans and specifications,
applicable codes, and environmental and safety regulations. Projects included light rail track construction,
overhead contact system, traction power, power substation renovations, building construction, roadway
improvements, and ADA retrofits. Alex reviewed plans, specifications, and shop drawings for compliance
during construction; verified quantities, dimensions, safety requirements, and quality of work; monitored
labor, materials, and equipment associated with construction; provided oversight of construction testing
to ensure quality assurance; reviewed project schedules and implemented inspection plans; coordinated
construction activities; and participated in field meetings. Alex worked on various MUNI/BART projects
that included installation of several thousand feet of underground and above-ground electrical conduit
(PVC, 4-inch HDPE, and up to 6-inch-diameter galvanized rigid conduit). Alex also observed all the
electrical cable pulling associated with the electrical conduit work. Alex inspected LRV track construction
including alignment and track gauge. These were on direct fixation and ballasted tracks. Inspected and
documented OCS construction including supporting poles. Alex also inspected new pedestrian and LRV
traffic signals.
San Francisco Department of Public Works
Construction Inspector
Prior to joining 4LEAF, Alex performed inspections for San Francisco Department of Public Works projects
in the public right-of-way ensuring compliance with street use permits and confirming proper street
restoration. Projects included PG&E gas service upgrades, San Francisco Water Department water service
upgrades, traffic signal installations, and ADA-compliant curb ramp installations. Alex monitored the
progress of work and provided quality assurance inspections in the public right-of-way including streets,
sidewalks, sewer laterals, storm drain lines, manholes, underground storage tanks, electrical vaults,
trench excavations, and maintenance repair projects. Alex worked on numerous street reconstruction and
paving projects. Alex also established and maintained contacts with contractors, utility company
representatives, various City agency representatives, and permittees. Components of the work included
sewer lateral replacements, culverts, sewer mains (6-inch to 12-inch VCP), and larger size RCP up to 300
feet in length. Alex has overseen the installation of sewer manholes, and several hundred feet of ductile
iron water main installation/relocation (8-inch to 12-inch diameter). Alex also inspected work performed
by PG&E during multi-year low-pressure gas line upgrades throughout the City of San Francisco.
San Francisco Department of Public Works Materials Testing Laboratory
Materials Testing Technician
Prior to joining 4LEAF, Alex performed quality assurance testing of construction materials including
concrete, reinforcing steel, asphalt concrete, coarse and fine aggregates, and soils; coordinated and
oversaw the U.S. Department of Commerce Cement and Concrete Reference Laboratory (CCRL) inspection
of the laboratory; coordinated safety tailgates and inspections as Safety Officer; and collected and
interpreted engineering data in the laboratory.
272
Josh Pickett
Public Works Inspector
1 of 4
Experience Summary
Josh has more than six years’ experience in the construction industry
performing construction inspections, quality control inspections, and
special inspections / materials testing on a variety of heavy civil
engineering projects throughout the United States. His experience
includes inspecting underground utilities (sanitary sewer pipelines,
including pipe bursting and open trench installations, storm drain lines,
natural gas, domestic and reclaimed water lines, and electrical conduit);
above-ground electrical lines; grading and earthwork; and bridge
construction projects. Josh has excellent written and verbal
communication skills and has experience with numerous computer
software platforms, including MS Office and SharePoint, Procore, and
BlueBeam.
Select Project Experience
City of Pleasanton
2025 Annual Curb and Gutter Replacements for Street Resurfacing Project
Construction Inspector
Josh was 4LEAF’s full-time Construction Inspector for this $610,000 project that was performed at
numerous locations, and in advance of the City’s annual street resurfacing project. The Project included
demolishing and replacing 51 pedestrian ramps; installing 3,500 square feet of sidewalks and driveways;
constructing 660 lineal feet of curb and gutters;, installing 380 lineal feet of median island curbs; installing
seven glue-down ADA domes; grinding the curb lips flush; installing hot mix AC pavement; and associated
work. Josh also performed as-needed encroachment permit inspections for the City’s Engineering
Department.
County of San Mateo Public Works Department
Tunitas Creek Beach Improvements Project
Construction Inspector
Josh was 4LEAF’s Construction Inspector for this $12M project that transformed the site into the County’s
first new public beach and park in more than 50 years. Construction included clearing and grubbing dense
vegetation; performing slope stabilization, drainage system piping, landslide repairs, and mass / fine
earthwork grading in the areas between Highway 1 and the beach located nearly 100 feet below. The
project included building a new 2,000+ lineal foot long pedestrian trail constructed with 100+ soldier piles,
retaining walls, wood decking and steps, metal handrails, lighting, and a GraniteCrete surface;
constructing an amphitheater and reclaimed timber benches; installing a new park ranger shed and public
restrooms; constructing a new vehicle access road from the parking lot to the beach area; constructing a
new off-ramp from Highway 1 and new parking lot equipped with EV charging stations; installing
bioretention areas; and installing new storm drain piping and inlets and new erosion control systems. The
Experience
6+ years
Certifications and Training
Radiation Safety and Use of Nuclear
Gauges
OSHA 30- Hour Safety Training
OSHA 10-Hour Safety Training
Confined Space Entry Training
ACI Grade I
Education
B.A. History, 2014, Reinhardt
University, Waleska, GA
Military Service
U.S. Army National Guard, Rank E-4,
Fire Team / Squad Leader while serving
273
2 of 4
Josh Pickett
project required a Caltrans encroachment permit and extensive coordination with Caltrans, PG&E, AT&T,
and Comcast.
City of Cupertino
Wilson Park Basketball Court Renovation and Community Gardens Improvements Projects
Construction Inspector
Josh performed construction inspections for these two adjoining and concurrent projects. The Basketball
project included performing lime treatment of court subgrade; court and adjacent walkway excavations’
asbestos-containing pipe (ACP) remediation; paving and placement of concrete flatwork; storm drainage
system modifications; installation of 10 ft. deep reinforced hoop footings; acrylic surfacing of the court,
and landscape restoration (hydroseeding and irrigation adjustments). The Community Gardens project
included installation of a new irrigation system; subgrade placement of geotextile fabric rodent entry;
construction of new corrugated metal panel and wire mesh fencing; installation of 14 new planter boxes
and two ADA-compliant planter boxes; site appurtenances (Tuff Shed, benches, garden table); vehicular
and pedestrian concrete flatwork; AC paving, and landscaping.
Josh’s responsibilities included performing full-time inspection services and monitoring / documenting
the contractor’s work for adherence to contract documents; maintaining thorough daily inspection
reports and documentation of daily activities (daily reports and photographs); outreach with adjoining
property owners and park patrons; continually monitoring the contractor’s contractors’ compliance with
erosion control requirements; performing on-site coordination of materials testing and special
inspections; and reporting all discrepancies requiring corrective actions to 4LEAF’s Construction Manager
and the contractor.
City of Watsonville
Green Valley and Freedom Blvd. Water and Sanitary Sewer Improvements Project
Construction Inspector
Josh performed construction inspections supporting 4LEAF’s inspection team for this $3.24 project that
consisted of installing approximately 2,625 linear feet of 14- to 18-inch potable DIP and PVC water pipeline
(including associated valves, blow-off assemblies, service laterals fire service, and fire hydrants) by open-
cut methods and approximately 3,000 linear feet of 8- to 10-inch HDPE sanitary sewer pipeline by open
cut, slip line, and CIPP methods.
Josh’s responsibilities included performing public outreach with local businesses and residents;
performing project documentation of daily activities (daily reports and photographs); monitoring and
inspecting the contractor’s work for adherence to contract plans and specifications; continually
monitoring the contractor’s traffic control measures to ensure compliance with the project’s traffic
control plans; monitoring the contractors’ daily storm water protection; and reporting all discrepancies
requiring corrective actions to 4LEAF’s lead inspector.
City of Daly City
Mussel Rock Gabion Wall and Stormwater Maintenance Project
Construction Inspector
Josh was 4LEAF’s Construction Inspector for this $2M project that included the removal and replacement
of approximately 300 lineal feet of an existing gabion wall and associated earthwork and grading;
relocating and covering landfill material onsite; cleaning out the existing silting basin and constructing a
new berm structure and repairing a damaged drainage standpipe; performing emergency repairs and
slope stabilization in a landslide area; replacing and rerouting the storm drain system from the upper
landfill; installing HDPE pipe and connections, removing existing manholes/catch basins and installing new
structures; resetting and replacing half-round corrugated metal pipe (CMP); cleaning existing CMP
274
3 of 4
Josh Pickett
drainage channels and clearing existing sediment and vegetation along the channels; and performing final
stabilization/hydroseeding of disturbed soil areas.
Josh’s responsibilities included providing daily inspections, preparing daily reports and photographic
documentation of activities; monitoring and documenting the contractor’s work for adherence to contract
plans, specifications, and approved change orders; monitoring the contractors’ daily storm water
protection; coordinating special inspection and testing with the third-party materials testing and special
inspection firm; reporting all discrepancies requiring corrective actions to 4LEAF’s Construction Manager;
reviewing contractor monthly pay requests and providing feedback to 4LEAF’s Construction Manager for
payment; and developing "punch list" items and following-up with corrective measures with 4LEAF’s
Construction Manager.
City of San Mateo
North Shoreview Flood Improvements Project
Construction Inspector
Josh was a member of 4LEAF’s inspection team performing construction inspections for this $30M project
that is being constructed to allow for more than 2,000 homeowners in surrounding neighborhoods to
apply for a Federal Emergency Management Agency (FEMA) flood insurance exemption. The project
includes constructing a temporary detour segment of the Bay Trail around the project locations and
through the North Shoreview neighborhood; upgrading electrical controls, correcting structural
deficiencies; installing backup power generation, installing new pump station outfalls, and increasing
pumping capacities at the Coyote Point and Poplar Ave. pump stations; raising a 1,300-foot levee segment;
and installing a riparian mitigation area along the permanently-altered streambed. During various phases
of work, Josh performed inspections and observations of installation of micropiles; excavation and
compaction of the levee; installation of structural rebar; various concrete pours; installation and testing
of 8-inch ductile iron piping; installation of 48-inch HDPE piping; and construction of a masonry block
building and roof trusses.
City of Mountain View
Contract Construction Inspector
Prior to joining 4LEAF, Josh worked for a consultant as a Construction Inspector overseeing the completion
of excavation permits for public and private utilities being installed in the City of Mountain View. He was
responsible for setting up pre-construction meetings with contractors to review City standards and
reinforcing protocols for the work. Josh inspected the completed work and signed off excavation permits.
Utilities inspected included natural gas pipelines, domestic and reclaimed water lines, aerial and
underground power line installations, storm, and sewer pipelines. Josh served as an inspector for the MK
Pipelines underground utility demolition and installation of sanitary sewer pipelines for the Intuit Building
along Bayshore Drive and Middlefield Road. The contractor used pipe bursting techniques to replace an
8-in. diameter vitrified clay pipe and replacement with HDPE pipe. Josh also performed inspections on the
City’s behalf for Caltrans’ subbase resurfacing and paving for Hwy 237 and roadway improvement work
and traffic control along El Camino Real.
Texas Department of Transportation, Houston, TX
Contract Quality Control Inspector I
Prior to joining 4LEAF, Josh worked for a consultant as a Quality Control Inspector for numerous State of
Texas Department of Transportation (TXDOT) projects.
•Highways and Bridges. Josh performed inspections during the casting and placement of girders, deck
panels, and barriers for major state government projects and worked as a Quality Control (QC) Inspector
at the largest precast plant in Texas overseeing daily operations for projects and all work for TXDOT. Tasks
275
4 of 4
Josh Pickett
including preparing daily and monthly written reports; photo documentation of daily activities;
performing inspections of precast and prestressed concrete components, rebar, and welding inspections;
conducting pre-pour inspections prior to concrete placement and ensuring rebar size, measurements and
clearance covers were in compliance with project plans and specifications; monitoring concrete
placements to ensure quality of mix design, air, temperature, and workability; performing post-pour
inspections of all cast products to ensure no damages, defects, or abnormal cracking and swaps; and
informing TXDOT staff for major issues or problems that occurred onsite.
•Metro Area Interstate Highways 610, 10, and 45 Reconstruction Projects. Josh performed oversight of
the casting of girders, U beams, pilings, deck panels, metal stud crete (MSC) wall systems, and retaining
walls. He inspected rebar in columns, girders, and footings to ensure it was installed with correct size and
length, correct location, installed with no rust and/or pitting, and installed per the approved plans and
specifications. Josh visually inspected the placement of concrete during pours for girders and beams for
each line to ensure compliance with TXDOT specifications. He performed batch plant inspections to
ensure batch was in accordance with TXDOT plans issued for that girder, beam, or MSC wall. Inspected
deck panels and barriers; coping on outside of bridge deck for all overpass structures to ensure rebar
measurements and concrete were installed per specifications and TXDOT requirements.
Various State and Local Roadway Projects, Atlanta, GA
Consultant Construction Inspector II
Prior to joining 4LEAF, Josh worked for a consultant as a Construction Materials Testing and QC Inspector.
Josh performed inspections of roadway work per area standards and ensured that work was performed
per the Georgia Department of Transportation and local requirements. He monitored grading and site-
clearing work prior to vertical construction. He performed testing and sampling of roadway materials
including asphalt, concrete, and soi; oversaw construction site work and conducted on-site field
inspections; maintained detailed records of daily, weekly, and monthly job site activities; maintained
detailed information on changes in work and abnormal conditions observed during construction phases
performed erosion control monitoring on a weekly basis for multiple job sites; routinely met with project
engineers and general contractors to discuss job plans, phases, and work schedules; performed
construction site assessments; performed records searches of sites. Josh also performed inspections for
reinforced steel, structural placements, precast concrete, building pads, and foundations for the Atlanta
Airport Business Park, the Emory Hospital, and several large retail development projects.
United States Army National Guard, Fort Riley, KS
Calvary Scout Team Leader
Josh performed reconnaissance and surveillance at various locations including Afghanistan and Iraq.
276
Chad Martin
Construction Inspector
1 of 3
Experience Summary
Chad has more than 25 years of construction experience. Chad’s
experience in the construction industry began in the trades gaining skills
and knowledge in heavy equipment operations, concrete, asphalt,
electrical, carpentry, HVAC, and plumbing. As a Public Works Inspector,
Chad has inspected a variety of project components including pump
station upgrades; storm drain, sanitary sewer, and potable water pipelines
using open trench methods; asphalt paving; and sidewalk and driveway
concrete work. Chad is also experienced in using the cloud-based
document control system Procore. Chad owned and operated CCM
Plumbing, Inc. for five years and performed all aspects of the business
including client relations, marketing, hiring, and training employees, and
estimating.
Select Project Experience
City of San Mateo North Shoreview Pump Station Upgrades and Flood Improvements Project
Construction Inspector
Chad performed construction inspections for this $30M project that was constructed to allow for more
than 2,000 homeowners in surrounding neighborhoods to apply for a Federal Emergency Management
Agency (FEMA) flood insurance exemption. The project included constructing a temporary detour
segment of the Bay Trail around the project locations and through the North Shoreview neighborhood;
upgrading electrical controls, correcting structural deficiencies, installing backup power generation,
installing new pump station outfalls, and increasing pumping capacities at the Coyote Point and Poplar
Ave. pump stations; raising a 1,300-foot levee segment; and installing a riparian mitigation area along the
permanently-altered streambed. During various phases of work, Chad observed the installation of more
than 200 micropiles, several large temporary cofferdams within the San Francisco Bay, sheet pile shoring,
excavation and compaction of more than several thousand cubic yards of soil, installation of structural
rebar, approximately 1,000 cubic feet of concrete pours, installation of 8-inch ductile iron piping,
installation of 48-inch ductile iron discharge piping, and high voltage PG&E service transformer
installation. Chad had daily interaction with biological and cultural/archeological monitors during various
phases of work.
Mid Peninsula Water District
Old County Road Waterline Improvement Project Phase 1
Construction Inspector
Chad was 4LEAF’s lead inspector for this $4.5M project that consisted of replacing approximately 3,200
linear feet of 4- and 8-inch cast iron (CI) and 20-inch concrete cylinder pipe (CCP) transmission lines with
construction dating back to the 1930s with new 8- and 20-inch polyvinyl chlorinated (PVC) pipe along Old
County Road between Ralston Avenue and F Street, and a separate 450-foot section along Ralston Avenue
between Old County Road and Elmer Street. The project included demolition and abandonment of existing
pipe and installation of new pipe, fittings, valves, fire hydrants, copper domestic service laterals, and
Education
B.S. Construction Management,
May 2020, California State
University, Chico.
Training
10-hr OSHA Construction
HDPE Pipe (up to 8 inch) Welding
Certified, 1998
277
2 of 3
Chad Martin
reconnection of fire services to the new water main. Most of the work was performed at night to
accommodate necessary lane closures for construction.
City of Cupertino
All-Inclusive Playground at Jollyman Park Project
Construction Inspector
Chad was part of 4LEAF’s inspection team for this $3.95M project that was funded through the Santa Clara
County All-Inclusive Playground Grant (AIPG) program. The project replaced and expanded the existing
playground area in the southwest portion of Jollyman Park with a new all-inclusive play area and
supporting facilities. The new park will support recreation and social interaction for people with autism,
sensory challenges, cognitive, developmental, and physical disabilities, and those without special needs.
The project involved demolition of existing playground facilities, installation of a new all-inclusive play
area, associated play elements, picnic areas, fencing, a custom interactive art piece, pathways,
landscaping, restroom, irrigation, and underground utilities. During construction, the City issued a design
change order for installing 40 lineal feet of a new sanitary sewer lateral to connect the new restroom to
the City’s sanitary sewer main along South Stelling Road. that was connected. In addition, the PG&E
primary power conduit was installed using direct bore technique to avoid damaging heritage tree roots.
County of San Mateo Public Works Department
Tunitas Creek Beach Improvements Project
Construction Inspector
Chad was a member of 4LEAF’s inspection team that provided inspections for this $12M project that
transformed the site into the County’s first new public beach and park in more than 50 years. Construction
included clearing and grubbing dense vegetation; performing slope stabilization, drainage system piping,
landslide repairs, and mass / fine earthwork grading in the areas between Highway 1 and the beach
located nearly 100 feet below. The project included building a new 2,000+ lineal foot long pedestrian trail
constructed with 100+ soldier piles, retaining walls, wood decking and steps, metal handrails, lighting, and
a GraniteCrete surface; constructing an amphitheater and reclaimed timber benches; installing a new park
ranger shed and public restrooms; constructing a new vehicle access road from the parking lot to the
beach area; constructing a new off-ramp from Highway 1 and new parking lot equipped with EV charging
stations; installing bioretention areas; and installing new storm drain piping and inlets and new erosion
control systems. The project required a Caltrans encroachment permit and extensive coordination with
Caltrans, PG&E, AT&T, and Comcast.
City of Menlo Park
2023 Street Resurfacing Project
Construction Inspector
Chad performed construction inspections for the City’s 2023 Street Resurfacing Project for twelve (12)
primary locations and four (4) bid alternate locations throughout the City of Menlo Park. The project’s
scope of work included installing new sidewalks, curb and gutters, valley gutters, ADA curb ramps, and
speed humps; and performing grinding, asphalt dig outs, AC overlays with hot mix asphalt, tree root
repairs, utility cover adjustments, and traffic striping.
City of Pacifica
Balboa Way Repair Project
Construction Inspector
Chad was 4LEAF’s Inspector for this $2.2M street and utility repair project on Balboa Way between Anza
Drive and Arguello Blvd. The improvements consisted of restoration of the entire extent of the residential
area of Balboa Way between Anza Drive and Arguello Boulevard as well as private driveways. The project
included the replacement/repair of approximately 27,300 square feet (SF) of roadway asphalt,
278
3 of 3
Chad Martin
replacement of approximately 5,170 SF of sidewalk including curb and gutter, replacement of 10 private
driveways, construction of four ADA curb ramps, replacement of approximately 630 lineal feet (LF) of 8-
inch-diameter high-density polyethylene (HDPE) sanitary sewer pipe (SDR 17) by open trench,
replacement of approximately 155 LF of 24-inch HDPE sanitary sewer pipe (SDR 17) by open trench,
abandonment and relocation of approximately 720 LF of a 6-inch-diameter ductile iron water main line,
replacement of approximately 90 LF of 18-inch reinforced concrete pipe (RCP) storm drain line with 18-
inch HDPE (SDR 17) pipe by open trench, construction of three new sanitary sewer manholes, leak repair
using grout injection and interior coating, pressure testing of seven existing sanitary sewer manholes, and
re-establishing sanitary sewer lateral tie ins. Included installation of fire hydrants, and approximately 20
new water meters. Several water mains were connected using a ‘hot tap’ method and all potable water
lines were disinfected and BAC-T testing conducted by 3rd party prior to use. Included removal and
disposal of transit (asbestos-containing) pipe that was previously used for potable water.
Chad provided full-time inspections of the contractor’s activities to confirm work performed was in
compliance with the plans and specifications, maintained detailed daily inspection reports and photo
documentation, performed daily public outreach to local residents, scheduled special inspections and
materials testing, and assisted 4LEAF’s Construction Manager with verifying quantities of materials for the
contractor’s monthly pay applications.
City of Los Altos Fremont Ave. Street Rehabilitation Project
Construction Inspector
Chad was 4LEAF’s Construction Inspector for the construction phase of the City’s Fremont Ave. Street
Rehabilitation Project. The project included repairing the Fremont Ave. roadway surface between Grant
Road and Stevens Creek Bridge. Work included traffic control; removal of existing vegetation in medians
and roadway shoulders, griding and removal of the upper 1 ½ inches of asphaltic concrete and replacing
with cold-in-place (CIR) asphalt; removing and resetting utility covers to match final grade; placing
shoulder backing along edge of pavement; replacing traffic inductor loops; miscellaneous repairs to
driveway entrances and installing traffic striping.
City of Pacifica Serra Drive Storm Drain Outfall Repair Project
Construction Inspector
Chad was 4LEAF’s inspector who performed construction inspections and biological survey construction
monitoring for this project including the demolition and removal of the existing concrete spillway,
headwall, and HDPE storm drainpipe; construction of a coffer dam to divert flows around the construction
site; slope grading; construction of seven new reinforced concrete piers, concrete spillway, headwall, and
wing walls; installation of new rip rap and new partially grouted rip rap energy dissipator; and site
restoration. The project was completed along San Pedro Creek which is a perennial stream that flows
through Pacifica. The project was constructed in conformance with U.S. Fish & Wildlife Streambed
Alteration Agreement requirements. Existing fish or wildlife resources identified as potentially being
adversely impacted included the California red-legged frog, the San Francisco dusky-footed woodrat,
Steelhead – Central CA Coast DPS, the Western red bat, and nesting birds.
279
Clayton Jones
Public Works Inspector
1 of 3
Experience Summary
Clayton has more than 20 years of experience in the construction
industry performing construction inspections, quality control
inspections, hydrographic surveying, and special inspections / materials
testing on a variety of heavy civil engineering projects throughout
California. His experience includes inspecting underground utilities
(sanitary sewer pipelines, meters, storm drain lines, natural gas, potable
and reclaimed water lines, and electrical conduits); above-ground
electrical lines; grading, soil, and earthwork; highways, housing
subdivisions, and waterside projects. Clayton has exceptional written
and verbal communication skills and is a dedicated individual driven to
deliver quality inspections.
Select Project Experience
City of Redwood City Engineering and Transportation Department
Cambridge and Emerald Hills Watermain Replacement Project
Construction Inspector
Clayton was 4LEAF’s Construction Inspector for this $3.8M project that included installing 6,787 lineal feet
of new 8-inch C900 water main piping and 980 lineal feet of new 12-inch C900 water main piping using
open trench methods in various residential neighborhoods. The Project also included installing all valves,
couplings, air release valves, blow off assemblies, tapping sleeves, corrosion protection, restraints, tie-ins
to existing water mains, new fire hydrant assemblies to existing and new water mains, abandoning existing
water services, trench backfill and compaction, pavement restoration and slurry seal where required in
San Mateo County right-of-way.
City of Cupertino Public Works Department
De Anza Blvd and McClellan Road Intersection Improvements Project
Construction Inspector
Clayton was 4LEAF’s Construction Inspector for this $1.4M project that consisted of civil and traffic signal
improvements including site demolition and potholing for existing utilities, installation of a bike lane
median and ADA-compliant sidewalks and ramps, relocation of underground utilities (storm drain and
electrical), horizontal directional drilling and pulling conduit for new electrical conduit, construction of a
traffic signal controller and cabinet, construction of new traffic and light poles, and performing AC paving
and traffic striping. All work was performed within the existing City right of way. The project was
constructed in high vehicle and pedestrian traffic areas and adjacent to numerous active businesses and
required continuous public outreach during construction.
City of Menlo Park
Chrysler Stormwater Pump Sation Improvements Project
Construction Inspector
Clayton is a member of 4LEAF’s inspection team for this $10.5 M project that includes constructing a new
stormwater pumping facility including an underground wet well, a pump and motor room, electrical
Experience
20+ years
Certifications and Training
Nuclear Gauge Operation and
Radiation Safety
Concrete Certification
SWPPP, QSP
MUNI Safety Training
Construction Management, ACOE
FEMA Disaster Inspector Training
280
2 of 3
Clayton Jones
control room, engine/generator room, pumping equipment, electrical equipment and controls, automatic
standby diesel engine generator with integral fuel tank, on-site storm drain improvements, water and fire
protection services, site grading, demolition of old pump station and driveway and pavement
improvements. The project requires extensive coordination with PG&E for the relocation of electrical
switchgear and a transformer. The Chrysler Pump Station is located immediately adjacent to META’s main
campus which requires special considerations to minimize impacts to the adjacent buildings and
inhabitants. The project is partially funded through a $5M grant from the Federal Emergency
Management Agency (FEMA) through the Cal Office of Emergency Services (OES) and requires compliance
with federal grant requirements.
Green Valley Consulting Engineers
Construction Inspector
Prior to joining 4LEAF, Clayton performed civil infrastructure inspections on behalf of Green Valley
Consulting on the following projects.
• Various City of Rohnert Park Projects. Clayton performed inspections for the new 1,200-home Vast Oaks
Development project and the Rohnert Park Expressway Widening and Improvements project that
included construction of new underground utilities (potable water, sanitary sewer, and storm drain
piping and manholes/inlets), curb and gutter, sidewalks, roadway construction (lime treatment of site
soils, subgrade, and AC paving), and street light installation.
• Sonoma County Infrastructure Inspections. Clayton performed inspections for the Full-Depth
Reclamation (FDR) and AC Overlay project that included AC paving, FDR, ditch maintenance, and striping
for Neeley Road, Kennedy Road, Washinton School Road, Joy Road, East Todd Road, Wilson Lane,
Lohrman Lane, and Cherry Ave.
• County of Marin County Instructure Road Seal Project. Clayton performed inspections for the road slurry
seal and striping work on Sir Francis Drake Road, Pt. Reyes-Petaluma Road, Tomales Road, and Lucas
Road.
• City of American Canyon Housing Development Inspections. Clayton performed inspections of all
underground utility installations and pressure and vacuum testing for potable water and sanitary sewer
piping. He also performed inspections for curb and gutter, sidewalks, and driveway aprons, as well as
the Newell Road AC paving and restoration project. Clayton also served as an inspector for several PG&E
projects, AT&T projects, warehouse, and school projects constructed in the City of American Canyon.
• Tiburon Rule 20B Underground Project. Clayton was the Quality Assurance inspector for Tiburon
performing inspections during trench excavation, PG&E conduit installation, and trench restoration and
for construction of new sidewalks and AC paving.
• Various City of Santa Rosa Projects. Clayton performed inspections for numerous City utility projects
including PG&E, AT&T, Verizon, CableCom, and Turn Around Communications for the cellular small cells
being placed. He inspected the horizontal borings and street curb and gutter restoration. Clayton also
was the resident inspector for the Village Station Bay Village Wildflower residential subdivisions, the
Stony Point Road Underground Utility Project, and various other City civil infrastructure projects.
Construction Inspector – Various Construction Projects
• Bay Area Rapid Transit (BART), Warm Springs Station Fremont, CA. As a contract inspector for the Allen
Group, Clayton performed inspections for all retaining walls and sound walls that included reinforcing
281
3 of 3
Clayton Jones
steel, concrete, and block wall construction. He also inspected the placement of aggregates, ballast, and
tire-derived aggregate (TDA) materials along the track alignment. He also performed inspections for
new roads, parking areas, sidewalks, curbs and gutters, streetlights, underground vaults, irrigation
systems, and environmental features.
• Highway 29 Improvement Project, St. Helena, CA. Clayton performed inspections for new utility
trenching and installation of utilities on the highway and private land belonging to wineries, businesses,
and residential homes. He also performed soils compaction testing of placed materials using a nuclear
gauge and performed observation/documentation of pressure testing for natural gas laterals.
• Hamilton Army Airfield Wetland Restoration Project & Levee Raising Project, Novato, CA. Clayton was
the resident inspector for the levee & wetland project, performing soil classification using ASTM
standards, soils compaction testing using a nuclear gauge and sand cones for levees, ponds, and
separation berms.
• Army Corps of Engineers Levee Projects. Clayton was the ASTM soils inspector for the Natomas Levee
Improvement Project, Feather River Levee Project, Natomas Cross Canal South Levee Phase 2 Project,
and the Garden Highway Levee Project. During this project, he performed soil logging and classifications,
collected soil samples, and visually observed the material for clay or silt and sand content before mixing
the bentonite backfill.
• Army Corps of Engineers Dredging QA Projects. Clayton was contracted through Pacific Northwest
Inspection Services to perform quality assurance inspections for the Army Corps of Engineers for Bay
Area waterway dredging projects.
282
Panfilo Armas
Construction Representative
1 of 2
Experience Summary
Panfilo is a highly motivated professional with a Bachelor of Science
degree in Civil Engineering and a Master of Science degree in
Structural / Earthquake Engineering. In his past of role leading
inspections for the City of South San Francisco's Engineering Division,
he consistently demonstrated exceptional organizational and
planning skills, ensuring the timely and accurate execution of
responsibilities within the City's Public Right-of-Way. He was
recognized for his strong abilities in public speaking, presentation,
and negotiation, and his reputation for innovative problem-solving
and leadership development. Panfilo has effective communication
and interpersonal skills, enabling him to establish and nurture
productive working relationships while effectively managing
inspection teams. He is also bilingual in Spanish and English.
Select Project Experience
City of Menlo Park
Chrysler Stormwater Pump Sation Improvements Project
Construction Inspector
Panfilo was a member of 4LEAF’s inspection team for this $10.5 M project that included constructing a
new stormwater pumping facility including an underground wet well, a pump and motor room, an
electrical control room, an engine/generator room, pumping equipment, electrical equipment and
controls, automatic standby diesel engine generator with integral fuel tank, on-site storm drain
improvements, water and fire protection services, site grading, demolition of old pump station and
driveway and pavement improvements. The project required extensive coordination with PG&E for the
relocation of electrical switchgear and a transformer. The Chrysler Pump Station is located immediately
adjacent to META’s main campus which requires special considerations to minimize impacts to the
adjacent buildings and inhabitants. The project was partially funded through a $5M grant from the Federal
Emergency Management Agency (FEMA) through the Cal Office of Emergency Services (OES) and requires
compliance with federal grant requirements.
Panfilo assisted 4LEAF’s Construction Manager with Contract Administration tasks and also provided daily
inspections and documenting job-related activities, monitoring the contractor’s compliance with
requirements for off-site disposal of contaminated soil and groundwater, and monitoring and
documenting the contractor’s work for compliance with contract plans and specifications.
Experience
7 years
Education
B.S. Civil Engineering, San Francisco State
University
M.S., Structural / Earthquake Engineering,
San Francisco State University
Technical Skills
AutoCAD MATLAB
Adobe BlueBeam
Sketchup Ultimaker
Cura Fusion 360
Windows/Mac Microsoft 360
Google Drive Central Square
ETrakit
283
2 of 2
Panfilo Armas
City of South San Francisco
Public Works Inspector/Plan Reviewer
Prior to joining 4LEAF, Panfilo worked as the lead consultant public works inspector for the City. As the
lead inspector, his duties included scheduling inspections, utilizing the City’s Central Square System for
tracking daily and upcoming work, and monitoring and inspecting all work performed within the City’s right-
of-way. Projects included underground and street utility work, asphalt and concrete restoration, and
implementing traffic control per the approved traffic control plans. Panfilo was also responsible for
communicating with contractors for upcoming work, scheduling, and holding pre-construction meetings
to ensure that work was performed in compliance with City standards and specifications. He was
responsible for ensuring that contractors made inspection requests for work performed in the City’s right-
of-way for all above ground and underground utilities, and trench restoration work were performed in
accordance with the City’s standards.
City of South San Francisco
Plan Reviewer
During Panfilo’s time with the City of South San Francisco, he performed building and civil plan reviews
for large developments, tenant improvements, single-family housing, and street utility-line
improvements. Panfilo prepared comment review letters for applicants, worked with various Bay area
municipalities for conditions of approval for new development projects, and created standards for
improving existing City infrastructure.
Engineering Research, ASPIRES Research at SFSU
Intern
While attending San Francisco State University, Panfilo worked as intern research that consisted of using
Smart wearable devices to collect data during seismic activity for post-analysis. He ran a MATLAB program
with wireless sensors to create an algorithm/code that would help synchronize multiple sensors on
devices. He gave weekly presentations on work progress and how he overcame challenges. Published
Research Paper: https://peer.asee.org/29215.
American Roofing Company
Supervisor
Before joining 4LEAF, Panfilo supervised job sites by directing workers so that they accurately and
efficiently executed their tasks. He created solid relationships with clients to ensure that they had their
questions and concerns addressed, and he organized and filed building permits, payroll, prepared
invoices, and managed the company’s business bank accounts.
284
Cindy Mendes
Construction Representative
1 of 3
Experience Summary
Cindy has a Bachelor of Science degree in Engineering Management
(Civil Engineering Specialization) and has more than nine years of
inspection experience as a civil infrastructure / public works
inspector. Cindy’s background includes seven years in phase three
horizontal construction as the owner’s representative for water and
sewer main rehabilitation on capital projects, ADA QC and QA
compliance, including street repairs in the Public and Caltrans rights
of way. She has extensive field experience inspector structural
elements like rebar, traffic pole and RRFB (Rectangular Rapid
Flashing Beacon) foundations with a strong emphasis on quality assurance and quality control. She holds
a Chicago DOT Bridge inspection permit valid until December 2025. She has overseen all facets of roadway
restoration including concrete, asphalt pavement / resurfacing, materials testing, trench maintenance
and restoration, traffic control, yield calculation, and photo documentation. Additionally, Cindy’s
background includes two years with a transportation and structural engineering firm on Illinois DOT
projects where she inspected traffic control cabinets, performed site engineering, inspected state
tollways, and nurtured productive working relationships while effectively managing inspection teams.
Cindy is also bilingual in Spanish and English.
Select Project Experience
City of Alameda, CA
Construction Inspector
Prior to joining 4LEAF, Cindy was a Construction Inspector on numerous City Capital Improvement
Program (CIP) projects including sewer main rehabilitation, Highway Safety Improvement Program
(HSIP), RRFB installation, paving, and ADA ramps. Cindy also performed drafting for the City’s standard
specifications and updated sanitary sewer as-builts in AutoCAD 2025 and Bluebeam. She supervised
the City’s Caltrans Grand Street OBAG 2 Rehabilitation Federal Aid Project.
Caltrans Grand Steet OBAG 2 Rehabilitation Federal Aid Project No. STPL-5014(048) | Alameda, CA
Cindy was responsible for enforcing SWPPP procedures, overseeing traffic control, and ensuring
pedestrian safety throughout the two-phase project. She attended the preconstruction meeting,
participated in field meetings to resolve conflicts, and coordinated agreement on quantities with
the contractor and their subcontractors. During Phase I, Cindy participated in preconstruction
meeting, documented in compliance with Caltrans requirements, and coordinated with the
resident engineer and local agencies regarding adjacent projects. She supervised the installation
of RRFB foundations, performed field inspections, and documented construction activities using
the appropriate LAPM forms. This federal project is estimated at $1.2 million from federal grant
funds.
Experience
9 years
Education
B.S., Engineering Management, Civil
Engineering Specialization, Illinois
Institute of Technology.
Certifications
OSHA 10-hr Outreach Training Program
– Construction Trainer.
285
2 of 3
Cindy Mendes
Mecartney Road RRFB Project | Alameda, CA
Cindy was responsible for ensuring contractor compliance with SWPPP/BMP practices and
documenting discrepancies, traffic control, and pedestrian safety throughout the Mecartney Road
Rectangular Rapid Flashing Beacon (RRFB) Project. This project involved the installation of RRFBs
to improve pedestrian safety. She addressed concerns from residents, documented field conflicts,
such as cave-ins during RRFB foundation excavation, and participated in on-site meetings to resolve
these issues. Cindy worked closely with the contractor and subcontractors to verify quantities and
ensure that the work met project specifications, provided quality upgrades with existing pedestrian
safety issues, while maintaining thorough construction records.
HSIP Grand Street Pedestrian Safety Improvements | Alameda, CA
Cindy worked closely with the contractor to ensure the successful installation of four compliant
ADA corners at the intersection of Santa Clara and Grand Ave. under a state grant program, and
installation of traffic pole foundations. This included ADA checks of each corner installed, truncated
dome tiles and punch list items. The project included four major intersections to provide upgrades
to existing pedestrian infrastructure such as truncated dome tile installation, new signage, traffic
light reflective tape upgrades and PPB installations. She was responsible for conducting a final
inspection of punch list items to the project manager, documentation of construction progress,
and collecting material receipts.
Collins Engineers, Inc., Chicago, IL
Construction Engineer Inspector
Prior to joining 4LEAF, Cindy was a consulting Construction Engineer / Inspector performing traffic
cabinet inspections for 200+ traffic camera installations per Chicago Department of Transportation
(DOT) requirements. She also performed site engineering and supervision for 110 speed feedback sign
installations for Chicago DOT projects; supervised emergency tollway generator refuels, and bridge
and viaduct repairs across multiple job order contracts (JOC). Cindy received Illinois DOT (IDOT) QA PCC
Level 1 concrete materials testing training.
Chicago DOT Emergency Bridge and Viaduct Repairs (JOC) | Chicago, IL
The Chicago DOT Emergency Bridge and Viaduct Repairs project focused on urgent repairs to the
100th Street Bridge and adjacent viaducts, with a specific emphasis on maintaining the operation
of the bascule bridge over the Chicago River. Under a budget of estimated budget of this $200,000
Job Order Contract (JOC), Cindy ensured compliance with construction plans and safety protocols
throughout the repair process in coordination with her team, and resident engineer. Her
responsibilities included inspecting the structural elements, such as joints, scaffolding, supports,
and the bascule mechanism, supervised the sidewalk installation to specification, and overseeing
daily field inspections to ensure work met design specifications in a timely manner. Cindy also
monitored the operation of the bascule bridge during repairs, minimizing disruptions to traffic. She
documented and reported field activities, addressed contractor inquiries, and worked with the
project manager to resolve scheduling conflicts, ensuring the project adhered to tight timelines
and safety standards of this smaller budget repairs project.
Chicago DOT Emergency Bridge and Viaduct Repairs (JOC) | Chicago, IL
The Chicago DOT Emergency Bridge and Viaduct Repairs project focused on urgent repairs to the
100th Street Bridge and adjacent viaducts, with a specific emphasis on maintaining the operation
of the bascule bridge over the Chicago River. Under a budget of estimated budget of this $200,000
Job Order Contract (JOC), Cindy ensured compliance with construction plans and safety protocols
throughout the repair process in coordination with her team, and resident engineer. Her
286
3 of 3
Cindy Mendes
responsibilities included inspecting the structural elements, such as joints, scaffolding, supports,
and the bascule mechanism, supervised the sidewalk installation to specification, and overseeing
daily field inspections to ensure work met design specifications in a timely manner. Cindy also
monitored the operation of the bascule bridge during repairs, minimizing disruptions to traffic. She
documented and reported field activities, addressed contractor inquiries, and worked with the
project manager to resolve scheduling conflicts, ensuring the project adhered to tight timelines
and safety standards of this smaller budget repairs project.
Rubinos and Mesia Engineers, Inc., Chicago, IL
Restoration Inspector
Prior to joining 4LEAF, Cindy was a Restoration Inspector on numerous CIP projects which included:
• Performed inspections and preparing compliance reports for 3,000+ ADA ramps
confirming compliance with IDOT standard.
• Prepared closeout documentation for two Chicago Department of Water Management (DWM)
multimillion contracts with one-million-dollar residuals each.
• Measured and supervised incentivized small repairs for street leaks, and to address
aldermanic complaints in the roadway.
• Calculated yields and approved quantities on site with the contractor along with
photographic documentation of daily progress on multiple projects.
• Compiled contractor’s invoiced work orders including materials testing results, photo
documentation, quantities line items with yields, and concrete and asphalt materials testing
reports from CDOT’s construction management quality assurance database for submission to
the project’s Resident Engineer.
287
Robert Romero Jr.
Public Works Inspector
1 of 1
Experience Summary
Robert has more than 24 years of experience as a Construction Inspector. His experience includes
maintaining excellent working relationships with co-workers and providing outstanding customer service
to the public. He has inspected a variety of Capital Improvement Program (CIP) projects including flood
control facilities including levees, roadways including various AC paving techniques, sidewalks, curb and
gutters, and storm drain systems. He has extensive experience performing as a liaison between the public,
general contractors, engineers, and supervisors. Robert ensured questions were addressed, disputes were
settled, traffic control and storm water best management practices (BMPs) were installed and maintained,
and project plans and specifications were met.
Select Professional Experience
Alameda County Public Works
Public Works Inspector III, Construction
Prior to joining 4LEAF, Robert was a Public Works Inspector III with the Alameda County Public Works
Department. Robert inspected various Capital Improvement Program (CIP) construction projects and
ensured the contractor’s conformance with the plans and specifications. Projects inspected included
repairs to flood control facilities, roadways, sidewalks, curb and gutters, and storm drain systems. Robert
confirmed the project plans and specifications were followed by the contractor for construction methods,
equipment, standards, workmanship, quantity, and quality of materials involved in the job. He collected
samples of aggregates and other construction materials and requested field testing of materials as
required. Robert was responsible for evaluating and negotiating contract change orders and monitoring
the contractor’s progress versus their project schedules. Robert monitored and documented project
progress using digital photos, preparing daily field reports, maintaining as-built notes for each project,
and recorded materials placed. He reviewed the contractor’s progress payments for work completed and
provided comments to the contractors for revisions or made recommendations to County staff for
payments. Robert performed site walks for substantial and final completion and monitor the contractor’s
work site safety, installation of BMP’s, and traffic control. He investigated and researched concerns from
the public and other agencies regarding issues arising during construction.
288
CITY OF DUBLIN, CALIFORNIA
Construction Management and
Inspection Services
July 25, 2025
289
Table of Contents
Cover Letter 1
Qualifications and Experience 2
References 4
Key Staff Members 5
Approach to Completing the Project 7
Fee Schedule 8
Exceptions to the Agreement 10
Appendix of Resumes i
290
Construction Management and Inspection Services | City of Dublin | July 2025 | 1
344 Thomas L. Berkley Way, Suite #302C
Oakland, California 94612 | 415.543.6515
July 25, 2025
City of Dublin, Public Works Department
Attention: Julius Pickney, Management Analyst II
100 Civic Plaza
Dublin, California 94568
by email to: julius.pickney@dublin.ca.gov
RE: Statement of Qualifications to provide Construction Management and Inspection Services
Dear Julius and Selection Committee Members,
Consor PMCM, Inc. (Consor) is pleased to submit our qualifications to provide construction management and
inspection services, including necessary materials and testing services, for capital improvements projects, developments
and permits, to the City of Dublin. We are well qualified and highly motivated to provide construction management
and inspection services to the City for various public works capital improvement, developments and encroachment
permit projects. Consor has performed project management, construction management and inspection services for
numerous public works agencies including the City of Dublin and has the personnel with the experience and expertise
to successfully complete upcoming projects for the City.
As of February 10, 2025, Park Engineering, Inc. was acquired by Consor PMCM, Inc., a California Corporation and is now
a wholly owned subsidiary of Consor PMCM, Inc. Consor is a North American infrastructure consulting firm, providing
planning and design, structural assessment, and construction management. As part of Consor, the Park Engineering
team with whom the City has worked through the years is now supported by a nationwide resource of over 1,800
professionals to support critical infrastructure projects and the communities we live in and serve.
As Principal-in-Charge and Project Manager, I will be the main contact with the City for technical and contractual issues,
and I will be responsible for providing the City with the appropriate Consor resources for completing City projects.
Having managed numerous on-call construction management and inspection services contracts for public agencies, I
understand the types of projects that the City has planned, and the personnel required to successfully complete those
projects. Depending on the timing and needs of the project, I will tailor the project team to meet the project demands.
We have the expertise to meet the challenges of anticipated projects and will ensure that the work is successfully
completed in accordance with all local, state and federal requirements.
All Consor staff have extensive experience in construction management and inspection for public works projects. Our
Construction Managers include Steve Patterson, PE, with over 34 years of experience, Tricia Baxter, PE, with over 26
years of experience, Nelson Gonzales, with over 34 years of experience, and myself, with over 33 years of experience
managing building, roadway, bridge, water and sewer, flood control, landscape and streetscape, utility, park, signal
and lighting, and other public works construction projects for local, regional and State agencies who can be available
to assist the City. Our construction inspection personnel all have extensive experience in public works construction
projects and have worked independently as well as a part of a team to complete projects for many local agencies.
We acknowledge receipt of the RFQ issued on July 2, 2025 and an Addendum to RFQ issued on July 18, 2025. Should
you have any questions or need additional information, please do not hesitate to contact me at 925.818.3756 or by
email to jaemin.park@consorpmcm.com.
Sincerely,
Consor PMCM, Inc.
Jaemin Park, PE, Contract Manager Ian Machan, PE, Executive Vice President
925.818.3756 | jaemin.park@consorpmcm.com 925.818.3756 | ian.machan@consoreng.com
291
Who is Consor?
Consor PMCM, Inc. is a wholly owned subsidiary of Consor North America,
Inc. with deep roots in the San Francisco Bay Area. Our firm was established
as Cooper Pugeda Management, Inc. in San Francisco in 1993 and in 2022,
we joined Consor North America, bringing together the collective strength
of 1,800 professionals to support critical infrastructure projects and the
communities we live in and serve. Local Bay Area firm Park Engineering,
Inc. was acquired by Consor PMCM in February 2025 and adds their highly
qualified team of local construction management team members to our
regional strength.
As a firm, we have served municipalities and other public agencies
throughout California. We maintain offices in Oakland, Walnut Creek,
San Francisco, Santa Clara, and Rancho Cordova. We offer program and
construction management, construction inspection, scheduling, cost
estimating, claims analysis, office engineering, and project controls to
public agencies large and small. Our local staff of over 100 construction
management professionals deliver projects focused on transportation and
transit, water and wastewater infrastructure, aviation, shoreline resiliency,
and buildings.
Consor combines its thorough experience in bridge, public utilities, aviation,
highway, local roads, transit, building, and utility district projects, with
the hands-on involvement and commitment of our principals. We have
provided construction management services on bridge, highway, transit,
and aviation projects for the Bay Area Infrastructure Financing Authority,
Caltrans, Caltrain, BART, VTA, the City and County of San Francisco (Municipal
Transportation Agency, Public Works, Public Utilities Commission, and SFO),
Contra Costa County Public Works, and the County of Santa Clara among
others working with a variety of federal, state, and local funding sources.
Qualifications and Experience
Founded in 1966, BSK Associates has been in business for 59 years and is a 100 percent
employee-owned California S-corporation that provides construction observation/materials
testing/special inspection, consulting engineering, and analytical laboratory services. BSK
currently employs a staff of approximately 210 with offices and laboratories throughout
California and Washington. Services for this contract will be delivered by their Livermore location.
BSK’s construction services group provides quality assurance/quality control observation, monitoring, and testing of
construction materials. They are knowledgeable of construction materials including aggregates, asphalt, reinforced
concrete, structural steel, concrete, masonry, fireproofing, and are familiar with the associated construction processes
and methods.
BSK’s laboratories and technical staff are certified by a number of agencies including American Concrete Institute (ACI),
American Welding Society (AWS), CA Division of the State Architect (DSA/LEA), Office of Statewide Health Planning &
Development (OSHPD), CA Department of Transportation (Caltrans), International Code Council (ICC), U.S. Army Corps
of Engineers (USACE), American Society for Non-Destructive Testing (ASNT), U.S. Bureau of Reclamation, and AASHTO
Materials Reference Laboratory (AMRL).
Our Subconsultant
To enhance our in-house capabilities, we have added a specialty partner to our team to effectively address the special
inspections and materials testing services required under this contract. We consistently work with firms that we know
will provide a quality product in a timely manner and at an equitable price.
70
1,800
COMPANY-WIDE
EMPLOYEES
175 CALIFORNIA
PRESENCE
A North American water and
transportation infrastructure
firm focused on going above,
below, and beyond the
surface to move people and
communities forward.
Y E A R S I N
B U S I N E S S
32
Locations
1993
FOUN
D
E
D
Construction Management and Inspection Services | City of Dublin | July 2025 | 2
292
Consor is comprised of seasoned veterans who have worked with numerous local agencies throughout the San
Francisco Bay Area for over 30 years. Our experience includes public works infrastructure and transportation, as
well as capital improvement and building projects. Our firm currently holds on-call contracts with cities and counties
throughout the Bay Area, so we understand not only the nature of the work, but also that our services will be required
as-needed. We know how to staff such assignments so that the agency receives the best personnel for the project in
the most efficient manner. We present seven of our most recent similar projects along with agency references who can
speak to our strong commitment to partnership and exceptional project delivery.
Similar Project Experience
Construction Management and Inspection Services
CITY OF DUBLIN, CALIFORNIA
CONTACT: Laurie Sucgang, PE, Assistant Public Works Director/City Engineer | City of Dublin
925.833.6630 | laurie.sucgang@dublin.ca.gov ● DURATION: 2022 - ongoing ● STAFF:
Jaemin Park, Tricia Baxter, Rhea Bernardo, Dante Morabe, August Silva, Rolando Calvo
BRIEF DESCRIPTION: Consor provides construction management and inspection services for
various improvement projects that include:
• Dublin Citywide Energy Upgrades Project ($25M)
• Dublin Boulevard Pavement Rehabilitation Project ($3.5M)
On-Call and Project Specific Project Management, Construction Management, and Inspection Services
CITY OF CONCORD, CALIFORNIA
CONTACT: Bernard Enrile, PE, Manager, CIP (formerly) | City of Concord | 925.671.3031 |
bernard.enrile@cityofconcord.org ● DURATION: 2015 – ongoing ● STAFF: Jaemin Park,
Steve Patterson, Brian Fleck, Chris Kinser, Andy Bodo, James Beauchamp, Danielle White, Kevin
Dickens, August Silva
BRIEF DESCRIPTION: Consor has provided construction management and inspection
services for City public works projects, including street rehabilitation, bicycle lanes, pedestrian
improvements, bridges and roadway improvements. Projects include:
• Willow Pass Road Signal Upgrade Project ($2.2M)
• Denkinger Road Pavement Rehabilitation ($1.2M)
• Monument Blvd Class 1 Path Project ($4M)
• Clayton Road Traffic Operations Improvements ($450k)
• Bailey Road Crossing Enhancements
On-Call and Project Specific CM and Inspection Services
CONTRA COSTA COUNTY PUBLIC WORKS
CONTACT: Jenna Caldwell, Senior Civil Engineer | Design and Construction, Contra Costa
County | 925.313.2020 | jenna.caldwell@pw.cccounty.us ● DURATION: 2014 - ongoing ●
STAFF: Jaemin Park, Steve Patterson, Chris Kinser, James Beauchamp, Danielle White, Andy
Bodo, Pablo Galindo
BRIEF DESCRIPTION: Consor staff worked on several federally-funded public works as well as
privately funded developer projects, such as new subdivision construction and the expansion
of local roadways and arterial improvements. Sample projects include:
• Kirker Pass Road Northbound Truck Climbing Lane Project ($15M)
• San Pablo and Wildcat Creeks Levee Remediation ($2M)
• 2023 Countywide Surface Treatment; 0672-6U2112 ($8M)
Construction Management and Inspection Services | City of Dublin | July 2025 | 3
293
Project Specific and On-Call CM and Inspection Services
CITY OF PLEASANT HILL, CALIFORNIA
CONTACT: Ann James, PE, Public Works Director | City of Pleasant Hill 925.671.4646 | ajames@
pleasanthillca.org ● DURATION: 2013 - ongoing ● STAFF: Jaemin Park, Tricia Baxter, Dante Morabe,
Danielle White, Chris Kinser
BRIEF DESCRIPTION: Consor provided CM and inspection services to the City for project-specific,
federally funded, and CCTA-funded projects, as well as on-call inspection and project management services.
• On-call inspection services for paving projects, street resurfacing, and watermain repairs
• Contra Costa Blvd Improvement Project ($4.7M)
• Golf Club Road Bridge Replacement Project ($4.5M)
On-Call CM and Inspection Services and Project Specific CM Services
CITY OF FREMONT, CALIFORNIA
CONTACT: Eric Hu, PE, Principal Transportation Engineer | City of Fremont | 510.494.4542 | ehu@
fremont.gov ● DURATION: 2016 - ongoing ● STAFF: Jaemin Park, Andy Bodo, Chris Kinser
BRIEF DESCRIPTION: Consor provided on-call construction inspection services for various improvement
projects that include:
• Fremont Blvd. Safe and Smart Corridor
• BART Way and Gateway Plaza Multi-Modal Improvements
• Fremont Blvd Widening Project, Phase II
Reference Name
and Title Agency Contact Details
Dates of
Service Brief Description of the Contract
Ann James, PE
Public Works
Director
City of Pleasant
Hill, California
p: 925.671.4646
e: ajames@
pleasanthillca.org
2013 -
ongoing
Consor staff provide CM and inspection
services to the City for project specific
federally and locally funded projects
as well as on-call inspection and PM
services
Eric Hu, PE
Principal
Transportation
Engineer
City of Fremont,
California
p: 510.494.4542
e: ehu@fremont.
gov
2016 -
ongoing
Consor staff deliver on-call CM and
inspection services and project-specific
CM services to the City of Fremont.
Marilou Auypan, PE
Public Works
Director
City of Union City,
California
p: 510.675.5306
e: MarilouA@
unioncity.org
2014 -
ongoing
Consor staff provide CM and inspection
services for specific local and grant
funded projects as well as provide on-
call inspection and CM
References
On-Call PM, CM, and Inspection Services
CITY OF SAN PABLO, CALIFORNIA
CONTACT: Allan Panganiban, PE | City of San Pablo | 510.215.3062 | allanp@sanpablo.gov ●
DURATION: 2017 - ongoing ● STAFF: Jaemin Park, Steve Patterson, Tricia Baxter, Pat Giles, Danielle
White, Chris Kinser, Kevin Dickens
BRIEF DESCRIPTION: Consor provides CM and inspection services. Work includes inspection services
for drainage, roadway, utility, or permit improvements. Consor team members also supplement the City’s inspection
personnel to verify contract compliance and document ongoing infrastructure projects. Projects including:
• Sutter Ave Urban Greening, Phase 1 ($3.6M)
• Wildcat Creek Restoration and Greenway Trail Project ($3.8M)
• San Pablo Ave Complete Streets Project ($6M)
• Plaza San Pablo Phase 3 & 4 Project ($1M)
Construction Management and Inspection Services | City of Dublin | July 2025 | 4
294
JAEMIN PARK, PE | Principal-in-Charge/Project Manager/Construction Manager
Experience: 33 years | Joined Firm: 2013 | Professional Engineer: CA #54476
Education: BS, Civil Engineering, California Polytechnic University, Pomona | Availability: 20–100% | Current
Assignments: City of Dublin, City of Fremont
S U M M A R Y O F Q U A L I F I C AT I O N S : Jaemin has 33 years of experience providing project management,
construction management, construction administration, and design of highway, bridge, building, and public works
infrastructure projects throughout California. He has provided claims analysis, mitigation and resolution support to
state, regional and local agencies. Jaemin is an expert in federally-funded projects.
S I M I L A R P R O J E C T E X P E R I E N C E :
>ON-CALL CM AND INSPECTION SERVICES; City of Dublin; Project Manager/Resident Engineer
>ON-CALL CM AND INSPECTION SERVICES AND PROJECT-SPECIFIC CM SERVICES; City of Fremont; PM/RE
>PROJECT SPECIFIC AND ON-CALL CM AND INSPECTION SERVICES; City of Pleasant Hill; PM/RE
>ON-CALL PM, CM, AND INSPECTION SERVICES; City of San Pablo; PM/RE
STEVE PATTERSON, PE | Construction Manager
Experience: 33 years | Joined Firm: 2014 | Professional Engineer: CA #54481
Education: BS, Civil Engineering, Michigan State University, East Lansing | Availability: 50% | Current Assignments:
City of Berkeley, Marin County
S U M M A R Y O F Q U A L I F I C AT I O N S : Steve has over 30 years of experience providing project management,
construction management, construction administration, and design of buildings, facilities, highway, bridge, and other
public works infrastructure projects throughout California. He has worked with state, regional, and local agencies in
the capacity of project principal, project manager, resident engineer, structures representative, construction inspector,
project engineer, and design engineer. He has contributed to numerous constructability/bid-ability reviews and value
engineering studies to support state, regional, and local agencies.
S I M I L A R P R O J E C T E X P E R I E N C E :
>ON-CALL PM, CM AND INSPECTION SERVICES; City of Berkeley; PM/RE
>ON-CALL AND PROJECT SPECIFIC PM, CM, AND INSPECTION SERVICES; City of Concord; PM/RE
>PROJECT-SPECIFIC CONSTRUCTION SERVICES AND ON-CALL CM, INSPECTION, AND PM SERVICES; City of
Orinda; PM/RE
Key Staff Members
In the pages to follow, we highlight the qualifications of our proposed key team members who are expected to perform
work on this contract. All of the proposed Consor Key Staff are available within the contract time frame to be assigned
to your projects. Resumes of the full project team are included in the Appendix.
TRICIA BAXTER, PE | Project Manager/Resident Engineer
Experience: 27 years | Joined Firm: 2022 | Professional Engineer: CA #64185
Education: MBA, Management Sciences Option, California State University, East Bay; BS, Civil Engineering, California
State University, Chico | Availability: 50–100% | Current Assignments: Contra Costa County, City of Millbrae
S U M M A R Y O F Q U A L I F I C AT I O N S : Tricia has more than 27 years of experience in project and construction
management, design, and contract oversight and development in the transportation engineering field. Tricia is very
familiar with the Caltrans Local Assistance Procedures Manual (LAPM) and brings experience managing federally-
funded roadway improvement projects. Successful past projects have included highly visible and politically sensitive
streetscape, underground utility installation and relocation, and asphalt/concrete pavement projects.
S I M I L A R P R O J E C T E X P E R I E N C E :
>DUBLIN BOULEVARD PAVEMENT REHABILITATION; City of Dublin; Deputy Resident Engineer
>2020-21, 2021-22 & 2022-23 STREET RESURFACING PROJECTS; City of Daly City; Resident Engineer
>DOWNTOWN MONTEREY ROAD REHABILITATION; City of Gilroy; Project/Construction Manager
>ON-CALL AND PROJECT SPECIFIC PM, CM, AND INSPECTION SERVICES; City of Concord; PM/RE
>SUTTER AVENUE URBAN GREENING, PHASE 1; City of San Pablo; Resident Engineer
>FY 22-23 CITYWIDE SLURRY SEAL PROJECT; City of San Pablo; Resident Engineer
Construction Management and Inspection Services | City of Dublin | July 2025 | 5
295
NELSON GONZALES, PE, CCM, QSD | Construction Manager
Experience: 34 years | Joined Firm: 2023 | Professional Engineer: CA #56572 | QSD: #56572 CMAA Certified
Construction Manager: #8108 | Education: Certificate of Project and Program Management, University of California,
Santa Cruz | Availability: 50–100% | Current Assignment: Contra Costa Water District
S U M M A R Y O F Q U A L I F I C AT I O N S : Nelson is a resident engineer and construction manager with 34 years
of project and construction management experience. He has a strong background in public works and government civil
engineering, with particular focus on water utility and watershed projects. He is a proven leader, having managed up to
20 professionals consisting of engineers, inspectors, and technicians.
S I M I L A R P R O J E C T E X P E R I E N C E :
>MAYHEW WAY & CHERRY LANE TRAIL IMPROVEMENTS; Contra Costa County; Assistant Resident Engineer
>CAMINO TASSAJARA BIKE LANE GAP CLOSURE PROJECT; Contra Costa County; Associate Civil Engineer
>CAMANCHE WATER TRANSMISSION PIPELINE; East Bay Municipal Utility District; Resident Engineer
CHRIS KINSER | Construction Inspector
Experience: 28 years | Joined Firm: 2015 | Education: BS, Construction Management, California State University,
Chico | Certificates: 40-hour HazWOPER and HazMat; Caltrans SWPPP training | Availability: 25–100% | Current
Assignment: City of Fremont, City of Union City
S U M M A R Y O F Q U A L I F I C AT I O N S : Chris has 28 years of experience in transportation and infrastructure
construction, including highways and bridges, parking lots, athletic fields, residential streets, and commercial sites.
Acting in the capacity of assistant resident engineer, construction inspector, and project manager for the contractor,
Chris has managed highway interchanges, roadway widenings, emergency slide and flood repairs, box culverts, and
multiple utility installations/relocations.
S I M I L A R P R O J E C T E X P E R I E N C E :
>CENTRAL CORRIDOR BICYCLE & PEDESTRIAN SAFETY IMPROVEMENTS; City of Daly City; Construction Inspector
>JOHN DALY BOULEVARD STREETSCAPE IMPROVEMENTS; City of Daly City; Construction Inspector
>UNION CITY BLVD BIKE LANE PROJECT; City of Union City; Construction Inspector
DANTE MORABE | Construction Inspector
Experience: 24 years | Joined Firm: 2023 | Availability: 20–100% | Current Assignment: City of Martinez
S U M M A R Y O F Q U A L I F I C AT I O N S : Dante has spent over 24 years in the construction industry working as
a construction project manager/supervising construction inspector/inspector/materials and testing technician. His
experience includes oversight for projects that include concrete bridges, sanitary sewer and storm drain pipelines,
storm water treatment, roadway construction, AC installation, pile driving, new and existing county intersections and
streetscape construction/rehabilitation, parks, and ADA curb ramps.
S I M I L A R P R O J E C T E X P E R I E N C E :
>2022 STREET RESURFACING PROJECT; City of Pleasant Hill; Construction Inspector
>CITYWIDE ACCESSIBILITY PROJECT #10; City of Concord; Construction Inspector
>FY 2022/23 PAVEMENT REHABILITATION PROJECT; City of Martinez; Construction Inspector
PAT GILES | Construction Inspector
Experience: 35 years | Joined Firm: 2024 | Availability: 25–100% | Current Assignment: City of Berkeley
S U M M A R Y O F Q U A L I F I C AT I O N S : Pat has more than 35 years of construction inspection and construction
management of local roads, highways, bicycle lanes, roundabouts, buildings and other public works projects
constructed to Caltrans, federal, and local agency specifications. His technical knowledge encompasses roadway
construction, grading and excavation, underground utilities, concrete curb ramps and ADA paths, staged construction,
slope protection, AC paving, striping, pavement markings, and signage, streetlights, safety, SWPPPP, and traffic control,
and electrical system construction, including temporary and permanent intersections and traffic signal loop detectors.
S I M I L A R P R O J E C T E X P E R I E N C E :
>FERRYSIDE LANDING PROJECT; City of Sausalito; Lead Construction Inspector
>SIR FRANCIS DRAKE BLVD SLOPE IMPROVEMENT PROJECT; Marin County; Field Inspector
>LUCAS VALLEY ROAD SLOPE IMPROVEMENT PROJECT; Marin County; Lead Construction Inspector
Construction Management and Inspection Services | City of Dublin | July 2025 | 6
296
Project Understanding and Approach to Completing the Project
The City of Dublin is seeking construction management
and inspection services and materials testing for capital
improvement projects, developments and permits
an on-call basis. Consor PMCM, Inc. is a professional
engineering and construction management firm
with extensive experience with on-call professional
services contracts specializing in capital improvements,
developments and permits for public works agencies.
We have the personnel who have worked with Dublin as
well as many other local, regional and State agencies and
can complete anticipated projects for the City of Dublin
successfully.
Consor will perform all of the necessary duties to support
the City with pre-construction, construction and post-
construction services as identified in the Request for
Qualifications (RFQ). Our experience working with public
agencies in various capacities is the key to a successful
relationship with City Staff. All Consor staff have worked
in the role of representing a public agency and know how
to not only to interact properly with the City personnel,
but also how to represent the City externally.
Consor will perform all the scope of work items identified
in the RFQ. There are many steps involved in all three
phases of the construction services and the following
information highlights some of the important items
necessary for success of the construction projects.
Consor will provide services during the Pre-Construction
Phase by performing constructability and biddability
reviews of project construction documents for the list
of projects and providing recommendations to improve
contract documents to minimize change orders, RFIs
and potential claims. We will assist with advertising
and bidding projects and including analyzing bids and
recommending approval of selected contractors. We will
assist with project set up and documentation processes.
We will assist with project funding management including
grants and special tax measure funds.
Consor will provide services during the Construction
Phase to complete the various types of public works
projects. Construction management of the projects
include documentation, schedule, costs and quality of the
work. We will perform quality assurance and acceptance
inspections and testing, perform coordination with all
involved parties, manage project budgets, measure and
verify quantities, record and document project activities
in daily reports, track labor compliance, review and
approve submittals and materials, respond to RFIs and
be the single point of contact for all communication and
correspondence, provide updates on the project status,
track and issue working days reports, manage schedule,
manage changes and extra work, manage budget and
all other important information. We will manage the
construction projects in accordance with State, Federal
and Local standards and requirements and provide
project tracking, filing and document control using
industry recognized systems like Caltrans Local Assistance
Procedures Manual.
Consor will provide services during the Post-Construction
Phase to close out projects. This will involve resolving
any unresolved issues and claims, punchlist and final
acceptance inspections, final as-built and record
drawings, maintenance and warranty bonds, final
estimates and payments, grant and special funding
reimbursements, and recommendation of acceptance.
Management and Coordination
We will manage our contract with the City to provide
cost-effective construction management and construction
inspection services by utilizing the following practices:
>Open flow of communication with the City Staffing
Coordinator on costs and staffing.
>Hold monthly meetings with the City Staffing
Coordinator to review any concerns with Consor staff
and to learn details of upcoming work.
>Accurate, detailed and timely billing information that
monitors our contract’s funds.
>Provide adequate staffing and/or service to cover the
City’s needs.
>Frequent “check-ins” with staff for assistance with
any questions and/or needs of current workload and
provide information of upcoming tasks.
>Oversight of staff to ensure their work is acceptable to
the City.
>Review of deliverables for ensured high quality and
accuracy.
>Provide any necessary training or tutorial assistance
to ensure the City’s needs are met and interests are
protected.
The main challenge to an on-call construction
management and construction inspection services
contract is being able to respond to the requests and
needs of the City in a timely manner. Ability to provide
qualified staff with the required skill set when requested
starts with pre-planning and constant coordination and
Construction Management and Inspection Services | City of Dublin | July 2025 | 7
297
follow up. Consor has provided on-call services to many agencies and knows the steps needed to successfully support
the City of Dublin. The required steps include:
>Pre-selected staffing with specialties approved by the City.
>Regular communication with City project manager to forecast projects and needs.
>Planning months ahead and updating staffing availability to match upcoming City projects.
>Meeting with the City project manager and developing a staffing plan including both City staff and Consor staff to
cover all upcoming construction projects.
>Executing the staffing plan and making adjustments when needed to efficiently and effectively cover all the work.
Responding to City Staffing Needs
Since the contract is to provide support to the City on an on-call basis, it is important to be flexible. Short term
coverage for small projects or to fill in for a City staff member’s vacation may be part of this contract. The ways to
handle these types of needs starts with pre-planning and anticipating the City’s needs. Having local staff that can
respond quickly to the City’s needs and cover the short-term assignments is a necessity. Consor has a strong local team
with over 100 construction management and construction inspection professionals in the Bay Area. We can respond
quickly to the City’s needs for short term and long-term assignments.
Level of Effort
Depending on the project, staff can cover multiple projects for efficiency. The City may need staff augmentation to
support construction inspection. The City may also have a need to full construction management and inspection team
for a grant or federal funded project. Work may be support for contract administration and office engineering, or
coordination and contract compliance. The City may need support for grant applications or for a team to prepare all
of the grant applications. The support will depend on the project type and the project funding sources. Consor will do
what is needed to support the City to cover the work and to meet the project requirements and those of funding or
oversight agency requirements.
Fee Schedule
CONSOR PMCM
Classification Units Regular Rate
Overtime Rate
(>8 hours/day or
40 hours/week)
Construction Manager/Resident Engineer Rate/Hour $219.78 – 296.80 $219.78 – 296.80
Assistant Resident Engineer Rate/Hour $196.64 – 219.78 $294.96 – 329.67
Construction Inspector Rate/Hour $173.50 – 196.64 $260.25 – 294.96
Office Engineer Rate/Hour $138.80 – 173.50 $208.20 – 260.25
Claims Support Rate/Hour $219.78 – 296.80 $219.78 – 296.80
NOTES:
1. Work on Saturdays, OT rate for employees only after 40 hours for the week and double time for hours worked over
12 for the day. For Sundays & Holidays, OT rate for employees only after 40 hours for the week, but double time
after 8 hours for the day.
2. 3% escalation effective January 1st of each year.
REIMBURSEMENTS:
Any special requests from the Client, such as reproduction or specialty sub-consultants, will be billed directly, with
supporting invoices.
Construction Management and Inspection Services | City of Dublin | July 2025 | 8
298
BSK ASSOCIATES – SCHEDULE OF FEES – JULY 1, 2025 TO JUNE 30, 2026
PROFESSIONAL STAFF
Principal $314.00 Seismic GIS $243.00
Senior Professional $276.00 GIS Specialist $210.00
Project Professional II $259.00 Information Specialist II $198.00
Project Professional I $221.00 Information Specialist I $176.00
Staff Professional II $193.00 CAD $132.00
Staff Professional I $171.00 Litigation support 1.5x standard rate
Project Administrator $122.00 Deposition / Trial 2.0x standard rate
Administrative Assistant / Clerical $110.00
TECHNICAL STAFF – FIELD & LABORATORY (NON-PREVAILING WAGE)
Non-Destructive Inspection/Testing $182.00 Basis of Charges for Field Technician Services
Special Inspector $154.00 Field Work from 0 to 4 hours Bill 4 hours
Engineering Technician $149.00 Field Work from 4 to 8 hours Bill 8 hours
Technician $144.00 Field Work over 8 hours / Saturdays Bill time and a half
Ground Penetrating Radar Scanning
Technician $348.00 Sundays, holidays and over 12 hours Bill double time
Core Drilling Technician $270.00 Night Shift (shift commencing after 2pm /
before 4am Base Rate x 12.5%
Floor Flatness Testing Technician $232.00 Show-up time (no work performed)Bill 2 hours
Sample Pickup / Transportation /
Delivery $132.00 Sampling or cylinder pickup, minimum
charge Bill 2 hours
Laboratory Technician $144.00
NORTHERN CA PREVAILING WAGE LABOR RATES
Group 1 – Special Inspector $198.00 Basis of Charges for Field Technician Services
Group 2 – Special Inspector $188.00 Field Work from 0 to 4 hours Bill 4 hours
Group 3 – Engineering Technician $167.00 Field Work from 4 to 8 hours Bill 8 hours
Group 3 – Geotechnical Professional $204.00 Field Work over 8 hours / Saturdays Bill time and a half
Group 3 – Environmental Professional $204.00 Sundays, holidays and over 12 hours Bill double time
Group 4 – Technician $146.00 Night Shift (shift commencing after 2pm /
before 4am Base Rate x 12.5%
Show-up time (no work performed)Bill 2 hours
Sampling or cylinder pickup, minimum
charge Bill 2 hours
REIMBURSABLES
Mileage – 2x4 (Portal to Portal)IRS Rate Parking Fees At Cost
Mileage – 4x4 (Portal to Portal)IRS Rate Per Diem (as required)GSA Rate
Bridge Toll At Cost Subconsultant Services At Cost
Construction Management and Inspection Services | City of Dublin | July 2025 | 9
299
Exceptions to the City ’s Standard Consulting Agreement and Insurance Requirements
Consor respectfully requests consideration for the following proposed modifications or additions to the contract terms
and conditions. Requested edits are indicated by red font.Section 1.2 Standard of Performance: Consultant shall perform all services required pursuant to this Agreement in the
manner and with the degree of care and skill according to the standards observed by a competent practitioner of the
profession in which Consultant is engaged at the same time and locality of performance.Section 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.Section 4.5 Remedies: ...Terminate this Agreement. Notwithstanding any other provision of this Agreement, and to
the fullest extent permitted by Laws and Regulations, the total liability, in the aggregate, of Consultant and its officers,
directors, agents, employees, and Subconsultants to the City and anyone claiming by, through, or under the City for
any and all claims, losses, costs, or damages whatsoever arising out of the Project or the Agreement from any cause
or causes, including but not limited to the negligence, professional errors or omissions, strict liability, breach of
contract, indemnity obligations, or warranty express or implied, of Consultant or Consultant’s officers, directors, agents,
employees or Subconsultants (hereafter “the City’s Claims”), will be limited to:
1. Responsibility for payment of all or the applicable portion of any deductibles, either directly to the Consultant’s
insurers or in settlement or satisfaction, in whole or in part, of the City’s Claims, and
2. Total insurance proceeds paid on behalf of or to Consultant by Consultant’s insurers in settlement or satisfaction
of the City’s Claims under the terms and conditions of Consultant’s applicable insurance policies, up to the amount of
insurance required under this Agreement.
If no such insurance coverage is provided with respect to the City’s Claims, then the total liability, in the aggregate, of
Consultant and Consultant’s officers, directors, agents, employees, and Subconsultants to the City and anyone claiming
by, through, or under the City, for any and all such uninsured City’s Claims will not exceed Consultant’s Compensation.Section 5 Indemnification: Consultant shall, to the extent permitted by law, including without limitation California Civil
Code 2782 and 2782.8, indemnify, and 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 third-party claims, losses, and
damages, including property damage, personal injury, death, and liability of every kind, nature and description, but only
to the extent caused by, 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.
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 third-party claims, losses,
and damages arising from the professionally negligent acts, errors or omissions of Consultant, however, the cost to
defend charged to Consultant Consultant’s obligation shall not exceed Consultant’s proportionate percentage fault.
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.
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 third-party liability, loss, damage, claims,
expenses, and costs (including without limitation, attorney’s fees and costs and fees of litigation) (collectively,
“Liability”) of every nature but only to the extent caused by, arising out of or in connection with Consultant’s negligent
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.
To the fullest extent permitted by Laws and Regulations, City and Consultant waive against each other, and the other’s
officers, directors, members, partners, agents, employees, subconsultants, and insurers, any and all claims for or
entitlement to special, incidental, indirect, or consequential damages arising out of, resulting from, or in any way related
to this Agreement or the Project, from any cause or causes. Such excluded damages include but are not limited to loss
of profits or revenue; loss of use or opportunity; loss of good will; cost of substitute facilities, goods, or services; and
cost of capital.
The Consultant must respond within 30 days to the tender of any claim for defense and indemnity by the City. If the
Consultant fails to accept or reject a tender of defense and indemnity within 30 days, in addition to any other remedy
authorized by law, so much of the money due the Consultant under and by virtue of this Agreement as shall reasonably
be considered necessary by the City, may be retained by the City until disposition has been made of the claim or suit for
damages, or until the Consultant accepts or rejects the tender of defense, whichever occurs first. Section 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 each party shall bear its own legal costs and expenses, including, without
limitation, attorneys’ fees, court costs, and any other costs incurred in connection with the negotiation, execution,
performance, or enforcement of this Agreement.
Construction Management and Inspection Services | City of Dublin | July 2025 | 10
300
Appendix of Resumes
301
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - ii
Jaemin Park, PE
P r i n c i p a l - i n - C h a rg e / Pro j e c t M a n a g e r / C o n st r u c t i o n M a n a g e r
Jaemin has 33 years of experience providing project management, construction
management, construction administration, and design of highway, bridge, building
and public works infrastructure projects throughout California. He has worked with
state, regional and local agencies in the capacity of project principal, project manager,
resident engineer, structures representative, construction inspector, project engineer,
and design engineer. He has contributed to numerous constructability/bid-ability
reviews and value engineering studies. He has provided claims analysis, mitigation
and resolution support to state, regional and local agencies. Jaemin is an expert in
federally funded projects including HBP, HBRR, ARRA, SRTS, NTPP, and TIGER funds.
EXPERIENCE
33 years
EDUCATION
BS, Civil Engineering,
California State Polytechnic
University, Pomona
REGISTRATION
Professional Civil Engineer
CA #54476
Licensed General
Contractor
CA #770073
LOCATION
Walnut Creek, CA
JOINED FIRM
2013
KEY PROJECT EXPERIENCE
DUBLIN BOULEVARD PAVEMENT REHABILITATION ($3.5M); City of Dublin,
CA; Project Manager/Resident Engineer. This federally funded project included
improvements along approximately one mile of Dublin Blvd between Scarlett and
Hacienda Drives. Work included pavement rehabilitation (curb ramp replacements,
cold planning and overlay), dig-out repair, pavement markings, adjusting utilities to
grade, and modifications to traffic signals at five intersections, including adding traffic
cameras. The project was federally funded and required administration in accordance
with Caltrans Local Assistance Procedures Manual for reimbursement of funds.
DUBLIN CITYWIDE ENERGY UPGRADES PROJECT ($25M); City of Dublin, CA;
Project Manager/Resident Engineer. Jaemin was the project manager/resident
engineer for this design/build project that involved the design/builder to perform
an Investment Grade Audit and develop and implement approved energy projects
throughout the City. Projects to improve energy efficiency in the City include: solar
canopies and battery backup systems, HVAC upgrades, generator upgrades, lighting
upgrades, and traffic signal power backup with hydrogen fuel cell.
FREMONT BOULEVARD SAFE AND SMART CORRIDOR PROJECT ($8.5M);
City of Fremont, CA; Project Manager/Resident Engineer. Jaemin was the Project
Manager and Resident Engineer for this project to creatively use technology to move
traffic efficiently along the Fremont Boulevard corridor at a safe speed, ensure safe
pedestrian and bicycle movement, enhance transit service, improve management of
the traffic signal/lighting systems, and install backbone infrastructure to accommodate
future transportation technologies. The project limits include a 10-mile corridor along
Fremont Boulevard (with 38 signalized intersections), from I-880 in North Fremont to
I-880 in South Fremont (Innovation District), as well as along Thornton Avenue (from
Fremont Boulevard to Paseo Padre Parkway) and along Paseo Padre Parkway (from
Thornton Avenue to Walnut Avenue).
ADDITIONAL RELEVANT PROJECT EXPERIENCE
>Lucas Valley Road Slope Improvement Project; Marin County Public Works;
Project Manager/Resident Engineer
>Moraga Way and Canyon/Camino Pablo Improvements; Town of Moraga, CA;
Project Manager/Resident Engineer
>San Pablo Avenue Complete Streets Project; City of San Pablo, CA; Project
Manager/Resident Engineer
>2020/21 Gravity Sewer Improvements Project; Ross Valley Sanitation District;
Project Manager/Resident Engineer
302
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - iii
Steve Patterson, PE, QSD/QSP
C o n st r u c t i o n M a n a g e r
Steve Patterson has over 34 years of experience in the construction of highway,
roadway, structure, and other infrastructure projects. His experience spans
interchanges, roadway widening and rehabilitation, emergency slide and flood repairs,
sound walls, MSE walls, retaining walls, storm box culverts, and utility installations/
relocations. Steve is experienced with supervising inspection staff, CPM schedules,
project controls and costs, QC/QA, claims analysis, preparing reports, planning
personnel resources, and negotiating contract change orders. Steve’s expertise and
knowledge impact his projects positively through value engineering design changes,
successful claims negotiations, and partnering with contractors and other agencies.
EXPERIENCE
34 years
EDUCATION
BS, Civil Engineering,
Michigan State University,
East Lansing
REGISTRATION
Professional Civil Engineer
CA #54481
QSD/QSP Certificate
#22073
LOCATION
Walnut Creek, CA
JOINED FIRM
2014
KEY PROJECT EXPERIENCE
SOUTHSIDE COMPLETE STREETS PROJECT ($11M); City of Berkeley, CA;
Construction Manager. Steve was the construction manager on this federally
funded project that improved all lanes of Bancroft Way from Piedmont to Milvia,
as well as improvements on Dana and Fulton Streets from Bancroft to Dwight Way.
Improvements included grinding the existing roadway for a deep section of hot mix
asphalt for the bus lane, old railroad removals, and an overall 2-inch grind and overlay
of RHMA with improved roadway delineation. Other work consisted of new concrete
bus pads, raised intersection crosswalks, curb ramps, sidewalk, curb and gutter, raised
islands to separate a two-way bike lanes, signal upgrades and landscaping.
3RD STREET SAFETY IMPROVEMENT PROJECT ($2.3M); City of San Rafael Public
Works; Construction Manager. This was a federally funded project that improved
signal operations and pedestrian travel for a number of intersections along 3rd
Street near US 101. Improvements consist of curb ramp and sidewalk, high-visibility
crosswalks, drainage, traffic signal, and street light improvements.
WILLOW PASS ROAD SIGNAL UPGRADE PROJECT ($2.2M); City of Concord, CA;
Construction Manager. Steve was the construction manager on this locally funded
project that installed new fiber optic signal interconnect cable through new and
existing conduits along Willow Pass Road from Galido Street to Landana Drive.
MONUMENT BLVD. CLASS 1 PATH PROJECT ($4M); City of Concord, CA;
Construction Manager. This was a federally funded project that constructed a new
Class 1 pervious concrete path along Monument Blvd. between Walters & Cowell with
signal improvements at both intersections.
NAPA VALLEY VINE TRAIL ($12.5M); Napa Valley Transportation Authority;
Construction Manager. Steve was the construction manager on this multi-source
funded project that constructed approximately 7 miles of new multi-use trail along
SR-29 from St. Helena to Calistoga. Improvements include drainage, path section &
paving work, retaining walls, pedestrian bridges, concrete improvements and site
furnishings.
ADDITIONAL RELEVANT PROJECT EXPERIENCE
>Imola/SR 29 Bus Improvements; Napa Valley Transportation Authority;
Construction Manager
>Orinda Way Pavement Rehabilitation; City of Orinda, CA; Construction Manager
>Moraga Road Utility Undergrounding, Sidewalks & Pavement Resurfacing; Town
of Moraga, CA; Project Manager/Resident Engineer 303
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - iv
Tricia Baxter, PE
C o n st r u c t i o n M a n a g e r
Tricia has more than 27 years of experience in project and construction management,
design, and contract oversight and development in the transportation engineering
field. She has successfully managed numerous public works construction projects,
including sanitary sewer and storm drain systems, local arterial roadways, and
major Caltrans highway improvement projects. Tricia is intimately familiar with
the Caltrans Local Assistance Procedures Manual (LAPM) and brings experience in
managing federally-funded roadway improvement projects. Successful past projects
have included highly visible and politically sensitive streetscape, underground utility
installation and relocation, and asphalt/concrete pavement projects.
EXPERIENCE
27 years
EDUCATION
MBA, Management
Services Option, California
State University, East Bay
BS, Civil Engineering,
California State University,
Chico
REGISTRATION
Professional Civil Engineer
CA #64185, NV #26831
LOCATION
Walnut Creek, CA
JOINED FIRM
2022
KEY PROJECT EXPERIENCE
DUBLIN BOULEVARD PAVEMENT REHABILITATION ($3.5M); City of Dublin, CA;
Deputy Resident Engineer. This federally funded project included improvements
along approximately one mile of Dublin Blvd between Scarlett and Hacienda Drives.
Work included pavement rehabilitation (curb ramp replacements, cold planning
and overlay), dig-out repair, pavement markings, adjusting utilities to grade, and
modifications to traffic signals at five intersections, including adding traffic cameras.
The project was federally funded and required administration in accordance with
Caltrans Local Assistance Procedures Manual for reimbursement of funds.
SUTTER AVENUE URBAN GREENING, PHASE I ($3.6M); City of San Pablo, CA;
Resident Engineer. Tricia is the Resident Engineer for this project that replaces and
installs storm drain infrastructure to provide storm water capture and treatment and
to reduce flooding in the Sutter Avenue neighborhood. The project installs new storm
drain pipes, manholes, inlets, associated stormwater facilities, suspended pavement
modular systems, precast modular bioretention units and plants new trees. The
project also performs typical roadway maintenance including replacement of curbs,
sidewalks and curb ramps, slurry seal, and new striping.
UNION CITY BOULEVARD BIKE LANE PROJECT ($17M); City of Union City, CA;
Resident Engineer. Tricia is the Resident Engineer for this bike lane and roadway
improvement project. The scope of work includes the completion of a bike lane gap,
thereby improving overall bike access to local trails and bikeway network to and
from schools and parks. The project also enhances access to regional trails, improves
pedestrian and bicycle crossings at signalized intersections, completes pavement
rehabilitation, and improves overall lighting and drainage infrastructure.
FY 22-23 CITYWIDE SLURRY SEAL PROJECT ($1.2M); City of San Pablo, CA;
Resident Engineer. This was a locally funded project that included digout and repair
of failed pavement, crack sealing, slurry sealing and pavement delineation, and
reinstallation of striping and pavement markings for 79 residential streets within the
City Limits. During slurry seal operations, parking and traffic was prohibited, so traffic
control and public notification was extremely important.
ADDITIONAL RELEVANT PROJECT EXPERIENCE
>2020-21, 2021-22 & 2022-23 Street Resurfacing Projects; City of Daly City, CA; RE
>Downtown Monterey Rd Rehabilitation; City of Gilroy, CA; Project/Construction
Manager
>Apple Campus 2 Public Works Mitigation Improvements; City of Cupertino, CA;
Project Manager 304
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - v
Nelson Gonzales, PE, CCM, QSD
C o n st r u c t i o n M a n a g e r
Nelson is a construction manager with 34 years of project and construction
management experience. He has a strong background in public works and
government civil engineering, with particular focus on water utility and watershed
projects. He is a proven leader, having managed up to 20 professionals consisting of
engineers, inspectors, and technicians.
EXPERIENCE
34 years
EDUCATION
Certificate of Project and
Program Management,
University of California,
Santa Cruz
REGISTRATION
Professional Civil Engineer
CA #56572
QSD Certificate #56572
CMAA Certified
Construction Manager
Certificate #8108
LOCATION
Walnut Creek, CA
JOINED FIRM
2023
KEY PROJECT EXPERIENCE
MAYHEW WAY AND CHERRY LANE TRAIL IMPROVEMENT PROJECT ($150K);
Contra Costa County; Assistant Resident Engineer. This project removed the
existing crosswalks at Mayhew Way and Cherry Lane and replaced them with new
thermoplastic crosswalks, while installing rectangular rapid flashing beacon with push
button, passive detector system, roadside signs, and detectable warning system to
enhance pedestrian visibility. Nelson was responsible for contract administration and
construction engineering.
CAMINO TASSAJARA BIKE LANE GAP CLOSURE PROJECT; Contra Costa County;
Associate Civil Engineer. Nelson led the team that designed this project, which
widened the pavement to provide bike lanes in four separate segments along Camino
Tassajara between Windermere Parkway and just north of Penny Lane. The project
also included drainage improvements, signing and striping improvements, and placing
a slurry seal from Windermere Parkway to Lusitano Street. Funding for this project
was provided by Measure J, Tri-Valley Transportation Council, South County Area of
Benefit and Southern Contra Costa (SCC) Subregional Fee Program.
WILDCAT PIPELINE IMPROVEMENT PROJECT ($18M); East Bay Municipal
Utility District; Resident Engineer. This project installed approximately 5,550 lf of
48-inch mortar-lined and coated steel (ML&CS) pipe, including all connection and
appurtenance piping and valves, in the City of Berkeley. The project also installed
a 60-inch steel pipe casing by horizontal auger boring under a 3 foot by 4.5 foot
storm drain. The work included full street final pavement restoration, including curb,
gutter, and sidewalk, ramps, and tree removal/replacement. As resident engineer,
Nelson oversaw the performance of construction contractors; reviewed engineering
drawings and contract specifications for accuracy, constructability, and completeness;
evaluated and monitored project progress; verified compliance with plans, material
specifications, and schedule; tracked construction cost against the project budget,
processed change orders, and participated in claims reviews. Nelson also handled
public concerns or complaints and other agency inquiry on construction projects;
determined and oversaw inspections and testing; reviewed and approved project
schedules submitted by the contractor; and reviewed contractor’s claims, negotiated
settlements, and recommended action to the project owners. Nelson handled
requirements for project closeout including warranties, certificate of completion, and
as-built records.
ADDITIONAL RELEVANT PROJECT EXPERIENCE
>Taxiway W Rehabilitation; Port of Oakland; Project Manager/Construction
Manager
>Westside Pumping Plant; East Bay Municipal Utility District (EBMUD); Resident
Engineer
>Camanche Water Transmission Pipeline; EBMUD; Resident Engineer
>Milpitas Distributary Pipeline Rehabilitation; Valley Water; CM/RE 305
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - vi
Rodrigo Macaraeg, PE, QSD/QSP
C o n st r u c t i o n M a n a g e r
Rodrigo Macaraeg is a versatile civil engineer and construction project manager
with over 35 years of experience overseeing public works, capital improvement, and
development projects. He is a collaborative professional skilled at communicating
with internal and community stakeholders, government officials, and private industry
partners. Rodrigo has proven ability to deliver projects ahead of schedule and with
significant contract savings. He is a driven team mentor and coach highly effective at
managing teams from diverse cultural backgrounds and functional areas. Rodrigo is
skilled at leading strategic efforts to prevent obstacles and negotiating in a proactive
manner to maximize success rates, resolve conflicts, and reduce and/or avoid claims.
EXPERIENCE
35 years
EDUCATION
BS, Civil Engineering, Far
Eastern University, Manila,
Philippines
REGISTRATION
Professional Civil Engineer
CA #48418
QSD/QSP registration
through CASQA
LOCATION
Santa Clara, CA
JOINED FIRM
2019
KEY PROJECT EXPERIENCE
2021-2024 ON-CALL CONSTRUCTION MANAGEMENT SERVICES; Contra Costa
County; Resident Engineer. Consor provides on-call professional services in support
of various public works projects throughout Contra Costa County. These projects
range from simple maintenance-related projects such as such as slurry sealing existing
road pavements, to more complex capital road, airport, and flood control channel
improvement projects. Rod and his team managed the Mayhew Way and Cherry Lane
Trail Improvement, which consists of removing the existing crosswalks at Mayhew Way
and Cherry Lane and replacing with new thermoplastic crosswalks, while installing
rectangular rapid flashing beacon with push button, passive detector system, roadside
signs, and detectable warning system to enhance pedestrian visibility. Rod, as resident
engineer, was responsible for contract administration and construction engineering.
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION CONSULTING
SERVICES; City of San Bruno Department of Public Works; Project Executive. This on-
call project provides construction management and inspection services to the City of
San Bruno Department of Public Works for a variety of capital improvement and land
development projects. Some of the projects supported by Rod’s team include:
>Crystal Springs Road/City Park Way Traffic Signal ($1M): The project involves
reconstruction of Crystal Springs Road and City Park Way intersection and
incorporates a new traffic signal system.
>Beckner Shelter Road ($800k): The project incorporates the resurfacing of Beckner
Shelter Road starting at the intersection with City Park Way and running to the
parking lot at Beckner Shelter Picnic Area. The associated parking lot will also be
resurfaced. These modifications will trigger ADA upgrades to all associated facilities.
>City Park Way Reconstruction ($5.5M): This reconstruction project involves
installation of water, sewer, and storm utilities as well as creek and road
reconstruction related to the Recreation and Aquatic Center (RAC) project.
>TCP4 ($0.65M): The project scope included installing roughly 50 linear feet of storm
drain lines that ties into an existing storm main in the middle of Green Ave and San
Bruno Ave intersection.
ADDITIONAL RELEVANT PROJECT EXPERIENCE
>Construction Management Services for Various Projects; County of Santa Clara,
Facilities and Fleet Department; Project Executive/Project Manager
>Construction Management & Inspection; City of Santa Clara, CA; Project Executive
>Portola Road Bridge Replacement Project; Town of Woodside, CA; Resident
Engineer
>Airport Security Infrastructure Program; SF International Airport; Project Manager306
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - vii
Brian Fleck, PE, QSD/QSP
C o n st r u c t i o n M a n a g e r
Brian has 16 years of experience providing project management, construction
management, construction administration, and oversight of highway, bridge,
underground and public works infrastructure projects throughout California. He has
worked with state, regional and local agencies in the capacity of vice president of
project management, senior project manager, project manager, project engineer and
resident engineer. He has contributed to constructability/biddability reviews and value
engineering studies. He has provided schedule and claims analysis, mitigation and
resolution support to state, regional and local agencies. Brian is an expert in federally
funded projects including numerous Caltrans and local agency projects.
EXPERIENCE
16 years
EDUCATION
BS, Civil Engineering,
California State Polytechnic
University, San Luis Obispo
REGISTRATION
Professional Civil Engineer
CA #79986
QSD/QSP Certificate
#24194
LOCATION
Walnut Creek, CA
JOINED FIRM
2023
KEY PROJECT EXPERIENCE
US 101 BROADWAY BURLINGAME ($50M); California Department of
Transportation (Caltrans); Senior Project Manager. This project consisted of
reconstruction of the existing Broadway/US 101 interchange. This project provided
improvements to Broadway, US 101 on- and off-ramps, Rollins Road, Bayshore Hwy,
and Airport Blvd. This project reduced traffic congestion, enhanced bicycle and
pedestrian access and safety, and improved performance of the roads by improving
traffic movements and access around the interchange. The project replaced the
bridge across US 101 and installed a new US 101 southbound on-ramp bridge, new
traffic signals, soil mixing, and new bridge foundations to improve traffic flows. This
project also included new retaining walls, reconfiguration of side streets and access
roads, profile grade changes to meet current design standards, new sidewalks and
bike lanes, new bio swales, new HMA, R-HMA and open grade HMA. Also included
were numerous water lines, storm drainage and sewer systems ranging from 6” to
30”. There were also some major sewer bypass and temporary connections, jack and
bore pits and sewer force mains.
HIGHWAY 1 VALLEY FORD BRIDGE REPLACEMENT ($9.2M); Caltrans; Senior
Project Manager. This federally funded project included a new bridge and demolition
of the old bridge along Hwy 1 at the Marin/Sonoma county line. Work included new
multi span precast girder bridge with a cast in place deck, numerous retaining walls
and temporary wire wall between stages, traffic switches, new drainage, stripe, signs,
new HMA, and new bioswales.
HWY 101 NOVATO NARROWS ($26.6M); Caltrans; Project Manager. Brian was
the project manager on this $26.6M federally funded project that included widening
an existing bridge across HWY 101 in Novato. Work included a widened multi span
cast in place bridge, numerous retaining walls, soldier beams, soil nails, shotcrete,
approximately 4 miles of frontage roads, new on- and off-ramps. Work also included
over 10,000’ of 30” and 42” welded steel pipe for a new water line, 5,000’ of storm
drain, 18,000’ of underdrain pipe.
ADDITIONAL RELEVANT PROJECT EXPERIENCE
>HWY 128 Conn Creek Bridge; Caltrans; Senior Project Manager
>HWY 1 Stinson Beach; Caltrans; Senior Project Manager
>HWY 1 Jenner; Caltrans; Senior Project Manager
>San Pablo and Wildcat Creeks Levee Remediation; Contra Costa County; SR PM
>HWY 29 Paving Project; Caltrans; Senior Project Manager
>Napa Airport Runway 18R – 36L Paving Project; Napa, CA; Senior Project Manager
307
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - viii
Chris Kinser
C o n st r u c t i o n I n s p e c to r
Chris has 28 years of experience in transportation and infrastructure construction,
including highways and bridges, parking lots, athletic fields, residential streets, and
commercial sites. Acting in the capacity of assistant resident engineer, construction
inspector, and project manager for the contractor, Chris has managed highway
interchanges, roadway widenings, emergency slide and flood repairs, box culverts, and
multiple utility installations/relocations. Chris is familiar with the Caltrans Standard
Specifications, Standard Plans, Construction Manual, Local Assistance Procedures
Manual, and the “Greenbook” Standard Specifications for Public Works Construction.
EXPERIENCE
28 years
EDUCATION
BS, Construction
Management, California
State University, Chico
LOCATION
Walnut Creek, CA
JOINED FIRM
2015
KEY PROJECT EXPERIENCE
UNION CITY BLVD. BIKE LANE PROJECT ($17M); City of Union City, CA;
Construction Inspector. Chris is the construction inspector for this bike lane and
roadway improvement project. The scope of work includes the completion of bike
lane gap between Smith St and Alameda Creek Bridge (Fremont City Limits and
Buffererd Bike Lanes), improving overall bike access to local trails and bikeway
network to and from schools and parks including improvements from Delaine
Elementary School on Rocklin Dr. and improved access to regional trails, improving
pedestrian and bicycle crossings at signalized intersections, completing pavement
rehabilitation along Union City Blvd within the project limits, and improving overall
lighting and drainage infrastructure.
2021-22 & 2022-23 STREET RESURFACING PROJECT ($3.2M); City of Daly City,
CA; Construction Inspector. Chris is the construction inspector for this project that
includes full depth reclamation (FDR), Asphalt Concrete (AC)/Hot Mix Asphalt
(HMA) grinding and paving; installation of new concrete sidewalk, curb and gutters,
construction of Americans with Disability Act (ADA) compliant curb ramps and
driveways; installation of thermoplastic striping and markers, re-setting or relocation
of existing signs and sign posts; reconstruction of top of catch basins, construction of
new catch basins, and resetting of survey monuments.
KIRKER PASS ROAD NORTHBOUND TRUCK CLIMBING LANE PROJECT ($15M);
Contra Costa County Public Works; Construction Inspector. Chris was the construction
inspector on this $15M federally funded project that constructed an additional lane
for improved truck climbing safety. The project constructed six retaining walls to
complete the widening lane, as well as grind & pave of all lanes (4) for approximately
2 miles, related drainage improvements and restriping work. Coordination was
needed with the Cities of Concord & Pittsburg, Union 76 for their close proximity gas
line, and the Concord Pavilion.
ADDITIONAL RELEVANT PROJECT EXPERIENCE
>Cross Alameda Trail (Main to Constitution); City of Alameda, CA; Assistant
Resident Engineer/Construction Inspector
>2nd Street & Grand Ave Intersection Improvement Project; City of San Rafael, CA;
Assistant Resident Engineer/Construction Inspector
>John Daly Blvd Streetscape Improvements Project; City of Daly City, CA; Assistant
Resident Engineer/Construction Inspector
>Detroit Avenue Bicycle and Pedestrian Improvements Project; City of Concord,
CA; Assistant Resident Engineer/Construction Inspector
308
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - ix
Dante Morabe
C o n st r u c t i o n I n s p e c to r
Dante Morabe has spent over 24 years in the construction industry working as a
construction project manager/inspector/materials and testing technician. He is
proficient in construction contract execution as well as construction inspection at
the county, state and federal levels. His experience includes oversight for projects
that include concrete bridges, sanitary sewer and storm drain pipelines, storm water
treatment, roadway construction, AC installation, pile driving, new and existing
intersections and streetscape construction/rehabilitation, parks, and ADA curb ramps.
EXPERIENCE
24 years
LOCATION
Walnut Creek, CA
JOINED FIRM
2022
KEY PROJECT EXPERIENCE
CITYWIDE ACCESSIBILITY PROJECT #10 ($350K); City of Concord, CA; Construction
Inspector. Dante was the construction inspector for this project that includes
constructing curb ramps at various locations throughout the City of Concord.
Specific items of work included traffic control, pedestrian detours, staging of the
work, temporary stormwater pollution control, clearing and grubbing, adjustment of
existing water valves, replacement of concrete curb and gutter, sidewalk, valley gutter,
installation of hot mix asphalt plugs, pavement marking removal and installation,
relocation of signs and other items required by the contract documents.
FY 2022/23 PAVEMENT REHABILITATION PROJECT ($4M); City of Martinez, CA;
Construction Inspector. Dante was the construction inspector for this project that
included cold-in-place recycling (CIR), hot mix asphalt, and rubberized hot mix asphalt
paving, cold planing (milling) of asphalt, roadway subgrade preparation, HMA base
repairs, HMA dikes, PCC curb and gutter, PCC sidewalk, driveway, and valley gutters,
inductive loop detectors, thermoplastic striping and markings, reflective markers,
traffic sign and posts, environmental protection, public notification, traffic control,
construction area signs, changeable message signs, and adjustment of utility covers.
2022 STREET RESURFACING PROJECT ($4.4M); City of Pleasant Hill CA;
Construction Inspector. Dante was the Construction Inspector for this project that
included work within two residential neighborhoods and two collector streets within
the City of Pleasant Hill. The work involved pavement restoration, including full depth
pavement reclamation (FDR), hot mix asphalt overlay, rubberized hot mix asphalt
overlay, base failure repairs, and cold planing/milling; concrete curb and gutter repair
and ADA curb ramp installation; monument preservation; temporary and permanent
striping; traffic control; and tree trimming.
LUCAS VALLEY ROAD SLOPE IMPROVEMENT PROJECT ($600K); Marin County
Public Works; Construction Inspector. Dante was the construction inspector on this
federally funded project that constructed an approximately 116 lf tangent pile wall
along Lucas Valley Road Mile Post 3.92 in San Rafael. A portion of the existing culvert
will be removed and replaced. Existing trees will be cut or trimmed, and one lane of
the roadway will be reconstructed. Minor vegetation restoration will also be included.
Construction will take place in the daytime hours with traffic control measures.
ADDITIONAL RELEVANT PROJECT EXPERIENCE
>Citywide Accessibility Project #9; City of Concord, CA; Construction Inspector
>2010-2021 Annual Surface Treatment Projects; Contra Costa County; Construction
Project Manager
>2016-17, 2019, 2021 Curb Ramp Projects; Contra Costa County; Construction
Project Manager 309
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - x
Pat Giles
C o n st r u c t i o n I n s p e c to r
Pat has more than 35 years of construction inspection and construction management
of local roads, highways, bicycle lanes, roundabouts, buildings, and other public works
projects constructed to Caltrans, federal, and local agency specifications. His technical
knowledge encompasses roadway construction; grading and excavation; underground
utilities; concrete curb ramps and ADA; stage construction; slope protection; AC
paving, striping, pavement markings, and signage; streetlights, safety, SWPPPP, and
traffic control; and electrical system construction. Pat has also worked on numerous
emergency facilities, waste transfer stations, and private developments and has
knowledge of building codes and OSHPD requirements.
EXPERIENCE
35 years
LOCATION
Walnut Creek, CA
JOINED FIRM
2024
KEY PROJECT EXPERIENCE
FERRYSIDE LANDING PROJECT ($1.7M); City of Sausalito, CA; Lead Inspector.
This federally funded project involved working in three phases to keep access to the
critical ferry slip and yacht club open at all times. Pedestrian detours and temporary
traffic handling plans were implemented, as the ferry service from SF to Sausalito is
a critical mode of transportation. Improvements included a new pedestrian concrete
plaza, new bike racks, and a designated bike parking program. A portion of the existing
parking lot was redone and ADA access was improved throughout the area.
SIR FRANCIS DRAKE BLVD. SLOPE IMPROVEMENT PROJECT ($1.4M); Marin
County; Field Inspector. This federally funded project was located on the eastbound
lane shoulder of Sir Francis Drake Blvd at two locations. Project work included
constructing two separate cast-in-drilled-hole concrete retaining walls with a pile
cap and tiebacks. One wall was approximately 100 feet and the other was 150 feet.
Work also involved a culvert replacement, installation of rock slope protection, and
roadway paving. The project had a limited work window, along with other permitting
restrictions. Work required extensive traffic control measures, a temporary signal for
one-way traffic control 24 hours a day, for both vehicles and bicycles.
LUCAS VALLEY ROAD SLOPE IMPROVEMENT PROJECT ($600K); Marin County;
Field Inspector. This federally funded project constructed an approximately 116 lf
tangent pile wall along Lucas Valley Road in San Rafael. A portion of the existing
culvert was removed and replaced. Existing trees were cut or trimmed, and one lane
of the roadway was reconstructed. Minor vegetation restoration will also be included.
Daytime construction work required extensive traffic control measures, a temporary
signal for one-way traffic control 24 hours a day, for both vehicles & bicycles.
TIMBER PILE REPLACEMENT PROJECT ($2.3M); City of Berkeley, CA; Lead
Inspector. This project scope included demolition and removal of 83 timber piles at
Docks J, K, L, M, N, and O. The work included installation of 68 new concrete piles and
repair of the timber piles with a fiberglass jacket encasing a steel reinforced epoxy
grout fill. Numerous public permitting agreements, various stakeholders and the
general public were highly involved in this featured project for the City.
ADDITIONAL RELEVANT PROJECT EXPERIENCE
>Annual Slurry Seal Repair Project; City of El Cerrito, CA; Inspector
>Multiple On-call Repair Projects; City of San Rafael, CA; Inspector
>Moraga Road and Hacienda Drainage; Town of Moraga, CA; Inspector
>Lavenida Drive Culvert Repair; City of Orinda, CA; Inspector
310
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - xi
August Silva
C o n st r u c t i o n I n s p e c to r
August has more than 45 years of experience in the construction of public works and
water infrastructure projects. He has extensive background as a construction foreman
and superintendent for multiple construction firms. The experienced gained working
on numerous types of construction projects with multiple agencies and private clients
benefit his positive hands-on management experience. Working with different clients
and other stakeholders, August has generated a vast knowledge of how to formulate
collaborative efforts to keep a project moving forward to successful completion for all
parties involved. August has extensive experience with underground utilities, roadway
improvements including failure repairs, HMA overlay, and paving.
EXPERIENCE
45+ years
LOCATION
Walnut Creek, CA
JOINED FIRM
2018
KEY PROJECT EXPERIENCE
DUBLIN CITYWIDE ENERGY UPGRADES PROJECT ($25M); City of Dublin, CA;
Construction Inspector. August was the construction inspector for this design/build
project that involved the design/builder to perform an Investment Grade Audit and
develop and implement approved energy projects throughout the City. Projects
to improve energy efficiency in the City include: solar canopies and battery backup
systems, HVAC upgrades, generator upgrades, lighting upgrades, and traffic signal
power backup with hydrogen fuel cell.
2024 MARINA VISTA SEWER REPLACEMENT AND PAVEMENT REHABILITATION
PROJECT ($2M); City of Millbrae, CA; Construction Inspector. August is the
construction inspector for this $2M sewer replacement and pavement rehabilitation
project. The 2024 Marina Vista Project consists of over 1,555 LF of pipe burst and
490 LF of open cut sewer, including new laterals. Specific works involve the removal
and replacement of existing 6-inch or 8-inch sewer mains with 8-inch sewer mains
using trenchless and open cut pipe replacement construction methods, sewer
lateral reconnections & replacement, sewer manhole reconnections, cleanout and/
or backflow prevention devices, sewer and storm drain manhole installations and
rehabilitation, surface restoration, pavement restoration, potholing, asphalt concrete
removal, asphalt concrete installation, asphalt concrete base repair, slurry seals,
ADA ramp construction, PCC curb & gutter removal and replacement, PCC sidewalk
removal and replacement, PCC valley gutter removal and replacement, storm drain
inlet top portion replacement, utility cover lowering & restoring to grade, utility cover
grade adjustment, underground utility location, survey monument reinstallation,
sign/striping/markers removal & replacement, traffic control, mobilization, manhole
modifications, sewage bypassing and other works necessary.
WATER MAIN REPLACEMENT PROJECT 28 (WMR 28 PROJECT); City of Palo Alto
Utilities Engineering; Construction Inspector. August was the construction inspector
for this project that replaced approximately 3.5 miles of water distribution mains.
Specific items included installation of new water valves, water services, water meters,
fire hydrants, and reconstruction of excavated roadways. August provided day-to-day
inspection and reported directly to the City’s project manager, providing reporting and
documentation of project activities and support for resolution of field issues.
311
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - xii
Rhea Bernardo
C o n st r u c t i o n I n s p e c to r
Rhea Bernardo has spent over 21 years in the engineering and construction industry
working as design engineer, construction manager, and construction inspector for
building and roadway construction projects for private entities and public agencies.
She has extensive knowledge and experience with building codes as well as Caltrans
standards. She is proficient in the execution of construction contracts, at the city,
state, and federal levels. Her experience includes oversight for projects that include
roadway reconstruction and rehabilitation, new and existing city intersection and
streetscape construction/rehabilitation, underground utilities, structural components
of large office buildings, condominiums, hotels and apartments. She can work
independently with the contractor and as a member of a team to get the project to a
successful completion.EXPERIENCE
21 years
EDUCATION
BS, Civil Engineering,
Mapua Institute of
Technology
LOCATION
Walnut Creek, CA
JOINED FIRM
2022
KEY PROJECT EXPERIENCE
DUBLIN CITYWIDE ENERGY UPGRADES PROJECT ($25M); City of Dublin, CA;
Construction Inspector. Rhea was the construction inspector for this design/build
project that involved the design/builder to perform an Investment Grade Audit and
develop and implement approved energy projects throughout the City. Projects
to improve energy efficiency in the City include: solar canopies and battery backup
systems, HVAC upgrades, generator upgrades, lighting upgrades, and traffic signal
power backup with hydrogen fuel cell.
DUBLIN BLVD. PAVEMENT REHABILITATION PROJECT ($3.5M); City of Dublin,
CA; Construction Inspector. Rhea was the construction inspector for this $3.5M
federally funded project which included street resurfacing of approximately 1 mile
of Dublin Boulevard between Scarlett Drive and Hacienda Drive. Work included curb
ramp replacements, cold planning and overlay, dig-out repair, pavement markings,
adjusting utilities to grade, and modifications to traffic signals, including adding traffic
cameras. As one of the City’s main commute corridors, Dublin Blvd. is three lanes in
each direction with left and right turn lanes and bike lanes and is heavily congested.
Ensuring the contractor followed approved traffic control plans was extremely
important. Within the project limits, Dublin Blvd. is surrounded by residential and
shopping / business centers and is located in a highly visible area requiring additional
public outreach. Tricia verified monthly billing requests, hosted meetings, reviewed
and responded to submittals and RFI’s, prepared federally funded documentation, and
the focal point of communication for the project team.
2020 SEWER REPAIR PROJECT, PHASE 2; San Rafael Sanitation District; Assistant
Resident Engineer/Construction Inspector. Phase 1 of the project was five urgent
repairs that were completed in 2021. Rhea is the construction inspector for Phase 2
which consists of repairing and replacing short segments of pipes between manholes,
which total approximately 2.3 miles of sewer main. The pipe sizes range from 6 inches
to 21 inches in diameter. This project also includes the replacement of 210 laterals
and rehabilitation of 27 manholes, located in the Dominican, Gerstle Park, Downtown,
and Francisco Boulevard West neighborhoods, which will take approximately
ten months to complete. Permit Compliance Inspection: performed compliance
inspections for development and public improvements for District permitted
improvements. Also, completed District reports to document work performed.
312
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - xiii
James Beauchamp, EIT
C o n st r u c t i o n I n s p e c to r
James has spent over 26 years in the construction industry as a construction inspector
on public works and highway construction projects. He is proficient in the execution of
construction contracts, as well as construction inspection at the city, state and federal
levels. His experience includes oversight for projects that include concrete bridges,
pipeline, water and sewer, water treatment, roadway and freeway AC installation, pile
driving, new and existing city intersection and streetscape construction/rehabilitation,
and utilities.
EXPERIENCE
26 years
EDUCATION
BS, Civil Engineering,
California State Polytechnic
University, San Luis Obispo
REGISTRATION/
CERTIFICATIONS
Engineer-in-Training #646
Class 1 Operator – Water
Treatment
Confined Space Certified
40-Hour HazMat Certified
Class 2 Operator – Water
Distribution
LOCATION
Walnut Creek, CA
JOINED FIRM
2015
KEY PROJECT EXPERIENCE
VARIOUS PROJECTS; City of Oakley; Construction Inspector. James served as
the Construction Inspector for multiple development, capital improvement and
permit inspection projects. Projects included new housing developments; new
City infrastructure – streets, curb/gutter/sidewalk, underground utilities, signalized
intersections and street lighting; new commercial developments including new City
infrastructure; and capital improvements projects including roadways, drainage
systems, and signals & lighting.
BUCHANAN FIELD AIRPORT RUNWAY 14L-32R REHABILITATION PROJECT
($5.5M); Contra Costa County; Construction Manager. This project is an FAA funded
airport runway rehabilitation project. The work consists of rehabilitating asphalt
concrete pavement, full width, on Runway 14L-32R, with the exception of the Runway
1L-19R intersection. Work included Cold milling, Crack repair, Full depth asphalt
and PCC pavement removal, Earthwork/Grading, Asphalt surface course, P-401,
Application of asphalt surface treatment, P-608, Runway grooving, Application of new
pavement markings, P-620, Taxiway lighting and signage modifications. Additional
work consisted of the removal and replacement of the Runway 14L-32R Medium
Intensity Runway Lighting System including new conduit, base cans, pull boxes, cable,
and LED fixtures, modifications to existing runway exit and distance remaining signs
and a new constant current regulator, Portland Cement Concrete (PCC) joint, crack,
and spall repairs and replacement of the pavement markings within the PCC runway
ends on Runway 14L-32R and 1L-19R.
STREET RESURFACING 2018-2019 ($2.8M); City of San Rafael, CA; Construction
Inspector. This project included installation of hot mix asphalt and/or micro-surfacing
treatments at various locations throughout the City. This project also included
installation of ADA compliant curb ramps, curb, gutter, and sidewalk.
MEASURE Q PAVEMENT REPAIR PROJECT 8 ($1.3M); City of Concord, CA;
Construction Inspector. This is a locally funded street improvement project that
resurfaced multiple local roads and installed replacement pavement delineation. Work
also included new concrete curb & gutter, ADA compliant curb ramps and cross street
valley gutters. James worked closely with the City and contractor to keep the public
informed of the upcoming work to minimize parking impacts.
ADDITIONAL RELEVANT PROJECT EXPERIENCE
>2017 Storm Damage Slide Repair Projects; City of San Rafael, CA; Inspector
>Chilco Street Utility Undergrounding; City of Menlo Park, CA; Inspector
>2017 Annual and Measure J&L Paving Rehabilitation; City of Orinda, CA; Inspector
>California Avenue Streetscape Project; City of Palo Alto, CA; ARE/Inspector
313
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - xiv
Andy Bodo, EIT
C o n st r u c t i o n I n s p e c to r
Andy has more than 26 years of construction management experience in bridge and
highway construction to Caltrans specifications. He has provided field inspection,
office engineering, and contract administration to Caltrans highway and bridge and
local assistance projects built to Caltrans specifications. His technical knowledge
encompasses bridge construction and demolition, active utilities crossing the bridge,
CISS piles, construction over water, stage construction, slope protection, AC paving,
striping, pavement markings, and signage, streetlights, safety, SWPPPP, and traffic
control, cast-in-place/prestressed box girder bridges, cast-in-place balanced cantilever
segmental bridge construction, precast segmental bridge, bridge falsework, masonry
soundwalls, retaining walls and MSE walls, and electrical and low-voltage system
construction, including temporary and permanent intersections, traffic signal loop
detectors, ramp metering, and fiber optic cable.EXPERIENCE
26 years
EDUCATION
BS, Construction
Engineering & Construction
Management, Western
Michigan University
REGISTRATION
Engineer-in-Training
CA #115429
LOCATION
Walnut Creek, CA
JOINED FIRM
2015
KEY PROJECT EXPERIENCE
CORTE MADERA TANK REPLACEMENT PROJECT ($5.5M); City of Palo Alto, CA;
Construction Inspector. Andy provided construction inspection services for this water
tank replacement project. Work consisted of the demolition of the existing 1.5MG
potable water reservoir and installation of a new 1.5MG potable water reservoir in the
same location. Work included grading, installation of new water piping, conduit, valves
and vault, reconstruction of the surrounding roadway and fence installation.
FREMONT BLVD WIDENING PROJECT, PHASE II; City of Fremont, CA; Structures
Inspector. Andy was structures inspector for this road and bridge/culvert widening
project. Project work included demolition and disposal of existing facilities – asphalt
pavement and pedestrian path, concrete curb and gutter, fence, and drainage
headwall; performed earthwork and roadway excavation; installed a new pedestrian
bridge, extended a triple-box culvert bridge, constructed a new retaining wall, and
installed slope and channel bed protection; installed new PCC curb and gutter,
sidewalk, driveways, and gravel driveway conforms; installed hot mix asphalt
pavement; installed bioretention areas and associated drainage; landscape and
irrigation system; installed traffic striping and pavement markings, and signs; and
raised utilities to final pavement elevation.
SOUTHSIDE COMPLETE STREETS PROJECT ($11M); City of Berkeley, CA;
Construction Field Engineer. This project improved Bancroft Way from Piedmont to
Milvia, and Dana and Fulton Streets from Bancroft to Dwight Way. Improvements
included grinding the existing roadway for a deep section of hot mix asphalt for the
bus lane, old railroad removals, and an overall 2-inch grind and overlay of RHMA
with improved roadway delineation. Other work consisted of new concrete bus pads,
raised intersection crosswalks, curb ramps, sidewalk, curb and gutter, raised islands to
separate a two-way bike lanes, signal upgrades and landscaping.
ADDITIONAL RELEVANT PROJECT EXPERIENCE
>San Bruno Grade Separation Program; Caltrain; Structures Representative
>Hercules Intermodal Transit Center San Francisco Bay Trail Project Phase 1; City
of Hercules, CA; Construction Inspector
>Roberts Road Bridge Reconstruction; Town of Los Gatos, CA; Construction
Inspector
>Charles Hill/Honey Hill/Miner Road Pavement Rehabilitation; City of Orinda, CA;
Construction Inspector 314
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - xv
Danielle White
C o n st r u c t i o n I n s p e c to r
Danielle has 19 years of experience in the construction industry in multiple capacities.
She has provided construction management for buildings, infrastructure, and public
works construction projects. Danielle has worked on sewer replacement, roadway,
concrete elements, and storm drain improvement projects. Her responsibilities have
included field inspection, job cost management, procurement, project coordination
and project close out. She has a strong working knowledge of Caltrans Construction
Manual and contract administration procedures.
EXPERIENCE
19 years
EDUCATION
BS, Construction
Management, California
State University, Chico
LOCATION
Walnut Creek, CA
JOINED FIRM
2014
KEY PROJECT EXPERIENCE
CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES; County of
Alameda Public Works Department; Field Engineer/Construction Inspector. Danielle
was the City’s field engineer/construction inspector for numerous projects reporting
to the County Supervisor Inspector. She notably worked on the Mission Blvd Corridor
Improvement Project, which extends from Highway 238 to the Hayward City Limit
in Unincorporated Alameda County. The work included undergrounding overhead
utilities, streetscape and multimodal transportation improvements, removal of
utility poles and overhead wires, improving pedestrian spaces, and enhancing ADA
accessibility. The project included improvements to crosswalks, transit stops, street
lighting, storm water quality, street trees, and new raised separated bikeways.
FY 2020-2021 GRAVITY SEWER REHABILITATION PROJECT ($5.6M); Ross Valley
Sanitary District; Construction Inspector. This project upgraded sanitary sewer for
several cities in Marin County. The project work included constructing new diversion
sanitary sewer pipelines and replacing existing pipelines by open-cut and removal and
replacement, replacing existing sanitary sewer by pipe bursting, rehabilitating existing
sewer by cured-in-place pipe (CIPP), including sawcut, excavation and backfill, shoring,
replacing laterals, disconnecting and reinstating lateral connections, abandoning
existing sewer pipelines and manholes, removing existing cleanouts and manholes,
constructing new manholes and property line cleanouts, asphalt concrete pavement
restoration, CCTV inspection, traffic control, project signs, and bypass pumping of
sanitary sewer flow. Danielle provided day to day inspection and documentation,
coordinated materials testing and ensured that all work was competed in accordance
with the contract documents and the required permit jurisdictions.
KIRKER PASS ROAD NORTHBOUND TRUCK CLIMBING LANE PROJECT ($15M);
Contra Costa County Public Works; Construction Inspector. This project was to install
a truck safety lane on one of the County’s most well-traveled commute routes. The
project constructed six retaining walls and grind and pave four lanes for approximately
two miles, related drainage improvements and restriping. Coordination occurred with
the Cities of Concord and Pittsburg, Union 76, and the Concord Pavilion. This project
was funded by multiple sources including federal, state, and local.
ADDITIONAL RELEVANT PROJECT EXPERIENCE
>Capuchino High School & Vicinity Sewer Capacity Upgrade Project; City of San
Bruno, CA; Field Engineer/Construction Inspector
>Sewer Modernization Program–Hillcrest Subbasin 3; City of Millbrae, CA; Field
Engineer/Construction Inspector
>Sewer Modernization Program–Madrone Subbasin 1 & 2; City of Millbrae, CA;
Field Engineer/Construction Inspector
315
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - xvi
Kevin Dickens
C o n st r u c t i o n I n s p e c to r
Kevin has over 40 years of experience in the construction of public works and
water infrastructure projects. He has acted in the role of construction supervisor
and inspector on behalf of cities and utility agencies providing clear direction and
explaining plans and contract terms in a clear and understandable way. He is safety
conscious and detail oriented, as well as innovative, adept at finding engaging ways
to motivate construction teams to exceed expectations and maintain high standards.
As a supervisor on construction sites, Kevin collaborates successfully with engineers,
owners, city officials and construction staff to complete multi-million-dollar projects.
Kevin has extensive experience with water systems, pipelines, tanks, mechanical and
electrical systems, with underground utilities, roadway improvements including failure
repairs, HMA overlay and paving, and signalized intersections.EXPERIENCE
40 years
TRAINING
Management & Leadership
Training Program, Public
Works Utilities Waterworks
Management Institute
LOCATION
Walnut Creek, CA
JOINED FIRM
2016
KEY PROJECT EXPERIENCE
SUTTER AVENUE URBAN GREENING, PHASE 1 ($3.6M); City of San Pablo, CA;
Construction Inspector. This project replaces and installs storm drain infrastructure
to provide storm water capture and treatment and to reduce flooding in the Sutter
Avenue neighborhood. The Project replaces storm drain pipes and inlets, installs
new storm drain pipes, manholes, inlets, associated stormwater facilities, suspended
pavement modular systems, precast modular bioretention units and plants new trees.
The Project also performs typical roadway maintenance including replacement of
curbs, sidewalks and curb ramps, slurry seal and new striping.
ANNUAL AND MEASURE J&L PAVING REHABILITATION PROJECT ($10M); City
of Orinda, CA; Construction Inspector. Kevin was one of the construction inspectors
for this project that was funded from both local and County funds. The project
reconstructed 62 streets all over the City. Roadway rehabilitation method was
primarily through Full Depth Reclamation, with only one location performing a 3-inch
mill and fill of the existing roadway. The project also replaced numerous storm
drain systems and replaced damage concrete lined ditches. Re-establishing utilities
and survey monuments in the new roadway, replacement HMA dike & ditches and
roadway striping were also part of the project work.
POPLAR CORRIDOR SAFETY IMPROVEMENT PROJECT; City of San Mateo, CA;
Construction Inspector. The project constructed a median island on Poplar Ave from
Amphlett Blvd to Idaho St, as well as traffic calming improvements along Humboldt St.
from Peninsula Ave to E. Poplar Ave as a result of the traffic diversion. Traffic calming
improvements included: bulbouts at College/ Humboldt intersection and mid-block
in front of the court house, landscaping with new trees, pedestrian level lighting,
radar feedback signs, and signal upgrades at Humboldt/Poplar. Kevin performed
construction inspection and daily documentation of contractor’s activities. He was a
backup inspector to the primary inspector on the project.
ADDITIONAL RELEVANT EXPERIENCE
>Saratoga Avenue Water Main Replacement ($650k); San Jose Water Company;
Project Manager/Construction Inspector
>Iron Horse Lane Water Main Replacement Project ($2M); Alameda County Water
District; Construction Inspector
>Johansen Avenue Water Main Replacement ($375k); San Jose Water Company;
Construction Oversight
316
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - xvii
Larry Cornelius
C o n st r u c t i o n I n s p e c to r
Larry’s experience in the construction industry includes construction inspection roads,
underground utilities including water, sewer, storm drain, mass grading, levees, signals
and lighting, and roadway rehabilitation projects. He has intimate knowledge of
Caltrans standards as well as the Green Book. He is skilled in construction inspection,
materials testing, concrete sampling, asphalt pavement inspection, and concrete
placement, excellent communication skills, progress pay estimates and quantity
calculations, and effective teaming with contractors, designers, oversight agencies,
and the general public.
EXPERIENCE
30+ years
CERTIFICATIONS AND
TRAINING
California Standard Test
Methods: 201, 202, 216,
217, 226, 227, 231, 375,
518, 533, 539-541
Nuclear Gauge Certified,
ACI Level 1, Concrete
Technician
LOCATION
Walnut Creek, CA
JOINED FIRM
2022
KEY PROJECT EXPERIENCE
VARIOUS DEVELOPER PROJECTS CONSTRUCTION INSPECTION AND MATERIALS
TESTING; Contra Costa County Public Works – Design and Construction, Contra Costa
County, CA; Construction Inspector. Larry worked as the construction inspector for
multiple developer projects ranging in cost from $2M to $20M, as well as materials
testing support needs. Larry’s specific inspection and materials testing duties included
curbs, gutters and sidewalks, storm drains, water mains and laterals, sewer mains and
laterals, roadway pavement, and signals and street lighting.
UNION CITY BLVD. BIKE LANE PROJECT ($17M); City of Union City, CA;
Construction Inspector. Larry is the construction inspector for this bike lane and
roadway improvement project. The scope of work includes the completion of bike
lane gap between Smith St and Alameda Creek Bridge (Fremont City Limits and
Buffererd Bike Lanes), improving overall bike access to local trails and bikeway
network to and from schools and parks including improvements from Delaine
Elementary School on Rocklin Dr. and improved access to regional trails, improving
pedestrian and bicycle crossings at signalized intersections, completing pavement
rehabilitation along Union City Blvd within the project limits, and improving overall
lighting and drainage infrastructure.
DOUGHERTY VALLEY DEVELOPMENT, CONTRA COSTA COUNTY, SAN RAMON,
CA; Contra Costa County Public Works – Design and Construction, Contra Costa
County, CA; Construction Inspector. This project was constructed by Contra Costa
County as the Dougherty Valley Development that was turned over to become part
of the City of San Ramon. The development included numerous individual projects
ranging in construction cost between $5M and $30M. These were federally funded
projects and developer funded projects and consisted of County oversight and
inspection of brand-new city roadways, traffic signal installations, various types of
box culvert construction, concrete box girder bridge construction, parks, schools,
storm drain, water, sewer utility installations. Some specialty projects included the
construction new schools (K-12), high school artificial turf soccer field, and parks.
ADDITIONAL RELEVANT EXPERIENCE
>South Broadway Water Main; Contra Costa County Public Works; Construction
Inspector
>Countywide Surface Treatment Projects ; Contra Costa County Public Works;
Construction Inspector
317
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - xviii
Pablo Galindo
C o n st r u c t i o n I n s p e c to r
Pablo has over 30 years of experience in the construction industry for highway,
roadway, and underground utility improvement projects. He has extensive knowledge
of Caltrans standards and has been a general construction foreman for various
construction contractors for the past 15 years. He has experience with earth work
and pavement renovation including grading, backfill and compaction, curb, gutter
and sidewalk, HMA paving, sanitary sewer, and underground, electrical and signal
improvements. He has excellent communication skills and knowledgeable in the
organization methods to construct complicated projects.
EXPERIENCE
31 years
CERTIFICATION
40-Hour HazMat
LOCATION
Walnut Creek, CA
JOINED FIRM
2023
KEY PROJECT EXPERIENCE
BOLIVAR DRIVE IMPROVEMENTS; City of Berkeley, CA; Construction Inspector. This
project is a developer funded roadway improvement project for the City of Berkeley.
The project is part of a major development by LB2 and Lane Partners, formally known
as Berkeley Commons for life science and biotech research and development facilities.
As part of the project, the developer is required to improve Bolivar Drive and the
Berkeley Aquatic Park area. The project reconstructs Bolivar Drive from Addison Street
to the Dreamland playground, installs a pedestrian/bike path, and provides communal
grounds. The path along Bolivar Drive, will be planted with thousands of mostly native
plants. The project work will also include sanitary sewer, undergrounding overhead
utilities and drainage improvements. Pablo is providing inspection for contract
compliance, performing field measurements of completed work, documenting work
with daily reports and photographs and assisting the construction management team
with any other needs.
GILMAN SEWER PROJECT; City of Berkeley, CA; Construction Inspector. Pablo was
the construction inspector and oversaw the installation of approximately 400-ft. of
6-inch force main and 300 ft. of 6-inch gravity sewer in Gilman Avenue underneath
Interstate 80. The force main was installed inside a 12-inch steel casing, and the force
main was supported inside the casing. The contractor also installed two manhole
structures. Groundwater and contaminated soils were also of concern during the
installation. The work was part of a larger Caltrans project which included installation
of this sewer main under a separate joint use agreement.
MONUMENT BOULEVARD CLASS 1 PATH PROJECT ($4M); City of Concord,
CA; General Foreman. Pablo was the construction contractor’s general foreman
on this federally funded project that constructed a new Class 1 pervious concrete
path along Monument Blvd. between Walters & Cowell with signal improvements
at both intersections. Other project work includes storm drain improvements,
concrete replacement work, roadway repairs & resurfacing, and planting & irrigation
improvements.
ADDITIONAL RELEVANT PROJECT EXPERIENCE
>Highway 101 & Tully Road On-ramp, Culvert Replacement; City of San Jose, CA;
General Foreman
>Various Curb Ramp Improvements Project; City of San Jose, CA; Construction
Superintendent
>Multiple Freeway Slab Replacement Projects; California Department of
Transportation; Construction Superintendent
318
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - xix
Rolando Calvo
C o n st r u c t i o n I n s p e c to r
Rolando has more than 40 years of extensive work experience in engineering and
construction projects, specialized in construction inspection, project monitoring,
and management of large and complex infrastructure projects including but not
limited to construction of sewerage system, pump station, force main, effluent pond
sludge drying facilities, watermains, recycled waterlines, and drainage improvement
projects. Rolando also has knowledge and experience in HMA pavement construction,
rehabilitation, and maintenance, as well as roadway concrete improvements including
curb, gutter, sidewalk and curb ramp construction. Rolando has assisted to complete
projects on schedule and within budget in accordance with contract requirements.
He has performed inspection of construction activities to ensure conformance with
approved contract document. He has worked with private companies, various utility
companies, numerous agencies, and the public. His experience, ability to work well
with others, and attention to detail is a benefit to all projects.
EXPERIENCE
40+ years
EDUCATION
BS, Civil Engineering,
University of the City of
Manila, Philippines
CERTIFICATIONS AND
TRAINING
Certificate, Pipeline
Assessment Certification
Program
Certificate, HAZWOPER,
Compliance Solution
Certificate, Fundamentals
of Inspection Practice,
UC Berkeley Institute of
Transportation Studies
Certificate, Asphalt
Pavement Design,
Construction and
Maintenance, UC Berkeley,
ITS
Certificate, OSHA 3010,
Excavation, Trenching and
Soil Mechanics
Certificate, OSHA 2264,
Permit Required Confined
Spaces Entry
LOCATION
Walnut Creek, CA
JOINED FIRM
2023
KEY PROJECT EXPERIENCE
DUBLIN CITYWIDE ENERGY UPGRADES PROJECT ($25M); City of Dublin, CA;
Construction Inspector. Rolando was the construction inspector for this design/build
project that involved the design/builder to perform an Investment Grade Audit and
develop and implement approved energy projects throughout the City. Projects
to improve energy efficiency in the City include: solar canopies and battery backup
systems, HVAC upgrades, generator upgrades, lighting upgrades, and traffic signal
power backup with hydrogen fuel cell.
2020-21 STREET RESURFACING PROJECT ($3M); City of Daly City; Construction
Inspector. Rolando performed inspections for this $3M project that included asphalt
concrete (AC)/hot mix asphalt (HMA) grinding and paving. Scope of inspection
included installation of new concrete sidewalk, curb and gutters; construction of
Americans with Disability Act (ADA) compliant curb ramps and driveways; installation
of thermoplastic striping and markers, re-setting or relocation of existing signs and
sign posts; reconstruction of top of catch basins, construction of new catch basins,
and resetting of survey monuments.
MISSION STREET STREETSCAPE PROJECT; City of Daly City; Construction
Inspector. Rolando performed field inspection and monitored contract work to ensure
compliance with plans and specifications. Project work consisted of bulb out and curb
ramp improvements, landscaped median widening with new irrigation and planting,
roadway base repairs and slurry seal, new traffic striping/pavement markings,
high visibility crosswalks, pedestrian street lighting, and pedestrian safety signage
improvements along Mission Street from Crocker Avenue to Templeton Avenue.
ADDITIONAL RELEVANT EXPERIENCE
>Various Capital Improvement Projects and Permit Inspections; City of San Rafael
Sanitation District; District Employee
>Wet-Weather Program Iⅈ City of South San Francisco; Construction Inspector
>Connemara Subdivision Development Project; City of Pacifica; Construction
Inspector
>Redwood City Recycled Water Project; City of Redwood City; Construction
Inspector
319
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - xx
Jim Auser is a licensed Civil Engineer in the State of California and has developed
a significant amount of hands-on experience during his 29-year career in the
construction industry. As a registered civil engineer, he provides significant levels
of support to our clients in his role as project manager and responsible engineer.
His project specific duties cover a wide range of services, including mix design
preparation, job specification review and review of project construction submittals. He
provides engineering oversight for BSK’s field inspectors/technicians. Jim specializes
in concrete construction and their constituents, as well as in the development of
specialty load test applications. He is flexible, creative and cost conscious in his
engineering approach, and consistently works cooperatively with project teams at all
levels.EXPERIENCE
29 years
EDUCATION
BS, Civil Engineering,
California State University,
Chico
REGISTRATION
Professional Engineer CA
#59941
CERTIFICATIONS AND
TRAINING
Radiation Safety and Use
of Nuclear Gauges
ACI Field Testing Technician
Grade I
ICC
Reinforced Concrete
Structural Masonry
Prestressed Concrete
LOCATION
Livermore, CA
JOINED FIRM
2008
KEY PROJECT EXPERIENCE
ON-CALL GEOTECHNICAL ENGINEERING AND SPECIAL INSPECTION SERVICES;
City of Pleasanton, CA; Senior Materials Engineer. As senior materials engineer,
Jim has served as the responsible engineer with BSK’s current on-call geotechnical
engineering, materials testing/special inspection services contract with the City. Jim
has served in this role through multiple contract periods, beginning in 2008 to the
current fiscal year.
ON-CALL MATERIALS TESTING AND SPECIAL INSPECTION, DALTON RESERVOIR
REPLACEMENT TASK ORDER; City of Livermore, CA; Materials Engineer. Jim
served as the Materials Engineer for this project. BSK provided support for coating
inspections, special inspection and materials testing services to the project owner, the
City of Livermore, coordinating directly with the City’s project team. As a task order
to an on-call environmental/geotechnical and materials testing contract with the City
of Livermore, this project replaced the existing 2-million-gallon steel water reservoir
(Dalton Reservoir) with a new 3.41-million-gallon steel reservoir on a 5.7-acre site.
SANTA FE ROAD BRIDGE REPLACEMENT PROJECT; Stanislaus County, CA;
Responsible Engineer. The $14.3 million bridge replacement project was necessary
after the existing bridge was deemed to be functionally obsolete and was largely
funded with federal and state funds. Jim served as BSK’s Responsible Engineer for the
earthwork, concrete, and reinforcing steel elements during construction.
2018 URBAN PAVEMENT PRESERVATION PROJECT, TASK ORDER FOR
MATERIALS TESTING ON-CALL SERVICES CONTRACT; Stanislaus County, CA;
Responsible Engineer. The 2018 Urban Pavement Preservation Project consists of the
application of rapid setting slurry and asphalt rubber chip seal on 17 miles of roadway
in Stanislaus County. Jim serves as BSK’s Responsible Engineer for the earthwork,
concrete, hot-mix asphalt pavement and slurry/chip seals during construction.
WARNERVILLE ROAD AND BENTLEY ROAD ROADWAY RECONSTRUCTION;
Stanislaus County, CA; Responsible Engineer. The project incorporated two methods
of full-depth reclamation of existing materials (lithtec and cement stabilization) along
with hot-mix asphalt pavement and chip seal application.
Jim Auser, PE
Re s p o n s i b l e M ate r i a l s E n g i n e e r
320
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - xxi
Dennis Ness has over 25 years of construction inspection experience, is highly
certified, and has significant hands-on experience in special inspection, including CWI
welding inspections. He has also earned the ICC certification of “Master of Special
Inspection”. He communicates well with project design professionals, construction
and inspection teams, subcontractors, and local building officials. Mr. Ness has
extensive working knowledge of the various building codes and materials compliance
testing procedures and is adept in applying his expertise. He serves as a special
inspector for BSK. He is flexible, creative, and cost- conscious in his engineering
approach, and consistently works cooperatively with project teams at all levels.
EXPERIENCE
25 years
CERTIFICATIONS AND
TRAINING
AWS-Certified Welding
Inspector (CWI)
ICC-Master of Special
Inspection
ICC-Reinforced Concrete
ICC-Structural Masonry
ICC-Structural Steel
ICC-Spray-Applied
Fireproofing
ACI-Certified Concrete
Field Technician
ACI-Epoxy Adhesive Anchor
Inspector
Nuclear Moisture/ Density
Gauge
LOCATION
Tracy, CA
JOINED FIRM
2004
KEY PROJECT EXPERIENCE
DALTON RESERVOIR REPLACEMENT; City of Livermore, CA; Lead Special Inspector.
The project replaced the aging existing 2-million-gallon potable water storage tank
with a new 3.4-million-gallon steel reservoir. Dennis served as lead special inspector
with a primary focus on structural steel welding inspection of the reservoir tank.
Dennis provided inspection for more than 20,000 linear feet of welds and nearly 1.25
million pounds of steel materials.
ON-CALL MATERIALS TESTING AND SPECIAL INSPECTION, BRISA STREET
SANITARY SEWER PROJECT TASK ORDER; City of Livermore, CA; Special Inspector.
Dennis served as special inspector during the installation of a new underground
30” diameter pipeline. His scope of work included field welding inspection and
observation of high-pressure grouting operations.
PINOLE-HERCULES WATER POLLUTION CONTROL PLANT UPGRADES AND
EXPANSION ($48M); City of Pinole, CA; Primary Special Inspector. With this project,
every treatment process had to be updated except for digestion. Dennis was the
primary special inspector for the concrete and structural steel project elements.
The overall facility improvements were designed to increase wet-weather discharge
capacity and included a new larger capacity treated effluent pipeline, new secondary
clarifiers, influent and effluent pump stations, and aeration tanks.
HIGHWAY 120 AND UNION ROAD DIVERGING DIAMOND INTERCHANGE;
City of Manteca, CA; Concrete Materials Tester. Dennis has served as concrete
materials tester for the quality assurance services to this project. As part of the City
of Manteca’s Construction Management Team, he provided materials sampling and
testing services for concrete at the supplier and onsite in accordance with Caltrans
specifications and provisions.
CASTLEWOOD SERVICE AREA ZONE 2 REDWOOD WATER TANKS
REPLACEMENT; Alameda County, CA; Special Inspector. Dennis was the special
inspector for this project handling the vast majority of the welding inspections and
source inspections. This project addressed the geologic aspects as the site is in
Castlewood, a neighborhood in Pleasanton well known for having landsliding and
faulting issues. The project consists of the replacement of two existing 100,000-gallon
redwood storage water tanks that have been experiencing significant leaking for years
with two new 150,000-gallon steel tanks. The project site is located inside an Alquist-
Priolo Earthquake Fault Zone and a Landslide Hazard Zone. BSK also served as the
geotechnical engineer-of-record.
Dennis Ness
S p e c i a l I n s p e c to r
321
Construction Management and Inspection Services | City of Dublin | July 2025 | Appendix - xxii
Matt Lagerstrom has over 17 years of experience in construction inspection, materials
testing and soils observations throughout California. He has worked on a variety of
municipal, educational, healthcare, commercial and residential projects and has
performed field inspections and laboratory testing in accordance ASTM (American
Society for Testing and Materials), the California Department of Transportation Test
Methods (CTM), and among others. Mr. Lagerstrom effectively interfaces with both
the Construction Services Group and the Geotechnical Engineering Group, providing
field and laboratory support for both groups through his wide range of services
encompassing soils, concrete, and Hot-Mix Asphalt paving.
EXPERIENCE
17 years
CERTIFICATIONS AND
TRAINING
Caltrans
125, 231, 375
CPN Nuclear Gauge
Operator
LOCATION
Livermore, CA
JOINED FIRM
2015
KEY PROJECT EXPERIENCE
ON-CALL MATERIALS TESTING AND SPECIAL INSPECTION, SANITARY SEWER
REPLACEMENT TASK ORDER; City of Livermore, CA; Materials Tester/Special
Inspector. Matt has served as materials testing/inspector with project task orders to
include the Brisa Street sanitary sewer replacement which involved replacement of
approximately 10,225 lineal feet of pipe with trench depths varied from 4 feet to 7.5
feet.
ON-CALL MATERIALS TESTING/QUALITY ASSURANCE TESTING FOR ANNUAL
ROADWAY REHABILITATION PROJECTS AT VARIOUS LOCATIONS; City of Walnut
Creek, CA; Compaction Tester. Matt provided compaction testing for roadway
overlay dig outs and hot-mix asphalt batch plant inspections and testing to support
numerous segments of roadway throughout the City of Walnut Creek, with some of
the projects received federal funding. All materials testing work was performed in
accordance with Caltrans and City specifications. He also functions as an extension of
the City for some inspection services.
ON-CALL MATERIALS TESTING/CENTENNIAL PARK PHASE I TASK ORDER;
City of El Cerrito, CA; Lead Materials Tester. Matt was the lead materials tester to
this project along the Ohlone Greenways which was funded in part by an East Bay
Regional Park District Measure WW grant.
ON-CALL CONTRACT TASK ORDER, ALHAMBRA VALLEY BRIDGE REPLACEMENT;
City of Martinez, CA; Soils Compaction Tester. This emergency project constructed a
single span, pre-cast prestressed voided slab bridge approximately 60 feet long and
40 feet wide supported on concrete abutments on driven piles. Matt supported this
Caltrans designed project with soils compaction testing, hot-mix asphalt compaction
testing, concrete field sampling and testing, and plant supplier sampling.
I-80/CENTRAL AVENUE OPERATIONAL IMPROVEMENTS, PHASE I; City of
Richmond, CA; QA Materials Testing. The I-80/Central Avenue interchange is a
tight-diamond configuration providing full access to the I-80 freeway. Improvements
were designed to Caltrans Standards to relieve congestion. Matt provided Quality
Assurance testing materials testing to the Resident Engineer on the entire project to
include soils, aggregate base, Hot-Mix Asphalt, and concrete.
Matt Lagerstrom
M ate r i a l s Te ste r / S p e c i a l I n s p e c to r
322
CITY OF DUBLIN
CONSTRUCTION MANAGEMENT
AND INSPECTION SERVICES
JULY 25, 2025
STATEMENT OF QUALIFICATIONS
323
TABLE OF CONTENTS
TABLE OF CONTENTS
01 COVER LETTER 1
02 QUALIFICATIONS & EXPERIENCE 2
03 PROJECT REFERENCES 3
04 KEY PERSONNEL 4
05 PROJECT APPROACH 6
06 RATE SCHEDULE 8
07 REQUIRED STATEMENTS 5
APPENDIX - RESUMES
324
July 25, 2025
Julius Pickney - Management Analyst II City of Dublin, Public Works Department 100 Civic Plaza Dublin, California 94568
Statement of Qualifications – Construction Management & Inspection Services
Dear Mr. Pickney,
Dublin’s capital improvement projects require construction management partners who deliver with expertise, responsiveness, and consistency. GFT Infrastructure Inc. (GFT) is proud to submit our Statement of Qualifications for Construction Management and Inspection Services, bringing a seasoned team you already know and trust, ready to step in wherever and whenever needed.
Formerly known as Gannett Fleming, Inc., GFT rebranded on May 30, 2025, while retaining the same Federal Employer Identification Number (FEIN) and DUNS (60-915-3887). With over a century of engineering excellence and a strong regional presence, GFT is well-positioned to support the City of Dublin’s construction management needs.
We remain the firm you know and trust, now with expanded resources to provide the City with responsive, high-quality service. Our team brings deep expertise in construction means and methods, inspection and safety protocols, and documentation practices aligned with the latest version of the City’s Standard Plans and Caltrans LAPM requirements.
You know our team. You’ve seen our work. And you can continue to rely on our proven track record of success in the City of Dublin.
For all RFQ-related communication, please contact: Kellen MacPhee, PE - Project Manager, GFT Infrastructure, Inc. 1000 Burnett Avenue, Suite 445, Concord, CA 94520 | kmacphee@gftinc.com (415) 470-1757
John Collins, PE, as Vice President, Construction Services, Northern CA, is authorized to represent GFT, Infrastructure Inc., in contractual issues. He can be reached via cell at (510) 774-9039 or email at jcollins@gftinc.com.
We appreciate the opportunity to support Dublin’s infrastructure goals and look forward to the possibility of working together once again to deliver reliable, high-quality construction management services.
Respectfully Submitted,
SECTION 1. COVER LETTER
1000 Burnett Avenue, Suite 445 | Concord, CA 94520 | Phone: (925) 655-6425 | www.gftinc.com
Kellen MacPhee, PE
Project Manager GFT Infrastructure, Inc.
John Collins, PE
Vice President Construction Services, Northern CA GFT Infrastructure, Inc.
325
2SECTION 2 QUALIFICATIONS AND EXPERIENCE
QUALIFICATIONS AND EXPERIENCE
Strategic Partnerships that Strengthen Project Delivery
GFT has a proven track record of delivering high-quality, on-time, and on-budget projects in close partnership with our trusted subconsultant BSK Associates (BSK), leveraging their specialized expertise and local knowledge to exceed client expectations.
About GFT
GFT Infrastructure, Inc. is a nationally recognized, full-service engineering and architecture firm delivering integrated solutions across transportation, water, facilities, construction management, power, and IT sectors.
Founded in 1915, GFT has grown to over 5,000+ professionals, including 1,100+ construction management and inspection (CMI) experts. 130+ offices nationwide, 21 in California. Our Construction Services Group has managed over $2.5 billion in projects over the past five years and currently oversees $500 million annually.
We bring deep expertise across all phases of construction, and a proven track record of performing CMI Services, including:
Project Management and Coordination with Caltrans and in accordance with LAPM. Utility coordination and construction engineering. Falsework design and review. Change to Quality Control/Quality Assurance.
Our commitment to quality, innovation, and continuous improvement is embedded at every level of our organization, ensuring high-value outcomes for our clients and the communities we serve.
Our Subconsultant Team
For this contract, GFT has assembled a team of professionals who have successfully worked together on previous projects for the City of Dublin. Their familiarity with your staff, facilities, and expectations, combined with their proven ability to function as a cohesive unit, ensures your projects will be delivered efficiently, collaboratively, and on time.
We included BSK Associates as a subconsultant to provide materials testing/special inspection services for these projects. BSK has worked with the City for over 21 years, and is familiar with your staff, facilities, and projects.
BSK Associates (BSK), BSK brings a proven team of construction-materials testers, geotechnical engineers, environmental scientists, and laboratory specialists. With nearly six decades of experience serving public-sector clients, including on-call support to the City of Dublin since 2004, BSK employs roughly 200 professionals from offices and laboratories across California and Washington, anchored by its full-service hub in Livermore. BSK’s capabilities include:
State-certified lab for Federal Aid Project material testing. Field and Laboratory Compaction Testing (Caltrans and ASTM methods). Plant inspection. Special Inspections. Public Works Inspection.
SECTION 2
326
3SECTION 3 PROJECT REFERENCES
PROJECT REFERENCES
Proven Performance—Our Clients Say It Best.
As demonstrated in our project profiles and references, we serve as trusted representatives in the field, safeguarding our clients’ interests throughout every phase of the project.
SECTION 3
On-Call Resident Engineer and Construction Inspection Services | Sonoma County DOT and Public Works, Sonoma County, CA
GFT provides on-call engineering and inspection services to Sonoma County for various transportation infrastructure projects, such as roadways, bridges, traffic signals, and other CIP projects. GFT manages construction activities, ensures compliance with plans, coordinates with utilities, and supports communication between the County and contractors. Task Order #7 covers construction oversight of the $9.4M Geysers Road Bridge Replacement, involving a new two-lane bridge, improved safety, drainage, and environmental features. GFT oversees construction, compliance documentation, and subconsultant coordination with BSK, while preserving the original bridge as a historic landmark. Reference: Anthony Moore, Senior Civil Engineer; (707) 565-2958; anthony.moore@sonomacounty.org Duration: 2024 - Ongoing
On-Call Construction Management and Inspection Services | City of Napa
GFT provided construction management, inspection, and oversight of materials testing for three City Public Works projects totaling $7.7M. Work included sidewalks, curbs, storm drains, FDR, and HMA overlays. GFT was responsible for contract administration, payments, change orders, QC/QA monitoring, and claims. Projects included Laurel St. Rehabilitation, Westwood Ave., and Salvador Ave. Reference: Joe Carrion, City Construction Manager; (707) 257-9235; jcarrion@cityofnapa.org; Duration: 2024 - 2025
On-Call Project and Construction Management | City of Dublin
GFT provides project and construction management, engineering, inspection, and materials testing under an on-call contract. For the Iron Horse Nature Park and Green Stormwater Infrastructure projects ($6.8M), GFT coordinated utility relocations with PG&E and managed change orders to replace shallow gas and water lines, mitigating delays. At Wallis Ranch Community Park ($9M), GFT oversees construction of an 8.85-acre recreational facility featuring sports courts, playgrounds, and site improvements including paving, bioswales, and electrical systems—ensuring quality, coordination, and on-time delivery across all phases. Reference: Laurie Sucgang, PE, Asst Public Works Director, City Engineer; (925) 833-6630; laurie.sucgang@dublin.ca.gov Duration: 2017 - Ongoing
327
4SECTION 4 KEY PERSONNEL
KEY PERSONNEL
Leadership You Know and Trust
A contract of this importance deserves the commitment of the best people. We have crafted a team that meets all of the technical requirements, has an understanding of the City’s goals and objectives, and can integrate seamlessly into this on-call contract to maintain consistency and continuity on projects. The City can be confident that projects under this contract are in capable hands, backed by the following strengths:
Extensive Experience: Trusted advisors to the City of Dublin and numerous other cities and local agencies, delivering major projects on time and within budget. Proven Responsiveness: Prompt and effective coordination with the City, designers, and stakeholders to resolve issues and maintain project momentum. Collaborative Leadership: A cooperative, communicative, and collaborative approach that positions our team as true allies to the City.
SECTION 4
KEY PERSONNEL
John Collins, PE
As Project Principal, John brings over 37 years of construction and project management experience on on-call contracts in the public and private sectors. John will provide advisory support and be responsible for enforcing and administering the contract; committing firm resources, and making sure that all critical schedule and budget milestones are met on this contract.
Kellen MacPhee, PE
As Project Manager and Primary Point of Contact, Kellen brings more than 19 years of experience delivering transportation and infrastructure projects. He has managed multiple City of Dublin projects and is well-versed in Caltrans standards and safety protocols. Kellen will be responsible for providing project oversight and leadership throughout the contract to meet budget and schedule requirements, and making sure that constant communication is maintained throughout all phases of the project.
Hank Doll, PE, QSD/P
With 37 years of experience in transportation infrastructure construction, Hank is an expert in bridges, highways, and constructability reviews. He serves as a Subject Matter Expert in falsework and prestressing systems. As Resident Engineer, Hank will lead field operations as related to all pre-construction, construction and post-construction activities.
SECTION 7 REQUIRED STATEMENTS
Professional Services Agreement
GFT has no exceptions to the provisions of the Sample Professional Services Agreement.
Conflict of Interest
GFT is not aware of any potential conflicts.
Insurance Requirements
GFT shall provide insurance coverage as follows in conformance with the City of Dublin’s Requirements:
General Liability Insurance: $2,000,000 Automobile Liability Insurance: $2,000,000 Professional Liability Insurance: $10,000,000 Workers’ Compensation Insurance: $1,000,000
328
5SECTION 4 KEY PERSONNEL
OFFICE ENGINEER
Angela Smith, EIT
INSPECTORS
Asheton DollMario Figueroa, EITBrian Barcelona
RESIDENT ENGINEERS
Hank Doll, PESamantha Overton-Katz, PEDennys Sudarma, PE, ENV SP
MATERIAL TESTING
James K. Auser, PE (BSK)Randy Cortez (BSK)
STAFF QUALIFICATIONS & AVAILABILITYGFT has the extensive resources and proven experience to manage multiple projects concurrently, ensuring full dedication of staff, efficient resource utilization, and successful project delivery on schedule and within budget, while maintaining high-quality standards and responsiveness throughout the contract duration. Given the on-call nature of this contract, staff will be 100% available for the duration of any assignment to ensure successful project delivery. Assuming the hourly limits detailed in the Standard Consulting Agreement, we have provided the percentage available for each team member, including their commitment to this contract and other ongoing assignments.
John Collins, PE
Project Principal
Kellen MacPhee, PE
Project Manager
Hank Doll, PE, QSD/P
Resident Engineer
Availability Table
Name Role Year of Experience % Available to Dublin % on Other Assignments
John Collins, PE Project Principal 37 50%50%
Kellen MacPhee, PE Project Manager 19 85%15%
Hank Doll, PE, QSD/P Resident Engineer 37 75%25%
Samantha Overton-Katz, PE Resident Engineer 9 80%20%
Dennys Sudarma, PE, ENV SP Resident Engineer 8 90%10%
Angela Smith, EIT Office Engineer 26 90%10%
Asheton Doll Inspector 6 90%10%
Mario Figueroa, EIT Inspector 7 90%10%
Brian Barcelona Inspector 31 90%10%
James Auser, PE Materials Testing 29 as needed as needed
Randy Cortez Materials Testing 15 as needed as needed
ORGANIZATION CHART
Our Team is committed to the City of Dublin for the duration of the contract. GFT will not substitute team members without City of Dublin approval.
329
6SECTION 5 PROJECT APPROACH
PROJECT APPROACH
Familiarity with City of Dublin Policies and Procedures
GFT offers proven expertise in municipal project management, having delivered diverse capital improvement projects, including for the City of Dublin, from planning through close-out. Our proactive approach starts with strategic planning and continues through coordinated efforts with contractors and stakeholders. Led by seasoned construction specialists, we prioritize communication, collaboration, and detailed documentation to help safeguard the City from costly claims and delays, ensuring quality results from day one. Major tasks are summarized below.
SECTION 5
Construction Management Scope of Services TableTask 1 – Pre-Construction ServicesFeatureFunction Deliverable
Biddability, Constructability Review
Review contract documents for biddability and constructability. Review plans, specifications, and estimates for potential issues that could lead to delays, disputes, and change orders during construction.
Biddability/constructability recommendations. Issue bid addendums
Design Team Coordination
Provide construction-specific recommendations to the design team. Review and comment on construction and logistics plans.
Construction Input and Logistics Plan Comments
Pre-Construction Meeting
Discuss project specifics and expectations with the contractor, utilities and other stakeholders. Discuss schedule, milestones, safety, labor compliance, coordination, and project documentation procedures.
Agenda and meeting minutes
Task 2 - Construction Management Services During Construction
Project Records & Documentation
Implement & maintain project records per Caltrans LAPM, City of Dublin procedures. Includes correspondence, RFI’s, submittals, daily reports, photos, force accounts, progress payments, change orders, etc.
Project records per Caltrans LAPM & references noted
Construction Inspection
Observe, photograph, document, and report on project progress, significant discussions, and daily construction activities. Interpret drawings and specifications and discuss deviations. Verify compliance with plans and specifications.
Daily Reports Photos Q-sheets Extra work & Force account verification
Weekly Progress Meetings
Conduct weekly progress meetings to discuss schedule, RFI’s, submittals, progress payments, CCO’s, issues, etc.
Agenda & minutes RFI & Submittal Logs 3-week schedules
Coordination Coordinate and correspond with contractors and other outside agencies. Act as liaison for the City through the City’s PM. Correspondence
330
7
Statement of Qualifications – On-Call Construction Management Services Contract
SECTION 5 PROJECT APPROACH
Construction Management Scope of Services Table
RFI’s & Submittals
Review & respond to RFI’s & Submittals for compliance with contract requirements. Coordinate reviews required by the City or designer.
RFI & Submittal Logs Review/Track COCs
Baseline & Monthly Schedule Updates
Review and approve the contractor’s baseline CPM schedule. Monitor monthly CPM updates & 3-week schedules.
Issue Weekly Statement of Working Days.
CPM schedules 3-week schedules Reviews & analysis WSWD
Progress Payments
Review contractors’ monthly pay requests. Verify pay items. Prepare Q-sheets & progress estimate for City execution.
Q-sheets & calcs Progress estimate per City format
Change Orders
Review potential change orders for merit. Prepare independent cost estimate & schedule analysis. Negotiate and prepare change orders for City review & execution.
CCO documentation per City format CCO Log
Safety Monitor contractor’s operations for compliance with their safety program & approved traffic control plans (TCP). Review TCPs per City process.
Contractor’s safety program Traffic control plans
Special Inspections and Materials Testing (BSK)
Verify compliance with Caltrans LAPM Material and Testing Requirements and the City of Dublin Building and Safety Division’s “Special Inspection and Testing. “Agreement”
Test reports Field DFRs Lab Results
Dispute & Audit representation
Attend and represent the County in any dispute meetings and audits (as applicable).
Resolve claims in accordance with contract requirements.
Consultant shall be fair in all negotiations but maintain the County’s best interests.
Claims documentation in accordance with contract
Task 3 – Post-Construction Services
Punch List Prepare punch list & verify completion of items. Punch List
Final Inspection & Acceptance
Conduct final inspection with City.
Recommend acceptance of work in writing and assist with generating the Notice of Completion.
Final Acceptance NOC Final Construction Project report
Final Progress Payment Assist County with red-line drawings and as builts. Final Progress Payment
Contract Close-Out
Resolve all outstanding contract issues, including warranties, bonds, and final approvals. Deliver all construction documents to the City of Dublin.
Provide necessary documentation to meet grant funding requirements.
Transfer Project records to City
331
8SECTION 6 RATE SCHEDULE
RATE SCHEDULE
SECTION 6
Construction Management and Inspection Rate Sheet
CLASSIFICATION Ranges
Principal $315-$360
Project/Contract Manager $255-$300
Construction Manager $210-$260
Assistant CM $200-$230
Inspector*$195-$225
Senior Inspector*$200-$230
Office Engineer/Contract Administrator $155-$185
Project Controls/Scheduler $250-$285
Administrative Assistant $115-$160
Description of Items Unit Unit Cost
Long-Distance Travel
1.Prevailing Wage Travel/Subsistence (if applicable, at DIR Rate)day $120.00
2.Airfare EA Actual
3.Rental Vehicle EA Actual
4.Per Diem EA IRS Rate
5.Lodging EA IRS Rate
Project Local Travel
1.Company Vehicle ($1,459.76/mo, pro-rated)hour $8.42
2.Personal Vehicles (mileage, at IRS Rate)mile $0.70
Document Control Software
1.ProCore (if used)month $500.00
EXHIBIT A
COMPENSATION SCHEDULE & REIMBURSIBLE EXPENSES
*Construction Inspector Rates shown are proposed for straight-time work within the following Counties: Alameda, Alpine,
Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado, Fresno, Glenn, Humboldt, Kings, Lake, Lassen,
Madera, Marin, Mariposa, Mendocino, Merced, Modoc, Monterey, Napa, Nevada, Placer, Plumas, Sacramento, San Benito,
San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus,
Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo and Yuba counties. These rates meet or exceed the General Prevailing Wage
Determination by the Director of Industrial Relations Pursuant to CA Labor Code. Overtime hourly rates will be applied and
billed in accordance with the Prevailing Wage Determination.
Other Direct Costs
332
9SECTION 6 RATE SCHEDULE
BSK Associates ‐ Schedule of Fees ‐ July 1, 2024 to June 30, 2025
BSK Fee Schedule 2024‐2
Escalation: The prices noted below are subject to an increase of 5% annually, effective July 1 of each year following the initiation
of a services agreement.
PROFESSIONAL STAFF
Principal 299.00 Seismic GIS 231.0
Senior Professional $ 263.00 GIS Specialist $ 200.00
Pro ect Professional II 247.0 Information Specialist II 189.0
Project Professional I $ 210.00 Information Specialist I $ 168.00
Staf Professional II 184.0 CAD 126.0
Staf Professional I 163.0 Liti ation support 1.5x standard rate
Project Administrator $ 116.00 Deposition / Trial 2.0x standard rate
Administrative Assistant / Clerical $ 105.00
TECHNICAL STAFF - FIELD AND LABORATORY (NON-PREVAILING WAGE)
Non-Destructive Inspection/Testing $ 173.00 BASIS OF CHARGES FOR FIELD TECHNICIAN SERVICES
Special Inspector $ 147.00 Field Work from 0 to 4 hours Bill 4 hours
En ineerin Technician 142.0 Field Work from 4 to 8 hours Bill 8 hours
Technician $ 137.00 Field Work over 8 hours / Saturdays Bill time and a half
Ground Penetrating Radar Scanning Tech. $ 331.00 Sundays, holidays and over 12 hours Bill double time
Core Drilling Technician $ 257.00 Night Shift
Shift commencin after 2pm / before 4am Base Rate x 12.5%
Floor Flatness Testing Technician $ 221.00 Show-up time (no work performed) Bill 2 hours
Sample Pickup / Transportation / Deliver 126.0 Samplin or c linder pickup, minimum char e Bill 2 hours
Laboratory Technician $ 137.00
NORTHERN CA PREVAILING WAGE LABOR RATES
Group 1 - Special inspector $ 189.00 BASIS OF CHARGES FOR FIELD TECHNICIAN SERVICES
Group 2 - Special Inspector 179.0 Field Work from 0 to 4 hours Bill 4 hours
Group 3 - En ineerin Technician 159.0 Field Work from 4 to 8 hours Bill 8 hours
Group 3 - Geotechnical Professional $ 194.00 Field Work over 8 hours / Saturdays Bill time and a half
Group 3 - Environmental Professional 194.0 Sunda s, holida s and over 12 hours Bill double time
Group 4 - Technician $ 139.00 Night Shift
(Shift commencing after 2pm / before 4am) Base Rate x 12.5%
Show-up time no work performed Bill 2 hours
Sampling or cylinder pickup, minimum charge Bill 2 hours
SOUTHERN CA PREVAILING WAGE LABOR RATES
Group 1 - Geotechnical Professional 196.0 BASIS OF CHARGES FOR FIELD TECHNICIAN SERVICES
Group 1 - Environmental Professional $ 196.00 Field Work from 0 to 4 hours Bill 4 hours
Group 1 - Technician 169.0 Field Work from 4 to 8 hours Bill 8 hours
Group 2 - Special Inspector $ 179.00 Field Work over 8 hours / Saturdays Bill time and a half
Group 3 - Non-Destructive Testin NDT 189.0 Sunda s, holida s and over 12 hours Bill double time
Premium Shift
(Weekday work before 6am / after 5pm) Bill time and a half
Show-up time no work performed Bill 2 hours
Samplin or c linder pickup, minimum char e Bill 2 hours
REIMBURSABLES
Project Administration Fees 7% of Invoice DIR Administration Fees 3% of Invoice
Mileage - 2x4 (Portal to Portal) $ 1.00 Certified Payroll / DIR Upload (Monthly) $300.00
Milea e - 4x4 Portal to Portal $ 2.0 Non-Performance Certified Pa roll / DIR Upload Monthl
Bridge Toll Cost + 15% Subcontractor Management / Compliance Forms (Monthly) $100.00
Parkin Fee Cost + 15% dditional LCP Tracker or Other Compliance Software Monthl $200.00
Per Diem as required Quote / $250 min. dditional Special Forms, as required Monthl $150.00
Subconsultant Services Cost + 15% Project Setup (Project) $550.00
333
Appendix
RESUMES
334
APPENDIX RESUMES
11
John brings over 37 years of project management and construction industry experience, with a strong background in both public and private sectors. He spent nine years as a Resident Engineer at Caltrans, followed by more than a decade as a Regional Manager and Chief Operating Officer overseeing multiple on-call contracts with Caltrans and Bay Area water agencies. His expertise includes construction management, inspection, surveying, civil design coordination, and resident engineering. John is recognized for his fair approach to resolving contract claims and constructability issues, and for his leadership in biddability and constructability reviews. He provides technical support to clients and teams, often stepping in to assist with complex project challenges. His project portfolio includes Emergency Slide Repairs for Caltrans on Route 1 in Sonoma County, a hydrogen-powered bus facility for LAVTA, and numerous street rehabilitation projects across Northern California.
RELEVANT PROJECTSVarious Projects, Various Clients, Northern California. John served as Resident Engineer on a various projects across Northern California, overseeing construction activities, ensuring compliance with project specifications, managing field staff, and maintaining strong communication with stakeholders. Projects include:
South San Francisco – Area 6 Street Rehabilitation – RE City of Concord – Corridor Street Rehabilitation #3 – RE LAVTA – Rutan Hydrogen Refit – RE
Various Projects, Various Clients, Various Locations. John served as Resident Engineer on multiple infrastructure projects across Northern California, providing field oversight and contractor coordination. Projects included
Emergency Slide Repairs – Caltrans Sonoma County – RE Clement Street Complete Streets - City of Alameda – RE San Pablo Avenue Complete Streets – City of El Cerrito - RE
GFT Infrastructure, Inc.
YEARS OF EXPERIENCE: 37
REGISTRATIONS:Professional Civil Engineer in CA, No. 47162
EDUCATION: BS, Civil Engineering, University of Maryland
MBA, Business Administration, University of Phoenix
RESUMESAPPENDIX
John Collins, PE
Project Principal
335
APPENDIX RESUMES
12
Various Projects, Various Clients. John served as Resident Engineer on the following projects:
Imola Street Pavement Rehab – City of Napa – RE Yosemite and Main Street Rehab - City of Manteca – Contract Manager Fulkerth I/C Reconstruction - City of Turlock – Contract Manager Sonoma County On Call – Contract Manager Johnson Drive Economic Development Zone Traffic Improvements – Costco/City of Pleasanton/Caltrans – RE for a $20 million I/C modification and road reconstruction. East Blithedale and Downtown Street Rehab Projects – City of Mill Valley – Contract Manager and RE
On-Call Construction Management and Inspection Services, Various Clients, Various Locations. John served as contract manager for many multi-project contracts. As such, he was responsible for overall project coordination, budget control, and ensuring the quality of services. He worked with clients to provide experienced, qualified inspection, materials testing, and office support to the company’s projects. In addition, he managed and coordinated the services of our subconsultants. Projects that John managed include:
San Francisco-Oakland Bay Bridge Self-Anchored Suspension Span – Caltrans District 4 State Route 12 Rehabilitation – County of Sonoma - RE On-Call Construction Administration and Support Services – County of Sonoma (Cannon Manor, River Road Side Hill Viaducts, Porter Creek Slide Repair, Crocker Road Bridge, Various Pavement Rehabs) On-Call Construction Administration and Support Services – Caltrans District 4 I-80/North Texas Street Overcrossing and Interchange – City of Fairfield Public Works Department On-Call Construction Management Support and Inspection – City of West Sacramento On Call Construction Management Support – Contra Costa County On Call Construction Management Support – Sacramento Department of Public Works On-Call Construction Management and Inspection – Santa Rosa Department of Utilities On-Call Construction Management and Inspection – San Joaquin County On-Call Construction Management and Inspection – City of Concord
336
APPENDIX RESUMES
13
Kellen is an experienced Project Manager and Senior Resident Engineer with over 19 years of extensive experience delivering capital improvement projects involving highways, bridges, rail transit facilities, and pavement rehabilitation. He has served as the project/construction manager on several projects for the City of Dublin under an On-Call Project and Construction Management Contract. Well-versed in Caltrans construction practices, including Standard Plans, Specifications, and Construction/ LAPM Manuals, Kellen brings specialized expertise working within operating environments requiring elevated safety protocols. He is experienced in reviewing structural submittals such as falsework, concrete, joint seals, CIDH piles, and grade checks for abutments, columns, and falsework systems. He has a strong working knowledge of applicable federal, state, and local regulations governing the construction of subsurface facilities, including Cal/OSHA Cal/OSHA standards. He is also proficient in AutoCAD Civil 3D and Total Station surveying systems.
RELEVANT PROJECTSOn-Call Project and Construction Management, City of Dublin, CA. Project Manager for multiple projects, including:
Iron Horse Nature Park and Open Space Project and Stagecoach Park: This project transforms a 2,000’ former railroad section into a nature park consisting of a 12’ wide asphalt paved pedestrian and bicyclist trail with 2’ shoulders, amenity areas, exercise equipment, concrete seat wall, fiber optics conduits, and new contour grading within existing wetlands. Green Stormwater Infrastructure Project: The project replaces the existing drainage system with new green stormwater infrastructure to improve the quality of stormwater effluent. The project will re-route stormwater discharge through a new bio-retention area before discharging to South San Ramon Creek. A bio-retention facility would be installed to improve the quality of stormwater effluent and slow the discharge rate into nearby creeks.
GFT Infrastructure, Inc.
YEARS OF EXPERIENCE: 19
REGISTRATIONS: Professional Civil Engineer in CA, No. 80777
EDUCATION: BS, Construction Engineering, University of New Mexico
RESUMESSECTION #
Kellen MacPhee, PE
Project Manager
337
APPENDIX RESUMES
14
Wallis Ranch Community Park: This 8.85-acre park includes the construction of a dog park, four lighted pickleball courts, three lighted tennis courts, two basketball courts, a parking area, two restrooms, a group picnic area, and children’s play area. The work includes but is not limited to bioswale, stabilized decomposed granite paving, shade structures, site concrete, asphalt concrete paving, concrete driveways, concrete trails, electrical equipment, and controls.
L-Street Parking Garage, City of Livermore, CA. Resident Engineer for the $33 million construction of a new L Street Parking Garage with primary access from Veterans Way. This new garage will add 452 parking spaces, including ADA, electric vehicles, and bicycle spaces. New parking technology will provide added convenience for drivers, with signs displaying real-time parking availability and a parking app communicating open parking spaces.
Transbay Tube Internal Retrofit Project, Bay Area Rapid Transit District, San Francisco, CA. Project Controls Manager for a $350M retrofit project involving welded segmental steel plate interlining and secondary waterproofing. Oversees the Cost Team in tracking quantities and costs for bid items and change orders. Manages scoping, estimating, drafting, and processing of change orders, and coordinates with inspectors on FA tags. Handles risk management and cost forecasting, and prepares monthly financial summaries for the Resident Engineer and Owner. Leads analysis, negotiation, and resolution of disputes, INOPCs, and claims. Directed project closeout, including negotiation of a
global closeout change order requiring time impact analysis and detailed cost estimates.
Camino Tassajara Shoulder Widening, County of Contra Costa, San Ramon, CA. Resident Engineer for federally funded project. Administered per the California Department of Transportation Local Assistance Procedures Manual, involved shoulder widening and constructing two Class II bike paths along both sides of a 2,100-foot-long segment of Camino Tassajara west of San Ramon. The project provided drivers with a consistent roadway section and a more expansive recovery zone on both approaches and through an S-curve. The project widened existing travel lanes, added paved shoulders, installed roadway signing and striping for Class II bike lanes, relocated roadside obstacles, modified drainage, and installed flashing curve advisory beacons on both approaches to the S-curve. The existing hillside on the roadway’s east side was regraded to accommodate widening.
Byron Highway Safety Improvements, County of Contra Costa, Byron, CA. Resident Engineer for the construction of roadway and safety improvements included grinding the existing surface; installing a rubberized asphalt overlay along four miles of Byron Highway from Byron Hot Springs Road to Mountain House Road; pavement and base repairs; installing a new median rumble strip, signage, and striping. Inspected project phases including layout of pavement repairs, installation of traffic signal loops, asphalt placement and slurry application, traffic control, and verification of quantities.
338
APPENDIX RESUMES
15
Hank brings 37 years of experience in the construction industry, including service as a Resident Engineer and Structures Representative with Caltrans and eight years in the U.S. Navy as a reactor operator supporting the Submarine QA/QC program. His diverse project background spans construction management for bridges, highways, rail platforms, tunnels, buildings, sound and retaining walls, drainage systems, and related infrastructure. Hank is a recognized expert in constructability reviews at all stages of design and serves as a Subject Matter Expert in falsework and prestressing systems.
RELEVANT PROJECTSI-80/Highway 4 Interchange Retrofit, Kidwell Overcrossing, and Alamo Drive Overcrossing, Caltrans, Dixon and Vacaville, CA. Lead Structures & Construction Inspector for multiple projects in Caltrans Districts 4 and 10, responsible for all aspects of the projects from falsework to barrier rail. Project aspects include retrofit of footings and the installation of column casings and hinge restrainers; construction of a new two-span, CIP, box girder bridge; and widening of a four-span, cast-in-place box girder and a pre-cast, pre-stressed, I-girder bridge.
Sacramento Railyards Infrastructure Program, Sacramento, CA. Contract Manager, Construction Manager, Resident Engineer, and Structures Representative for the $150 million Railyards Program, a mega redevelopment program that integrated the former UPRR Railyards site into the existing central city. This multi-phased program included several miles of trackwork, utilities (water, sewer, gas, and communications), historic station renovation, new platforms, bridges and roadways, and disposition of hazardous materials (soil and groundwater).
On-Call Construction Management and Inspection, City of Dublin, CA. Construction Manager/Resident Engineer responsible for budgeting and CMI staffing services for
GFT Infrastructure, Inc.
YEARS OF EXPERIENCE: 37
REGISTRATIONS: Professional Civil Engineer in CA, No. 51444
Qualified SWPPP Developer/Practitioner
EDUCATION: BS, Civil Engineering, University of California, Davis
RESUMESSECTION #
Hank Doll, PE, QSD/P
Resident Engineer
339
APPENDIX RESUMES
16
concurrent capital improvement projects, including utilities, bridges, curbs, gutters, and sidewalks, roadway/pavement rehabilitation, traffic signals, parks/trails, drainage, and various encroachment permit inspections.
Main Avenue Bridge Replacement, City of Sacramento, CA. Resident Engineer for $16M federally funded Caltrans oversight project replacing a deteriorated timber bridge at the Natomas East Main Drainage Canal. Scope included a four-lane, seven-span, 813-foot bridge; 1,800 feet of new arterial roadway; traffic signals; retaining walls; Class 2 bikeway connections; lighting and landscaping; utility protection/relocation; and a new water transmission main. Oversaw coordination with the railroad and multiple agencies, secured flood season falsework approvals from the State Reclamation Board and DWR, and managed public outreach.
On-Call Construction Management and Inspection Services, City of Dublin, CA. Hank currently serves as project manager, construction manager, and resident engineer for the City of Dublin, working concurrently on many different projects as well as overseeing the review of consultant invoices to assist City Staff in accounts payable for the following.
$900K 2024 Pavement Rehabilitation Program: Construction of surface preparation, crack sealing, slurry seal, removal of pavement markings and striping, installation of new pavement markings and striping, and traffic control.
$1.9M 2024 Concrete, Traffic Signal, and Overlay Project: Construction included Work included sidewalk, curb and gutter, medians, curb ramps, installation of video detection systems, APS push buttons, pavement repairs, trail reconstruction (HMA and aggregate base), crack sealing, GlasGrid paving mat, HMA overlay, and pavement markings. Included full traffic control. $4M Iron Horse Nature Park and Open Space: Construction of park, HMA road/path, adaptive learning stations, CA F&W permits, Class 2 soils management, sidewalk, curb & gutter, 12-foot-wide, 2000-foot long HMA trail, spur pedestrian pathway to the Stagecoach Park, embankment and/or ramp and culverts to convey existing wetlands swales, removal of existing railroad trestle bridge, arch bridge and twin 36-inch bridge with concrete headwall/ wingwalls. The Project includes upgrades to park and landscape amenities, fiber optics conduits, planting, and irrigation. $2.8M Green Stormwater Infrastructure: Storm Drain, regional bio-retention basin, signal modifications, sidewalk, curb & gutter, HMA, and paths and asphalt trail. $9M Wallis Ranch Community Park: Developed three park parcels (Dog Park, Courts Park, Play Area Park) with four lighted pickleball courts, three tennis courts, two basketball courts, restrooms, parking, picnic, and play areas. Scope included earthwork, drainage, sewer, fencing, bio-retention basins, decomposed granite paving, shade structures, PG&E coordination, site concrete, HMA, lighting, EV charging, irrigation, and planting.
340
APPENDIX RESUMES
17
Samantha is a Registered Roadway Construction Inspector/Resident Engineer with 8 years of experience working with state municipalities, including City of Dublin, San Francisco Bay Area Rapid Transit (BART), Caltrans District 4, City of Dublin, and Colorado Department of Transportation. Her portfolio includes construction management services for a wide range of transportation improvements, including roadway, highway, and bridge projects. Samantha is well versed in the construction practices of the Department of Transportation for Colorado and Caltrans and specifically is experienced with Caltrans’ Standard Plans and Specifications, Construction Manual, Local Assistance Procedures Manual, and local agency standards and requirements pertaining to highway safety standards. Samantha has strong communication and technical writing skills and is proficient with Microsoft Office programs.
RELEVANT PROJECTSConstruction Engineering, Inspection and Scheduling, Caltrans District 4, Alameda, Contra Costa and Santa Clara Counties. Registered Roadway Construction Inspector – Samantha supports contract administration and field inspection on EA 04-0A7724, the $40M I-80 Gilman Interchange project in Contra Costa County. The project improves safety and traffic flow along Gilman Street through the I-80 interchange. Work includes electrical, earthwork, drainage, paving, landscaping, and traffic control. Samantha monitors contractor compliance, compiles daily reports, tracks change orders, and documents progress with photos. She performs quantity takeoffs for contaminated soil, overall soil, and pipe overruns. Additional duties include tracking punch list items, inspecting during rain events for SWPPP compliance, reviewing sign installations, Buy America documentation, Certificates of Compliance, and closeout records.
City of Dublin On-Call CM and Inspection Services, City of Dublin, CA. Consultant Construction Inspector Samantha conducted field inspections for the City’s annual slurry seal
GFT Infrastructure, Inc.
YEARS OF EXPERIENCE: 9
REGISTRATIONS: Professional Civil Engineer in CA, No. 96505
EDUCATION: BS, Civil Engineering, Colorado State University
RESUMESSECTION #
Samantha Overton-Katz, PE
Resident Engineer
341
APPENDIX RESUMES
18
program and a community center parking lot repair. Her responsibilities included daily inspections, field measurements, dawedq0032ily reporting, and verifying the accuracy of the monthly pay estimate. She confirmed materials met specifications, ensured construction followed approved plans, and coordinated with the contractor on field issues and outstanding items.
Program Management and Construction Management (PM/CM) Services for the Transbay Tube (TBT), BART, Oakland, CA. As an Office Engineer, Samantha assisted with scheduling TIAs, performed quantity takeoffs, and ensured proper documentation for change orders and project closeout items. She gathered data, created graphics for dispute resolution meetings, and verified force account tags associated with change orders and disputes.
I-25 North Express Lanes, CDOT, Fort Collins, CO. As a DOT Field Inspector and later Lead Inspector/Project Coordinator, Samantha was responsible for generating monthly estimates, tracking retainage, and updating FHWA quality reports. She reviewed and approved consultant invoices, inspected Portland Cement Concrete Pavement, Hot Mix Asphalt, irrigation pipes, and diversion structures to ensure compliance with specifications. She identified applicable M&S standards, submitted change orders, resolved invoice discrepancies, and conducted cost comparisons between Type 7 and Type 9 barriers. In her leadership role, Samantha supervised a team of four inspectors overseeing drainage, earthwork, guardrail, curb, and gutter operations. She served as the primary liaison between inspectors and contractors, addressing field
challenges, coordinating resolutions, and implementing corrective actions through non-conformance reports. Samantha managed the project’s changes, prepared and distributed monthly reports for Bridge Enterprise, Water Quality, TIGER Grant, FHWA, and the Executive Oversight Committee. She ensured clear communication through weekly stakeholder meetings.
I-25 and U.S. 287 Bridge Maintenance, CDOT, Fort Collins, CO. Project Engineer responsible for overseeing bridge rehabilitation for four bridges in northern Colorado. She reviewed submittals, schedules, MHTs, and subcontractor details throughout construction. She supervised inspectors and testers to ensure accurate documentation and quality control. Samantha inspected and prepared pay items for concrete, removals, and traffic control. She reviewed consultant invoices, tracked budgets and quantity overruns, and maintained schedule compliance. She also led weekly contractor meetings to address project issues, generated estimates, wrote change orders, and verified DBE and certified payroll documents.
Region 4 Signal Backplate Replacement, CDOT, Various Locations, CO. Project Engineer responsible for managing backplate and visor replacements in various locations in Eastern Colorado. Checked and approved MHT’s, material submittals, schedules, and sub-contractor requests before and during construction. Performed field inspections of the work each day. Communicated with the contractor to find solutions as field changes arose. Wrote pay items, generated estimates, checked DBE status, and certified payrolls.
342
APPENDIX RESUMES
19
Dennys has over 8 years of experience in construction management, water resources, and project management. He has a proven track record of successfully managing small to large projects, demonstrating strong analytical skills and meticulous attention to detail, ensuring the delivery of high-quality results. With strong ethics and a solid foundation in principles, he maintains relationships with both contractors and clients. His experience includes reviews of plans and specifications, cost estimates, construction administration, schedules, general inspections, coordination with stakeholders, as-built drawings, and close-out.
RELEVANT PROJECTS2025 Annual Street Resurfacing Slurry Seal, City of Dublin, CA. Construction Manager/Sr. Inspector for the $3 million slurry seal project that the City conducts annually to maintain its reputation as one of the Bay Area’s best Pavement Condition Index (PCI) ratings. The project consists of multiple phases: weed spraying, asphalt concrete repairs, crack sealing, curb & gutter and sidewalk repairs, slurry seal, and new pavement striping, which includes bike lanes in some areas. Responsible for submittal review coordination, RFI coordination, CPM schedule review, slurry schedule review, pay application review, negotiating change order price, facilitating weekly progress meeting, and resolving any construction issue that may arise during construction whenever there are discrepancies in the plans or in the field.
Livermore Village (L Street) Parking Garage Phase 2, City of Livermore, CA. As Construction Manager, Dennys oversaw the $30 million downtown revitalization project involving the construction of a new parking structure with 452 additional stalls, EV charging stations, and provisions for future solar PV systems. Managed a team of office engineers and inspectors, overseeing daily construction activities, reviewing submittals and RFIs, coordinating schedules, and leading weekly Owner-Architect-Contractor (OAC) meetings to ensure project alignment and progress.
GFT Infrastructure, Inc.
YEARS OF EXPERIENCE: 8
REGISTRATIONS: Professional Civil Engineer in CA, No. 95795
Envision Sustainability Professional No. 36277
EDUCATION: BS, Civil Engineering, California State University, San Jose
RESUMESSECTION #
Dennys Sudarma, PE, ENV SP
Resident Engineer
343
APPENDIX RESUMES
20
Parking Structure 3, County of Santa Clara Facilities and Fleet Division, Fruitdale, CA. Resident Engineer for the $35 million new parking structure as part of the overall Behavioral Health Service Center project. The new parking structure will provide an additional of 714 parking stalls in addition to the EV charging stations, PV systems, and parking guidance that are equipped within the structure. Responsible for overseeing a team of office engineers and inspectors for monitoring the construction activities, managing submittals, RFIs, schedule coordination, and reviewing payment application. In addition, he plays a key role in negotiating potential change orders with the contractor and provides solutions to mitigate unforeseen conditions during construction.
BART Silicon Valley Phase 1, Valley Transportation Authority, San Jose, CA. Office Engineer for a Berryessa Extension spanning 10 miles of track and includes two stations, substations, two parking garages, and modernized infrastructure with new CISCO equipment. Responsible for Operations and Maintenance for the Line, Track, Stations, and System contract (C700) where he coordinated resolution meetings, developed training schedules based on actual dates or lags, drafted letter to address contractual disagreements, conducted rigorous reviews of contractor pay applications, assisted in the development of custom manuals, and supported the turnover manager in the disposition of as-built drawings.
Pacheco Reservoir Expansion Project, Santa Clara Valley Water, Hollister, CA. Dennys served as Engineering Coordinator for approximately $2B dam expansion, which would supply water for 1.4 million residents during emergencies for up to one year. The expansion would also enhance the drinking water supply and improve the dam’s overall infrastructure and fish habitat. His responsibilities include coordinating the review of design packages, environmental impact reports, geotechnical investigations, permits, evaluating project presentations for board meetings readiness, gathering data from existing or historical as-built records, and reviewing pay applications.
Calaveras Dam, San Francisco Water Power Sewer, Sunol, CA. Field inspector for the Calaveras Dam, which was built in 2019, required daily, weekly, and monthly monitoring during heavy rain to ensure it could sustain water as designed. The upgraded dam features a new intake tower with a 78-inch diameter pipeline downstream and a new spillway comprising over 40,000 cubic yards of concrete. Responsible for conducting daily, weekly, and monthly inspections during wet season by taking photos, providing detailed reports, and maintaining records of various aspects, including embankment, spillway, upstream and downstream faces, intake control, electrical buildings, flows, and identifying any deficiencies discovered during each inspection visit.
344
APPENDIX RESUMES
21
Angela has 26 years of construction engineering and contract-administration/project-controls experience with an emphasis on project management, office engineering, and scheduling services. She has considerable expertise in Caltrans document control requirements, with a strong background in change order processing, progress payment submittals. In addition, Angela has experience with construction claims and delays along with schedule analysis. She has been responsible for monitoring costs, projecting future costs and quantities, identifying issues through analysis of cost reports, and providing suggestions for resolution. She has also been responsible for tracking project costs and subcontractor payments and progress and creating monthly revenue and cost projections. Angela has excellent writing and communication skills and is proficient with Microsoft Office programs.
RELEVANT PROJECTSVarious Projects, Caltrans District 4, Northern California. As the Office Engineer, Angela assists the Caltrans Resident Engineer with all documentation and office management. She attends meetings and compiles meeting minutes. Drafts change orders, including corresponding cost estimates, and verifies contractor cost proposals. Reviews RFIs and submittals and routes to appropriate Caltrans departments, logs, and files per Caltrans filing system. Prepares monthly estimates and ensures that all required payment documentation is submitted and filed. Projects include:
04-0K1604: $55 million project on Route 80 in Albany and Crockett, spanning from 0.4 miles south of the Alameda County line to 0.2 miles south of Pomona Street in Contra Costa County. Work includes constructing Rubberized Hot Mix Asphalt (RHMA), a new lighting system, concrete barriers, traffic control, roadway excavation, drainage, paving, striping, and landscaping.
GFT Infrastructure, Inc.
YEARS OF EXPERIENCE: 26
REGISTRATIONS: Engineer-in-Training in CA, No. XE105451
EDUCATION: MBA, Finance, Pepperdine University
BA, Natural Science, Pepperdine University
BS, Civil Engineering, University of Southern California
RESUMESSECTION #
Angela Smith, EIT
Office Engineer
345
APPENDIX RESUMES
22
04-0Q2104: $6.9 million project to install gross solids removal devices on Rte. 80 in Contract Costa County from Central Avenue undercrossing to Willow Avenue undercrossing. Work includes traffic control, piping, paving, hydroseeding, gross solids removal devices, trash net, chain link fence, and roadway signs. 04-3J2604: $4.5 million project for roadway modifications on RTE 80 in Alameda County in Fremont from 0.1 miles south to 0.3 miles north of the Mission San Jose 680/238 separation. Work includes hydro mulching, paving, drainage, rock slope protection, concrete barrier, traffic striping, and modifying ramp metering systems.
Various Projects, City of Dublin, CA. As Construction Manager & Office Engineer, Angela was responsible for all aspects of contract administration, including progress payments, submittals, RFIs, change orders, and coordination with the project team. Projects include:
Annual Street Resurfacing, 2024 Concrete, Traffic Signal, and Overlay. Persimmon Dr. Pedestrian Rehabilitation. Iron Horse Nature Park and Open Space Project and Stagecoach Park. Green Stormwater Infrastructure Project. Wallis Ranch Community Park.
Hayward Maintenance Complex (HMC) – Ph 1 and 2, BART, Oakland, CA. The $200M Hayward Maintenance Complex (HMC) project expanded and modernized BART’s Hayward yard to support future demand and add storage for 250 vehicles on adjacent BART land.
The 29-acre site included four contracts: warehouse demolition, access road construction, civil/electrical/trackwork with system modifications (including a sound wall), and new Component Repair Shop construction with Main Shop renovation. As Office Engineer, Angela reviewed and routed RFIs and Submittals, processed payment applications, and drafted change notices and orders. She prepared supporting documents (findings of fact, negotiation plans, records), developed engineers’ estimates, reviewed cost proposals, and negotiated with contractors. As Inspector, she monitored construction for spec compliance, documented work with daily reports and photos, tracked quantities and extra work, monitored change orders, and resolved field issues to avoid delays.
San Francisco-Oakland Bay Bridge Self-Anchored Suspension Span, Caltrans District 4, San Francisco, CA. The complex project included a 2,047-ft steel orthotropic box girder, 525-ft steel tower with elevator, 4,600-ft main cable, 200 suspension ropes, utilities, substation, and a 17-ft-wide cantilevered bike path. As Office Engineer, Angela developed 400+ change orders, assessed field issues for merit, defined scopes, coordinated with designers, and led meetings with Caltrans and contractors to negotiate costs and prioritize work. She prepared support memos detailing scope, justification, and schedule impacts, and reviewed packages with project managers. Her role ensured contract compliance, clear documentation, and efficient execution of change order work during construction of this high-profile infrastructure project.
346
APPENDIX RESUMES
23
Asheton has 6 years of materials laboratory and field inspection experience in transportation and public works projects including roadways, buildings, and parks. He has worked as a lab technician for soils sampling and testing of soils and aggregates. His range of experience includes developing and implementing quality control procedures for facilities site work and roadway construction. He has experience using Local Assistance standards and procedures. Asheton understands the MUTCD’s traffic control guidelines and is First Aid/CPR trained. Typical daily duties include quality assurance (QA) inspection, daily diaries, photo documentation, estimating quantities, ADA ramp certification, submittal reviews, coordination of materials testing, extra work agreements and correction notices and inspecting work in accordance with project documents and approved submittals.
RELEVANT PROJECTSVarious Projects, City of Dublin, CA. Civil Inspector reporting to the Resident Engineer for 3 Public Works projects including bridge construction, embankments, parks, drainage, sidewalks, curb & gutter, driveways, HMA paving, path construction, SWPPP compliance, CAFW compliance, hillside slope reconstruction (slides), public relations, traffic control, daily reports, change order development, and estimating along with other various duties. Projects include:
Iron Horse Nature Park and Open Space: $4 million construction of park, HMA road/path, adaptive learning stations, CA F&W permits, Class 2 soils management, sidewalk, curb & gutter, 12-foot-wide, 2000-foot long HMA trail, spur pedestrian pathway to the Stagecoach Park, embankment and/or ramp and culverts to convey existing wetlands swales, removal of existing railroad trestle bridge, arch bridge and twin 36-inch bridge with concrete headwall/ wingwalls. The Project includes park and landscape amenities upgrades, fiber optics conduits, planting, and irrigation.
GFT Infrastructure, Inc.
YEARS OF EXPERIENCE: 6
EDUCATION: High School Diploma
1 year Mira Costa Junior College (General Education)
RESUMESSECTION #
Asheton Doll
Construction Inspector
347
APPENDIX RESUMES
24
Dublin Blvd Slides: $600 thousand project for slope and trail repair construction along Dublin Blvd. The project consists of slide debris removal, slope reconstruction, grading, and rock slope protection. Hillside drainage comprising underdrains, traffic control, and HMA reconstruction. Dougherty Hills Slide: This $1 million project consists of trail reconstruction, grading, slide debris removal, water bar replacement, modifications to trail signage, hillside drainage, underdrains, trail reconstruction, furnishings, and drainage improvements in a residential community.
Complete Streets Projects, City of Napa, CA. Civil Inspector reporting to the Resident Engineer for 3 Public Works projects for a total of $7.7M, which involved concrete curb & gutter, sidewalk, driveways, storm drains, drainage structures, and HMA overlay. Responsible for Daily Reports, photos, tracking pay quantities, and force account work. Resolved field design discrepancies and field fit concrete work to match existing conditions. Projects include:
Laurel Street – Hwy 29 to Jefferson. Salvador Avenue – First St to Griggs Ave. Westwood Street – Laurel St. to Chelsea Ave.
Siskiyou County Courthouse, Yreka, CA. Site work inspector reporting to lead inspector on the $77M project that consisted of 67,000 SF facility and civil work. Site work included utilities (dry and wet), drainage, parking lot, lighting, landscaping, and site furnishings. Responsibilities included QA inspection, daily diaries, photo documentation, materials sampling of hardware and concrete, and traffic control monitoring.
Yolo County Road 87 Reconstruction, Esparto, CA. Inspector reporting to resident engineer and responsible for grading, aggregate placement and traffic control inspection on 1.5-mile stretch of roadway for the County. The project consists of reconstructing this section of roadway on CR 97 near CR 19 with full-depth reconstruction, force account unsuitable dig outs and shoulder widening. In addition, the project included working near live utilities, traffic control, and reconstruction of a drainage elements.
Materials Testing Technician, West Sacramento, CA. Preparation of samples and performance of compaction testing for soils/aggregates in the Lab (ASTM D698, ASTM D1557, ASTM D5080, and CT 216); Plasticity Index Tests (ASTM D4318); Sieve Analysis for Coarse, fine, and combined materials (ASTM D6913). His duties included maintaining strict timetables on samples received through completed test requests while handling large volumes of projects. His efforts required understanding priorities for testing procedures, documentation, and QC of lab work. Additional duties included pickup/chain of custody for field samples.
Materials Testing Technician, Rocklin, CA. Preparation of samples and performance of Compaction Testing for Soils and Aggregates in the Lab (ASTM D698, ASTM D1557, ASTM D5080, and CT 216); Plasticity Index Tests (ASTM D4318); Sieve Analysis for Coarse, fine and combined materials (ASTM D6913). His duties included maintaining strict and realistic timetables on samples received through completed test requests while handling large volumes of projects. His efforts required understanding priorities for testing procedures, documentation, and QC of lab work.
348
APPENDIX RESUMES
25
Mario brings over 7 years of experience in both office and field engineering, with a strong background in supporting transportation infrastructure projects for agencies such as BART, Caltrain, City of Napa, LAVTA, and various Bay Area agencies. His responsibilities include preparing contract change orders and official correspondence, compiling weekly progress meeting minutes, and verifying contractor compliance with state and federal labor requirements. Mario is known for his ability to manage competing priorities, streamline permitting processes, coordinate with utilities, and proactively resolve design issues before they impact construction schedules. His attention to detail, strong communication skills, and commitment to safety and compliance make him a valuable asset on multidisciplinary teams working in fast-paced, high-stakes environments.
RELEVANT PROJECTSHydrogen Detection Retrofit, LAVTA, Livermore, CA. Inspector. As part of LAVTA’s goal to transition to a 100% zero-emission bus fleet by 2034, the Livermore maintenance facility is undergoing a $675K retrofit to incorporate a state-of-the-art hydrogen detection system. This system is designed to enhance safety by automatically ventilating the facility, opening garage doors, activating sprinklers, and alerting the local Fire Department in the event of a hydrogen leak during bus maintenance.
Responsibilities include inspecting electrical, signal, HVAC, and structural work to ensure compliance with project specifications and safety standards. Responsible for preparing daily reports and reviewing payment quantities to maintain project accuracy and accountability.
Complete Streets Projects, City of Napa, CA. Inspector for 3 Public Works projects for a total of $7.7M, which involved concrete curb & gutter, sidewalk, driveways, storm drains, drainage structures, and HMA overlay. Responsible for Daily Reports, photos, tracking pay quantities, and force account work.
GFT Infrastructure, Inc.
YEARS OF EXPERIENCE: 7
REGISTRATIONS: Engineer-in-Training in CA, No. 168917
EDUCATION: BS, Aerospace Science and Engineering UC Davis
RESUMESSECTION #
Mario Figueroa, EIT
Construction Inspector
349
APPENDIX RESUMES
26
Resolved field design discrepancies and field fit concrete work to match existing conditions. Projects include:
Salvador Avenue – First St to Griggs Ave. Laurel Street – Hwy 29 to Jefferson. Westwood Street – Laurel St. to Chelsea Ave.
Transbay Tube (TBT) Seismic Retrofit, BART, Oakland, CA. Office Engineer. The TBT Project seismically upgraded the existing tube between San Francisco and Oakland while maintaining BART operations. Work involved the installation of an inner steel lining inside the 3.6-mile concrete tube and the construction of a new water pumping system. As an Office Engineer for this $350 million project, responsibilities included working closely with Cost Manager and CM team as a reviewer for the ongoing monthly billings and change order work. Closed change orders, engaged in cost negotiations with the contractor, and determined merit for change order work. Used billing software to review billing transmittals and communicate directly with the contractor. Produced final response letters to contractors’ billing transmittals. He is well versed with CMS Wong and BART’s document control system.
Peninsula Corridor Electrification Project, PCEP, San Francisco, CA. Field Engineer. PCEP is a critical part of the $980 million Caltrain Modernization (CalMod) program to convert Caltrain from diesel-hauled to Electric Multiple Unit (EMU) trains for service between the San Francisco Station and the Tamien Station in San Jose. Performed and completed the following tasks/work as a field engineer. Managed subcontractors, worked closely with TASI (TransitAmerica Services, Inc.) to provide track protection for our work and crews. Resolved several design challenges through RFI’s between PGHW (designer) and JPB (owner). Managed crews up to 40 people. Executed city permits.
Underground Construction, Various Locations, CA. Project Engineer for several gas distribution and transmission replacement projects in California. Participated in the development of project estimates and forecast project costs to complete. Maintained communications with owner and construction team. Prepared close-out documents for project completion, including as-builts for owner’s archive.
350
APPENDIX RESUMES
27
Brian is a Construction Inspector with over 29 years of experience in the construction industry, specifically providing quality control field inspection, safety monitoring, and contract compliance on the construction site. Brian corresponds closely with the contractors, resident engineer, and employee-in-charge (EIC) staff on subjects related to daily construction safety, schedules, and ensuring work is performed based on the approved Site-Specific Work Plans (SSWPs) and contract plans. Brian has also completed his 40-Hour Roadway Worker Protection (RWP) Training and has supported major civil projects throughout the Bay Area.
RELEVANT PROJECTSL-Street Parking Garage, City of Livermore, CA. Field Inspector for the $33 million construction of a new L Street Parking Garage with primary access from Veterans Way. This new garage will add 452 parking spaces, including ADA, electric vehicles, and bicycle spaces. New parking technology will provide added convenience for drivers, with signs displaying real-time parking availability and a parking app communicating open parking spaces.
BART Earthquake Safety Program, Transbay Tube Internal Retrofit Program, Bay Area Rapid Transit, Oakland, CA. Field Engineer/Inspector performed quality control field inspection, safety monitoring, and played a vital role in ensuring material conformance to the plans and specifications on his projects. He is on the front line with the general contractors at the lower and upper galleries during the non-revenue shifts. At the end of every shift, Brian submits his inspection daily reports and reports out to the Resident Engineer on the construction status. Brian has completed his 40-hr RWP training and is very familiar with the project standards, BART Facilities Standards, and BART’s Operating Rules and Procedures. Agency, PG&E, California Water Service, AT&T, Century Link, Comcast, CVIN, Level 3 Communications, Sprint, Verizon, XO Communications, and Kinder Morgan.
GFT Infrastructure, Inc.
YEARS OF EXPERIENCE: 31
RESUMESSECTION #
Brian Barcelona
Construction Inspector
351
APPENDIX RESUMES
28
EchoWater Project – Biological Nutrient Removal (BNR) Treatment Plant, Sacramento Regional County Sanitation District (Regional Sanitation), Elk Grove, CA. Field Engineer and Inspector performing quality control field inspection on one of the largest public works projects in Sacramento’s history. When completed, it will keep Regional San in compliance with its regulatory permits and improve water quality by resulting in a 99% reduction in ammonia discharge to the Sacramento-San Joaquin River Delta. The BNR treatment plant will be using the BNR process to eliminate nearly all ammonia and most nitrates from the treated water.
Commercial Tenant Improvement Projects, Willow Glen (WG), Bay Area, CA. Construction Superintendent for multiple commercial tenant improvement (TI) projects throughout the Bay Area. The firm held contracts for commercial buildings, including retail, offices, warehouses, and other spaces that sought better aesthetics, energy efficiency, or to create a more comfortable working environment. Brian’s duties included scheduling work, receiving proposals from subcontractors, reviewing material submittals, site safety, and ensuring that construction was moving forward per contract specifications. Brian worked closely with the clients, kept on schedule and within budget, and worked with the construction team to deliver quality work.
352
APPENDIX RESUMES
29
James has developed a significant amount of hands-on experience during his 29-year career in the construction industry. As a registered civil engineer, he provides significant levels of support to our clients in his role as project manager and responsible engineer. His project specific duties cover a wide range of services, including mix design preparation, job specification review, and review of project construction submittals. He is the laboratory manager and provides quality control for BSK’s Livermore soils and materials testing laboratory, as well as engineering oversight for our field inspectors/technicians.
RELEVANT PROJECTSOn-Call Material Testing Services, City of Brentwood, CA. James has been serving as the Senior Materials Engineer for BSK’s on-call material testing services contract with the City of Brentwood since 2013 on multiple construction projects.
On-Call Geotechnical Engineering and Special Inspection Services, City of Pleasanton, CA. James has served as the Senior Materials Engineer for BSK’s on-call contract with the City since 2008 on various construction projects.
On-Call Materials Testing and Special Inspection, Dalton Reservoir Replacement Task Order, City of Livermore, CA. James served as the Materials Engineer for this project. BSK provided support for coating inspections, special inspection and materials testing services to the project owner, the City of Livermore, coordinating directly with the City’s project team. As a task order to an on-call environmental/geotechnical and materials testing contract with the City of Livermore, this project replaced the existing 2-million-gallon steel water reservoir (Dalton Reservoir) with a new 3.41-million-gallon steel reservoir on a 5.7-acre site.
BSK Associates
YEARS OF EXPERIENCE: 29
REGISTRATIONS: Professional Civil Engineer in CA, No. 59941
Radiation Safety and Use of Nuclear Gauges
ACI Field Testing Technician Grade I
Reinforced Concrete Structural Masonry Prestressed Concrete
EDUCATION: BS Civil Engineering, California State University, Chico
RESUMESSECTION #
James Auser, PE
Material Testing
353
APPENDIX RESUMES
30
Pump Stations 200 and 300A, Dublin San Ramon Services District, San Ramon and Dublin, CA. Serving in the roles of Laboratory Manager, Materials Tester, and Responsible Engineer, James provided special inspection and materials testing services during construction of the reinforced concrete foundation for Water Pump Stations 200 and 300A. His responsibilities included monitoring concrete temperature, slump, and consolidation; preparing test specimens; storing the cylinders in environmentally controlled facilities; and compression testing as required. During masonry block construction, he prepared mortar test specimens; performing slump tests as required for the grout; and prepared, tested, and reported grout specimens.
354
APPENDIX RESUMES
31
Randy has over 15 years of experience in laboratory testing, encompassing a wide range of work including soils, asphalt, concrete, and steel. He has managed three different laboratories in southern California as well as various mobile laboratories in projects ranging from district Caltrans labs to on-site airport laboratories. Randy has extensive pavement experience, having worked on several airports throughout California, ranging from airport runway renovations to construction of new terminals. He has worked through Marshall testing, Hveem, gyratory compaction efforts, and more recently Superpave technology.
ADDITIONAL REGISTRATIONS
CALTRANS: 105, 106, 125, 201, 202, 204, 205, 206, 207, 211, 214, 216, 217. 226, 227, 229, 234, 235, 301, 304, 306, 308, 309, 366, 367, 368, 370, 371, 382, 389, 504, 518, 521, 523, 539, 540, 543, 556, 557, R47, R76, T11, T27, T84, T85, T96, T166, T176, T209, T210, T255, T269, T275, T283, T304, T308, T312, T324, T329, T335, D4791.
NICET: Soils Level 3, Concrete Level 3, Asphalt Level 3, Geo Generalist, Geo Const., Geo Lab, Highway Materials Level 3
ACI: Concrete Field Testing, Concrete Laboratory Testing Technician Levels 1 & 2, Strength Testing, Aggregate Testing Technician- Levels 1 & 2, Aggregate Base Testing Technician, Masonry Lab Testing Technician
RELEVANT PROJECTSOn-Call Geotechnical/Construction Materials Testing Services, City of Tracy. Randy has been serving as the laboratory quality manager for BSK since 2016 for BSK’s on-call contract with the City on various projects.
On-Call Geotechnical/Construction Materials Testing Services, City of Brentwood, CA. Randy has been serving as the laboratory quality manager for BSK since 2013 for BSK’s on-call contract with the City on various projects.
BSK Associates
YEARS OF EXPERIENCE: 15
REGISTRATIONS: USACE: Certified Quality Manager
Radiation Safety and Use of Nuclear Gauges
ACI Field Testing Technician Grade I
Reinforced Concrete Structural Masonry Prestressed Concrete
EDUCATION: Diploma, General Studies
RESUMESSECTION #
Randy Cortez
Material Testing
355
APPENDIX RESUMES
32
On-Call Geotechnical Engineering and Special Inspection Services, City of Pleasanton, CA. Randy serves as the laboratory quality manager with BSK’s current on-call geotechnical engineering, materials testing/special inspection services contract with the City.
On-Call Geotechnical and Materials Testing Services, City of Livermore, CA. Randy serves as the Laboratory Quality Manager for this multi-faceted contract consisting of numerous infrastructure projects for the City of Livermore ranging in construction cost from $200,000 to $8.5 million since 2015. Laboratory support includes soils, structural concrete and asphalt concrete sampling and testing. Task orders have included airport improvements, new road construction, street improvement/widening, slurry seal, and new bridge construction.
On-Call Materials Testing Services, City of Fremont, CA. As part of an on-call services agreement and in support of the City’s own quality assurance staff and Materials Laboratory, BSK provides ongoing Materials Laboratory and field-testing support for soils, aggregates, and hot-mix asphalt products, including support for Superpave QA in accordance with the Caltrans 2015 Standard Specifications. Significant testing performed to complement the City’s Materials Laboratory have included R-Value testing, concrete compressive strength testing, and all hot mix asphalt testing for assigned projects.
On-Call Materials Laboratory Support, Caltrans District 4, North Bay and South Bay Regions, CA. Testing under this contract is performed in accordance with Caltrans test methods and extends to native soils, aggregate base and hot mix asphalt constituents.
356
Kellen MacPhee, PE - Project Manager
GFT Infrastructure, Inc.
1000 Burnett Avenue, Suite 445, Concord, CA 94520
(415) 470-1757
kmacphee@gftinc.com
www.gftinc.com
357
JULY 25, 2025
Construction
Management and
Inspection Services
STATEMENT OF QUALIFICATIONS FOR
CITY OF
DUBLIN
CIDUB.250419
401 Grand Avenue, Suite 200 | Oakland, CA 94610 | 805.692.6921 Office | mnsengineers.com 358
> PLANNING > ENGINEERING > CONSTRUCTION MANAGEMENT > LAND SURVEYING
RE:Statement of Qualifications for Construction Management and Inspection Services
Dear Mr. Pickney:
MNS Engineers, Inc. (MNS) appreciates the opportunity to submit this Statement of Qualifications (SOQ) for Construction
Management and Inspection Services for the City of Dublin (City).
MNS understands the City seeks construction management and inspection services, including necessary materials testing
and special inspection services, for capital improvement projects, development and permits. We understand our role is to
work as an extension of the City. MNS offers a locally based and uniquely qualified team committed to providing high-
quality services to meet the City's expectations.
Leading the MNS team and serving as the City's primary point-of-contact is Frank Sana, PE. Frank has over 30 years
of construction management experience. Frank’s experience consists of construction management and inspection of
numerous public works construction projects including roadway improvements, highways, bridges, parks, drainage,
facilities, and utilities. He has worked as a Resident Engineer for several multimillion dollar projects including federally
funded highway projects with Caltrans oversight and encroachment permits. Frank is a skilled leader who builds project
teams incorporating design engineers, contractors, utilities, and the public to achieve the project objectives while keeping
project stakeholders informed.
MNS provides the City a depth of local staff resources and a reputation for successful project delivery and agency
coordination. Our firm understands the City expect quality services that remain on schedule and budget. MNS is
committed to providing construction management and inspection services to the City. Our team will be complemented by
BSK Associates (BSK) to provide Special Inspections and Materials Testing.
Our long-term clients in which we have provided pre-qualified services for over five years include the Cities of Dublin,
Concord, Fremont, Belmont, Pittsburg, and Santa Cruz; Counties of Alameda, Contra Costa, Marin, Monterey, Santa
Clara, Santa Cruz, Sonoma, and Stanislaus; Metropolitan Transportation Commission; Peninsula Corridor Joint Powers
Board; and Caltrans.
MNS is committed to continuing our professional service to the City of Dublin and the success of the City’s upcoming
projects under this contract. We have earned our proven track record, delivering construction projects on time, within
budget, and without claims. We will continue this track record on the upcoming projects for the City. MNS is in receipt of
Addendum No. 1, dated July 18, 2025.
Sincerely,
MNS Engineers, Inc.
Greg Chelini, PE
Vice President and Authorized Signature
City of Dublin Public Works Department
Attention: Julius Pickney, Management Analyst II
100 Civic Plaza
Dublin, CA 94568
July 25, 2025
359
CONTENTS
Section 1. Firm Qualifications and Experience 1
Section 2. References 2
Section 3. Project Team 4
Section 4. Approach 5
Section 5. Standard Agreement 10
Section 6. Standard Fee Schedule 10
Appendix A. Resumes A-1
Contents0
360
1STATEMENT OF QUALIFICATIONS
Firm Background
MNS provides quality infrastructure consulting services
to the transportation, wastewater/water resources, and
government service markets throughout California.
Specializing in the core services of construction
management, engineering, planning, and land surveying,
MNS' reputation has been built on clear and direct
communication and quality services. We understand the
technical, environmental, and regulatory aspects required
for any project and are highly experienced with multiagency
coordination.
During the last decade, MNS has successfully
administered over $2B of programmed funds, with
the majority of projects involving the construction of
transportation and utility infrastructure improvements;
funding sources include state, federal, local sales tax,
and developer fees. MNS has also provided construction
engineering/inspection services on multiple Caltrans
on-call construction inspection contracts over the past
17 years and we have a deep understanding of Caltrans
standards and procedures as well as the Public Works
Standard Specification (Greenbook).
Construction Management and Inspection
As a leader in construction management (CM) and
inspection services, we offer a depth of staff resources and
a reputation for success in meeting project quality, budget,
and schedule goals. Our CM staff will be available to the
City throughout the contract duration to provide input on
project constructibility, to assist in developing accurate
construction cost estimates, and to provide input to each
project design.
Many of our projects are either within Caltrans right-of-way
(R/W) or involve federal funds, which require the project
to be administered per the Caltrans Local Assistance
Procedures Manual (LAPM). Our expertise includes:
• Constructability review
• Construction management
• Construction inspection
• Scheduling and Critical Path Method (CPM) review
• Contract administration and labor compliance
• SWPPP compliance and environmental compliance
• Multiparty and contractor coordination
• Utility and regulatory agency coordination
• Funding administration: local, state, and federal
Permitting and Coordination
Most of our projects require extensive coordination with
permitting agencies. We have proven and recognized
experience coordinating with multiple agencies, utilities,
and permitting for environmental protection. Encroachment
permits for work in local agencies and highway rights-of-
way (R/W) are common to the projects we manage. We
have a thorough understanding of the regulatory permit
requirements such as working within environmentally
sensitive areas, removal of hazardous material, and
implementing stormwater pollution protection controls.
Subconsultant Utilization
Providing special inspection and materials testing
services is BSK Associates (BSK), with whom MNS has
worked with on many other projects in the Bay Area
region. Founded in 1966, BSK Associates has been in
business for 59 years and is a 100 percent employee-
owned California S-corporation that provides construction
observation/materials testing/special inspection, consulting
engineering, and analytical laboratory services. BSK
currently employs a staff of approximately 215 with offices
and laboratories throughout California and Washington.
The materials testing and inspection services will be led
by BSK’s Livermore office and Caltrans-certified soils and
materials laboratory, located at 399 Lindbergh Avenue.
If necessary, additional support services would come
from their San Jose, Tracy, Sacramento, Fresno, and
Bakersfield offices.
Section 1. Firm Qualifications and Experience1
361
2STATEMENT OF QUALIFICATIONS
Iron Horse Trail Bridge at Dublin Boulevard
Client City of Dublin
Contact
Michael Boitnott, PE, Capital Improvements
Program Manager
100 Civic Plaza, Dublin, CA 94568
925.833.6630 | michael.boitnott@dublin.ca.gov
Date 2020-current
Role Construction management and inspection
Award 2025 APWA Northern California Project of the
Year, Structures $5M—$25M
The Iron Horse Regional Trail is a major regional trail
for pedestrians and bicyclists through central Alameda
and Contra Costa Counties. This project is a free-span
bridge crossing of Iron Horse Regional Trail over Dublin
Boulevard within the City of Dublin. Currently, the Trail
runs from northwest to southeast as it approaches Dublin
Boulevard, which is a heavily traveled east-west roadway.
The existing trail at-grade crossing of Dublin Boulevard
is quite skewed. The primary objective of this project is
to provide a safe crossing for Trail users and facilitate
improved traffic flow along Dublin Boulevard by providing a
grade-separated bridge crossing over Dublin Boulevard for
pedestrians and bicyclists.
MNS is providing complete construction management
services for this Class 1 bicycle and pedestrian truss
arch bridge over Dublin Boulevard near the intersection
of Scarlett Drive. The bridge provides safer and easier
access to Iron Horse Trail, access to and from the Dublin-
Pleasanton BART station, and connects two existing
segments of the Iron Horse Trail. This creates a total
separation of bicyclists and pedestrians from motorized
vehicles. Construction work consists of miscellaneous
clearing and demolition, cast-in-place footing construction,
retaining wall installation, walkways, bridge fabrication
and erection, Americans with Disabilities (ADA) ramp and
steel railing installation, signage, trail lighting installation,
paving, and any associated restorations of the site.
On-Call Construction Management and Inspection
Client City of Dublin
Contact
Michael Boitnott, PE, Capital Improvements
Program Manager
100 Civic Plaza, Dublin, CA 94568
925.833.6630 | michael.boitnott@dublin.ca.gov
Date 2016-current
Role Construction management and inspection
Award Imagine Playground: APWA Northern
California, Project of the Year, Winner
MNS is providing on-call construction management and
inspection services for small to medium sized capital
improvement program projects and/or improvements
associated with private land development. Services also
include assistance in acquiring approvals from Caltrans
Local Assistance Division on federally funded projects
and/or other funding agencies, other tasks associated
with public works infrastructure construction, and site
inspection services. To date, projects have included:
• Tassajara Road Realignment and Widening
• Dougherty Road Improvements
• Amador Valley Boulevard Improvements
• Clover Park
• Imagine Playground at Dublin Sports Grounds
• Citywide Signal Communication Upgrade Conduit
Installation for Future Fiber Interconnect on Dublin
Boulevard
Section 2. References2
362
3STATEMENT OF QUALIFICATIONS
On-Call Construction Management and Inspection
Services
Client City of Belmont
Contact
Bozhena Palatnik, Senior Civil Engineer
1 Twin Pines Lane, Suite 385, Belmont, CA 94002
650.595.7463 | bpalatnik@belmont.gov
Date 2018-2023
Role Construction management and inspection
Award
2024 APWA SIlicon Valley Sustainability/
Green Project of the Year Award, Ralston
Avenue Pavement Rehabilitation Project
MNS provided on-call construction management and
inspection services for public works projects consisting
of pavement reconstruction and rehabilitation; pedestrian
and bicycle improvements; retaining wall and slide
repairs; streetlight pole replacement; traffic signal
installation; sewer main replacement and rehabilitation;
sewer force main replacement and rehabilitation; sewer
pump station rehabilitation and replacement; and storm
drain replacement and rehabilitation. All the pavement
reconstruction and rehabilitation projects adhered
to Caltrans procedures and Federal Construction
Management Requirements, when applicable. A sample of
project assignments include:
• North Road Pump Station and Force Main Rehabilitation
Project
• Shoreway Sewer Rehabilitation Project
• Ralston Avenue Retaining Wall Repair Project
• Ralston Avenue Corridor Improvement Project, Segment 3
• 2020 Pavement Rehabilitation Project
On-Call Construction Management, City Engineer
Support, and Engineering Design Consultant
Services
Client City of Emeryville
Contact
Ryan O'Connell, Senior Civil Engineer
1333 Park Avenue, Emeryville, CA 94608
510.596.4346 | roconnell@emeryville.org
Date 2024-current
Role Construction management and inspection;
civil engineering, and land surveying
MNS is actively providing on-call professional services
in support of numerous infrastructure projects for the
City. The work encompasses tasks such as construction
management and oversight in compliance with Caltrans
procedures, plan development and review for capital
improvement projects, and engineering design for civil
projects including paving and active transportation
facilities. Additionally, MNS is providing support in
regulatory compliance, risk mitigation, and coordination
with utility companies and outside agencies to ensure
successful project execution. To date, projects have
included:
• Sustainable Streetscapes 2024 Project
• Marina Park and Powell Street Lighting
• Sanitary Sewer Rehabilitation Program - CIP Sewer
Spot Repairs
• Hollis Street Transit and Pedestrian Improvements
• Shellmound Bridge over Temescal Creek
• Sherwin Williams Traffic Calming
• Bay Street Cycletrack
• BMR Offsite Improvements
• Shellmound Street, Doyle Street and Adeline Street
Class IV Bikeways
363
4STATEMENT OF QUALIFICATIONS
Section 3. Project
Team3
MNS ENGINEERS
Project Manager
Frank Sana, PE
Principal-in-Charge
Paul Goryl, PE, LEED AP
ON-CALL SUPPORT TEAM
Resident Engineers
Frank Sana, PE
Mauricio Rivera, PE, QSD/
QSP
Tom Loomis, PE
Lakshmanan Kumar, PE
Thom Fresquez, PE
Assistant
Resident Engineers
Aftab Loya, PE, QSP
Perry Hendricks
Humza Mansoor
Nathan Norwood, CPII
Salome Garcia, EIT
Construction Inspectors
Jeff Mitchum
Deborah Koerber
MIchael Baskerville
Dorell Harper
Drew Hernandez
Steve Richey, RCI
Materials Testing/
Special Inspection
Michael Kibbey
James Auser
Christiano Melo
Randy Cortez
Scott Orr
Dennis Ness
Kenneth Clark
David Eckhardt
Office Engineers
Marie Dunne
Yujia Luo
CITY OF DUBLIN
Professional and Qualified Team
The key to a successful project is a highly qualified
and well-managed team. We work with the following
key objectives in mind—quality service and project
deliverables, time and budget efficiency, adherence to
quality assurance standards, constant communication, and
application of technical and practical expertise. Resumes
are available in Appendix A. Individual availability is listed,
but it can change throughout the year based on need.
Our approach is to work with the City to determine any
upcoming staffing needs in advance to provide staff as
needed.
Team Member Firm Availability
Paul Goryl, PE, LEED AP MNS 15%
Frank Sana, PE MNS 50%
Mauricio Rivera, PE, QSD/QSP MNS 50%
Tom Loomis, PE MNS 50%
L. Senthil Kumar, PE MNS 100%
Thom Fresquez, PE MNS 25%
Aftab Loya, PE, QSP MNS 100%
Perry Hendricks MNS 100%
Humza Mansoor MNS 100%
Nathan Norwood, CPII MNS 50%
Salome Garcia, EIT MNS 100%
Jeff Mitchum MNS 100%
Deborah Koerber MNS 100%
MIchael Baskerville MNS 50%
Dorell Harper MNS 100%
Drew Hernandez MNS 100%
Steve Richey, RCI MNS 100%
Michael Kibbey BSK 20%
James Auser BSK 15%
Christiano Melo BSK 15%
Randy Cortez BSK 15%
Scott Orr BSK 30%
Dennis Ness BSK 40%
Kenneth Clark BSK 50%
David Eckhardt BSK 50%
Marie Dunne MNS 50%
Yujia Luo MNS 50%
LEGEND MNS BSK
364
5STATEMENT OF QUALIFICATIONS
By anticipating potential issues early, we help reduce
delays and control costs. Our approach includes schedule
reviews, early issue resolution, streamlined change
procedures, and clear communication with stakeholders.
Our document control system tracks progress payments,
CCOs, and cost impacts. MNS works closely with the City,
design team, and contractor to resolve issues efficiently
and avoid unnecessary escalation.
Appropriate Mix of Skills and Disciplines
MNS offers a skilled team with the experience to support
the City across a wide range of projects. Our strength
lies in managing multiple assignments through consistent
coordination, communication, and quality control. With
intimate familiarity and prior work experience with the
City, our team is well-equipped to deliver effective, reliable
results.
Commitment of Team
Our Project Manager is committed to the successful
performance of our team to support the City. MNS places
a high value on maintaining the relationships we have with
clients, and we consider the City one of our key clients.
Frank Sana, PE, strives to deliver high-quality service to
the City’s satisfaction and the City can be confident this
level of service will continue.
Adherence to Schedule
Each project MNS undertakes is driven by the schedule
needs of our clients. Our deliverables for specific Task
Orders will include a project-specific schedule, meetings
with City staff, and final completion. Once the Notice
to Proceed (NTP) is received from the City, the Project
Manager, Frank Sana, PE, will facilitate an internal kick-
off meeting with the project team to discuss the schedule,
expectations, and deliverables with the team, including
quality control reviews. Regular progress meetings are
also held to relay any potential scheduling concerns.
Any adjustments will be discussed with the City’s Project
Manager in advance and with their concurrence.
Constructability Reviews
One of the key value-added services MNS offers is the
expertise of our construction management staff and the
review of constructability issues/concerns during the
preliminary and final design phases. This attention to
Section 4. Approach4
Contract Management Approach
MNS delivers highly qualified personnel tailored to the
City’s project needs—on time and ready to perform. Our
team integrates seamlessly with City staff to ensure quality
construction and full contract compliance from day one.
MNS divides our approach to managing the contract and
associated Task Orders into four phases: Contract Setup,
Staffing Implementation, Quality Control, and Reporting/
Invoicing.
Contract Setup
At contract kickoff, MNS will meet with the City’s Contract
Manager to align on protocols, forms, invoicing, and
expectations. We establish a clear Communication Plan
from the start—customized, flexible, and built to support
project success.
Staffing Implementation
Staffing implementation starts with understanding the
City's current and future project needs. MNS works closely
with the City to plan ahead and assign the right staff at
the right time. Our team is flexible and ready to respond
quickly to both scheduled and unexpected requests,
helping the City manage resources efficiently and keep
projects moving.
Quality Control/Reporting & Invoicing
MNS views Quality Control (QC) as the backbone of
our service. Our internal QC Program ensures staff are
trained, contract-ready, and deliver accurate, timely
work—both in the field and office. Project Manager Frank
Sana, PE, will oversee performance and compliance, while
ensuring clear reporting, accurate invoicing, and consistent
coordination with the City to keep projects on track and on
budget.
Cost and Schedule Control Approach
MNS treats cost control as a continuous priority. We
actively manage schedule and expenditures to stay within
budget while identifying cost-saving opportunities at every
phase.
365
6STATEMENT OF QUALIFICATIONS
anticipating potential construction issues enhances the
quality and biddability of projects and decreases the
potential for change orders.
Scope of Services
Our straightforward approach to construction management
and inspection focuses on project efficiency and fulfilling
all agency budget, schedule, and documentation
requirements. Frank Sana, PE, will manage the
Construction Management (CM) team to achieve those
goals. Our construction management scope of work can
be categorized into three separate tasks:
• Pre-Construction (Phase 1)
• Construction (Phase 2)
• Post-Construction (Phase 3)
Our typical approach to providing this scope of services is
outlined as follows:
Task 1 Pre-Construction
TASK 1.1 Constructability Review
MNS will be available to review the project documents
for constructability issues and submit a constructability
report with our findings and recommendations. If
comments cannot be addressed prior to bidding, we will
discuss these issues at the pre-construction meeting
before mobilizing the contractor. MNS will also review
the Engineer’s Estimate and approved budget as part
of our constructability efforts. Our comments will be
provided as part of our constructability report. Our
proposed constructability review staff have many years
of construction management experience on all types of
projects and have performed numerous constructability
reviews.
TASK 1.2 Project Review
Prior to construction, it is important the CM staff obtains
comprehensive knowledge and understands the
information surrounding the project. The CM team will
thoroughly review the project documents (e.g. plans,
specifications, Design Engineer’s Resident Engineer
file, utility agreements, permits, soils reports, etc.)
to understand the project and the various applicable
limitations.
TASK 1.3 Schedule Review
Upon our review of the project documents, MNS will
develop a preliminary schedule for the project to show
the anticipated staging sequence, main work activities,
as well as any project-specific milestones representative
of the project construction. We will review internally and
compare the schedule against the allotted working days
to determine a realistic, but efficient schedule. We will
use this preliminary schedule as a basis for reviewing the
contractor’s submitted baseline schedule.
TASK 1.4 Project Setup/Kick-Off Meeting
The CM team will coordinate with the City Project Manager
to establish a firm foundation of communication. MNS will
meet with the City Project Manager to:
• Establish project protocols, levels of authorization, and
procedures for contract change orders, submittals, and
Requests for Information (RFIs).
• Review project administration requirements to ensure
consistency with the special funding requirements.
TASK 1.5 Pre-Construction Meeting
MNS will coordinate a pre-construction meeting and
invite the selected contractor, City staff, utility companies,
and others involved with the project. The meeting will
highlight the contractor’s responsibility for items such as
safety, emergency response, traffic control, site access,
labor compliance, certifications of materials, submittals,
schedule updates, permit and utility agreements, order of
work, pay requests, public notices, and quality control. We
will resolve issues up front and discuss any issues prior to
mobilizing the contractor. MNS will prepare and distribute
an agenda and meeting minutes.
Task 2 Construction
TASK 2.1 Construction Coordination and
Correspondence
MNS will work closely with the City and the contractor to
promote effective coordination and communication at the
366
7STATEMENT OF QUALIFICATIONS
job level with all agencies, technicians, and the affected
community and businesses.
Weekly Meetings. To facilitate and maintain
communication, MNS will hold weekly construction
meetings with the contractor to discuss the progress of the
work and address any outstanding or anticipated issues.
The contractor's three-week-look-ahead schedule will be
reviewed and discussed during each meeting.
TASK 2.2 Contract Administration
MNS utilizes a construction administrative system modeled
after the Caltrans construction administrative system,
and utilizes Caltrans forms such as Weekly Statement
of Working Days (WSWDs), daily diaries, etc. We use a
cloud-based project management tool called CMIS and
it is available at no extra cost to the City. This allows
City staff real-time access to all project documents and
minimizes the effort and time associated with maintaining
and providing hard copies of contract documents to the
City.
MNS will diligently track correspondence, submittals, RFIs,
CCOs, WSWDs, and progress pay estimates. We monitor
cost control by tracking contract item payments and
quantities, CCO payments, extra work, and supplemental
work. Our system complies with all Caltrans Local
Assistance and federal requirements.
Monthly Summary Reports. MNS will prepare a Monthly
Summary Report to provide updated project status,
including the summary narrative of work accomplished
including photos, work to be completed the following
month, summary of costs, updated schedule of work
with explanations for deviations from the initial baseline
schedule, explanation of any upcoming risks and/or
problem areas and corrective action to be taken, status of
submittals, RFIs, CCOs, and claims.
Project Schedule Control. MNS will review the
contractor’s baseline schedule at the start of the project
and provide any comments for resubmittal or approval.
The contractor will be required to submit monthly schedule
updates and correct any discrepancies prior to approval.
The baseline schedule review will verify the baseline
schedule adheres to the contract specifications, includes
realistic durations, and critical and near critical path
activities. MNS will monitor the contractor's progress;
should the project begin to slip, the contractor will be
requested to submit a Recovery Schedule.
TASK 2.3 Progress Estimate
The MNS team will prepare and track contract quantities
for each pay estimate. MNS will review the contractor’s
monthly Pay Request against the Inspector’s quantity
calculations before recommending payment approval to
the City. Extra work and supplemental work costs will be
tracked and compared against the authorized change
order amounts.
TASK 2.4 Submittals/RFIs
The timely review of submittals and RFIs is critical to
project construction. All submittals and RFIs will be
logged, reviewed, and distributed as required. MNS
will monitor the log to verify responses are submitted in
a timely manner and will also coordinate with the City
Project Manager and Design Engineer to ensure RFIs and
submittals are answered and returned within the required
time.
TASK 2.5 Contract Change Order (CCO)
Management
Prior to beginning any contract work, MNS will coordinate
with the City to define the preferred CCO process. The
MNS team will proactively identify actual and potential
problems and immediately notify the Resident Engineer,
who will:
• Determine the validity and justification for all change
order requests.
• Perform independent cost estimate and negotiate costs
with the contractor.
• Provide a recommendation to the City's Project Manager
on all change orders.
• Process CCOs and track costs against contingency
balance.
• Track and log all CCOs.
TASK 2.6 Construction Inspection
MNS will provide the level of inspection required for the
specific type of project. The MNS Construction Inspector
367
8STATEMENT OF QUALIFICATIONS
will ensure the work is performed in accordance with the
contract documents. Inspection tasks include monitoring
the contractor’s activities for conformance with the plans
and specifications, permits, CCOs, and working drawings.
Construction Inspectors will be responsible for the
following:
• Inspect the work to ensure performance is in accordance
with the contract documents.
• Keep a daily report documenting site and weather
conditions, traffic control measures taken by contractor,
hours for labor and equipment on the job site, materials
used, quantity of work performed, segregation of
contract items and extra work, and any major incidents.
Daily diaries will be submitted on a daily basis.
• Provide assistance with coordination of any utility work
required.
• Ensure the contractor’s traffic control is performed in
accordance to the approved traffic control plan and the
Manual of Uniform Traffic Control Devices (MUTCD).
• Collect material certifications and load tickets prior to
allowing materials to be incorporated into the project.
• Document the material to incorporate into the work
meets the required project specifications.
• Coordinate and witness acceptance testing.
• Coordinate materials tests during construction.
• Maintain marked-up set (by contractor) of contract
record drawings.
• Deliver notices of Non-Compliance whenever work
is deemed unsatisfactory, faulty or defective, or does
not conform to the contract documents, and document
correction of non-compliant work.
• Track disputed extra work and change order work on
daily reports.
• Taking pre-, post-, and during construction photos and
maintain such photos to document construction history.
• Assist in project closeout and develop a deficiency list
(punch list), notify the contractor, and re-inspect.
• Conduct a final project walk through in presence of the
City and contractor.
• Provide specialty inspections such as electrical
(code requirements, field inspection, operational, and
acceptance testing), structural steel and concrete
associated with structures, and geotechnical stability
associated with lime or cement subgrade treatment to
stabilize subgrades.
TASK 2.7 Claims Management
Our objective is to resolve any potential claim at the job
level before it becomes an actual claim. Potential claims
submitted by the contractor will be acted on in a timely
manner in accordance with the contract documents and
City procedures. The Resident Engineer will review all
potential claims and resolve disputes in the most cost
effective and fair manner. We have found the risk of
dealing with a contract claim can be minimized by:
• Timely response to RFIs and CCOs
• Anticipating problems and resolving issues proactively
• Being firm, but fair when analyzing potential disputes
TASK 2.8 Record Drawings
MNS will maintain a field set of as-built drawings to ensure
the contractor’s copy is complete. Upon completion,
the final set of record drawings will be reviewed by the
Resident Engineer and submitted to the Design Engineer
for final processing.
TASK 2.9 Labor Compliance
MNS will assist the City in ensuring labor compliance
requirements are documented and performed in
accordance with the contract documents, funding
requirements, and per DIR requirements. This includes:
• Ensure required labor compliance posters and notices
are posted at the site by the contractor
• Monitor Equal Employment Opportunity requirements
• Perform employee interviews
• Spot check contractor’s and subcontractors' certified
payroll to verify compliance with prevailing wage rates
• Check extra work bills and reports against certified
payroll to confirm actual pay rates for labor reported in
any extra work bills
TASK 2.10 Public Outreach
MNS understands the importance of public relations and
public awareness for construction projects and realizes
most public works projects directly impact neighboring
368
9STATEMENT OF QUALIFICATIONS
properties and the traveling public. MNS will work with
the City on keeping the community notified and aware
of project progress. MNS will act as liaison between the
City and the public, respond to questions and complaints
from the public and other agencies regarding construction
activities, and be available for public meetings.
TASK 2.11 Environmental Coordination and
Monitoring
The MNS team will monitor the contractor's operation for
compliance with all permits associated with the project,
in particular, the City's National Pollutant Discharge
Elimination System (NPDES) permits and requirements.
MNS will inspect and monitor Best Management Practices
(BMPs) and monitor all contractor operations to ensure
compliance with the permits. MNS will work with the
City's biologist. MNS Construction Inspectors will provide
focused attention to dust control, prevention of sediment
tracking onto the roadway, and site maintenance.
TASK 2.12 SWPPP
MNS will assist the City to:
• Verify project profile is set up in the Storm Water Multiple
Application and Report Tracking System (SMARTS)
Database and a Notice of Intent has been submitted.
• Verify the contractor submits a Rain Event Action Plan
(REAP) for each qualifying event.
• Verify SWPPP, BMPs, and REAPs are properly
implemented.
• Complete SWPPP amendments as needed and upload
into SMARTS.
• Properly prepare and submit project annual report
through SMARTS.
• Perform SWPPP inspections.
• If required by the contract, ensure the water quality
monitoring is being performed at the appropriate
frequencies.
Task 3 Post-Construction
TASK 3.1 Punch List and Final Report
MNS will maintain an up-to-date set of as-built plans,
quantities, CCO costs, and general record keeping
throughout the project. Closeout items include:
• Record Drawings. MNS will maintain a field set of as-
built drawings and upon completion, the drawings will be
submitted for final processing.
• Final Inspection and Punch List. MNS will develop a
punch list for the work performed, notify the contractor,
and re-inspect the completed work. A final walk-through
of the project will be scheduled with the City and any
other party the City may wish to attend.
• Acceptance and Final Report. MNS will evaluate
the contractor’s completion of work and make a final
acceptance recommendation to the City. The proposed
final estimate will be prepared and submitted for
review and acceptance. MNS will submit the Notice of
Completion, project files, and the Final Reports and
Material Certifications in accordance with the City’s
requirements.
• Warranties and O&M Manuals. MNS will verify all
equired O&M manuals have been submitted and
accepted as well as any required spare parts. In
addition, we will verify all payments and required
releases including warranty release, lien releases, and
release of claims have been submitted by the contractor.
369
10STATEMENT OF QUALIFICATIONS
Section 5. Standard
Agreement5
1.2. Standard of Performance. Consultant shall perform
all services...according to generally accepted professional
practices and principles and in a manner consistent
with the level of care and skill ordinarily exercised by
members of the profession currently practicing under
similar conditions (the “Standard of Care”).the standards
observed by a competent practitioner of the profession in
which Consultant is engaged.
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.
4.4.4. Wasting Policies. No policy required by this Section
4 (except Professional Liability) 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...except after 30 days’ prior written notice has been
provided to the City except for cancellation for non-
payment of premium whereby a 10-day notice shall apply.
Section 5. INDEMNIFICATION...Consultant agrees to
shall, to the extent permitted by law... liability of every kind,
nature and description, to the extent arising out of...
With respect to those claims arising from a professional
error or omission, Consultant agrees to shall defend... to
the extent...
Consultant shall indemnify, defend with counsel
reasonably acceptable to City, and hold harmless...
reasonably attorney’s fees...to the extent arising out...
9.1 Records Created as Part of Consultant’s Performance.
Except for Consultant's pre-existing intellectual property
all reports...deliver those documents to the City upon
termination of the Agreement...
MNS requests our suggestions be considered by the City
in an effort to reduce the amount of liability. Please contact
us with any questions or concerns. We are certain we
can come to an acceptable agreement with the City. Only
sections with comments are provided below.
Section 6. Standard
Fee Schedule6
DIRECT EXPENSES
Use of outside consultants as well as copies, blueprints,
survey stakes, monuments, computer plots, telephone,
travel (out of area) and all similar charges directly
connected with the work will be charged at cost plus fifteen
percent (15%). Mileage will be charged at the current
federal mileage reimbursement rate.
PREVAILING WAGE RATES
Rates shown with Prevailing Wage “(PW)” annotation are
used for field work on projects subject to federal or state
prevailing wage law and are subject to increases per DIR.
ANNUAL ESCALATION
Standard fee rates provided for each classification are
subject to 3% annual escalation or the most recent
US Bureau of Labor Statistics Consumer Price Index,
whichever is higher.
OVERTIME
Overtime for non-exempt employees will be charged at 1.5
x hourly rate; overtime for exempt employees and other
classifications will be charged at 1 x hourly rate. Special
Shift will be charged at regular rate plus $10/hour.
PROJECT/PROGRAM MANAGEMENT
Principal-In-Charge $375
Senior Project/Program Manager 340
Project/Program Manager 290
CONSTRUCTION MANAGEMENT
Principal Construction Manager $355
Senior Construction Manager 305
Senior Resident Engineer 295
Resident Engineer 275
Structure Representative 285
Construction Manager 245
Assistant Resident Engineer 225
Senior Construction Inspector 210
Construction Inspector (PW) 195
Office Administrator 155
370
A-1APPENDIX A. RESUMES
Name Role Firm PG
Frank Sana, PE Project Manager MNS A-2
Paul Goryl, PE, LEED AP Principal-in-Charge MNS A-4
Mauricio Rivera, PE, QSD/QSP Resident Engineer MNS A-6
Tom Loomis, PE Resident Engineer MNS A-8
Lakshmanan Senthil Kumar, PE Resident Engineer MNS A-10
Thom Fresquez, PE Resident Engineer MNS A-12
Aftab Loya, PE, QSP Assistant Resident Engineer MNS A-14
Perry Hendricks Assistant Resident Engineer MNS A-16
Humza Mansoor Assistant Resident Engineer MNS A-18
Nathan Norwood Assistant Resident Engineer MNS A-20
Salome Garcia, EIT Assistant Resident Engineer MNS A-22
Jeff Mitchum Construction Inspector MNS A-24
Deborah Koerber Construction Inspector MNS A-26
Michael Baskerville Construction Inspector MNS A-28
Dorell Harper Construction Inspector MNS A-30
Drew Hernandez Construction Inspector MNS A-32
Steve Richey, RCI Construction Inspector MNS A-34
Michael Kibbey Materials Testing/Special Inspection BSK A-36
James Auser Materials Testing/Special Inspection BSK A-37
Cristiano Melo Materials Testing/Special Inspection BSK A-38
Randy Cortez Materials Testing/Special Inspection BSK A-39
Scott Orr Materials Testing/Special Inspection BSK A-40
Dennis Ness Materials Testing/Special Inspection BSK A-41
Kenneth Clark Materials Testing/Special Inspection BSK A-42
David Eckhardt Materials Testing/Special Inspection BSK A-43
Marie Dunne Office Engineer MNS A-44
Yujia Luo Office Engineer MNS A-46
Appendix A. ResumesA
371
A-2APPENDIX A. RESUMES
Frank Sana, PE | RESUME PG 1
RESUMES
Frank Sana, PE
Project Manager/Resident Engineer
MNS Engineers, Inc.
Availability
Construction management and inspection
Project management
Transportation projects: highways, bridges, tunnels, pump
stations, ports, airports
Years of Experience
30
Professional Civil Engineer, CA No. 55157
s
ACI Concrete Field Testing Technician-Grade 1, No.
02139924
Education
MS, Civil Engineering, San Jose State University, CA
BS,
Affiliations
Construction Management Association of America
Construction Institute of ASCE, Member and Past
Chairperson, San Francisco Section
Mr. Sana has over 30 years of construction management
experience in highway construction projects including
resident engineering, contract administration, project
management, and claims avoidance. Frank’s experience
consists of construction management and inspection of
numerous public works construction projects including
roadway improvements, highways, drainage systems,
facilities, and parks. He is proficient in contracting
procedures and managing the daily activities of
contractors, Inspectors, Design Engineers, Architects,
Soils Engineers, technicians, and field survey crews to
ensure continuity between design and construction. He
has worked as a Resident Engineer and Structure
Representative for several multimillion dollar federally
funded highway projects with Caltrans oversight and
encroachment permits. Frank is a skilled leader who
builds project teams incorporating Design Engineers,
contractors, utilities, and the public to achieve project
objectives while keeping project stakeholders informed.
His experience includes:
Quiet Zone Safety Engineering Measures on 65th,
66th, and 67th Streets, City of Emeryville, CA.
Resident Engineer/Project Manager. This $2.3M project
addressed three at-grade railroad crossings within the
City of Emeryville, located at 65th, 66th, and 67th Streets
that are main arterial tracks for both Union Pacific
Railroad and Amtrak. Trains are required by both federal
and state law to sound their horns as they approach
these intersections for safety purposes. To address the
impacts of train horns on communities, the Federal
Railroad Administration allows local jurisdictions to
establish a Quiet Zone in which the routine sounding of
horns is prohibited at designated rail crossings. The
project provided installation of safety measures and
improvements needed to establish a quiet zone and
consisted of the installation of four-quadrant gates, raised
medians at each at-grade crossing, pedestrian access
gates, ADA-compliant sidewalks, new and modified traffic
signals at 65th and 67th Street crossings, and
rehabilitation of hot mix asphalt (HMA) pavement within
the crossing areas along Shellmound Street.
372
A-3APPENDIX A. RESUMES
Frank Sana, PE | RESUME PAGE 2
Frank Sana, PE | RESUME PG 2
RESUMES
State Route 156 Widening, Caltrans, San Benito
County, CA. Resident Engineer. The $87M project,
-lane expressway
-lane
-lane thoroughfare and 3.5 miles of new
tinuously reinforced concrete
-foot-wide
-foot to 8-foot paved shoulders. Other
the widening of mainline bridge,
esident engineering,
on.
OBAG II/STP Pavement Improvement Project, City of
Pittsburg, CA. Project and Construction Manager. MNS
the
ment of project scope, budget, and RFP for
Frank also managed the RFP
. Developed and finalized a consultant
ed a staff report for the City
for construction bid and assisted with the
the construction
-76) for the design and construction
reimbursement invoices to Caltrans.
Hesperian Boulevard Corridor Improvements,
Resident Engineer. This $25M
d and revitalized the Hesperian Corridor
was designed to
was a multijurisdictional project with
d both the City of San Lorenzo
1.5-
elements, Class II buffered bicycle lanes with green
pavement treatments, community gateway features, high
visibility crosswalk treatments, street trees and
landscaping, fiberoptic conduit, roadway and pedestrian
lighting, pavement rehabilitation, transit priority system,
adaptive traffic signal control technology, and public art
features. Frank’s responsibilities included resident
engineering and inspection—administered in accordance
with the contract documents; quality assurance; weekly
meetings and progress estimates; control of project
budget and schedule; and coordinating with the utility
agencies, design team, County staff, Caltrans,
neighborhood residents, and businesses.
Fresno Bus Rapid Transit Blackstone and Kings
Canyon Corridor, City of Fresno, CA. Principal
Construction Manager. The $32M Fresno bus rapid
transit (BRT) corridor is a 15.7-mile line with 50 standard
stations and two enhanced stations connecting a major
north-south corridor and a major east-west corridor. Key
elements included a shared lane with vehicular traffic,
transit signal priority, real-time bus arrival displays, off-
board fare collection, and Intelligent Transportation
Systems/Transit Signal Priority (ITS/TSP) improvements
with lane jumpers. Caltrans encroachment activities
consisted of ramp metering and improvements at State
Routes 41 and 180. Service was operated using low-
floor, low emission compressed natural gas or hybrid
buses, including eight articulated buses that were
purchased as part of the project.
On-Call Construction Engineering and Inspection
Services, Caltrans Districts 4, 6, 9, and 10, CA. Project
Manager/Assistant Resident Engineer. Frank has been
involved with several Caltrans on-call contracts for
construction engineering and inspection services for
projects throughout Districts 4, 6, 9, and 10.
Responsibilities included staffing, training, and guiding
the Lead Assistant Resident Engineers, Construction
Office Engineers, and Assistant Resident Engineers,
which all served as an extension of Caltrans staff.
373
A-4APPENDIX A. RESUMES
RESUME
Paul Goryl, PE LEED AP | RESUME PG
Firm
MNS Engineers, Inc.
Areas of Expertise
Caltrans
Claims analysis
Constructability and value engineering
Construction management and inspection
Design-build/design-bid-build experience
Project management
Public works projects
Railway engineering
Structural design
Years of Experience
41
Licensing
Professional Civil Engineer, CA No. 42178
Certifications
LEED Accredited Professional
Defensive Driving Training Course
Education
BS, Civil Engineering, Michigan State University, MI
Professional Development
Hazardous Materials Management, University of California,
Santa Barbara, CA
Affiliation
American Society of Civil Engineers
Mr. Goryl has over 41 years of consulting and
engineering experience as a project, program, and
technical manager specializing in highway, bridge,
railway, and public works construction projects. Paul’s
extensive experience includes planning; feasibility and
planning studies; preliminary design, including project
tender, contractor selection, and contract negotiations;
post-design construction engineering; and construction
management and inspection. Paul has demonstrated
experience managing multiple projects simultaneously.
He is known as a team builder utilizing strong
management and communication skills with a focus on
providing value to clients and project stakeholders.
Formerly the Caltrans Area Bridge Construction Manager
for District 5, which includes Santa Barbara, San Luis
Obispo, Monterey, Santa Cruz, and San Benito Counties,
Paul participated in construction partnering workshops,
dispute resolution, and claim review boards. Additionally,
he assisted local agencies with similar issues. After his
tenure at Caltrans, Paul continued to assist as a
consultant on the resolution of technical dispute issues
and constructability. Paul also served as a Contract
Manager on previous Caltrans on-call contracts. His
experience includes:
On-Call Construction Management and Materials
Testing Services, County of Marin, CA. Project
Manager. MNS is providing on-call construction
management and materials testing services during
construction and project closeout for federal, state, and
locally-funded projects. Assigned projects vary in scope
and size and include roadway rehabilitation and storm
damage emergency repairs. Projects include:
• Strawberry Road Rehabilitation Project. This
$480K project restored the road condition on two
residential streets and provided improved drainage,
free of ponding on both streets.
• Fairfax Bolinas Road MP 5.73 Slope
Improvements Westbound Lane Stabilization.
The first phase of this project involved emergency
repairs of the failed roadway by constructing a
$250K 80-foot-long cantilever soldier pile wall with
10 feet of retained height and timber lagging. Work
was completed in 10 days and performed during
extended hours and weekends in order to re-open
one lane of traffic on Fairfax Bolinas Road.
• Fairfax Bolinas Wall at PM 1.0. This $1.5M
project repaired a landslide along Bolinas Road
near post mile (PM) 1.0 by constructing a 100-foot
cast-in-drilled hole (CIDH) retaining wall, a 100-foot
Principal-in-Charge
374
A-5APPENDIX A. RESUMES
Paul Goryl, PE, LEED AP | RESUME PAGE 2
RESUME
Paul Goryl, PE LEED AP | RESUME PG
concrete waler along an existing retaining wall, and
installing ground anchors in both structures.
Principal-in-Charge. This $7.2M
pavement by full depth reclamation (FDR), asphalt
ing and overlay, concrete curb and gutter
, concrete sidewalk installation, concrete
ADA) ramp construction,
ensure enough capacity for fiber
installation, landscaping, and
included
multiple stakeholders such as the fire
businesses and residents, two local
and the bus
On-Call Construction Management/Construction
(C22401), County of Sonoma, CA. Project
. MNS is providing resident engineer,
services to
. Projects include:
• 2022 Pavement Preservation Program.
• River Road Rehabilitation.
• 2019 Hazardous Tree Removal Project, Phases
2 and 3.
• Crocker Bridge Bicycle Pedestrian Passage
• Stewarts Point Skaggs Springs Road Slide
Repair Projects (PM 13.61, 13.97, and 21.01)
• 2024 Pavement Preservation Program.
2022 Pavement Preservation Program, County of
Sonoma, CA. Project Manager. This project improved
-
lti Sensor Video Detection System (MSVDS) which
s video imaging and radar technologies; metal
to deliver the
Iron Horse Trail/Bollinger Canyon Road Bicycle and
Pedestrian Overcrossing, Contra Costa
Transportation Authority (CCTA), CA. Principal-in-
Charge/Senior Project Manager. CCTA and the City of
San Ramon are partners in the delivery of the Iron Horse
Trail/Bollinger Canyon Road Bicycle and Pedestrian
Overcrossing Project. The project will construct a bicycle
and pedestrian overcrossing at Bollinger Canyon Road in
the City of San Ramon. When completed, the project will
be part of the Iron Horse Trail. The project arose from the
desire to enhance safety for pedestrians and bicyclists
using the Iron Horse Trail, improve traffic flow on
Bollinger Canyon Road, facilitate alternative
transportation, and enhance recreation. The Iron Horse
Trail is a Route of Regional Significance that serves as a
bicycle and pedestrian corridor through the center of the
San Ramon Valley.
The overcrossing structure is comprised of cable-stayed
main spans totaling 200 feet in length with a median
support consisting of a 70 feet tall V-shaped pylon. The
structural steel pylon is supported by a concrete pile cap
and two 72-inch diameter cast-in-drilled-hole (CIDH) piles
roughly 78 feet long. The main spans and back spans will
be constructed of structural steel and precast concrete
deck panels. The back spans are supported by concrete
V-piers with 48-inch diameter CIDH piles roughly 40 feet
in length. Concrete abutments on spread footings and
mechanically stabilized earth (MSE) retaining wall are
used for the approaches to the signature structure. In
addition, the project includes utility protection, roadway
realignment, signing, striping, traffic signal, lighting,
landscaping, and irrigation work.
To better manage cost and project risk, the CCTA and
the city have adopted the Construction Manager/General
Contractor (CM/GC) procurement approach for this
project. MNS provided pre-construction services,
including coordination with the Authority, City, CM/GC,
and Design Team on construction cost and contract
documents. MNS also provided full construction
management and administration services for the
construction and project closeout phases of the project.
375
A-6APPENDIX A. RESUMES
Mauricio Rivera, PE | RESUME PG 1
RESUMES
Mauricio Rivera, PE, QSD/QSP
Resident Engineer
MNS Engineers, Inc.
Construction management and inspection
Bridge and interchange improvements
Roadway improvements
Capital improvement projects
Traffic operation systems and signals
Railroad coordination
Years of Experience
33
ing
Professional Civil Engineer, CA No. 56880
Qualified SWPPP Developer/Practitioner, CA No. 20707
10-hour Construction Safety, Cal/OHSA
40-hour Hazardous Materials, Cal/OSHA
Toastmasters Silver
Education
UC Berkeley Extension, Project Management Certificate
BS, Civil Engineering, San Francisco State University, CA
Professional Development
16-hour P3 Training
Caltrans Resident Engineer Academy
Awards
of the Year Award, Sacramento Chapter
Bailey Road/State Route Interchange Pedestrian and Bicycle
Improvement, 2022 APWA Project Award, Transportation,
Mr. Rivera has over 33 years of professional experience
in construction management, transit construction,
signaling, community relations, scheduling, safety,
roadway design, geotechnical engineering, and
geometrics. Mauricio has been involved in the
construction of multiple diverse projects ranging in value
from $30K to $80M. He has extensive experience in the
construction of intelligent transportation systems (ITS)
and worked on complex projects in urban areas involving
multiple funding sources and agencies. He has also
coordinated with utility companies for relocation and
establishment of service connections, working with a
wide range of project stakeholders for construction
projects such as federal, state, and municipal agencies;
public transit and utility agencies; private utility agencies;
railroads, neighborhood residential and commercial
associations; and property owners. His experience
includes:
Treat Boulevard Pavement Rehabilitation, Phase 1,
City of Concord, CA. Project Manager/Resident
Engineer. This $7.2M contract consisted of traffic control,
potholing utilities, lowering/adjusting utility covers, street
asphalt concrete pavement by full depth reclamation
(FDR), asphalt grind and overlay, concrete curb and
gutter, concrete sidewalk, concrete ADA ramp
construction, tree removal and trimming, inspection of
existing electrical conduits to ensure enough capacity for
fiber optic cable installation, fiber optic installation and
testing, video detection systems, landscape, and striping.
The scope of the work also included coordination with
multiple stake holders such as the fire department, local
businesses and residents, two local high schools, the
police department, and the bus company running buses
through the work zone (Contra Costa Connection).
Treat Boulevard Pavement Rehabilitation, Phase 2,
City of Concord, CA. Project Manager/Resident
Engineer. This $7.9M contract consists of traffic control,
water pollution control, demolition, tree removal,
potholing of existing utilities, fiber optic installation, VIDS
(Video Detecting Signals) installation, street pavement
rehabilitation by cold-in-place recycling method, asphalt
concrete grinding and overlay, placing and compacting
hot mixed asphalt and rubberized hot mix asphalts,
remove and replace concrete gutters, sidewalk, upgrade
concrete ADA ramp construction, utility cover
adjustments, traffic striping, landscape and new
irrigation.
376
A-7APPENDIX A. RESUMES
Mauricio Rivera, PE, QSD/QSP | RESUME PAGE 2
Mauricio Rivera, PE | RESUME PG 2
RESUMES
On-Call Construction Management/Construction
Inspection, County of Sonoma, CA. Resident
. MNS services include resident engineer,
oadway with asphalt concrete overlays (some sections
-depth reclamation treatments), chip and
signal
oulder backing, and
Citywide Signal Communication Upgrade Conduit
Installation for Future Fiber Interconnect on Dublin
Boulevard, City of Dublin, CA. Resident Engineer. This
-
Schedule 40 HDPE, inspection of existing conduits
and installation of N48 and 6E pull
-inch conduit would
-degree angle requirement.
Bailey Road/State Route 4 Interchange Pedestrian
and Bicycle Improvement Project, Contra Costa
Resident Engineer. This $4.1M project
-
l
removal of the westbound loop off-
-foot-wide sidewalks were constructed to
The
-ramp, the existing westbound
-ramp on the northeast side of the
headed both
on Bailey Road. A retaining
wall was required along the north side of the ramp for the
widening. Bailey Road was widened along the
southbound side, from the intersection of the State Route
4 westbound on-ramp to the existing westbound State
Route 4 loop off-ramp. The widening also accommodates
the extension of a third southbound lane along Bailey
Road. The eastbound State Route 4 loop off ramp to
Bailey Road was modified to have controlled right-turn
movements by squaring off the ramp terminus. The
project also removed the free right-turn from southbound
Bailey Road onto the BART Access Road. These
movements were controlled by modifying the existing
traffic signal at three separate intersections. The project
was completed with a pavement overlay from the
eastbound off-ramps/BART Access Road to the
westbound onramp, spanning the full width of Bailey
Road. MNS provided full construction management and
materials testing services. Mauricio’s responsibilities
include project communication and coordination, contract
administration, CPM schedule review and approval, cost
control and progress pay estimates, submittal/RFI
approval, change orders and claims management, quality
assurance materials testing services, quality assurance
construction staking, and Water Pollution Control
Program (WPCP) compliance.
Washington Boulevard/Paseo Padre Parkway Grade
Separation Project, City of Fremont, CA. Resident
Engineer. This $58.4M project grade separated
Washington Boulevard and Paseo Padre Parkway, as
well as two other local street at-grade crossings on the
Union Pacific Railroad (UPRR) Milpitas line for the City of
Fremont (City). The project involved realigning 2.5 miles
of UPRR mainline track by constructing a new single-
track line, two railroad bridges, one BART bridge, an
overpass at Washington Boulevard, a depressed
roadway with retaining walls, cut-off walls, a pumping
plant at Paseo Padre Parkway, and construction of four
temporary at-grade railroad crossings at two detours.
This project also involved numerous utility relocations.
Three advance contracts were also constructed prior to
the main contract.
Citywide Pothole and Base Repair No. 2, Port
Chicago and Bates, City of Concord, CA. Resident
Engineer. This $1.6M project included roughly 200,000
square feet of pothole and base repair work along Port
Chicago Highway and Bates Avenue in the City of
Concord. Work included traffic control, staging of the
work, SWPPP management, asphalt concrete removal,
hot mix asphalt placement, pavement marking and
striping removal and installation, and replacement of
detector loops at all major intersections along Port
Chicago Highway up to the Bates Avenue Intersection.
377
A-8APPENDIX A. RESUMES
Tom Loomis, PE | RESUME PG 1
RESUMES
Tom Loomis, PE
Resident Engineer
MNS Engineers, Inc.
Construction management and inspection
Constructability review
Roadway, interchange, and highway construction
Structures: bridges, retaining walls, tunnels, flood control
systems
Years of Experience
47
ing
Professional Civil Engineer, CA No. 31911; HI No. 13270; WA
Certifications
ACI Concrete Field Testing Technician-Grade 1, No.
02145801
Education
BS, Civil Engineering, University of California, Berkeley, CA
Mr. Loomis has extensive experience in the
transportation engineering and construction industry.
skilled. Tom has demonstrated knowledge and
proficiency in resolving and mediating design and
constructability problems. He has extensive experience
with coordinating project participants, including Highway
Engineers, Civil Engineers, Structural Designers, Right-
of-Way Specialists, and Owner/Agencies for on-time
completion of accelerated projects. His experience
includes:
Iron Horse Trail Bridge, City of Dublin, CA. Resident
Engineer. This $11.6M steel truss bridge connects the
Iron Horse Trail across Dublin Boulevard. This project's
primary objective is to improve Trail user safety and
traffic flow along Dublin Boulevard. The bridge crossing
completely separates bicyclists and pedestrians from the
roadway traffic. This project consists of a 220-foot
prefabricated steel truss bridge, post-tensioned cast-in-
place approach ramps, and three retaining walls. The
tightly constrained project site, the concurrent adjacent
road/culvert construction, and Dublin Boulevard require
close coordination with adjacent projects and
businesses. Tom’s responsibilities included reviewing
submittals and requests for information (RFIs); inspecting
field work; developing deck grades; scheduling and
coordinating consultants; providing daily reports; tracking
item quantities; monthly billing verification, change order
composition; and coordinating with various agencies. The
project is being administered in accordance with Caltrans
methods and procedures.
South Bayfront Pedestrian Bridge, City of Emeryville,
CA. Constructability Reviewer/Resident Engineer. The
$21.4M new 227-foot-long bridge spans nine Union
Pacific Railroad (UPRR) tracks and connects the Bay
Street shopping area and Ohlone Way with the new
Horton Landing Park, on the Horton side of the UPRR
tracks. The project encompassed a steel tied arch bridge,
283-foot-long west switch-back ramp, west stair
structure, 351-foot-long east ramp, east stair structure,
43-foot-long east creek bridge (over Temescal Creek),
142-foot-long parking garage bridge, and a 236-foot-long
retaining wall. The access ramps are cast-in-place
concrete structures. The heavy rail traffic through this
project required a significant planning and coordination
effort. The bridge was placed using specialized cranes
over the tracks in a short overnight work window.
Responsibilities included project communication and
coordination, contract administration, technical drawing
review, bridge erection plan review, Critical Path Method
378
A-9APPENDIX A. RESUMES
Tom Loomis, PE | RESUME PAGE 2
Tom Loomis, PE | RESUME PG 2
RESUMES
(CPM) schedule review and approval, cost control and
progress pay estimates, submittal/request for information
RFI) approval, change orders and claims management,
Union Road Bridge at San Benito Road, County of
San Benito, CA. Structure Representative. The $36M
realigns Union Road and replaces the existing
-lane
with pedestrian and bicycle lane facilities. Union
and critical route that serves
-volume intersection. Union Road will be
-foot extension of San Benito Street
ned portion of Union Road. The project will
-span, CIP box girder
The post-
-foot diameter CISS concrete piles, and each pier
-foot diameter CISS concrete
-term effects of seismic activity. Tom’s
review and coordination of
.
Ardenwood Creek (Line P) Project, Alameda County
Flood Control and Water Conservation District
(ACFCWD), Alameda County, CA. Resident
Construction Inspector. Located between post
PM) 4.16 and 5.18, this $8.7M project was a multi-
system which required biological
Construction tasks
-profiling
-inch water lines; construction of
rced concrete
- and
-inch reinforced concrete pipe (RCP) and flap gate.
East Bay Regional Park District (EBRPD), ACWD
(Operations, Engineering, and Inspection), Pacific Gas
and Electric (PG&E), Cities of Fremont and Newark, the
Homeowner’s Association, Union Sanitation District,
California Department of Fish and Wildlife (CDFW), US
Army Corps of Engineers (USACE), and the San
Francisco Regional Water Quality Control Board
(SFRWQCB). Responsibilities included coordinating with
ACFCWD, USACE, CDFW, and the contractor; contract
resolution involving PG&E line relocation and contractor
termination; claims mitigation; and managing contract
change orders, as well as contractor’s adherence to
budget and schedule. Tom was responsible for overall
construction management and completion of the project
in accordance with the plans and specifications. This also
includes the contractor’s monthly progress payments,
review, and coordination of the submittals, RFIs, and
general correspondence. Tom also led the coordination
and working with the adjacent property Owners, the local
utilities companies, and East Bay Regional Parks. This
project was a wetlands restoration project and a creek
realignment adjacent to the Coyote Hills Regional Park in
Fremont, CA. It also involved working with the ACFCWD
biologists and consultant biologists in preserving and
protecting any endangered species.
Warm Springs Bay Area Rapid Transit (BART) West
Access Project, City of Fremont, CA. Structures
Representative. This $23.3M project constructed a
pedestrian access to the new Warm Springs BART
station. The project consists of a 102-feet-long cable-
stayed and 147-feet-long steel truss bridge over the
Union Pacific Railroad (UPRR) tracks and yard; bridge
circulation elements (staircase, escalators with canopy,
and elevator); installation of plumbing, lighting, security,
and communication systems to support the operation of
the bridge; and an approximately one-acre city
amphitheater style plaza to provide the landing point and
circulation area for the pedestrian bridge. The new steel
truss bridge crosses over the UPRR yard into the new
BART Warm Springs station and the steel cable stay
bridge over the UPRR siding track. Coordination was
needed with BART and UPRR for flagging and erection
of window. The plaza included decorative pavement,
seating elements (terraced seating, benches, etc.),
lighting elements, stormwater treatment areas,
landscaping, irrigation, utility connections, bike racks,
and an information kiosk. Funded by the Alameda
County Transportation Commission (ACTC), this project
provides access for a new residential and commercial
development on the west side of the station.
379
A-10APPENDIX A. RESUMES
Lakshmanan “Kumar” Senthil Kumar, PE | RESUME PG 1
RESUME
Lakshmanan “Kumar” Senthil Kumar, PE
Resident Engineer
MNS Engineers, Inc.
Caltrans standards, policies, procedures, and guidelines
Roads and highways
Oracle Primavera
Cal/OSHA standards and worker safety
Stakeholder coordination
Years of Experience
32
ing
Professional Civil Engineer, CA No. 54597
MS, Structural Engineering, Villanova University, PA
BS, Civil Engineering, Coimbatore Institute of Technology,
Awards
2024 Partnering Success in Motion Award – Niles Canyon
Project, Livermore Lab Building Project
2023 Platinum Hard Hat Award – Safety Innovation on
Posey Webster Tubes Project
2022 Partnering Success in Motion Award Interstate
680/84 Project
2021 Partnering Success in Motion Award Interstate 680
Express Lanes Project
2019 Partnering Success in Motion Award Interstate 580
Altamont Rehab
2012 Partnering Excellence Statewide Award Interstate
Speaking Engagement(s)
Interstate 580 Projects Presentations, Rotary Club of
Mr. Senthil Kumar has over 32 years of experience in
construction management and civil engineering. Kumar
specializes in Caltrans roadway and highway projects,
and he is highly skilled in problem-solving, analytical
thinking, negotiation, project planning and coordination,
and cost estimation and control across diverse
construction projects. Proficient in Oracle Primavera
software, he has successfully managed projects
exceeding $1B along the Interstate 580 and Interstate
680 corridors within Alameda County. His experience
includes:
Interstate 680 Express Lanes (Alcosta Boulevard to
Koopman Road), Caltrans District 4/Alameda County
Transportation Commission (ACTC), CA. Construction
Manager. This $230M project involves the construction of
an Express Lane and rehabilitation of the freeway on the
southbound Interstate 680 from Alcosta Boulevard to
Koopman Road. The project includes the replacement of
the median barrier, widening existing ramps, integration
of toll system components, and renewing the existing
concrete and asphalt pavements. Kumar was responsible
for ensuring site work was successfully completed on
time. As a supervisor on this project, he oversaw field
engineers and staff, leading regular meetings with the
project team to review progress and providing guidance
on resolving complex project challenges. Kumar also
kept ACTC management and project stakeholders
informed about project status, resources, budget, and
critical issues. He monitored contractor compliance with
contract plans and specifications, Caltrans standard
plans and specifications, and other relevant documents,
and verified that the contractor’s safety program followed
Cal/OSHA standards. Additionally, contract change
orders were initiated, negotiated, and prepared by
Kumar. He ensured they were created with appropriate
payment methods and approves the monthly progress
payments for contractors. To improve safety for workers
and travelers, he managed 12 full weekend closures of
Interstate 680 in the Tri-Valley area. He is highly
knowledgeable about effective work zone protection
methods.
Interstate 680 Northbound Rehabilitation Project
(Koopman Road to Alcosta Boulevard), Caltrans
District 4, CA. Construction Manager. This $71M project
involved the rehabilitation of the northbound Interstate
680 from Koopman Road to Alcosta Boulevard. This
project involved the replacement of concrete pavement
with precast panels and continuously reinforced concrete
pavement. During construction, moveable barriers were
380
A-11APPENDIX A. RESUMES
Lakshmanan Senthil Kumar, PE | RESUME PAGE 2
Lakshmanan “Kumar” Senthil Kumar, PE | RESUME PG 2
RESUME
used for worker safety—a first for Caltrans District 4.
Kumar’s involvement started at the plans, specifications,
(PS&E) phase where he contributed to the
was responsible for
, supervising and
. He also managed contract
, ensuring contractor compliance with
and value
were initiated, negotiated,
d that each were
. He also
d the monthly progress payments for contractors.
Interstate 680/State Route 84 Interchange
US 84 Widening, Caltrans District 4,
. Construction Manager. This $140M project involves
modifications to the interchange connecting
State Route 84 and widens the State
84 from two to four lanes. Key features of this
box culvert. The project faces significant environmental
major stakeholders, including San Francisco Public
(SFPUC) and Pacific Gas and
was responsible for coordinating
California
(CDFW) and Regional
, and maintaining open communication with
Various Projects, Caltrans District 4, Alameda
, CA. Construction Manager. Kumar assisted on
projects in Alameda County. Notable projects
• Posey Webster Tubes Fire and Safety
Rehabilitation ($35M). This project rehabilitated
ventilation systems and pumps. Kumar was
responsible for verifying and ensuring tubes met all
current National Fire Protection Association (NFPA)
and Federal Highway Administration (FHWA)
standards and requirements.
• Caldecott Tunnels Bores 1-3 Fire and Safety
Rehabilitation ($25M). This project rehabilitated
existing ventilation and mechanical systems.
Rehabilitation was required to meet all current NFPA
and FHWA standards and requirements.
• Green Energy Backup for Posey Webster
Tubes—Bloom Energy ($7M). This project
environmentally friendly emergency backup power.
• Safety Improvement Projects along State Route
84 – Niles Canyon ($25M). This project replaced the
Alameda Creek Bridge and widened existing
shoulders along Niles Canyon. Additionally, speed
reduction signs, guard rails, and drainage system
improvements were installed.
• Caltrans District 4 Office Building Elevator
Rehabilitation ($6M). This project involved the
rehabilitation and modernization of 15 elevators in
Caltrans’ district office to meet current requirements.
• Caltrans District Materials Lab Building
($22M).This project constructed a new building in
Livermore for Caltrans District 4.
Various Projects, Caltrans District 4, Alameda
County, CA. Construction Engineer. Kumar oversaw
field work on major and minor projects in Alameda
County. His responsibilities included construction
management; contract administration; monitoring
contractor compliance with established plans and
specifications, special provisions, and other relevant
documentation; ensuring completion of projects within
scope, schedule budget, and available resources; and
enforcing Caltrans’ standard practices, policies,
procedures, and guidelines. He served as a senior
engineer, supervising resident engineers and staff and
guiding them through solutions to complex construction
challenges. Kumar was also responsible for coordinating
and leading meetings with various contractors,
subcontractors, local agencies, and other relevant
Caltrans divisions. Additionally, he negotiated complex
contract change order and managed appropriate
payment methods. Notable major projects include:
• Interstate 680 Northbound Express Lanes (Scott
Creek Road to Interstate 680 and State Route
84interchange), Caltrans/Alameda CTC, Fremont
($120M). This project widened and rehabilitated
Interstate 680, installed a northbound express lane
on the highway from Scott Creek Road to State
Route 84, and replaced the overcrossing on
Sheridan Road.
• Interstate 580 Altamont Pass Rehabilitation
(Interstate 205 to Greenville Road) ($65M). This
project removed and replaced nine miles of Interstate
580. Work was completed on both the east and
westbound directions of the highway along the
Altamont pass. Concrete barriers were also installed
at several locations on the highway.
381
A-12APPENDIX A. RESUMES
Thom Fresquez, PE | RESUME PG 1
RESUME
Thom Fresquez, PE
Resident Engineer
MNS Engineers, Inc.
Construction management and inspection
box girder, pre-cast girder, slab)
MSE walls
Building construction
Marine construction
CPM scheduling
Negotiations and dispute resolution
Years of Experience
36
ing
Professional Civil Engineer, CA No. 46611
40-hour Hazardous Materials
ProCPR Adult CPR/AED and First Aid, No. 164298298173869
ACI Concrete Field Testing Technician-Grade 1, No.
Education
BS, Civil Engineering, University of California, Berkeley, CA
2002 Superior Accomplishment Award, Caltrans
Construction
2001 Certificate of Appreciation for Exemplary Service,
Caltrans Structure Construction
2000 Superior Accomplishment Award, Caltrans
1999 Outstanding Caltrans Resident Engineer, Caltrans Toll
Bridge Program
1995 Excellence in Construction Award, Caltrans HQ
Construction
Mr. Fresquez has over 36 years of construction
management experience as a Resident Engineer,
Structure Representative, and Construction Inspector on
bridge, highway, and building construction projects in the
San Francisco Bay Area. Thom is highly regarded for his
broad range of technical knowledge and practical
experience. He has earned a reputation for his ability to
develop productive and cooperative relationships with
contractors built upon fair dealing, a keen ability to
foresee and resolve potential issues before they impact
the work, a strong focus on planning, and innovative and
effective approaches to claims avoidance. His reputation
is supported by a track record of no claims during the
past 20 years on complex projects with a total of over
$300M in contract work.
Additionally, prior to serving as the Structure
Representative for the San Francisco-Oakland Bay
Bridge Seismic Retrofit Project, Thom performed the
constructability reviews of this bridge and four other
major retrofit projects on the Bay Bridge and the
Richmond-San Rafael Bridge. In doing so, he utilized his
extensive structural steel and protective coatings
background to develop innovative specifications to
address the highly unique aspects of the projects and to
reduce the owner's exposure to construction claims and
delays. Further, Thom made changes to the critical path
method (CPM) scheduling specifications to create a “float
bank" for the State of California to earn float for
expediting work. His recommendations for changing the
specifications were not only implemented for these
projects but have since been included in the State’s
Standard Special Provisions. His experience includes:
Dougherty Road Improvements, City of Dublin, CA.
Resident Engineer. The $14M Dougherty Road
Improvements project addresses traffic congestion and
multi-modal circulation issues for commuters traveling
Dougherty Road, including improved access to the
Dublin/Pleasanton Bay Area Rapid Transit (BART)
station. The project constructs two new vehicular travel
lanes with landscaped median islands; new bicycle and
pedestrian path; curb and gutter; Americans with
Disabilities (ADA) curb ramps; and new bus stops and
bus pull-outs. The project also involved significant utility
coordination to install underground infrastructure for
street lighting and signal interconnect system; locating
existing unused infrastructure for fiber optic system to
minimize change order costs and unnecessary conduit
and pull box installation; working with the pipeline
contractor on the installation of new water services and
382
A-13APPENDIX A. RESUMES
Thom Fresquez, PE | RESUME PAGE 2
Thom Fresquez, PE | RESUME PG 2
RESUME
fire hydrant relocations. Additional elements included
placement of over 52,000 square yards of multi-axial
three miles and 13,100 tons of 0.75-inch hot-mix
HMA) paving.
Yerba Buena Island Southgate Road Realignment
Improvements, San Francisco County Transportation
Authority, CA. Resident Engineer/Structure
This $30M three-phase project involving
- and off-ramp on a new alignment to allow the YBI
- and off-
raffic heading to the westbound and eastbound
nterstate 80. This traffic separation will eliminate a
nterstate 80. To ensure all truck
-ramp. The project includes two cast-in-
-tensioned box girder bridges, multiple
cast-in-
-hole (CIDH) piles with steel casing, significant
Responsibilities include
-tensioning, pile
ld inspectors; identifying
ge orders; conducting weekly
-built records.
US 101/Holly Street Interchange and Pedestrian
Overcrossing (POC) Project, City of San Carlos, CA.
Resident Engineer. This $25.8M project modifies the
s a pedestrian overcrossing
The interchange modification will
-10) interchange and
-9) interchange to US
- and off-ramps will be modified to
te more bicycle- and pedestrian-friendly crossings.
existing deck drains, electroliers, concrete median, and
concrete barriers will be modified on the existing Holly
Street OC. The POC will provide a new 12-foot-wide
multi-use path approximately 430 feet south of the Holly
Street OC. As an alternate route for non-motorists, the
POC will provide cross-freeway access without the need
to traverse ramp termini and entrances. Other key
features of the project include ramp widening, ramp
metering improvements, drainage improvements,
stormwater retention basins, retaining walls, bicycle
roundabouts at either end of the multi-use pathway,
signing and striping improvements in Redwood City on
the east side of US 101, signal improvements at the
Industrial Road/ Holly Street intersection, and fiber optic
modifications along Industrial Road on the west side of
US 101.
Washington Boulevard/Paseo Padre Parkway Grade
Separation, City Fremont, CA. Resident
Engineer/Deputy Resident Engineer. This $58M project
involved four at-grade separations of railroad crossings
at Washington Boulevard and Paseo Padre Parkway.
The project realigned 1.4 miles of mainline track by
constructing a new single-track line, two pre-cast
concrete railroad bridges, one cast-in-place reinforced
concrete post tensioned bridge for the Bay Area Rapid
Transit (BART) Warm Springs Extension Project, a
depressed roadway with retaining walls, cut-off walls,
and a pumping plant at Paseo Padre Parkway and
construction of four temporary at-grade railroad crossings
at two detours. The project also demolished existing
buildings with lead, asbestos, and contaminated soil;
installed multiple storm drainage systems with pipe
diameters as large as 72 inches; relocated 15 separate
utilities, including PG&E, AT&T, and Kinder Morgan;
constructed two railroad bridges, one BART bridge, an
overpass at Washington Boulevard, retaining walls,
roadways, sidewalks, Americans with Disabilities Act
(ADA) compliant curb ramps, street lighting, and a new
signalized intersection. Part of Thom’s utility coordination
responsibilities included review of utility relocation plans,
and field verification of utility relocation. Specific utilities
involved PG&E, AT&T, Union Sanitary District, Alameda
County Water District, COMCAST, Time Warner, XO,
Level3, Verizon (MCI), Sprint, Qwest, Kinder Morgan,
SFPUC, and Abovenet. The project was located within
the habitat and breeding area of the California Tiger
Salamander, which required extensive biological surveys
and monitoring during all ground disturbing activities.
Responsibilities included design review, construction
management, procurement services, and claims
management and dispute resolution assistance.
383
A-14APPENDIX A. RESUMES
Aftab Loya, PE, QSP | RESUME PG 1
RESUME
Aftab Loya, PE, QSP
Assistant Resident Engineer
Firm
MNS Engineers, Inc.
Transportation projects
Stormwater management
Highway design
SWPPP
Caltrans procedures
Constructability reviews
Construction management
Years of Experience
25
ing
Professional Civil Engineer, CA No. 64215
Education
BS, Civil Engineering, University of California, Berkeley,
Publication
“The Storm Water Data Report: How Caltrans Documents
Compliance," presented at the CA Storm Water Quality
Mr. Loya has over 25 years of experience working on
California transportation projects in the construction
management, stormwater management, and highway
design environments. Aftab has managed and designed
numerous projects through all phases of the project life
cycle. This unique blend of construction and design
expertise has helped him serve clients through the full
spectrum of constructability review, construction
management and administration, and construction
inspection services.
He spent the first six years of his career at Caltrans
District 4, first as Project Engineer and later as Assistant
Resident Engineer. Aftab is a Qualified SWPPP
Practitioner (QSP) and has taught more than 400
Caltrans engineers on the preparation of Caltrans Storm
Water Data Reports, through 16 workshops held in five
Caltrans Districts. Aftab recently finished serving the Bay
Area Rapid Transit District (BART) Office of
Infrastructure Delivery as Principal Assistant Resident
Engineer on the Mission-Line and Alameda-Line 34.5kV
Traction Power Cable Replacement projects. He led
change management and contract negotiation tasks on
both projects, which comprised the two largest
construction contracts ever awarded by the BART
Maintenance & Engineering (M&E) Department. His
experience includes:
Fairfax Bolinas Wall at PM 1.0, County of Marin, CA.
Assistant Resident Engineer/Inspector. This $1.5M
project repaired a landslide along Bolinas Road near post
mile (PM) 1.0 in Marin County by constructing a 100-foot
cast-in-drilled hole (CIDH) retaining wall, a 100-foot
concrete waler along an existing retaining wall, and
installing ground anchors in both structures. This project
included structural concrete and minor concrete,
earthwork, pier drilling, erosion and sediment control,
roadway paving and striping, installation of a new
drainage system, traffic control measures, guardrail
installation, and rock slope protection. Key challenges of
this project included working under Pacific Gas & Electric
(PG&E) powerlines with limited outage windows and
maintaining continuous traffic flow and access on the
narrow hillside road. An around-the-clock backup
generator was provided to a nearby residence to avoid
any outages while PG&E lines were de-energized. Traffic
flow and access were maintained using flaggers and
temporary signals. Limited space on the roadway
required a multi-stage construction plan for access and
storage of construction equipment. MNS provided
construction management services, including project
384
A-15APPENDIX A. RESUMES
Aftab Loya, PE, QSP | RESUME PAGE 2
Aftab Loya, PE, QSP | RESUME PG 2
RESUME
management, construction engineering, pre-construction
review, stakeholder communication and coordination,
contract administration/document control, construction
inspection, project closeout, and record drawings. This
project was funded by Federal Emergency Management
Aftab was responsible for communicating and
lders, providing construction
facilitating closeout, and preparing record
.
Mission-Line 34.5kV Cable Replacement Project,
San Francisco, CA. Principal Assistant Resident
This five-year, $85 million project entailed the
-largest M&E construction contract ever awarded
installation of 80,000 linear feet of new phenolic
0,000 linear feet of high voltage
linear
-optic backbone to support train
-year old PIPE-
were not running, which
in the form
uperior combination of
essfully led negotiations on over 30
-related
ency
BART, Almeda County, CA. Principal Assistant
Resident Engineer. This four-year, $107 million project
entailed the largest M&E construction contract ever
awarded and replaced the existing traction power
infrastructure along 13 miles of BART aerial structures
and at-grade tracks in Alameda County. Specific
elements of work included installation of new epoxy
conduit, fiberglass cable trays, and cable troughs along
the trackway and below aerial/ bridge structures,
placement of 420,000 linear feet of high-voltage EPR
cable for the train traction power system, routing the
cable and conduits into the various electrical substations
along the track, and installation of 70,000 linear feet of
new fiber-optic cables for train operations.
As Principal Assistant Resident Engineer, Aftab utilized
his exceptional knowledge of the BART RE Manual for:
preparation of monthly progress payment applications,
independent cost analyses, and estimates; resolution of
design and constructability issues; administering,
monitoring, and inspecting construction work; schedule
and claims management; tracking all project reporting,
financials, and completion forecasts; and recommending
cost containment methods to BART. He also focused on
effective and timely change control, including: preparing
change orders, change notices, findings-of-fact, change
order justification summaries, and independent
engineer’s cost estimates; negotiating change order
costs with contractors; and creating pre-negotiation plans
and records-of-negotiations The project is expected to be
completed under budget and well ahead of schedule,
with no outstanding claims or potential claims.
Concord Station Plaza Improvements, BART,
Concord, CA. Office Engineer/Assistant Resident
Engineer. The Concord Station Plaza Improvements
Project consisted of removing and reconstructing new
pedestrian plazas, sidewalks, and raised decorative
crosswalks at the east and west station parking lots;
relocating taxi and passenger drop-off areas; and station
improvements, such as, landscaping, retaining walls for a
future bicycle storage area, patron signage, benches,
trash receptacles, and other architectural and electrical
work. A recurring challenge of this project was
performing construction activities in and around the
station while providing safe, continuous station access to
BART patrons, buses, and taxis. This challenge was met
by performing work during non-peak and non-revenue
hours, when necessary, and synchronizing field work
with local transit and taxi agencies to minimize traffic
impacts.
385
A-16APPENDIX A. RESUMES
Perry Hendricks | RESUME PG 1
RESUMES
Perry Hendricks
Assistant Resident Engineer
Firm
MNS Engineers, Inc.
Transportation projects
Vertical structures
Utility coordination
Soldier pile walls
Years of Experience
12
ACI Concrete Field-Testing Technician, Grade-1, Cert. No.
01897197
10-hour Construction Safety Cal/OSHA
Scaffolding Competent Person
Standard Adult CPR/AED and First Aid Certificate, Cert. No.
Education
BS, Civil Engineering, Oregon State University, OR
Professional Development
Trench Safety Training
Supervisory Crane Training
Mr. Hendricks has over 12 years of experience in the
construction industry specializing in large-scale
transportation and vertical structures. Perry’s background
includes a variety of road and bridge projects, California’s
Office of Statewide Health Planning and Development
(OSHPD) work at the new Stanford Hospital, as well as
experience on soldier pile walls and soil improvements in
a complex and congested job site for the San Francisco
Municipal Transportation Agency. At MNS, he has
worked on a steel arch, steel truss bridge, and a Caltrans
box girder bridge. During the progress of work, he
ensured the quality of and oversaw driven precast and
steel piles, CIDH piles, structural concrete, bridge retrofit,
retaining walls, fencing/ handrailing, and underground
utilities. While working for McCarthy Building Company,
he performed field testing and quality control for below-
grade work and for institutional construction. He also has
extensive knowledge of building exterior envelope
including structural steel, pre-cast panel, unitized curtain
wall, metal panel, glazing, roofing, and waterproofing.
Perry is known for clear and effective communication
with various project stakeholders and ability to identify
and resolve conflict to ensure project efficiency. His
experience includes:
Iron Horse Trail Bridge, City of Dublin, CA. Assistant
Resident Engineer/Lead Inspector. This $11.6M steel
truss bridge will connect the Iron Horse Trail across
Dublin Boulevard. This project's primary objective is to
improve Trail user safety and traffic flow along Dublin
Boulevard by providing a grade-separated bridge
crossing that completely separates bicyclists and
pedestrians from motorized vehicles. This project
consists of a 220-foot prefabricated steel truss, post-
tension cast-in-place approach slabs, and three retaining
walls. The confined project site, concurrent adjacent
road/culvert construction, and traffic volume on Dublin
Boulevard require close coordination with adjacent
projects and businesses. Responsibilities included
reviewing submittals and Requests for Information
(RFIs); inspecting field work; developing deck grades;
scheduling and coordinating consultants; providing daily
reports; tracking item quantities; monthly billing
verification, change order composition; and coordinating
with various agencies, the adjacent housing developer,
and the City. The project is being administered in
accordance with Caltrans methods and procedures.
386
A-17APPENDIX A. RESUMES
Perry Hendricks | RESUME PAGE 2
Perry Hendricks | RESUME PG 2
RESUMES
Iron Horse Trail/Bollinger Canyon Road Bicycle and
Pedestrian Overcrossing, Contra Costa
Transportation Authority, CA. Project Manager. Contra
Bicycle and
rse Trail
il is a Route of Regional
-stayed
-shaped pylon. The
-inch diameter cast-in-drilled-hole (CIDH) piles
-cast concrete
-piers with 48-inch diameter CIDH piles roughly 40 feet
length. Concrete abutments on spread footings and
ic signal, lighting,
South Bayfront Pedestrian Bridge, City of Emeryville,
CA. Assistant Resident Engineer/Lead Inspector. This
idge, 283-foot-long
-back ramp, west stair structure, 351-foot-
-foot-long east
cal Creek), 142-foot-long
-foot-long retaining wall.
-in-place concrete structures.
daily reports,
monthly billing verification,
and coordination with various
trans methods
San Pablo Avenue Stormwater Project, Bay Area Toll
Authority, Alameda County, CA. Assistant Resident
Engineer/Inspector. This $1.8M mitigation project
constructs eight bio-retention basins along San Pablo
Ave in eight different cities in Alameda County for the
new San Francisco-Oakland Bay Bridge (SFOBB). The
work includes the demolition of existing flatwork;
construction of new curb, gutter, and sidewalk; relocation
of two East Bay Municipal Utility District (EBMUD) water
lines; hot mix asphalt (HMA) paving and micro-surfacing
operations; installation of new drainage systems; and
landscape improvements. Construction inspection
responsibilities include monitoring the daily construction
activities to ensure work meets the requirements of plans
and specifications, daily safety checks of the construction
sites and traffic control, preparing daily diaries, tracking
force account work, and preparing quantity sheets. Office
engineer responsibilities include setting up project files to
meet Caltrans oversight requirements, maintaining
request for information (RFI) and submittal logs,
reviewing certified payroll and extra work bills,
maintaining project files, and assisting with progress pay
estimates.
Stanford Hospital, Stanford, CA. Assistant Project
Manager. This $1.4B project constructed a new Stanford
Adult Hospital. Perry managed five contractors for
waterproofing, roofing, flashings, seismic assemblies,
and exterior façade; contracts totaled over $90M. Tasks
involved assisting with the development of the structural
grout operations of the building isolators and he was
heavily involved with the installation of site and exterior
concrete works. While on the project he was able to
utilize lightweight insulating cellular concrete in lieu of the
specified tapered insulation to achieve required slopes
which reduced rework and created a more robust detail.
During his tenure, he was closely involved with
coordinating the three-story tie-in of the new and existing
structures and providing design alternates to minimize
retrofits to the existing structure. Responsibilities
included reviewing and submitting construction
documents including shop drawings, testing data, and
safety information; composing, submitting, and reviewing
Requests for Information (RFIs); coordinating and
managing the scope with related trades (concrete, steel,
framing HVAC, plumbing, and interiors); managing the
procurement of materials required on site; conducting
weekly meetings to coordinate information to support the
construction schedule and resolving site
concerns/conflicts; design and field coordination of site
concrete; and coordinating various site utilities. He also
formed and negotiated multimillion dollar subcontractor
cost settlements for outstanding change orders.
387
A-18APPENDIX A. RESUMES
Humza, Mansoor | RESUME PG 1
RESUMES
Humza Mansoor
Assistant Resident Engineer
MNS Engineers, Inc.
Roadway inspection
Structures inspection
Electrical inspection
Years of Experience
12
ACI Concrete Field Testing Technician-Grade 1, No.
02143182
ProCPR Adult CPR/AED and First Aid Certificate, No.
Education
BS, Civil and Environmental Engineering, University of
Affiliation
American Society of Civil Engineers
Mr. Mansoor has more than 12 years of experience in
construction management. Humza has served as a
Resident Engineer, Assistant Resident Engineer,
Structures Representative, and Lead Inspector. He has
inspected major concrete pours, rebar installation and
testing, and hot mix asphalt (HMA) pavement inspection.
Inspections have also included polyester overlay
placement, cast-in-drilled hole (CIDH) and cast-in-steel-
shell (CISS) pile installation and testing, wet utility
installation, electrical conduit/conductor and fiber optic
installation, electrical toll infrastructure installation and
testing, fill and grade inspection, mechanically stabilized
embankment (MSE) wall construction, and soil nail
installation. Humza actively coordinates with utilities and
environmental state and federal agencies. He has also
scheduled regular testing per Caltrans and local agency
specifications. His experience includes:
Ralston Corridor Improvements Segment 3 Project,
City of Belmont, CA. Assistant Resident Engineer. This
$2.5M project will improve roughly one mile of Ralston
Avenue between South Road and Alameda De Las
Pulgas. Ralston Avenue is the main thoroughfare for the
City of Belmont connecting US 101 to State Route 92
with over 35,000 vehicles daily. Work includes demolition
of existing concrete sidewalks, drive approaches, curb
ramps, and storm drain systems; construction of storm
drain systems; rehabilitation of roadway structural
sections; building Americans with Disabilities Act (ADA)
compliant crosswalks at three intersections with traffic
beacons, widened sidewalks, widened bike paths, ADA
curb ramp and sidewalk construction and compliance;
reconstruction of drive approaches; and installation of
landscaping, slurry seal, street signs, and pavement
delineation. Humza served as the Assistant Resident
Engineer for the project, he inspected all contract work;
coordinated materials testing; traffic control
implementation; SWPPP enforcement; and verified ADA
compliance. Humza was the liaison between the
contractor, the City, and various third-party utilities that
had numerous conduits and boxes that needed
adjustment to meet ADA compliance. He managed all
project documentation, progress payments, change
orders, and submittal/requests for information (RFIs)
review and processing. Humza also ensured the project
met all federal aid and Caltrans LAPM requirements,
including DBE/SBE compliance.
388
A-19APPENDIX A. RESUMES
Humza Mansoor | RESUME PAGE 2
Humza, Mansoor | RESUME PG 2
RESUMES
El Camino Real and Old County Road Sanitary and
Storm Sewer Rehabilitation Project, City of Belmont,
CA. Assistant Resident Engineer. This project included
ased flow, replacing sewer force main and wet well
ts and lines across Old
liaison between the contractor,
-party utilities. He managed all
• Phase 1—Sewer Main. Capacity improvements to
the sewer main on El Camino Real were needed to
accommodate increased flows from the North Road
Sanitary Sewer Pump Station. Two segments were
upsized: 244 linear feet of 6-inch gravity pipe to 12-
inch line; and 1,328 linear feet of 8-inch gravity pipe
to 15-inch.
• Phase 2—Sewer and Storm Line Operation. In late
2019, the City conducted a routing CCTV inspection
when it was discovered that a 6-inch vitrified clay
sewer pipe was running directly through the City’s
18-inch corrugated metal storm drain pipe impeding
the stormwater flow. The approximately 50-foot-long
storm drainpipe was replaced.
• Phase 2—Force Main Replacement. In late 2015,
the force main was tested using various techniques
to determine the soil corrosion. A 120-foot-long, 2-
inch-diameter cast iron force main crossing El
Camino Real, located in a moderately corrosive
category, was replaced.
Quiet Zone Safety Engineering Measures on 65th,
66th, and 67th Streets, City of Emeryville, CA.
Assistant Resident Engineer. This $2.3M project will
three at-grade railroad crossings within the City
that
. To address the impacts of train horns on
provides installation of safety
gates, raised medians at each at-grade crossing,
pedestrian access gates, ADA compliant sidewalks, new
and modified traffic signals at 65th and 67th Street
crossings, and rehabilitation of hot mix asphalt (HMA)
pavement within the crossing areas along Shellmound
Street. Humza is serving as the Assistant Resident
Engineer for the project, he us inspecting all contract
work; coordinating materials testing; traffic control
implementation; SWPPP enforcement; and verifying ADA
compliance. Humza is the liaison between the contractor,
the City, and various third-party utilities to service traffic
signals and rail crossing gate systems. He is managing
all project documentation, progress payments, change
orders, and submittal/requests for information (RFIs)
review and processing.
Pothole and Base Repair No. 2, Port Chicago and
Bates, City of Concord, CA. Construction Inspector.
This $1.9M project included roughly 200,000 square feet
of pothole and base repair work along Port Chicago
Highway and Bates Avenue in the City of Concord. Work
included traffic control, staging of the work, SWPPP
management, asphalt concrete removal, hot mix asphalt
placement, pavement marking and striping removal and
installation, and replacement of detector loops at all
major intersections along Port Chicago Highway up to
Bates Avenue Intersection. All work was performed at
night to reduce impacts on local business and traffic on
Port Chicago Highway and Bates Avenue. Humza served
as the Construction Inspector for the project and
inspected all contract work; coordinated materials testing;
traffic control implementation; SWPPP enforcement; and
verified pothole and base repairs.
Fresno Bus Rapid Transit Project, City of Fresno, CA.
Lead Inspector. The Fresno Q-Line BRT Project provided
improved bus services along the key city arterial
Blackstone Avenue and Kings Canyon Road corridors,
linking downtown Fresno with the River Park and
Sunnyside areas. This $32M project required extensive
coordination with local businesses and the public to
minimize the disruption and inconvenience while also
maintaining a tight schedule and budget. Humza served
as the Lead Inspector on the main downtown enhanced
stations at Van Ness Avenue and Manchester Boulevard,
managing both civil and ITS infrastructure work in the
field. He also ensured all documentation conformed to
Caltrans filing system and FTA requirements.
389
A-20APPENDIX A. RESUMES
Nathan Norwood, CPII | RESUME PG 1
RESUME
Nathan Norwood, CPII
Assistant Resident Engineer
Firm
MNS Engineers, Inc.
Bridges, interchanges, and highways
Roadways
Water/Wastewater
Underground construction
Drainage facilities
Utility coordination
Years of Experience
25
Certified Public Infrastructure Inspector, APWA
Coursework, in Construction Management, Engineering
Principles, and Electrical Code, Online (two years)
Mr. Norwood has over 25 years of experience in
construction of electrical facilities for transportation
projects. Prior to MNS, Nathan was a contractor
responsible for estimation, project management, and
construction of various projects involving drainage, joint
trenches, signal and fiber optic interconnect facilities,
signal and lighting conduits, conductors, microwave
detection, and closed-circuit television (CCTV). Many of
these projects required compliance with Caltrans
specifications and standards. He has worked on many
projects in the San Francisco Bay Area, including work
on State highways.
Nathan’s background includes extensive Caltrans
experience including projects in Caltrans Districts 1, 2, 3,
4, 5, 6, and 10. His involvement in these projects
included management tasks and serving as a general
contractor. His expertise in culvert and drainage projects
includes culverts (galvanized steel, reinforced concrete
pipe [RCP], plastic pipe liner), headwalls, new drainage
inlets, rock slope protection (RSP), best management
practices (BMPs), hot mix asphalt (HMA) paving, traffic
control, and modification of existing drainage inlets.
These projects also involved installing miles of edge
drain, underdrain, and associated infrastructure; and
installation of gabion rock retaining walls and repair of
steel bin walls. In addition, Nathan’s background includes
a proficiency in concrete and asphalt construction for
roadways and foundations. Projects have also included
the installation of metal beam guardrails and concrete
connections to bridge abutments in Caltrans Districts 5,
6, and 10.
Nathan uses his extensive field experience to resolve
problems quickly and works closely with owners,
inspectors, and other contractors to ensure a positive
working relationship. He understands how to complete a
project successfully, on schedule, and according to
project specifications. His experience includes:
Citywide Signal Communication Upgrade Conduit
Installation for Future Fiber Interconnect on Dublin
Boulevard, City of Dublin, CA. Construction Inspector.
This $950K project consisted of traffic control, water
pollution control (WPC) management, potholing existing
utilities, surface restoration, review of bore profiles, the
installation by directional drilling of 5,690 linear feet of 3-
inch Schedule 40 HDPE, inspection of existing conduits
to make sure they had enough capacity for fiber optic
cable installation, and installation of N48 and 6E pull
boxes. Some of the challenges were related to
390
A-21APPENDIX A. RESUMES
Nathan Norwood, CPII | RESUME PAGE 2
Nathan Norwood, CPII | RESUME PG 2
RESUME
abandoned underground utilities not shown on the plans
and not marked through the USA Underground
notifications. Some abandoned utility vaults were
removed so the underground placement of the 3-inch
-degree angle requirement.
On-Call Construction Management Services
Field Inspector. Nathan
oration; 2)
or Valley Boulevard ant
Field Inspector. This $12M project addresses traffic
widens two
constructs two new
-outs. The project also involves
coordination to install underground
locating existing unused infrastructure for fiber
working
pipeline contractor on the installation of new
Additional
-axial geogrid underlayment; 19,800 cubic yards
three miles and 13,100 tons of 3/4-
hot mix asphalt (HMA) paving. Prior to paving the
age and bumps. In
rder costs and unnecessary conduit
fire hydrant relocations.
Amador Valley Boulevard (AVB) Pedestrian
Improvements, City of Dublin, CA. Construction
Inspector. This $650k project consisted of removing and
replacing ADA ramps to current ADA specifications and
traffic signal modifications. Constructed a roadway
bulbout with an integrated bioswale. Responsible for
insuring project was constructed to plans and specs and
worked closely with city management through the
process.
State Route 58 Improvements, Caltrans District 5,
CA. Construction Inspector. This $3M project involves
the grind and overlay with rubberized asphalt of 12 miles.
Nathan validated the project was built to plans and
specifications—ensured asphalt quantities did not
overrun the project budget. He coordinated with the
Caltrans testing lab for asphalt and emulsion oil samples.
State Route 123 (San Pablo Corridor), Bay Area
Transit Authority (BATA), Oakland, San Pablo, and
Emeryville, CA. Electrical Inspector. This $1.2M project
installed 60,000 linear feet of high-density polyethylene
(HDPE) conduit by directional boring method within State
Route 123 (San Pablo Avenue) in the Cities of Oakland,
San Pablo, and Emeryville as part of the Interstate 80
Integrated Corridor Mobility (ICM) project.
Responsibilities included estimating, overseeing the
project, and working closely with utilities for potholing the
various existing utilities to ensure no damaged occurred
by the directional boring operation.
Interstate 5 Communications System, Caltrans
District 10, Stockton, CA. Electrical Inspector. This
$920K project installed a communication system in the
center of Interstate 5 and crossings by directional boring
method across Interstate 5. The work involved
installation of communication vaults, and 11,000 linear
feet of main line communication run with 2,000 linear feet
of crossings. The project also installed detector loops
and piezo weigh in motion system along with cabinet and
equipment. Responsibilities included estimating and
overseeing the project.
391
A-22APPENDIX A. RESUMES
Salome Garcia | RESUME PG 1
RESUME
Salome Garcia, EIT
Assistant Resident Engineer
Firm
MNS Engineers, Inc.
Transportation projects
Roadway design
Construction management and inspection
Years of Experience
8
Engineer-in-Training, CA No. 176494
ProCPR Adult CPR/AED and First Aid Certificate, No.
161548744493343
ACI Concrete Field Testing Technician-Grade 1, No.
Education
BS, Civil Engineering, California Polytechnic State University,
Affiliation
American Public Work Association, Central Coast Chapter
Mr. Garcia has eight years of experience as a
construction inspector and office engineer on highway,
road, and bridge construction projects. Salome has also
provided design support for several projects. Salome’s
responsibilities have involved the inspection and
oversight as well as contact administration of all phases
of construction for various types of roadway improvement
projects, including HMA paving; grading; drainage
systems; reinforced concrete; curb, gutter, and sidewalk;
ADA ramps; underground utilities; stormwater; and traffic
control. Most of these projects were administered per
Caltrans standards. He is familiar with Caltrans methods
and procedures. His project experience includes:
Fort Ord Regional Trail and Greenway (FORTAG),
Caltrans D5 Bridge Oversite, Transportation Agency
for Monterey County, Del Rey Oaks, CA. Construction
Inspector. This $17.9M project includes a new bridge on
State Route 218 (driving16-inch diameter by 58-inch-long
pile), retaining walls at various locations for new
walking/bike path, new curb gutter, and sidewalk with
ADA. Currently setting up third party inspection for
concrete and compaction and verifying rebar on-site with
certificate of compliance. Salome’s responsibilities
include daily inspection, writing reports, tracking
quantities, setting up third party inspection of material
testing, material verification, and grade
verification/control.
US 101 CRCP and Salinas River Bridge Seismic
Retrofit, Caltrans District 59/5 (EA 05-1F7504), King
City, CA. Structural Construction Inspector. This $78M
bridge widening and highway rehabilitation project
features new Type R approach slabs, barrier rail
transitions, and polyester overlay for twelve bridges (Wild
Horse Undercrossing, San Lorenzo Creek, Canal
Undercrossing, Broadway Undercrossing, Salinas River
Bridge, and Jolone Undercrossing) in both the north and
south direction. The project also included seismic retrofit
of the left and fight US 101 Salinas River Bridges to
improve serviceability and stability. The Salinas River
Bridges are each approximately 1,800 feet long. Both
bridge structures are upgraded to current seismic safety
standards; the bridge shoulders and railings for the
northbound bridge are also being upgraded to current
safety standards. The southbound bridge involved pipe
seat extenders, diaphragm bolsters, and restrainer
cables. The northbound bridge involved large
excavations utilizing well points for dewatering for the
installation of Class 140 alternative V pile, a seal course,
vertical ground anchors, and pier widening. Seventeen
392
A-23APPENDIX A. RESUMES
Salome Garcia, EIT | RESUME PAGE 2
Salome Garcia | RESUME PG 2
RESUME
spans of new steel girders with spot blast and painting
was also completed. The left side of the bridge was
by one foot and nine inches utilizing CFRP for
by
feet and nine inches for a new safety shoulder and
The project was constructed in an
and work windows. Salome’s
d construction inspection of bridge
US 101/State Route 135 Separation Bridge
(EA 05-1N9204), Caltrans District 5/59,
. Assistant Structures Representative. The $13.7M
-cast/pre-
irders with cast-in-place deck,
-span bridge project was further
-span structure,
usly proposed left and right bridges,
which was added to the
ment of hot mix asphalt (HMA). The
Salome was responsible for
p material testing with Caltrans material testers,
Roadside Safety Improvement in Santa Barbara
(EA 05-
), Caltrans District 5, CA. Construction
This project included constructing contrasting
Salome’s
and
-sheets for monthly pay estimate.
State Route 135 from Lake View Road to North Santa
Maria Connector (EA 05-1G9704), Caltrans District 5,
CA. Construction Inspector.
$15M project rehabilitated pavement on State Route
tt. Salome’s
ies included daily construction inspection,
monitoring, and tracking and calculating quantities.
Bridge Maintenance at Various locations on State
Routes 1, 154, and 166 (EA 05-1N3004), Caltrans
District 5, Santa Barbara County, CA. Structure
Inspector. This project included the placement of
concrete polyester and methacrylate over various
existing bridge decks through Santa Barbara County.
Salome’s responsibilities included daily construction
inspection, tracking quantities, material verification, and
producing q-sheets for monthly pay estimate.
Foothill Bridge Low Water Crossing over Cuyama
River, County of Santa Barbara, CA. Structure
Inspector. This $16.8M project replaced a 1,500-foot fair
weather at grade aggregate crossing of the Cuyama
River with a 1,430-foot 33 span reinforced concrete slab
bridge founded on 170, 30-inch cast-in-drilled-hole
(CIDH) piles and two abutments. Both bridge abutments
are protected by rock slope protection. The project
involved significant environmental permitting and also
included the realignment and reconstruction of the
roadway approaches. This bridge was constructed to
replace the existing low water crossing. Salome was
responsible for inspection of bridge items including grade
verification/control; material verification; daily inspection;
daily reports; tracking item quantities; and safety.
State Route 46 Corridor Improvement Project
(Cholame) (EA 05-3307A4), Caltrans 5, Kern County,
CA. Structure Inspector. This $125M project includes
construction of a new bridge to align with an existing
four-lane highway. The project included the construction
of a concrete drainage system. Salome was responsible
for inspection of bridge and structure items including
grade verification/control, material verification, daily
reports, tracking/calculating quantities, and producing q-
sheets for monthly pay estimate.
US 101/Los Alamos Bridge Reconstruction (EA 05-
1F7904), Caltrans District 5, CA. Structure Inspector.
This $15M project includes reconstruction of two bridges
with precast girders on the US 101, (driving 30-inch cast-
in-steel-shell [CISS] piles), new concrete barrier, and
cobble rock slope paving. Salome was responsible for
inspection of bridge items, including grade
verification/control, material verification, daily inspection,
and daily reports.
393
A-24APPENDIX A. RESUMES
Jeff Mitchum | RESUME PG 1
RESUMES
Jeff Mitchum
Construction Inspector
Firm
MNS Engineers, Inc.
NEC knowledge
Standard industrial installation practices
Underground duct banks
Schematics, wiring diagrams, standard details, one-line
diagrams, and P&ID
Lightning protection
Low-medium voltage power distribution
Overcurrent protection
Estimating and material takeoffs
Years of Experience
40
Certified Electrician, CA No. 101527
s
OSHS 10
Confined Space Entry
California Certified Electrician
OSHA C1 Cal Fall Protection Awareness
OSHA C4 Forklift Operator Certification
OSHA G2 Ladder Safety Training
OSHA C4 Lead Awareness in Construction
OSHA G4 NFPA 70E-A user’s Guide to Electrical PPE
OSHA G2 100 Questions and Answers on Electrical
Safety
OSHA G1 Control of Hazardous Energies, COHE R2
OSHA G2 Confined Spaces in Construction an
Introduction
OSHA NFPA 70E (2018) Electrical Safety for Supervisors
OSHA Respirable Crystalline Silica in Construction for the
Exposed Worker
OSHA Motorized Mobile Platforms for Construction
OSHA Electrical Safety and LOTO for General Industry
OSHA Hazard Communication Awareness
Education
MA, Biblical Studies, Dallas Theology Seminary, Dallas,
TX
Mr. Mitchum, a highly skilled Certified Electrician and
Inspector, has over 40 years of experience in high profile
water and wastewater treatment construction projects
throughout California. Jeff brings extensive knowledge
and interpretation of electrical codes, standard industrial
installation practices, material takeoffs, estimating,
testing, and trouble shooting. He is experienced in all
aspects of a project from design, interpretation of plans
and specifications, resolving conflicts between the two
and implementing them to ensure everything is per
National Electrical Code (NEC). Jeff provides inspections
utilizing the following standards: NEC NFPA-70, IEEE,
NEMA, IEC, NEMA, NFPA-70E, NFPA 101, TITLE 24 –
(Parts 3 and 6), and OSHA. A few vendors he has
worked with include Crouse-Hinds, Appleton/Pentair,
Unistrut, B-Line, Eaton/Cutler Hammer, Basler,
Schweitzer, Siemens, Rockwell/Allen-Bradley, Square-D,
GE, ABB, and Burndy. His expertise includes
underground duct banks, schematics, wiring diagrams,
standard details, one-line diagrams, Piping and
Instrumentation Diagrams (P&IDs), lightning protection,
low-medium voltage power distribution, overcurrent
protection and area classifications per Article 500 Class I
Divisions 1 and 2 hazardous vapor environments. His
experience includes:
On-Call Construction Management Services
Contract, City of Dublin, CA. Field Inspector. Jeff has
worked on a variety of public works and permit projects
for the City of Dublin. Projects range in size and scope
including electrical, roadway, traffic, drainage, and
utilities.
On-Call Construction Inspection Services, County of
Santa Clara, CA. Senior Inspector. Jeff provided as-
needed construction inspection services for multiple
capital and encroachment permit projects. Projects
include:
• Roadway storm damage repairs including earthwork,
drainage, paving, striping
• Sidewalk and ADA curb ramp replacement
• Pavement Rehabilitation including micro seals, HMA
paving, grinding, remove & replace
• Guardrail replacements
• Soundwall repairs including removal and
replacement of CMU blocks and grouting
On-Call Construction Inspection Services, County of
Santa Cruz, CA. Senior Inspector. Jeff provided as-
needed construction inspection services for various
394
A-25APPENDIX A. RESUMES
Jeff Mitchum | RESUME PAGE 2
Jeff Mitchum | RESUME PG 2
RESUMES
projects including capital and FEMA funded emergency
projects. Projects included:
• Sidewalk and ADA curb ramp replacement
• Pavement Rehabilitation
• Guardrail Replacement
• Emergency Road slide repairs including earthwork,
drainage, paving, geofabric reinforced embankments
• Underground storm water pipe and culverts
• Underground utilities including water and sewer
-Call Construction Management Services, City of
Senior Inspector. Jeff provided as-needed
-term
tract projects. Tasks include
inspection to ensure work is performed in
,
documents;
as a liaison between the contractor and the City;
daily reports for each project, documenting
, and subsequent corrections submission of
aily diaries to the City on a weekly basis; providing
required utility work;
nsuring the contractor’s traffic control is performed in
; collecting material certifications
the
; coordinating material testing during construction
; providing inspection to ensure
(SWPPP) and Best
(BMPs) are implemented
; assisting with Requests for Information (RFIs)
plan or specification discrepancies;
elivering Notices of Non-Compliance whenever work is
ifications, and
-compliant work;
nspecting the project site daily for potential safety issues
; taking pre-, post-, and during construction
; and assisting in project closeout and
-inspection.
Primary Sedimentation Tank Rehabilitation and
Electrical Upgrade, City of Palo Alto, CA. Senior
. Jeff provided inspection for the
$13.9M involved
effluent channel structure, sludge collection mechanism
system drive units, primary sludge and scrum piping,
electrical Motor Control Center (MCCs), and ancillary
systems to improve reliability of treatment processes at
the Regional Water Quality Control Plant (RWQCP).
Dublin San Ramon Services District Project
Experience. Electrical Superintendent. Mr. Mitchum
served as electrical superintendent on a multitude of
projects for the District. A sampling of these projects
include:
• DERWA Project. Included new bar screens,
hypochlorite tank, polymer building, basin pumps and
instruments, FO cable, PLC interface, MCC Structure
and modifications to existing switchgear.
• Recycled Water Project. Included new UV
Disinfection System, switchgear, bus duct, VFD’s,
PLC, SCADA, instruments, and control.
• Generated Upgrade Project. Upgraded three
generators in the generator building. Included
modifications to existing PLC and MCC.
WSB Electric, Inc. and HGH Electric, Inc., Emeryville,
CA. Roles Included Lead Electrician, Senior Inspector,
and Project Manager. Inspection responsibilities included
the following:
• 15 KV Electrical Switchgear—installation, wiring,
testing, breakers, relays, and settings per short
circuit study.
• 15 KV Cable—installation, testing, stress cones, and
splices
• 480V Switchgear, MCC, Panel Boards, Instruments
• Fiber Optic Cable and Category 6 Cable
• Solar
• Cable Tray
• PLC Control Panels
• Site work included underground conduit, manholes,
excavation clearances, light poles, in slab conduit,
and confined space requirements
• Grounding
• Seismic supports
• Megger testing
• Generators and emergency power
• Life Safety Systems
• HVAC
• Lighting
395
A-26APPENDIX A. RESUMES
Deborah Koerber | RESUME PG 1
RESUME
Deborah Koerber
Construction Inspector
Firm
MNS Engineers, Inc.
Asphalt testing and inspection
Concrete testing and inspection
Stormwater pipe installation and inspection
Bridge rehabilitation inspection
Years of Experience
19
(s)
OSHA 10-Hour Construction with Voice Authentication
ACI Concrete Field Testing Technician – Grade I
Qualified Stormwater Management Inspector, No. 46841,
Florida Department of Environmental Protection
Valley Fever Awareness for All Industries
Cal Fall Protection Awareness for Construction
Cal Heat Illness Prevention for All Industry Workers
Cal Confined Space for Construction
ECSI First Aid, CPR, and AED Interactive
Asphalt Paving - Levels I and II, Construction Training
Qualification Program (CTQP)
Asphalt Plant - Levels I and II, CTQP
Final Estimates I and II, CTQP
QC Manager, CTQP
Drilled Shaft Inspection, CTQP
Temporary Traffic Control (TTC): Intermediate Course
Traffic Signal Technician Level I and II, International
Municipal Signal Associate (IMSA)
Traffic Signal Inspector, IMSA
ITS CEI/Managed Field Ethernet Switch, FDOT CBT
ITS CEI/Closed-Caption Television, FDOT CBT
ITS CEI/Microwave Vehicle Detection System, FDOT CBT
Ms. Koerber brings over 19 years of construction,
engineering, and inspection experience to the MNS
team. Deborah's expertise includes asphalt and concrete
testing and inspection, stormwater pipe installation and
inspection, bridge rehabilitation inspection, and diverging
diamond interchange projects. As a conscientious and
detail-oriented team player, she excels in collaborative
problem-solving and works beyond her defined
responsibilities to deliver high-quality results that
promptly and accurately meet client objectives. Deborah
is proactive in her approach, looking ahead and
coordinating multiple projects simultaneously while
avoiding and/or minimizing potential delays. Her ability to
adapt to new protocols in a dynamic project setting
makes her an asset to the team. Her experience
includes:
Soquel Drive Buffered Bike Lanes, County of Santa
Cruz, CA. Construction Inspector. This project consists
of multi-modal transportation improvements for
pedestrians, bicyclists, vehicles, bus transit, and roadway
improvements along the Soquel Avenue/Drive corridor.
Project improvements included resurfacing the roadway
(micro surfacing) for 5.6 miles along the Soquel
Avenue/Drive corridor, with striping improvements
including green bike lanes and green bike boxes,
construction of 2.7 miles of Class II Buffered bike lanes,
and 2.4 miles of Class IV separated bikeways. The
project also included traffic signal upgrades furnishing
and installation of adaptive signal systems to 15
signalized intersections, 8 miles of directional boring for
new fiber optic traffic signal coordination, and installation
of Transit Signal Priority (TSP) systems to 21 signalized
intersections for Santa Cruz METRO bus transit.
Pedestrian improvements included construction of
approximately 2,500 feet of new sidewalk areas, seven
new cantilever retaining walls, installation of Accessible
Pedestrian Signals (APS) at 21 signalized intersections
and 11 mid-block pedestrian crossings, enhancements to
4 mid-block Rectangular Rapid Flashing Beacon (RRFB)
pedestrian crossings, construction of seven new mid-
block RRFB pedestrian crossings, and upgrades to
approximately 96 Americans with Disabilities Act (ADA)
ramps to current standards. MNS provided construction
management services during the pre-construction,
construction, and project close-out phases of the project.
Deborah is responsible for daily inspection of
Maintenance of Traffic (MOT) devices and signs;
verification of compliance with contract plans, special
provisions, and final quantities documentation; and
recording daily activities.
396
A-27APPENDIX A. RESUMES
Deborah Koerber | RESUME PAGE 2
Deborah Koerber | RESUME PG 2
RESUME
State Route 527 Orange Avenue, Florida Department
of Transportation (FDOT) District 5, Winter Park, FL.
Senior Inspector. This project involved the installation of
on North
on State Route 527 between Clay
and just north of
. Key features of this project included
; milling and resurfacing; constructing new
, bus pads, drainage, and mast arms; installing
-activated
(RRFB); signing and
improving signals; pruning and removing trees;
ing new lighting; and relocating utilities. Deborah
visions, and supplemental
Various Projects, Florida Department of
District 5, FL. Senior Inspector.
projects, including the
ntersection improvement, traffic signals, Milling and
drainage improvements
roject (Contract T5762) and construction engineering
inspection project (Contract C9Z05) with FDOT
. For these projects, she was responsible for
; providing daily inspections
Maintenance of Traffic (MOT) devices, signalization,
sampling and testing materials; verifying
s, special provisions, and
Bridges No. 920151 and No. 920152 (E57A6), Florida
, Osceola
FL. Senior Inspector. This project involved the
f two bridges over the span of 88 days,
ile jackets, joint replacement, and other
. Deborah was responsible for
sampling and testing
ities.
Various CEI Group 192 Projects, Florida Department
of Transportation (FDOT) District 5, FL. Senior
Inspector/Inspector. Deborah assisted on various
projects with FDOT District 5’s CEI Group 192. For each
project, her responsibilities included field inspections;
earthwork inspection, testing, and data entry; pipe
installation inspection and backfill; concrete placement;
daily inspection of MOT devices and signs; sampling and
testing materials; verification of FDOT compliance with
contract plans, special provisions, and supplemental
documents; final quantities documentation; and recording
pay quantities and daily activities. Project experience
included:
• State Route 530 (FL)/US 192 (Irlo Bronson
Highway) from West of State Route 417 (FL) to
Bamboo Lane (Contract E51A5). This $6.38M
project spanned 2.9 miles of highway and featured
milling and resurfacing, cross slope corrections, and
drainage, pedestrian, signalization, and sidewalk
improvements.
• Interstate 4 at County Road 532 Interchange
(T5715). This $8.99M project modified an
interchange south of Goodman Road to Kemp Road
and constructed a diverging diamond interchange.
The main goals for this project were to reduce
congestion in the Champions Gate area, improve
traffic flow, and enhance safety for all travelers.
Various Design-Build and Traffic Operations Push
Button Contracts, Florida Department of
Transportation (FDOT) District 5, FL. Senior Inspector.
Deborah assisted with 23 task orders/projects for various
design build push button contracts and 80 projects and
work documents on various traffic operations and safety
improvements push button contracts. Each of these
projects involved milling and resurfacing, intersection
improvements, sidewalks, lighting, median modifications,
traffic signals and re-spanning, as well as signing and
pavement markings. The scope also covers Intelligent
Transportation System (ITS) upgrades, bridge work, and
other various safety improvements. Total cost of the
design-build projects summed to $21M. Total cost of the
traffic operations projects summed to $9.1M. For each of
these projects, Deborah was responsible for conducting
field inspections; providing daily inspections of
Maintenance of Traffic (MOT) devices, signalization, and
signs; sampling and testing materials; verifying
compliance with contract plans, special provisions, and
supplemental documents; and recording pay quantities
and daily activities.
397
A-28APPENDIX A. RESUMES
Michael Baskerville | RESUME PG 1
RESUME
Michael Baskerville
Construction Inspector
Firm
MNS Engineers, Inc.
Construction inspection
Caltrans
Roadways and bridges
Civil design
Years of Experience
41
Advance AutoCad 3D Modeling, Laney College, CA
Professional Development
Quality Education System, Brown and Root, Inc., LA
Awards
Sverdrup Master Builder Award for BART Pittsburg-
Mr. Baskerville has over 41 years of experience in civil
engineering. Michael is a lead inspector on bridge and
road projects and is familiar with, cast-in-place (CIP),
pre-stressed/post-tensioned (PS/PT) box girder
construction, drainage, pump stations, water lines,
asphalt concrete (AC) paving, Stormwater Pollution
Prevention Plan (SWPPP), utility coordination, traffic
control, and AutoCAD drafting. He has coordinated the
work of multiple contractors and utility companies. He
knows Caltrans and BART standards and procedures.
His experience includes:
Interstate 680 Improvements from Koopmann Road
Undercrossing in Sunol and Pleasanton to Alameda
County Line, Caltrans District 4 (EA 04-0J6204), CA.
Construction Inspector. This $57M project involved
significant improvements to Interstate 680 including pre-
case concrete pavement and HMA. The improvements
repaired deteriorating existing pavement and enhanced
motorist safety. Responsibilities included field inspections
and daily diaries, plan and estimate reviews, safety
reviews, traffic management planning and reviews,
stormwater pollution protection plan (SWPPP) reviews,
permit applications and reviews, railroad coordination,
change order processing, reviewing, and tracking,
progress payments, extra work bill processing, prepared,
and analyzing progress schedules, assisted with the
resolution of claims, and provided other general
construction office administration work.
Yerba Buena Island (YBI) Southgate Road
Realignment Improvements, San Francisco County
Transportation Authority, CA. Construction Inspector.
This $30M three-phase project involves realignment
improvements that increases the length of the on-ramp
and off-ramp on a new alignment to allow the Yerba
Buena Island (YBI) WB Ramps project to function as
designed. The project includes the construction of
multiple cast-in-place reinforced concrete box girder
bridges on curved alignment; several retaining walls
including soil nail wall, post-tensioned tieback wall,
modified Type 1 and Type 5 retaining walls; large
diameter cast-in-drilled-hole (CIDH) piles and columns;
column casing; and several drainage structures. The
project is very challenging as the improvements are
being constructed within a limited area and requires
stage construction and significant shoring between
stages. Responsibilities include all structure field
inspections, inspection of falsework and shoring,
generating and verification of structure grades,
398
A-29APPENDIX A. RESUMES
Michael Baskerville | RESUME PAGE 2
Michael Baskerville | RESUME PG 2
RESUME
preparation of daily inspection reports, tracking contract
quantities, and coordination.
McHenry Avenue Corridor Improvements, County of
San Joaquin, Escalon and Modesto, CA. Construction
. This $24M project widened and improved a
-mile segment of McHenry Avenue from south of the
-lane roadway consisting of 12-foot-wide
-way turn lane)
-foot-wide shoulders to accommodate Class III
-foot-long
ded pedestrian sidewalk.
-phase traffic signal and safety lighting at the
mmodate turning movements of traffic
-lane bridge over South San
-lane bridge. The canal crossing was originally
nstructed in two adjacent winter seasons
cord storm
-off required them to pass farmers excess water to the
As a result of MNS' efforts, the project
Agency involvement
sh and Wildlife Service, California
ing under an Encroachment Permit for the SSJID.
s and followed the most
on; monitoring compliance with the demolition
.
Warm Springs Bay Area Rapid Transit (BART) West
Access Bridge and Plaza, City of Fremont, CA.
Assistant Resident Engineer/Senior Construction
Inspector. This $23.2M project consisted of a 147-feet-
long truss span, a 102-feet-long cable-stayed span, and
vertical circulation elements (staircase, escalators, and
elevator) as well as a one-acre plaza that provide a
landing place for the bridge vertical circulation elements.
The new steel truss bridge crosses over the Union
Pacific Railroad (UPRR) yard into the new BART Warm
Springs station and the steel cable stay bridge over the
UPRR siding track. Coordination was needed with BART
and UPRR for flagging and erection of window. As the
construction inspector, Michael inspected all construction
project facilities; observed and documented QC materials
testing; ensured the contractor complied with all
restrictions and regulations; ensured the contractor was
following the most current plans and specifications;
checked materials for conformance to plan; scheduled
and monitored quality assurance testing; ensured public
inquiries and concerns were addressed; monitored the
contractor’s utility coordination; monitored compliance
with the demolition plan; enforced the Municipal Regional
Permit (MRP); enforced SWPPP BMPs; and maintained
daily records of inspection, labor, equipment and
material.
Ralston Retailing Wall, City of Belmont, CA.
Construction Inspector. The $390K retaining wall project
involved the replacement of one failing wall and the
addition of a railing on the top of another wall.
Construction was conducted on a high-speed arterial
road and required daily lane closures. Responsibilities
included inspection of all work; coordination of materials
testing; and traffic control review and adjustments.
Shoreway Sanitary Sewer, City of Belmont, CA.
Construction Inspector. The $1.95M project involves the
replacement of a sanitary sewer force main with a new
gravity sewer main. The replacement also involves 15-
foot excavations in an active street, close to the San
Francisco Bay. Construction is planned for a four-month
period on an arterial and requires continuous one-way
traffic control. Responsibilities include inspection of all
work; coordination of materials testing; resolution of
issues including utility conflicts between the new sewer
line and several unidentified utilities; traffic control review
and adjustments; working closely with the adjacent office
complexes and hotels; and generating and closing out all
punch list items. Michael’s inspection and record keeping
expertise allowed us to validate sidewalk damages were
due to construction activities and is the contractor’s
responsibility for repair.
399
A-30APPENDIX A. RESUMES
Dorell Harper | RESUME PG 1
RESUMES
Dorell Harper
Construction Inspector
Firm
MNS Engineers, Inc.
Construction inspection
Materials testing
Years of Experience
9
125 Gen, 125 HMA, 201, 202, 205, 206, 207, 211,216, 226,
227, 229, 234, 308, 309, 370, 382, 384, D7741, T11, T27,
T84, T85, T166, T255, T269, T275, T308, T312, T324, T329
Portable Nuclear Density Moisture Gauge Use and
Mr. Harper has over nine years of experience providing
construction inspection and lab technician services for
public works improvement projects constructed to local
agency and Caltrans standards. Dorell is familiar with
Caltrans’ construction practices and has a good working
knowledge of the agency’s Standard Plans and
Specifications, Construction Manual, Best Practices
Manual, Materials Sampling and Testing Manual, and
Traffic Manual. His background includes projects
involving hot mix asphalt (HMA), rubberized hot mix
asphalt (RHMA), and full depth reclamation with cement.
His experience includes:
US 101 Corridor Improvements, Segments 4A, 4B,
and 4C, Caltrans District 5, Carpinteria, CA. Material
Tester. This $345M high-occupancy vehicle (HOV)
Corridor Improvement project is being constructed in
multiple segments that will ultimately widen and
reconstruct approximately five miles of US 101 in
Carpinteria and Montecito to accommodate HOV lanes
and provide safety improvements through the corridor.
The initial segments include 4A ($89M), 4B ($151M), and
4C ($106M). The contract is being procured as a CMGC
contract with the various segments being constructed in
a sequential manner with much overlap. The various
segments replace and widen multiple bridges and
interchanges/ overpasses over US 101, upgrade over 10
on- and off-ramps, extend and reconstruct portions of the
existing Via Real frontage road.
The US 101 expansion will ultimately accommodate six
lanes of traffic. Additional improvements include sound
walls with architectural treatments and reconstructing the
grade on US 101 by up to 10 feet to provide improved
sight distance.
There is also a large environmental component to the
project that drives the schedule. To meet the various
permit windows and staging milestones, the contractor is
working around the clock to complete the various
segments of the corridor.
Structure construction elements include cast-in-place
(CIP) and post-tensioned box girder bridge structures;
cast-in-place voided slab bridge structures; pre-
stressed/pre-cast (PS/PC) girder bridges; class 90 and
class 140 driven piles, PS/PC concrete piles, 30-inch
cast-in-drilled-hole (CIDH) piles; concrete retaining walls;
miles of sound new walls founded on 16-inch cast-in-
steel-shell (CISS) concrete piles, 16-inch closed ended
pipe piles, and 24-inch CIDH piles; multiple retaining
400
A-31APPENDIX A. RESUMES
Dorell Harper | RESUME PAGE 2
Dorell Harper | RESUME PG 2
RESUMES
walls of varying height with one wall over 1,750 linear
feet; reinforced box culverts; overhead sign structures;
and concrete barrier railing. The project is being
constructed within limited right-of-way requiring extensive
s multiple falsework
rds of
s project required
Creek).
Avenue 280 Visalia, Agency Name, CA. Materials
. Materials tester on this hot mix asphalt
field-testing during paving. Performed batch plant
hot mix asphalt (HMA) laydown
Various Projects, Caltrans District 6, CA. Construction
. Provided construction testing
(HMA) overlays, remove and
• State Route 178 Widening, Bakersfield
• State Route 58, Boron
• State Route 59, Tehachapi
• State Route 119, Elk Hills
• Sand Canyon Bridge Replacement Project
• Interstate 5, Fort Tejon
• State Route, 223 Bakersfield
• State Route, 204 Bakersfield
Various Projects, Caltrans District 9, CA. Construction
Inspector/Materials Tester. Provided construction testing
services for various projects in District 9. Projects
included hot mix asphalt (HMA) overlays, remove and
replacement, and batch plant inspection.
• State Route 6, Chalfant
• State Route 395, Tom’s Place
• State Route 395, Cottonwood
FHWA Rock Creek Road Construction, Mammoth
Lakes, CA. Construction Inspector/Materials Tester.
Provided construction testing services for the FHWA
Rock Creek Road Construction Mammoth Lakes.
Constructed operational improvements along State
Route 395. The project included highway improvements
as well as lab testing and plant and field inspection.
Morning Drive, Bakersfield, CA. Materials Tester/Plant
Inspector. Provided construction testing services and
batch plant inspection during hot mix asphalt paving. The
project widened Morning Drive to three lanes in each
direction on the north side of State Route 178 and
extended Morning Drive south of the freeway, creating a
new connection between State Routes 178 and 58.
Various Projects, Caltrans District 2 (03A2676/
3E7404/024204), CA. Materials Tester/Plant
Inspector/Construction Inspector. Provided materials
testing, lab testing, batch plant inspection, and
construction inspection for multiple District 2 projects
which included full depth reclamation with cement, hot
mix asphalt (HMA) overlays using Type A, RHMA-O,
RHMA-G, batch plant inspection, emergency work
inspecting replacement of culvert piping, storm drain, and
Hydroseeding inspection.
• State Route 36 Trinity County Line to Harrison Gulch
• State Route 299 Humboldt County Line to Cray
Creek Road
• State Route 299 Caldwell Creek Bridge to County
Road 75
• State Route 3 Carr Creek
• State Route I5 RASL
• State Route 3 HAYFORK
• State Route 273 Shasta County
• State Route 299 Whiskey Town Rehabilitation
401
A-32APPENDIX A. RESUMES
Drew Hernandez | RESUME PG 1
RESUME
Andrew "Drew" Hernandez
Construction Inspector
Firm
MNS Engineers, Inc.
Construction inspection
Transportation and roadway projects
Years of Experience
16
s
JATC Apprenticeship Local 639
Linetruck Operation
Bucket Truck Operator
OSHA 30
Adult CPR, AED, and First Aid Basic
Confined Space Awareness
Fall Protection Training
Valley Fever Awareness
Cal Heat Illness Awareness for All Industry Workers
Professional Development
Electrical Lineworker Program, Northwest Lineman
College
Certification of Crane Operators, National Commission,
Oroville, CA
Driver Direct Defensive Driving Course, Smith System,
Bakersfield, CA
Physical Test Battery, Work Orientation Inventory and
Mr. Hernandez brings more than 16 years of electrical
and general construction inspection experience. Drew
has provided inspection services for numerous
transportation-oriented projects encompassing
intersection improvements, roadway rehabilitation, utility
protection, bicycle and pedestrian overcrossings, on- and
off-ramps, and traffic signal modifications. His experience
includes:
Bellam Boulevard Off-Ramp Widening, County of
Marin, CA. Construction Inspector. This project is
located on northbound US 101. The project adds an
additional lane to the off-ramp of Bellam Boulevard from
US 101 beyond the gore point and continues the lane
beyond the Interstate 580 off-ramp to the Bellam
Boulevard intersection. The widening will separate the
traffic turning left from the traffic turning right or
continuing straight across the intersection onto the
eastbound Interstate 580 on-ramp. The project includes a
concrete barrier, grading, paving, traffic signal
modifications, pavement markings/striping, a retaining
wall, TUBEX piling, and drainage work. Drew is
responsible for traffic signal modifications and electrical
inspection.
Iron Horse Trail/Bollinger Canyon Road Bicycle and
Pedestrian Overcrossing, Contra Costa
Transportation Authority, CA. Construction Inspector.
When completed, the project will connect to the Iron
Horse Trail (IHT). The project arose from the desire to
enhance safety for pedestrians and bicyclists using the
Iron Horse Trail, improve traffic flow on Bollinger Canyon
Road, facilitate alternative transportation, and enhance
recreation. IHT is a Route of Regional Significance
serving as a bicycle and pedestrian corridor through the
center of the San Ramon Valley.
The IHT Bridge is comprised of cable-stayed main spans
totaling 200 feet in length, with a median support
consisting of a 70-feet-tall V-shaped pylon. The structural
steel pylon is supported by a concrete pile cap and two
72-inch-diameter cast-in-drilled-hole (CIDH) piles roughly
78 feet long. The main spans and back spans will be
constructed of structural steel and pre-cast concrete deck
panels. The back spans are supported by concrete V-
piers with 48-inch-diameter CIDH piles roughly 40 feet in
length. Concrete abutments on spread footings and
mechanically stabilized earth (MSE) retaining walls are
used for the approaches to the signature structure. In
addition, the project includes utility protection, roadway
402
A-33APPENDIX A. RESUMES
Drew Hernandez | RESUME PAGE 2
Drew Hernandez | RESUME PG 2
RESUME
realignment, signing, striping, traffic signal, lighting,
landscaping, and irrigation work.
procurement approach for this project. MNS is
-construction,
-out phases of the project.
electrical and civil works
Aptos Area Adaptive Traffic Control System (TCS)
, County of Santa Cruz, CA. Construction
This $600K project improves traffic control by
, and improving
d the
and fabric
included installing 3-inch conduit and the
was installed at
rive and Trout Gulch Road
ntersection. Multiple areas required potholing for existing
Drew was
construction inspection.
Soquel Drive Buffered Bike Lanes, County of Santa
. Construction Inspector. This project consists
-modal transportation improvements for
oquel
s traffic signal upgrades furnishing
ns for Santa Cruz METRO bus transit.
approximately 2,500 feet of new sidewalk areas, seven
new cantilever retaining walls, installation of Accessible
Pedestrian Signals (APS) at 21 signalized intersections
and 11 mid-block pedestrian crossings, enhancements to
4 mid-block Rectangular Rapid Flashing Beacon (RRFB)
pedestrian crossings, construction of seven new mid-
block RRFB pedestrian crossings, and upgrades to
approximately 96 Americans with Disabilities Act (ADA)
ramps to current standards. MNS provided construction
management services during the pre-construction phase.
MNS continues to provide these services during the
construction and project close-out phases of the project.
Drew was responsible for electrical inspection.
Smith Grade Road PM 0.52, County of Santa Cruz,
CA. Construction Inspector. This $700K project
constructed 13 stitch piles drilled into earth/bedrock, 30-
inch-diameter by 36-foot rebar cages set into holes with
concrete cap poured to secure a wall and support
roadway. Key tasks included clearing and grubbing to
remove debris, installing jute netting on the hillside of the
road for stability, and repaving the roadway with dikes
installed for water flow. Drew was responsible for all civil
and structural inspection.
Hazel Dell Road (PM 2.00, 2.08, 2.13, 2.16, 2.21, 2.37,
and 2.58), County of Santa Cruz, CA. Construction
Inspector. This $7.1M project included construction of
seven steel soldier pile retaining walls with tiebacks
ranging in length from 30 feet long to 170 feet long, and
heights up to 20 feet; excavation and backfill; roadway
reconstruction; drainage improvements; guardrail
installation; debris removal from creek channel; erosion
control; and revegetation. The project repaired storm
damage and improved roadway safety at seven sites
along Hazel Dell Road (at Post Miles 2.00, 2.08, 2.13,
2.16, 2.21, 2.37, and 2.58) that were damaged during
storms in early 2017. Heavy rains and saturated soils
damaged existing crib retaining walls and caused
roadway and embankment slip-outs. All repair sites
required debris removal; drainage improvements,
including construction of roadside drainages and new or
realigned culverts; installation of retaining walls; roadway
reconstruction; erosion control; and revegetation. Further
damage occurred to sites along Hazel Dell Road during
the 2023 atmospheric river storm events. This resulted in
several more emergency projects; four of which were
added to the seven original project locations. Drew was
responsible for all civil and structural inspection.
403
A-34APPENDIX A. RESUMES
Steve Richey, RCI | RESUME PG 1
RESUME
Steve Richey, RCI
Construction Inspector
MNS Engineers, Inc.
Capital improvement program
Public works projects
Roadway improvements
Pavement rehabilitation
Water/Wastewater facilities
Utilities
Caltrans
Years of Experience
36
s
Registered Construction Inspector No. 5744, ACIA
Certificate, Public Works Engineering Inspection, Chabot
Education
BS, Construction Management, California State University,
Professional Development
Project Management, University of California, Berkeley,
Affiliations
American Construction Inspectors Association
(s)
2020 APWA NorCal POY, Structures >$5M <$25M
Mr. Richey has over 36 years of experience in
construction management and inspection of capital
improvement program and public works projects. Steve’s
expertise includes roadway improvements, pavement
rehabilitation, and water and wastewater facility
construction and improvements, and utilities. Prior to
MNS, he worked as a Senior/Public Works Inspector for
various municipalities such as the Cities of Antioch,
Hayward, San Ramon, and Sunnyvale; and the San
Francisco Public Utilities Commission where he
inspected numerous projects. His experience includes:
NewBark Dog Park, City of Newark, CA. Construction
Inspector. Construction of the City of Newark’s first dog
park at Newark Community Park was a significant
investment in the future health and well-being of the
community. The new small and large dog parks with
multiple surface types, agility equipment, and shaded
community seating area ensure dogs and their owners
can exercise and socialize in a safe and accessible
outdoor environment. NewBark Dog Park provides
amenities such as separated fence-enclosed areas with
double-gated entrances and exits for small and large
dogs, shaded seating, agility equipment, and water for
both canines and owners.
Mel Nunes Sportsfield and Skate Park, City of
Newark, CA. Construction Inspector. The $5.8M 30-acre
Mel Nunes Sportsfield and Skate Park features new all-
weather, multi-purpose turf fields, a fenced soccer field
with lights, outdoor restroom, walking paths, and a new
12,000 square foot (SF) skate park—the first of its kind
for the City. The addition of six acres of new synthetic turf
fields and a new 12,000 SF skate park at the Mel Nunes
Sportsfield was a major investment in the future health
and wellbeing of the community. Prior to this project,
there were no lighted fields in the City to serve the 2,000-
plus member Newark Soccer Club or other youth and
adult sports organizations. MNS provided construction
management and inspection services.
On-Call Engineering Services, City of Newark, CA.
Senior Public Works Inspector. MNS has provided on-call
engineering services for the last six years for various
public works projects. Responsibilities include performing
inspection such as asphalt concrete paving, utility
installations, trench backfill and compaction, storm drain
systems, and stormwater treatment system
improvements; installing other infrastructures for public
and private street improvements; grade checking;
material sampling and compaction testing; Underground
404
A-35APPENDIX A. RESUMES
Steve Richey, RCI | RESUME PAGE 2
Drew Hernandez | RESUME PG 2
RESUME
realignment, signing, striping, traffic signal, lighting,
landscaping, and irrigation work.
procurement approach for this project. MNS is
-construction,
-out phases of the project.
electrical and civil works
Aptos Area Adaptive Traffic Control System (TCS)
, County of Santa Cruz, CA. Construction
This $600K project improves traffic control by
, and improving
d the
and fabric
included installing 3-inch conduit and the
was installed at
rive and Trout Gulch Road
ntersection. Multiple areas required potholing for existing
Drew was
construction inspection.
Soquel Drive Buffered Bike Lanes, County of Santa
. Construction Inspector. This project consists
-modal transportation improvements for
oquel
s traffic signal upgrades furnishing
ns for Santa Cruz METRO bus transit.
approximately 2,500 feet of new sidewalk areas, seven
new cantilever retaining walls, installation of Accessible
Pedestrian Signals (APS) at 21 signalized intersections
and 11 mid-block pedestrian crossings, enhancements to
4 mid-block Rectangular Rapid Flashing Beacon (RRFB)
pedestrian crossings, construction of seven new mid-
block RRFB pedestrian crossings, and upgrades to
approximately 96 Americans with Disabilities Act (ADA)
ramps to current standards. MNS provided construction
management services during the pre-construction phase.
MNS continues to provide these services during the
construction and project close-out phases of the project.
Drew was responsible for electrical inspection.
Smith Grade Road PM 0.52, County of Santa Cruz,
CA. Construction Inspector. This $700K project
constructed 13 stitch piles drilled into earth/bedrock, 30-
inch-diameter by 36-foot rebar cages set into holes with
concrete cap poured to secure a wall and support
roadway. Key tasks included clearing and grubbing to
remove debris, installing jute netting on the hillside of the
road for stability, and repaving the roadway with dikes
installed for water flow. Drew was responsible for all civil
and structural inspection.
Hazel Dell Road (PM 2.00, 2.08, 2.13, 2.16, 2.21, 2.37,
and 2.58), County of Santa Cruz, CA. Construction
Inspector. This $7.1M project included construction of
seven steel soldier pile retaining walls with tiebacks
ranging in length from 30 feet long to 170 feet long, and
heights up to 20 feet; excavation and backfill; roadway
reconstruction; drainage improvements; guardrail
installation; debris removal from creek channel; erosion
control; and revegetation. The project repaired storm
damage and improved roadway safety at seven sites
along Hazel Dell Road (at Post Miles 2.00, 2.08, 2.13,
2.16, 2.21, 2.37, and 2.58) that were damaged during
storms in early 2017. Heavy rains and saturated soils
damaged existing crib retaining walls and caused
roadway and embankment slip-outs. All repair sites
required debris removal; drainage improvements,
including construction of roadside drainages and new or
realigned culverts; installation of retaining walls; roadway
reconstruction; erosion control; and revegetation. Further
damage occurred to sites along Hazel Dell Road during
the 2023 atmospheric river storm events. This resulted in
several more emergency projects; four of which were
added to the seven original project locations. Drew was
responsible for all civil and structural inspection.
405
A-36APPENDIX A. RESUMES
Michael Kibbey, EIT – Primary Point of Contact/Project Manager
Professional Background:
Mr. Kibbey joined the BSK team as a senior materials project manager and is now
serving as the Construction Services Group Manager and has 17 years of
experience in materials testing and special inspection services involving
pavement, masonry, pre-cast concrete, earthwork, foundations, reinforcing
steel, concrete, load testing of post-installed anchors/dowels, structural steel,
and welding His portfolio of projects includes Caltrans projects,
roadways/highways, bridges, rail, soil nail, tie-back, and gravity walls, mass
grading, deep and shallow foundations, hot mix asphalt pavements, and
subsurface exploration. He has provided support on small to large projects to
numerous agencies throughout the San Francisco Bay Area, including Contra
Costa Transit Authority, BART, Peninsula Corridor Joint Powers Board (PCJPB),
San Francisco Public Utilities Commission (SFPUC), PG&E, and various local
counties and cities.
Relevant Project Experience:
City of Brentwood, Sand Creek Road Extension, Brentwood, CA – Mr. Kibbey
served as the project manager for BSK during construction. BSK provided
construction and materials testing services. The project includes approximately
0.5-mile-long roadway extension, underground utilities to include a roadway
sewer line, multiple water lines, and a single-span vehicular bridge over Sand Creek
wide enough to accommodate two traffic lanes and a bike lane in each direction
of traffic.
City of San Ramon, On-Call Materials Testing & Construction Inspection
Consulting Services, San Ramon, CA – Mr. Kibbey serves as a Project Manager
providing on-call materials testing and construction inspection consulting services
for the City of San Ramon through various task orders. Services include grading,
paving, minor concrete work, installation and backfill of utilities, welding
inspection, and full-depth reclamation (FDR). All work was performed in
accordance with Caltrans project special provision requirements, and the City’s
Quality Assurance Program (QAP). Projects included the San Ramon Annual Pavement Rehabilitation
projects for 2021 and 2022 (completed), Alcosta Boulevard Pavement Rehabilitation (completed), and
Crow Canyon Road Widening (completed).
City of Walnut Creek On-Call, Ygnacio Valley Road Rehabilitation Project, Walnut Creek, CA - Mr. Kibbey
served as Project Manager providing Quality Assurance (QA) testing services as part of our City of Walnut
Creek On-Call. For the rehabilitation project of Ygnacio Valley Road. Services include observation,
sampling, and field density testing during subgrade preparation and placement of aggregate base, cold
in-place recycling of asphalt pavement, hot mix asphalt (HMA). All work is performed in accordance with
Caltrans specifications and the City QAP.
City of San Mateo, Construction Management (CM) On-Call Materials Testing Services, Various
Locations, San Mateo, CA – Mr. Kibbey served as Project Manager to provide materials testing services
as part of the City of San Mateo CM On-Call. Services include performing compaction testing and
observation of subgrade materials, full-depth reclamation (FDR) testing, aggregate base, and hot-mix-
asphalt (HMA) paving, HMA batch plant sampling, as well as structural concrete sampling.
Qualifications
Certificates:
Engineer-in-Training (E.I.T.),
No. 128476, CA
Nuclear Density Gauge
Education:
BS, Civil Engineering,
California Polytechnic State
University, San Luis Obispo,
2008
Experience:
BSK Associates, Livermore,
California
2021 to Current
Kleinfelder Inc.,
406
A-37APPENDIX A. RESUMES
Cristiano Melo, PE, GE – Branch Manager / Geotechnical Engineer
Professional Background:
Mr. Cristiano Melo is BSK’s Livermore’s branch manager and geotechnical engineer. He
is a licensed Civil and Geotechnical Engineer in the State of California with over 24 years
of engineering experience throughout the San Francisco Bay Area and Central Valley,
supporting projects from design of shallow and deep foundations to retaining walls,
pavement rehabilitation studies, earthwork, hillside grading, site drainage, subgrade
stabilization, geotechnical peer reviews, and slope stability analysis. Mr. Melo currently
manages BSK’s on-call geotechnical engineering services contracts with the
Cities/Towns of Alameda, Belmont, Berkeley, Brentwood, Dublin, Los Gatos, Oakley,
Pacifica, Vallejo, and Walnut Creek, Contra Costa Conty, the Central Contra Costa
Sanitary District, and the Hayward Area Recreation and Park District. His experience also
includes geotechnical investigations and materials testing for numerous public
works/capital improvements projects.
Relevant Project Experience:
Mr. Melo has served as the project manager and lead geotechnical engineer for the
following City of Brentwood projects:
• Sand Creek Road Extension – The project includes approximately 0.5-mile-
long roadway extension, underground utilities to include a roadway sewer
line, multiple water lines, and a single-span vehicular bridge over Sand Creek
wide enough to accommodate two traffic lanes and a bike lane in each
direction of traffic. BSK provided geotechnical design services and inspection
services during construction of this project.
• Redhaven Street Settlement –A portion of Redhaven Street just west of the
intersection with Sellers Avenue is experiencing settlement/distress. This
portion of the street has two side by side concrete culverts, 8 feet long by 6
feet wide, running underneath the street connecting two large detention
basins. BSK provided geotechnical design services.
• Wastewater Treatment Plant Expansion Phase 2 – The project focuses on $44
million of expansions and modifications of existing wastewater treatment
facilities and construction of new wastewater facilities. BSK is providing
special inspections and materials testing services during construction.
• Municipal Service Center – The project consisted of an approximately 14,000
square foot, 1-story, L-shaped building with a slab-on-grade floor. The new
building extends over an area formally occupied by a 1-story, approximately
2,000 square foot building, paved paving and driveways, concrete flatwork,
and concrete walls. BSK provided geotechnical design services and inspection
services during construction of the new building.
• Lone Tree Way Improvements – BSK provided geotechnical design services and conducted a
limited pavement study for the planned roadway improvements along Lone Tree Way, Smith
Road, and O’Hara Lane. Improv
• Shea Homes and Shea Trilogy Subdivisions – Mr. Melo performed an independent geotechnical
peer review of the soil/bedrock expansion mitigation for the City of Brentwood Public
Works/Engineering Department for two significant subdivision. The objective of the peer review
was to provide an independent assessment of the soil/bedrock expansion mitigation measures
recommended by the Geotechnical Engineer-of-Record.
Qualifications
Registrations:
- Geotechnical Engineer,
California, No. 2756,
2007
- Civil Engineer,
California, No. 64025,
2002
- Civil Engineer, Nevada,
No. 27349, 2020
Education:
- MS, Civil Engineering,
University of Idaho, 2000
- BS, Civil Engineering,
University of Idaho, 1997
Experience:
- BSK Associates
Livermore, California
2013 to present
- Kleinfelder
Pleasanton, California
2000 to 2013
- Idaho Transportation
Department
Caldwell, Idaho
Summers of 1996, 1997,
407
A-38APPENDIX A. RESUMES
Qualifications
Registrations /
Certificates:
Civil Engineer,
California, 59941
Radiation Safety and Use of
Nuclear Gauges
ACI Field Testing
Technician Grade I
ICC
Reinforced Concrete
Structural Masonry
Prestressed Concrete
Education:
B.S. Civil Engineering,
California State University,
Chico, 1994
Experience:
BSK Associates, Materials
Laboratory Manager-2008
to Current
Engeo Inc., Field & Project
Engineer, Laboratory
Manager-1996 to 2008
A. Teichert & Son Inc.,
Readymix Division-Quality
Assurance Field Technician-
1995 to 1996
Construction Testing &
Engineering Inc., Field
Engineer-1994 to 1995
California Army National
Guard, Combat Engineer-
1988 to 1996
James K. Auser, PE – Senior Materials Engineer
Professional Background:
Mr. Auser has developed a significant amount of hands-on experience during his
29-year career in the construction industry. As a registered civil engineer, he
provides significant levels of support to our clients in his role as project manager
and responsible engineer. His project specific duties cover a wide range of services,
including mix design preparation, job specification review and review of project
construction submittals. He is the laboratory manager and provides quality control
for BSK’s Livermore soils and materials testing laboratory, as well as engineering
oversight for our field inspectors/technicians.
Mr. Auser specializes in concrete construction and their constituents, as well as in
the development of specialty load test applications. He is flexible, creative and cost
conscious in his engineering approach, and consistently works cooperatively with
project teams at all levels.
Relevant Project Experience:
City of Brentwood, On-Call Material Testing Services, Brentwood, CA – Mr. Auser
has been serving as the Senior Materials Engineer for BSK’s on-call material
testing services contract with the City of Brentwood since 2013 on multiple
construction projects.
City of Pleasanton, On-Call Geotechnical Engineering and Special Inspection
Services, Pleasanton, CA – Mr. Auser has served as the Senior Materials Engineer
for BSK’s on-call contract with the City since 2008 on various construction
projects.
City of Livermore, On-Call Materials Testing and Special Inspection, Dalton
Reservoir Replacement Task Order, Livermore, CA – Mr. Auser served as the
Materials Engineer for this project. BSK provided support for coating inspections,
special inspection and materials testing services to the project owner, the City of
Livermore, coordinating directly with the City’s project team. As a task order to
an on-call environmental/geotechnical and materials testing contract with the
City of Livermore, this project replaced the existing 2-million-gallon steel water
reservoir (Dalton Reservoir) with a new 3.41-million-gallon steel reservoir on a
5.7-acre site.
Dublin San Ramon Services District, Pump Stations 200 and 300A, San Ramon
and Dublin, CA – Serving in the roles of Laboratory Manager, Materials Tester,
and Responsible Engineer, Mr. Auser provided special inspection and materials
testing services during construction of the reinforced concrete foundation for
Water Pump Stations 200 and 300A. His responsibilities included monitoring
concrete temperature, slump, and consolidation; preparing test specimens;
storing the cylinders in environmentally controlled facilities; and compression
testing as required. During masonry block construction, he prepared mortar test
specimens; performing slump tests as required for the grout; and prepared,
tested, and reported grout specimens.
408
A-39APPENDIX A. RESUMES
Qualifications
Certifications:
Registrations /
Certificates:
CALTRANS: 105, 106, 125,
201, 202, 204, 205, 206,
207, 211, 214, 216, 217.
226, 227, 229, 234, 235,
301, 304, 306, 308, 309,
366, 367, 368, 370, 371,
382, 389, 504, 518, 521,
523, 539, 540, 543, 556,
557, R47, R76, T11, T27,
T84, T85, T96, T166, T176,
T209, T210, T255, T269,
T275, T283, T304, T308,
T312, T324, T329, T335,
D4791.
NICET: Soils Level 3,
Concrete Level 3, Asphalt
Level 3, Geo Generalist,
Geo Const., Geo Lab,
Highway Materials Level 3
ACI: Concrete Field Testing,
Concrete Laboratory
Testing Technician Levels 1
& 2, Strength Testing,
Aggregate Testing
Technician- Levels 1 & 2,
Aggregate Base Testing
Technician, Masonry Lab
Testing Technician
USACE: Certified Quality
Manager
Experience:
BSK Associates, 2016 to
Present
2014 – 2015, MTGL,
Professional Background:
Mr. Cortez has over 15 years of experience in laboratory testing, encompassing a
wide range of work including soils, asphalt, concrete, and steel. He has managed
three different laboratories in southern California as well as various mobile
laboratories in projects ranging from district Caltrans labs to on-site airport
laboratories. Mr. Cortez has extensive pavement experience having worked on
several airports throughout California ranging from airport runway renovations to
construction of new terminals. He has worked through marshall testing, Hveem,
gyratory compaction efforts, and more recently Superpave technology.
Relevant Project Experience:
City of Tracy, On-Call Geotechnical/Construction Materials Testing Services,
Tracy, CA – Mr. Cortez has been serving as the laboratory quality manager for BSK
since 2016 for BSK’s on-call contract with the City on various projects.
City of Brentwood, On-Call Geotechnical/Construction Materials Testing
Services, Brentwood, CA – Mr. Cortez has been serving as the laboratory quality
manager for BSK since 2013 for BSK’s on-call contract with the City on various
projects.
City of Pleasanton, On-Call Geotechnical Engineering and Special Inspection
Services, Pleasanton, CA – Mr. Cortez serves as the laboratory quality manager
with BSK’s current on-call geotechnical engineering, materials testing/special
inspection services contract with the City.
City of Livermore, On-Call Geotechnical and Materials Testing Services,
Livermore, CA – Mr. Cortez serves as the Laboratory Quality Manager for this
multi-faceted contract consisting of numerous infrastructure projects for the City
of Livermore ranging in construction cost from $200,000 to $8.5 million since
2015. Laboratory support includes soils, structural concrete and asphalt concrete
sampling and testing. Task orders have included airport improvements, new road
construction, street improvement/widening, slurry seal, and new bridge
construction.
City of Fremont, On-Call Materials Testing Services, Fremont, CA – As part of an
on-call services agreement and in support of the City’s own quality assurance staff
and Materials Laboratory, BSK provides ongoing Materials Laboratory and field-
testing support for soils, aggregates, and hot-mix asphalt products, including
support for Superpave QA in accordance with the Caltrans 2015 Standard
Specifications. Significant testing performed to complement the City’s Materials
Laboratory have included R-Value testing, concrete compressive strength testing,
and all hot mix asphalt testing for assigned projects.
Caltrans On-Call Materials Laboratory Support – District 4, North Bay and South
Bay Regions, CA – Testing under this contract is performed in accordance with
Caltrans test methods and extends to native soils, aggregate base and hot mix
409
A-40APPENDIX A. RESUMES
Qualifications
Registrations /
Certificates:
ICC Soils
Caltrans 125, 231,
375
CPN Nuclear Gauge
Operator
Education:
B.S., Earth Sciences,
U.C. Santa Cruz, 2002
A.S. Computer
Science, Cabrillo
College, 2000
Experience:
BSK Associates-2013
to Current
Fugro Consultants-
2011 to 2013
Genesis Engineering
& Redevelopment-
2009 to 2011
Pacific Crest
Engineering-2000 to
2005
Anchor
Construction-1987
to 1992
David Eckhardt – Senior Engineering Technician
Mr. Eckhardt has over 25 years of experience in the construction industry. He has
performed field inspections and laboratory testing in accordance with ICC
(International Code Council), ASTM (American Society for Testing and Materials), ACI
(American Concrete Institute) and the California Department of Transportation Test
Methods (CTM). Mr. Eckhardt is multi-certified and qualified to provide concrete
sampling, epoxy witness observation, proof load, torque testing, grout injection
determination, and relative compaction testing by way of the sand cone and nuclear
gauge methods.
Relevant Experience:
City of Dublin, Don Biddle Community Park, Dublin, CA – Mr. Eckhardt served as one
of the lead engineering technicians during construction on this 30-acre park that
features tennis courts, basketball courts, two playgrounds, a community
garden/orchard, a garden shed, an expansive lawn area, shade structures, outdoor
classroom, and towering veterans art sculptures. BSK provided geotechnical
observations, materials testing, and special inspection services.
Dublin San Ramon Services District, Camp Parks Water Main, Dublin, CA – Mr.
Eckhardt served as the lead materials testing inspector as part of the construction
management team providing soil sampling, compaction testing for trench backfill
City of Berkeley, Grove Park Improvements, Berkeley, CA – BSK provided services
for the geotechnical investigations and materials testing services for various
improvements at Grove Park that included installation of a new 48-foot-high post-
type structure to replace existing backstop, play structures, fencing for ball field,
natural turf, pervious pavement, and other associated improvements. Mr.
Eckhardt provided compaction testing on subgrade and AB as well as foundation
observations.
City of Dublin, Fallon Sports Park Phase 3 Improvements, Dublin, CA – Mr. Eckhardt
served as the lead inspector for new facilities and other improvements at Fallon
Sports Park. The project included two additional little league fields, cricket field,
athletic field lights, sand volleyball courts, play area, and concrete flatwork/terrace
seating.
City of Dublin, Heritage Park and Museums Improvements, Dublin, CA – Mr.
Eckhardt provided materials testing services on this City of Dublin historic park
improvement project that included compaction testing observation and testing for
the improvements.
City of San Ramon, On-Call Materials Testing & Construction Inspection Consulting
Services, San Ramon, CA – Mr. Eckhardt served as the lead inspector providing on-
call materials testing and construction inspection consulting services for the City of
San Ramon through various task orders. Services include grading, paving, minor
concrete work, installation and backfill of utilities, welding inspection, and full-depth
reclamation (FDR). All work was performed in accordance with Caltrans project
special provision requirements, and the City’s Quality Assurance Program (QAP).
Projects included the San Ramon Annual Pavement Rehabilitation projects for 2021
and 2022 (completed), Alcosta Boulevard Pavement Rehabilitation (completed), and
Crow Canyon Road Widening (completed).
410
A-41APPENDIX A. RESUMES
Scott Orr – Senior Engineering Technician
Professional Background:
Mr. Orr has experience performing laboratory testing and field inspection of asphalt,
soils, concrete and fireproofing. His primary focus includes field testing of soils, hot-
mix asphalt pavement and concrete in accordance with Caltrans specifications and
test methods. He also performs specialty testing including proof-load and torque
testing. His materials testing laboratory experience includes performing strength
testing of concrete, mortar, grout, shotcrete and CMU, as well as moisture-density
relationship evaluation (curves), sieve analysis, sand equivalent and plasticity index
testing for soils and aggregates.
Relevant Experience:
City of Modesto, On-Call Special Inspection and Materials Testing Services, City of
Modesto, California -- Since 2020, BSK has held an on-call contract with the City of
Modesto which supports construction of public buildings, parks, trails, streets, bridges,
utility pipelines, storm drain and sanitary sewer lift stations, water well pump stations,
water tanks, drainage basins, and wastewater treatment facilities. Specific task orders
include: 22-04 High Voltage at Sutter WWTP 101259, 22-10 ATS Replacement at WWTP
101202, 2022-13 Plant Structural Improvements, Jennings WQC Plant New Entrance &
Exit, 2021 Crows Landing Pavement Project, and City of Modesto 2022-02 Grayson Well.
Stanislaus County, 2018 Urban Pavement Preservation Project, Task Order for Materials
Testing On-Call Services Contract, Stanislaus County, California -- The 2018 Urban
Pavement Preservation Project consists of the application of rapid setting slurry and asphalt
rubber chip seal on 17 miles of roadway in Stanislaus County, as well as upgrades to curb
ramps to meet current Americans with Disabilities Act Requirements. Mr. Orr serves as
BSK’s primary materials tester for support to the earthwork, concrete, hot-mix asphalt
pavement and slurry/chip seals during construction.
Stanislaus County, Geer / Whitmore Road Intersection Improvement Project Task Order to
Materials Testing On-Call Services Contract, Hughson, California – This task order to BSK’s
on-call materials testing contract with the County includes widening, re-paving and
reconstructing roadways, as well as upgrades to the BNSF railroad tracks. Mr. Orr served as
BSK’s primary field materials testing technician under this agreement for soils, Full Depth
Reclamation, and hot-mix asphalt construction elements.
City of Tracy, On-Call Materials Testing Services, Tracy, California -- Mr. Orr serves as BSK’s lead materials
testing technician in support of our on-call materials testing agreement with the City of Tracy, primarily
providing construction observation and materials testing for soils and hot-mix asphalt construction elements.
Recent support includes HMA pavement testing and observation for the MacArthur Blvd. pavement project.
Stanislaus County, Warnerville Road and Bentley Road Roadway Reconstruction, Stanislaus County,
California -- Primary field materials testing services were provided by Mr. Orr for this task order to BSK’s
materials testing on-call contract with the County. The project incorporated two methods of full-depth
reclamation of existing materials (Lithtec and Cement Stabilization) on Warnerville and Bentley Roads, along
with Hot-Mix Asphalt pavement and chip seal application. Concrete field testing included sample fabrication,
air content, unit weight, temperature and slump measurements.
Qualifications
Registrations /
Certificates:
Caltrans CTM 105,
106, 216, 231, 375,
504, 518, 539, 540,
543, 552, 556, 557
ACI Concrete Field
Technician Grade I
CPN Nuclear Gauge
Operator
Education:
Las Positas / Chabot
Community College,
Livermore, California
Experience:
BSK Associates-2016
to Current
411
A-42APPENDIX A. RESUMES
Dennis Ness – Senior Special Inspector
Professional Background:
Mr. Ness has over 28 years of construction inspection experience, holds multiple
certifications and has significant hands-on experience in special inspection specifically
with city, county, and municipal clients/projects. He communicates well with project
design professionals, construction and inspection teams, subcontractors, and local
building officials. Mr. Ness has extensive working knowledge of the various building
codes and materials compliance testing procedures and is adept in applying his
expertise. He serves as a special inspector and technical supervisor for BSK, and has
assisted many projects through successful completion, ensuring the required testing and
inspection requirements have been met.
Relevant Experience:
City of Los Altos Fremont Avenue Bridge Replacement, City of Los Altos, California
Served as materials sampler and tester to the replacement of the historic 1915
Fremont Avenue Bridge in Los Altos. Services included sampling and testing of
concrete aggregates at the supplier and wet mix in the field.
Turlock Irrigation District, Lake Don Pedro Dam Repairs, Turlock, California - Canal
Repair at Lake Don Pedro Dam. Observations of old/failing concrete canal section,
excavations of soil with compaction testing, back-fill of new section compaction
testing, concrete reinforcement and placement observations and testing.
Oakdale Irrigation District, Third Rotation Reservoir, Stanislaus County, California –
Provided Project Management and observations of the clay excavations and stockpile
of material, nuclear gauge compaction testing of new levee and clay liner, concrete
placement and sampling of measuring weir and outlet gates, diversion pipeline
observations with backfill compaction testing, shotcrete observations of interior
slopes of new levee, welding inspections of new railcar bridge at measuring weir.
City of Livermore Brisa Street Sanitary Sewer Project, Livermore, California - Served
as special inspector during the installation of new underground 30” diameter pipeline
at Brisa Street in Livermore, CA. Services included field welding inspection and
observation of high-pressure grouting operations.
Marsh Creek Road Bridge Replacement, Contra Costa County Public Works, Contra
Costa County – Mr. Ness served as senior special inspector on this project. The $4.6
million Marsh Creek Road Bridge Replacement project replaced an existing long steel
girder bridge with a new, wider, two-stage precast/pre-stressed wide-flange
California Bulb Tee girder bridge. Each bridge abutment had either wingwall or
retaining walls constructed in each corner of the bridge. The new bridge has two 12
ft. lanes and two 8 ft. shoulders. As a subconsultant to the Resident Engineer, BSK’s
Quality Assurance materials testing work was performed in accordance with the
Contra Costa County Quality Assurance Program and Caltrans Standard
Specifications. BSK’s contributions to the project included source inspection of six
88’-3” long girders, in addition to quality assurance materials testing services for
earthwork, concrete, and hot-mix asphalt construction elements, including offsite
plant sampling and testing.
Qualifications
Registrations /
Certificates:
AWS-Certified Welding
Inspector (CWI)
ICC-Master of Special
Inspection
ICC-Reinforced Concrete
ICC-Structural Masonry
ICC-Structural Steel &
Welding
ICC- Structural Steel &
Bolting
ICC-Structural Welding
ICC-Spray-Applied
Fireproofing
ACI-Certified Concrete
Field Technician
ACI-Epoxy Adhesive
Anchor Inspector
ACI-Masonry Field
Testing Technician
DSA Masonry Inspector
Nuclear Moisture/
Density Gauge
Education:
Wilrick Institute of
Technology, North
Highlands, CA
Experience:
BSK Associates
2009 to Current and
2004 to 2006
Holdrege & Kull
2000 to 2003
412
A-43APPENDIX A. RESUMES
Kenneth (KC) Clark –Engineering Technician
Professional Background:
Mr. Clark is one of BSK’s Field Engineering Technicians with experience in
supporting inspection and testing of soils and earthwork, hot-mix asphalt, slurry
seals, and reinforced concrete. He has provided service to numerous municipal
clients and educational facilities on projects ranging from new classroom
buildings, utility infrastructure, roadway improvements and bridge replacements.
In addition to soils, HMA and concrete testing, he also performs special testing in
the forms of proof-load and torque testing along with other specialty testing
methods. Mr. Clark is a valued member of BSK’s field services team who is
frequently requested on projects as a result of his steady demeanor, excellent
communication, and attitude towards client service.
Relevant Experience:
City of Manteca, Water Quality Control Facility Improvements, Manteca, California -
Mr. Clark has provided materials testing support to the Manteca WQCF project
including earthwork observations and compaction testing.
Holman Road Bridge Over Bear Creek, Stockton, CA - Constructed in accordance with
the 2018 Caltrans Standard Plans and Specifications, Mr. Clark served as an engineering
technician on the Holman Road Bridge over Bear Creek Project providing materials
testing and source inspection services. The project is a privately funded project that
includes construction of a new 3 span cast-in-place, prestressed slab bridge, supported
by cast-in-drilled-hole concrete piles.
City of Modesto, River Trunk Realignment Shackelford Pump Station, Stanislaus
County, CA - The project addresses the flow capacity deficiencies and aging
infrastructure for the River Trunk. The River Trunk Realignment project is broken down
into three discreet segments/projects: (1) Realignment, (2) Shackelford Pump Station,
and (3) a deep pumping station (on the order of 80 ft. deep). BSK is contracted with the
City of Modesto through its construction management firm, West Yost, to support the
approximately $8 million Shackelford Pump Station segment with full-service quality
assurance materials testing and special inspection services for earthwork, concrete, and
masonry construction, welding observations, and hot-mix asphalt (HMA) testing and
inspection.
Santa Fe Road Bridge Replacement Project, Stanislaus County, CA - BSK currently
serves as materials testing subconsultant to HDR for this bridge replacement project.
Mr. Clark has served as materials tester for support to the earthwork and concrete
elements during construction.
City of Tracy On-Call Materials Testing Services, Tracy, CA - Mr. Orr serves as one of BSK’s materials
testing technicians in support of our on-call materials testing agreement with the City of Tracy, primarily
providing construction observation and materials testing for soils and hot-mix asphalt construction
elements.
City of Livermore On-Call – Geotechnical Engineering & Materials Testing, Various Locations, Livermore,
CA - Provides special inspections and materials testing during construction of various projects.
Responsibilities included soils compaction testing and concrete testing and sampling.
Qualifications
Registrations /
Certificates:
Caltrans CTM 504, 518,
539, 540, 543, 556,
557
ACI Concrete Field
Technician Grade I
CPN Nuclear Gauge
Operator
Education:
Los Medanos
Community College,
Pittsburg, CA
Experience:
BSK Associates-2017
to Current
413
A-44APPENDIX A. RESUMES
Marie Dunne | RESUME PG 1
RESUME
Marie Dunne
Office Engineer
Firm
MNS Engineers, Inc.
Areas of Expertise
Cost and change order management
Document control
Field inspection
Project planning
Years of Experience
15
Certifications
10-Hour and 30-Hour Construction Safety, Cal/OSHA
New York State Notary
Education
BS, Institute of Technology, County Kerry, Ireland
Professional Development
Studies in Construction Management (CM), La Guardia
Ms. Dunne has 15 years of experience in the
construction industry managing and supporting project
teams. Marie brings diligent inspection and document
control skills, has successfully completed projects on
time, within budget, and to the client’s approved
specifications. She has a proven track record of effective
project planning, resource oversight, supervision,
scheduling, and budget management with a focus on
quality. She brings numerous technical skills, is a great
team player, and is resourceful at multitasking. Marie has
maintained field correspondence and prepared daily
reports on inspected works. She developed detailed
processes that reduce redundancy, improve project
operational efficiency, and achieve project objectives.
She is results-oriented, capable of taking on complex
tasks, effective with deadline-driven operations, and can
identify goals and priorities to resolve issues and tackle
problems as they arise. Her experience includes:
Iron Horse Trail Bridge, City of Dublin, CA. Office
Engineer. This $10M steel truss bridge will connect the
Iron Horse Trail across Dublin Boulevard. This project
consists of a 220-foot prefabricated steel truss, post-
tension cast-in-place approach slabs, and three retaining
walls. The confined project site, concurrent adjacent
road/culvert construction, and traffic volume on Dublin
Boulevard require close coordination with adjacent
projects and businesses. Responsibilities included
reviewing submittals and Requests for Information
(RFIs); inspecting field work; developing deck grades;
scheduling and coordinating consultants; providing daily
reports; tracking item quantities; monthly billing
verification, change order composition; and coordinating
with various agencies, the adjacent housing developer,
and the City. The project is being administered in
accordance with Caltrans methods and procedures.
Ralston Corridor Improvements Segment 3 Project,
City of Belmont, CA. Office Engineer. This $2.5M
project will improve roughly one mile of Ralston Avenue
between South Road and Alameda De Las Pulgas.
Ralston Avenue is the main thoroughfare for the City of
Belmont connecting US 101 to State Route 92 with over
35,000 vehicles daily. Work includes demolition of
existing concrete sidewalks, drive approaches, curb
ramps, and storm drain systems; construction of storm
drain systems; rehabilitation of roadway structural
sections; building Americans with Disabilities Act (ADA)
compliant crosswalks at three intersections with traffic
beacons, widened sidewalks, widened bike paths, ADA
curb ramp and sidewalk construction and compliance;
414
A-45APPENDIX A. RESUMES
Marie Dunne | RESUME PAGE 2
Marie Dunne | RESUME PG 2
RESUME
reconstruction of drive approaches; and installation of
landscaping, slurry seal, street signs, and pavement
delineation.
Office Engineer. This $7.2M
FDR), asphalt grind
enough capacity for fiber optic cable installation,
work
included coordination with multiple stake holders
businesses and
Soquel Drive Buffer Bike Lanes, County of Santa
Project Engineer. This project involves multi-
a Ave intersection, that is approximately 5.6
Project improvements include
d
ections, new fiber optic
2,500 feet of new sidewalk areas,
-block pedestrian
-block Rectangular
tion of 7 new mid-block RRFB pedestrian
-construction, construction, and project
lose-out phases of the project.
Inspection (C22401), County of Sonoma, CA. Office
Engineer. This project improved and rehabilitated over 21
miles of roadway with asphalt concrete overlays (some
sections included full-depth reclamation treatments), chip
and slurry seals along with associated flagging, traffic
signal modification with Multi Sensor Video Detection
System (MSVDS) with video imaging and radar
technologies, metal beam guard rail (MBGR), ditch
maintenance, culvert replacement, traffic control,
pavement repair of structural sections, cold planning,
shoulder backing, and delineation of the new pavement
surface. MNS services include resident engineer,
construction inspection, material testing coordination,
and public outreach notifications coordination.
South Bayfront Bicycle and Pedestrian Bridge/Horton
Landing Park, City of Emeryville, CA. Office Engineer.
In 2010, MNS provided cost estimating services for a
pedestrian and bicycle bridge that connects the Bay
Street shopping district and the office complexes to the
east. Due to the deauthorization of Redevelopment
Agencies, the project was halted. In 2014, the City of
Emeryville sued the State of California to recoup $12M in
project funds. Following the return of funds, the City
reactivated the project in 2015. The new 227-foot bridge
will span nine Union Pacific Railroad (UPRR) tracks and
will connect the Bay Street shopping area and Ohlone
Way with the new Horton Landing Park, on the Horton
side of the UPRR tracks. The project encompasses a
steel tied arch bridge, 283-foot-long west switch-back
ramp, west stair structure, 351-foot-long east ramp, east
stair structure, 43-foot-long east creek bridge (over
Temescal Creek), 142-foot-long parking garage bridge,
and a 236-foot-long retaining wall. The access ramps are
cast-in-place concrete structures. MNS is currently
providing construction management and inspection
services. Marie’s responsibilities include assisting the
Resident Engineer in all aspects of required office
construction work; setting up and maintaining all project
files; providing and maintaining all logs for submittals,
RFIs, change orders, correspondence and all related
construction documents; tracking, processing, and
distributing all submittals, RFIs, and shop drawings to the
applicable entities for review and transmit responses
back to contractor; processing progress payments and
logging all monthly contract item quantity documents;
maintaining and logging all QA/QC reports and SWPPP
documentation; and preparing and distributing minutes
for weekly contractor meetings.
415
A-46APPENDIX A. RESUMES
Yujia Luo | RESUME PG 1
RESUME
Yujia Luo
Office Engineer
Firm
MNS Engineers, Inc.
Revit
AutoCAD
Microsoft Project
SAP: SFD and BMD analysis
Plane surveying
MATLAB
Primavera P6
WaterGEMs
GIS
Certification
Traveler’s Driving Safely
4
BS, Civil Engineering, San Jose State University,
San Jose, CA
AS, Math and Science, Contra Costa College,
San Pablo, CA
Ms. Luo is skilled in project communication and
coordination and has provided construction
administration support on numerous projects involving
Caltrans Local Assistance Procedures Manual (LAPM).
As the Office Engineer, Yujia is responsible for managing
the project files, labor compliance, assisting with
progress payments, tracking change orders, submittals,
requests for information (RFIs), monthly reports, and
tracking materials. She is proficient in Revit (structural
concrete design and 3D interior); AutoCAD (developing
and modifying 3D models); Microsoft Project; System
Applications and Products (SAP) software for Shear
Force Diagram (SFD) and Bending Moment Diagram
(BMD) analysis; plane surveying; MATLAB; Primavera
P6; Microsoft Office Suites; WaterGEMs for examining
and analyzing the water distribution network, and GIS.
Her experience includes:
Fairfax Bolinas Wall at PM 1.0, County of Marin, CA.
Office Engineer. This $1.5M project repaired a landslide
along Bolinas Road near post mile (PM) 1.0 in Marin
County by constructing a 100-foot cast-in-drilled hole
(CIDH) retaining wall, a 100-foot concrete waler along an
existing retaining wall, and installing ground anchors in
both structures. This project included structural concrete
and minor concrete, earthwork, pier drilling, erosion and
sediment control, roadway paving and striping,
installation of a new drainage system, traffic control
measures, guardrail installation, and rock slope
protection. Key challenges of this project included
working under Pacific Gas & Electric (PG&E) powerlines
with limited outage windows and maintaining continuous
traffic flow and access on the narrow hillside road. An
around-the-clock backup generator was provided to a
nearby residence to avoid any outages while PG&E lines
were de-energized. Traffic flow and access were
maintained using flaggers and temporary signals. Limited
space on the roadway required a multi-stage construction
plan for access and storage of construction equipment.
MNS provided construction management services,
including project management, construction engineering,
pre-construction review, stakeholder communication and
coordination, contract administration/document control,
construction inspection, project closeout, and record
drawings. This project was funded by Federal
Emergency Management Agency (FEMA) and Federal
Highway Administration (FHWA). Yujia was responsible
for reviewing certified payroll reports to ensure
compliance with prevailing wage requirements and
project specifications; reviewing and processing extra
work bills for accuracy; assisting the Resident Engineer
416
A-47APPENDIX A. RESUMES
Yujia Luo | RESUME PAGE 2
Yujia Luo | RESUME PG 2
RESUME
with reviewing the submittals; preparing meeting
agendas and draft detailed meeting minutes for internal
and external project coordination meetings; managing
requests for
RFIs), and other construction documents;
racking working days and updating project working
rganizing and filing material testing reports; and
aintaining document and supporting administrative
the Resident Engineer.
Newell Creek Pipeline Felton/Graham Hill Project,
City of Santa Cruz, CA. Office Engineer. This project
-inch ductile iron pipe, a 100-foot crossing over a river,
-foot trenchless railroad crossing, existing pipeline and
ent improvements in environmentally sensitive
Yujia is responsible for
agement Plans (CMPs); drafting and
ing meeting agendas and minutes for weekly
; assisting the Resident
; and utilizing the Procore project
.
Office Engineer. This $500K bicycle and
improvement project will construct safety
Americans with
ADA) ramps, signage and striping, and
Yujia is
rogress payment
ng wage requirements and
Treat Boulevard Pavement Rehabilitation, Phase 2,
City of Concord, CA. Office Engineer. This $7.9M
contract consists of traffic control, water pollution control,
demolition, tree removal, potholing of existing utilities,
fiber optic installation, Video Detecting Signals (VIDS)
installation, street pavement rehabilitation by cold-in-
place recycling method, asphalt concrete (AC) grinding
and overlay, placing and compacting hot mixed asphalt
(HMA) and rubberized hot mix asphalts (RHMAs),
removing and replacing concrete gutters, sidewalk,
upgrading concrete Americans with Disabilities Act (ADA)
ramp construction, utility cover adjustments, traffic
striping, landscape and new irrigation. Yujia is
responsible for preparing monthly progress payment
applications, verifying quantities, work completion, and
compliance with contract terms; assisting the Resident
Engineer with drafting the Contract Change Orders
(CCOs); reviewing certified payroll reports to ensure
compliance with prevailing wage requirements and
project specifications; maintaining accurate filing systems
for all project documentation; and preparing meeting
minutes.
On-Call Construction Management and Inspection
Services for Storm Damage Projects, County of
Santa Cruz, CA. Office Engineer. Santa Cruz County
experienced a significant amount of damage to the
roadway system from the recent storms. Emergency
proclamations were approved for funding of these sites
through the Federal Highways Administration (FHWA),
the Federal Emergency Management Agency (FEMA),
and the California Office of Emergency Services
(CalOES). There were over 200 sites damaged during
the storms that required repair throughout the County.
MNS is providing construction management services
during construction and project close-out for federal,
state, and locally funded projects. Assigned projects vary
in scope and size and include roadway rehabilitation,
widening and/or realignment of existing facilities,
relocation of existing facilities, and construction of new
facilities. Work on many of the projects took place on
steep slopes near environmentally protected creeks.
Many of the roads were single lanes and serve a large
residential community so full lane closure was not an
option. The sites are remote and outside of cellular
service range, so inspection staff had to function
autonomously on a day-to-day basis. Yujia was
responsible for reviewing and auditing contractor extra
work bills, identifying discrepancies that helped the
county save over $200,000 in overcharges. She also
assisted in organizing project files to the county's digital
server.
417
6601 Owens Drive
Suite 230
Pleasanton, CA 94588
P | 925.224.7717
F | 925.224.7726
www.pcgengr.com
Zerofootprint Certified
Statement of Qualifications for
Construction Management and Inspection Services
Prepared for
City of Dublin
July 25, 2025
418
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
Table of Contents
Transmittal Letter . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .1
Firm Qualifications . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .2
Project Experience . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .3
Team & Key Personnel . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .6
Scope of Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .7
References . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .9
Fee Schedule . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .10
Project Personnel Resumes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .Appendix
419
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE 1
Transmittal Letter
July 25, 2025
Julius Pickney
Management Analyst II, City of Dublin
100 Civic Plaza
Dublin, CA 94568
Reference: Request for Qualification for Construction Management and Inspection Services
Dear Mr. Pickney,
Pakpour Consulting Group is pleased to submit the enclosed Request for Qualifications for On-
Call Construction Management and Inspection Services. Steven Yee, PE 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 / inspection services, on schedule and
within budget for:
City of Cupertino City of San Rafael Mid-Peninsula Water District (Belmont)
City of Pleasanton Purissima Hills Water District Hayward Area Park District
City of Benicia (Los Altos Hills) City of Dublin
Town of Hillsborough Westborough Water District City of Newark
City of Pleasant Hill (South San Francisco) San Jose Water Company
City of San Leandro
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 jpakpour@pcgengr.com.
Very truly yours,
Pakpour Consulting Group
Joubin Pakpour, P.E., President
Docusign Envelope ID: 80A48A97-2424-4533-B7B4-ED844622F546
420
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE 2
Firm Qualifications
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 16 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
Program Management and Staff Augmentation
Water Distribution and Sewer Collection
Engineering
Transportation Engineering
Constructability and Civil Plan Review
Storm Drainage Engineering
Contract City and District Engineer
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 San Leandro
City of San Rafael
Purissima Hills Water District
(Los Altos Hills)
Westborough Water District
(South San Francisco)
Hayward Area Park District
Mid-Peninsula Water District
(Belmont)
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 Dublin’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 three professional
staff leave our firm and one was due to retirement.
“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
421
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE 3
Project Experience
As-needed Construction Management and
Staff Augmentation
City of Dublin | 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.
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
Fallon Sports Park, a New 19.75-Acre
Community Park
Jordan Ranch Park, a New 5-Acre
Neighborhood Park
“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...Their commitment to the customer service,
municipal engineering, and the public works profession is outstanding.
What I 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. I highly recommend
the services provided by Pakpour Consulting Group.”
Andrew Russell, PE, Public Works Director, City of Dublin
422
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE 4
Project Experience
As-needed Inspection Services
City of Pleasant Hill | Pleasant Hill, CA
Situation: The City of Pleasant Hill is a growing community
with an increase of development activities. The City saw a need
to augment its engineering staff with construction inspection
services in order to review development construction activities
and public works projects for conformance to local standards and
specifications.
Services Overview: Since 2016, Pakpour Consulting Group (PCG)
has served as on-call engineers for the City of Pleasant Hill.
Services included as-needed construction inspection services on
variety of private land development and capital improvement
projects. Working as an extension of City staff, PCG adheres to
in-house procedures, process, and established schedules. During
the pre-construction phase, PCG staff provides project specific
constructability recommendations to the design team. During
construction, PCG staff provides on-site inspection to ensure the
project is constructed in compliance with plans and specifications
along with providing daily reports and accompanying photos to
the City and communicates regularly any new or on-going activity
that requires the City’s attention. PCG staff also reviews and
tracks submittals for conformance with project specifications,
identifies potential change orders and makes recommendations
for resolving them, works with contractor on measuring installed
quantity for progress payments.
Notable Projects:
Denova Subdivision: Development of 18 new single-family
homes and provision of site improvements.
Sancerre Village Subdivision: Development of six single-family
homes in an existing Precise Plan District and landscaping of Scenic Route along Alhambra Avenue.
Carmax Auto Dealership: A new dealership and related facilities including service facilities, auto display
area, new landscaping, and parking lot.
About City of Pleasant Hill: Located at the center of the I-680 Corridor in Contra Costa County, Pleasant
Hill’s population of nearly 34,000 residents enjoy highly-ranked schools and an active downtown district.
Client Contact
Ananthan Kanagasundaram, PE
City Engineer
925.671.5261
akanagasundaram@pleasanthillca.org
Project Fee
$100,000 per year
Completion Date
Ongoing
Project Manager
Roehl Barreras
New Carmax Auto Dealership
Sancerre Village Grading & Drainage Plan
“The [PCG] Staff are highly skilled and committed to providing
outstanding service. Steve and Joubin have always been readily
available by phone or email when there was a need for their service
and both were always more than willing to accommodate last minute
requests to oversee a project, even if during odd times of the day.
It continues to be a pleasure to work with a firm like Pakpour, who
understands the City’s day-to-day needs and who is there to provide
help when needed.”
Ananthan Kanagasundaram, PE, City Engineer, City of Pleasant Hill
423
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE 5
Project Experience
As-needed Construction and Program Management
Hayward Area Recreation and Park District | Hayward, CA
Situation: In November 2016, Hayward Area Recreation and
Park District (HARD) voters overwhelmingly passed Measure
F1, a $250 million general obligation bond for renovation and
expansion of parks and facilities. Over 30 individual projects
were identified in the capital improvement program (CIP). Due
to the size of the CIP and number of projects, HARD solicited
assistance with Construction and Program Management services
to deliver these projects as promised to the voters of its district.
Services Overview: Since 2018, Pakpour Consulting Group (PCG)
has served as on-call engineers for HARD. PCG provides complete
Construction and Program Management Services, including
assistance with planning and pre-construction activities,
construction administration, public outreach, managing the
scope, schedule and budget, acting as HARD representative and
liaison with outside agencies, and post-construction activities.
Notable Projects:
Hayward Community Garden: Construction cost: $1.2 million
Edendale Park: 1.0-acre park improvements. Construction cost:
$1.33 million
Via Toledo Park: New 2.0-acre park. Construction cost: $3.0
million
East Avenue Park: Renovation of a neighborhood park.
Construction cost: $1.8 million
Irrigation Central Control and Master Valve Project: Control
valve upgrades at 67 parks to decrease water and energy
consumption
About Hayward Area Recreation and Park District: HARD boundaries encompass a 100-square mile area,
which includes the City of Hayward, and the unincorporated communities of Castro Valley, San Lorenzo,
Ashland, Cherryland, and Fairview and serves a diverse population of 300,000 residents. HARD is over 70
years old and owns and maintains approximately 145 parks and facilities including two golf courses.
Client Contact
Meghan Tiernan
Capital Planning &
Development Director
510.881.6712
tiem@haywardrec.org
Project Fee
$150,000 per year
Completion Date
Ongoing
Project Manager
Steven Yee, PE
Hayward Community Garden
East Avenue Park Picnic Area
“Pakpour Consulting is always ready to assist us in the execution of
our capital improvement projects by offering project management,
construction management and inspection services. We are extremely
pleased with how they work seamlessly with our staff, mitigate
construction issues, and ensure that the District receives quality projects.
We look forward to continuing our working relationship with Joubin and
his staff and would recommend Pakpour Consulting Group to other public
agencies.”
Meghan Tiernan, Capital Planning & Development Director, HARD
424
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE 6
Team & Key Personnel
Project Team
Our staff of 16 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.
Project Manager
Steven Yee, PE, will serve as the project manager and single point of contact for all aspects of the on-call
contract. His familiarity with the City of Dublin staff and knowledge of City Standards provides our Team
a high level of efficiency while providing construction management and inspection of your projects with
no learning curve. Over the past 10 years, our team has successfully completed numerous projects for
the City of Dublin.
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 shareholders at Pakpour Consulting Group.
Project Manager
Steven Yee, PE
Principal Engineer
Availability: 50% on Sept. 1, 2025
Construction Management Team
Drake Valentine
Associate Construction Manager
Availability: 100%
on Sept. 1, 2025
Lorin Jensen, PESenior Engineer
Availability: 50%
on Sept. 1, 2025
Materials Testing Team
Cristiano Melo
Branch Manager
Availability: 100%on Sept. 1, 2025
Inspection Team
Roehl Barreras
Public Works Inspector
Availability: 100%on Sept. 1, 2025
Jun Osalbo
Public Works Inspector
Availability: 100%on Sept. 1, 2025
David Liebrenz
Public Works Inspector
Availability: 100%on Sept. 1, 2025
David Dong
Public Works Inspector
Availability: 50%on Sept. 1, 2025
Principal-in-Charge
Joubin Pakpour, PE
Principal Engineer
Availability: As Needed on Sept. 1, 2025
Please see the Appendix for full resumes.
425
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE 7
Scope of Work
Pakpour Consulting Group currently provides construction and program management to the City
of Dublin. Our typical scope includes the followings tasks along with those listed in the request for
qualifications.
Services through Design and Advertise
It is our understanding the project is currently in final design and will be ready to advertise in early
May. We will review the current design submittal and shepherd the project through final design and
advertisement.
Prepare a recommendation of award after the construction bids are received.
Pre-Construction Phase Services
Coordinate a pre-construction meeting.
Prepare a pre-construction agenda and sign-in sheet, coordinate and invite all project participants to
attend, and conduct the project pre-construction meeting; and prepare the pre-construction meeting
minutes.
Prepare the Notice To Proceed to be signed by City official.
Coordinate review of submittals by designer.
Construction Phase Services
Provide project management services as a representative of the City.
Conduct periodic site visits to confer with inspector on project progress and compliance with plans and
specifications.
Continue the coordination with the adjacent property owners and business started by the City.
Work closely with the Design Engineer and General Contractor; conduct periodic visits to the
construction sites to observe construction; inspection and inspection reports to be done by others.
Monitor, review and evaluate contractor’s monthly construction progress schedule, and issue
comments and recommendations.
Conduct weekly job site progress meetings with inspector, design consultant, and general contractor
and other concerned parties; prepare meeting agendas and record project meeting minutes.
Review and furnish recommendations, and prepare responses with respect to contract correspondence
and directives to secure the City’s interests.
Evaluate the percent completion of each construction activity as indicated on the construction
schedule, coordinate project progress with inspector.
Coordinate the City’s consultants for geotechnical engineering.
Whenever any work is unsatisfactory, faulty or does not conform to the contract documents, we will
review the non-compliant work with the inspector and design team and will advise the inspector
and contractor when the work should be corrected or has been rejected, or should be uncovered for
observation, or requires special testing or inspection.
Review and evaluate the baseline schedule for its reasonableness, conformation, comprehensiveness
and attainability, and make recommendations for acceptance or changes.
During weekly construction review meetings with the General Contractor review the contractor’s short-
term progress and “3-week look-ahead” schedules and the impact or work changes.
426
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE 8
Scope of Work
Analyze any schedule “work around” to bring the project back on schedule when adversely impacted
by delays and changes.
Implement procedures for logging, filing and tracking all project submittals, RFIs, potential change
order requests, approved change orders, payment requests.
Review and recommend approval of contractor’s monthly payment requests.
Verify work in place against the schedule of values.
Coordinate and expedite functions connected with the contractor’s obligation to document as-built
changes on a monthly basis.
Post-Construction Phase Services
Provide mark ups for record drawings.
Coordinate final progress payment.
Provide final inspection services and close out activities.
Resolution of all contract issue, warranties, bonds, etc.
Turn over all records to the City of Dublin.
Inspection Services
Provide on-site inspection to assure that the project is constructed in compliance with the Plans and
Specifications.
Perform the duties designated by the City’s Building Department Inspector or Inspector of Record for
the project.
Provide inspectors daily report of events, manpower, and activities so as to secure the City’s interests
and monitor work accomplished in accordance with the contract. Daily progress pictures shall be
incorporated into the report.
Take digital photographs and digital video tape recordings of the construction progress on a regular
basis, including pre-construction conditions within the project limits
Collect material tags and verify materials on site meet project specifications and project submittals.
Maintain a redline set of as-built plans and specifications.
Track and field-verify quantities of actual improvements installed by the Contractor and maintain a
quantity bid sheet for each bid item of work.
Assists the Construction Manager or City Representative in review and recommendation of progress
payments.
Track and document Time and Materials work issued to the Contractor.
Working with the Construction Manager and other agencies and permit holders to issue a project
punch-list.
427
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE 9
References
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 I 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. I
highly recommend the services provided by Pakpour Consulting Group.”
Andrew Russell, PE, City Engineer, City of Dublin, 925.833.6630
City of Pleasanton | 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.”
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 | As-Needed City Services since 2019
“I have worked with Gary Ushiro and Pakpour Consulting Group for almost 15 years and across
three different municipalities. Whenever I needed assistance with development plan review and
project management, Pakpour has always been the first firm I 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. I highly recommend Pakpour Consulting Group.”
Jayson Imai, PE, Former Assistant City Engineer, City of Newark, 510.578.4671
428
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE 10
Fee Schedule
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 | Fiscal Year 2025-2026
Position Hourly Rate
Principal Engineer $280
Senior Engineer $248
Senior Designer $237
Associate Engineer $220
Associate Designer $210
Project Engineer $199
Position Hourly Rate
Project Designer $189
Assistant Engineer $173
Assistant Designer $162
Engineering Technician $134
Administrative Assistant $87
Public Works Inspector*$194
*Subject to Prevailing Wage
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
was settled last year.
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 the City of Dublin’s Standard Consulting Agreement
We respectfully request the following edits to the City of Dublin’s standard consulting services agreement:
Section 1.3: Add the word “written” between receiving and notice in the last sentence.
Section 4.4.4: Add the words “Except Professional Liability” after No policy. A wasting policy can not be
added to a professional liability policy; such product is not available.
Section 7.2: Add the word “applicable” between any and copyright and the word “intentional”
between the Consultant’s and failure.
Section 8.6.4: Add the word “reasonable” between the and cost.
429
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE A-1
Appendix | 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 Pleasanton
City of Benicia
Town of
Hillsborough
City of Pleasant Hill
City of San Leandro
City of San Rafael
Purissima Hills Water
District
(Los Altos Hills)
Westborough Water
District
(South San Francisco)
Hayward Area Park
District
Mid-Peninsula Water
District (Belmont)
City of Dublin
City of Newark
San Jose Water
Company
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.
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
430
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE A-2
Appendix | Project Personnel Resumes
Steven Yee, PE
Principal Engineer/Project Manager
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.
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
431
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE A-3
Appendix | Project Personnel Resumes
MCI/Verizon Fiber Densification Project for City of Pleasanton, CA
Project Manager for the utility permit process and project coordination on behalf of City with MCI/
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.
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.
432
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE A-4
Appendix | Project Personnel Resumes
Drake Valentine
Associate Construction Manager
Drake Valentine has more than 20 years of extensive experience with public
works projects. He has served as project manager, superintendent, and
supervisor on multiple capital improvement and maintenance projects
for the City of Benicia. His extensive, hands-on experience includes water
and sewer utilities, roadway rehabilitation, drainage improvements, traffic
signal maintenance, and sidewalk improvements. Drake’s responsibilities
have included supervision of 18 public works full-service staff, management
of emergency infrastructure repairs, coordination of master plan studies,
preparation of public works operations and capital improvement program
budgets, oversight of public utility systems, and support services to all
divisions of public works. Drake holds multiple certifications in the field
of public works including Water Distribution Operator Grade 3, Collection
System Maintenance Grade 4, and Hazardous Waste Operations and
Emergency Response (HAZWOPER) 40 Certification.
Relevant Project Experience
Fallon Sports Park Phase 3 Project for City of Dublin, CA
Construction manager and Owner’s Representative for the Fallon Sports Park
Phase 3 improvements, which consisted of expanding the community sports
park to 10 acres in the City of Dublin. Key project improvements include
the City’s first ever cricket field, sand volleyball courts, batting cage facility,
ball fields, and kids’ play area. Drake worked closely with the contractor and
City of Dublin staff in coordinating all construction activities and managing
project revisions with a goal to complete all improvements within the
established budget and schedule.
Citywide Distribution Smart Meter Replacement Project for City of Benicia,
CA
Drake provided support for the design and construction of water meter
installation and operations to ensure compliance with the City’s standard
plans and specifications. He coordinated the inspections of meter installation
and project schedule between property owners and contractor. He also
performed a propagation study to ensure meter wireless connectivity and
identified and mitigated any issues with meter identification data and
communication gateway site hardware.
Street Resurfacing and Maintenance Projects for City of Benicia, CA
Drake was a superintendent responsible for the Streets Division’s capital
improvements projects, including street pavement repairs, striping/
markings, sign replacement program, sidewalk repairs, and drainage
improvements. He provided construction administration oversight of annual
crack sealing program, patch paving, and support for contract resurfacing
projects and administration and field oversight of SWPPP/Clean Water
Program compliance. Drake was responsible for the review of all street
improvements per Caltrans Standard Plans and Specifications and City
Education
Associate Degree
Management
Solano Community College
In process
Regional Government Services
Supervisor/Manager Academy
2018
Utah State University
Management and Leadership
Program
2015
California State University,
Sacramento
Operation and Maintenance
of Wastewater Collections
Systems Program
2008
Professional Affiliations
California Water Environment
Association
American Water Works
Association
American Public Works
Association
Work History
2020-2021
Ponder Environmental
Services
Safety Manager
2000-2021
City of Benicia Public Works
Department
Maintenance Superintendent
1988-2000
Benicia Concrete Corporation
Construction Foreman
433
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE A-5
Appendix | Project Personnel Resumes
Standards Plans. He prepared and submitted reports and project updates to Public Works Director and
for the City Manager’s weekly newsletter.
Utility Operations and Repair Projects for City of Benicia, CA
Drake provided oversight of annual budget of $3 million in operations and maintenance projects,
including management of all scheduled and emergency repairs of underground utilities in accordance
with regulatory guidelines and City’s Standard Plans and Specifications. Projects included systemwide
water distribution, sewer collection, and storm water infrastructure installation. Drake was responsible
for coordination with State, local, and utility permitting agencies and performing comprehensive public
outreach. He completed multiple storm water collection and system repairs using various techniques for
asset rehabilitation.
Past Employment Experience
Ponder Environmental Services, Benicia, CA
Safety Manager (August 2020-December 2021)
Drake’s responsibilities included development of safety plans for hazardous waste mitigation procedures
for company employees; review of contractor safety; oversight of subcontractor onboarding insurance
documentation and Cal/OSHA regulatory logs; and obtaining and closing local agency permits for
demolition and maintenance projects.
City of Benicia Public Works Department
Maintenance Superintendent (December 2017-August 2021)
Maintenance Supervisor (September 2010-December 2017)
Public Works Lead Worker/Worker (August 2000-September 2010)
Drake’s responsibilities included oversight of daily Public Works Maintenance operations including
water distribution, sewer collections, streets, drainage and fleet operations; providing construction
administration for public infrastructure projects; preparing and presenting maintenance operation
updates to City’s executive team; managing public outreach and communication regarding all public right
of way activities; oversight of state, regional and local regulatory compliance for division operations;
developing Request for Proposals for on-call streets, utility rehabilitation, and infrastructure replacement
contracts; and oversight of the Maintenance Division’s operations budgets and capital projects planning.
Benicia Concrete Corporation, Benicia, CA
Construction Foreman (October 1988-August 2000)
Drake’s responsibilities included preparing and placing concrete curb, gutter and sidewalk in public
right of way; performing grading, compaction, and set forms for commercial driveways, residential
foundations, retaining walls and landscape flatwork; and coordinating with jobsite superintendents, City
inspectors, and property owners.
Awards
2013 & 2014 City of Benicia Exceptional Achievement Award
Certifications
Transportation Worker Identification Credential (TWIC) Access Card Holder
California Water Environment Association - Collection System Maintenance Grade 4 #1308211849
Ives Certified Loader Backhoe Trainer #133799
California Department of Health Services - Water Distribution Operator Grade 3 #2094
HAZWOPER 40 Certification
434
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE A-6
Appendix | 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
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
435
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE A-7
Appendix | Project Personnel Resumes
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 and users of the community center.
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.
436
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE A-8
Appendix | Project Personnel Resumes
Roehl Barreras
Public Works Inspector
Roehl Barreras has more than two decades of experience inspecting public
infrastructure for private residential and commercial development as
well as the inspection of capital improvement projects including roadway
construction, street resurfacing programs, community parks, and regional
trails. He has acted at the single point-of-contact for agencies in the field and
ensured contractors implemented proper traffic controls and stakeholder
coordination. With close to more than two decades of experience of basic
roadway design, constructability review, and field construction, he is an
invaluable resource for design engineers. Roehl leverages his vast technical
knowledge and professional experience to perform field assessments and
make prompt decisions to solve complex construction issues with minimal
supervision.
Roadway Inspection Experience
Oak Park/Monticello Improvement Project for City of Pleasant Hill, CA
Project Inspector for construction of 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.
Amador Plaza Pedestrian Improvements for City of Dublin, CA
Project inspector for the construction of two ADA pedestrian crossings with
median waiting areas, solar-powered push pedestrian buttons, and solar-
powered lighted advance warning signs. Project also included restriping the
roadway to accommodate the pedestrian crossings. The $250,000 project
was constructed using City funds.
Various Slurry Seal Projects for City of Dublin, CA
Project inspector for an annual roadway maintenance program throughout
the City. The project included up to 1.5 million square feet of slurry seal, base
repairs, and crack sealing.
Water, Sanitary Sewer, Storm Sewer and Flood Control Inspection Experience
Central Contra Costa County Sanitary District Truck Line Replacement for
City of Pleasant Hill, CA
City representative for a Central Contra Costa County Sanitary District
Truck Line replacement project. Responsible for ensuring the contractor
implemented proper traffic control and resident coordination. Acted as the
Education
General Engineering Courses,
City College of San Francisco
Work History
2016-Present
Pakpour Consulting Group
Public Works Inspector
2001-2016
City of Dublin
Public Works Inspector
1982-2001
California Department of
Transportation
Engineering Technician
437
Statement of Qualifications for
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES
PAGE A-9
Appendix | Project Personnel Resumes
City’s single-point-of-contact. Due to the project location, the City required the contractor to work at
nights adding a level of complexity for inspection.
San Ramon Road Storm Drain Bypass for City of Dublin, CA
Project inspector for the installation of one mile of 8-inch reclaimed waterline and 18-inch HDPE storm
drain system. Project included a 35-foot by 300-foot bio retention pond to incorporate with the storm
system, reconstructing the pedestrian and bicycle AC path, upgrading the pedestrian lighting, and
enhancing the surrounding landscaping. The $1.8 million project was constructed using City and Federal
funds.
Reclaim Waterline Extension for City of Dublin, CA
Project inspector for the installation of 2.5 miles of eight-inch reclaimed waterline in western Dublin
along Amador Valley Boulevard, San Ramon Road, and Dublin Boulevard. Project included trench
backfill and compaction, roadway restoration, and street slurry seal and striping. Responsible for project
oversight and collaboration with the District’s inspector. The project used open trench and directional
boring construction techniques as well as requiring extensive traffic control to minimize traffic impact.
Construction cost was $3 million.
Residential and Commercial Development Inspection Experience
Tananger Heights Subdivision by Denova Homes for City of Pleasant Hill, CA
Project inspector for 18 new single-family homes along Taylor Boulevard. Construction included roadway
and infrastructure improvements, storm drain system detention basin, utility joint trench, street lighting,
and signal installation.
CarMax Auto Dealership for City of Pleasant Hill, CA
Project inspector for the redevelopment of the DVC Plaza shopping center on Contra Costa Boulevard
from a former Kmart and McDonald to a new CarMax dealership. The first phase included an
18,824-square-foot building with offices, a carwash, presentation area and service center; a 4,000-gallon
underground fuel storage tank; and a nearly 2.3-acre lighted vehicle display lot. Roehl was responsible
for the inspection all infrastructure and roadway improvements.
Schaefer Ranch by Discovery Builders, Standard Pacific, and Toll Brothers for City of Dublin, CA
Project inspector for 800+ high-end, single-family residential units located at the south end of Dublin
Boulevard. Project included three miles of roadway and infrastructure improvements, storm drain
systems, utility joint trench, street lighting, and signal installation as well as approximately 19 million
yards of mass grading including dynamite blasting. Responsible for inspection and observation of the
construction of a public park, preschool/daycare commercial building, and four major storm drain
retention ponds.
Heritage Park for Pulte Homes for City of Dublin, CA
Project inspector for 100+ single-family residential units located along San Ramon Road and Dublin
Boulevard, situated by the historical Heritage Park. Responsible for oversight of construction of concrete
seismic barriers embedded in private lots.
Challenge Dairy Headquarters for City of Dublin, CA
Project inspector for a commercial office building located on Dublin Boulevard and Donlon Way. Provided
grading and infrastructure inspection.
438
STATEMENT OF QUALIFICATIONS TO
CITY OF DUBLIN
ATTN: Julius Pickney, Management Analyst II
100 Civic Plaza, Dublin, CA 94568
Construction Management and Inspection
Services
July 25, 2025
439
SWINERTON
TABLE OF
CONTENTS
1 COVER LETTER
2 STATEMENT OF QUALIFICATIONS AND EXPERIENCE
3 REFERENCES
4 KEY STAFF MEMBERS
5 WORK APPROACH
6 PROJECT SCHEDULE
7 RATE SCHEDULE
8 ACCEPTANCE OF AGREEMENT AND INSURANCE REQS
9 APPENDIX
RESUMES
PROJECT SHEETS
440
COVER LETTER
1
441
July 25, 2025
Julius Pickney, Management Analyst II
City of Dublin, Public Works Department
Re: Construction Management and Inspection Services RFQ
Dear Mr. Pickney:
Swinerton Management & Consulting is a full-service Program and Construction Management firm
that efficiently and effectively delivers the services that the City is seeking, including: design phase
management, constructability reviews, compliance with regulatory and funding agencies,
including the Caltrans Local Assistance Procedures Manual (LAPM) and Caltrans Construction
Manual, public outreach, multi-agency coordination, scheduling, construction contract
administration, inspections, materials testing coordination, quality assurance, safety, claims
mitigation, contract change control, document control, commissioning and project close-out.
Swinerton has been supporting and providing CM Services to local agencies and Bay Area Cities for
over 20 years, and is very familiar with City processes and procedures, goals and objectives. Since
2016, Swinerton has been providing professional services to the City of Dublin (City). Some of the
projects where we have assisted the City include, but are not limited to:
• Amador Plaza Road Micro-Surfacing
Inspection
• Civic Center HVAC, Roof, Fire Alarm
and Data System Replacements
• Cultural Arts Center (Expected
completion this year)
• Dublin Boulevard Rule 20A Utility
Underground District
• Dublin Boulevard Widening
• Emerald Glen Recreation and Aquatics
Complex
• On-Call Construction Management
Services
• Public Safety Complex
• Tassajara Road Improvements
• Transit Center Parking Structure
Feasibility Study
Swinerton’s proposed team members are a high-performance team of professionals with very recent and
relevant experience managing pavement rehabilitation, sidewalk, ADA curb ramp, bicycle/pedestrian
improvements, traffic calming, traffic signal modifications, storm drain and sanitary sewer
improvements, and other public works projects at a high level.
As Vice President, Division Manager | General Manager, I acknowledge Addendum issued on July 18th and
have the ability to authorize and negotiate contracts on behalf of the firm. Should you have any questions
or desire any additional information, I can be reached at (650) 483-7412 or jgee@swinerton.com.
Very truly yours,
Jeffrey S. Gee, AIA
Vice President, Division Manager | General Manager
442
STATEMENT OF
QUALIFICATIONS AND
EXPERIENCE
2
443
SWINERTON
SECTION 2 | STATEMENT OF QUALIFICATIONS AND EXPERIENCE
SECTION 2STATEMENT OF QUALIFICATIONS AND EXPERIENCE
QUALIFICATIONS OF THE FIRM
SWINERTON MANAGEMENT & CONSULTING
The Swinerton Family of Companies, established
in 1888, was incorporated in the State of California
in 1908. Throughout the years, the Company has
established its identity and reputation for high
quality construction, integrity, customer satisfaction,
financial stability and project team excellence.
The family spirit and values of the Swinerton
Companies has been the keystone of our successful
137-year history. These values are still apparent,
having provided a consistent theme to successive
generations of management, and are deeply
embedded in the culture of the Company today.
• The Highest Integrity
• Customer Satisfaction
• A Safe Work Environment
• Excellence in Our People
• The Quality of Our Services
As construction projects became increasingly more
complex and expensive, clients found it imperative to
ensure their projects were better planned, designed
and executed. Swinerton, Inc. responded to these
needs in 1994 by consolidating all Program and
Construction Management and Consulting services
into one Division. This division has evolved into
Swinerton Management & Consulting (Swinerton).
STABILITY AND FINANCIAL STRENGTH
Throughout Swinerton’s history, we are proud to say
that Swinerton has remained strong and steadfast.
Thanks to the Company’s robust financial health and
our breadth of work within positive sectors such
as education, Public Works, healthcare and multi-
family housing, Swinerton today is one of America’s
most stable Construction Service companies. The
Swinerton Family of Companies revenues were over
$4.3 Billion in 2024.
DEPTH OF ORGANIZATION - EMPLOYEE
RESOURCES
Swinerton currently employs over 4,300 employees,
with offices in 23 major cities nationwide. As owners
of the company, Swinerton’s employees have a
vested interest in outstanding performance. Their
personal sense of ownership generates extra effort,
dedication, and a collaborative team attitude that
delivers significant value to clients — going well
beyond just dollars and cents. All resources of the
Swinerton Group are available to support the project
team in any and all disciplines.
IN-HOUSE RESOURCES
All resources of the Swinerton family are
available to support our project teams in
any and all disciplines, including: Estimating,
LEED/Sustainability, Solar Solutions, HazMat,
Constructability Reviews, Risk Management, Safety
/ Environmental, BIM / VD&C, Community Outreach
and MEP Coordination.
PUBLIC SECTOR EXPERIENCE
At our core, Swinerton’s mission is to represent
clients on their design and construction programs
and projects. We do not represent builders,
architects or engineers – we represent Owners.
With over 95% of our portfolio based on public
sector clients, we understand the public scrutiny
that elected officials, County and City leaders and
administrators are tasked with when spending
public funds. Our Swinerton Core values of Integrity,
Leadership, Passion and Excellence guides every
Team member in what we do.
444
SWINERTON
SECTION 2 | STATEMENT OF QUALIFICATIONS AND EXPERIENCE
SAMPLES OF PUBLIC WORKS EXPERIENCE
• City of Dublin | On-Call Construction Management
and Inspection Services | $25 Million
Scope of services are comprehensive and
included planning; project implementation; design
management; coordination with City, Utilities,
environmental clearances, and regulatory
agencies; permitting, bid management and
evaluation; award recommendations; management
of regional funds; coordinate with LEED
Coordinator, Commissioning Agent, Hazardous
Abatement Environmental Monitoring consultant,
Inspector of Record and special inspection firms;
assist City with Groundbreaking event; and
construction management of various projects.
Projects included:
• Dublin Blvd Widening
• Dublin Blvd Rule 20A Utility Underground
District
• Emerald Glen Recreation & Aquatic Center
Litigation & Claims Avoidance
• Civic Center HVAC Replacement, Design Build
• Citywide Private Development Encroachment
Permit Inspection Services
• Tassajara Road Improvements
• Amador Plaza Road Micro-Surfacing Inspection
Services
• Essential Facilities Building Seismic Retrofit
• Move Management of the Fire Administration
Dept.
• City of Dublin | Public Safety Complex - County of
Alameda Fire & Police Facilities | $15.3 Million
Provided comprehensive Design Management and
Construction Management of the Dublin Public
Safety Complex consisting of a 39,000 square-
feet building which houses Alameda County Fire
Department Administration and City of Dublin’s
Police Station. Scope also included electrical,
emergency power, solar power, mechanical,
plumbing, security and structural improvements;
parking lot improvements; relocation of site
utilities; civil and landscape improvements.
• City of Richmond | Terminal 4 Wharf, Warehouse
and Piling Removal | $7.3 Million
Construction Management services include
daily onsite inspection and observation, photo
documentation, preparing daily reports,
coordination with biological monitoring, turbidity
monitoring, marine mammal monitoring, submittal
and RFI tracking, schedule monitoring, change
order review and negotiation, bid item quantity
tracking and progress payment review and
acceptance.
• City of Richmond | Via Verdi and San Pablo Creek
Culver Restoration | $8 Million
A culverted section of San Pablo Creek, underneath
Via Verdi (Street) collapsed without warning in
Spring of 2010. The sinkhole was approximately
about 120 feet long, 40 feet wide, and 30 feet deep.
Via Verdi (Street) serves as the only ingress and
egress for a neighborhood of about 85 single family
homes and 100 apartments. Scope of work included
removing the temporary channel; constructing
a new permanent headwall; constructing a
permanent culvert; tying the headwall to the
permanent culvert and the permanent culvert to
the transition headwall; installing Engineered Fill;
constructing Via Verdi; and restoring the private
parcel to its original condition.
• City of South San Francisco | Orange Memorial
Park Storm Water Capture/Treatment/Infiltration
and Reuse | $10+ Million
The scope of work included captured storm water
from Colma Creek which is a concrete lined channel
for treatment, infiltration and reuse. This project
not only removed toxic chemical from the storm
water, but it helps downstream inundation. Mercury,
PCB and trash are extracted from the diverted flow
which helps downstream water quality. Portion of
the water is stored in an underground cistern for
further treatment and reused for irrigation. The
remainder is directed into a vast infiltration gallery
to recharge the ground water system.
Full length project sheets of the following projects
provided in Appendix:
• City of Brentwood | Civic Center | $43 Million
• City of Concord | BART Sanitary Sewer Upgrade |
$3.9 Million
• City of Concord | Grant St - East St Pavement
Rehabilitation | $5.5 Million
• City of Concord | Residential Pavement Phase A |
$8.5 Million
• City of Martinez | On-Call Construction Management
& Inspection Services | $11 Million
• City of Richmond | Yellow Brick Road Pedestrian &
Bicycle Improvements Iron Triangle Neighborhood |
$7.5 Million
• City of South San Francisco | Orange Memorial Park
Sports Field | $12.6 Million
445
REFERENCES
3
446
SWINERTON
SECTION 3 | REFERENCES
SECTION 3REFERENCES
CITY OF CONCORD | ON-CALL COMPREHENSIVE PROJECT AND CONSTRUCTION MANAGEMENT
SERVICES FOR VARIOUS ROADWAYS | INFRASTRUCTURE | PARKS | BUILDING PROJECTS
Scope of services are comprehensive and includes pre-planning, programming, project implementation and
prioritization, development of budgets and schedule, community outreach, design management, coordination
with City and regulatory agencies, prequalification, CalTrans, permitting, bid management, preparation of
RFQ’s and RFP’s to initiate environmental studies and design, construction management and project close-
out. The program involves roadways, building improvements, parks, trails and pathway improvements, sewer
rehabilitation, annual paving and street resurfacing program, ADA improvements, sewer repairs, utilities,
pavement resurfacing and restroom modifications.
Bernard Enrile | Capital Improvement Program Manager | City of Concord
925.671.3031 | bernard.enrile@cityofconcord.org
CITY OF RICHMOND | YELLOW BRICK ROAD PEDESTRIAN AND BICYCLE IMPROVEMENTS PH 1&2
Swinerton Management and Consulting was selected to provide Construction Management and Inspection
Services to the City of Richmond for the Yellow Brick Road Pedestrian & Bicycle Improvements Iron Triangle
Neighborhood Project. This project is the result of the vision by neighborhood teenagers that wanted safer
paths of travel to and from their homes to their schools and parks. The project was designed and closely
coordinated with POGO Park, a non-profit organization in Richmond that has been integral in improving the
neighborhoods in Richmond. They were able to secure the Federal funding through an ATP Grant and State
funding from an Urban Greening Grant.
Wendy Wellbrock, PE | Senior Civil Engineer | City of Richmond
510.307.8108 | wendy_wellbrock@ci.richmond.ca.us
CITY OF SOUTH SAN FRANCISCO | CAPITAL IMPROVEMENT PROGRAM AND CONSTRUCTION
MANAGEMENT SERVICES
Program and Construction Management services for the City’s Capital Improvement Program, delivering
infrastructure improvements to the City’s transportation network, sewer and stormwater, utilities, parks
and public buildings. Swinerton Management & Consulting is serving as the Program Manager on over 38
projects including park improvements, sewer and stormwater utilities, traffic system improvements, bike
lanes, roadway and sidewalks, public facilities including: Citywide ADA improvements, restroom renovations,
library entrance and stockpile shelter. Working with the City staff on all aspects of the Capital Improvement
Program delivery, from project definition and feasibility studies to estimating, obtaining permits, project
coordination with City departments, RFP preparation, design management, schedule and budget
management, bid management including bid marketing, solicitation and award, writing staff reports, meeting
with stakeholders, managing the construction and inspections, grant administration and project close-out.
Matthew Ruble | Principal Civil Engineer | City of South San Francisco
650.829.6671 | matthew.ruble@ssf.net
447
KEY STAFF MEMBERS
4
448
SECTION 4 | KEY STAFF MEMBERS
SECTION 4KEY STAFF MEMBERS
We have proposed a Team of seasoned and
talented professionals that has the right blend of
recent and relevant experience and knowledge
with public works projects to successfully provide
services for the City’s projects. Their experience is
comprehensive and includes: project coordination,
construction management and inspections, federally
funded projects, grant writing, underground utilities,
roadways, safety improvements, pedestrian and
bicycle improvements, interchanges, intersections
including sidewalks, curbs, ramps, gutters, and
medians, pavement maintenance, traffic calming, ADA
upgrades, and repair of levees and creeks.
JEFFREY GEE, AIA | PRINCIPAL-IN-CHARGE Mr. Gee
has over 43 years of experience leading and directing
design, construction and development projects in
the public sector and is a licensed Architect. He
will ensure that our team has all the resources of
the Swinerton family of companies available in the
successful delivery of this project.
ROBERT ADDIEGO, CCM, LEED AP | PROJECT
EXECUTIVE Mr. Addiego has over 30 years of
experience providing project and construction
management services on all types of infrastructure
projects. Mr. Addiego will lead the Swinerton Team. He
has previously worked with local cities and counties
and has a very good knowledge of the municipal
policies, processes and procedures.
OSCAR ZHAO, PE, CCM | RESIDENT ENGINEER &
PROJECT MANAGER Mr. Zhao, a licensed Professional
Engineer, brings over 10 years of construction
management experience having worked on several
notable projects including the City of San Francisco’s
International Airport that included several boarding
bridges and foundations, BART 19th Street Station
Renovation in Oakland, and the BART earthquake
Safety Program Fruitvale Station and Coliseum
Station in Oakland, CA. Most recently, Mr. Zhao is
working on the City of Concord’s Willow Pass Road
Pavement Project, the Willow Pass Sewer Capacity
Improvements Project and the Residential Pavement
B Project. Mr. Zhao is performing the construction
administration and management including document
control and maintaining the project files. He also
coordinated with the City, Contractor and local
utility companies and is overseeing the contractor’s
progress and managing the project schedule and
budget. Mr. Zhao will be your day-to-day contact.
SRUSHTI VELUVOLU | PROJECT MANAGER Ms.
Veluvolu is a well-rounded, process-oriented project
management professional experienced in large
infrastructure projects. She is highly skilled in
managing construction timelines and costs using
various Project Control methods. She has a keen
eye for design, sequence of activities, and critical
constructability issues.
JEFF NEUENBURG, EIT | ASSISTANT PROJECT
MANAGER Mr. Neuenburg has over 13 years of
experience in the construction industry in the practice
of pavement inspection, soils observation and testing,
and concrete testing. His variety of experience
includes major transportation infrastructure projects
including pavement treatments such as Full Depth
Reclamation (FDR) and Cold-in-place Recycling
(CIR). In addition, he has significant experience with
ADA curb ramps, sewer replacement, storm drain
replacement, pipe bursting and cured-in-place pipe.
BILL COLETTO, P.E., QSD/QSP | SENIOR
CONSTRUCTION INSPECTOR Mr. Coletto has over 30
years of experience and is a seasoned construction
professional. Mr. Coletto had previously worked with
the City delivering critical projects including, but
not limited to: Dublin Boulevard Widening, Public
Safety Complex, and Civic Center HVAC and Roofing
Replacement. His seasoned and expert knowledge
of best practices in construction management have
benefited clients by way of project cost savings,
schedule acceleration and improvement of overall
project quality.
TERRACON | MATERIALS TESTING AND INSPECTION
SERVICES Terracon is a 100% employee-owned
consulting engineering firm that has been providing
quality services to Northern California clients since
1987.
Terracon’s Laboratories feature a fully certified
Caltrans Lab. Their independent laboratory
accreditations include AASHTO, AMRL, CCRL, DSA,
USACE, CMEC, A2LA, IAS, and NVLAP. In addition,
our Quality Management System (QMS) has been
reviewed as appropriate for projects requiring NQA-1
compliance.
CURRENT WORKLOAD AND AVAILABILITY
It is our commitment to the City that your services will
take first priority over any other work of the assigned
staff members throughout the duration of the project. 449
WORK APPROACH
5
450
SECTION 5 | WORK APPROACH
SECTION 5WORK APPROACH
COMMUNICATION IS A KEY GOAL TO
PROJECT SUCCESS
Swinerton’s success record is largely due to its
ability to develop a team environment with all
project stakeholders. We place a special emphasis
on communication. Effective communication is
the cornerstone of Swinerton’s long-standing
relationships with our Clients and our ability to
successfully deliver projects within the parameters
set by each client. Our goal is to communicate fully
with all project team members to not only keep
everyone informed, but to also mitigate impacts to the
project and the public.
COMMUNITY OUTREACH AND COORDINATION
Likewise, in partnership with the City and its
Consultants, we will assist with community outreach,
inclusive of Project Notifications to keep the public
informed, and manage any general communications
with the public to ensure that the Outreach Program is
successfully implemented. We will ensure notifications
and coordination with the local schools, the local
residents, businesses, USPS, local agencies, other
utility companies, transit agencies, trash collection,
and first responders so that they are all informed of
the work planned and in progress.
The project schedule, order of work, location of work,
type of work and any potential traffic impacts can be
shared via social media to help keep the community
informed. To further promote positive feedback from
the Community, we will ensure that the Contractor is
in compliance with the Noise Control, Dust Control,
and Air Pollution Control specifications. These
requirements will be especially important when noisy,
dusty operations take place. We will monitor such
activities in the field closely and notify the Contractor
if additional effort is needed to meet the requirements.
CONSTRUCTION MANAGEMENT / RESIDENT
ENGINEER SERVICES
• The Swinerton Team will provide all necessary
construction management, administration and
onsite inspection per the RFP’s Scope of Services
to ensure the project is high quality, completed on
time and within budget and with positive feedback
from the communities and project stakeholders.
• As part of the First Order of Work, we will review
the Contractor’s submittals and submittal log, with
particular attention to:
• Contractor’s proposed schedule with respect
to order of work, Construction sequencing and
work locations, and potential impacts to traffic
and other critical items including weather
contingencies and backup equipment and
suppliers.
• Contractor’s work plans and traffic control plans
for performing the various scopes of work.
• Contractor’s details in their Traffic Control
Plans (TCP) including pedestrian, bicycle and
vehicular accessibility.
• Swinerton will take a proactive approach in
meeting with the Contractor prior to working on
site to ensure that they are abiding by the work
hours and lane closure requirements. We will
also meet regularly with their Superintendent to
ensure that noise and dust control measures are
in place prior to work starting each day.
• We will verify that all Traffic Control measures are
in place per the approved Traffic Control Plan(s)
prior to work starting.
• We will confirm any lane closures or detours, and
that arrow and changeable message boards are
properly in place in advance of the work.
ANTICIPATED INVOLVEMENT WITH CITY STAFF
Swinerton’s goal is to keep the City regularly informed
of the project progress and to advise staff promptly
of important events or changes (i.e. avoid surprises).
We envision Engineering staff involvement to be
intermittent during the week, with attendance at the
weekly progress meetings and occasional field visits
if City decision-making is needed for work that differs
from the planned scope. We also will coordinate with
the City’s Traffic Engineering Division and Public
Works Department during the project to ensure that
all aspects of the project are completed to the City’s
expectations. At the same time, with our experience
with the City protocols and procedures, we are able
to work independently and get the job done without
taking up valuable staff time.
CONTRACT ADMINISTRATION / DOCUMENT
CONTROL
PROJECT DOCUMENTATION
Swinerton will provide all the construction contract
administration for every project assignment. Accurate
and complete records of events, discussions and
decisions made throughout the course of the
project are critical in reporting and responding to
informational requests. 451
SECTION 5 | WORK APPROACH
MONTHLY PAYMENT APPLICATIONS
Monthly payment requisitions will be based on work
“put-in-place” and will be verified on a bid item basis.
Our primary review will be to ascertain that the
work has been completed, and that nonconforming
work, if any, has been corrected; that relevant
financial, legal and administrative procedures are
complied with, together with other necessary monthly
documentation.
CHANGE ORDER MANAGEMENT
A good understanding of the construction process is
a prime ingredient for success in claims avoidance,
requiring the participation of all project team
members throughout the life of the project. Claim
mitigation starts in the preconstruction phase of
the project by ensuring that complete and accurate
documents are issued for bidding purposes.
Depending on the nature of the change, an impact
assessment will be performed. Should a change order
or potential claim arise, this review will be the basis
for development of a course of action for resolving the
potential claim.
PROGRESS REPORTING
Swinerton will prepare regular reports, if requested,
detailing project progress, and status on budget,
change orders, RFI, submittals, log of pending issues,
CPM schedule updates, and other project information
including progress photos.
PRECONSTRUCTION | WEEKLY MEETINGS
Swinerton will conduct a Preconstruction (Kick-off)
Meeting with the City, Contractor and key stakeholders
to ensure clear and thorough communication of the
project’s requirements, expectations, and the City’s
objectives. We will discuss the Contract Documents
and confirm compliance with all requirements,
including any state or federal regulations (if
applicable). Conducting the Preconstruction Meeting
will reveal any project issues, constraints, or
challenges related to the field conditions, project
plans and specifications, budget or schedule. We
will also chair weekly progress meetings with the
City’s representative, the design team, the Contractor
and all necessary parties. Project procedures,
progress, inspections, challenges, scheduling, public
notifications and any other issues will be discussed
during these meetings.
MATERIALS TESTING AND SPECIAL INSPECTIONS
Swinerton will provide daily inspection of all
construction work and review of materials delivered
prior to installation or placement for compliance
with the Contract Documents. Daily reports will
be prepared detailing the activities planned and
actual work performed, workers and equipment
on site, hours worked, materials delivered, field
communications, issues that arise, and photos of work
performed.
Swinerton’s subconsultant, Terracon, will provide
special inspections, sampling and materials testing.
The Special Inspector will be called for inspection of
any item of work in accordance with the City’s QAP,
Caltrans requirements, or the Special Provisions,
as required. They will perform inspection, sampling
and materials testing per Caltrans requirements and
standards. Terracon will provide field daily reports
and material test results in a timely manner and
will immediately call out any deficiencies or non-
compliance items.
QUALITY CONTROL | QUALITY ASSURANCE
Construction quality begins before the Design Team
begins any design work. Quality starts with the City’s,
Caltrans’ standards and guidelines and ensuring
that the City’s General Requirements and Special
Provisions prescribe quality as an achievement to be
accomplished during construction. If the construction
plans and specifications do not have quality built
into them, it will be very difficult to achieve quality
throughout the construction process. Swinerton,
Terracon and Traffic Patterns will review the project
and will ensure that the contractor is in compliance
with the Contract Documents. Towards this goal,
we are committed to quality, and have a corporate
champion dedicated to construction quality. The role
of our Quality champion is to ensure that our major
projects and assignments have recommended QA/QC
specifications, that projects have quality assurance
plans, and that staff is properly trained.
SAFETY
Our experience has shown us that a true commitment
to safety is essential to the success of a project.
Swinerton corporate safety officer will review
and audit the contractor’s safety plan and make
appropriate recommendations. Each member of the
contracting team will be required to have a company
safety program that is implemented in the field.
Swinerton was awarded the ‘Star’ status by OSHA
as the First Voluntary Protection Program (VPP)
participant allowing it to self-monitor its projects for
safety.
PROJECT CLOSE-OUT AND COMMISSIONING
During project close-out, we will administer the
preparation of Certificates of Substantial and Final
Completion (if applicable), including any necessary
certifications or occupancy procedures of regulatory
authorities. We will determine the value of any
incorrect work and make recommendations on
correcting the work, if necessary. 452
PROJECT SCHEDULE
6
453
ID Task Name Duration Start Finish
1 Citywide Bicycle & Pedestrian Improvements Project 55 days Mon 8/18/25 Mon 11/3/25
2 Mobilization 5 days Mon 8/18/25 Fri 8/22/25
3 WPCP / Install BMP's 2 days Mon 8/18/25 Tue 8/19/25
4 Clear & Grub 3 days Mon 8/25/25 Wed 8/27/25
5 Demolition / Prep for New Concrete Improvements 7 days Thu 8/28/25 Mon 9/8/25
6 Grade and Form new Concrete Improvements 5 days Tue 9/9/25 Mon 9/15/25
7 Pour Concrete C+G, Sidewalk, Driveway, Valley Gutter 7 days Tue 9/16/25 Wed 9/24/25
8 Pour Curb Ramps 7 days Tue 9/16/25 Wed 9/24/25
9 Construct Storm Drain Inlets / Manholes / Piping 15 days Thu 8/28/25 Thu 9/18/25
10 Construct RRFB Infrastructure / Street Light Mods 15 days Tue 9/9/25 Mon 9/29/25
11 Cold Plane Asphalt Concrete 3 days Thu 9/25/25 Mon 9/29/25
12 Roadway Excavation / Remove Existing Asphalt Concrete 5 days Thu 9/25/25 Wed 10/1/25
13 Prep / Place New HMA 3 days Thu 10/2/25 Mon 10/6/25
14 Adjust Utilities 5 days Tue 10/7/25 Mon 10/13/25
15 Install New Striping / Pavement Markings 5 days Tue 10/14/25 Mon 10/20/25
16 Install Signage 5 days Tue 10/14/25 Mon 10/20/25
17 Start-up / Commission RRFB and Street Light Mods 3 days Tue 9/30/25 Thu 10/2/25
18 Punch List 10 days Tue 10/21/25 Mon 11/3/25
19 Final Inspection / Substantial Completion 0 days Mon 11/3/25 Mon 11/3/25
20 Project Close-out 5 days Tue 11/4/25 Mon 11/10/25
11/3
August September October November
SAMPLE PROJECT SCHEDULE for the CITYWIDE BICYCLE & PEDESTRIAN IMPROVEMENTS PROJECT
Page 1
SAM
P
L
E
454
RATE SCHEDULE
7
455
SWINERTON
SECTION 7 | RATE SCHEDULE
SECTION 7RATE SCHEDULE
SWINERTON’S PRICING PHILOSOPHY
Swinerton’s philosophy on pricing is based on collaborating with our Clients and developed with a thorough understanding of
the services that are required that will meet the Client’s budget. We look at the types of services and tasks, the duration of the
assignment, and customize our fees according to those needs. In collaboration with our Clients, a scope of services is defined,
project schedule and a staffing plan is developed, adjusted for workload, and then fees are developed.
Swinerton’s Standard Hourly Rates are all-inclusive of overhead, laptop computers, cell phones, travel within the greater Northern
California Area, office supplies, etc. Expenses that are not included in our hourly rates would be costs of any specialized software
licenses/computer programs required by our Clients. Additional reimbursable items, if any, would be invoiced at cost to the Client.
With the exception of our administrative support staff, all of our positions are exempt. This means that there are no overtime or
holiday rates. In addition, there are no premium costs for managing work during weekends or holidays, and as a consultant, there
are no overtime premiums.
456
ACCEPTANCE OF
AGREEMENT AND
INSURANCE REQS
8
457
SWINERTON
SECTION 8 | ACCEPTANCE OF AGREEMENT AND INSURANCE REQS
SECTION 8ACCEPTANCE OF AGREEMENT AND INSURANCE REQS
Swinerton Management & Consulting takes no exceptions to the City of Dublin’s Standard Consulting
Agreement and insurance requirements.
458
APPENDIX
RESUMES
PROJECT SHEETS
9
459
Ro
b
e
r
t
A
d
d
i
e
g
o
,
CC
M
.
L
E
E
D
A
P
PR
O
J
E
C
T
E
X
E
C
U
T
I
V
E
Mr. Addiego has over 30 years of experience in project management, construction management, and
project controls covering all project phases. He has extensive experience with municipal and City projects,
such as infrastructure, annual paving and pavement maintenance projects, streetscape improvements,
traffic signal improvements, bicycle/ pedestrian trails, creek rehabilitation, environmental restoration,
civic buildings, community centers, and building renovations and remodels. He also has experience with
underground utility projects such as sanitary sewer and storm drain improvements, dry utilities, ADA
improvements, green infrastructure, and private projects. He has qualified knowledge in commercial,
local, State and Federally funded projects, including CalTrans Local Assistance projects. He also has a
skilled and proficient background in project scheduling, cost tracking and forecasting, trend analysis, and
earned value analysis. His emphasis is Client-centric and his project management skills focus on contract
administration, project documentation, contractor and subcontractor coordination and project performance,
as relates to budget and schedule. Mr. Addiego is a Certified Construction Manager and LEED Accredited
Professional.
PROJECT EXPERIENCE
City of Concord, Residential Pavement Maintenance Phase B, Concord,
CA
The work to be done in general consists of mobilization; traffic control;
water pollution control program; clearing, grubbing and root pruning;
concrete sidewalk, curb & gutter removal, concrete curb ramp
placement, new concrete sidewalk, curb & gutter, cold planning of
asphalt roadway; placement of Hot Mix Asphalt (HMA) materials; crack
sealing; lowering and adjusting utility covers to finish grade; removal
and replacement of traffic striping; and removal and replacement of
roadside signs. $2.8 Million.
City of Concord, Residential Pavement Maintenance Phase A, Project
Nos. 2516, C2517, 2561, 2562, 2563, Concord, CA
Construction Management services for Residential Pavement
Maintenance Phase A scope of work that included mobilization, traffic
control, water pollution control, demolition, crack sealing, cold planning
of asphalt roadway; placement of Hot Mix Asphalt (HMA) materials;
removal and replacement of concrete sidewalk, curb, gutter, curb
ramps, driveways and valley gutters; pruning and removal of tree
roots; lowering and adjustment of utility covers to finish grade; removal
and replacement of traffic striping and pavement markings; relocating
roadside signs; and installing new video detection systems.
$8.5 Million.
City of Concord, Grant Street | East Street Pavement Rehabilitation,
Project No. 2525, Concord, CA
Comprehensive Construction Management and Inspection Services for
the pavement rehabilitation on Grant Street from Broadmoor Avenue
to High School Avenue, and East Street from High School Avenue to
Salvio Street. Scope of work also included the installation/upgrades of
curb ramps at intersections, minor concrete repairs, storm drain and
utility adjustments, bio-retention basin, replacement of traffic signal
loops with vehicle detection cameras, adjustment of pedestrian push
buttons to meet accessibility standards, restriping, bicycle facilities,
and installation of high visibility crosswalks. $5.5 Million.
City/Port of Richmond, Terminal 4 Wharf, Warehouse, and Piling
Removal Project, Richmond, CA
Construction Management services include daily onsite inspection
and observation, photo documentation, preparing daily reports,
coordination with biological monitoring, turbidity monitoring, marine
mammal monitoring, submittal and RFI tracking, schedule monitoring,
change order review and negotiation, bid item quantity tracking and
CONTINUE NEXT PAGE
EDUCATION
B.S., Engineering
Technology Construction Management, CSU,
Sacramento, CA
AFFILIATIONS | CERTIFICATIONS
LEED Accredited Professional OSHA Hazwoper 40-Hour Hazardous Waste Training
OSHA Hazwoper 8-Hour Refresher
CCM, Certified Construction Manager, (CMAA) Construction Management Association of America
American Public Works Association (APWA)
REFERENCES
Mr. William Wahbeh, PE
Associate Civil Engineer | City of Concord
925.671.5098
william.wahbeh@cityofconcord.org
Ms. Farah Khorashadi, P.E.
Paving Program Project Manager | City of Orinda
925.949.9776 | fkhorashadi@cityoforinda.org
Mr. Charles Ching
Assistant City Manager | City of Walnut Creek
925.943.5812 | ching@walnut-creek.org
Mr. Bernard D. Enrile, PE, QSD
Senior Civil Engineer, Current Development |
City of Concord | 925. 671-3031
bernard.enrile@cityofconcord.org
Mr.Tawfic N. Halaby, PE,
Deputy Director of Public Works – Operations &
Maintenance | City of Richmond
O: 510.620. 5482 | M: 510. 672. 4537
tawfic_halaby@ci.richmond.ca.us
Swinerton | Master Resume460
Ro
b
e
r
t
A
d
d
i
e
g
o
,
CC
M
.
L
E
E
D
A
P
PR
O
J
E
C
T
E
X
E
C
U
T
I
V
E
PROJECT EXPERIENCE (CONTINUED)
progress payment review and acceptance. Swinerton is maintaining close coordination with the City, Contractor
and other stakeholders to notify them of the work schedule. This project also requires correspondence and
close coordination with the regulatory agencies and funding agencies as the project must the comply with strict
environmental requirements. Coordination with the City/Port and designer is also critical to ensure Contractor
compliance with the plans, specifications, and environmental permits. $7.3 Million.
City of Albany, Marin Avenue Pavement and Curb Ramp Rehabilitation Phase 1, Albany, CA
The work, in general, consists of traffic control, environmental protections, clearing and grubbing, restoring
City survey monuments, adjustment of valve boxes and utility boxes, new storm drain improvements including
drain inlets and manholes, potholing and protection of underground utilities, concrete curb ramps, concrete
sidewalks, cold milling asphalt pavement, removal of full-depth asphalt pavement, subgrade preparation, HMA
overlay, HMA full-depth placement, curb paint, and traffic striping and markers. $2 Million.
City of Albany, Masonic Intersections (Ohlone Trail Safety Improvements), Albany, CA
The project consists, generally, of intersection safety improvements at two major intersections, including but
not limited to traffic signal, striping, and curb ramp improvements, installation of new signal poles, signals,
controller cabinets and pedestals, pedestrian push buttons, touchless countdown pedestrian heads, vehicle
detection GPS based emergency vehicle preemption system, and vehicle detection cameras. $750,000.
City of Concord, Citywide Traffic Systems Upgrade, PJ2493, Concord, CA
Construction Management and Inspection Services for the City’s Citywide Traffic Systems Upgrades. The
scope of work is for traffic signal hardware upgrades at various locations throughout the City of Concord.
Scope of work includes traffic control, water pollution control program, clearing and grubbing, removing and
salvaging signal equipment, abandoning signal cabinet foundations, installation of conduit, pull boxes, cabinet
foundations, push button post foundations, signal hardware upgrades, installation of City-furnished controllers
and signal cabinets and PG&E coordination. $2 Million.
City of Concord, Pavement Maintenance Program Zone 4, PJ2444, Concord, CA
The scope of work consisted of mobilization, traffic control, water pollution control program, placement
of rubberized hot mix asphalt (RHMA); removal and replacement of hot mix asphalt (HMA), removal and
replacement of concrete sidewalk, curb and gutter, curb ramps, driveways and valley gutters, pruning and
removal of tree roots, root barrier installation, lowering and adjustment of utility covers to finish grade,
removing and replacing speed humps, removal and replacement of traffic striping and pavement markings, and
removal and replacement of roadside signs. Swinerton’s scope of services included oversight of the general
contractor’s work, safety program, construction administration, including processing RFI’s and submittals,
preparing pay applications, negotiating change orders, monitoring daily activities and preparing weekly
statements of work days; field inspections, special inspections including concrete sampling and testing, HMA
base repair inspections, RHMA-G sampling and testing, photographic documentation, and utility coordination
with CCWD and PG&E. Community Outreach and coordination were critical as the work was located within the
Walnut Country subdivision, which required close coordination with the homeowner’s association, Cowell HOA,
and the residents. $2.2 Million.
City of Richmond, Yellow Brick Road Pedestrian & Bicycle Improvements Iron Triangle Neighborhood,
Richmond, CA
Construction Management and Inspection Services. This project is the result of the vision by neighborhood
teenagers that wanted safer paths of travel to and from their homes to their schools and parks. The project
was designed and closely coordinated with POGO Park, a non-profit organization in Richmond that has been
integral in improving the neighborhoods in Richmond. They were able to secure the Federal funding through
an ATP Grant and State funding from an Urban Greening Grant. The project scope of work included installing
raised intersections, raised crosswalks, non-raised crosswalks, traffic circles, bus stop pads, curb bulbouts,
curb and gutter, sidewalks, driveways, curb ramps, medians, asphalt concrete pavement, textured colored
asphalt concrete pavement, slurry seal, base repairs , storm drain manholes and junction structures, catch
basins and inlets, storm drain pipes, valve boxes, valve and utility box and manhole adjustments, signing and
striping, bike lanes, bike boulevards, traffic signals, pedestrian hybrid beacons (PHB), other warning devices,
lighting, and relocating traffic signals and cabinets. Swinerton’s scope of work included resident engineering
tasks, field inspections, document control, Caltrans Local Assistance administration, coordination with local
utility companies, public outreach, coordination with local schools and hospital, monitoring submittals and
CONTINUE NEXT PAGE
Swinerton | Master Resume461
Ro
b
e
r
t
A
d
d
i
e
g
o
,
CC
M
.
L
E
E
D
A
P
PR
O
J
E
C
T
E
X
E
C
U
T
I
V
E
PROJECT EXPERIENCE (CONTINUED)
RFI’s, budget and schedule management, conducting weekly meetings, providing weekly updates to the City
Manager’s office, quality assurance and special inspections and materials testing. $7.5 Million.
City of Concord, Civic Center Roof Replacement, Concord, CA
Construction Management services for the a roof replacement of the existing Library Building located on
the Concord Civic Center campus in Concord, CA. The scope of work will consisted of site mobilization
(including temporary fencing), removal of the existing wood shingle and modified bitumen roofing systems,
removal of flashings, downspouts, trims, inspection of existing substrate once exposed, repair and
replacement of portions of the existing substrate, installation of new underlayment substrate to receive
new composition shingle and single ply roofing systems, installation of new flashings, gutters, downspouts,
and trims, painting and sealing as noted on the drawings, and prep and re-painting of the concrete
entrance canopy structure located at the main entrance of the library. This work included all preparation,
materials and accessories, clean up, conformance to existing conditions necessary for a complete and
functional installed new roof systems. $260,000.
City of Concord, Citywide Traffic Systems Upgrade, PJ2493, Concord, CA
Construction Management and Inspection Services for the City’s Citywide Traffic Systems Upgrades. The
scope of work is for traffic signal hardware upgrades at various locations throughout the City of Concord.
Scope of work includes traffic control, water pollution control program, clearing and grubbing, removing and
salvaging signal equipment, abandoning signal cabinet foundations, installation of conduit, pull boxes, cabinet
foundations, push button post foundations, signal hardware upgrades, installation of City-furnished controllers
and signal cabinets and PG&E coordination. $2 Million.
City of Pleasanton On-Call Construction Management Services, MCI/Verizon Business Fiber Optics
Densification, Pleasanton, CA
Swinerton was awarded an On-Call Contract with the City of Pleasanton in 2016 to provide Construction
Management and Inspection Services on an as needed basis. Provided oversight on the MCI/Verizon Business
Fiber Optics Densification at various sites that included the installation 3” flexible conduit mostly by directional
boring. Open trenching was also performed. The project installed 72 strand optical fiber cable and monitored
traffic control procedures. Coordinated with local utilities, potholed utilities, replaced AC pavement, concrete
curb & gutter, sidewalks, ADA ramps, street signs, landscaping, fencing and irrigation that was demolished for
cable installation. The MCI/Verizon Densification included eight projects | segments. $1 Million.
City of Concord Downtown Sanitary Sewer Upgrade Phase III Project PJ2407, Concord, CA
Comprehensive construction management services. The project was completed under the City’s Sanitary Sewer
repair program and required close coordination with the City’s Sewer Department, Infrastructure and paving
crews. This project was performed just after the COVID-19 shelter-in-place orders were issued, therefore close
coordination with the contractor crews and the public were extremely important. Following County-issued
COVID-19 requirements was critical to keeping the crews and public safe. $2.3 Million.
City of Concord, Diamond Boulevard Pavement Rehabilitation, PJ2422, Concord, CA
The scope of the work consisted of traffic control, pedestrian detours, staging of pavement rehabilitation work
(daytime and night hours), water pollution control, clearing and grubbing, curb, gutter, curb ramp and sidewalk
demolition, new concrete curb ramps, pass-throughs, islands and curb and gutter, concrete valley gutter,
asphalt concrete removal, hot mix asphalt (HMA) placement, base repairs, pedestrian push buttons, new traffic
signal video system, and new pavement striping and markers. $400,000.
City of Concord, BART Area, Sanitary Sewer Upgrade, PJ2406,Concord, CA
The project was completed under the City’s Sanitary Sewer repair program and required close coordination
with the City’s Sewer Department, Infrastructure and paving crews. Scope of work consisted of mobilization,
traffic control, storm water pollution control, potholing of existing utilities, clearing and grubbing, bypass
pumping of sewer flows, open trench replacement of sanitary sewer mains and laterals, pipebursting
replacement of sewer laterals, sewer cleanout installation, manhole construction, manhole rehabilitation, ADA
curb ramp reconstruction, pavement milling, digout repairs, HMA overlay, keycuts, remove and replace PCC
valley gutters, and traffic striping and markings. $3.9 Million.
City of Orinda, 2019 Orinda Measures J & L Pavement Rehabilitation, Orinda, CA
CONTINUE NEXT PAGE Swinerton | Master Resume462
Ro
b
e
r
t
A
d
d
i
e
g
o
,
CC
M
.
L
E
E
D
A
P
PR
O
J
E
C
T
E
X
E
C
U
T
I
V
E
Construction Management and Inspection Services for the City of Orinda’s Measures J & L Pavement
Rehabilitation project. The scope of work includes Slurry Seal and crack sealing of over 60 streets, Full Depth
Reclamation (FDR) of 5 streets, Hot Mix Asphalt (HMA), mill & fill pavement overlays of over 65 streets, base
repairs, construction of concrete v-ditches, minor concrete structures, curb & gutter, HMA lined swales, storm
drain repairs and replacement by open cut and lining, extensive potholing, utility adjustments, and traffic
control. $12 Million.
City of Orinda | Town of Moraga, 2018 Measures J & L Pavement Rehabilitation, Orinda and Moraga, CA
Construction Management and Inspection Services for the City of Orinda and Town of Moraga’s Pavement
Rehabilitation project. The scope of work includes, Full Depth Reclamation (FDR) of over 50 streets, both Rubber
Hot Mix Asphalt (RHMA) and Hot Mix Asphalt (HMA), mill & fill pavement overlays, base repairs, construction
of concrete v-ditches, minor concrete structures, curb & gutter, HMA lined swales, storm drain repairs and
replacement by open cut and CIPP lining, extensive potholing, utility adjustments, and traffic control. $15
Million.
City of Concord, Concord Various Streets Preservation, PJ2292, Concord, CA
Scope of work consists of mobilization, traffic control, cold planing asphalt concrete pavement, full depth
reclamation (FDR), rubberized hot mix asphalt (RHMA) and hot mix asphalt (HMA) paving, digouts, signing,
striping and pavement delineation. This is a CalTrans Local Assistance project. $1.2 Million.
City of Concord, Fiscal Year-End 2014-2015 Pavement Rehabilitation, PJ2331, Concord, CA
Construction management and Inspection Services on a highly visible paving project that consisted of
Rubberized Hot Mix Asphalt (RHMA) and Cold-in-Place Recycling on two separate important roadways in the
City. The work included Community Outreach and close coordination with local residents and businesses.
The scope of work included installation of a new underground RCP storm drain line, new underground fiber
optic conduit, interconnect conduit and traffic loops. The work on Salvio Street also included new ADA curb
ramps, milling of existing pavement, and new RHMA. The work on Oak Grove Road, included coordination with
another City project to install a traffic signal at Sierra Street, new ADA curb ramps, CIR (pavement removal and
recycling onsite) and placement of new Hot Mix Asphalt (HMA) pavement. New signage and pavement striping
were also included on both streets. Construction value: $1.8 Million.
Central Contra Costa Transportation Authority, County Connection Project No. 16-MA-01, Walnut Creek and
Concord, CA
Senior Inspector. The project scope included installing two (2) plug-in quick charging stations for electric
wireless advanced vehicles at County Connection, 2477 Arnold Industrial Way, Concord, California 94520 and
one (1) inductive charging system at the bus pad at BART-Walnut Creek, 200 Ygnacio Valley Road, Walnut Creek,
California 94596. Work included mobilization, traffic control, storm water pollution control, potholing of existing
utilities, installing the associated electric panels, chillers and control unit, service pedestal (480/277V, 200A)
and related components and wiring. Also coordinated building and electrical permit application, coordinated
PG&E panel review, submittal approvals, inspections, shutdowns for panel tie-ins and meter setting, and site
restoration at both the BART Station and County Connection Bus Yard. $200,000.
Contra Costa County, Contra Costa County Finance Building Renovations, Martinez, CA
Senior Project Manager. Oversaw the renovations and remodel of the Finance Building. The project scope
included new roofing, remove, repair and replacement of the sheet metal cornice and parapet, cleaning and
repointing the exterior granite masonry, new doors and hardware, storefronts, accessible toilet rooms, stair
guardrails and handrails, fire sprinkler system, new electrical main switchgear (which required a full building
shutdown and coordinate with PG&E), new counter areas for the auditor and controller offices, and hazardous
materials abatement. Much of the work was required to be performed after hours as the building was occupied
by County staff. $4.9 Million.
Contra Costa County, Pittsburg Health Center, Family Practice Clinic Expansion, Pittsburg, CA
Sr. Project Manager overseeing the remodel and expansion of the Family Clinic, which includes 16 new exam
rooms, two new nurse’s stations, conference room, treatment room, waiting area, and a new staff break room.
The project includes remodeling of approximately 5,900 square feet of interior clinic space on the second
floor. The work includes demolition of existing finishes, interior walls, ceilings, electrical, plumbing, and
mechanical work, constructing new walls, hard-lid ceilings, suspended ceilings, flooring, painting, lighting,
PROJECT EXPERIENCE (CONTINUED)
CONTINUE NEXT PAGE
Swinerton | Master Resume463
Ro
b
e
r
t
A
d
d
i
e
g
o
,
CC
M
.
L
E
E
D
A
P
PR
O
J
E
C
T
E
X
E
C
U
T
I
V
E
PROJECT EXPERIENCE (CONTINUED)
plumbing, mechanical and electrical work. Construction Management services included schedule review, RFI
and Submittal coordination with the Architect-of-Record, field observation, coordination with clinic staff, pay
application review and approval, change order review, coordination with County Project Manager. $1.5 Million.
City of Concord, Concord Boulevard Paving and Striping, PJ2296, Concord, CA
Construction Management and Inspection Services for a highly visible and critical paving project that consisted
of overhead and underground utility coordination and relocations, curbs and gutters, excavation of existing
roadway shoulder, underground utility verification, soil testing and analysis, off-haul of Class 2 soils, placement
of geo-grid, Class II aggregate base rock, new hot mix asphalt pavement, and new signage and pavement
striping. The project was located on an important, residential section of Concord Boulevard so coordination
with the residents was critical and maintaining access to their homes during the excavation and paving were
required. Although the project was small, it was very crucial to complete, as it was the last phase of a multi-
year, multi-phased street widening of Concord Boulevard. $230,000.
Green Haven Tenant Improvements – Hayward and Pacifica, CA
Preconstruction and Construction Management Services for two tenant improvement projects, one located in
Hayward, CA and the other in Pacifica, CA. The Hayward location will include office space, product storage,
and infrastructure for electrical vehicles for a delivery services operation. The Pacifica site will be a complete
renovation of an existing office building to a combination office and retail space. Services included coordination
with the Architect to complete the plans and specifications, obtain the building permits, and submit the PG&E
electrical application; assistance with the general contractor procurement and contract, security contractor
procurement, and coordination of various trade scopes of work. Services also include project budget and
schedule management. $2.5 Million.
City of Concord, Operational Improvements along Parallel Arterials, PJ2356, Concord, CA
Construction Manager. Responsibilities included submittal and RFI tracking, schedule monitoring, change order
review and negotiation, bid item quantity tracking and progress payment review and acceptance. Projects were
located through the City of Concord and mostly on main arterials so close coordination with local utilities was
crucial. Scope of work also included mobilization, traffic control, storm water pollution control program,
potholing of existing utilities, installation of fiber optic conduit, communications cable, pull boxes, fiber
optic splicing, and operational improvements at the Traffic Operations Center including network equipment.
Due to the discovery of unforeseen conditions, responsibilities also include scope definition, design of
corrective work and review of contractor proposals. $2.8 Million.
City of Concord, Downtown Bicycle Lane Improvements, PJ2277, Concord, CA The scope of work included
mobilization, traffic control, storm water pollution control program, potholing of existing utilities, open trench
construction of storm drain and traffic signal conduits and boxes, street pavement (HMA and slurry seal),
concrete curb and gutter construction, concrete sidewalk construction, concrete ADA ramp construction,
and bio-retention area construction, traffic signal modifications, traffic signage, and striping and pavement
markings. $1.25 Million.
City of Concord Fiscal Year 2014/2015 Annual Paving Maintenance Program, PJ2329, Concord, CA
Construction management and inspection services for the Annual Paving Maintenance Program. Scope of work
consists of HMA digouts, slurry seal, concrete curb, gutter and sidewalk replacements, shoulder backing, and
striping on multiple streets. Coordination included utility company projects in the work area, coordination of
public notification and handling special access needs of certain residents. Scope of work also included slurry
sealing the parking lot at the municipal golf course which required coordination with golf course operations.
$1.7 Million.
City of Concord, 2013/2014 Annual Slurry Maintenance Program, PJ2267, Concord, CA
Construction management services for the Annual Slurry Maintenance Program. Scope of work consisted of
HMA digouts, slurry seal, concrete curb, gutter and sidewalk replacements. The project also included shoulder
backing, striping on multiple streets, coordination with utility company projects in the work area, coordination
of public notification and handling special access needs of certain residents. Scope of work also included
reviewing a parking lot at a municipal golf course which considered slurry and overlays. $1.5 Million.
CONTINUE NEXT PAGE
Swinerton | Master Resume464
Ro
b
e
r
t
A
d
d
i
e
g
o
,
CC
M
.
L
E
E
D
A
P
PR
O
J
E
C
T
E
X
E
C
U
T
I
V
E
PROJECT EXPERIENCE (CONTINUED)
City of Richmond, Dornan Tunnel Repair and Rehabilitation, Richmond, CA
Comprehensive construction management and inspection services for the repair and rehabilitation of the
Tunnel’s interior concrete liner, including adding a drainage system and revising the existing tunnel lighting.
Scope of work included traffic control, community outreach and water pollution prevention. $775,000.
City of Concord, Monte Garden Sewer Rehabilitation, PJ2243, Concord, CA
Construction management services for the construction of a 8” PVC sewer mainline in a residential
neighborhood. A total of 2,700 LF with 70 laterals of sewer main was installed. Extensive public outreach was
necessary to coordinate service and street closures. Scope of work also included asphalt concrete pavement
resurfacing. Scope of services included oversight of the general contractor’s work, construction administration
including documentation of the CalTrans Local Procedures Manual and CalTrans Construction Manual, change
order reviews, submittals, field inspections, photographic documentation and utility coordination. $1 Million.
City of Concord, Program and Construction Management Services, Concord, CA
Providing ongoing comprehensive program and construction management services to the City of Concord
for various Capital Improvement Projects. Scope of services are comprehensive and included pre-planning,
programming, project implementation, development of budgets and schedule, community outreach, design
management, coordination with City and regulatory agencies, prequalification, CalTrans, Local Assistance
Support, permitting, bid management, preparation of RFQ’s and RFP’s to initiate environmental studies
and design, construction management and project close-out. The program involves roadways, building
improvements, parks, trails and pathway improvements, sewer rehabilitation, annual paving and street
resurfacing programs, ADA improvements, utilities and restroom modifications. $25 Million.
• Monte Gardens Sewer Rehabilitation
• Cowell Road Sewer Repairs near BART
• Monument Trail, Phase I and Phase II
• Purchasing Building Renovation
• Farm Bureau Road Safe Routes to School
• Centre Concord Building Improvements
• Sewer Rehabilitation Projects - Various Locations
• 2013 - 2014 Annual Street Pavement and Resurfacing Program
• Monument Boulevard - ADA Improvements
• Pine Hollow Retaining Wall
• 2014 - 2015 Annual Paving Maintenance Program
City of San Pablo Wildcat Creek Restoration and Trail Connector, San Pablo, CA
Comprehensive construction management services of a new trail head / pocket park located at 23rd
Street, a pre-fabricated pedestrian / bike bridge to span a portion of the creek, new Class 1 pedestrian /
bike trail, removal of concrete debris, removal of organic debris and vegetation, restoration of the creek
bottom and installation of a steel soldier pile and precast concrete panel wall system at the north bank of
the creek. The pedestrian / bike trail connected to the previously constructed trail at John Herbert Davis
Park. $1.9 Million.
City of San Pablo, Plaza San Pablo Roadway Improvements Phases 1 and 2, San Pablo, CA
Assisted with the development of the project specifications, Divisions 0 and 1 and compiling the Technical
Specifications from the design team. Assisted the City with the bid process and issuing addenda. Provided
preconstruction support including the kick-off meeting, coordination with local utilities such as PG&E, AT&T,
and West County Wastewater District. Provided comprehensive construction management and inspection
services on new roadway improvements that included new traffic signals, storm drain and sanitary sewer
lines, ADA ramps, sidewalk, curb and gutter, bio-retention swales, plaza fountain, landscaping and streetscape
improvements. Coordinated the project with Contra Costa County as the roadway was the only entrance to the
existing West County Health Center. Coordinated the City’s project with Palm Plaza Development’s construction
of a new Walgreens within the City’s project site, and ensured proper coordination and inspection from the
County for the traffic signal work, start-up, and commissioning. Worked with the landscape City, architect and
CONTINUE NEXT PAGE
Swinerton | Master Resume465
Ro
b
e
r
t
A
d
d
i
e
g
o
,
CC
M
.
L
E
E
D
A
P
PR
O
J
E
C
T
E
X
E
C
U
T
I
V
E
fountain design/build contractor to design the new granite stone fountain, concrete pad, pump system, and
lighting. Ensured City inspection throughout the project as required. $2.5 Million.
City of Concord, Monument Trails Phases 1 and 2, PJ2169, Concord, CA
Construction Manager for the construction of a Class 1, Federally Funded 6,500-foot Bicycle trail that parallels
State Route 242. Scope of work included concrete pavement and asphalt concrete pavement over lime-
treated sub-base including bicycle trail markings and signage, concrete curb and gutters, drainage facilities,
landscape and irrigation, electrical power pedestal, electrical lighting, an emergency call box and traffic control.
Coordination with PG&E and Kinder Morgan was critical as a portion of the trail was constructed adjacent to
a PG&E gas line; over half of the trail was constructed parallel to a Kinder Morgan petroleum line. Another
portion of trail also included arsenic contaminated soil which was fine graded and capped in place. Scope of
services included oversight of general contractor’s work, contract administration including documentation of
the CalTrans Local Procedures Manual and CalTrans Construction Manual, change order reviews, submittals,
field inspections, photographic documentation, utility coordination and coordination of SWPPP oversight.
$1.285 Million.
City of Concord, Willow Pass Road Trunk Sewer Upgrade PJ2245, Concord, CA
Construction Management and Inspection Services for the City of Concord’s Willow Pass Road Trunk Sewer Line
Upgrade Project. The project was completed under the City’s Sanitary Sewer repair program and required close
coordination with the City’s Sewer Department, Infrastructure and paving crews. The scope of work consisted
of mobilization, traffic control, storm water pollution control, bypass pumping of sewer flows, pipebursting
replacement of sewer mains and laterals, cleanout installation, manhole replacement, manhole modification,
and potholing of existing utilities. Community Outreach and coordination were keys as the repairs were on a
busy segment of Willow Pass Road near the Brenden Theatres, Renaissance Apartment building and other
businesses. $324,500.
City of Richmond’s Via Verdi Repair and San Pablo Creek Culvert Restoration, Richmond, CA
Project Manager. A culverted section of San Pablo Creek, underneath Via Verdi (Street) collapsed without
warning in Spring of 2010. The resulting sinkhole was estimated to be about 120 feet long, 40 feet wide, and 30
feet deep. The repair work included removing the temporary channel; constructing a new permanent headwall;
constructing a permanent culvert, tying the headwall to the permanent culvert and the permanent culvert to the
transition endwall, installing Engineered Fill, constructing Via Verdi roadway and restoring the private parcel to
its original condition. Additionally the water from San Pablo Creek was diverted through a temporary pumping
station and overland piping for the duration of the work in the creek area. The construction project necessitated
additional coordination with, and cooperation from numerous outside entities, including utility companies,
CalTrans, AC Transit, Corps of Engineers, RWQCB, California Department of Fish and Game, and Contra Costa
County Flood Control District. The project also required relocation of sanitary sewer lines, PG&E electrical lines
and other utilities in addition to the construction of numerous temporary retaining structures to facilitate the
construction of the permanent channel structure. $6.5 Million.
City of San Pablo, San Pablo Community Center, San Pablo, CA
Project Manager for the construction of a 10,500 square-feet, wood frame, single story, community center
adjacent to Helms Middle School. The Community Center included a reception/lobby area, a large community
room with a catering kitchen, restrooms, offices, computer room, fitness room, youth room and two multi-
purpose rooms. The building exterior is composed of cement plaster finish, aluminum windows and storefront,
and multiple roofing systems. Construction included complete installation of mechanical, plumbing, electrical,
telecommunications and security systems. Sitework included wood trellis, new paving, fenced outdoor tot-lot,
five bioswales/infiltration planters, landscape and planting, irrigation, and site lighting. The project is certified
LEED Silver. $5 Million.
Solano County Twin Campus Program, Fairfield and Vacaville, CA
Project Manager. Five building program including a new LEED Registered, three-story, 57,800 square-
feet Health and Social Services office building to be delivered Design-Build; the first phase of a new LEED
Registered, two-story, 30,900 square-feet Clinic/Lab Facility; and 87,000 square-feet of renovations to three
PROJECT EXPERIENCE (CONTINUED)
CONTINUE NEXT PAGE Swinerton | Master Resume466
Ro
b
e
r
t
A
d
d
i
e
g
o
,
CC
M
.
L
E
E
D
A
P
PR
O
J
E
C
T
E
X
E
C
U
T
I
V
E
PROJECT EXPERIENCE (CONTINUED)
existing buildings. $59 Million.
City of Brentwood Civic Center Plaza and Parking Garage, Brentwood, CA
Project Manager for this LEED Silver Civic Center that consisted of a new 65,000 square-feet, three-story City
Hall, a 34,000 square-feet, two-story Community Center, a four-level parking structure with approximately
280 stalls, a Plaza and renovated surrounding park area. The Plaza and park areas included a custom water
fountain, new landscaping and a water-play feature. Green features included two vegetated roofs on the
City Hall and one on the Community Center and several infiltration planters throughout the plaza areas. In
addition to the building construction, major sitework included joint trench utilities, storm drain lines, sanitary
sewer and water lines, new roadways, parking lot, rehabilitation of existing streets and the demolition of the
existing library, community center and City Hall. Swinerton’s scope of services included Master Planning,
Preconstruction Services, Construction Management and Post Construction services. Master Planning and
Preconstruction services included site selection for the Civic Center and Library, impact analysis, location best
use and value, “what if scenarios”, City Staff move management, alternative budget and schedule solutions
including “phasing”, and participating in numerous public meetings and City Council Meetings to present
findings and alternatives, bid document preparation, prequalifying contractors, bid evaluation and analysis,
and award recommendation. Construction Management included weekly progress meetings, document
control, photo documentation, utility and local agency coordination, regulatory coordination and approvals, site
inspection, special inspections and materials testing, RFI and Submittal review and tracking, project budget
and schedule management, claims avoidance, contract change order review and approval, and contractor
compliance with all plans, specifications, standards and contract documents. Post construction services
included punch list and final inspections, operations and maintenance manuals, as-built documents and
drawings, commissioning, training, fiscal close-out and final City acceptance. $40 Million.
City of Brentwood Library Annex, Brentwood, CA
Project Manager for the 6,000 square-feet Library Annex. The City of Brentwood Library sat on the City Park
property and had to be relocated in order to accommodate the construction of the City’s new Civic Center.
Provided comprehensive project oversight and move management services including relocation of City staff
while a temporary library (the Library Annex) was constructed on the Eastern side the existing City Hall Annex.
$1.4 Million.
City of Brentwood, New Brentwood Library, Brentwood, CA
Project Executive for the City’s new Library, located in Downtown Brentwood. The project consisted of tearing
down the City-owned 114, 118 and 120 Oak Street buildings, including the annex, and building a new 2-story
library. The total square footage is approximately 20,275, and the Library included a connected Community
Room located off the courtyard that opens up into the courtyard and is available for use after hours. The
majority of the book collection and public computers are housed on the first floor. The adult book stacks, staff
offices and breakroom, Friends of the Library book sale and reading spaces will be located on the mezzanine
(2nd level). The construction duration was 18 months. Swinerton’s scope of work included management of
preconstruction activities, assisting the City in obtaining all building permits, performing constructability
reviews and value engineering, inspection and materials testing, quality assurance, management of the project
schedule, budget and change orders, document control and photo documentation, and MEP commissioning.
$12 million.
City of Brentwood, New Brentwood Library Café, Brentwood, CA
Project Manager for the final build-out of the Café room within the City New Library. The project included
demolition of existing mechanical, electrical and plumbing, drywall and underground utilities to construct a
new Café for an incoming coffee service provider. The work included new mechanical, electrical and plumbing,
new interior finishes, installation of kitchen equipment, new water heater, electrical transformer and panel, and
plumbing fixtures for a fully functioning Café. The construction management scope included RFI and Submittal
tracking, conducting progress meetings, inspection and materials testing, quality assurance, management
of the project schedule, budget and change orders, document control and photo documentation, and MEP
commissioning. $150,000.
CONTINUE NEXT PAGE Swinerton | Master Resume467
Ro
b
e
r
t
A
d
d
i
e
g
o
,
CC
M
.
L
E
E
D
A
P
PR
O
J
E
C
T
E
X
E
C
U
T
I
V
E
City of Concord, Farm Bureau Road Safe Routes to School, PJ2251, Concord, CA
Scope of work included new sidewalks, curb and gutter, Class II Bike Lanes, ADA-compliant curb ramps, street
lighting, Storm water quality improvements (“C3” bio swales), stormdrain installation, and roadway widening.
The project required extensive utility coordination as the existing joint poles needed to be relocated out of the
way of the new sidewalks, and underground utilities needed to be lowered and relocated out of the way of the
new bio swales. $1.3 Million.
City of Concord, Centre Concord Modernization, PJ2182, Concord, CA
Modernization of the front lobby, ballroom and restroom ADA improvements. Scope of services included design
management, construction management, grant administration, stakeholder coordination and Davis Bacon
compliance (due to HUD federal funding). The project included replacing the moveable walls (partitions) and
track system in the main ballrooms, replaced the storefront entrance, constructed required accessibility/
ADA improvements (parking, exit hardware, bathrooms, etc.), and replaced the wall coverings (carpet) in
the ballroom with new “tackable” wall coverings and modification to the fire sprinkler heads and other fire
code related upgrades. Work was performed within the contractually allotted schedule (September 7, 2015 to
December 21, 2015) so that the facility could be reopened for services for the busy holiday season. Coordinated
with contractor to carefully plan the work, pre-order long lead items (such as the moveable partitions/walls)
and manage the subcontractors. $0.9 Million.
Contra Costa County, District Attorney Headquarters, Martinez, CA
Project Manager. A new four-story, 53,000 square-feet, light framed structural steel building with a pile
foundation. Specific duties included daily photography documenting construction progress, attending weekly
progress meetings, preparing and distributing meeting minutes, preparing Proposal Requests (PR) for changes,
new work or work out of contract, preparing change orders based on approved PR’s, updating all project logs -
Change Management Logs, Submittals Logs, Transmittal Logs, gathering and recording all submittals, including
O&M manuals and warranties, recording, reviewing and responding to RFI’s, distributing RFI’s to Building
Inspection Department as well as reviewing and analyzing Contractor’s Pay Applications for accuracy and
comparison to actual work completed in the field. $21 Million.
City of Richmond, Hall of Justice - Police Department, Richmond, CA
Project Manager. The conversion of existing commercial space into a temporary home for the City of Richmond
Police Department. Responsibilities included design assistance for the new jail, CSI lab, and evidence room
including a document storage system. Also identified vendors and managed the bid process and the move from
the existing Police Department location to the new location. $8 Million.
City of Richmond, Sewer Collections Projects, Richmond, CA
Project Manager/Field Inspector on behalf of the City. Provided daily inspection services on two separate
sewer replacement projects: Macdonald Avenue 39th-45th Streets and Macdonald Avenue 33rd-39th Streets.
The projects included the removal and installation of over 5,800 linear feet of mainline sewer pipe along with
over 60 connections to existing lateral services to the neighboring businesses and residents. The project
also included street pavement restoration upon completion of the sewer line installation. Performed weekly
progress meetings, schedule review services, submittal reviews, progress payment reviews and approvals,
oversight of compaction and other specialty testing. Both projects were completed within budget and on
schedule. $3 Million.
City San Pablo, Rumrill Soccer Park, San Pablo, CA
Project Manager for a new soccer complex in the City of San Pablo. The project was a former railroad
maintenance yard and was contaminated with impacted soils. This project was approved by the DTSC and
the contractor was required to follow a Removal Action Workplan for the remediation and removal of the
contaminated soils. The work consisted of the remediation and removal of contaminated soils, site restoration,
and preparation for three synthetic turf soccer fields. The soil removal was quickly found to be much more
extensive than planned and would have been cost prohibitive to the City. Therefore the site was capped with
clean material in accordance with Department of Toxic Substance Control (DTSC) requirements and oversight.
The Sports Park included a pre-fabricated restroom building, complete with storage and office space, a pre-
fabricated concession building, playground area, picnic and barbeque area, a practice area and three youth-
sized synthetic turf soccer fields with a MUSCO lighting system. There is also a paved parking lot for up to 62
PROJECT EXPERIENCE (CONTINUED)
CONTINUE NEXT PAGE Swinerton | Master Resume468
Ro
b
e
r
t
A
d
d
i
e
g
o
,
CC
M
.
L
E
E
D
A
P
PR
O
J
E
C
T
E
X
E
C
U
T
I
V
E
vehicles. Site work included new storm drain and sanitary sewer lines, new paving, fenced perimeter to the full
site, bioswales, landscape, irrigation, and site lighting. $5 million.
City of Concord, Clayton Road/Schenone Court Lane Improvements, PJ2284, Concord, CA
Modernization of existing medians, signage, asphalt concrete pavement, decorative stamp concrete in the
centers of the medians and relocation of existing street lights. $165,000.
City of Concord, Cowell Road BART Area Sewer Spot Repair, PJ2227, Concord, CA
Work included locating 15 repairs needed via CCTV, spot trenching, traffic control, removing damaged vitrified
clay pipe (VCP) pipe, replacement with HDPE pipe, backfilling and compaction of trenches, and patch paving.
The project also included a new 48-inch diameter sewer manhole and pipe bursting 300 linear feet of main
line. In addition, seven manhole base modifications were performed by re-channeling the manhole bases and
correcting or improving the flow. Scope of services included management of the general contractor’s work,
construction administration, field inspections, special inspections including compaction testing and paving
inspections, photographic documentation, and utility coordination. Construction Value $175,000.
City of Concord, Measure Q Pavement Repair Project 5 & 6, Pavement Maintenance Zones 4 & 5, PJ2332 and
PJ2333 Concord, CA
Construction Inspector. Construction management and inspection services. Pavement repair – Digouts and thin
maintenance overlay, PCC curb ramps, sidewalks and driveways, point repairs and open cut construction of
sanitary sewers. $2.5 Million.
Lawrence Livermore National Laboratory (LLNL), Livermore, CA
Senior Scheduler/Schedule Analysis. Performed review and analysis of multiple contractors project schedules
on various projects in comparison to the work actually completed according to their daily logs. The project
(progress) schedules often showed discrepancies in comparison to the daily logs, so new as-built schedules
were developed for LLNL in preparation of any claims or disputes by the contractor. The as-built schedule
showed the actual progress and work performed and proved that the delays were not caused by LLNL. The
analysis and as-built schedules mitigated construction claims.
San Francisco Unified School District (SFUSD), San Francisco, CA
Performed schedule reviews/analysis for several school projects. Reviewed contractors’ baseline and progress
schedules for compliance with SFUSD contract specifications. Using P3, reviewed the contractors’ schedules,
analyzing them for Work Breakdown Structure and inclusion of necessary preconstruction and construction
activities, activity logic and relationships, and critical path analysis and inclusion of contract milestone dates.
Provided report to SFUSD outlining errors and omissions, and the needed corrective action.
U.S. Army Corps of Engineers, P2 Training, Primavera Systems, Inc., San Francisco, Sacramento and Los
Angeles, CA
Project Manager responsible for implementation and training of Government personnel in the new U.S. Army
Corps of Engineers Program and Project Management System, P2. This training is in support of the USACE
Project Management Business Process. The training includes technical training in many of the software
modules as well as basic project management processes. Specific software modules include: Oracle Projects,
Primavera Project Manager (P3e) and Primavera Primavision. Responsible for providing PDT Heavy and PDT
Lite training for the San Francisco, Sacramento, Los Angeles, and Albuquerque Districts. Implementation
consists of preparing deployment documents, standard procedures and implementation processes. In addition,
was responsible for troubleshooting, over-the-shoulder support to the Project Managers and reporting progress
to upper management.
U.S. Army Corps of Engineers PM Support Services, Various Districts, San Francisco, Sacramento and Los
Angeles, CA
Project Controls Manager. Contract to provide project management support services to the San Francisco,
Sacramento, and Los Angeles Districts. Duties included oversight of on-site personnel ensuring contract
compliance and successful completion of the scope of work. Work included project management support,
scheduling, budgeting and cost tracking for over 250 district projects, including flood control, navigation, and
environmental restoration; implementation and training the Corps’ integrated project management system; and
PROJECT EXPERIENCE (CONTINUED)
CONTINUE NEXT PAGE Swinerton | Master Resume469
Ro
b
e
r
t
A
d
d
i
e
g
o
,
CC
M
.
L
E
E
D
A
P
PR
O
J
E
C
T
E
X
E
C
U
T
I
V
E
development of systemic procedures, reports, and tools for upper-level managers to manage project managers,
projects, resources, and costs. Deliverables included, but were not limited to, project schedules, budget and
resource reports, workload reports, and project milestone reports. High profile district projects included:
Oakland Harbor Deepening, Hamilton Wetlands Restoration, American River/Folsom Dam, Guadalupe Flood
Control, and Santa Ana Mainstream.
Harbor-South Bay Water Recycling Project, West Basin Municipal Water District, Carson, CA
Project Director/Inspector. Construction of two recycled water pipelines: the Victoria Lateral and the California
State University, Dominguez Hills Mainline Extension. Both projects were constructed in coordination with the
U.S. Army Corps of Engineers, Los Angeles District (COE) and West Basin Municipal Water District (WBMWD).
The Victoria Lateral consisted of approximately 7,200 feet off 30, 24 and 12-inch diameter pipeline within the
City of Carson. The CSUDH Mainline Extension consisted of approximately 7,600 feet of 24 and 12-inch diameter
transmission pipeline. Supervised the construction management and inspection services necessary to WBMWD
during construction of the pipelines. This included resident engineering, site supervision, inspection, testing
and specialty inspection, construction survey and staking and inspection/review and implementation of a
Construction Awareness Program (community outreach).
Oakland and Richmond Maintenance Dredging, Bay Area, CA
Project Manager. Supervised the construction representatives provided to the U.S. Army Corps of Engineers for
the combined Richmond Harbor and Oakland Inner & Outer Harbor maintenance dredging project. The dredging
contractor completed the two and a half month project using a bucket dredge. The work restored Richmond
Harbor to a depth of 38 feet and Oakland Harbors to a depth of 42 feet. The 650,000 cubic yards of dredge
material that DB-53 removed during the project was placed in hopper barges and taken to the San Francisco
Deep Ocean Disposal Site located about 65 nautical miles (74 statute miles) west of the Golden Gate Bridge. The
construction representatives provided 24/7 on-site monitoring of dredging activities documenting the dredging
company’s compliance with the physical, environmental and safety aspects of the construction documents. A
particularly critical duty for the construction representatives was to certify that the full hopper dredges were
safe to proceed from the dredge to the offshore disposal site. The certification involved checking the current
and offshore weather/sea conditions, confirming proper loading of the barge and documenting the correct
operation of remote sensing equipment which monitored the barge and its contents.
Bay Area Rapid Transit District (BART), West Oakland BART Station, West Oakland, CA
Project Manager/Project Scheduler for the seismic retrofit of an aerial BART station located at the East End
of the TransBay tube. The station, originally designed to 1963 codes was upgraded to BART Earthquake Safety
Project standards which were specifically developed for the program. Provided scheduling and estimating
review and support during the design phase. $10.5 Million.
Bay Area Rapid Transit District (BART), Lake Merritt Administration (LMA) BART Administration Dismantling,
Oakland, CA
Project Manager/Project Scheduler for the LMA Administration Building Dismantling project. As BART relocated
to their new building in Oakland, and the LMA Administration Building was determined to be at-risk in the event
of a large magnitude earthquake, the dismantling of the building was required. The LMA dismantling included
asbestos abatement, reconfiguration of stairs, elevators and certain facilities housed in the building. Following
the dismantling and removal of the LMA building, the plaza was restored to a safe and stable condition.
Provided scheduling and estimating review and support during the design phase. $3 Million.
PROJECT EXPERIENCE (CONTINUED)
Swinerton | Master Resume470
Os
c
a
r
Z
h
a
o
,
PE
,
P
M
P
,
C
C
M
PR
O
J
E
C
T
M
A
N
A
G
E
R
Mr. Zhao is a conscientious and motivated project management professional experienced in a
variety of aviation, transportation, and tenant improvement projects. Specialties include support
of design, program, project, and construction management, throughout the project life-cycle from
inception through closeout.
EDUCATION
M.S., Civil & Environmental Engineering,
San Jose State University, San Jose, CA
B.S., Civil & Environmental Engineering,
San Jose State University, San Jose, CA
AFFILIATIONS / CERTIFICATIONS
Registered Professional Engineer
California License # 90353
Project Management Professional,
#2874294
REFERENCES
Mr. Aldrich Bautista, PE
Associate Civil Engineer | City of Concord
| Concord, CA | 925. 671-3028 | aldrich.
bautista@cityofconcord.org
Mr. Tawfic N. Halaby, PE,
Deputy Director of Public Works –
Operations & Maintenance | City of
Richmond | O: 510.620. 5482 |
M: 510. 672. 4537
Tawfic Halaby tawfic_halaby@
ci.richmond.ca.us
Mr. Zecharias Amare
BART Group Manager | BART | Oakland, CA
|510.301.3594 | zamare@bart.gov
Ms. Tania Gharechedaghy
Project Manager | SFO - San Francisco
International Airport | NOW WITH RIVIAN |
650.302.9925
tania.gharechedaghy@gmail.com
PROJECT EXPERIENCE
City of Concord, Residential Pavement Maintenance Phase A, Project Nos.
2516, C2517, 2561, 2562, 2563, Concord, CA
Construction Management services for Residential Pavement Maintenance
Phase A scope of work that included mobilization, traffic control, water
pollution control, demolition, crack sealing, cold planning of asphalt
roadway; placement of Hot Mix Asphalt (HMA) materials; removal and
replacement of concrete sidewalk, curb, gutter, curb ramps, driveways and
valley gutters; pruning and removal of tree roots; lowering and adjustment
of utility covers to finish grade; removal and replacement of traffic striping
and pavement markings; relocating roadside signs; and installing new
video detection systems. $8.5 Million.
City of Concord, Grant Street | East Street Pavement Rehabilitation,
Project No. 2525, Concord, CA
Comprehensive Construction Management and Inspection Services for
the pavement rehabilitation on Grant Street from Broadmoor Avenue to
High School Avenue, and East Street from High School Avenue to Salvio
Street. Scope of work also included the installation/upgrades of curb
ramps at intersections, minor concrete repairs, storm drain and utility
adjustments, bio-retention basin, replacement of traffic signal loops with
vehicle detection cameras, adjustment of pedestrian push buttons to meet
accessibility standards, restriping, bicycle facilities, and installation of high
visibility crosswalks. $5.5 Million.
City of Concord, Citywide Traffic Systems Upgrade, PJ2493, Concord, CA
Construction Management and Inspection Services for the City’s Citywide
Traffic Systems Upgrades. The scope of work is for traffic signal hardware
upgrades at various locations throughout the City of Concord. Scope of
work includes traffic control, water pollution control program, clearing and
grubbing, removing and salvaging signal equipment, abandoning signal
cabinet foundations, installation of conduit, pull boxes, cabinet foundations,
push button post foundations, signal hardware upgrades, installation of
City-furnished controllers and signal cabinets and PG&E coordination.
$2 Million.
City of Richmond, Yellow Brick Road Pedestrian & Bicycle Improvements
Iron Triangle Neighborhood, Richmond, CA
Construction Management and Inspection Services. This project is
the result of the vision by neighborhood teenagers that wanted safer
paths of travel to and from their homes to their schools and parks. The
project was designed and closely coordinated with POGO Park, a non-
profit organization in Richmond that has been integral in improving the
neighborhoods in Richmond. They were able to secure the Federal funding
CONTINUE NEXT PAGE
Swinerton | Master
471
Os
c
a
r
Z
h
a
o
,
PE
,
P
M
P
,
C
C
M
PR
O
J
E
C
T
M
A
N
A
G
E
R
through an ATP Grant and State funding from an Urban Greening Grant. The project scope of work included
installing raised intersections, raised crosswalks, non-raised crosswalks, traffic circles, bus stop pads, curb
bulbouts, curb and gutter, sidewalks, driveways, curb ramps, medians, asphalt concrete pavement, textured
colored asphalt concrete pavement, slurry seal, base repairs , storm drain manholes and junction structures,
catch basins and inlets, storm drain pipes, valve boxes, valve and utility box and manhole adjustments, signing
and striping, bike lanes, bike boulevards, traffic signals, pedestrian hybrid beacons (PHB), other warning devices,
lighting, and relocating traffic signals and cabinets. Swinerton’s scope of work included resident engineering
tasks, field inspections, document control, Caltrans Local Assistance administration, coordination with local utility
companies, public outreach, coordination with local schools and hospital, monitoring submittals and RFI’s, budget
and schedule management, conducting weekly meetings, providing weekly updates to the City Manager’s office,
quality assurance and special inspections and materials testing. $7.5 Million.
Bay Area Rapid Transit, Oakland 19th Street Station Modernization Project, Oakland, CA
Field Engineer. Part of the Owner’s Representative Team for a Design-Bid-Build project retrofitting the operating
40 year-old station, with different complex, code compliant conditions. Scope includes, but not limited to
upgrading existing restrooms, relocating low voltage utilities for new elevator space, installing a new elevator,
installing a new Station Agent Booth, fare gates and associated systems. $34 Million.
Bay Area Rapid Transit, Earthquake Safety Program Fruitvale Station and Coliseum Station, Oakland, CA
Assistant Resident Engineer. Design-Bid-Build delivery method to perform structure retrofit work to twenty-two
bents that support BART aerial tracks, including enlarging existing bent caps, thickening existing footings, and
installing Fiber Reinforced Polymer (FRP) to forty-four columns. $14 Million.
San Francisco Int’l Airport, Terminal 1 Interim Boarding Area B (IBAB), San Bruno, CA
Office Engineer for the Project Management Support Service (PMSS) within the larger Terminal 1 Redevelopment
Program. Work included reconstruction and renovation of the boarding area; installed nine aircraft gates,
included boarding bridges and foundations; restriped gate markings; rerouted/modified underground utilities.
Additional auxiliary projects included tenant improvement for existing office spaces and airline lounges.
$115 Million.
PROJECT EXPERIENCE (CONTINUED)
Swinerton | Master
472
Sr
u
s
h
t
i
V
e
l
u
v
o
l
u
,
EI
T
,
L
E
E
D
G
R
E
E
N
A
S
S
O
C
I
A
T
E
PR
O
J
E
C
T
M
A
N
A
G
E
R
Ms. Veluvolu is a well-rounded, process-oriented project management professional experienced
in large infrastructure projects. She is highly skilled in managing construction timelines and costs
using various Project Control methods. She has a keen eye for design, sequence of activities, and
critical constructability issues.
EDUCATION
M.S., Civil Engineering Specialization in
Construction Management
University of Illinois, Urbana Champaign,
Champaign, IL
BTech, Civil Engineering
National Institute of Technology,
Surat, India
AFFILIATIONS / CERTIFICATIONS
Registered Engineer in Training
California License # 175883
OSHA 10
TEEX Work Zone Traffic Control
ASHTO Field Environmental Emergency
Compliance
ASHTO Storm Water Compliance
REFERENCES
Deyuanne Lei, PE
Associate Civil Engineer | City of Concord
925.671.3049
deyuanne.lei@cityofconcord.org
Danny Gallegos, PE
Assistant Area Engineer | TxDOT
210.536.9646 | danny.gallegos@txdot.com
Mike Rogerio, PE
Associate Vice President | STV
210.326.2280 | mike.rogerio@stvinc.com
PROJECT EXPERIENCE
City of Concord, Residential Pavement Maintenance Phase B, Concord,
CA
The work to be done in general consists of mobilization; traffic control;
water pollution control program; clearing, grubbing and root pruning;
concrete sidewalk, curb & gutter removal, concrete curb ramp
placement, new concrete sidewalk, curb & gutter, cold planning of
asphalt roadway; placement of Hot Mix Asphalt (HMA) materials; crack
sealing; lowering and adjusting utility covers to finish grade; removal
and replacement of traffic striping; and removal and replacement of
roadside signs. $2.8 Million.
City of Martinez, On-Call Construction Management & Inspection
Services, Martinez, CA
Swinerton is providing on-call construction management and inspection
services to the City on a variety of infrastructure and parks projects
including:
• Measure H Park Improvements, $1.3 Million
• New Park at Pine Meadow Drive, $2 Million
• Hidden Valley Pickleball Courts, $1.2 Million
• Morello Avenue Sidewalk Gap Closure, $350,000
• Webster Drive Hydropneumatic Tank Replacement, $750,000
City of Richmond, Yellow Brick Road Pedestrian & Bicycle
Improvements Iron Triangle Neighborhood, Richmond, CA
Construction Management and Inspection Services. This project
is the result of the vision by neighborhood teenagers that wanted
safer paths of travel to and from their homes to their schools and
parks. The project was designed and closely coordinated with POGO
Park, a non-profit organization in Richmond that has been integral in
improving the neighborhoods in Richmond. They were able to secure
the Federal funding through an ATP Grant and State funding from an
Urban Greening Grant.The project scope of work included installing
raised intersections, raised crosswalks, non-raised crosswalks, traffic
circles, bus stop pads, curb bulbouts, curb and gutter, sidewalks,
driveways, curb ramps, medians, asphalt concrete pavement, textured
colored asphalt concrete pavement, slurry seal, base repairs, storm
drain manholes and junction structures, catch basins and inlets,
storm drain pipes, valve boxes, valve and utility box and manhole
adjustments, signing and striping, bike lanes, bike boulevards, traffic
signals, pedestrian hybrid beacons (PHB), other warning devices,
lighting, and relocating traffic signals and cabinets.Swinerton’s scope
CONTINUE NEXT PAGE
Swinerton | Master473
Sr
u
s
h
t
i
V
e
l
u
v
o
l
u
,
EI
T
,
L
E
E
D
G
R
E
E
N
A
S
S
O
C
I
A
T
E
PR
O
J
E
C
T
M
A
N
A
G
E
R
of work included resident engineering tasks, field inspections, document control, Caltrans Local Assistance
administration, coordination with local utility companies, public outreach, coordination with local schools and
hospital, monitoring submittals and RFI’s, budget and schedule management, conducting weekly meetings,
providing weekly updates to the City Manager’s office, quality assurance and special inspections and materials
testing. $7.5 Million.
City of Concord, Residential Pavement Maintenance Phase A, Project Nos. 2516, C2517, 2561, 2562, 2563,
Concord, CA
Construction Management services for Residential Pavement Maintenance Phase A scope of work that included
mobilization, traffic control, water pollution control, demolition, crack sealing, cold planning of asphalt roadway;
placement of Hot Mix Asphalt (HMA) materials; removal and replacement of concrete sidewalk, curb, gutter,
curb ramps, driveways and valley gutters; pruning and removal of tree roots; lowering and adjustment of utility
covers to finish grade; removal and replacement of traffic striping and pavement markings; relocating roadside
signs; and installing new video detection systems. $8.5 Million.
City of Concord, Civic Center Roof Replacement, Concord, CA
Construction Management services for the a roof replacement of the existing Library Building located on the
Concord Civic Center campus in Concord, CA. The scope of work will consisted of site mobilization (including
temporary fencing), removal of the existing wood shingle and modified bitumen roofing systems, removal of
flashings, downspouts, trims, inspection of existing substrate once exposed, repair and replacement of portions
of the existing substrate, installation of new underlayment substrate to receive new composition shingle and
single ply roofing systems, installation of new flashings, gutters, downspouts, and trims, painting and sealing as
noted on the drawings, and prep and re-painting of the concrete entrance canopy structure located at the main
entrance of the library. This work included all preparation, materials and accessories, clean up, conformance to
existing conditions necessary for a complete and functional installed new roof systems. $260,000.
City of Concord, Willow Pass and Landana Sewer Capacity Improvements (PJ2702-2704), Concord, CA
The project will construct sewer capacity improvements on Willow Pass Road, from Gateway Boulevard to
Landana Drive, and on Landana Drive, from Willow Pass Road to Larkspur Drive. Construction began in early
June and be completed in January 2025, with work to start at Gateway Boulevard and progress towards
Landana Drive. The scope of work generally consists of mobilization, traffic control, storm water pollution
control, bypass pumping of sanitary sewer flows, open trench replacement of sanitary sewer mains, Pipe
bursting of sanitary sewer mains, Cured In Place Pipe, sanitary sewer lateral disconnection and reconnection,
manhole rehabilitation, concrete curb and gutter, concrete flatwork, pavement rehabilitation, utility cover
adjustment to grade, traffic striping and markings.
City of Concord, Willow Pass Road Repaving Safe Route to Transit (SR2T) (PJ2449), Concord, CA
The project will rehabilitate existing deteriorated asphalt pavement between Galindo Street and Landana Drive.
The work will include pedestrian improvements, which includes installation of Rectangular Rapid Flashing
Beacons (RRFB) on Ashdale Drive, the relocation and upgrade of a HAWK system at Granada Drive and address
several sidewalk gap closures and driveway modifications to achieve ADA compliance. Construction is expected
complete by Fall 2025.
City of Albany, Masonic Intersections (Ohlone Trail Safety Improvements), Albany, CA
The project consists, generally, of intersection safety improvements at two major intersections, including but
not limited to traffic signal, striping, and curb ramp improvements, installation of new signal poles, signals,
controller cabinets and pedestals, pedestrian push buttons, touchless countdown pedestrian heads, vehicle
detection GPS based emergency vehicle preemption system, and vehicle detection cameras. $750,000.
City of Albany, Marin Avenue Pavement and Curb Ramp Rehabilitation Phase 1, Albany, CA
The work, in general, consists of traffic control, environmental protections, clearing and grubbing, restoring
City survey monuments, adjustment of valve boxes and utility boxes, new storm drain improvements including
drain inlets and manholes, potholing and protection of underground utilities, concrete curb ramps, concrete
sidewalks, cold milling asphalt pavement, removal of full-depth asphalt pavement, subgrade preparation, HMA
overlay, HMA full-depth placement, curb paint, and traffic striping and markers. $2 Million.
PROJECT EXPERIENCE (CONTINUED)
Swinerton | Master
474
Sr
u
s
h
t
i
V
e
l
u
v
o
l
u
,
EI
T
,
L
E
E
D
G
R
E
E
N
A
S
S
O
C
I
A
T
E
PR
O
J
E
C
T
M
A
N
A
G
E
R
PROJECT EXPERIENCE (CONTINUED)
City | Port of Richmond – Terminal 4 Wharf, Warehouse, and Piling Removal Project, Richmond, CA
Comprehensive construction management services to manage scope of work that includes demolition of a wharf
and warehouse as well as bank restoration. This work includes, but is not limited to the following: compliance
with State and Federal regulatory agency permits; mobilization, preparation and implementation of a SWPPP;
installation of a silt curtain; bathymetric surveys; clearing and grubbing; removal and disposal of wood,
concrete, asphalt and steel both above and underwater; removal and disposal of wood, concrete and steel piles;
management and disposal of hazardous materials (creosote wood piles, pressure-treated timber, lead-based
paint); earthwork; placement of enhanced rock slope protection and oyster reef balls. $7.3 Million.
City of Albany, Marin Avenue Pavement and Curb Ramp Rehabilitation Phase 1, Albany, CA
Construction management services to manage the scope of work that includes traffic control, environmental
protections, clearing and grubbing, restoring City survey monuments, adjustment of valve boxes and utility
boxes, new storm drain improvements including drain inlets and manholes, potholing and protection of
underground utilities, concrete curb ramps, concrete sidewalks, cold milling asphalt pavement, removal of full-
depth asphalt pavement, subgrade preparation, HMA overlay, HMA full-depth placement, curb paint, and traffic
striping and markers. $2 Million.
City of Albany, Masonic Intersections (Ohlone Trail Safety Improvements), Albany, CA
Construction management services to manage the scope of work that included intersection safety
improvements at two major intersections, including but not limited to traffic signal, striping, and curb ramp
improvements, installation of new signal poles, signals, controller cabinets and pedestals, pedestrian push
buttons, touchless countdown pedestrian heads, vehicle detection GPS based emergency vehicle preemption
system, and vehicle detection cameras. $750,000.
LP 1604 Highway Expansion (Segment 1, 2, 3, & 4), TxDOT, Bexar County, TX
Project Engineer. Design-Bid-Build project for expanding Loop 1604 from a four-lane expressway to a ten-
lane expressway with the addition of two general-purpose lanes and one high-occupancy vehicle lane in
each direction. The scope included reconfiguring the layout of auxiliary lanes and entrance and exit ramps,
replacing the cloverleaf interchange at IH 10/LP 1604 with a five-level direct connect interchange, replacing the
signalized frontage road intersections with a continuous flow configuration, upgrading Blanco Road and LP 1604
to a diamond intersection, and accommodations for bicyclists and pedestrians, water quality protection, and
other highway features, all within the existing right of way and easements. $930 Million.
US 281 Highway Expansion, TxDOT, Bexar County, TX
Project Engineer. Design-Bid-Build project for the construction of four non-toll General Purpose Lanes,
two HOV Lanes, one Transit Lane, and four lane frontage roads. Bicycle lanes, pedestrian facilities, and
direct to and from VIA’s new US 281 Park & Ride at Stone Oak Parkway will help in encouraging alternative
modes of transportation. Project Scope also included the construction of storm drains, and relocation of
water, gas, sewer, and power lines. $169 Million.
US199 Highway Expansion Project, TxDOT, Tarrant County, TX
Project Engineer. Design-Bid-Build widening project to improve mobility, capacity, and safety on State Highway
199 from Farm to Market Road 1886 to Azle Avenue/Merrett Drive. The scope of workd included construction
of bridges at five intersections, reconstruction and widening of SH 199 from four to six mainlanes, and the
construction of frontage roads. The project also constructed a new bridge over Lake Worth while keeping the
existing bridge in service as a frontage road bridge. $104 Million.
IH 20 Bride Rehabilitation, TxDOT - Tyler District, TX
Project Engineer. Survey projects for collecting data on existing road conditions.
ABL District Bridges PS&E, TxDOT, Abilene, TX
Project Engineer. Survey projects for collecting data on existing road conditions.
AMA Bridge Rehabilitation, TxDOT, TX
Project Engineer. Survey projects for collecting data on existing road conditions.
Swinerton | Master475
Je
f
f
r
e
y
N
e
u
e
n
b
u
r
g
,
EI
T
A
S
S
I
S
T
A
N
T
P
R
O
J
E
C
T
M
A
N
A
G
E
R
Mr. Neuenburg has over ten years of experience as a Staff Engineer, Construction Inspector and Field
Laboratory Technician in the practice of pavement rehabilitation and management, sewer improvements,
soils observation and testing , concrete testing. His variety of experience includes major transportation
infrastructure projects as well as zoned embankment dams and water resources structures. He has direct
experience with bid preparation, scheduling, subcontract management, preconstruction, maintaining daily
diaries, managing weekly meetings, monthly applications for payment, rental equipment, material delivery
and storage. His responsibilities includes gathering field data information, creating project layouts on
Blue Beam, developing matrices for project estimates and assisting with bid management and document
control. He has excellent communication skills and excels in quickly understanding and implementing highly
technical procedures and has excellent skills in managing public relations with the community and residents
at large. In addition, he has worked on educational and public works projects throughout the Greater Bay
Area and has a history of successfully managing construction quality, with an emphasis on earthwork.
EDUCATION
B.S. Civil Engineering, University of the
Paciific
May 2011
California Certified
Engineer-In-Training October 2010
AFFILIATIONS / CERTIFICATIONS
ACI Grade 1
Radiation Safety and Use of Nuclear Gauge
REFERENCES
Mr. Robert T. Hahn, P.E.
Senior Civil Engineer | City of South San
Francisco | South San Francisco, CA
650.829.6660 | robert.hahn@ssf.net
Ms. Farah Khorashadi, P.E.
Paving Program Project Manager | City
of Orinda | Orinda, CA | M: 925.949.9776 |
fkhorashadi@cityoforinda.org
Ms. Anita Addison, MCP, MPH
Chief of Planning & Strategic Advancement
La Clinica de La Raza, Inc. | P.O. Box 22210
Oakland, CA 94623 | 510.715.0452 |
aaddison@laclinica.org
Mr. Aldrich Bautista, PE
Associate Civil Engineer | City of Concord
| Concord, CA | 925. 671-3028 | aldrich.
bautista@cityofconcord.org
PROJECT EXPERIENCE
City of Concord, Library Roof Replacement, Concord, CA
Construction Management services for the a roof replacement of
the existing Library Building located on the Concord Civic Center
campus in Concord, CA. The scope of work will consisted of site
mobilization (including temporary fencing), removal of the existing
wood shingle and modified bitumen roofing systems, removal of
flashings, downspouts, trims, inspection of existing substrate
once exposed, repair and replacement of portions of the existing
substrate, installation of new underlayment substrate to receive new
composition shingle and single ply roofing systems, installation of
new flashings, gutters, downspouts, and trims, painting and sealing
as noted on the drawings, and prep and re-painting of the concrete
entrance canopy structure located at the main entrance of the library.
This work included all preparation, materials and accessories, clean
up, conformance to existing conditions necessary for a complete and
functional installed new roof systems.
$260,000.
City of Concord, Pavement Maintenance Program Zone 4, PJ2444,
Concord, CA
The scope of work consisted of mobilization, traffic control, water
pollution control program, placement of rubberized hot mix asphalt
(RHMA); removal and replacement of hot mix asphalt (HMA), removal
and replacement of concrete sidewalk, curb and gutter, curb ramps,
driveways and valley gutters, pruning and removal of tree roots, root
barrier installation, lowering and adjustment of utility covers to finish
grade, removing and replacing speed humps, removal and replacement
of traffic striping and pavement markings, and removal and replacement
of roadside signs. Swinerton’s scope of services included oversight of the
general contractor’s work, safety program, construction administration,
including processing RFI’s and submittals, preparing pay applications,
negotiating change orders, monitoring daily activities and preparing
weekly statements of work days; field inspections, special inspections
including concrete sampling and testing, HMA base repair inspections,
RHMA-G sampling and testing, photographic documentation, and
utility coordination with CCWD and PG&E. Community Outreach and
coordination were critical as the work was located within the Walnut
Country subdivision, which required close coordination with the
homeowner’s association, Cowell HOA, and the residents. $2.2 Million.
CONTINUE NEXT PAGE Swinerton | Master476
Je
f
f
r
e
y
N
e
u
e
n
b
u
r
g
,
EI
T
A
S
S
I
S
T
A
N
T
P
R
O
J
E
C
T
M
A
N
A
G
E
R
PROJECT EXPERIENCE (CONTINUED)
City of Belmont, 2023 Sanitary Sewer Rehabilitation, Belmont, CA
Construction Management and Inspection services for traffic and pedestrian control, water pollution control,
removal, replacement, and repair of existing gravity sanitary sewer mains, installation of new manhole and
gravity sanitary sewer mains, removal of existing manhole and gravity sewer mains,abandonment of existing
gravity sewer mains, sanitary sewer pipe bursting and reconnection of laterals, cured-in-place pipe (CIPP)
lining and re-instating laterals, modification and raising of sanitary sewer manholes, removal of mainline sewer
cleanout/lamphole, pavement and pavement marking restoration, bypass pumping and/or rerouting of sewage
as necessary for construction of the project per plans and specifications, dewatering and the construction of
all temporary shoring required to complete the work, site protection measures and site restoration. Scope of
services included oversight of the general contractor’s work, construction administration, including processing
RFI’s and submittals, preparing pay applications, negotiating change orders, monitoring daily activities,
preparing weekly statements of work days, photographic documentation and utility coordination. $835,000.
La Clinica De La Raza, Vallejo, CA
Adaptive reuse of two existing 2-story buildings into a new 25,000 SF multi-department community health
center. Due to the age and condition of the building, significant portions of the existing building were required
to be removed and replaced. The project contains two Medical Pods with 26 exam rooms, 6 behavioral health
consult rooms and integrated team rooms; Dental Clinic with 16 operatories; Optometry; Laboratory and Patient
Health Education and Outreach. Skylights and an open atrium bring in natural light for occupants, while
the large storefront along the main level connects the health center with the activity on street. The facility
substantially expands La Clinica’s ability to provide community healthcare services to the Vallejo community.
$18 Million.
City of Concord, Grant Street | East Street Pavement Rehabilitation PJ2525, Concord, CA
Construction Management and Inspection services for the pavement rehabilitation on Grant Street from
Broadmoor Avenue to High School Avenue, and East Street from High School Avenue to Salvio Street. Scope
of work also included the installation/upgrades of curb ramps at intersections, minor concrete repairs, storm
drain and utility adjustments, bio-retention basin, replacement of traffic signal loops with vehicle detection
cameras, adjustment of pedestrian push buttons to meet accessibility standards, restriping, bicycle facilities,
and installation of high visibility crosswalks. $5.5 Million.
City of Orinda, 2019 Orinda Measures J & L Pavement Rehabilitation, Orinda, CA
Construction Management and Inspection Services for the City of Orinda’s Measures J & L Pavement
Rehabilitation project. The scope of work includes Slurry Seal and crack sealing of over 60 streets, Full Depth
Reclamation (FDR) of 5 streets, Hot Mix Asphalt (HMA), mill & fill pavement overlays of over 65 streets, base
repairs, construction of concrete v-ditches, minor concrete structures, curb & gutter, HMA lined swales, storm
drain repairs and replacement by open cut and lining, extensive potholing, utility adjustments, and traffic
control. $12 Million.
City of Orinda | Town of Moraga, 2018 Measures J & L Pavement Rehabilitation, Orinda and Moraga, CA
Construction Management and Inspection Services for the City of Orinda and Town of Moraga’s Pavement
Rehabilitation project. The scope of work includes, Full Depth Reclamation (FDR) of over 50 streets, both Rubber
Hot Mix Asphalt (RHMA) and Hot Mix Asphalt (HMA), mill & fill pavement overlays, base repairs, construction
of concrete v-ditches, minor concrete structures, curb & gutter, HMA lined swales, storm drain repairs and
replacement by open cut and CIPP lining, extensive potholing, utility adjustments, and traffic control. $15
Million.
City of South San Francisco, 2018 Pavement Surface Seal Program, South San Francisco, CA
Construction Inspector for the City’s annual paving maintenance program that provided preventative
maintenance application of crack seal and slurry seal to various street pavement segments, primarily in the
Sunshine Garden neighborhood. The program rehabilitated approximately 170,000 square yards of City streets
with the application of modified rejuvenating emulsion and scrubbing, followed with a mixture of polymer
modified asphalt emulsion, mineral aggregate, mineral filler, water, concrete and other additives. The scope
of work included removal of vegetation, debris and pavement striping and marking on streets, repairs of
CONTINUE NEXT PAGE Swinerton | Master
477
Je
f
f
r
e
y
N
e
u
e
n
b
u
r
g
,
EI
T
A
S
S
I
S
T
A
N
T
P
R
O
J
E
C
T
M
A
N
A
G
E
R
PROJECT EXPERIENCE (CONTINUED)
CONTINUE NEXT PAGE
structural pavement failures, applying scrub seal and the slurry seal mixture, and the reinstallation of striping
and pavement markings. Preparatory work included repair of concrete elements (V-ditches, curbs, gutters and
sidewalks); pavement base repair was also included in the scope of work. Duties included daily inspection of
work performed, quality assurance, verification of proper materials, coordination with the special inspection
and materials testing, tracking of bid quantities, public outreach and notifications, and safety and traffic control
monitoring. $1 Million.
City of Concord Downtown Sanitary Sewer Upgrade Phase III Project PJ2407, Concord, CA
Comprehensive construction management services. The project was completed under the City’s Sanitary Sewer
repair program and required close coordination with the City’s Sewer Department, Infrastructure and paving
crews. This project was performed just after the COVID-19 shelter-in-place orders were issued, therefore close
coordination with the contractor crews and the public were extremely important. Following County-issued
COVID-19 requirements was critical to keeping the crews and public safe. $2.3 Million.
City of San Bruno, Jenevein Avenue Sewer Replacement, San Bruno, CA
Construction Inspector. Construction management and inspection services a sewer replacement project
including horizontal directional drilling, over 2,000 feet of open trench sewer construction, manhole
replacement and roadway milling and overlay. $1.5 Million.
City of San Bruno, Trenton Sewer Replacement, San Bruno, CA
Construction Inspector. Construction management and inspection services sewer construction and cure-in-place
lining. Project included over 2,000 feet of open trench sewer construction, CIPP lining, top-hat installation at re-
instated sewer laterals, manhole rehabilitation and slurry seal of roadway. $1.3 Million.
County of Santa Cruz, Various Street Projects, Santa Cruz, CA
Primary Technician providing observation and testing services for quality assurance during slurry seal and chip
seal for various locations in Santa Cruz County. Monitored the surface preparation receiving chip seal before
spraying emulsion, monitored spray rate and aggregate distribution for uniformity. Provided sampling of the
emulsion and aggregates for laboratory testing. $2 Million.
City of Concord, Concord Various Streets Preservation, PJ2292, Concord, CA
Pavement Inspector. Scope of work consisted of mobilization, traffic control, cold planing asphalt concrete
pavement, full depth reclamation (FDR), rubberized hot mix asphalt (RHMA) and hot mix asphalt (HMA) paving,
dig-outs, signing, striping and pavement delineation. This is a CalTrans Local Assistance project. $1.2 Million.
City of Concord, Fiscal Year-End 2014-2015 Pavement Rehabilitation, PJ2331, Concord, CA
Construction management and Inspection Services on a highly visible paving project that consisted of
Rubberized Hot Mix Asphalt (RHMA) and Cold-in-Place Recycling on two separate important roadways in the
City. The work included Community Outreach and close coordination with local residents and businesses.
The scope of work included installation of a new underground RCP storm drain line, new underground fiber
optic conduit, interconnect conduit and traffic loops. The work on Salvio Street also included new ADA curb
ramps, milling of existing pavement, and new RHMA. The work on Oak Grove Road, included coordination with
another City project to install a traffic signal at Sierra Street, new ADA curb ramps, CIR (pavement removal and
recycling onsite) and placement of new Hot Mix Asphalt (HMA) pavement. New signage and pavement striping
were also included on both streets. Construction value: $1.8 Million.
City of South San Francisco, Capital Improvement Program Management Services, South San Francisco, CA
Construction Inspector. Program Management and construction management services on over 20 projects
including park improvements, utility undergrounding, sewer and stormwater utilities, traffic system
improvements, bike lanes, roadway and sidewalks, public facilities including: Citywide ADA improvements,
restroom renovations, library entrance and corporation yard stockpile shelter. Working with the City staff
on all aspects of the Capital Improvement Program delivery, from project definition and feasibility studies
to estimating, obtaining permits, project coordination with City departments, design management, RFP
preparation, schedule and budget management, bid management including bid marketing, solicitation and
award, writing staff reports, meeting with stakeholders, managing the construction and inspections, grant
Swinerton | Master478
Je
f
f
r
e
y
N
e
u
e
n
b
u
r
g
,
EI
T
A
S
S
I
S
T
A
N
T
P
R
O
J
E
C
T
M
A
N
A
G
E
R
administration and project close-out. $50 Million. Projects include:
• Various Sewer and Storm Drain Utilities - $2.5 Million
• Multiple Streets and Traffic System Improvements - $1.9 Million
• Parks and Playground Renovations - $1.2 Million
• Numerous Public Facility Renovations - $1.3 Million
City of South San Francisco, Sanitary Sewer and Manhole Replacement & Rehabilitation 2016, South San
Francisco, CA
Construction Inspector. Construction management and inspection services. Open cut sewer construction, pipe
bursting, manhole rehabilitation. Project included over 1,000 feet of open trench and over 3,000 feet of Pipe
bursting sewer main construction, manhole rehabilitation, and replacement. Constructed in SFPUC and Caltrans
right of ways. $1.5 Million.
City of Concord, Measure Q Pavement Repair Project 5 & 6, Pavement Maintenance Zones 4 & 5, PJ2332 and
PJ2333 Concord, CA
Construction Inspector. Construction management and inspection services. Pavement repair – Digouts and thin
maintenance overlay, PCC curb ramps, sidewalks and driveways, point repairs and open cut construction of
sanitary sewers. $2.5 Million.
Contra Costa County, Upper Sand Creek Basin, Antioch, CA
Field Representative and Onsite Lab Manager for the quality assurance testing for the Division of Safety of
Dams Jurisdictional project. As part of the construction management team, was responsible for performing
observation and testing of each materials for the embankment construction, cement treated base weir
construction, obtaining structural concrete test specimens and oversaw the onsite laboratory testing
operations. Also responsible for data acquisition and organization, engineering calculations, analysis and
presentation. Field duties include sand cone and nuclear gauge density testing, concrete and soils sampling.
$10 Million.
SMART, Sonoma Marin Area Transit District, Sonoma, CA
Primary Earthwork Technician for the initial stages of the track and structure development for the 70-mile long
diesel mechanical unit railway project. Responsible for quality control testing and monitoring of various railroad
components, including railroad drainage systems in wetland areas, railway bedding, retaining walls, structure
backfill, AC testing and sampling at on-grade crossings. $690 Million.
City of Foster City, Lakeside Drive Improvements, Foster City, CA
Periodic nuclear gauge testing. Provided earthwork observation and testing services.
City of Berkeley, West Street Improvements, Berkeley, CA
Periodic nuclear gauge testing. Provided earthwork observation and testing services.
City of Berkeley, Ashby Avenue, Sewer Rehabilitation, Berkeley, CA
Periodic nuclear gauge testing. Provided earthwork observation and testing services.
City of Berkeley, Adeline Street, Sewer Rehabilitation, Berkeley, CA
Periodic nuclear gauge testing. Provided earthwork observation and testing services.
City of Berkeley, Ceder Street, Sewer Rehabilitation, Berkeley, CA
Periodic nuclear gauge testing. Provided earthwork observation and testing services.
City of Berkeley, Safe Routes to Transit, Berkeley, CA
Periodic nuclear gauge testing. Provided earthwork observation and testing services.
PROJECT EXPERIENCE (CONTINUED)
Swinerton | Master479
Bi
l
l
C
o
l
e
t
t
o
,
P
E
,
Q
S
D
/
Q
S
P
S
E
N
I
O
R
P
R
O
J
E
C
T
M
A
N
A
G
E
R
|
R
E
S
I
D
E
N
T
E
N
G
I
N
E
E
R
Mr. Coletto has over 30 years of experience and is a seasoned professional construction inspector
and is a licensed Professional Engineer and is QSD/QSP certified. He has been involved in municipal
infrastructure projects, his background includes hospital, transportation, commercial and industrial.
His background also includes project management and on-site project engineering and has provided
design and construction management support for numerous public works projects. He brings
extensive experience with welding, spray-applied fireproofing, reinforced concrete, structural
masonry, structural steel and bolting, nuclear gauge operations, and stormwater quality.
EDUCATION
B.S., Mechanical Engineering, Northrop University, Los Angeles, CA
Institute of Technology Classes,
University of Minnesota, Minneapolis, MN
AFFILIATIONS / CERTIFICATIONS
State of California Registered Civil Professional Engineer #72556
American Welding Society Certified Welding Inspector #16083301
American Society for Nondestructive Testing SNT-TC-1A, PT Level I/II, MT Level I/II, UT Level I/II
International Code Council Soils, Spray-Applied Fireproofing, Reinforced
Concrete, Structural Masonry, Structural Steel and Bolting, and Structural
Welding Special Inspector #8103246
American Concrete Institute Concrete Strength Testing Technician, Concrete Field Testing Technician Grade I.
Nuclear gauge operator License # 5634-
07
California Stormwater Quality Association Qualified SWPPP Designer and Practitioner #20611
OSHA 30 Hour Training
REFERENCES
Mr. Scott Petersen
Interim Construction Services Manager
City of Pleasanton
925.931.5686
spetersen@cityofpleasantonca.gov
Mr. Steven Yee, PE
Project Manager | City of Pleasanton,
Pleasanton, CA | 925.998.5802 | syee@
cityofpleasantonca.gov
Mr. Lyhak Eam, PE
Associate Civil Engineer | Engineering
Department | City of Milpitas | 455
E. Calaveras Boulevard | Milpitas, CA
95035 |
408.586.3349 | leam@milpitas.gov
PROJECT EXPERIENCE
County of Alameda, California Facilities Needs Priority Program,
County of Alameda, CA
Development and management of a Capital Improvement program
for the County of Alameda, including renovation and energy efficiency
upgrades to over 20 County-owned buildings in central Alameda
County. Utilizing Federal American Rescue Plan Act (ARPA), and State
of California Mental Health Services Act (MHSA) funding, the program
has a tight design, procurement, and construction schedule dictated by
funding source requirements. Projects include facilities for multiple
County agencies including:
• Ashland Youth Center
• Youth UpRising Center
• Health Care Services Agency
• Behavioral Health Care Services
• Probation Department
• Building Management Division
Primarily located at the County’s Fairmont and Highland Campuses, the
program includes code compliance, building envelope improvements,
and mechanical/electrical/plumbing upgrades to increase energy
efficiency. Several of the projects are in active healthcare, behavioral
health, and probation department facilities, requiring construction
in occupied buildings with sensitive communities. Agency oversight
includes the County of Alameda, City of San Leandro, the California
Board of State and Community Corrections, and Department of Health
Care Access and Information. $125 Million.
City | Port of Richmond – Terminal 4 Wharf, Warehouse, and Piling
Removal Project, Richmond, CA
Comprehensive construction management services to manage scope
of work that includes demolition of a wharf and warehouse as well
as bank restoration. This work includes, but is not limited to the
following: compliance with State and Federal regulatory agency
permits; mobilization, preparation and implementation of a SWPPP;
installation of a silt curtain; bathymetric surveys; clearing and
grubbing; removal and disposal of wood, concrete, asphalt and steel
both above and underwater; removal and disposal of wood, concrete
and steel piles; management and disposal of hazardous materials
(creosote wood piles, pressure-treated timber, lead-based paint);
earthwork; placement of enhanced rock slope protection and oyster
reef balls. $7.3 Million.
City of Union City On-Call Construction Management Services, Union
City, CA
A new 7-11. Responsible for all aspects of the under grounding of
PGE electrical and ATT communications utilities for 7-11 and the
Swinerton | Master480
Bi
l
l
C
o
l
e
t
t
o
,
P
E
,
Q
S
D
/
Q
S
P
S
E
N
I
O
R
P
R
O
J
E
C
T
M
A
N
A
G
E
R
|
R
E
S
I
D
E
N
T
E
N
G
I
N
E
E
R
PROJECT EXPERIENCE (CONTINUED)
Mr. Jose Gutierrez
Supervising Construction Inspector
| City of Union | 34009 Alvarado-
Niles Road | Union City, CA 94587 |
510.760.3542 | joseg@unioncity.org
Mr. Michael Boitnott
Capital Improvement Program
Manager
City of Dublin | Dublin, CA |
925.833.6630 | michael.boitnott@
dublin.ca.gov
surrounding neighborhood. Relocated the PGE gas utility across Whipple
road starting in Union City and tying in the city of Hayward. Responsible
for both UC & Hayward ends. Managed all aspects of all public sidewalk,
driveway, curb & gutter, ADA ramps, water, sewer, storm drain and
~3,000SF x 5’ dp. bio-retention. The project added ~150LF raised median to
the main boulevard, Whipple Road. $570,000.
Managed five (5) different fiber optic projects totaling ~4.75mi. One ATT
and four Bandwidth Infrastructure Group. Both projects were mainly
directional boring with small parts open trenched. Installed a 4x4x4
fiberglass manholes in groups of 3 along each path in active boulevard
lanes. On the ATT project, installed pull boxes behind back of walk in
landscape areas, sidewalks and driveways. Managed several electrical
pole and transformer upgrades and gas leak repairs, sanitary sewer
lateral replacements, water line leak repairs and various communications
repairs and upgrades and also managed the PGE gas line replacement that
consists of ~2600LF of 6” gas main and ~9500LF of 2” line.
City of Concord, Pavement Maintenance Program Zone 4, PJ2444, Concord,
CA
The scope of work consisted of mobilization, traffic control, water pollution
control program, placement of rubberized hot mix asphalt (RHMA); removal
and replacement of hot mix asphalt (HMA), removal and replacement of
concrete sidewalk, curb and gutter, curb ramps, driveways and valley
gutters, pruning and removal of tree roots, root barrier installation,
lowering and adjustment of utility covers to finish grade, removing and
replacing speed humps, removal and replacement of traffic striping
and pavement markings, and removal and replacement of roadside
signs. Swinerton’s scope of services included oversight of the general
contractor’s work, safety program, construction administration, including
processing RFI’s and submittals, preparing pay applications, negotiating
change orders, monitoring daily activities and preparing weekly statements
of work days; field inspections, special inspections including concrete
sampling and testing, HMA base repair inspections, RHMA-G sampling and
testing, photographic documentation, and utility coordination with CCWD
and PG&E. Community Outreach and coordination were critical as the
work was located within the Walnut Country subdivision, which required
close coordination with the homeowner’s association, Cowell HOA, and the
residents. $2.2 Million.
City of Milpitas, Fire Station No. 2 Replacement, Milpitas, CA
Comprehensive project management, construction management, and
construction inspection for the Fire Station No. 2 Replacement project.
This high-priority project—as identified by the City Council—consists of
constructing a temporary fire station, moving staff to a temporary facility,
environmental abatement, demolition of the existing Fire Station No.
2, assistance with review of station design documents, constructing a
10,300-square-feet replacement fire station, moving staff back to their new
facility and removing the temporary fire station. $21 Million.
City of Orinda, 2019 Orinda Measures J & L Pavement Rehabilitation,
Orinda, CA
Construction Management and Inspection Services for the City of Orinda’s
Measures J & L Pavement Rehabilitation project. The scope of work
includes Slurry Seal and crack sealing of over 60 streets, Full Depth
Reclamation (FDR) of 5 streets, Hot Mix Asphalt (HMA), mill & fill pavement
overlays of over 65 streets, base repairs, construction of concrete
v-ditches, minor concrete structures, curb & gutter, HMA lined swales, Swinerton | Master481
Bi
l
l
C
o
l
e
t
t
o
,
P
E
,
Q
S
D
/
Q
S
P
S
E
N
I
O
R
P
R
O
J
E
C
T
M
A
N
A
G
E
R
|
R
E
S
I
D
E
N
T
E
N
G
I
N
E
E
R
PROJECT EXPERIENCE (CONTINUED)
storm drain repairs and replacement by open cut and lining, extensive potholing, utility adjustments, and traffic
control. $12 Million.
City of Dublin’s HVAC, Roof, Fire Alarm and Data System Replacements, Dublin, CA
Provided project and construction management of design/build contract, for major improvements of Dublin
City Hall building, including replacement of 7 roofs with new energy efficient TPO roof systems, redesign and
rezoning of HVAC system to provide improved climate control in all occupied office spaces, replacement and
upgrading of 7 air-handler roof units, and re-routing of ductwork, replacement of t-bar ceilings, upgrading
all lighting systems with energy efficient system, upgrading data systems with CAT6E cabling to all offices,
painting, carpeting and other related improvements. $5 Million.
City of Concord Downtown Sanitary Sewer Upgrade Phase III Project PJ2407, Concord, CA
Comprehensive construction management services. The project was completed under the City’s Sanitary Sewer
repair program and required close coordination with the City’s Sewer Department, Infrastructure and paving
crews. This project was performed just after the COVID-19 shelter-in-place orders were issued, therefore close
coordination with the contractor crews and the public were extremely important. Following County-issued
COVID-19 requirements was critical to keeping the crews and public safe. $2.3 Million.
Median Barrier Replacement, Fremont-Oakland, CA
This project spanned 25 mi. It consisted of demoing the existing median barrier and replacing it with a new
reinforced concrete barrier and all associated drainage, structural steel sign structures, luminaires, electric,
communications and fiber-optic. Operations such as deep foundation drilling, directional boring, injection
grouting/slurrying, landscaping, irrigation and SWPPP were used throughout the project. Multiple city public
works departments, water districts, PG&E, EBMUD, CHP, Caltrans and many other entities collaborated
throughout the project. Tracked work quantities to justify contractor payment. Solved constructability issues.
Caltrans 04-3G9204 I-880 Express Lane, Milpitas-Oakland, CA
This project spanned 30 mi. Like the Median Barrier Project except with necessary striping, changeable
message board & scanner installations. There were two (asphalt) road widenings, where one included an
underground storm water storage box and an approx. 1940’ long x 10-20’ tall retaining wall.
City of Pleasanton On-Call Construction Management and Inspection Services, Pleasanton, CA
Swinerton was awarded an On-Call Contract with the City of Pleasanton in 2016 to provide Construction
Management and Inspection Services on an as needed basis. The services include project and construction
management and inspection services for various Capital Improvement and Encroachment Permit projects.
Services include preconstruction management, budget and schedule management, Caltrans Local Assistance
support, Caltrans file management, conducting weekly meetings, review of contractor submittals, RFI’s, change
order requests, payment applications, coordination with special inspections and materials testing, document
control and project close-out. Projects have included the Bernal Ave Bridge Painting project, the Community and
Tennis Park – New Tennis Courts and various encroachment permit projects.
Managed the MCI/Verizon Business Fiber Densification at various sites that included the installation 3” flexible
conduit mostly by directional boring. Open trenching where needed. Installed 72 strand optical fiber cable.
Monitored traffic control procedures. Coordinated with local utilities. Potholed utilities. Replaced AC pavement,
concrete curb & gutter, sidewalks, ADA ramps, street signs, landscaping, fencing and irrigation that was
demolished for cable installation. The MCI/Verizon Densification projects:
• Stoneridge Road & Foothill Road | Segment 99000711-Phase 1 | 2921 LF | $75,000
• Foothill Road | Segment 99000711-Phase 2 | 3306 LF | $90,000
• Foothill Road | Segment 99000711-Phase 3 | 6624 LF | $175,000
• Foothill South | Segment 99000663 | 11040 LF | $290,000
• Sunol Boulevard | Segment 99000694 | 2750 LF | $70,000
• Ray Street – Bernal Avenue | Segment 99000673 | 3537 LF | $95,000
• Santa Rita Road & West Las Positas Boulevard | Segment 99000603 4969 LF | $130,000
• Bernal Avenue | Segment 99000741 | 2160 LF | $60,000
City of Dublin ‘s Public Safety Complex - Fire and Police Facilities
Provided comprehensive Project Management, Design Management and Construction Management of the
Swinerton | Master482
Bi
l
l
C
o
l
e
t
t
o
,
P
E
,
Q
S
D
/
Q
S
P
S
E
N
I
O
R
P
R
O
J
E
C
T
M
A
N
A
G
E
R
|
R
E
S
I
D
E
N
T
E
N
G
I
N
E
E
R
PROJECT EXPERIENCE (CONTINUED)
Dublin Public Safety Complex consisting of a 39,000 square-feet building which houses Alameda County Fire
Department Administration and City of Dublin’s Police Station. Workscope included new sitework, new single
story building construction, and extensive remodel and tenant improvements of existing building construction.
All work provided to essential services building standards. Scope also included electrical, emergency power,
solar power, HVAC - mechanical, plumbing, security and structural improvements incluing roof; parking lot
improvements; relocation of site utilities; civil and landscape improvements. Scope of work also included 120
surface parking spaces with parking for 12 Van Pools, 7 Electrical Vehicle Charging Stations, 9 Designated
Clean Air, 10 Bicycle Racks and 12 ADA Parking spaces. $15.3 Million.
City of Dublin‘s Civic Center HVAC and Roof Improvements, Dublin, CA
Project and construction management of design-build contract, for major improvements of Dublin City Hall
building, including replacement of 7 roofs with new energy efficient TPO roof systems, redesign and rezoning of
HVAC system to provide improved climate control in all occupied office spaces, replacement and upgrading of 7
air-handler roof units, and re-routing of ductwork, replacement of t-bar ceilings, upgrading all lighting systems
with energy efficient system, upgrading data systems with CAT6Ecabling to all offices, painting, carpeting and
other related improvements. $5 Million.
Caltrans and City of Red Bluff, Undergrounding Utilities and Main Street Bridge, Red Bluff, CA
Resident Engineer on off-site construction. Responsible for supervising all inspection and testing of
underground utilities (sewer, storm drain, water, gas and electric), soldier pile & architectural retaining walls,
one road realignment, an I-5 onramp realignment and new roadway construction. Also worked on electrical
improvements and signaling for the Main Street Bridge off of Interstate 5 in Red Bluff, Ca.
Caltrans 11-266104 I-8 Pavement Rehabilitation, Ocotillo, CA
Quality Control Manager for 28,000 ton WMA/rubberized asphalt pavement project. Supervised and assisted
field technicians. Responsible for compiling, reviewing and submitting field test results to the general
contractor (Granite Construction Company Inc.) and Caltrans.
Caltrans 11-167894 Brawley Bypass and Bridge Abutments, Brawley, CA
Quality Control Manager for 53,000 yd³ continuously reinforced concrete pavement project. Worked on several
abutments to several bridges. Supervised and assisted field and laboratory technicians. Responsible for
compiling, reviewing and submitting field and lab test results to the general contractor (Granite Construction
Company Inc.) and Caltrans.
City of Berkeley, Sewer Projects, Berkeley, CA
Responsible for all inspection and testing of pipe bursting/slip lining sewers at numerous downtown &
residential locations across the city.
Irvine Community Development Company, Portola Parkway Roadway and Sewer Line Improvements, Irvine, CA
Installation of 24” DIA sewer line. Tests performed using Caltrans Methods and utilizing City of Irvine, Deputy
Inspector Certificate. Roadway subgrade, base and asphalt material. Duties include observation, sampling
and testing of soils, aggregates and asphalt. Observation of deep trench (24’ DP). Many different soil types
observed. Extensive soils identification and testing.
Ana Verde LLC, Infrastructure and Sewer Improvements, Palmdale, CA
Phase 1 consisted of 14 Million cubic yards removal and replacement, 1,450 finished pads, 22,000 linear ft of
roadway, sewers, sub-drains, storm-drain system, water mains and services, curb and gutter, base material and
asphalt placement, 2, 110ft Dia. water tanks and pump houses.
Manning Homes, Rancho Cucamonga, CA
Mass grading. 23 homes on Archibald St. Over 100’ differential in elevation from bottom to top. Dual compound
angle 20’ slopes separating adjacent properties. Tested ramp for “century home” relocation (26’ vertical
differential). Inspected installation of all new sewer lines, storm drains, slope drains, “v”-ditches, water, gas and
electric.
Swinerton | Master483
Bi
l
l
C
o
l
e
t
t
o
,
P
E
,
Q
S
D
/
Q
S
P
S
E
N
I
O
R
P
R
O
J
E
C
T
M
A
N
A
G
E
R
|
R
E
S
I
D
E
N
T
E
N
G
I
N
E
E
R
PROJECT EXPERIENCE (CONTINUED)
POWER & WATER
Carmel River Restoration & (San Clemente) Dam Removal, Carmel Valley, CA
Responsible for outfitting, certifying and re-certifying mobile field laboratory. Instructed and certified field
& mobile laboratory personnel. Supervised and performed field & laboratory soils testing. Responsible for
creating proposal, managing budget, tracking discrepancies and creating closeout documents.
Contra Costa County Water District, Los Vaqueros Reservoir Expansion Project, Brentwood, CA
Determined suitability for use of all materials from clay to rip-rap. Performed advanced soil testing and
classification of all material used in construction of dam. Performed field and laboratory services for soil
compaction, structural concrete placement. Observed and sampled shotcrete operations and placement of
bentonite/concrete slurry of 250’+ deep grout curtains. Compiled, reviewed and submitted field and lab test
results to general contractor (Barnard Construction Company Inc.) and Contra Costa County Water District.
City of Anaheim Public Utilities, Lewis Street Substation, Anaheim, CA
Upgraded three 240kV units. Created new pads and reinforced masonry security walls around the individual
units and around the entire property located on the SW corner of E Cerritos Avenue and S Lewis Street.
City of Anaheim Public Utilities, South Street Substation, Anaheim, CA
This project installed three new 240kV units. Created new pads, three new outbuildings for electronic switching
and reinforced masonry security walls around the new addition located east the train tracks E of S Olive Street
between E South Street and E Vermont Avenue.
Burbank Water and Power, Olive Street Electric Station, Burbank, CA
This project installed six new 240kV units. Created new pads and reinforced masonry security walls for
individual units and erected canopies in the W corner of the property located N of the corner of N Lake Street
and W Olive Avenue.
HEALTHCARE
Natividad Medical Center, Salinas, CA
Supervised and performed structural inspections for hospital HVAC chiller improvements, new solar structures
for mobile MRI semi-trailers, medical office building remodeling, radiology department upgrade and emergency
room ventilation modernization.
San Quentin State Penitentiary, Medical and Health Services Building, San Rafael, CA
Performed concrete, mortar, grout and masonry testing for 80’ x 240’, two story, reinforced masonry building
and created data reports for the client.
Kaiser Permanente, Oakland, Santa Rosa, Pleasanton, CA
Supervised and performed structural inspections for parking structures, medical office building construction
and hospital improvements.
RAIL AND AIR
SANDAG, Miramar, Sorrento Valley Doubletrack, Phase 1, San Diego, CA
Installed an additional track, adjacent to the existing track, allowing the trains to run in both directions without
holding one train while the other crossed the single track. It included an approximately 300’ MSE wall and an
approximately 1000’ long, 20’-30’ tall, soldier pile wall to support the soil backfill used as a foundation for the
new train track.
Metrolink, Valley and Ventura Grade Crossing Improvements, Los Angeles, CA - Moorpark, CA
This project rehabilitated multiple railway street crossings.
Caltrain, Diridon Station, San Jose, CA
Swinerton | Master484
Bi
l
l
C
o
l
e
t
t
o
,
P
E
,
Q
S
D
/
Q
S
P
S
E
N
I
O
R
P
R
O
J
E
C
T
M
A
N
A
G
E
R
|
R
E
S
I
D
E
N
T
E
N
G
I
N
E
E
R
PROJECT EXPERIENCE (CONTINUED)
This project included two new, from the ground up, 750’+ passenger loading platforms and four adjacent train
tracks. The foundation for the tracks included underlying earthwork and a thick asphalt underlayment used as
a base for the ballast, ties and rails. The platform was designed with reinforced concrete, included pedestrian
underpasses and structural steel canopies with integral signage, luminaires and communications.
Caltrain, Santa Clara Station, Santa Clara, CA
This project is like Diridon except only one platform was built. This project has the original 1863 station that
is now a museum. The pedestrian underpass for this station was architecturally elaborate and incorporated
expansive decorative concrete walls.
BART, I-580/Dublin Pedestrian Overpass, Dublin, CA
Scope of work included the earthwork for the foundations of the pedestrian overpass for the new Dublin BART
station located in the center median of the 1-580.
Oakland International Airport, East Apron Phase Ill, Oakland, CA
Traveled to Vulcan Materials in Pleasanton, CA. Used Vulcan Materials laboratory equipment to perform
Marshall Bulk Specific Gravity/Density, Stability, Flow,% Air Voids, Maximum Theoretical Density and Core
Density.
Oakland International Airport, East Apron Phase II, Oakland, CA
Responsible for managing two shifts of personnel for 26,000 ton asphalt laydown. Work was performed over
6 days, 24hrs/day. Including two test strips. One test strip by Gallagher & Burke Asphalt, the other by Vulcan
Materials Asphalt.
COMMERCIAL & INDUSTRIAL
Shea Center Industrial Complex, Hayward, CA
Supervised and performed soils, reinforced concrete, roofing, bolting & structural welding inspections for four
tilt-up buildings: 150,000 square-feet, 100,000 square-feet, 60,000 square-feet and 30,000 square-feet. Managed
and supervised field and laboratory personnel. Responsible for creating proposal, managing budget, tracked
discrepancies and created closeout documents.
Walmart Supercenter, Oroville, CA and Walmart Delta Shores, Sacramento, CA
Supervised and performed several store improvements including roofing, HVAC, soils, reinforced concrete,
reinforced masonry, roofing, bolting & structural welding inspections of 250,000 square-feet retail building.
Construction included utilities, loading docks, freezer/refrigerator rooms, parking lots, landscaping, etc.
Managed and supervised field and laboratory personnel. Responsible for creating proposal, managing budget,
tracking discrepancies and creating closeout documents.
Walmart Supercenter, Milpitas, CA and Walmart Supercenter, Sonora, CA
Supervised and performed soils, reinforced concrete, reinforced masonry, roofing, bolting & structural welding
inspections of 60,000 square-feet grocery addition. Construction included utilities, loading dock, freezer/
refrigerator rooms, etc. Managed and supervised field and laboratory personnel. Responsible for creating
proposal, managing budget, tracking discrepancies and creating closeout documents.
CVS Sebastopol, Sebastopol, CA
Supervised and performed soils, reinforced concrete, reinforced masonry, stamped steel stud construction,
roofing, bolting & structural welding inspections of 16,000 square-feet pharmacy. Managed and supervised field
and laboratory personnel. Responsible for creating proposal, managing budget, tracking discrepancies and
creating closeout documents.
Swinerton | Master485
Location
Concord, CA
Client
City of Concord
Designer | Design Engineers
Various
Value
$30 Million Plus
Completion
December 2024
Delivery Method
Design-Bid-Build
Project Highlights
• Project and Construction Management
Services
• CIP Programming
• Multiple Funding Sources
• Bid Management
• Coordination with City Depts.
• Public Outreach | Community
Engagement
• Permitting
• Utility Coordination
• Staff Augmentation
Team Members
Robert Addiego
Brett Lowther
Jonathan Haworth
Bill Coletto
Oscar Zhao
City of Concord - On-Call
Comprehensive Project and
Construction Management Services
for Various Roadways | Infrastructure |
Parks | Building Projects.
Scope of services are comprehensive and includes pre-planning,
programming, project implementation and prioritization, development
of budgets and schedule, community outreach, design management,
coordination with City and regulatory agencies, prequalification, CalTrans,
permitting, bid management, preparation of RFQ’s and RFP’s to initiate
environmental studies and design, construction management and project
close-out. The program involves roadways, building improvements, parks,
trails and pathway improvements, sewer rehabilitation, annual paving and
street resurfacing program, ADA improvements, sewer repairs, utilities,
pavement resurfacing and restroom modifications. Projects include:
Monte Gardens Sewer Rehabilitation
Cowell Road Sewer Repairs near BART
Monument Trail
Purchasing Building Renovation
Farm Bureau Road Safe Routes to School
Centre Concord Building Improvements
Park, Trail and Pathway Improvements - Various Locations
Sewer Rehabilitation Projects - Various Locations
2014 Annual Street Pavement and Resurfacing Program
Monument Boulevard - Pedestrian and Bicycle Trails
Monument Boulevard - ADA Improvements
Concord Boulevard Roadway Improvements
Todos Santos Plaza Archway
REFERENCE
Mr. Bernard Enrile, PE | CIP - Capital Improvement Program
Manager | City of Concord | 1435 Gasoline Alley |
Concord, CA 94520 | 925.671.3031 |
bernard.enrile@cityofconcord.org
Swinerton | Master486
City of South San Francisco
Capital Improvement Program and
Construction Management Services
Program and Construction Management services for the City’s Capital
Improvement Program, delivering infrastructure improvements to the
City’s transportation network, sewer and stormwater, utilities, parks and
public buildings.
Swinerton Management & Consulting is serving as the Program Manager
on over 38 projects including park improvements, sewer and stormwater
utilities, traffic system improvements, bike lanes, roadway and sidewalks,
public facilities including: Citywide ADA improvements, restroom renovations,
library entrance and stockpile shelter. Working with the City staff on all
aspects of the Capital Improvement Program delivery, from project definition
and feasibility studies to estimating, obtaining permits, project coordination
with City departments, RFP preparation, design management, schedule and
budget management, bid management including bid marketing, solicitation
and award, writing staff reports, meeting with stakeholders, managing the
construction and inspections, grant administration and project close-out.
Representative projects include:
• Various Sewer and Storm Drain Utilities - $10 Million
• Multiple Streets and Traffic System Improvements - $5 Million
• Parks and Playground Renovations - $3 Million
• Rule 20A Underground Utility District - $5 Million
• Numerous Public Facility Renovations - $3 Million
• Water Treatment Plant Improvements - $20 Million
Location
South San Francisco, CA
Client
City of South San Francisco
Designer
Various
Value
$50 Million
Completion
2023
Delivery Method
Design-Bid-Build
Project Highlights
• Rule 20A Program
• CalTrans LAPM Documentation
• Program/Construction Management
• Cost Estimating
• Design Management
• Preconstruction Services
• Parks, Street, Utilities and
Building Improvements, Sewers, Storm
Drains, Water Treatment Plants
• Staff Augmentation
REFERENCE
Mr. Matthew Ruble | Principal Civil Engineer |
City of South San Francisco | 315 Maple Avenue |
South San Francisco, CA 94080 |
650.829.6671 | matthew.ruble@ssf.net
Swinerton | Master487
Location
Richmond, CA
Client
City of Richmond
Engineer
Phase 1 - Nichols Consulting Engineers
and MIG
Phase 2 - CSW/ST2
Completion Date
Phase 1 - August 31, 2022
Phase 2 - May 2025
Value
Phase 1 - $7.5 Million
Phase 2 - $1 Million
Deliver Method
Design | Bid | Build
Project Highlights
• Federal and State Funded Project
• Caltrans Local Assistance
• Traffic Signal Modifications
• New Street Lighting
• Pedestrian and Bicycle Safety
Improvements
Team Members
Robert Addiego
Oscar Zhao
Jonathan Haworth
Dmitry Wyman
Srushti Veluvolu
Jeff Neuenburg
Jacqueline Majors
City of Richmond - Yellow Brick
Road Pedestrian and Bicycle
Improvements - Phases 1 & 2
Swinerton Management and Consulting was selected to provide
Construction Management and Inspection Services to the City
of Richmond for the Yellow Brick Road Pedestrian & Bicycle
Improvements Iron Triangle Neighborhood Project. This
project is the result of the vision by neighborhood teenagers
that wanted safer paths of travel to and from their homes to
their schools and parks. The project was designed and closely
coordinated with POGO Park, a non-profit organization in
Richmond that has been integral in improving the neighborhoods
in Richmond. They were able to secure the Federal funding
through an ATP Grant and State funding from an Urban Greening
Grant.
The project scope of work included installing raised
intersections, raised crosswalks, non-raised crosswalks, traffic
circles, bus stop pads, curb bulbouts, curb and gutter, sidewalks,
driveways, curb ramps, medians, asphalt concrete pavement,
textured colored asphalt concrete pavement, slurry seal, base
repairs , storm drain manholes and junction structures, catch
basins and inlets, storm drain pipes, valve and utility box and
manhole adjustments, signing and striping, bike lanes, bike
boulevards, traffic signals, pedestrian hybrid beacons (PHB),
lighting, and relocating traffic signals and cabinets.
Swinerton’s scope of work included resident engineering
tasks, field inspections, document control, Caltrans Local
Assistance administration, coordination with local utility
companies, public outreach, coordination with local schools and
hospital, monitoring submittals and RFI’s, budget and schedule
management, conducting weekly meetings, providing weekly
updates to the City Manager’s office, quality assurance and
special inspections and materials testing.
REFERENCE
Wendy Wellbrock, PE | Senior Civil Engineer
City of Richmond | Public Works Department
450 Civic Center Plaza | Richmond, CA 94804
O: 510.307.8108 | M: 510.672.0846
wendy_wellbrock@ci.richmond.ca.us
Swinerton | Master488
Location
Concord, CA
Client
City of Concord
Design Engineer
BKF Engineers
Date Completed
March 2024
Delivery Method
Design-Bid-Build
Services
Construction Management
Inspection Services
Value
$5.6 Million
Project Highlights
• Traffic Control
• Concrete Improvements
• Pavement Milling and Overlay
• Demolition
• Potholing of Existing Utilities
• Full Depth Reclamation
• Street Lighting
• Landscape Irrigation
Team Members
• Robert Addiego
• Jonathan Haworth
• Jeffrey Neuenburg
• Oscar Zhao
• Bill Coletto
City of Concord Grant Street | East
Street Pavement Rehabilitation
Project No. PJ2525
Swinerton Management & Consulting provided Construction
Management services that included daily onsite inspection and
observation, photo documentation, preparing daily reports,
coordination with materials testing and special inspections,
submittal and RFI tracking, schedule monitoring, change order
review and negotiation, bid item quantity tracking and progress
payment review and acceptance. Swinerton is maintaining close
coordination with the City, Contractor and other stakeholders
to notify them of the work schedule. This project also requires
correspondence and close coordination with Caltrans as much of
the project limits are in the Caltrans right-of-way. Coordination
with the City and designer to obtain the necessary Caltrans
permits is required. Services include public outreach and
coordination with John Muir Hospital, Mt. Diablo High School,
and residents and businesses regarding the project scope and
sequence on a regular basis.
The construction scope of work, in general, consists of
mobilization, traffic control, water pollution control, demolition,
tree removal, potholing of existing utilities, open trench of storm
drain, street asphalt concrete pavement by full depth reclamation
method, asphalt concrete grind and overlay, concrete curb and
gutter, concrete sidewalk, concrete driveway, concrete median,
concrete ADA ramp construction, utility adjustments, traffic
striping, pavement markings and markers, street lighting, traffic
signal modification, and landscape and irrigation construction.
REFERENCE
Mr. Aldrich R. Bautista, PE | Associate Civil Engineer
City of Concord | Engineering Services
1950 Parkside Drive MS/40 | Concord, CA 94519
925.671.3028 | aldrich.bautista@cityofconcord.org
Mr. Bernard Enrile | Capital Improvement Program Manager
City of Concord | Engineering Services
1950 Parkside Drive MS/40 | Concord, CA 94519
925.671.3031 | bernard.enrile@cityofconcord.org
Swinerton | Master489
City of South San Francisco Orange
Memorial Park Sports Field
Swinerton Management & Consulting is the construction manager for the
City of South San Francisco’s Orange Memorial Park Sports Field project.
This Sports Field Project replaces the existing natural turf baseball and
softball fields at Orange Memorial Park with new synthetic turf softball,
baseball and soccer fields.
The fields are improved with sports field lighting, electronic scoreboards
and sound system, field associated fencing and netting, spectator bleacher
seating, pedestrian pathways with landscape and lighting, landscape
irrigation and planting improvements, and relocation and upgrade of
an existing concessions building. The Sports Field projects is installed
over the new storm water capture system cistern, infiltration gallery and
associated piping.
As project and construction manager for the City of South San Francisco,
Swinerton prepared the front end document for bidding and managed the
bid process through the City’s electronic bid portal including marketing,
solicitation and award. Swinerton was responsible for coordination with
city, designer and contractor during construction, schedule management,
performing construction inspections and coordinating Building
Department and special inspections, and project close-out.
Location
South San Francisco, CA
Client
City of South San Francisco
Designer
Verde Design
Value
$12.6 Million
Completion
Fall 2023
Delivery Method
Design-Bid-Build
Project Highlights
• Synthetic Turf Baseball | Softball | Soccer Fields
• Spectator Seating
• Electronic Scoreboard and Sound System
• Landscape Planting and Irrigation including Silva
Cells
• Relocation and Upgrade of Existing Concession
Buildings
• Protection of New Storm Water Capture System
• High Profile Center of Major Community Park
Improvements
Team Members
• Peter Vorametsanti
• Lissette Morales
• Luis Guiulfo
• Udit Mishra
• Matthew MacKenzie
REFERENCES
Mr. Philip Vitale, Jr. | Deputy Director
City of South San Francisco | Capital Projects
33 Arroyo Drive | South San Francisco, CA 94080
650.877.8548 | philip.vitale@ssf.net
Mr. Matthew Ruble | Principal Civil Engineer
City of South San Francisco
315 Maple Avenue | South San Francisco, CA 94080
650.829.6671 | matthew.ruble@ssf.net
Swinerton | Master490
Location
Concord, CA
Client
City of Concord
Design Engineer
Pavement Engineering, Inc. (PEI)
Contractor
McGuire & Hester
Date Completed
July 2023 - March 2024
Delivery Method
Design-Bid-Build
Services
Construction Management
Value
$8.5 Million
Project Highlights
• Traffic Control
• Water Pollution Control
• Demolition
• Traffic Striping
• Pavement Markings
• Video Detection System
City of Concord Residential Pavement
Maintenance Phase A - Project Nos.
PJ2516, 2517, 2561, 2562, 2563
Construction Management services for Residential Pavement Maintenance
Phase A scope of work that included mobilization, traffic control, water
pollution control, demolition, crack sealing, cold planning of asphalt
roadway; placement of Hot Mix Asphalt (HMA) materials; removal and
replacement of concrete sidewalk, curb, gutter, curb ramps, driveways and
valley gutters; pruning and removal of tree roots; lowering and adjustment
of utility covers to finish grade; removal and replacement of traffic striping
and pavement markings; relocating roadside signs; and installing new video
detection systems.
Scope of services included daily onsite inspection and observation, photo
documentation, preparing daily reports, coordination with materials testing
and special inspections, submittal and RFI tracking, schedule monitoring,
change order review and negotiation, bid item quantity tracking and
progress payment review and acceptance. Swinerton maintained close
coordination with the City, Contractor and residents to notify them of
the work schedule. This project also required correspondence and close
coordination with local schools, utility companies, and other stakeholders.
REFERENCE
Mr. Aldrich R. Bautista, PE | Associate Civil Engineer | City of
Concord | Engineering Services | 11950 Parkside Drive | M|S
40 Concord, CA 94519
925.671.3028 | aldrich.bautista@cityofconcord.org
Swinerton | Master491
Location
Various Sites within City of Martinez, CA
Client
City of Martinez
Start | Completion
November 2022 - November 2025
Value
$1.1 Million
Team Members
Robert Addiego
Jeff Neuenburg
Ayushi Patel
Matthew MacKenzie
Srushti Veluvolu
Udit Mishra
City of Martinez - On-Call
Construction Management Services
Swinerton was awarded an On-Call Contract with the City of Martinez
in 2022 to provide Construction Management and Inspection Services
on an as needed basis. The services include project and construction
management and inspection services for various Capital Improvement
projects. Services include preconstruction management, budget
and schedule management, conducting weekly meetings, reviewing
contractor submittals, RFI’s, change order requests, payment
applications, tracking bid item quantities, public outreach and
notifications, coordination with special inspections and materials
testing, document control and project close-out. Projects have included
the Measure H Park Improvements, Hidden Valley Sports Courts, Pine
Meadow Park, Morello Avenue Sidewalk Gap Closure, and Webster
Drive Hydropneumatic Tank Replacement.
• Measure H Park Improvements Project (Hidden Lakes Park, Cappy
Ricks Park, Waterfront Park)
Construction Start: October 2022
Construction Completion: April 2023
Value: $1.3 million
CM Budget: $87,216 | Final Cost: $87,216
• Hidden Valley Park Sports Courts Project
Construction Start: July 2024
Construction Completion: February 2025
Value: $1.5 million
CM Budget: $159,985 | Final Cost: $159,901
• Pine Meadow Park Project
Construction Start: August 2024
Construction Completion: May 2025
Value: $2.6 million
CM Budget: $159,600 | Final Cost: $159,600
• Morello Avenue Sidewalk Gap Closure Project
Construction Start: January 2025
Construction Completion: February 2025
CM Budget: $65,760 | Final Cost: $60,069
REFERENCE
Trevor McGuire, PE
Associate Civil Engineer | City of Martinez, Engineering
Department | 525 Henrietta Street, Martinez, CA 94553
(o) 925.372.3502 | (m) 925.839.3566
tmcguire@cityofmartinez.org
Swinerton | Master492
City of Brentwood Civic Center
City of Brentwood’s Civic Center consists of a LEED certified New
City Hall, Community Center, Parking Structure and Plaza with a
Focal Water Feature.
The new 65,000 square-feet three-story City Hall centralized City
staff from multiple locations. The 34,000 square-feet two-story
Community Center features a full kitchen, art studio and gallery,
and accommodates up to 476 seats in the community hall.
The 111,300 square-feet four-story parking structure has 280
stalls. In addition to construction, major site work included the
demolition of the existing library, community center and city hall.
Swinerton provided comprehensive project and construction
management services including design management, bid
management, contractor qualification and selection, management
of all construction, special inspection and material testing and
project close-out activities.
Location
Brentwood, CA
Client
City of Brentwood
Architect
LPA, Inc.
Completion Date
May 2012
Value
$40 Million
Project Highlights
• LEED Certified
• Construction Management
• California Mission Style Design Fea-
tures
• New City Hall
• Community Center
• Parking Structure
• Project Staff Utilizing EADOC Software
• Water Feature
• Green Roof
• Bioswales
• Infiltration Planters
• Right-of-Way
• Pervious Paving
REFERENCE
Ms. Gail Leech | Management Analyst
City of Brentwood |
925.516.5118 | gleech@brentwoodca.gov
Swinerton | Project Experience493
Location
Concord, CA
Client
City of Concord
Design Engineer
Harris & Associates
Date Completed
July 2019
Delivery Methods
Design-Bid-Build
Services
Construction Management
Value
$3.9 Million
Project Highlights
• 4,800 LF of main sewer lines
• Sanitary Sewer manholes
• Sewer cleanouts
• Rolled concrete curb and gutter
• ADA curb ramps r
• Milled and overlaid pavement on
City of Concord BART Area Sanitary
Sewer Upgrade - PJ2406
Swinerton Management & Consulting provided Construction Management
and Inspection for the City’s Concord BART Area Sanitary Sewer Upgrade
Project.
The project was completed under the City’s Sanitary Sewer repair program
and required close coordination with the City’s Sewer Department,
Infrastructure and paving crews.
The scope of work included mobilization, traffic control, storm water
pollution control, potholing of existing utilities, clearing and grubbing,
bypass pumping of sewer flows, open trench replacement of sanitary sewer
mains and laterals, pipebursting replacement of sewer laterals, sewer
cleanout installation, manhole construction, manhole rehabilitation, ADA
curb ramp reconstruction, pavement milling, digout repairs, HMA overlay,
keycuts, remove and replace PCC valley gutters, and traffic striping and
markings. Scope of work included:
• Remove and replace over 4,800 LF of main sewer lines
• Construct new Sanitary Sewer manholes
• Rehabilitate existing Sanitary Sewer manholes
• Pipeburst existing 4” and 6” sewer laterals
• Remove and replace sewer cleanouts
• Construct new sewer cleanouts
• Reconstructed over 1,000 LF of rolled concrete curb and gutter
• Constructed new 18 new ADA curb ramps and reconstructed concrete
valley gutter
Swinerton Management & Consulting scope of services included oversight
of the general contractor’s work, construction administration, including
processing RFI’s and submittals, preparing pay applications, negotiating
change orders, monitoring daily activities and preparing weekly statements
of work days; field inspections, special inspections including HMA pavement
and concrete testing, compaction testing, paving inspections, photographic
documentation, and utility coordination with CCWD and PG&E.
Community Outreach and coordination were critical as the work was nearby
the Concord BART Station and in residential areas. A BART Permit was
required for a portion of the work nearest the station.
REFERENCE
Mr. Ali Hatefi, P.E. | Associate Civil Engineer
Department of Community & Economic Development
Engineering Services Division |City of Concord
1435 Gasoline Alley |Concord, California 94520
925.671.3284
Swinerton | Master494
Jeff Gee, AIA
PRINCIPAL-IN-CHARGE
D: 415.984.1239
M: 650.483.7412
jgee@swinerton.com
2001 Clayton Road, 6th & 7th Floors
Concord, CA 94520
swinertonmc.com
495
wwww
STATEMENT OF QUALIFICATIONS
Construction Management and
Inspection Services
JULY 25, 2025
496
CITY OF DUBLIN
Construction Management and Inspection Services
| i
Table of Contents
Cover Letter 1
Express interest and commitment to perform work
Signed by individual authorized to bind and negotiate
Qualifications and Experience of Firm/Individuals 2
Similar experience 3
References 4
Three recent work references
Key Staff Members 5
Dedicated staff with right skills 5
Availability 6
Approach 7
Integrated, proactive approach 7
Cost-effective project management 8
Rate Schedule 9
Rate schedule through 2028 10
Statements 9
Ability to meet standard consulting agreement 9
Exceptions to agreement and insurance requirements 9
Appendix
Resumes
497
1485 Civic Court, Suite 1500
Concord, CA 94520
www.unicoengineering.com • 916.900.6623
Client Focused • Quality Driven
July 25, 2025
Julius Pickney, Management Analyst II
City of Dublin
100 Civic Plaza
Dublin, CA 94568
Subject: Statement of Qualifications – Construction Management and Inspection Services
Dear Mr. Pickney and Members of the Selection Committee:
The City of Dublin (City) is seeking a consultant firm to provide on-call construction management and
inspection services for various projects and task orders associated with the City’s Capital Improvement
Program. The City’s project priorities demand a construction management partner who brings both hands-on
field expertise and proactive coordination from pre-construction through project closeout.
With a proven record of delivering complex municipal infrastructure projects, including park improvements,
roadway reconstructions, and public safety facility upgrades, UNICO Engineering, Inc. (UNICO) offers the
technical experience, responsive staffing, and local knowledge needed to protect the City’s interests, reduce
risk, and provide quality outcomes across your CIP portfolio. UNICO understands that the nature of on-call
contracts requires flexibility to adjust to the needs of the project, and the importance of efficiently delivering
various projects for the City with minimal oversight.
We are flexible and responsive to meet the specific needs of each task order, working collaboratively and
acting like an extension of staff rather than an outside consultant. Led by Principal-in-Charge/Contract
Manager, Carlos Melendez, UNICO proposes to staff this contract with a depth of experienced construction
management professionals: Jenna Castro, Taide Enrile, Gil Galusha, Craig Lozano, and Juan Trupp. To provide
a comprehensive team, UNICO has added Geocon and BSK for materials testing and special inspections.
UNICO is interested in and committed to providing the construction management and inspection services
for the City and will staff this contract from its local office in Concord. UNICO is in receipt of Addendum #1
dated July 18th. As the President of UNICO, I am the individual authorized to bind the firm into a contract with
the City and can be contacted at 530.903.9023 or via email at cesar@unicoengineering.com. Carlos Melendez
will serve as the Contract Manager for this contract and can be contacted at 510.385.0506, or via email at
cmelendez@unicoengineering.com to address questions throughout the duration of the contract.
UNICO looks forward to continuing our working relationship with the City. With the right team, local presence,
and deep understanding of the future projects’ technical complexities, we are ready to be the City’s trusted
partner. We stand ready to deliver these projects with the accountability, responsiveness, and excellence your
City and community deserve.
Sincerely,
UNICO Engineering, Inc.
Cesar Montes de Oca, PE
President
498
CITY OF DUBLIN
Construction Management and Inspection Services
| 2
Qualifica ons and Experience
Trusted local partner.
Established in 2013, UNICO
Engineering, Inc. (UNICO) is
a cer fied Disadvantaged
Business Enterprise (DBE)
firm specializing in providing
high-quality construc on
management (CM) and
inspec on services to public
sector clients across California.
With over 115 professionals and
a strong presence in the Bay
Area, including a local office in
Concord, UNICO brings extensive
regional knowledge, technical capacity, and a
proven track record of delivering a wide range of
on-call CM projects. Work for this contract will
be performed from UNICO’s Concord office
loca on.
UNICO’s construc on management team
includes more than 30 inspectors, with areas of
exper se ranging from storm damage
reconstruc on and emergency repairs to paving,
grading, and roadway overlay to u lity
reloca ons, tenant improvements and
renova ons for buildings/facili es, site
improvements, and streetlights and traffic signal
upgrades.
UNICO can provide construc on management
and inspec on support in the form of Resident
Engineers, Assistant Resident Engineers,
Structures Representa ves, Inspectors,
Pavement Management Specialists, ITS
Specialists, Office Engineers, Labor Compliance,
Construc on Surveyors, and Drone Pilots as
needed.
By combining hands-on experience with
regionally based staff, UNICO delivers CM
services that are efficient, responsive, and
aligned with the mission of the City. We take
pride in partnering with clients to extend the
value of their infrastructure investments and to
help deliver projects for the local communi es.
Why UNICO?
For more than a decade, UNICO has served as a
respected, professional team focused on a
strong commitment to provide responsive,
reliable, and thorough construc on
management and inspec on related services.
UNICO has the versa lity you need, and the local
experience that ma ers. We offer the City:
Dedicated and Commi ed Local Team:
UNICO’s local office in Concord allows for our
boots-on-the-ground field team to relay real-
me informa on quickly to troubleshoot and
respond effec vely to changing site
condi ons such as traffic control and
construc on opera ons.
Integrated, Proac ve Approach: UNICO
strives to operate as an extension of your
staff, rather than a third-party consultant.
Our team is flexible, responsive, and nimble
to meet the City’s needs.
Trusted Partner with Proven Success: UNICO
holds numerous on-call contracts with public
agencies with some contracts spanning over
10 years. We have the ability and capacity to
meet the City’s schedule and project needs
for the upcoming CIP projects.
California Employees
Licensed Engineers
AREs, OEs, and
Inspectors UN
I
C
O
S
T
A
T
S
499
CITY OF DUBLIN
Construction Management and Inspection Services
| 3
Similar Experience
The UNICO team has provided on-call
construc on management and inspec on
services on a variety of federal, state, and
locally-funded infrastructure projects
throughout Northern California. UNICO is
currently providing on-call CM services for
dozens of ci es and coun es throughout
Northern California. The table below highlights
UNICO’s similar experience based on the City’s
sample list of projects. Our experience has not
included electric vehicle charging or energy
improvements, however we have an in-house
electrical inspector, Sam Seward, that can
support those projects. Addi onal details for
select task order assignments in which UNICO
provided construc on management and
inspec on services are provided on the
following pages.
Client Name | On-Call Contract (Term)
Project Type
Fa
c
i
l
i
es
/
B
u
i
l
d
i
n
g
s
St
o
r
m
D
a
m
a
g
e
R
e
p
a
i
r
s
Pa
r
k
s
a
n
d
O
p
e
n
S
p
a
c
e
Ro
a
d
w
a
y
R
e
c
o
n
s
t
r
u
c
on
Co
m
p
l
e
t
e
S
t
r
e
e
t
s
Re
s
u
r
f
a
c
i
n
g
Si
g
n
a
l
s
a
n
d
S
t
r
e
e
t
l
i
g
h
t
s
Bi
k
e
/
P
e
d
I
m
p
r
o
v
e
m
e
n
t
s
City of Concord | On-Call CM Services (2022-2026) ■ ■ ■ ■ ■
County of Contra Costa | On-Call CM Services (2021-2027) ■ ■ ■ ■
City of Benicia | On-Call CM Services (2023-2026) ■ ■ ■ ■ ■
City of Elk Grove | On-Call CM Services (2016-2026) ■ ■ ■ ■ ■ ■ ■
City of Citrus Heights | On-Call CM Services (2014-Ongoing) ■ ■ ■ ■ ■
City of Folsom | On-Call CM Services (2017-Ongoing) ■ ■ ■ ■ ■
City of Lincoln | On-Call CM Services (2018-2026) ■ ■ ■ ■ ■ ■
City of Rocklin | On-Call CM Services (2020-2026) ■ ■ ■ ■ ■
City of Woodland | On-Call CM Services (2017-Ongoing) ■ ■ ■ ■ ■ ■
City of Chico | On-Call CM Services (2024-2027) ■ ■ ■
County of Bu e| On-Call CM Services (2023-2028) ■
County of Calaveras | On-Call CM Services (2019-2026) ■ ■ ■ ■
County of Tuolumne | On-Call CM Services (2023-2026) ■ ■ ■
County of Yuba | On-Call CM Services (2022-2025) ■ ■ ■
500
CITY OF DUBLIN
Construction Management and Inspection Services
| 4
Technical excellence focused on success.
Danville Boulevard/Orchard Court Complete Streets | Contra Costa County
This safety improvement project includes construc on of a roundabout at Danville
Boulevard and Orchard Court, along with ADA upgrades, roadway resurfacing,
drainage modifica ons, u lity reloca ons, and associated electrical and
landscaping improvements.
Police Department Campus Improvements | City of Elk Grove
This project involved site and tenant improvements at the City-owned access-
controlled loca on, including a new vehicle bay, laboratory, HVAC systems, roof
replacement, upgraded power and water u li es, and enhanced security systems
such as access control and surveillance.
Hillcrest Park Regional Green Infrastructure | City of Concord
This project delivers green infrastructure improvements, including stormwater
deten on, bioreten on basins, and trash capture devices, along with ADA-
compliant upgrades, parking lot enhancements, ligh ng, and landscaping.
References
Long-term client rela onships.
The following references highlight UNICO’s successful delivery of on-call CM services on capital
improvement projects similar in scope and complexity to the City’s.
On-Call CM & Inspec on Services On-Call CM & Inspec on Services On-Call CM & Inspec on Services
Descrip on: On-call services,
including new green
infrastructure with trash capture
devices, storm water deten on,
bio reten on basins, parking lot
upgrades, landscaping, ligh ng,
ADA-curbs, and curb ramps.
Descrip on: On-call services,
including Columbus Parkway
improvements to provide two
through lanes, a designated right
turn lane, a bike lane, median
reconstruc on, slurry seal and
paving, plan ng and irriga on,
and sidewalk.
Descrip on: On-call services,
including safety improvements
along the heavily trafficked Kirker
Pass Road between the Ci es of
Concord and Pi sburg, and
complete streets for Danville
Boulevard-Orchard Court.
UNICO’s Role: Construc on
Management and Inspec on
UNICO’s Role: Construc on
Management and Inspec on
UNICO’s Role: Construc on
Management and Inspec on
Client: City of Concord
1455 Gasoline Alley
Concord, CA 94519
Client: City of Benicia
250 East L Street
Benicia, CA 94510
Client: Contra Costa County
255 Glacier Drive
Mar nez, CA 94553
Reference: Kevin Wheat,
Associate Civil Engineer |
P: 925.671.3422
Reference: Neil Leary, Deputy
Public Works Director |
P: 707.746.4203
Reference: Adelina Huerta, Asst.
Public Works Director |
P: 925.313.2000
Contract Term: 2022-2026 Contract Term: 2023-2026 Contract Term: 2024-2027
501
CITY OF DUBLIN
Construction Management and Inspection Services
| 5
Key staff resumes are
provided in the appendix.
Key Staff Members
Dedicated staff with the right skills.
The organiza onal chart reflects clear, direct
lines of communica on between the City and
the UNICO team, providing efficient
coordina on for each project throughout the
on-call contract term. Carlos Melendez, PE,
QSD/P, will serve as the single point of contact,
bringing experience managing a diverse range of
infrastructure projects like the City’s CIP.
UNICO offers a well-integrated team with the
technical depth, redundancy of key roles, and
local knowledge necessary to an cipate and
resolve challenges specific to construc on in this
region.
The UNICO team has successfully delivered
comparable projects across Northern California
and has a proven history of working together.
This familiarity enhances collabora on,
accountability, and responsiveness, making
UNICO the strongest partner for delivering these
projects on-me and within budget.
Our staffing strategy focuses on capability,
availability, and ac ve project stewardship. By
assembling specialists where needed and
leveraging UNICO’s in-house CM strengths, we
offer the City a nimble, experienced, and well-
coordinated team that is fully aligned with each
project’s challenges and goals.
502
CITY OF DUBLIN
Construction Management and Inspection Services
| 6
Ability and capacity to deliver results.
UNICO assigns the right people at the right me to be efficient and cost effec ve when it comes to
staffing on-call assignments. In addi on to the staff highlighted on the organiza on chart, UNICO has
more than 30 inspectors to provide construc on management and inspec on services to meet the needs
of the City’s projects. The key staff proposed are available and commi ed to suppor ng the City. In the
table below, we have included a list of key staff members and their roles, exis ng assignments with
commi ed hours remaining, and percent availability through 2026.
Key Team Member &
Role
Exis ng Assignments Hours
Remaining
%
Availability
Carlos Melendez |
Principal/Contract
Manager
Benicia 2025 Citywide Pavement Rehab
Concord Residen al Paving Phase E
Contra Costa County Saranap Trash Capture
Dublin Trash Capture
60
150
42
18
60
Jenna Castro | Resident
Engineer
Dublin Trash Capture
Benicia 2025 Pavement Rehab
San Rafael Library
36
162
36
75
Taide Enrile | Assistant
Resident Engineer
Contra Costa County Saranap Trash Capture
Concord Residen al Paving Phase E
120
330
100
(Nov. ’25)
Craig Lozano | Inspector Stanislaus County Golden State Blvd 390 100
(Oct. ’25)
Gil Galusha | Inspector Vacaville Jepson Parkway
Stanislaus County North County Corridor
210
1080
100
(Jun. ’26)
Juan Trupp | Inspector Caltrans Olancha-Cartago 4-Lane 360 100
(Oct. ’25)
Established team with longstanding collabora on.
UNICO will coordinate closely with our
subconsultants, Geocon and BSK, through
regular communica on, shared project
schedules, and collabora ve work sessions,
drawing on our successful history of partnering
to deliver seamless, well-integrated services. We
have both firms iden fied to provide a depth of
resources and responsiveness depending on the
specific assignment and scope of work.
About Geocon
Geocon is a California-based
geo-environmental firm with
over 50 years of experience providing
geotechnical engineering, materials tes ng, and
special inspec on services. With a staff of 350
across nine California offices, Geocon brings
cer fied inspectors and field technicians
accredited by Caltrans, ICC, ACI, and DSA. As a
long-me on-call consultant to the City of
Dublin, Geocon offers deep familiarity with local
standards and site condi ons. Their proven track
record, including successful collabora ons with
UNICO across mul ple jurisdic ons, adds trusted
exper se and quality assurance to support the
City’s CIP delivery.
About BSK
BSK Associates brings nearly 60
years of experience in
construc on observa on, materials tes ng, and
special inspec on. With Caltrans-cer fied labs,
including one in nearby Livermore, BSK
enhances UNICO’s field capabili es through
responsive, high-quality tes ng of asphalt,
concrete, masonry, and structural steel. Their
cer fied staff and licensed engineers help
confirm materials meet design specifica ons
and regulatory standards, suppor ng quality and
compliance on public works projects.
503
CITY OF DUBLIN
Construction Management and Inspection Services
| 7
Approach
Integrated, proac ve approach.
UNICO’s approach includes proac ve leadership,
clear communica on, and deep understanding
of construc on. Our team will provide the tasks
iden fied in the RFQ for pre-, during, and post-
construc on phase services. UNICO’s project
delivery philosophy emphasizes:
Client-first communica on providing
transparency, responsiveness, and
accountability.
Technical accuracy with staff experienced in
Caltrans and local agency specifica ons,
construc on safety standards, and
documenta on and permi ng
requirements.
Proac ve risk management minimizing
delays and cost overruns through detailed
planning, stakeholder coordina on, and real-
me problem solving.
UNICO’s construc on management strategy is
rooted in proac ve planning, responsive service,
and con nuous quality improvement. Our
approach integrates five key pillars:
Staff Selec on
Responsiveness
Cost Management
Timely Project Delivery
Quality Control
These pillars, combined with proven strategies
for cost-effec ve project execu on, enable
UNICO to deliver consistent, high-quality results
tailored to the needs of each assignment.
Staff Selec on
UNICO carefully assigns staff based on the
specific requirements and technical needs of
each task order. Our team includes professionals
with exper se across a wide range of project
types – from roadway and signaliza on to parks
and facili es.
To provide maximum flexibility, UNICO invests in
internal cross-training that broadens the skills of
our staff, enabling us to rapidly adapt to the
City’s evolving staffing needs.
Responsiveness
UNICO is built on a culture of responsiveness
and client-first service. Our nimble team remains
accessible and engaged throughout the project
lifecycle. We provide consistent and open
communica on by:
Being present on-site during construc on
and readily available for consulta on.
Returning all calls, texts, and emails
within 24 hours.
Responding to emergency inspec on
requests immediately.
Keeping City staff and stakeholders
informed with mely updates.
Suppor ng public awareness and
engagement through project
communica ons.
Prac cing proac ve partnering with
stakeholders to build trust and maintain
momentum.
Cost Management
UNICO takes a disciplined, analy cal approach to
budget management, combining technical
review with real-me forecas ng:
Budget Forecas ng: Progress payment
quan ty reviews and forecast reports help
The City staff gains real-me access
to project informa on, enhancing
transparency and efficiency while
elimina ng administra ve burden.
Responsiveness
504
CITY OF DUBLIN
Construction Management and Inspection Services
| 8
the City monitor spending and an cipate
overruns. In-depth bid item analysis helps
validate es mated quan es, reduces
payment disputes, and provides reliable
forecasts of change orders and claims.
Construc on Value Engineering: Using our
varied experience and skills from design,
construc on, and management, our team
offers field-based recommenda ons that
op mize performance and reduce long-term
maintenance costs.
Independent Es mate Reviews: We provide
an analysis of the engineer’s es mate to
provide alignment with project intent and
control risk early.
Timely Project Delivery
UNICO’s team ac vely manages communica on,
tracks contracts, and documents day-to-day
construc on interac ons to minimize impacts to
the project’s schedule.
Quick response to RFIs, submi als, and
correspondence allows the Contractor to
plan and execute work without delay.
Contract me tracking is performed
using Weekly Statements of Working
Days to verify the Contractor remains
informed and accountable.
Focused contract management signals
that the UNICO team is fully engaged—
mo va ng the Contractor to stay on
schedule and helping the City meet its
delivery goals.
To support encroachment permits,
UNICO’s inspectors are available on short
no ce to respond to variable scopes and
schedules to meet peak demand,
accommodate emergency or a er-hours
work, and coordinate effec vely with
permi ng en es, the City, and the
public.
Quality
UNICO defines quality in three dimensions:
product/materials, documenta on, and
con nuous improvement.
Product and Materials Quality: Inspectors
work closely with materials tes ng labs to
validate product conformance and iden fy
any field anomalies early.
Documenta on and Filing: Projects are
managed in full compliance with Caltrans
LAPM standards and in conformance with
the City filing index. A three-stage internal
review process—at pre-, during, and post-
construc on, confirms decisions are
traceable and documenta on is audit-ready.
This strict Caltrans process protects the City
regardless of funding source.
Lessons Learned Summary: We track lessons
learned and deliver feedback reports to the
City, promo ng con nuous improvement in
future projects.
Cost-Effec ve Project Management
Whether the assignment calls for a full CM team
or a single inspector, our robust, scalable staffing
model verifies that we deliver value without
compromising quality.
UNICO’s cost-effec ve project management
verifies that we are iden fying the right
resources, assessing the needs of the project,
planning schedules proac vely, and monitoring
the progress of the project.
IDENTIFY ASSESS PLAN MONITOR
505
CITY OF DUBLIN
Construction Management and Inspection Services
| 9
Our strategies include:
Site Safety
While the Contractor maintains site safety,
UNICO’s Inspectors are trained to recognize
hazards and elevate safety concerns
immediately.
Claims Avoidance and Management
We monitor early warning signs—such as RFIs or
informal ques ons—to track, document, and
mi gate poten al claims before they escalate.
By combining proac ve communica on, expert
staffing, and rigorous quality and cost controls,
UNICO helps the City deliver its projects on me,
on budget, and to the highest standards.
Constructability Reviews
UNICO leads comprehensive constructability
reviews in close coordina on with the design
team and Contractor. UNICO’s ongoing field-
level review of design feasibility reduces RFIs
and unnecessary changes. By evalua ng plans,
specifica ons, and es mates collabora vely, we
help the City resolve poten al issues early -
suppor ng budget control, minimizing change
orders, and reducing schedule delays for a
smoother construc on process.
Schedule Management and Communica on
UNICO provides detailed reviews of the
Contractor’s schedules, change order logic, and
sequencing. With full-me, qualified inspec on,
including specialty inspectors, UNICO’s team
provides daily inspec on reports with
photographs to document progress, compliance,
and poten al issues. Strong field presence
verifies quality and maintains schedule
integrity, protec ng the City from claims and
delays.
Effec ve communica on leads to be er quality
control. UNICO has consistently integrated high
quality control standards for every project we
undertake to confirm accuracy and adhere to
approved budgets. During field ac vi es, the
Resident Engineer/Construc on Manager
reviews and signs off on tasks completed by the
UNICO team to verify accuracy. UNICO keeps the
City ac vely engaged and involved throughout
the project’s dura on.
Regular coordina on mee ngs, a centralized
issue-tracking system, and clearly defined roles
and responsibili es allow all par es to remain
informed and accountable. By fostering a culture
of openness and adaptability, the team mi gates
risks associated with unforeseen challenges
while maintaining project momentum.
Rate Schedule
UNICO’s rate schedule for 2025-2028 is provided
on page 10.
Statements
UNICO meets the coverage and limits outlined in
Sec on 4, Insurance requirements; however, our
Professional liability policy does include
“was ng” policy limits. UNICO will remove the
“was ng” limit upon selec on.
506
CITY OF DUBLIN
Construction Management and Inspection Services
| 10
Rate Schedule
Reimbursement for per diem and mileage expenses shall be per the current federal reimbursement rate.
Cost of normal survey stakes and other field supplies are included in the above rates.
Special monuments, iron stakes, etc. will be charged at cost.
Outside reproduc ons, services, and consultants will be charged at cost plus 10%.
Per prevailing wage, a shi differen al of 12.5% applies for any covered work shi beginning a er 2PM.
Yearly prevailing wage an cipates a 5% escala on, however, increases in DIR rate determina ons will be charged accordingly.
Over me rate will be billed at 1.5 mes the hourly rate for non-exempt employees.
50
7
Appendix A: Resumes
508
CITY OF DUBLIN
Construction Management and Inspection Services
| A.2
Years of Experience
• Total: 29
• With UNICO: 5
Education
• MS Civil Engineering, San Jose
State University (2011)
• BS Civil Engineering, California
Polytechnic State University,
San Luis Obispo (2000)
Registration
• Professional Engineer - CA
#C67534 (2005)
Certifications
• ASCE Soil and Rock Slope
Stability
• Caltrans Resident Engineer
Academy
• Qualified SWPPP Developer
and Practitioner (QSD/P) #01144
• USACE Construction Quality
Management Training
Affiliations
• ACE Mentor Program of
America
• American Public Works
Association
• American Society of Civil
Engineers
• Construction Management
Association of America
• Engineers without Borders
Carlos Melendez, PE, QSD/P
Principal in Charge/Contract Manager
Carlos is a licensed engineer and seasoned construction project manager
who brings a unique dual perspective from his work with both contractors and
construction management firms. As Principal/Contract Manager, Carlos provides
hands-on leadership and oversight across all phases of project delivery - from
constructability reviews and schedule development to on-site inspection
and change order negotiations. His recent work on similar on-call projects in
Contra Costa County, City of Concord, and City of Benicia demonstrates his
ability to lead CM teams, coordinate with stakeholders, and navigate complex
construction conditions in active public spaces. Carlos adds value through his
depth of understanding of contract administration, risk mitigation, and public
outreach, verifying projects stay compliant, on schedule, and responsive to
community needs.
Relevant Project Experience
Columbus Parkway-Rose Drive Improvements, Benicia, CA
Principal in Charge/Resident Engineer. This project improves operations at the
intersection of Columbus Parkway and Rose Drive. To increase capacity for
westbound Columbus Parkway and provide two through lanes, a designated
right turn lane, a bike lane, median reconstruction, slurry seal and paving,
planting and irrigation, and sidewalk. The widening requires the extension of
the storm drain culvert under Columbus Parkway and construction of a retaining
wall. Responsible for project management, resident engineering services, field
inspection, and public outreach.
Hillcrest Park Regional Green Infrastructure, Concord, CA
Principal in Charge/Resident Engineer. This $3.8M project constructed an
86,000 gallon subsurface water storage detention basin, two trash capture
devices and parking lot reconstructions. The underground stormwater
detention system featured electrical facilities, including motor control center,
water pump stations and associated piping. The project also included wet well
structures, temporary water diversion, storm water diversion structures, junction
chambers, storm water trash capture units, bioretention basins, storm drain
pipes, manholes, drainage inlets, electrical system, and lighting. Responsible for
project management, resident engineering services, field inspection, and public
outreach.
Kirker Pass Road Safety Improvements, Contra Costa County, CA
Principal in Charge/Resident Engineer. This $639K project improved the safety
and visibility along the heavily trafficked Kirker Pass Road between the Cities
of Concord and Pittsburg. The improvements included the removal of 156-feet
of metal beam guardrail, installation of 5,400-feet of new guardrail, end anchor
assemblies, terminal systems, roadside and median barrier delineators, and
installation of four street lights. Responsible for project management, resident
engineering services, field inspection, and public outreach.
509
CITY OF DUBLIN
Construction Management and Inspection Services
| A.3
Westminster and Kenyon Ave, Contra Costa County, CA
Principal in Charge/Resident Engineer. This $270K project
improves the pedestrian infrastructure by installing 14
field fit curb ramps at selected intersections. Ancillary
improvements include removal and replacement of
existing concrete valley gutter and asphalt concrete, base
rock placement and compaction, formwork construction,
and removal, and installation of thermoplastic pavement
markings. Responsible for project management, resident
engineering services, field inspection, and public outreach.
Briones Area Upgrades, Contra Costa County, CA
Principal in Charge/Resident Engineer. This $1.6M project
includes the removal, replacement, and installation of
metal beam guardrails at 46 locations along Bear Creek
Road, Alhambra Valley Road, and Reliez Valley Road in
the Briones area. The project removes existing guardrails
and installs new systems with extended lengths, terminal
ends, wood and steel posts, delineators, and concrete end
blocks, in accordance with the 2023 Caltrans Standard
Plans and Specifications. Responsible for constructability
review, project management, resident engineering
services, and public outreach.
Residential Paving Phase E, Concord, CA
Principal in Charge/Resident Engineer. The project
consists of roadway improvements in Zones 5M, 5H,
and 4L within Concord. The improvements will increase
pedestrian access and mobility and improve roadway
conditions for the motorized public. The streets in the
project area have a Pavement Condition Index (PCI) in the
40-70 range with light maintenance and rehabilitation as
appropriate treatments. The project involves pavement
overlay and slurry seal, as well as upgrading curb ramps to
achieve ADA compliance, and updating striping to current
standards.Responsible for project management, resident
engineering services, field inspection, and public outreach.
Carlos Melendez, PE, QSD/P
Principal in Charge/Contract Manager
Relevant Project Experience Continued:
Danville Boulevard-Orchard Court Complete Streets,
Alamo, Contra Costa County, CA
Resident Engineer. This highway safety improvement
project constructs a roundabout at the Danville Boulevard
and Orchard Court intersection in Alamo. This project
includes installation of ADA compliant curb extensions,
curb ramps, and entry medians, as well as slurry seal
and roadway restriping, drainage adjustments, storm
water treatment area, utility relocations, landscaping
improvements, and electrical work. Responsible for
project management, resident engineering services, field
inspection, and public outreach.
Rumrill Boulevard Complete Streets, San Pablo, CA
Assistant Resident Engineer/Utility Coordinator. The project
improves the length of Rumrill Boulevard between Costa
Avenue to San Pablo Avenue, approximately 1.7 miles in
length, and implements a “ road diet” which reduces
the number of vehicle travel lanes in both directions. A
Class 2 bikeway will be added, as well as additional safety
features, including bulb outs at intersections, installation
of rapid flashing beacons at crosswalks, traffic signal
modifications, and lighting improvements. Responsible for
coordination between Contractor and utility companies, as
well as reviewing construction sequencing plans and
responding to RFIs.
Pennington Road Rehabilitation, Live Oak, CA
Resident Engineer. This project reconstructs 1/3 mile
of Pennington Road. The work includes removal of the
existing pavement section and base materials under
the pavement section, placement of 5 inches of hot mix
asphalt over 13 inches of Class II aggregate base over
compacted subgrade, removal and reconstruction of
sidewalk, curb, and gutter, placement of new pedestrian
access ramps to meet current ADA standards, construction
of new residential and commercial driveways, adjustment
of existing utility facilities, and placement of new drainage
inlet, followed by new striping. Responsible for project
management, resident engineering services, and public
outreach.
510
CITY OF DUBLIN
Construction Management and Inspection Services
| A.4
CITY OF DUBLIN
Construction Management and Inspection Services
Years of Experience
• Total: 15 years
• With UNICO: .25 years
Education
• BS Mechanical Engineering,
University of California, Davis
(2010)
Registration
• Mechanical Engineer - CA
#M36525 (2010)
• Project Management
Professional - CA #2750843
(2020)
Certifications
• LEED AP, BD + C #0010730598
Jenna Castro, ME, PMP, LEED AP
Resident Engineer
Ms. Castro brings over 15 years of experience in project management,
construction management, and engineering. As an effective Project Manager,
she has overseen and delivered a variety of projects ranging from civil
improvements, structural improvements, mechanical and electrical upgrades,
new buidling construction along with fire protection systems. She is a well-
rounded engineer capable of delivering a wide variety of projects successfully.
Relevant Project Experience
Citywide Trash Capture Devices, Dublin, CA
Resident Engineer. The project involves installing new trash capture devices at
multiple drainage inlets throughout the City to comply with stormwater quality
requirements. The project also includes retrofitting select existing devices and
removing outdated or non-functional units as needed. Traffic control measures
are reviewed and verified regularly to minimize disruption to local traffic and
maintain public safety. As Resident Engineer, she oversees construction work to
ensure it follows project plans and standards. She manages daily site activities,
coordinates with contractors, and resolves field issues.
2025 Citywide Pavement Rehabilitation and Bicycle and Pedestrian
Improvements, Benicia, CA
Resident Engineer. The project consists of roadway improvements on Military
West from First Street to the Mary Farmar Elementary School entrance, including
pavement treatments of 2 and 3 layer micro-chip-slurry, localized dig outs, and
pavement striping. Frontage improvements are being completed on Military
West between West 3rd and West 5th, including the construction of a small
retaining wall. Pedestrian crossing enhancements are being implemented
at five intersections: Military West at West 3rd, Southampton at Hastings,
Kearney at Rose, Military East at East 5th, and a mid-block crossing on Kearney.
These improvements include bulb-outs, rectangular rapid flashing beacons
(RRFBs), high-visibility crosswalks, and ADA-compliant curb ramps. As Resident
Engineer, she oversees construction work to ensure it follows project plans and
standards. She manages daily site activities, coordinates with contractors, and
resolves field issues.
Downtown Library Renovation, San Rafael, CA
Construction Manager. This project renovates the City of San Rafael's
Downtown Library via two California State Library grants. The project includes
selective demolition to the existing building interior; construction/installation
of new interior walls, doors, interior glazing, ceilings, and finishes; compliance
with current life safety codes; installation of an interior lift; and modifications
to building systems (HVAC, electrical, lighting, telecommunications, audio/
visual, and plumbing). As Resident Engineer, she oversees construction work to
ensure it follows project plans and standards. She manages daily site activities,
coordinates with contractors, and resolves field issues.
511
CITY OF DUBLIN
Construction Management and Inspection Services
| A.5
Years of Experience
• Total: 12 years
• With UNICO: 2 years
Education
• BS Civil Engineering, San Jose
State University (2010)
Registration
• Engineer-in-Training - CA
#143580 (2011)
Certifications
• Caltrans 8-hour Water Pollution
Control Manager Training
• OSHA 30-hour Training
Taide Enrile brings 12 years of combined design and heavy civil construction
experience to UNICO’s construction management team, with a strong
background supporting public works projects for Bay Area municipalities and
Caltrans. As a former Field Engineer with land development design expertise,
Taide offers a rare dual perspective, bridging design intent with real-world
construction conditions. Her ability to proactively identify constructability issues,
communicate effectively with contractors and design teams, and navigate
LAPM compliance requirements makes her a valuable asset on infrastructure
projects requiring precision, adaptability, and coordination. Her contributions
help streamline delivery, reduce risk, and maintain alignment between the City’s
objectives and contractor execution.
Relevant Project Experience
Cowell Road Maintenance, Concord, CA
Assistant Resident Engineer. The project consists of roadway surface
improvements to Cowell Road from Ygnacio Valley Road to Babel Lane,
including mobilization; traffic control; water pollution control program; clearing,
grubbing, trimming, and root pruning; removing and replacing concrete
sidewalk, curb, and gutter; cold planing of asphalt roadway; placement of
HMA materials; crack seal and slurry seal; lowering and adjusting utility covers
to finish grade; removal and replacement of traffic striping and curb paint.
Responsible for contract change orders, field change directives, responding to
requests forinformation, communication between Contractor and City, certified
payroll, and progress payment review and approval.
Downtown Library Renovation, San Rafael, CA
Assistant Resident Engineer. This project renovates the City of San Rafael's
Downtown Library via two California State Library grants. The project includes
selective demolition to the existing building interior; construction/installation
of new interior walls, doors, interior glazing, ceilings, and finishes; compliance
with current life safety codes; installation of an interior lift; and modifications to
building systems (HVAC, electrical, lighting, telecommunications, audio/visual,
and plumbing). Responsible for contract change orders, field change directives,
responding to requests for information, communication between Contractor and
City, and progress payment review and approval.
Residential Paving Phase E, Concord, CA
Assistant Resident Engineer. The project consists of roadway improvements
in Zones 5M, 5H, and 4L within Concord. The improvements will increase
pedestrian access and mobility and improve roadway conditions for the
motorized public. The streets in the project area have a Pavement Condition
Index (PCI) in the 40-70 range with light maintenance and rehabilitation as
appropriate treatments. The project involves pavement overlay and slurry seal,
as well as upgrading curb ramps to achieve ADA compliance, and updating
striping to current standards. Responsible for contract change orders, field
change directives, responding to requests for information, communication
between Contractor and City, certified payroll, and progress payment review
and approval.
Taide Enrile, EIT
Assistant Resident Engineer
512
CITY OF DUBLIN
Construction Management and Inspection Services
| A.6
Years of Experience
• Total: 15 years
• With UNICO: 4 years
Education
• Coursework General Education
Coursework, Sacramento City
College
Certifications
• Adult First Aid/CPR/AED
• Confined Space #NOF-
1655400022-2409-19496
• ACI Grade Level II
• MT, PT and Radiography
• NDE/NDT Level II
• OSHA 40-hour
• Reinforced Concrete
• Trench Safety
Craig Lozano
Construction Inspector
Craig Lozano is a highly skilled Construction Inspector with over 15 years of
experience supporting the delivery of complex public infrastructure projects,
including roadway reconstructions, utility upgrades, seismic retrofits, and
green infrastructure systems. Craig brings technical knowledge of public
works construction, and is trusted to monitor quality and compliance. His field
responsibilities include daily inspection, materials verification, and quantity
tracking verifying accuracy, accountability, and timely reporting to project teams
and owners. Craig’s positive attitude, adaptability, and continuous drive to
improve make him a respected asset across diverse project types.
Relevant Project Experience
Hillcrest Park Regional Green Infrastructure, Concord, CA
Construction Inspector. This $3.8M project constructed an 86,000 gallon
subsurface water storage detention basin, two trash capture devices ,and
parking lot reconstructions. The underground stormwater detention system
featured electrical facilities, including motor control center, water pump
stations and associated piping. The project also included wet well structures,
temporary water diversion, storm water diversion structures, junction chambers,
storm water trash capture units, bioretention basins, storm drain pipes,
manholes, drainage inlets, electrical system, and lighting. Responsible for field
inspection,daily reports, verification of materials, and quantity reports.
San Pablo Dam Rd & Bailey Signal Upgrades, Contra Costa County, CA
Construction Inspector. As part of the Contra Costa County On-Call task orders
assignments, this $955K project consists of updating signal hardware including
the installation of Advanced Dilemma Detection Zone systems, improvement
made to pedestrian crossing signal hardware, installation of LED signal lights,
and retroreflective backplates at nine intersections on San Pablo Dam Road
between El Portal Drive and Castro Ranch Road and two intersections on Bailey
Road from Willow Pass to Canal Road. Responsible for field inspection,daily
reports, verification of materials, and quantity reports.
Jepson Parkway Phase 2, Vacaville, CA
Construction Inspector. This $24M project includes the one-mile reconstruction
and widening of Leisure Town Road from two lanes to four lanes, including
installation of two new traffic signals, new multi-modal pathway, non-
potable water, 84-inch sewer manhole, sanitary sewer, and storm drain utility
improvements. The 12-mile multi-modal corridor Jepson Parkway project
creates a four-lane roadway that moves through Fairfield and ends at the I-80
and Leisure Town Road interchange. Responsible for inspection, daily reports,
coordination with materials tester, verification of materials, and quantity reports.
Cedar Lane SR2S Replacement, Yuba County, CA
Construction Inspector. This $4M project enhanced safety and accessibility by
improving sidewalks and bicycle lanes for students, parents, and staff. The
0.6-mile project involved removing and replacing pavement, curbs, gutters, and
sidewalks, constructing ADA compliant ramps, upgrading striping, signage, and
storm drainage, and installing traffic control devices. Additionally, the project
provided safer and more accessible routes for the community. Responsible for
field inspection, daily reports, verification of materials, and quantity reports.
513
CITY OF DUBLIN
Construction Management and Inspection Services
| A.7
Years of Experience
• Total: 31 years
• With UNICO: 4 years
Certifications
• 40 Hour Hazmat
• Asbestos Awareness
• Clock Spring Installer Certified
• Confined Space
• D.O.T. Operators Qualification
• Emergency Response
• Excavation, Trenching, and
Shoring
• Fire Extinguisher Training
• First Responder Certified
• Lead Awareness Certified
• OSHA Competent Person
Training
• Oil Spill Response Training
Gil Galusha
Construction Inspector
Gil Galusha brings nearly three decades of hands-on construction experience
to the field, serving as an experienced Construction Inspector with a strong
background in public infrastructure. Known for his thorough documentation,
practical knowledge of construction methods, and trusted relationships with
agencies and other regulatory entities, Gil provides that quality, safety, and
compliance are upheld in every phase of construction. He adds value through
consistent, accurate reporting, material verification, and a strong command of
inspection standards for pavement, ADA compliance, traffic control, and utility
work on public infrastructure projects.
Relevant Project Experience
Kirker Pass Road Safety Improvements, Contra Costa County, CA
Construction Inspector. This $639K project improved the safety and visibility
along the heavily trafficked Kirker Pass Road between the Cities of Concord and
Pittsburg. The improvements included the removal of 156-feet of metal beam
guardrail, installation of 5,400-feet of new guardrail, end anchor assemblies,
terminal systems, roadside and median barrier delineators, and installation of
four street lights. Responsible for inspection, daily reports, coordination with
materials tester, verification of materials, and quantity reports.
Residential Paving Phase E, Concord, CA
Construction Inspection. The project consists of roadway improvements
in Zones 5M, 5H, and 4L within Concord. The improvements will increase
pedestrian access and mobility and improve roadway conditions for the
motorized public. The streets in the project area have a Pavement Condition
Index (PCI) in the 40-70 range with light maintenance and rehabilitation as
appropriate treatments. The project involves pavement overlay and slurry
seal, as well as upgrading curb ramps to achieve ADA compliance, and
updating striping to current standards. Responsible for inspection, daily reports,
coordination with materials tester, verification of materials, and quantity reports.
Rumrill Boulevard Complete Streets, San Pablo, CA
Construction Inspector. This $19M project improved 1.7 miles of Rumrill
Boulevard by removing barriers by making sidewalk improvements and
constructing dedicated bicycle lanes to reduce conflicts between bicycles,
pedestrians and automobiles. A “road diet” reduced the number of vehicle
travel lanes in both directions. The project included a Class IV (separated
and protected) bike way and additional safety features, including bulb outs at
intersections, rapid flashing beacons at crosswalks, traffic signal modifications,
and lighting improvements. Responsible for inspection, daily reports,
coordination with materials tester, verification of materials, and quantity reports.
Jepson Parkway Phase 2, Vacaville, CA
Construction Inspector. This $24M project includes the one-mile reconstruction
and widening of Leisure Town Road from two lanes to four lanes. The roadway
expansion includes installation of two new traffic signals, new multi-modal
pathway, non-potable water, 84-inch sewer manhole, sanitary sewer, and storm
drain utility improvements. The 12-mile multi-modal corridor Jepson Parkway
project creates a four-lane roadway that moves through Fairfield and ends at
the I-80 and Leisure Town Road interchange. Responsible for inspection, daily
reports, coordination with materials tester, verification of materials, and quantity
reports.
514
CITY OF DUBLIN
Construction Management and Inspection Services
| A.8
Years of Experience
• Total: 34 years
• With UNICO: 3 years
Education
• BS Civil Engineering, University
of Colorado (1990)
Registration
• Engineer-in-Training - CO
#16750 (1990)
Juan Trupp, EIT
Construction Inspector
Juan Trupp is a highly experienced Construction Inspector and former Caltrans
engineer who brings over two decades of field and agency expertise to public
infrastructure projects. With a background spanning transportation, stormwater,
utilities, and ADA compliance, Juan is skilled in both inspection and resident
engineering roles, providing regulatory compliance and clear communication.
His deep understanding of Caltrans standards, combined with his ability to
manage daily inspection activities, verify materials, and document progress
accuracy. Juan’s commitment to safety, quality, and proactive problem-solving
consistently supports successful project delivery for public agencies.
Relevant Project Experience
Encroachment Inspection, Citrus Heights, CA
Construction Inspector. This project provides inspection services for over 300
encroachment permit projects, including traffic control, best management plans,
replacement and installation of sewer cleanouts, watermains, storm watermains
and laterals, sidewalk, curb and gutter restorations, slurry and asphalt
restoration, directional boring, rock saw performance, pole replacements,
gas mains and laterals installation, utility breaks, and T caps installation and
compliance. Responsible for inspection, daily reports, coordination with
materials tester, verification of materials, and quantity reports.
Columbus Parkway-Rose Drive Improvements, Benicia, CA
Assistant Resident Engineer. This project improves operations at the
intersection of Columbus Parkway and Rose Drive to increase capacity for
westbound Columbus Parkway and provide two through lanes, a designated
right turn lane, a bike lane, median reconstruction, slurry seal and paving,
planting and irrigation, and sidewalk. The widening requires the extension of
the storm drain culvert under Columbus Parkway and construction of a retaining
wall. Responsible for inspection, daily reports, coordination with materials tester,
verification of materials, and quantity reports.
Hillcrest Park Regional Green Infrastructure, Concord, CA
Construction Inspector. This $3.8M project constructed an 86,000 gallon
subsurface water storage detention basin, two trash capture devices and
parking lot reconstructions. The underground stormwater detention system
featured electrical facilities, including motor control center, water pump stations
and associated piping. The project also included wet well structures, temporary
water diversion, storm water diversion structures, junction chambers, storm
water trash capture units, bioretention basins, storm drain pipes, manholes,
drainage inlets, electrical system, and lighting. Responsible for inspection, daily
reports, coordination with materials tester, verification of materials, and quantity
reports.
San Pablo Dam Rd & Bailey Signal Upgrades, Contra Costa County, CA
Construction Inspector. As part of the Contra Costa County On-Call task orders
assignments, this $955K project consists of updating signal hardware including
the installation of Advanced Dilemma Detection Zone systems, improvement
made to pedestrian crossing signal hardware, installation of LED signal lights,
and retroreflective backplates at nine intersections on San Pablo Dam Road
and two intersections on Bailey Road. Responsible for inspection, daily reports,
coordination with materials tester, verification of materials, and quantity reports.
515
1485 CIVIC COURT, SUITE 1500
CONCORD, CA 94520
916.900.6623
WWW.UNICOENGINEERING.COM
DBE | MBE CERTIFIED
516
Attachment 5
Reso. No. XX-25, Item X.X, Adopted 10/7/2025 Page 1 of 2
RESOLUTION NO. XX – 25
A RESOLUTION OF THE CITY COUNCIL
OF THE CITY OF DUBLIN
APPROVING AN AMENDMENT TO THE AGREEMENT WITH PAKPOUR CONSULTING
GROUP INC. FOR ON-CALL DEVELOPMENT REVIEW
WHEREAS, on June 15, 2021, the City Council adopted Resolution No. 72-21 Approving
the Consulting Services Agreement with Pakpour Consulting Group, Inc. for On-Call Development
Review and On-Call Construction Management & Inspection with a not-to-exceed compensation
amount of $2,000,000 over a three -year term; and
WHEREAS, on December 16, 2021, the contract was amended to expand the scope of
services to add emergency operations assistance; and
WHEREAS, on June 4, 2024, the City Council adopted Resolution No. 39-24 Approving
Amendment No. 2 to the agreement to extend the term through June 30, 2026, and increase the
not-to-exceed compensation amount to $3,000,000; and
WHEREAS, on July 2, 2025, the City issued a request for qualifications (RFQ) for
Construction Management and Inspection Services and Pakpour Consulting Group, Inc. submitted
qualifications in response to the RFQ; and
WHEREAS, Staff reviewed and evaluated consultant’s qualifications in accordance with
the RFQ rating criteria and recommended the City Council approve a new agreement for On-Call
Construction Management and Inspection Services with Pakpour Consulting Group, Inc.; and
WHEREAS, the agreement and new agreement have repetitive scopes of services
pertaining to On-call Construction Management and Inspection Services; and
WHEREAS, the City and Consultant now wish to amend the agreement to remove On-call
Construction Management and Inspection Services from the scope of services; and
WHEREAS, the City and Consultant now wish to amend the agreement to add performance
measures; and
WHEREAS, the City desires to further amend the Agreement to increase the not-to-exceed
compensation limit to $3,500,000 and update billing rates.
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does
hereby approve the third Amendment to the Consulting Services Agreement with Pakpour
Consulting Group, Inc., attached hereto as Exhibit A.
BE IT FURTHER RESOLVED that the City Manager, or designee, is authorized to execute
the amendment to the agreement, attached hereto as Exhibit A, and make any necessary, non-
substantive changes to Exhibit A to carry out the intent of this Resolution.
PASSED, APPROVED AND ADOPTED this 7th day of October 2025, by the following
vote:
517
Reso. No. XX-25, Item X.X, Adopted 10/7/2025 Page 2 of 2
AYES:
NOES:
ABSENT:
ABSTAIN:
______________________________
Mayor
ATTEST:
_________________________________
City Clerk
518
Page 1 of 7
THIRD AMENDMENT TO CONSULTING SERVICES AGREEMENT
BETWEEN THE CITY OF DUBLIN AND
PAKPOUR CONSULTING GROUP, INC.
WHEREAS, on July 1, 2021, the City of Dublin (hereinafter referred to as
"CITY") and Pakpour Consulting Group, Inc. (hereinafter referred to as " CONSULTANT ")
entered into a Consulting Services Agreement for On-Call Development Review and On-Call
Construction Management and Inspection services (hereinafter referred to as the
“AGREEMENT”); and
WHEREAS, on December 16, 2021, a First Amendment to the AGREEMENT
was entered into to add Emergency Operations Assistance to the scope; and
WHEREAS, on June 10, 2024, a Secord Amendment to the AGREEMENT was
entered into to extend the term through June 30, 2026, and increase the not to exceed
compensation amount to $3,000,000; and
WHEREAS, on July 2, 2025, the CITY issued a request for qualifications (RFQ)
for Construction Management and Inspection Services and CONSULTANT submitted
qualifications in response to the RFQ; and
WHEREAS, Staff reviewed and evaluated CONSULTANT’s qualifications in
accordance with the RFQ rating criteria and recommended that the City Council of the City of
Dublin approve a new agreement (NEW AGREEMENT) for On-call Construction Management
and Inspection Services with CONSULTANT; and
WHEREAS, the AGREEMENT and NEW AGREEMENT have repetitive scopes
of services pertaining to On-call Construction Management and Inspection Services; and
WHEREAS, the CITY and CONSULTANT now wish to amend the
AGREEMENT to remove On-call Construction Management and Inspection Services from the
AGREEMENT scope of services; and
WHEREAS, the CITY and CONSULTANT now wish to amend the
AGREEMENT to add performance measures to Exhibit A – Scope of Services, Development
Review; and
WHEREAS, the CITY and CONSULTANT now wish to amend the
AGREEMENT to modify Section 2 of the Agreement to increase the not to exceed
compensation by $500,000, to $3,500,000; and
WHEREAS, the CITY and CONSULTANT now wish to update the Scope of
Services by replacing Exhibit A of the AGREEMENT; and
Attachment 6
Exhibit A to Resolution
519
Page 2 of 7
WHEREAS, the CITY and CONSULTANT now wish to update the
Compensation Schedule & Reimbursable Expenses by replacing Exhibit B of the
AGREEMENT.
NOW THEREFORE, for good and valuable consideration, the sufficiency of
which is hereby acknowledged, the AGREEMENT is amended as follows:
1) The compensation amount set forth in section 2 of the AGREEMENT shall be
increased to a sum not to exceed $3,500,000.
2) Exhibit A shall be rescinded in its entirety and replaced with the attached revised
exhibit.
3) Exhibit B shall be rescinded in its entirety and replaced with the attached revised
exhibit.
4) Except to the extent inconsistent with this Third Amendment, the Parties ratify and
confirm all of the terms and conditions of the AGREEMENT.
5) All requisite insurance policies to be maintained by the CONSULTANT pursuant to the
AGREEMENT, as may have been amended from time to time, shall include coverage
for the amended term, as described above.
6) The individuals executing this Amendment and the instruments referenced in it on
behalf of CONSULTANT each represent and warrant that they have the legal power,
right and actual authority to bind CONSULTANT to the terms and conditions of this
Amendment.
SIGNATURES ON THE FOLLOWING PAGE
520
Page 3 of 7
IN WITNESS WHEREOF, the parties hereto have caused this Third Amendment to be
executed as of the date of the City Manager’s signature below.
CITY OF DUBLIN PAKPOUR CONSULTING GROUP, INC.
By: _____________________________ By: _____________________________
Colleen Tribby, City Manager Joubin Pakpour, P.E.
Dated:
ATTEST:
By: _____
Marsha Moore, City Clerk
APPROVED AS TO FORM:
By: _____________________________
City Attorney
521
Page 4 of 7
EXHIBIT A
SCOPE OF SERVICES
Development Review
Provide staff augmentation services.
Serve as engineering project manager and primary engineering reviewer for a wide variety
of land development, subdivision, commercial, encroachment permit, small cell permit,
planning applications, and building permit applications.
Review and manage multiple land development, subdivision, commercial, encroachment
permit, small cell permit, planning applications, and building permit applications from
initial planning application or entitlement through issuance of permit for construction or
improvement plan and final map approval, construction, to final sign-off of improvements,
turnover for maintenance, and warranty release.
Review, analyze, and develop conditions of approval for various planning entitlement
applications such as Tentative Maps, Site Development Reviews and Conditional Use
Permits.
Review various encroachment permit applications, including small cell site applications,
and building permit applications.
Review parcel maps, final maps, tract improvement plans, grading plans, street
improvement plans, plot plans and building permit plans for conformance with City and
State regulations and engineering standards of practice, including ADA and accessibility
requirements.
Review plans and documents for conformance with the requirements of the RWQCB
NDPES Municipal Regional Permit (MRP), including but not limited to:
Low impact development.
Source control.
Design of storm water treatment measures and sizing calculations.
Hydromodification standards and the use of BAHM software to both design
and review detention and metering devices.
Trash capture.
Stormwater Management Maintenance Agreements.
Work collaboratively with Public Works Staff and other City departments such as
Planning, Building, Economic Development, Fire and Environmental Services during the
review process.
Coordinate the review and approval process with outside agencies such as Dublin San
Ramon Services District, Zone 7 and Alameda County.
Correspond directly with applicants and their design teams.
Attend meetings with applicants and Staff and conduct various other duties in order to
efficiently coordinate project reviews with City Staff.
522
Page 5 of 7
Write memorandums summarizing plan review comments for transmittal to applicants
and other departments/agencies.
Write staff reports for City Council meetings.
Prepare agreements including long-term encroachment agreements, stormwater
operations & maintenance agreements and subdivision improvement agreements.
Administer surety bonds associated with various agreements.
Prepare grant deeds, grants of easement or certificates of acceptance documents and
review of associated plat maps and legal descriptions.
Perform field observations and walk-throughs of projects under construction, in support
of Public Works inspection staff/consultants.
Performance Measures:
1. Plan Review - As assigned by the Public Works Director, City Engineer, or designee:
a. Review development applications, including, but not limited to, application forms,
plans, specifications, reports, and calculations, for compliance with applicable
federal, state, and local laws, regulations, and standards.
b. Complete review of development applications in accordance with the schedules
established by the Public Works Department and Community Development
Department.
c. Notify the Public Works Department within three business days of receipt of an
incomplete plan review application package, so that the applicant can be notified
that the submittal is incomplete.
d. Ninety percent (90%) of the time, be available for an online or teleconference
meeting within three business days of a meeting request from the Public Works
Department.
e. Ninety percent (90%) of the time, be available within two business days for a field
observation or project walk-through of projects in construction.
f. Maintain records of performance and make those records available to the Public
Works Department upon request.
2. Other Duties. Consultant shall perform other related work within the scope of
development review, permitting, and inspection, as mutually agreed upon between the
Consultant and the Public Works Director, City Engineer, or designee. Fees for such as
needed services shall be based upon Exhibit B and the related work schedule will be
negotiated and mutually agreed upon by the Consultant and the Public Works Director,
City Engineer, or designee.
If the Consultant is unable to meet the timelines or requirements set forth in Exhibit A,
the City will provide written comments outlining the deficient deliverables and will, in
523
Page 6 of 7
good faith, meet and discuss with the Consultant regarding their performance to
understand the circumstances and collaboratively identify a resolution. If performance
issues persist, and the City can reasonably demonstrate that such issues are due to the
Consultant’s actions or omissions, the City may, (i) temporarily withhold payment for the
specific deliverables in question until they are satisfactorily completed and accepted, or
(ii) request that the Consultant re-perform the services at no additional cost. Repeated
and material failure to meet agreed-upon performance measures, after reasonable
opportunity to cure and upon substantiated fault of the Consultant, may constitute
grounds for termination for cause.
524
Page 7 of 7
EXHIBIT B
COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES
Billing Rate Adjustment FY 2025-2026
Position July 1, 2025
Current
Principal Engineer $280
Senior Engineer $248
Senior Designer $237
Associate Engineer $220
Associate Designer $210
Project Engineer $199
Project Designer $189
Assistant Engineer $173
Assistant Designer $162
Engineering Technician $134
Administrative Assistant $87
Public Works Inspector $194
All CPI increases shall be calculated by Consultant and requested for adjustment each May,
effective each July 1st. 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@dublin.ca.gov
525
Consulting Services Agreement between City of Dublin and 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Page 1 of 15
CONSULTING SERVICES AGREEMENT BETWEEN
THE CITY OF DUBLIN AND
PAKPOUR CONSULTING GROUP, INC.
FOR
ON-CALL DEVELOPMENT REVIEW AND
ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION
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, 2021 (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, 2024, 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
Attachment 7
526
Consulting Services Agreement between City of Dublin and 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Page 2 of 15
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 $1,000,000
for Development Review and $1,000,000 for Construction Management and Inspection, for a total of
$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.;
527
Consulting Services Agreement between City of Dublin and 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Page 3 of 15
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 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,
528
Consulting Services Agreement between City of Dublin and 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Page 4 of 15
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.
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
529
Consulting Services Agreement between City of Dublin and 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Page 5 of 15
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 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 the use of owned and non-owned automobiles.
530
Consulting Services Agreement between City of Dublin and 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Page 6 of 15
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
531
Consulting Services Agreement between City of Dublin and 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Page 7 of 15
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 5 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 5 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 Additional Requirements.A certified endorsement to include contractual liability
shall be included in the policy.
4.3.4 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
532
Consulting Services Agreement between City of Dublin and 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Page 8 of 15
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
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
533
Consulting Services Agreement between City of Dublin and 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Page 9 of 15
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 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,
534
Consulting Services Agreement between City of Dublin and 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Page 10 of 15
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.
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.
535
Consulting Services Agreement between City of Dublin and 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Page 11 of 15
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.
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
536
Consulting Services Agreement between City of Dublin and 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Page 12 of 15
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 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
537
Consulting Services Agreement between City of Dublin and 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Page 13 of 15
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:
Pakpour Consulting Group, Inc.
Attn: Joubin Pakpour, P.E.
5776 Stoneridge Mall Road, Suite 320
Pleasanton, CA 94588
Any written notice to City shall be sent to:
City of Dublin
Attn : 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
538
Consulting Services Agreement between City of Dublin and 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Page 14 of 15
10.12 Counterparts.This Agreement may be executed in multiple counterparts, each of which
shall be an original and all of which together shall constitute one agreement.
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
539
Consulting Services Agreement between City of Dublin and 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Page 15 of 15
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, City Manager Joubin Pakpour, P.E.
Attest: 1000054152
Consultant’s DIR Registration Number
(if applicable)
Marsha Moore, City Clerk
Approved as to Form:
City Attorney
3070368.1
540
Consulting Services Agreement between City of Dublin and Last revised 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Exhibit A – Page 1 of 5
EXHIBIT A
SCOPE OF SERVICES
Development Review
Provide staff augmentation services.
Serve as engineering project manager and primary engineering reviewer for a wide variety of land
development, subdivision, commercial, encroachment permit, small cell permit, planning applications,
and building permit applications.
Review and manage multiple land development, subdivision, commercial, encroachment permit, small
cell permit, planning applications, and building permit applications from initial planning application or
entitlement through issuance of permit for construction or improvement plan and final map approval,
construction, to final sign-off of improvements, turnover for maintenance, and warranty release.
Review, analyze, and develop conditions of approval for various planning entitlement applications such
as Tentative Maps, Site Development Reviews and Conditional Use Permits.
Review various encroachment permit applications, including small cell site applications, and building
permit applications.
Review parcel maps, final maps, tract improvement plans, grading plans, street improvement plans,
plot plans and building permit plans for conformance with City and State regulations and engineering
standards of practice, including ADA and accessibility requirements.
Review plans and documents for conformance with the requirements of the RWQCB NDPES Municipal
Regional Permit (MRP), including but not limited to:
Low impact development.
Source control.
Design of storm water treatment measures and sizing calculations.
Hydromodification standards and the use of BAHM software to both design and review
detention and metering devices.
Trash capture.
Stormwater Management Maintenance Agreements.
Work collaboratively with Public Works Staff and other City departments such as Planning, Building,
Economic Development, Fire and Environmental Services during the review process.
Coordinate the review and approval process with outside agencies such as Dublin San Ramon
Services District, Zone 7 and Alameda County.
Correspond directly with applicants and their design teams.
Attend meetings with applicants and Staff and conduct various other duties in order to efficiently
coordinate project reviews with City Staff.
Write memorandums summarizing plan review comments for transmittal to applicants and other
departments/agencies.
Write staff reports for City Council meetings.
541
Consulting Services Agreement between City of Dublin and Last revised 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Exhibit A – Page 2 of 5
Prepare agreements including long term encroachment agreements, stormwater operations &
maintenance agreements and subdivision improvement agreements.
Administer surety bonds associated with various agreements.
Prepare grant deeds, grants of easement or certificates of acceptance documents and review of
associated plat maps and legal descriptions.
Perform field observations and walk-throughs of projects under construction, in support of Public Works
inspection staff/consultants.
Construction Management and Inspection Services
The Scope of Services is intended as a guide to illustrate the minimum project requirements. The Consultant
Construction Management Team will provide professional and technical services to manage the
construction, and inspection, for the assigned project under the supervision of the City of Dublin. The
Consultant shall provide all other necessary equipment, vehicle(s), cell phone, tools of the trade, etc.
necessary for the project team to successfully complete the project.
Services During Pre-Construction:
The Construction Manager will assist City Staff in the following:
1. Perform a review of the construction documents issued to the City for review and provide
recommendations regarding feasibility of construction methods, current availability of materials and
labor and time requirements for procurement. Identify materials or services which may have a long
lead time and could impact to the project. Provide written comments to the City for incorporation
into the bid documents by addendum if necessary.
2. Work with the City to develop strategies to generate market interest in the Project.
3. Take the lead in managing the bid process including receiving bidder’s questions, distributing
information to the Owner and their consultant, issuing bid addendums, analyzing bids and
ultimately make a recommendation of award to the City Project Manager. Provide documentation
and substantiation to allow staff to gain Council approval of award.
4. Maintain an electronic project management filing system on the City’s network using the Microsoft
office suite.
5. Work with and provide project specific construction recommendations to the design team. Review
and provide comment on the construction logistics plans produced by the design team.
Services During Construction:
The Construction Manager will represent the City during construction of the project. The Construction
Manager will perform the following specific services:
1. Coordinate the efforts of the engineer, contractor, local agencies, and City to ensure proper
communication and progress of the project. Act as liaison to the City through the City’s Project
Manager.
542
Consulting Services Agreement between City of Dublin and Last revised 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Exhibit A – Page 3 of 5
2. Schedule, direct and supervise the Project Inspector or work with the City’s Sr. Inspector in
assignment of inspection staff.
3. Coordinate all required testing services and review testing reports and materials testing personnel.
4. Provide on-site coordination to assure that the project meets the Plans and Specifications and
stays on budget and schedule.
5.Review, evaluate, and furnish recommendations to the City regarding contractor’s performance,
construction schedule and any other matters related to compliance with the contract.
6.Provide a daily log of events and activities so as to secure the City’s interests and monitor work
accomplished in accordance with the contract.
7. Review, track and assist in the preparation of responses to Contractor RFI’s.
8. Review, track and assist in the review of Contractor submittals.
9. Review and track certificates of compliance and product submittals for conformance to the project
Special Provisions and/or Caltrans Standard Specifications and Plans.
10. Provide a monthly update outlining project status, schedule, submittals, RFI’s, and change order
issues. Include pertinent photos or supporting documents. The report should include an analysis of
any potential delays and their actual relevance. The report should be suitably formatted to share
with the City Manager’s Office.
11. Issue Weekly Statement of Days Charged.
12.Review and furnish contract correspondence, minutes of meetings and directives to be issued to
secure the interests of the City.
13.Review and make recommendations regarding payments to contractor including Change Orders,
when applicable, and recommendations regarding any proposed changes. Prepare and provide
cost analysis where necessary to verify change order costs generated by the Contractor are
reasonable and correct in scope.
14.Attend all construction-related site meetings with the City’s representatives, contractors, and other
meetings between related parties as required. Maintain separate notes on such meetings.
15.Verify that the Contractor complies with the requirement of the project’s water pollution control and
staff the project with the required personal and submit necessary documentation to the SMART
system.
16.Assist the Design Consultants Team to ensure compliance with the project’s various environmental
requirements and permits
17. Assist with providing any information to the City Departments as required.
543
Consulting Services Agreement between City of Dublin and Last revised 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Exhibit A – Page 4 of 5
18. Monitor contractor’s construction activities to ensure the General Contractor is providing proper
planning and coordination of work crews and of subcontractors for the execution of the project
work.
19. Identify potential claims and make recommendations to resolve them.
20. Upon completion of the project work, provide a punch list review and recommendation of Project
Acceptance.
21. Upon completion of the project work, review all of the Contractor’s final submittals to ensure their
compliance with final project close-out requirements.
22. The construction Contractor shall be responsible for job site safety. Should a safety or hazardous
condition be discovered by the Construction Management Team, it shall be brought to the attention
of the Contractor and inform the City.
The Project Inspector will represent the City during construction and report to the Construction Manager or
Inspector of Record or City Representative:
1. Provide on-site inspection to assure that the project is constructed in compliance with the Plans
and Specifications.
2. Perform the duties designated by the City’s Building Department Inspector or Inspector of Record
for the project.
3. Provide inspectors daily report of events, manpower, and activities so as to secure the City’s
interests and monitor work accomplished in accordance with the contract. Daily progress pictures
shall be incorporated into the report.
4. Take digital photographs and digital video tape recordings of the construction progress on a regular
basis, including pre-construction conditions within the project limits.
5. Collect material tags and verify materials on site meet project specifications and project submittals.
6. Maintain a redline set of as-built plans and specifications.
7. Track and field-verify quantities of actual improvements installed by the Contractor and maintain a
quantity bid sheet for each bid item of work.
8. Assists the Construction Manager or City Representative in review and recommendation of
progress payments.
9. Track and document Time and Materials work issued to the Contractor.
10. Working with the Construction Manager and other agencies and permit holders to issue a project
punch-list.
544
Consulting Services Agreement between City of Dublin and Last revised 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Exhibit A – Page 5 of 5
Post-Construction Services:
1. Provide marked up construction record drawings (as-built drawings) for designer completion.
2. Coordinate and prepare final progress payment.
3. Provide final inspection services and project closeout activities including preparation of final
construction project report and other documents required by City of Dublin, City Building
Department or Authority having Jurisdiction and resolve all contractor claims if any.
4. Resolution of all contract issues, warranties, bonds, etc.
5. Turn all construction documents over to the City of Dublin.
545
Consulting Services Agreement between City of Dublin and Last revised 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Exhibit B – Page 1 of 1
EXHIBIT B
COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES
January 1, 2021 through
December 31, 2021
Principal Engineer $220 per hour
Senior Engineer $190 per hour
Associate Engineer $170 per hour
Project Engineer $155 per hour
Assistant Engineer $140 per hour
Public Works Inspector $150 per hour
Engineering Technician $110 per hour
Administrative Assistant $80 per hour
Sub-Consultant Mark Up 10%
All rates are inclusive of direct costs such as mileage, copies, plots, postage, shipping, telephone and cell
phone charges. A 1.3 multiplier will be applied to the hourly rate of Project Inspectors working more than 8
hours per day and / or 40 hours per week.
546
Consulting Services Agreement between City of Dublin and Last revised 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Exhibit C – Page 1 of 2
EXHIBIT C
INDEMNIFICATION
PROFESSIONAL
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.
547
Consulting Services Agreement between City of Dublin and Last revised 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Exhibit C – Page 2 of 2
EXHIBIT C
INDEMNIFICATION
TECHNICAL CONSULTANT
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.
Notwithstanding the forgoing, to the extent this Agreement is a “construction contract” as defined by
California Civil Code Section 2782, as may be amended from time to time, such duties of Consultant to
indemnify shall not apply when to do so would be prohibited by California Civil Code Section 2782.
The Consultant’s obligation to defend and indemnify shall not be excused because of the Consultant’s
inability to evaluate Liability or because the Consultant evaluates Liability and determines that the
Consultant is not liable to the claimant. The Consultant must respond within 30 days to the tender of any
claim for defense and indemnity by the City. If the Consultant fails to accept or reject a tender of defense
and indemnity within 30 days, in addition to any other remedy authorized by law, so much of the money due
the Consultant under and by virtue of this Agreement as shall reasonably be considered necessary by the
City, may be retained by the City until disposition has been made of the claim or suit for damages, or until
the Consultant accepts or rejects the tender of defense, whichever occurs first.
548
Consulting Services Agreement between City of Dublin and Last revised 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Exhibit D – Page 1 of 3
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
549
Consulting Services Agreement between City of Dublin and Last revised 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Exhibit D – Page 2 of 3
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
550
Consulting Services Agreement between City of Dublin and Last revised 07/01/2021
Pakpour for Dev Review and Construction Management and Inspection Exhibit D – Page 3 of 3
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
551
Page 1 of 3
AMENDMENT #1 TO CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF
DUBLIN AND
PAKPOUR CONSULTING GROUP, INC.
WHEREAS,on July 1, 2021, the City of Dublin (hereinafter referred to as
"CITY") and Pakpour Consulting Group, Inc. (hereinafter referred to as "CONSULTANT ")
entered into a Consulting Services Agreement for On-Call Construction Management,
Inspection, and Development Review services (hereinafter referred to as the
WHEREAS, the CITY would like to expand the services provided by
CONSULTANT; and
WHEREAS,the CITY and CONSULTANT now wish to amend the
AGREEMENT to add a new section for Emergency Operations Assistance to the Public Works
Department in the event of an emergency.
NOW THEREFORE, for good and valuable consideration, the sufficiency of
which is hereby acknowledged, the AGREEMENT is amended as follows:
Section .0 shall be added in its entirety as follows:
EMERGENCY OPERATIONS ASSISTANCE. The following terms and conditions
are hereby agreed to by CONSULTANT in the event of a local or regional
emergency:
Report into the City of Dublin Emergency Operations Center (E.O.C.). Contract
personnel assigned to the CITY will make a reasonable effort to report to the City of
Dublin E.O.C. as soon as possible following a local or regional emergency.
CONSULTANT shall provide emergency preparedness training at its own expense. All
contract personnel assigned to the CITY shall maintain appropriate emergency training
and certification at all times, such as ATC-20 Damage Assessment Training and
Certification, within 12 months of the execution of this FIRST AMENDMENT.
CONSULTANT shall make contract personnel and resources available for emergency
response at the same hourly rates and conditions specified in this AGREEMENT.
CONSULTANT acknowledges that emergency response work may require variations
in the work hours and assignments.
Except to the extent inconsistent with this First Amendment, the Parties ratify and
confirm all the terms and conditions of the AGREEMENT.
552
Page 2 of 3
3) All requisite insurance policies to be maintained by the CONSULTANT pursuant to
the AGREEMENT, as may be amended from time to time, shall include coverage for
the original term.
4) The individuals executing this FIRST AMENDMENT and the instruments referenced
in it on behalf of CONSULTANT each represent and warrant that they have the legal
power, right and actual authority to bind CONSULTANT to the terms and conditions
of this FIRST AMENDMENT.
SIGNATURES ON THE FOLLOWING PAGE
553
Page 3 of 3
IN WITNESS WHEREOF, the parties hereto have caused this First Amendment to be
executed as of the date .
CITY OF DUBLIN PAKPOUR CONSULTING GROUP, INC.
By: _____________________________ By: _____________________________
Linda Smith, City Manager Joubin Pakpour, P.E.
Dated:
ATTEST:
By: _____
Marsha Moore, City Clerk
APPROVED AS TO FORM:
By: _____________________________
City Attorney
554
Page 1 of 3
AMENDMENT #2 TO CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF
DUBLIN AND PAKPOUR CONSULTING GROUP, INC.
WHEREAS, on July 1, 2021, the City of Dublin (hereinafter referred to as
"CITY") and Pakpour Consulting Group, Inc. (hereinafter referred to as (" CONSULTANT")
entered into a Consulting Services Agreement for On-Call Development Review and On-
Call Construction Management and Inspection (hereinafter referred to as the
“AGREEMENT”); and
WHEREAS, on December 16, 2021 the City Manager approved Amendment
No. 1 to the Consulting Services Agreement for Emergency Operations Assistance; and
WHEREAS, the existing AGREEMENT will expire on June 30, 2024; and
WHEREAS, the CITY and CONSULTANT now wish to amend the Agreement
to extend the term through June 30, 2026 by modifying section 1.1 of the Agreement, and to
increase the not to exceed compensation amount to $3,000,000 by modifying Section 2 of the
Agreement.
NOW THEREFORE, for good and valuable consideration, the sufficiency of
which is hereby acknowledged, the AGREEMENT is amended as follows:
1) Section 1.1 shall be rescinded in its entirety and replaced with the following:
Term of Services. The term of this Agreement shall begin on the Effective Date and
shall end on June 30, 2026, 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.
2) Section 2 COMPENSATION, the first paragraph shall be rescinded in its entirety and
replaced with the following:
Section 2. COMPENSATION.City hereby agrees to pay Consultant a sum not to
exceed $3,000,000, notwithstanding any contrary indications that may be contained in
the Consultant’s proposal, for services to be performed and reimbursable costs
incurred under his Agreement. In the event of a conflict between this Agreement and
the Consultant’s proposal, 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. Consultant shall submit all invoices to City
555
Page 2 of 3
in the manner specified herein. Except as specifically authorized by City, Consultant
shall not bill City for duplicate services performed by more than one person.
3) Except to the extent inconsistent with this Second Amendment, the Parties ratify and
confirm all of the terms and conditions of the AGREEMENT.
4) All requisite insurance policies to be maintained by the Consultant pursuant to the
Agreement, as may have been amended from time to time, shall include coverage for
the amended term, as described above.
5) The individuals executing this Amendment and the instruments referenced in it on
behalf of Consultant each represent and warrant that they have the legal power, right
and actual authority to bind Consultant to the terms and conditions of this
Amendment.
SIGNATURES ON THE FOLLOWING PAGE
556
Page 3 of 3
IN WITNESS WHEREOF, the parties hereto have caused this Second Amendment to be
executed as of the date of the City Manager’s signature below.
CITY OF DUBLIN PAKPOUR CONSULTING GROUP, INC.
By: _____________________________ By: _____________________________
Linda Smith D’Ambrosio, City Manager Joubin Pakpour, P.E.
Dated:
ATTEST:
By: _____
Marsha Moore, City Clerk
APPROVED AS TO FORM:
By: _____________________________
City Attorney
557
STAFF REPORT
CITY COUNCIL
Page 1 of 2
Agenda Item 5.4
DATE: October 7, 2025
TO: Honorable Mayor and City Councilmembers
FROM: Colleen Tribby, City Manager
SUBJECT:
Notice of City Engineer’s Receipt of Final Map for Review for Tract 8663,
Dublin Fallon 580
Prepared by: Oscar Rivera, Associate Civil Engineer
EXECUTIVE SUMMARY:
The City Council will receive notification of the City Engineer’s receipt of the Final Map for
review for Tract 8663, Dublin Fallon 580 Large Lot Map.
STAFF RECOMMENDATION:
Receive the notification.
FINANCIAL IMPACT:
None.
DESCRIPTION:
In accordance with Chapter 9.24.080 of the City of Dublin Municipal Code, this is notice of the
City Engineer’s receipt of the following Final Map for review:
Tract Location Developer Number of
Units/Lots
Type
8663 Dublin Fallon 580,
Large Lot Map
GH PacVest, LLC 11 Lots Large Lots
The Dublin Fallon 580 development is located north of Interstate 580, east of Fallon Road,
south of the Francis Ranch and Jordan Ranch developments, and west of the Righetti
property. The developer has prepared a Large Lot Final Map Tract 8663 for the entire
development area for review by Staff.
558
Page 2 of 2
STRATEGIC PLAN INITIATIVE:
None.
NOTICING REQUIREMENTS/PUBLIC OUTREACH:
The City Council Agenda was posted.
ATTACHMENTS:
1) Draft Tract 8663 Final Map
559
FA
L
L
O
N
DUBLIN
ALAME
D
A
C
O
U
N
T
Y
CONTR
A
C
O
S
T
A
C
O
U
N
T
Y
ROAD
N.
CAN
Y
O
N
S
PAR
K
W
A
Y
COLLIER
CANYON
DOO
L
A
N
ROA
D
I-580
PROJECT SITE
AR
N
O
L
D
DR
I
V
E
SCA
R
L
E
T
T
DRI
V
E
VICINITY MAP
HO
P
Y
A
R
D
RO
A
D
DO
U
G
H
E
R
T
Y
RO
A
D
SA
N
R
A
M
O
N
V
A
L
L
E
Y
I-6
8
0
BL
V
D
.
RO
A
D
GLEASON
DRIVE TA
S
S
A
J
A
R
A
R
O
A
D
PLEASANTON
DR
I
V
E
HA
C
I
E
N
D
A
SAN
T
A
R
I
T
A
RO
A
D
I-580
DUBLIN
BOULEVARD
CENTRAL
PARKWAY
EL
C
H
A
R
R
O
RO
A
D
FA
L
L
O
N
DUBLIN
ALAME
D
A
C
O
U
N
T
Y
CONTR
A
C
O
S
T
A
C
O
U
N
T
Y
ROAD
N.
CAN
Y
O
N
S
PAR
K
W
A
Y
COLLIER
CANYON
DOO
L
A
N
ROA
D
I-580
PROJECT SITE
AR
N
O
L
D
DR
I
V
E
SCA
R
L
E
T
T
DRI
V
E
OWNER'S STATEMENT:
THE UNDERSIGNED DOES HEREBY STATE THAT HE/SHE/THEY IS/ARE THE OWNER OF ALL THE LANDS DELINEATED AND EMBRACED WITHIN THE
TRACT BOUNDARY LINE OF THIS FINAL MAP ENTITLED: "TRACT 8663, GH PACVEST PROPERTY", CITY OF DUBLIN, ALAMEDA COUNTY, CALIFORNIA”,
CONSISTING OF NINE (9) SHEETS, THIS STATEMENT BEING UPON SHEET ONE (1) THEREOF; THAT HE/SHE/THEY CONSENT(S) TO THE
PREPARATION AND FILING OF SAID MAP; THAT SAID MAP PARTICULARLY SETS FORTH AND DESCRIBES ALL THE LOTS INTENDED FOR SALE BY
THEIR NUMBER AND PRECISE WIDTH AND LENGTH; AND THAT SAID MAP PARTICULARLY SETS FORTH AND DESCRIBES THE PARCELS OF LAND SO
RESERVED FOR PUBLIC PURPOSES BY THEIR BOUNDARIES, COURSES, AND EXTENT.
THE REAL PROPERTY DESCRIBED BELOW IS DEDICATED IN FEE TO THE CITY OF DUBLIN FOR PUBLIC PURPOSES:
1. THE REAL PROPERTY DESIGNATED AS PANDORA WAY, CENTRAL PARKWAY, FALLON ROAD, DUBLIN BOULEVARD AND CROAK ROAD FOR
PUBLIC RIGHT OF WAY PURPOSES.
2. THE REAL PROPERTY DESIGNATED AS PARCELS 4, 5, AND 6 ARE FOR THE PURPOSE OF PUBLIC PARKS. MAINTENANCE OF SAID PUBLIC
PARKS TO BE THE RESPONSIBILITY OF THE CITY OF DUBLIN.
THE REAL PROPERTY DESCRIBED BELOW IS DEDICATED AS AN EASEMENT TO THE CITY OF DUBLIN FOR PUBLIC PURPOSES:
1. THE AREAS IN, UNDER, ALONG, AND ACROSS ANY AREA OR STRIP OF LAND DESIGNATED AS PUBLIC SERVICE EASEMENTS (PSE), AS
DELINEATED AND EMBRACED WITHIN THE BOUNDARIES OF THE HEREIN EMBODIED MAP, DEDICATED TO THE CITY OF DUBLIN FOREVER
FOR THE "PURPOSES OF PUBLIC SERVICES" (AS HEREIN DEFINED). THE "PURPOSES OF PUBLIC SERVICES" SHALL INCLUDE THE
CONSTRUCTION, RECONSTRUCTION, REMOVING, REPLACING, REPAIRING, MAINTAINING, OPERATING, AND USING "PUBLIC SERVICE
FACILITIES" (AS DEFINED HEREIN), AND ACCESS THROUGH THE PUBLIC SERVICE EASEMENT FOR THESE PURPOSES. "PUBLIC SERVICE
FACILITIES" SHALL INCLUDE PUBLIC UTILITIES, FIRE HYDRANTS, ELECTROLIERS, IRRIGATION SYSTEMS, SIGNS AND TRAFFIC SIGNALS, AND
ALL NECESSARY APPURTENANCES THERETO SUCH AS BRACES, CONNECTIONS, FASTENINGS, APPLIANCES, AND FIXTURES FOR USE IN
CONNECTION THEREWITH. ALL PUBLIC SERVICE EASEMENTS SHALL BE KEPT OPEN AND FREE FROM BUILDINGS OR STRUCTURES OF ANY
KIND, WITH THE SOLE EXCEPTION OF PUBLIC SERVICE FACILITIES. ALL PUBLIC SERVICE EASEMENTS SHALL BE CONSIDERED PUBLIC
"WAYS" AS THAT TERM IS USED IN CALIFORNIA PUBLIC UTILITIES CODE SECTION 6202, AND ALL PUBLIC UTILITIES HOLDING A VALID
FRANCHISE FROM THE CITY SHALL HAVE THE RIGHT TO USE THE PUBLIC SERVICE EASEMENTS IN ACCORDANCE WITH THE TERMS OF THE
FRANCHISE.
2. THE REAL PROPERTY DESCRIBED AS PUBLIC ACCESS EASEMENT (PAE), FOR THE PURPOSE OF PUBLIC INGRESS AND EGRESS OF THE
GENERAL PUBLIC.
3. THE REAL PROPERTY DESCRIBED AS MAINTENANCE EASEMENT (ME), INCLUDING ACCESS THERETO, FOR THE PURPOSE OF
CONSTRUCTION, OPERATION, MAINTENANCE, REPAIR AND IMPROVEMENT OF THE PARKS.
THE REAL PROPERTY DESIGNATED AS PRIVATE ACCESS EASEMENT (PRAE) IS FOR THE THE PURPOSE OF PRIVATE VEHICLE AND PEDESTRIAN
INGRESS AND EGRESS AND PRIVATE UTILITIES. SAID EASEMENT IS NOT OFFERED FOR DEDICATION TO THE PUBLIC.
AND THE UNDERSIGNED DOES HEREBY RESERVE FOR FUTURE DEDICATION TO THE HOME OWNER'S ASSOCIATION OF TRACT 8663, GH PACVEST
PROPERTY, THE AREA DESIGNATED AS PRIVATE ACCESS EASEMENT, FOR THE PURPOSES OF INGRESS AND EGRESS.
THIS MAP SHOWS ALL EASEMENTS ON THE PREMISES AND/OR OF RECORD, WITHIN THE BOUNDARY LINES OF THE HEREIN EMBODIED MAP.
IN WITNESS WHEREOF, THE UNDERSIGNED HAVE EXECUTED THIS STATEMENT ON THE ______ DAY OF _______________________, 2025.
AS OWNERS: GH PACVEST, LLC, A DELAWARE LIMITED LIABILITY COMPANY
GH PACVEST, LLC, A DELAWARE LIMITED LIABILITY COMPANY
BY:
NAME:
TITLE:
CLERK OF THE BOARD OF SUPERVISORS' STATEMENT:
I, ANIKA CAMPBELL-BELTON, CLERK OF THE BOARD OF SUPERVISORS FOR THE COUNTY OF ALAMEDA, STATE OF CALIFORNIA, DO HEREBY
STATE, AS CHECKED BELOW, THAT:
□AN APPROVED BOND HAS BEEN FILED WITH THE SUPERVISORS OF SAID COUNTY AND STATE IN THE AMOUNT OF $___________
CONDITIONED FOR THE PAYMENT OF ALL TAXES AND SPECIAL ASSESSMENTS COLLECTED AS TAXES, APPROVED BY SAID LOCAL
BOARD IN SAID AMOUNT.
□ALL TAXES AND SPECIAL ASSESSMENTS COLLECTED AS TAXES HAVE BEEN PAID AS CERTIFIED BY THE
TREASURER-TAX COLLECTOR OF THE COUNTY OF ALAMEDA.
IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND THIS _____ DAY OF ____________, 2025.
ANIKA CAMPBELL-BELTON BY:
CLERK OF THE BOARD OF SUPERVISORS DEPUTY COUNTY CLERK
COUNTY OF ALAMEDA, STATE OF CALIFORNIA
COUNTY RECORDER'S STATEMENT:
FILED FOR RECORD THIS DAY OF , 2025 AT M., IN BOOK OF MAPS AT PAGES
THROUGH , UNDER SERIES NO. 2025 AT THE REQUEST OF FIRST AMERICAN TITLE
COMPANY IN THE OFFICE OF THE COUNTY RECORDER OF THE COUNTY OF ALAMEDA, STATE OF CALIFORNIA.
FEE: $_____________
MELISSA WILK
COUNTY RECORDER IN AND FOR THE COUNTY
OF ALAMEDA, STATE OF CALIFORNIA
BY:
DEPUTY
OWNER'S ACKNOWLEDGMENT:
A NOTARY PUBLIC OR OTHER OFFICER COMPLETING THIS CERTIFICATE VERIFIES ONLY THE IDENTITY OF THE INDIVIDUAL WHO SIGNED THE
DOCUMENT TO WHICH THIS CERTIFICATE IS ATTACHED, AND NOT THE TRUTHFULNESS, ACCURACY, OR VALIDITY OF THAT DOCUMENT.
STATE OF CALIFORNIA
COUNTY OF )
ON , 2025, BEFORE ME , A NOTARY PUBLIC, PERSONALLY
APPEARED WHO PROVED TO ME ON THE
BASIS OF SATISFACTORY EVIDENCE TO BE THE PERSON(S) WHOSE NAME(S) IS/ARE SUBSCRIBED TO THE WITHIN INSTRUMENT AND
ACKNOWLEDGED TO ME THAT HE/SHE/THEY EXECUTED THE SAME IN HIS/HER/THEIR AUTHORIZED CAPACITY(IES), AND THAT BY
HIS/HER/THEIR SIGNATURE(S) ON THE INSTRUMENT THE PERSON(S), OR ENTITY UPON BEHALF OF WHICH THE PERSON(S) ACTED,
EXECUTED THE INSTRUMENT.
I CERTIFY UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE FOREGOING PARAGRAPH IS TRUE AND
CORRECT.
WITNESS MY HAND:
SIGNATURE:
PRINTED NAME, NOTARY PUBLIC IN AND FOR SAID COUNTY AND STATE
PRINCIPAL PLACE OF BUSINESS:
COMMISSION EXPIRES:
COMMISSION # OF NOTARY:
ACTING CITY SURVEYOR'S STATEMENT:
I HEREBY STATE THAT I HAVE EXAMINED THIS FINAL MAP ENTITLED “TRACT 8663, GH PACVEST PROPERTY", AND I AM
SATISFIED THAT THIS FINAL MAP IS TECHNICALLY CORRECT.
DATED: , 2025
JONATHON J. CORREA, PLS 8950, ACTING CITY SURVEYOR
CITY OF DUBLIN, ALAMEDA COUNTY, CALIFORNIA
SURVEYOR'S STATEMENT:
THIS MAP WAS PREPARED BY ME OR UNDER MY DIRECTION AND IS BASED UPON A FIELD SURVEY IN CONFORMANCE WITH THE
REQUIREMENTS OF THE SUBDIVISION MAP ACT AND LOCAL ORDINANCE AT THE REQUEST OF GH PACVEST, LLC IN JANUARY OF 2025. I
HEREBY STATE THAT ALL THE MONUMENTS ARE OF THE CHARACTER AND OCCUPY THE POSITIONS INDICATED OR THAT THEY WILL BE
SET IN THOSE POSITIONS BEFORE TWENTY FOUR MONTHS FROM RECORDATION OF THIS FINAL MAP, AND THE COMPLETION OF
IMPROVEMENTS, AND THAT THE MONUMENTS ARE, OR WILL BE SUFFICIENT TO ENABLE THE SURVEY TO BE RETRACED, AND THAT THIS
FINAL MAP SUBSTANTIALLY CONFORMS TO THE CONDITIONALLY APPROVED TENTATIVE MAP.
DATED: , 2025
IAN BRUCE MACDONALD
LS NO. 8817
SOILS REPORT NOTE:
A GEOTECHNICAL REPORT, DATED _________, HAS BEEN PREPARED BY ENGEO INCORPORATED, JOB NO. ____________
"GEOTECHNICAL EXPLORATION", FOR THIS SUBDIVISION AND IS ON FILE WITH THE CITY OF DUBLIN.
CITY ENGINEER'S STATEMENT:
I, LAURIE L. SUCGANG, CITY ENGINEER OF THE CITY OF DUBLIN, COUNTY OF ALAMEDA, STATE OF CALIFORNIA, DO HEREBY STATE THAT I
HAVE EXAMINED THE HEREIN EMBODIED FINAL MAP ENTITLED “TRACT 8663, GH PACVEST PROPERTY", CITY OF DUBLIN, ALAMEDA
COUNTY, CALIFORNIA”, CONSISTING OF NINE (9) SHEETS, THIS STATEMENT BEING UPON SHEET ONE (1) THEREOF, AND THAT THE FINAL
MAP WAS PRESENTED TO ME AS PROVIDED BY LOCAL ORDINANCE THIS ________ DAY OF _____________________, 20__, AND THAT THIS
MAP CONFORMS WITH THE REQUIREMENTS OF THE SUBDIVISION MAP ACT AND LOCAL ORDINANCES APPLICABLE AT THE TIME OF
APPROVAL OF THE VESTING TENTATIVE MAP AND THE SUBDIVISION AS SHOWN IS SUBSTANTIALLY THE SAME AS IT APPEARED ON THE
VESTING TENTATIVE MAP AND ANY APPROVED ALTERATIONS THEREOF, AND THAT I APPROVE SAID MAP AND ACCEPT, SUBJECT TO
IMPROVEMENT, ON BEHALF OF THE CITY OF DUBLIN, PANDORA WAY, CENTRAL PARKWAY, FALLON ROAD, DUBLIN BOULEVARD, CROAK
ROAD, PARCELS 4, 5, AND 6, AND PUBLIC SERVICE EASEMENT (PSE), OFFERED FOR DEDICATION FOR PUBLIC USE IN CONFORMITY WITH
THE TERMS OF THE OFFER OF DEDICATION .
I FURTHER STATE THAT ALL AGREEMENTS AND SURETY REQUIRED BY LAW TO ACCOMPANY THE WITHIN FINAL MAP ARE APPROVED AND
ARE FILED WITH THE CITY.
DATED: , 2025
LAURIE L. SUCGANG, RCE 73022
CITY ENGINEER
CITY OF DUBLIN, ALAMEDA COUNTY, CALIFORNIA
JULY 2025
A SUBDIVISION OF THE LANDS OF GH PACVEST AS
RECORDED IN DOCUMENT NO. 2017049324 AND
2017130933, ALAMEDA COUNTY RECORDS
CITY OF DUBLIN
ALAMEDA COUNTY, CALIFORNIA
TRACT 8663
GH PACVEST PROPERTY
SIGNATURE OMISSIONS:
PURSUANT TO SECTION 66436(3) OF THE CALIFORNIA SUBDIVISION MAP ACT, THE SIGNATURES OF THE
FOLLOWING PARTIES HAVE BEEN OMITTED:
1. PACIFIC GAS & ELECTRIC COMPANY
a. INSTRUMENT NUMBER AZ65320, ALAMEDA COUNTY RECORDS
2. THE PACIFIC TELEPHONE AND TELEGRAPH COMPANY
a. INSTRUMENT NUMBER AZ65317, ALAMEDA COUNTY RECORDS
3. GTE SPRINT COMMUNICATIONS CORPORATION
a. INSTRUMENT NUMBER 87-114569, ALAMEDA COUNTY RECORDS
4. STATE OF CALIFORNIA
a. INSTRUMENT NUMBER AF-28671, ALAMEDA COUNTY RECORDS
b. INSTRUMENT NUMBER AF-28672, ALAMEDA COUNTY RECORDS
c. REEL 2279, IMAGE 110, ALAMEDA COUNTY RECORDS
d. BOOK 6021, PAGE 575, ALAMEDA COUNTY RECORDS
e. BOOK 3475 PAGE 374, ALAMEDA COUNTY RECORDS
f. BOOK 4115, PAGE 57, ALAMEDA COUNTY RECORDS
g. BOOK 1995, PAGE 343, ALAMEDA COUNTY RECORDS
h. BOOK 1995, PAGE 347, ALAMEDA COUNTY RECORDS
i. BOOK 3403, PAGE 506, ALAMEDA COUNTY RECORDS
Attachment 1
560
SEE DETAIL D
SHEET 3
111.22'
SEE DETAIL B
SHEET 3
SEE DETAIL G
SHEET 8
TEMPORARY
CONSTRUCTION EASEMENT
DOC. NO. 2023111603
TEMPORARY
CONSTRUCTION EASEMENT
DOC. NO. 2023111605
BASIS OF BEARINGS
N88°30'52"W
620.00' M-M (R-5)
R=429.94'
Δ=27°24'48"
L=205.71'
BNDY
N2
°
0
7
'
2
1
"
E
1
4
5
7
.
2
6
'
B
N
D
Y
N88°30'52"W 2538.04' BNDY
N88°33'15"W 809.68' BNDYN89°59'16"W
266.39' BNDY
N0
°
2
5
'
4
5
"
E
2
8
3
3
.
1
3
'
B
N
D
Y
R=270.03' Δ=85°49'47"
L=404.50' BNDY
N2
4
°
1
8
'
0
4
"
E
9
1
2
.
0
9
'
B
N
D
Y
N0
°
2
0
'
3
7
"
E
2
2
7
3
.
9
4
'
B
N
D
Y
N0
°
2
0
'
3
7
"
E
1
7
1
1
.
4
8
'
B
N
D
Y
N64°42'33"E(R)
287.00'415.25'
N2
4
°
1
8
'
0
4
"
E
8
3
4
.
4
9
'
M
-
M
N89°03'50"W
398.70'
STANDARD U.S.C.&G.S. 4"
BRAS DISC MON BURIED 0.8'
STAMPED "FALLON" 1946
U.S.C.&G.S. 2ND ORDER
TRIANGULATION 442,789.03
1,610047.54 CCS 27, ZONE 3
L2
(R-1)
EX. DRAINAGE EASEMENT
GRANTED TO THE
COUNTY OF ALAMEDA
RE 3505 IM 240
EX. PG&E EASEMENT
IN AZ-65317
IN AZ-65320
N76°27'29
"
W
2
2
8
7
.
2
7
'
(
R
-
1
)
)
EXISTING
U
T
I
L
I
T
Y
L
I
N
E
,
N
O
E
A
S
E
M
E
N
T
O
F
R
E
C
O
R
D
40' ROW GRANTED TO ALAMEDA COUNTY
FROM HENRIETTA FARRELLY
BK 2612, PG 352
10' UTILITY EASEMENT
RE 2279 IM 110
BK 3403 PG 506
IN 87-114569
RELINQUISHMENT OF
ACCESS RIGHTS
TO FREEWAY
RE 2279 IM 110
BK 6021 PG 575
BK 3475 PG 374
BK 4115 PG 57
IN AF-28671
IN AF-28672
BK 1995 PG 343
BK 1995 PG 347
BK 3403 PG 506
(N
2
3
°
2
0
'
E
9
0
1
.
4
0
'
R
-
8
)
(WEST 435.70' R-8)
(N
0
0
°
3
1
'
W
2
8
5
5
.
0
0
'
R
-
8
&
R
-
2
)
(N88°33'15"W 809.91' R-6)
N64°14'49"W
183.96' M-MN88°30'52"W
339.15'
227.93'
366.27'N15°44'21"W
93.94' (R-1)
N89°03'50"W
432.85' BNDY
L3
N85°34'02"E(R)
N01°24'29"W(R)
N87°14'16"W(R)
SEE DETAIL C
SHEET 3
SEE DETAIL A
SHEET 3
N0
°
2
6
'
3
3
"
E
1
1
5
0
.
0
0
'
M
-
M
(
R
-
1
2
)
N0
°
2
6
'
3
3
"
E
91
.
3
0
'
M
-
M
17
3
.
0
8
'
CA
L
C
.
(R
-
1
2
)
N87°53'11"W
131.20'
CALC. (R-12)
AIRPORT PROTECTION ZONE
(APA) LINE
EX. SDE
DOC. NO. ____
3/4" IP
TAG ILLEGIBLE
LAYING ON SIDE
DESTROYED
3/4" IP
TAG ILLEGIBLE
LAYING ON SIDE
DESTROYED
SNF
SEE DETAIL E
SHEET 3
92
'
(302.48'
(R-1))
(R=97
2
.
1
0
'
L=763
.
4
8
'
(
R
-
1
)
)
(N3
9
°
5
9
'
5
5
"
W
369
.
8
5
'
(
R
-
1
)
)
(R
-
1
)
(R
-
1
)
(R-1)
(R
-
1
2
)
ABANDONED PER
DOC. NO.
_________
43'
N87°52'39"W 162.51'
CALC. (R-12)
38
9
.
5
1
'
L1
C1
C2
N40
°
0
0
'
1
5
"
W
369
.
8
7
'
B
N
D
Y
R=972.16'Δ=45°00'00"L=763.53'BNDY
N85°00'15"W 556.96' BNDY
(N84°59'55"W 556.93'(R-1))
R=4972.77'
Δ=3°33'15"L=308.47'BNDY
(R=4972.48'
L=308.45' (R-1))
N88°33'30"W
302.50' BNDY
C3
N78°25'15"W 249.53'
(N78°28'35"W 249.44' (R-1)
N78°28'26"W 249.37' (R-6)(R-7))
SNF
3/4" IP
LS 6441 (R-1)
3/4" IP
NO CAP (R-1)
3/4" IP
NO CAP (R-1)
3/4" IP
LS 6441 (R-1)
EASTERLY LINE OF
FALLON ROAD PER
(R-1)
30'
SNF
SE
E
D
E
T
A
I
L
F
SH
E
E
T
3
Line Table
Line #
L1
L2
L3
Bearing
N2°06'49"E
N87°53'11"W
N88°33'10"W
Length
91.99'
12.00'
8.51'
(92.02' (R-1))
Curve Table
CURVE #
C1
C2
C3
RADIUS
278.05'
30.00'
222.03'
DELTA
47°30'19"
89°37'24"
95°52'27"
LENGTH
230.54'
46.93'
371.53'
(R=278.03' Δ=47°30'56" L=230.57' (R-1))
(Δ=89°37'40" L=46.93' (R-1))
JULY 2025
A SUBDIVISION OF THE LANDS OF GH PACVEST AS
RECORDED IN DOCUMENT NO. 2017049324 AND
2017130933, ALAMEDA COUNTY RECORDS
CITY OF DUBLIN
ALAMEDA COUNTY, CALIFORNIA
TRACT 8663
GH PACVEST PROPERTY
N89°03'50"W
4424.43'
30
.
4
6
'
(3
0
.
4
0
'
(
R
-
1
4
)
)
0.
4
5
'
(
R
-
1
4
)
14
4
9
.
1
2
'
(1
4
4
9
.
2
1
'
(
R
-
1
4
)
)
14
2
2
.
1
8
'
(1
4
2
1
.
5
6
'
(
R
-
1
4
)
)
15
2
2
.
2
2
'
(1
5
2
2
.
2
'
(
R
-
2
)
)
SNF
BOLT PER
(R-14)
3/4" IP
NO CAP
(R-14)
561
35
9
.
7
1
'
(3
5
9
.
7
9
'
(
R
-
1
3
)
)
N88°30'52"W
25.10'
20.00'5.10'
N88°30'52"W 111.22'
(111.21' (R-13))
56
.
2
1
'
(R
-
1
3
)
287.00'
N1°29'08"E
74.93' M-PL
N1°29'08"E
79.93' M-PL
N1
°
2
9
'
0
8
"
E
13
5
.
0
0
'
(
R
-
5
)
N1
°
2
9
'
0
8
"
E
13
1
.
5
0
'
(
R
-
5
)
N1
°
2
9
'
0
8
"
E
2
0
5
.
9
6
'
M
-
M
(R
-
5
)
N1
°
2
9
'
0
8
"
E
2
0
4
.
4
6
'
M
-
M
(R
-
5
)
9.00'
(R-5)
287.00' (R-5)
N88°30'52"W 620.00' (R-5)
N0
°
2
0
'
3
7
"
E
35
.
1
4
'
(
R
-
6
)
4.86' (4.70' (R-6))
N89°59'16"W
266.39' BNDY
R=836.00'
Δ=11°13'40"
L=163.82'
(R-11)
N76°55'36"W(R)
N0
°
2
5
'
4
5
"
E
97
6
.
6
4
'
N88°33'15"W
809.68'
(809.91'
(R-6))
N88°33'15"W
690.46'
(688.01' (R-6))
N88°33'15"W
283.34'
N84°41'01"W
71.79'(74.08' (R-6))
N84°41'01"W
31.94'
(29.64' (R-6))
R=46.00'
Δ=127°53'07"L=102.67'
R=14.00'
Δ=66°25'18"
L=16.23'
N0
°
2
5
'
4
5
"
E
57
.
8
3
'
(N
0
°
2
2
'
1
1
"
E
57
.
9
8
'
(
R
-
6
)
)
N88°33'15"W
381.86'
N88°33'15"W
2249.71'
(2249.49' (R-6))
N88°37'07"W
1048.38'
(N89°02'37"W (R-14)
1048.37' (R-6))
N88°37'07"W
1048.88'
(1048.78' (R-6))
N88°33'15"W
459.31'
(N88°58'45"W (R-14)
459.26' (R-6))
HELD FOUND NAIL & TAG
RCE 10319 ON TOP OF A
9"X14" SANDSTONE ROCK AT
A FENCE CORNER PER (R-1),
(R-3), & (R-4)
CALCULATED & HELD POSITION OF
"SRD 4" BASED ON INFORMATION
FROM (R-1) & (R-3) AS WELL AS
EXISTING EVIDENCE OF OLD FENCE
LINE. CURRENTLY OCCUPIED BY A
32" DBH EUCALYPTUS TREE
INTERSECTION OF EAST LINE OF
(R-3) AND SOUTH LINE OF (R-4)
FOUND 3/4"
IP WITH CAP
"LS 6441"
N0
°
2
0
'
3
7
"
E
58
8
.
2
1
'
(
5
8
8
.
2
2
'
(
R
-
1
)
)
STA. 20+45.80 PER ALAMEDA
COUNTY SURVEY NO. 6152 AND
FILE DRAWING BB-817
N0
°
4
6
'
4
0
"
E
41
5
.
9
2
'
(
R
-
1
1
)
FOUND 3/4"
IP WITH CAP
"LS 6441"
JULY 2025
A SUBDIVISION OF THE LANDS OF GH PACVEST AS
RECORDED IN DOCUMENT NO. 2017049324 AND
2017130933, ALAMEDA COUNTY RECORDS
CITY OF DUBLIN
ALAMEDA COUNTY, CALIFORNIA
TRACT 8663
GH PACVEST PROPERTY
N89°39'27"W
20.00' (R-1)
4.
2
3
'
N85°58'55"W
0.21'
N83°03'26"W
0.15'
FOUND 3/4" IP W/ CAP
STAMPED "LS 6441"
N34°13'39"W 0.17'
FROM CORNER
EXISTING MONUMENT WILL BE DESTROYED
NEW MONUMENT TO BE SET PER 371 M 12
N1°29'08"E
5.00' M-M
PUBLIC STREET
RIGHT OF WAY
DOC. NO. 2022187223
N43°51'45"W
0.06'
10' UTILITY EASEMENT
DOC. NO. 87-114569
10' UTILITY EASEMENT
SEE SHEET 2
6"x6" CONC POST
W/ PIN ACCEPTED
AS 6-M PER (R-7)
FOUND 1" IP HELD AS
CALTRANS ROW MONUMENT
208-R PER (R-7)
N1°29'08"E
5.00' M-M
N2
4
°
1
8
'
0
4
"
E
83
4
.
4
9
'
M
-
M
58
3
.
9
8
'
(
R
-
1
1
)
N62°38'00"E
1.05'
N65°4
1
'
5
6
"
W
(
R
)
30.00
'
N24°18'04"E
11.22' (R-11)
26
5
.
7
6
'
(2
6
5
.
0
8
'
(
(
R
-
4
)
)
(2
6
5
'
(
R
-
1
)
(
R
-
3
)
(266.11' (R-6))
N88°33'15"W 665.20'
(662.03' (R-6))
N88°33'15"W 1062.74'
(1063.44' (R-6))
FOUND 3/4" IP W/ CAP
RCE 11118 PER R-14
SNF
FOUND 3/4" IP W/ CAP RCE 11118 PER R-14
N0°58'54"E 0.40' FROM CORNER, HELD FOR WEST LINE OF R-14FOUND 3/4" IP NO CAP
N80°30'23"E 1.61'
FROM CORNER
NO RECORD
562
9
14
15
9
8
11
6
NATURE PARK
3
7
5
COMMUNITY PARK
10
2
4
NATURE PARK
AIRPORT PROTECTION ZONE (APA) LINE
1
JULY 2025
A SUBDIVISION OF THE LANDS OF GH PACVEST AS
RECORDED IN DOCUMENT NO. 2017049324 AND
2017130933, ALAMEDA COUNTY RECORDS
CITY OF DUBLIN
ALAMEDA COUNTY, CALIFORNIA
TRACT 8663
GH PACVEST PROPERTY
563
14
9
6
3
77.22±AC
5
10
15.03±AC
2
28.93±AC
4
N2
°
0
7
'
2
1
"
E
1
4
5
7
.
2
6
'
B
N
D
Y
N88°33'10"W 8.51' BNDY
N85°34'02"E(R)
58
6
.
3
3
'
N87°53'11"W 12.00' BNDY
R=1776.17'Δ=30°44'34"L=953.02'
R=330.00'
Δ=41°27'36"
L=238.79'
R=180.00'
Δ=78°52'18"
L=247.78'R=642.00'Δ=24°07'12"L=270.26'
R=213.00'Δ=46°41'45"L=173.59'
R=500.00'Δ=49°08'42"L=428.87'
R=108.00'
Δ=86°11'56"
L=162.48'
R=728.00'
Δ=25°42'12"
L=326.59'
R=100.00'Δ=111°14'20"L=194.15'
R=398.00'
Δ=57°00'09"
L=395.96'R=375.00'Δ=42°40'18"L=279.29'
R=2074.20'Δ=18°26'57"L=667.88'
R=2062.20'Δ=11°40'15"L=420.06'
R=1922.18'Δ=35°47'33"L=1200.78'
R=1969.19'Δ=7°32'33"L=259.23'
R=224.02' Δ=10°47'52" L=42.22'
N70°36'42"W 43.58'
R=296.03' Δ=7°13'40" L=37.34'
R=1651.16'Δ=25°44'50"L=741.98'
Δ=2°43'38"
L=78.59'
Δ=23°01'11"L=663.39'
N39°14'04"E(R=1651.16')
N85°19'56"W(R=330')
R=50.00' Δ=11°59'12" L=10.46'
R=275.00' Δ=25°14'27" L=121.15'
R=121.00' Δ=55°01'58" L=116.22'
N22°26'03"E 50.00'
R=850.00'
Δ=14°26'06"
L=214.15'
38
9
.
8
9
'
R=429.94'
Δ=27°24'48"
L=205.71'
BNDY
N88°30'52"W 2538.04' BNDY
1022.83'
30
8
.
0
0
'
N88°41'57"W 366.62'
N81°44'35"W 49.54'
N88°41'57"W 350.78'
Δ=191°24'58"
L=177.06'
Δ=88°17'31"
L=81.67'
82.01'
R=836.00'
Δ=11°13'33"
L=163.80'
N01°02'54"E(R)
L1
L2
C2
C3
C4
C5
C6
C7
C8
L3
C9
C10
C11
C12
L4
C13
C14
L5
L6
C15
C16C17
C18
C19
C20
C21
C22
L7
C2
3
C2
4
L9
L10L11
C25
C26L12
N01°18'03"E(R)
N48°33'12"W(R)
N39°44'20"E(R=53')
N16°07'17"W(R=375')
C2
7
C28
N55°04'59"E(R)
R=1956.19' Δ=4°03'14" L=138.41'
N0
°
2
0
'
3
7
"
E
22
7
3
.
9
4
'
B
N
D
Y
N39°59'54"E(R=1776.17')
N38°56'9"E(R=2074.2')
N20°29'13"E(R=2074.2')
N21°28'55"E(R=2062.2')
N53°07'51"W(R=850')
N10°08'38"W(R=122.01')
N64°42'33"E(R)
N7
8
°
2
5
'
5
0
"
W
(
R
)
SEE DETAIL J
SHEET 9
R=1994.18'Δ=41°51'41"L=1456.99'M-M
R=1579.16'Δ=25°40'30"L=707.64'M-M
R=1884.19'Δ=15°12'53"L=500.34'
N0
°
2
0
'
3
7
"
E
7
7
5
.
5
4
'
M
-
M
R=813.00'
Δ=23°57'27"
L=339.95'
M-M
N0
°
2
6
'
3
3
"
E
1
1
5
0
.
0
0
'
M
-
M
N89°58'38"W
159.94'
N0
°
2
0
'
3
7
"
E
77
0
.
4
4
'
M
-
M
AIRPORT PROTECTION ZONE
(APA) LINE
N15°44'21"W
93.94' (R-1)
162.10'528.37' (PARCEL 4)
366.27'
N0°26'33"E
91.30' M-M
85.02'
98
2
.
3
4
'
PL
-
M
L
N0
°
2
6
'
3
3
"
E
29
4
.
6
8
'
N0°26'33"E 269.53'
N87°53'11"W
131.20'
17
3
.
0
8
'
72
'
72'
10
8
.
0
2
'
82.
6
'
154.09'
938.33'
N2°22'23"E
89.05'
N0°26'33"E
129.14'
R=158.00' Δ=15°02'48" L=41.49'
R=192.00' Δ=15°02'48" L=50.42'
N01°00'00"E(R)
L8
L13
M-M
10'
P
S
E
10'
P
S
E
C1
10' PSE
10' PSE
6' PSE
N85°00'15"W 556.96'
B
N
D
Y
R=4972.77'
Δ=3°33'15"L=308.47'BNDY
N88°33'30"W
302.50' BNDY
R=972.16'Δ=45°00'00"L=763.53'BNDY
N40
°
0
0
'
1
5
"
W
369
.
8
7
'
B
N
D
Y
R=222.03' Δ=95°52'27" L=371.53' BNDY
R=278.05'Δ=47°30'19"
L=230.54'BNDY
65.37±AC
1
Line Table
Line #
L1
L2
L3
L4
L5
L6
L7
L8
L9
L10
L11
L12
L13
Bearing
N37°55'07"E
N37°02'01"W
N72°39'55"W
N89°58'18"W
N11°13'33"W
N89°39'23"W
N0°20'37"E
N0°20'37"E
N19°36'12"E
N88°41'57"W
N1°18'03"E
N24°39'52"W
N89°58'18"W
Length
37.80'
37.80'
39.48'
4.64'
37.82'
13.96'
305.15'
194.27'
64.25'
89.00'
30.50'
29.71'
74.45'
Curve Table
CURVE #
C1
C2
C3
C4
C5
C6
C7
C8
C9
C10
C11
C12
C13
C14
RADIUS
20.00'
1774.17'
82.01'
118.01'
1766.17'
118.01'
100.01'
310.03'
225.02'
2075.20'
100.01'
119.01'
25.00'
87.51'
DELTA
91°27'00"
0°54'00"
17°10'59"
15°23'09"
2°33'41"
16°24'00"
18°30'16"
7°31'26"
10°54'27"
5°30'38"
10°44'24"
11°37'43"
70°37'25"
8°07'20"
LENGTH
31.92'
27.87'
24.59'
31.69'
78.96'
33.78'
32.30'
40.71'
42.84'
199.59'
18.75'
24.15'
30.82'
12.41'
Curve Table
CURVE #
C15
C16
C17
C18
C19
C20
C21
C22
C23
C24
C25
C26
C27
C28
RADIUS
100.01'
122.01'
122.01'
122.01'
1912.18'
122.01'
78.01'
30.00'
434.00'
968.00'
16.00'
26.00'
53.00'
23.00'
DELTA
18°16'12"
14°21'09"
1°57'24"
16°18'33"
2°21'39"
12°47'51"
42°58'59"
61°19'07"
6°50'50"
6°50'50"
90°00'00"
64°02'05"
279°42'29"
49°51'15"
LENGTH
31.89'
30.56'
4.17'
34.73'
78.79'
27.25'
58.52'
32.11'
51.87'
115.68'
25.13'
29.06'
258.74'
20.01'
R=417.00'
Δ=4°32'49"
L=33.09'
N44°12'40"E(R=30')
N85°00'38"W(R=417')
N0°26'33"E
269.53'
R=30.00'Δ=89°37'24"
L=46.93'BNDY
Δ=41°43'15"
L=21.84'
Δ=47°54'09"
L=25.08'
N2
°
0
6
'
4
9
"
E
91
.
9
9
'
B
N
D
Y
R=278.05'Δ=47°30'19"L=230.54'BNDY
JULY 2025
A SUBDIVISION OF THE LANDS OF GH PACVEST AS
RECORDED IN DOCUMENT NO. 2017049324 AND
2017130933, ALAMEDA COUNTY RECORDS
CITY OF DUBLIN
ALAMEDA COUNTY, CALIFORNIA
TRACT 8663
GH PACVEST PROPERTY
SE
E
S
H
E
E
T
6
SE
E
S
H
E
E
T
7
SE
E
S
H
E
E
T
8
SEE DETAIL I
SHEET 7
SEE DETAIL K
THIS SHEET
SEE DETAIL H
SHEET 6
564
9
18.37±AC
3
4
61
5
.
4
1
'
N0
°
2
5
'
4
5
"
E
2
8
3
3
.
1
3
'
B
N
D
Y
97
6
.
6
4
'
N89°58'18"W 384.58'
N89°58'18"W 550.19'
R=50.00'
Δ=79°01'29"
L=68.96'
N89°58'18"W
223.74'
L1
L2
C1
L3
C2 C3
C4 L4
C5
C6
C7L5C8
N0
°
2
0
'
3
7
"
E
1
7
1
1
.
4
8
'
B
N
D
Y
N88°33'15"W 809.68' BNDY
R=270.03'Δ=85°49'47"L=404.50'
BNDY
N01°24'29"W(R)
N89°59'16"W
266.39' BNDY
N0
°
2
0
'
3
7
"
E
7
7
0
.
4
4
'
M
-
M
N89°58'18"W 848.96' M-MR=1994.18'Δ=41°51'41"L=1456.99'M-M N89°58'18"W
74.45' M-M
N0
°
2
0
'
3
7
"
E
7
7
5
.
5
4
'
M
-
M
71
.
0
2
'
57
.
0
0
'
94
0
.
8
5
'
15
5
.
2
2
'
10
'
P
S
E
10
'
P
S
E
33'
7.01'
33'
Line Table
Line #
L1
L2
L3
L4
L5
Bearing
N89°39'23"W
N11°40'22"E
N55°38'50"E
N89°58'18"W
N80°50'20"W
Length
7.31'
47.57'
27.56'
80.01'
42.77'
N0
°
2
0
'
3
7
"
E
10
9
2
.
4
1
'
B
N
D
Y
N0
°
2
0
'
3
7
"
E
77
5
.
5
4
'
M
-
M
N89°58'18"W
74.45' M-M
N89°58'18"W
848.96' M-M
N0
°
2
0
'
3
7
"
E
77
0
.
4
4
'
M
-
M
33.00'7.01'
Curve Table
CURVE #
C1
C2
C3
C4
C5
C6
C7
C8
RADIUS
30.00'
30.00'
82.01'
118.01'
118.01'
100.01'
211.02'
279.03'
DELTA
43°58'28"
38°40'36"
13°53'57"
18°11'42"
15°34'13"
15°34'13"
9°07'58"
9°07'58"
LENGTH
23.03'
20.25'
19.89'
37.48'
32.07'
27.18'
33.64'
44.48'
JULY 2025
A SUBDIVISION OF THE LANDS OF GH PACVEST AS
RECORDED IN DOCUMENT NO. 2017049324 AND
2017130933, ALAMEDA COUNTY RECORDS
CITY OF DUBLIN
ALAMEDA COUNTY, CALIFORNIA
TRACT 8663
GH PACVEST PROPERTY
SE
E
S
H
E
E
T
5
SEE DETAIL H
THIS SHEET
SEE SHEET 7
565
Line Table
Line #
L1
L2
L3
L4
L5
L6
L7
L8
Bearing
N89°39'23"W
N11°40'22"E
N55°38'50"E
N89°58'18"W
N80°50'20"W
N52°08'47"E
N1°18'03"E
N88°41'57"W
Length
7.31'
47.57'
27.56'
80.01'
42.77'
43.55'
22.50'
86.98'
9
10.43±AC
9
8.56±AC
6
3
4
N0
°
2
5
'
4
5
"
E
2
8
3
3
.
1
3
'
B
N
D
Y
11
1
5
.
2
7
'
N83°46'19"W 406.1
8
'
N1
8
°
3
7
'
5
4
"
E
2
7
2
.
9
7
'
N88°41'57"W 507.49'
373.59'
133.89'
N0
°
2
0
'
3
7
"
E
1
7
8
.
5
1
'
R=164.00'
Δ=77°35'47"
L=222.11'
R=204.00'
Δ=91°14'19"
L=324.85'
11
49.27'
R=760.00'
Δ=23°57'27"
L=317.78'
N89°58'18"W 384.58'
N89°58'18"W 550.19'
N10°56'49"W
47.64'
R=50.00'
Δ=79°01'29"
L=68.96'
N89°58'18"W
223.74'
N17°23'35"E(R)
L1
L2
C1
L3
C2
C3
C4 L4
C5 C6
C7L5C8
L6
L7
C9
L8
N33°28'16"W(R)
N22°33'16"E(R)
N0
°
2
0
'
3
7
"
E
1
7
1
1
.
4
8
'
B
N
D
Y
R=196.00'
Δ=21°15'13"
L=72.71'
N2
4
°
1
8
'
0
4
"
E
9
1
2
.
0
9
'
B
N
D
Y
N0
°
2
0
'
3
7
"
E
7
7
0
.
4
4
'
M
-
M
N89°58'18"W 848.96'
N0
°
2
0
'
3
7
"
E
7
7
5
.
5
4
'
M
-
M
N89°58'18"W
74.45' M-M
R=813.00'
Δ=23°57'27"
L=339.95'
M-M
71
.
0
2
'
57
.
0
0
'
94
0
.
8
5
'
15
5
.
2
2
'
N1
°
4
3
'
4
8
"
W
1
7
6
.
3
3
'
N0
°
2
0
'
3
7
"
E
11
8
.
4
8
'
R=2038.00'
Δ=2°04'25"
L=73.76'
17
0
.
4
4
'
5.89'
R=1962.00'
Δ=2°04'25"
L=71.01'
N2
4
°
1
8
'
0
4
"
E
1
9
2
.
2
5
'
10
'
P
S
E
10
'
P
S
E
53'23'
Curve Table
CURVE #
C1
C2
C3
C4
C5
C6
C7
C8
C9
RADIUS
30.00'
30.00'
82.01'
118.01'
118.01'
100.01'
211.02'
279.03'
28.00'
DELTA
43°58'28"
38°40'36"
13°53'57"
18°11'42"
15°34'13"
15°34'13"
9°07'58"
9°07'58"
55°13'41"
LENGTH
23.03'
20.25'
19.89'
37.48'
32.07'
27.18'
33.64'
44.48'
26.99'
N2
4
°
1
8
'
0
4
"
E
9
1
2
.
0
9
'
B
N
D
Y
R=813.00'
Δ=23°57'27"
L=339.95'
M-M
N65°41'56"W(R)
7.00' M-M
N2
4
°
1
8
'
0
4
"
E
83
4
.
4
9
'
M
-
M
26'
23'
JULY 2025
A SUBDIVISION OF THE LANDS OF GH PACVEST AS
RECORDED IN DOCUMENT NO. 2017049324 AND
2017130933, ALAMEDA COUNTY RECORDS
CITY OF DUBLIN
ALAMEDA COUNTY, CALIFORNIA
TRACT 8663
GH PACVEST PROPERTY
SEE DETAIL I
THIS SHEET
SE
E
S
H
E
E
T
5
SEE DETAIL H
SHEET 6
SEE SHEET 6
SEE SHEET 8
566
55.93
'
15 13.00'
84.17'332.28'
16.40'
N37°53'08"E
25.32' BNDY
N89°03'50"W 432.85' BNDY
N89°03'50"W 233.07'
R=386.00'Δ=14°54'44"L=100.46'
N15°50'54"E(R)
N0
°
2
5
'
4
5
"
E
28
3
3
.
1
3
'
B
N
D
Y
N2
4
°
1
8
'
0
4
"
E
91
2
.
0
9
'
B
N
D
Y
8
N89°03'50"W 544.64' M-M (R-11)
R=360.00'
Δ=24°49'01"L=155.93'M-M (R-11)
2.49'
N64°1
4
'
4
9
"
W
58.42
'
M
-
M
(R-11
)
13
'
N2
4
°
1
8
'
0
4
"
E
83
4
.
4
9
'
M
-
M
(
R
-
1
1
)
77
.
0
9
'
N89°03'50"W
34.80'
N24°18'04"E
514.82' (R-11)
N2
4
°
1
8
'
0
4
"
E
19
8
.
1
8
'
54
5
.
1
9
'
N64°1
4
'
4
9
"
W
183.9
6
'
M
-
M
(R-11
)
NORTH BOUNDARY LINE OF
T. 3 S, R. 1 E
M.D.M. PER (R-11)
N0°25'45"E 13.00'
232.84'
Line Table
Line #
L1
L2
L3
Bearing
N88°41'57"W
N1°18'03"E
N52°08'47"E
Length
86.98'
22.50'
43.55'
15
9
6.81±AC
8
6
7
54
5
.
1
9
'
N88°41'57"W 634.85'
N88°41'57"W 507.49'
373.59'
133.89'
N2
5
°
0
9
'
5
8
"
E
26
4
.
9
7
'
1.85±AC
11
142.98' (PARCEL 11)
N17°23'35"E(R)
N33°28'16"W(R)
55
.
0
1
'
N82°30'46"E(R)
N22°33'16"E(R)
N24°18'04"E
192.25'
N2
4
°
1
8
'
0
4
"
E
9
1
2
.
0
9
'
B
N
D
Y
SEE DETAIL G
THIS SHEET
N2
4
°
1
8
'
0
4
"
E
19
8
.
1
8
'
N24°18'04"E
111.80'
4
91.79'
51
.
1
9
'
N88°41'57"W 553.29'
PRAE,
ME
N2
4
°
1
8
'
0
4
"
E
8
3
4
.
4
9
'
M
-
M
AIRPORT PROTECTION
ZONE LINE
L1
C1
L2
L3
C2
C3C4
C5
C6
N0
°
2
5
'
4
5
"
E
2
8
3
3
.
1
3
'
B
N
D
Y
6' PS
E
26'
30'
232.84'
N65°41'56"W(R)
Curve Table
CURVE #
C1
C2
C3
C4
C5
C6
RADIUS
28.00'
196.00'
123.00'
25.00'
20.00'
20.00'
DELTA
55°13'41"
21°15'13"
10°55'12"
77°55'11"
81°12'43"
31°47'18"
LENGTH
26.99'
72.71'
23.44'
34.00'
28.35'
11.10'
JULY 2025
A SUBDIVISION OF THE LANDS OF GH PACVEST AS
RECORDED IN DOCUMENT NO. 2017049324 AND
2017130933, ALAMEDA COUNTY RECORDS
CITY OF DUBLIN
ALAMEDA COUNTY, CALIFORNIA
TRACT 8663
GH PACVEST PROPERTY
SEE DETAIL I
SHEET 7
SE
E
S
H
E
E
T
5
SEE SHEET 7
567
14
6.43±AC
7
5
COMMUNITY PARK
2.28±AC
10
N88°30'52"W 2538.04' BNDY268.08'306.54'
N88°30'52"W
52.50'
27.00'
27' PAE, ME
N1°29'08"E
49.84'
N88°41'57"W 878.44'
R=53.00'Δ=279°42'29"L=258.74'
R=23.00' Δ=49°51'15" L=20.01'
R=23.00' Δ=49°51'15" L=20.01'
892.59'
N16°31'21"E 53.89'
PAE, ME
4
N1°29'08"E 14.61'
N48°33'12"W(R)
N88°41'57"W 992.57' (PARCEL 7)
N1
°
2
9
'
0
8
"
E
2
9
0
.
3
5
'
412.22'
28
7
.
2
1
'
N0
°
2
0
'
3
7
"
E
2
2
7
3
.
9
4
'
B
N
D
Y
910.56' (PARCEL 10)
N88°30'52"W 194.01'
N88°41'57"W 350.78'
N88°41'57"W 366.62'
N81°44'35"W
49.54'
N42°44'09"W(R)
R=10.00'
Δ=56°45'44"
L=9.91'R=10.00' Δ=54°40'07" L=9.54'
R=44.50' Δ=42°07'40" L=32.72'
N19°36'12"E
64.25'N88°41'57"W
89.00'
N1
°
1
8
'
0
3
"
E
30
.
5
0
'
R=16.00'
Δ=90°00'00"
L=25.13'
R=26.00'Δ=64°02'05"L=29.06'
N24°39'52"W
29.71'
R=9.50' Δ=52°19'48" L=8.68'
R=8.50'
Δ=52°19'48"
L=7.76'
274.00'27'
17.97'
JULY 2025
A SUBDIVISION OF THE LANDS OF GH PACVEST AS
RECORDED IN DOCUMENT NO. 2017049324 AND
2017130933, ALAMEDA COUNTY RECORDS
CITY OF DUBLIN
ALAMEDA COUNTY, CALIFORNIA
TRACT 8663
GH PACVEST PROPERTY
568
STAFF REPORT
CITY COUNCIL
Page 1 of 3
Agenda Item 7.1
DATE: October 7, 2025
TO: Honorable Mayor and City Councilmembers
FROM: Colleen Tribby, City Manager
SUBJECT:
Introduction of an Ordinance Amending Sections 5.100.020 and 5.100.140
(Parks and Recreation Areas and Facilities) and Adding Chapter 6.73
(Micro-Mobility Devices) of the Dublin Municipal Code
Prepared by: Jordan Foss, Senior Management Analyst and Chief Victor
Fox, Dublin Police Services
EXECUTIVE SUMMARY:
The City Council will consider introducing an Ordinance amending the Dublin Municipal Code
regarding the use of Electric Bicycles, Electric Scooters, Electric Personal Assistive Mobility
Devices, and Electric Motorized Boards operating within the City and making clarifications to
enhance public safety.
STAFF RECOMMENDATION:
Waive the reading and introduce an Ordinance Amending Sections 5.100.020 and 5.100.140
(Parks and Recreation Areas and Facilities) and Adding Chapter 6.73 (Micro-Mobility Devices)
to the Dublin Municipal Code.
FINANCIAL IMPACT:
None.
DESCRIPTION:
Background
At the September 3, 2024 meeting, the City Council requested that Staff explore an electric
bicycle (e-bike) and electric scooter (e-scooter) education program. In response, Staff provided
a report and presentation at the May 6, 2025 City Council Meeting (Attachment 3). The
presentation covered current state laws and efforts by Dublin Police Services to conduct
education and enforcement in the community related to the use of e-bikes and e-scooters. The
City Council directed Staff to create an ordinance to better regulate the use o f e-bikes, e-
scooters, and other personal electric vehicles within the City.
569
Page 2 of 3
Analysis
Due to the increasing popularity and usage of Personal Electric Vehicles (PEVs) in the Dublin
community, there is a need to codify definitions and regulations on their use. This will provide
clear guidance for the community on how and where to operate these micro-mobility devices
safely.
Staff is proposing to amend Sections 5.100.020 and 5.100.140 (Parks and Recreation Areas
and Facilities) and to add chapter 6.73 (Micro-Mobility Devices) to the Dublin Municipal Code
(DMC) related to e-bikes, e-scooters, electric personal assistive mobility devices, and electric
motorized boards (e-skateboards). The proposed amendments include updated definitions for
“Bicycles” and “Micro-mobility device” (Section 5.100.020) and adding “micro-mobility device”
to the prohibited acts in parks (Section 5.100.140).
The proposed addition of Chapter 6.73 consolidates applicable provisions of the California
Vehicle Code for use of micro-mobility devices with locally tailored regulations to ensure safe
use within the City of Dublin and on City sidewalks.
Key components of the proposed Ordinance include:
Definitions and Classifications
o The designations provided in the ordinance align with state law definitions for e-
bikes, e-scooters, e-skateboards, electric personal assistive mobility devices, and
micro-mobility devices. The Ordinance also distinguishes between which vehicles
are street-legal, and which are non-street-legal for use, according to the
California Vehicle Code.
Use in Public Spaces
o Provisions in the Ordinance establish rules prohibiting operation of certain
vehicles on sidewalks and prohibiting e-bike, e-scooter, e-skateboard, electric
personal assistive mobility device, and micro-mobility device usage in City parks
unless used in a safe manner on designated pathways.
Enforcement and Penalties
o The Ordinance provides law enforcement with the authority to issue citations,
warnings, or impound PEVs where public safety is at risk. Violations are treated
as infractions pursuant to Government Code Section 36900(b) or as
administrative infractions pursuant to the Dublin Municipal Code Section
1.04.030.
Liability and Parental Responsibility
o The Ordinance clarifies that the City is not liable for injuries or damages arising
from PEV use and establishes parental/guardian responsibility for minors.
The amendments to Sections 5.100.020 and 5.100.140 (Parks and Recreation Areas and
Facilities) along with the addition of Chapter 6.73 (Micro-Mobility Devices) are intended to
improve public safety, provide consistency with state regulations, and proactively address the
growing use of personal electric vehicles in the community. Attachment 1 is the draft
Ordinance amending the Parks and Recreation Areas and Facilities and adding Micro-Mobility
Devices regulations. A redline version of the proposed changes to Section 5.100.020 and
570
Page 3 of 3
5.100.140 is included as Attachment 2 where underlined text is proposed to be added and text
with a strikethrough is proposed to be deleted.
Next Steps
If the proposed Ordinance is introduced and subsequently adopted, Dublin Police Services will
incorporate the requirements into their operating procedures, implement administrative
citations for infractions to this Ordinance, and will conduct outreach to educate residents of the
changes. Updated information will also be published on Dublin Police Services e -bike and e-
scooter webpage.
STRATEGIC PLAN INITIATIVE:
Strategy 2: Public Safety
Objective B: Continue to invest in public safety technology and programs that advance
proactive, community policing and protect citizens and law enforcement.
NOTICING REQUIREMENTS/PUBLIC OUTREACH:
The City Council Agenda was posted.
ATTACHMENTS:
1) Ordinance Amending Sections 5.100.020 and 5.100.140 (Parks and Recreation Areas and
Facilities) of and Adding Chapter 6.73 (Micro-Mobility Devices) to the Dublin Municipal
Code
2) Redline Amendments to Sections 5.100.020 and 5.100.140
3) City Council Staff Report dated May 6, 2025
571
ORDINANCE NO. XX–25
AN ORDINANCE OF THE CITY COUNCIL
OF THE CITY OF DUBLIN
AMENDING SECTIONS 5.100.020 AND 5.100.140 (PARKS AND
RECREATION AREAS AND FACILITIES) OF AND ADDING CHAPTER
6.73 (MICRO-MOBILITY) TO THE DUBLIN MUNICIPAL CODE
WHEREAS, the California Vehicle Code (CVC), as a general matter and as a
means of establishing statewide uniformity, prevents the City from regulating the
matters that the CVC covers, such as the operation of vehicles on public streets, unless
otherwise expressly provided in the CVC.
WHEREAS, the CVC also prevents the City from enforcing ordinances that
impose fines, penalties, assessments, and fees for violations of “matters covered by
the” CVC.
WHEREAS, the CVC authorizes local regulations relating to the operation of
micro-mobility devices, including e-bikes and e-scooters, in certain areas such as parks
and sidewalks, and further authorizes local jurisdictions to establish reasonable rules
and regulations governing the operation of such devices within City boundaries.
NOW, THEREFORE, The Dublin City Council does ordain as follows:
Section 1. Amending Chapter 5.100 (Parks and Recreation Areas and
Facilities) to Include Micro-Mobility Devices in Prohibitions.
a. Section 5.100.020 of the Dublin Municipal Code is amended to read as
follows:
5.100.020 Definitions.
For the purpose of this chapter the following terms, phrases, words,
abbreviations and their derivations shall have the meaning given herein:
“Bicycle” has the meaning ascribed to it in California Vehicle Code
section 231, which, it is noted for completeness, includes an “electric
bicycle” as that term is defined in California Vehicle Code section 312.5.
“City” means the city of Dublin.
“Director” means the City Manager or the City Manager’s
authorized representative.
“Micro-mobility device” has the meaning ascribed to it in section
6.73.010 of this code.
Attachment 1
572
“Park” means and includes all grounds, buildings, improvements
and areas dedicated for use by the public for park, recreation or open
space purposes, and any part, portion or area thereof, whether developed
or undeveloped or over which the city has acquired right of use for such
purposes.
“Person” means any person, firm, partnership, association,
corporation, company, or organization of any kind.
“Vehicle” means any wheeled conveyance, whether motor
powered, animal-drawn, or self-propelled. The term shall include any
trailer in tow of any size, kind or description. Exception is made for baby
carriages, strollers, wheelchairs and vehicles in the service of the city of
Dublin.
b. Section 5.100.140 of the Dublin Municipal Code is amended to read as
follows:
5.100.140 Operation of bicycles, vehicles, skates, skateboards,
nonmotorized scooters and autos—Prohibited acts.
No person while in any park shall:
A. Ride a bicycle, micro-mobility device (as defined in section
6.73.010), or other vehicle except on officially designated routes. Bicycles ,
micro-mobility devices, and other vehicles shall not be permitted on
unpaved trails or roads, or upon any other unpaved surfaces unless
specifically permitted by posted sign. Notwithstanding the above, a
bicyclist shall be permitted to wheel or push a bicycle by hand over any
grassy area, bridge, building deck or paved area reserved for pedestrian
use;
B. Ride or operate a bicycle, micro-mobility device, or vehicle
at any time or at any place within city parks or recreational areas in a
negligent, unsafe or reckless manner or in a way that endangers the life,
limb or property of any person or in violation of the provisions of California
Vehicle Code Section 21201, or at excessive speeds, especially when
passing other trail users, or in areas with poor or limited visibility;
C. If under eighteen (18) years of age, operate a bicycle, a
nonmotorized scooter, a skateboard, roller or in -line skates, or ride on a
bicycle, a nonmotorized scooter, or a skateboard as a passenger, upon
any park property unless wearing a properly fitted and fastened bicycle
helmet. This requirement also applies to a person who rides upon a
bicycle while in a restraining seat that is attached to the bicycle or in a
trailer towed by the bicycle;
573
D. Leave a bicycle in a place other than a bicycle rack when
such is provided and there is a space available;
E. Ride, drive or park any automobile, truck, motorcycle, motor
scooter or any other motor-powered, whether gas, electric, or other energy
source, vehicle, other than a micro-mobility device, except upon the roads,
driveways and parking lots provided and designated for such use;
F. Skate over any grassy area, bridge, building deck or paved
area reserved for pedestrian use;
G. Ride or propel skates, a skateboard or any other vehicle
while holding or using any kite (also known as kiteskating);
H. Ride or propel a skateboard except on areas designated by
the Council by ordinance or resolution and properly noticed, and
performed in a manner as to provide for reasonable protection to both
individuals and property; or
I. Park any vehicle in a park or city recreational area or facility
unless actually visiting or engaged in a recreational activity at the park,
recreational area or facility in question unless authorized by the Director.
Section 2. Adding Chapter 6.73 to the Dublin Municipal Code. Chapter
6.73 is hereby added to the Dublin Municipal Code to read as follows:
Chapter 6.73
MICRO-MOBILITY DEVICES.
6.73.010 Definitions
For purposes of this Chapter, the following words and phrases shall
have the meanings specified in this section:
“E-bike” or “Electric bicycle” has the meaning ascribed to it in CVC
section 312.5.
“E-Scooter” or “Motorized scooter” has the meaning ascribed to a
motorized scooter in CVC section 407.5.
“Electric personal assistive mobility device” (or “EPAMD”) has the
meaning ascribed to it in CVC section 313.
“Electrically motorized board” has the meaning ascribed to it in
CVC section 313.5.
574
“Micro-mobility device” means electric bicycles, motorized scooters,
electric personal assistive mobility devices, and electrically motorized
boards.
6.73.020 Use of Micro-Mobility Devices Prohibited on Sidewalks.
Except as may be necessary to enter or leave adjacent property, no
person shall ride, drive, or operate a micro-mobility device on a pedestrian
sidewalk, unless the sidewalk is designated as a shared use path
pursuant to CVC section 21235. (Reference: CVC §§ 213 and 21100 [e-
bikes], 21282 [EPAMDs], 21967 [electrically motorized boards].)
Notwithstanding the foregoing, a person may ride, drive, or operate an
EPAMD on a pedestrian sidewalk, if, by reason of physical disability, s/he
is otherwise unable to move about on foot. Although not regulated by this
Code, it is noted for completeness that CVC section 21235(g) prohibits the
operators of e-scooters and motorized scooters from operating them on
sidewalks, except as necessary to enter or leave adjacent property.
Section 3. Effective Date. This Ordinance shall take effect and be enforced
30 days following its final adoption.
Section 4. Posting. The City Clerk of the City of Dublin shall cause this
Ordinance to be posted in at least three public places in the City of Dublin in
accordance with Section 36933 of the Government Code of the State of California.
PASSED, APPROVED AND ADOPTED this __th day of _______ 2025, by the
following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
______________________________
Mayor
ATTEST:
_________________________________
City Clerk
575
Attachment 2
5.100.020 Definitions.
For the purpose of this chapter the following terms, phrases, words,
abbreviations and their derivations shall have the meaning given herein:
“Bicycle” has the meaning ascribed to it in California Vehicle Code
section 231, which, it is noted for completeness, includes an “electric
bicycle” as that term is defined in California Vehicle Code section 312.5.
“City” means the city of Dublin.
“Director” means the City Manager or his the City Manager’s
authorized representative.
“Micro-mobility device” has the meaning ascribed to it in section
6.73.010 of this code.
“Park” means and includes all grounds, buildings, improvements
and areas dedicated for use by the public for park, recreation or open
space purposes, and any part, portion or area thereof, whether developed
or undeveloped or over which the city has acquired right of use for such
purposes.
“Person” means any person, firm, partnership, association,
corporation, company, or organization of any kind.
“Vehicle” means any wheeled conveyance, whether motor
powered, animal-drawn, or self-propelled. The term shall include any
trailer in tow of any size, kind or description. Exception is made for baby
carriages, strollers, wheelchairs and vehicles in the service of the city of
Dublin.
a. Section 5.100.140 of the Dublin Municipal Code is
amended to read as follows:
5.100.140 Operation of bicycles, vehicles, skates, skateboards,
nonmotorized scooters and autos—Prohibited acts.
No person while in any park shall:
A. Ride a bicycle, micro-mobility device (as defined in section
6.73.010), or other vehicle except on officially designated routes. Bicycles ,
micro-mobility devices, and other vehicles shall not be permitted on
unpaved trails or roads, or upon any other unpaved surfaces unless
specifically permitted by posted sign. Notwithstanding the above, a
bicyclist shall be permitted to wheel or push a bicycle by hand over any
grassy area, bridge, building deck or paved area reserved for pedestrian
use;
576
B. Ride or operate a bicycle, micro-mobility device, or vehicle
at any time or at any place within city parks or recreational areas in a
negligent, unsafe or reckless manner or in a way that endangers the life,
limb or property of any person or in violation of the provisions of California
Vehicle Code Section 21201, or at excessive speeds, especially when
passing other trail users, or in areas with poor or limited visibility;
C. If under eighteen (18) years of age, operate a bicycle, a
nonmotorized scooter, a skateboard, roller or in -line skates, or ride on a
bicycle, a nonmotorized scooter, or a skateboard as a passenger, upon
any park property unless wearing a properly fitted and fastened bicycle
helmet. This requirement also applies to a person who rides upon a
bicycle while in a restraining seat that is attached to the bicycle or in a
trailer towed by the bicycle;
D. Leave a bicycle in a place other than a bicycle rack when
such is provided and there is a space available;
E. Ride, drive or park any automobile, truck, motorcycle, motor
scooter or any other motor-powered, whether gas, electric, or other energy
source, vehicle, other than a micro-mobility device, except upon the roads,
driveways and parking lots provided and designated for such use;
F. Skate over any grassy area, bridge, building deck or pa ved
area reserved for pedestrian use;
G. Ride or propel skates, a skateboard or any other vehicle
while holding or using any kite (also known as kiteskating);
H. Ride or propel a skateboard except on areas designated by
the Council by ordinance or resolution and properly noticed, and
performed in a manner as to provide for reasonable protection to both
individuals and property; or
I. Park any vehicle in a park or city recreational area or facility
unless actually visiting or engaged in a recreational activity at the park,
recreational area or facility in question unless authorized by the Director.
577
STAFF REPORT
CITY COUNCIL
Page 1 of 7
Agenda Item 8.2
DATE: May 6, 2025
TO:Honorable Mayor and City Councilmembers
FROM:Colleen Tribby, City Manager
SUBJECT:Report on Electric Bicycle and Electric Scooter Education and
Enforcement
Prepared by: Victor Fox, Chief of Police and Jordan Foss, Management
Analyst II
EXECUTIVE SUMMARY:
The City Council will receive a report on current laws and efforts by Dublin Police Services to
conduct education and enforcement in the community related to the use of electric bicycles
and electric scooters. The report includes recommended action items designed to enhance
outreach and ensure compliance with applicable laws and regulations.
STAFF RECOMMENDATION:
Receive the report and provide direction on the creation of a bicycle ordinance and
administrative citation program, and enhanced education and enforcement efforts.
FINANCIAL IMPACT:
None.
DESCRIPTION:
Background
At the September 3, 2024 meeting, the City Council asked that Staff explore an electric bicycle
(e-bike) and electric scooter (e-scooter) education program. This request came on the heels of
several incidents involving such vehicles, particularly related to their operation by young
residents travelling to and from school. Since that time, Staff has collected data on incidents
involving e-bikes and e-scooters, evaluated current outreach and educational programs
offered, collaborated with the Dublin Unified School District, and conducted research on
neighboring cities. With this report, Staff is recommending enhancements to Dublin’s policies
and procedures that will help reduce incidents involving e-bikes and e-scooters, as well as
traditional bicycles.
Attachment 3
578
Page 2 of 7
Definitions
Electric bicycles and electric scooters, commonly referred to as e-bikes and e-scooters, have
become a popular and cost-effective mode of transportation. The following is a brief overview
of the different classifications of e-bikes and e-scooters seen in the City of Dublin.
E-Bikes
An electric bike, or e-bike, is a bicycle equipped with an electric motor to assist the rider when
they are pedaling. The motor receives its power from a rechargeable battery mounted on the
bike. California Vehicle Code (CVC) 312.5 and 231 define e-bikes as bicycles. Additionally,
CVC 21200a establishes that anyone riding a bicycle has the same rights and responsibilities
as a driver of a motor vehicle, meaning that bicyclists are required to obey traffic laws. These
include traveling with the flow of traffic, obeying traffic signs and traffic control devices, and
traveling in bicycle lanes if available.
E-bikes are generally classified into three classes based on their motor assistance and
maximum speed. Class 1 and 3 are pedal-assist only, while Class 2 has both pedal- and
throttle-assist options. The maximum assisted speed is 20 miles per hour (mph) for Class 1
and 2, and 28 mph for Class 3, as shown in Table 1.
Table 1. E-Bikes Classification
Class 1 Class 2 Class 3
Pedal Assist
Throttle
Max Speed 20 mph 20 mph 28 mph
E-Scooters
CVC 407.5(a) defines an electric scooter, or e-scooter, as a two-wheeled device that has
handlebars, has either a floorboard that is designed to be stood upon when riding or a seat
and footrests in place of the floorboard, and is powered by an electric motor. The motor
receives its power from a rechargeable battery mounted on the scooter. CVC 21235 mandates
that all scooter riders in California must have a valid driver’s license and prohibits the operation
of an e-scooter on a sidewalk, except to enter or leave adjacent property. Additionally,
pursuant to CVC 22411, no person shall operate a motorized scooter at a speed in excess of
15 mph.
Table 2 outlines the description, safety requirements, and local and state laws applicable to e-
bikes and e-scooters.
579
Page 3 of 7
Table 2. E-Bike and E-Scooter Requirements
Vehicle Description License
Requirement
Helmet
Requirement
Allowable
Locations Other
E-Scooter A two-wheeled vehicle
with a motor,
handlebars, and a
standing floorboard;
may include a seat
that allows for
standing.
Driver's
license or
instruction
permit.
Bicycle
helmet if
under 18
years old.
Bike lanes or
on a road with
25 mph or
less speed
limit; sidewalk
riding
prohibited.
15 mph max
speed limit;
follow rules that
apply to motor
vehicles.
Class 1 and
2
E-Bike
An electric bicycle
with pedal or throttle
assist, providing motor
support up to 20 mph.
None.Bicycle
helmet if
under 18
years old.
Anywhere
traditional
bikes may
ride.
No minimum age
requirement;
follow rules that
apply to motor
vehicles.
Class 3
E-Bike
A pedal-assisted
electric bicycle with a
speedometer,
providing motor
assistance only while
pedaling, up to 28
mph.
None.Bicycle
helmet for all.
Anywhere
traditional
bikes may
ride.
16 years and
older to ride;
follow rules that
apply to motor
vehicles.
Current Education and Enforcement Efforts
The Dublin Police Services (DPS) Patrol Division, Traffic Unit, School Resource Officers, and
the Crime Prevention Unit have collectively participated in community education efforts related
to e-bikes and e-scooters. The emphasis has been on education to raise awareness among
riders regarding current laws. Specifically, DPS has made the following efforts to enforce laws
and to provide public education.
DPS and City staff created social media posts on e-bike and e-scooter safety and
produced an educational video that was distributed online.
DPS worked with the Dublin Unified School District (DUSD) to ban the use of e-scooters
at all elementary and middle school campuses. This was in response to several
collisions involving e-scooters, as well as laws prohibiting their use for riders without a
driver’s license or permit.
DPS published an e-bike informational flyer.
DPS continued the Bicycle Rodeo and Safety program to all Dublin elementary schools
during the summer months for students in attendance. This program supports safe
bicycle riding and builds upon the students’ riding ability in a safe and controlled
environment.
School Resource Officers worked with the schools to provide guidance and education to
staff and students.
DPS issued 24 citations citywide in 2024, compared to none in 2023, and none thus far
in 2025. The increase in 2024 was directly related to a targeted enforcement campaign
in response to collisions. The citations DPS currently issues are for violations of the
580
Page 4 of 7
California Vehicle Code, which are handled through the court system like other moving
vehicle infractions.
DPS will host a Community Safety Fair at Emerald Glen Park on May 17, 2025. Staff
will be present to provide education on electric transportation laws and proper fitting of
safety helmets.
Collision Data
Since January 1, 2023, DPS has taken a total of 56 reports for collisions involving traditional
bicycles, e-bikes, and e-scooters (Figure 1 below). There were just over 20 collisions in each
of the last two full calendar years, with 11 incidents reported in 2025 to date. Ninety-three
percent of these incidents involved a motor vehicle (i.e., bike versus car), and injuries
occurred. This data does not reflect the true number of collisions, as some go unreported.
Figure 1. Bicycle and E-bike/E-scooter Collisions
Surrounding Cities Efforts
To help inform Dublin’s response to e-bike and e-scooter concerns, Staff conducted research
on the policies and procedures in place in the neighboring agencies of Pleasanton, San
Ramon, and Danville. The research concluded that, while safety concerns like Dublin’s exist in
other cities, there are inconsistencies in how each agency regulates e-bikes and e-scooters.
Table 3 below illustrates the findings.
15
8
4
5
7
2
3
7
4
2023
(23)
2024
(22)
2025 (YTD)
(11)
Number of Collisions Bicycles E-Bikes E-Scooters
581
Page 5 of 7
Table 3. Comparison of Municipal Safety Measures for E-Bikes and E-Scooters
Municipality Ordinance
Information
Citation
Information Website Safety Program
Danville Ordinance that
bans e-bikes
and e-scooters
from sidewalks
in business
district.
Occasionally cite,
but no exact
citation data
available.
Dedicated webpage
to e-bikes and e-
scooters. Definitions
and safety information
included.
Bicycle rodeo in
collaboration with San
Ramon Valley Unified
School District
(SRVUSD), San
Ramon Valley Fire
Protection District
(SRVFPD), and City of
San Ramon.
Pleasanton Ordinance that
defines
prohibited areas
for operation of
bicycles and e-
bikes.
Occasionally cite,
but no exact
citation data
available.
No information on
website.
None.
San Ramon No ordinance. No citations for
violations.
No information on
website.
Bicycle rodeo in
collaboration with
SRVUSD, SRVFPD,
and Town of Danville.
Dublin No ordinance.Targeted
enforcement of
the CA Vehicle
Code.
Dedicated webpage
on Bike Education
and Safety.
Bicycle Rodeo and
Safety Program offered
to all DUSD elementary
schools.
Findings and Recommendations Next Steps
The City’s social media outreach, inclusion of e-bike/e-scooter safety in the upcoming
Community Safety Fair, and collaboration with DUSD are positive steps towards addressing
concerns with electric conveyance technology. While there have been 11 incidents in this
calendar year to date, Staff is hopeful that the actions already taken will be positively impactful
through 2025, particularly as the DUSD e-scooter ban was put in place after the current school
year began.
However, due to the increasing popularity of e-bikes and e-scooters in the Dublin community,
there is a pressing need to enhance compliance with the laws and regulations regarding their
use. Staff recommends the following next steps as part of a coordinated strategy to enhance
education, ensure compliance, and support responsible integration of e-bikes and e-scooters
in the community.
1. Codification of Bicycle Laws into the Dublin Municipal Code (DMC)
Currently, the DMC only contains Chapter 6.72, which identifies the locations of bicycle lanes
but does not include language pertaining to e-bikes or e-scooters. Developing a bicycle
ordinance would help establish clear expectations for the use of bicycles, e-bikes, and e-
scooters within the community. It would also support enforcement and improve public safety.
The proposed bicycle ordinance would be based on best practices and minimally include the
following:
582
Page 6 of 7
Definitions to clearly define terms and classification of bicycles, e-bikes, and e-scooters.
Helmet requirements.
Requirements to obey traffic laws and traffic control devices.
Restrictions on riding in certain areas, such as sidewalks, parks, and playgrounds.
Identification of designated usage areas, including locations where devices are
prohibited.
Enforcement provisions and penalties for violations.
2. Create an Administrative Citation Program for Violations
Creating an administrative citation program would allow DPS to cite violations of the Municipal
Code, rather than the CA Vehicle Code. This would provide a level of local control that does
not currently exist. In addition, instead of routing violations through the court system, which
includes creating a vehicle infraction record, the City would administer the penalty – this will
speed up the process and allow the City to offset enforcement costs.
The citation process would begin with a warning for the first offense, followed by monetary
fines for repeat violations. As outlined in the California Government Code Section 36900, fine
amounts are as follows: $100 for a first violation, $200 for a second violation of the same
ordinance within one year, and $500 for each additional violation of the same ordinance within
one year of the first violation.
It should be noted that DPS staff would reserve the right to issue a “Warning” if the first
violation is not egregious in nature. An example of a case that might warrant a Warning is a
helmeted minor riding an e-bike briefly on a sidewalk in a residential area where there are no
pedestrians.
This program would apply to bicycles, e-scooters, and Class 1-3 e-bikes.
3. Continued Public Education and Outreach
Staff plans to continue and enhance public education and outreach efforts with the addition of
public service announcements, targeted social media posts, and additions to the current
website to include safety videos, resources, and information on the administrative citation
program.
Next Steps
With City Council approval of the coordinated strategy described above, Staff will implement
action items, including bringing back a bicycle ordinance for adoption, and report back to the
City Council in spring 2026 on their efficacy.
STRATEGIC PLAN INITIATIVE:
Strategy 2: Public Safety.
Objective B: Continue to invest in public safety technology and programs that advance
proactive, community policing and protect citizens and law enforcement.
583
Page 7 of 7
NOTICING REQUIREMENTS/PUBLIC OUTREACH:
The City Council Agenda was posted.
ATTACHMENTS:
None.
584
Introduction of an Ordinance Amending
Sections 5.100.020 and 5.100.140 (Parks
and Recreation Areas and Facilities) and
Adding Chapter 6.73 (Micro-Mobility
Devices) of the Dublin Municipal Code
October 7, 2025
585
Background
•September 3, 2024 –City Council requested staff
explore e-bike and e-scooter program.
•May 6, 2025 –City Council received a personal
electric vehicle report and directed Staff to create an
ordinance.
•Staff developed the proposed amendments and
addition to the Dublin Municipal Code.
586
Analysis
•Personal Electric Vehicles
(PEVs) are increasing in
popularity.
•There is a need to codify
definitions and regulations.
•Definitions:
•E-Bikes
•E-Scooters
•Micro-Mobility Devices
587
Chapter 5 Amendments
•Amended Sections 5.100.020 (Definitions) and Section 5.100.140 (Operation of bicycles, vehicles, skates, skateboards, nonmotorized scooters and autos –Prohibited acts).
•Section 5.100.020
•Added definitions for “Bicycle” and “Micro-mobility device”.
•Section 5.100.140
•Addition of micro-mobility devices to prohibited acts in parks and streets.
588
Proposed Chapter 6.73
•Proposed addition of Chapter 6.73 -Micro-Mobility
Devices.
•Definitions based on the California Vehicle Code for:
•E-Bikes
•E-Scooter
•Electric Personal Assistive Mobility Device
•Electrically Motorized Board
•Regulations and prohibitions for use in public spaces.
•Enforcement authority and penalties.
589
Next Steps
•If the ordinance is subsequently
adopted on October 21, Dublin
Police Services (DPS) will:
•Incorporate the ordinance into
operating procedures.
•Implement administrative citations
for infractions to the Ordinance.
•Conduct outreach to educate
residents on the changes.
590
Recommendation
Staff’s recommendation is to waive the reading and
introduce an Amending Sections 5.100.020
and 5.100.140 (Parks and Recreation Areas and
Facilities) and Adding Chapter 6.73 (Micro-Mobility
Devices) to the Dublin Municipal Code.
Questions?
591
STAFF REPORT
CITY COUNCIL
Page 1 of 5
Agenda Item 8.1
DATE: October 7, 2025
TO: Honorable Mayor and City Councilmembers
FROM: Colleen Tribby, City Manager
SUBJECT:
Introduction of an Ordinance Amending Chapter 2.36 (Contracts and
Purchasing) of the Dublin Municipal Code
Prepared by: Darlynn Haas, Management Analyst II, Julius Pickney,
Management Analyst II, and Rhonda Franklin, Management Analyst II
EXECUTIVE SUMMARY:
The City Council will consider introducing an Ordinance amending the Dublin Municipal Code
related to Purchasing Policy thresholds. The proposed updates are intended to create
efficiencies in the City’s purchasing activities, incorporate recent updates to the California
Uniform Public Construction Cost Accounting Act, and align the City’s practices with the
industry best practices.
STAFF RECOMMENDATION:
Waive the reading and introduce the Ordinance Amending Chapter 2.36 (Contracts and
Purchasing) of the Dublin Municipal Code.
FINANCIAL IMPACT:
There is no direct financial impact associated with this item; however, efficiencies gained in the
purchasing process are expected to result in indirect cost savings through improved staff
productivity.
DESCRIPTION:
In April 2025, Staff conducted a review of the City’s Purchasing Policy to evaluate how well it
aligns with best practices in governmental purchasing, including accounting for inflationary
impacts, legislative changes, and evolving operational needs. As part of this effo rt, Staff
analyzed guidance from state purchasing regulators, collected data from neighboring cities,
and evaluated internal operations. This report presents the results of the research and includes
proposed amendments to the Purchasing Policy to create efficiencies and provide the flexibility
Staff requires to respond nimbly to the community’s needs.
592
Page 2 of 5
Background
Cities purchase goods and services through procurement policies and procedures designed to
ensure fairness, transparency, and accountability with taxpayer money. Such policies, which
are generally included in agency municipal codes, establish things like definitions of the
various types of purchases, competitive bidding requirements and exceptions thereof, and
levels of authority to make purchases.
While purchasing authority and acquisition methods (i.e., bidding procedures) are two different
things, they are almost always aligned. Some acquisition methods are complex and
considered high risk, such as those used to award large construction contracts. Thus, it is
reasonable that those contract awards would be made at the governing board level. Others
are less complex and involve less risk, such as those used to select a mass printin g vendor,
and therefore those purchases could reasonably be approved at the Purchasing Agent (e.g.,
City Manager) level. Said simply, the maximum authority of a City Manager is typically limited
to purchases that do not involve a formal bidding process.
There are two primary categories into which purchases fall: general services (supplies,
equipment, consulting and professional agreements, etc .) and public works contracts, defined
as “any agreement for the erection, construction, alteration, repair, or im provement of any
public structure, building, road, or other public improvement of any kind ” by the California
Public Contract Code (PCC). The PCC is the body of state law governing how public entities in
California award contracts for public projects and services. Cities must comply with the PCC,
but they can be more restrictive with their own policies.
Other agencies’ practices provide guidance on purchasing practices at the local level. These
include the California Department of General Services Procu rement Division, which publishes
the State Contracting Manual. They also include the California Association of Public
Procurement Officials (CAPPO), which provides procurement survey data, including public
agency information on purchasing policies, procedures, and regulations to help agencies
evaluate their own practices. These agencies all generally align with each other in their
guidance on acquisition methods.
Dublin’s Purchasing Policy
The City of Dublin’s Purchasing Ordinance – also called the Purchasing Policy - was adopted
in December 1983 (Ord. No. 16-83), shortly after the City’s incorporation. At that time, the City
Manager, as Purchasing Agent, was authorized to make purchases of less than $5,000 (for
general services as well as public works contracts), with anything above that requiring City
Council approval. Purchases over $5,000 also necessitated a formal bidding process, which –
at least today - is a lengthy and heavily regulated process.
The Ordinance was amended for the first time in February 2000 (Ord. No. 4-00) to update
competitive bidding requirements and increase the City Manager’s purchasing authority to
$20,000 for all purchases.
The most recent update to the Purchasing Policy was made in August 2012 (Ord. No. 12-12)
to increase the City Manager’s authority and formal bidding threshold to $45,000 for general
593
Page 3 of 5
services. The City also “opted in” to the California Uniform Public Construction Cost
Accounting Act (CUPCCAA), a voluntary program enacted in 1983 as part of the PCC to help
promote “uniformity of the cost accounting standards and bidding procedures on construction
work performed or contracted by public entities in the state” (Section 22001). If a City opts in,
its competitive bidding threshold for public works projects can increase above the $5,000
default in Public Contract Code Section 20162. In aligning with the CUPCCAA guidelines at
the time, the City Council approved an increase to the competitive bidding trigger and City
Manager authority for public works contracts to $100,000.
The CUPCCAA itself was most recently updated by Assembly Bill (AB) 2192 during the 2023 -
24 legislative session and became effective January 1, 2025. To create efficiencies and
flexibility in how governments operate, AB 2192 implemented a new formal bidding threshold
of $220,000 for public works contracts.
Despite this change in CUPCCAA guidelines, Dublin has maintained the same purchasing
authority and formal bidding thresholds ($45,000 for goods and services and $100,000 for
public works contracts) since 2012.
Other Local Agencies
To further inform the evaluation of Dublin’s Purchasing Policy, Staff analyzed survey data from
CAPPO and reached out to neighboring cities. Data from 18 Bay Area public agencies, listed
below, were reviewed.
Cities/Counties: Berkeley, Contra Costa County, Livermore, Mission Viejo, Mountain
View, Oakland, Pleasanton, San Leandro, San Ramon, Santa Rosa
Other Agencies: Alameda County Water District, Alameda Municipal Power, Central
Contra Costa Sanitary District, Eastern Contra Costa Transit Authority, Golden Gate
Bridge Highway and Transportation District, San Mateo County Community College
District, Santa Clara Valley Water, Sonoma-Marin Area Rail Transit District
The survey data reflect that other agencies have generally kept pace with industry best
practices, with the average City Manager purchasing authorities at $100,000 and $200,000 for
the two purchase types, as shown in Table 1. These limits typically align with bidding
thresholds as well.
Table 1: Average City Manager Purchasing Authority
Goods and Services Public Works Projects
Amounts Percentage Amounts Percentage
$50,000 25% $50,000 28%
$75,000 16% $75,000 11%
$100,000 36% $100,000 11%
$200,000+ 23% $200,000+ 50%
594
Page 4 of 5
Data from the cities of Livermore, Pleasanton, and San Ramon are listed in Table 2, including
the period the purchasing limit was last updated.
Table 2: City Manager Purchasing Limit from Livermore, Pleasanton, San Ramon
City
Goods & Services /
Professional
Services
Public
Projects
Livermore (July 2025) $200,000 $200,000
Pleasanton (June 2025) $100,000 $200,000
San Ramon (July 2018) $100,000 $100,000
Operational Considerations in Dublin
It takes an estimated 12 hours of staff time to bring a contract to the City Council if formal
bidding is involved. This includes time spent completing and preparing bidding procedures and
reviewing responses, drafting and reviewing contract documents, routing the contract for
internal approval, preparing City Council agenda materials, and presenting the item. Using an
average, fully loaded hourly rate of $137.90 for the Analyst level and up, this equates to a cost
of approximately $1,700 per contract or purchase.
Over the past three fiscal years, 178 contracts were presented to the Dublin City Council, with
153 for goods and services and 25 for public projects. Thirty-nine of the contracts (22%) were
for amounts between $45,000 and $100,000, with an estimated total of 468 staffing hours
spent on these contracts, or about $65,000 over the three-year period.
Moreover, the rising cost of construction materials and labor has far outpaced the City
Manager’s purchasing limit and competitive bidding threshold of $100,000 for public works
contracts. A simple but needed repair or alteration to one of Dublin’s parks, for example, could
require Staff to complete formal bidding, prepare and review the agenda item, and obtain City
Council approval before the work can begin.
It should also be noted that there are now significant lead times associated with the purchase
of specialized equipment, and some items – such as public safety vehicles, which now cost
well over $50,000 each – only offer favorable pricing for a specific window of time. With an
increase in the purchase authority and formal bidding thresholds, Staff would be able to react
and respond more quickly to operational needs and priorities in servicing the community.
Conclusion and Recommendation
The City’s purchasing authority thresholds have not had a comprehensive update since 2012.
Staff’s analysis, pulling from state guidelines and survey data from the other local agencies,
shows that the City’s current thresholds are significantly below industry standards. In addition,
a review of internal operations reveals that the current Purchasing Policy creates an
administrative burden on Staff and hinders the City’s ability to do business efficiently.
Therefore, Staff recommends amending the Dublin Municipal Code Chapter 2.36 to increase
the formal bidding and City Manager purchasing authority limits to current CUPCCAA limits,
and tie future increases of such to the formal bidding thresholds provided in: 1) the California
595
Page 5 of 5
State Contracting Manual (Scope of Purchasing Authority, Section 100.2) for goods and
services; and 2) the CUPCCAA for public works contracts. The proposed changes are
summarized as follows:
Table 3. Proposed Changes
Cost
(Current)
Cost
(Proposed)
CM Can
Approve
Bidding
Requirement
Goods
and
Services
< $5,000 < $10,000 yes Informal quotes
$5,000 - $45,000 $10,000 - $100,000 yes 3 quotes: verbal/written
> $45,000 > $100,000 no Formal bids
Public
Works
Contracts
< $45,000 < $75,000 yes Informal quotes
$45,000 - $100,000 $75,000 - $220,000 yes Informal procedures
> $100,000 > $220,000 no Formal bids
These proposed changes are reflected in the attached Ordinance (Attachment 1). T he redlined
version is provided as Attachment 2.
STRATEGIC PLAN INITIATIVE:
None.
NOTICING REQUIREMENTS/PUBLIC OUTREACH:
The City Council Agenda was posted.
ATTACHMENTS:
1) Ordinance Amending Chapter 2.36 (Contracts and Purchasing) of the Dublin Municipal
Code
2) Redline Amendments to Chapter 2.36
596
Attachment 1
Ord. No. XX-25, Item X.X, Adopted XX/XX/2025 Page 1 of 7
ORDINANCE NO. XX – 25
AN ORDINANCE OF THE CITY COUNCIL
OF THE CITY OF DUBLIN
AMENDING CHAPTER 2.36 OF THE CITY OF DUBLIN MUNICIPAL CODE RELATING TO
PURCHASING AUTHORITY, APPROVAL LIMITS, AND BIDDING PROCEDURES
WHEREAS, the City Council of the City of Dublin has established Chapter 2.36 of the
Dublin Municipal Code to establish efficient procedures for the procurement of services,
supplies, equipment, and public projects; and
WHEREAS, the current thresholds for the City Manager (designated as Purchasing
Agent) authority and bidding requirements have not been updated since the adoption of
Ordinance 12-12, and do not reflect current State guidance, best practices, or r egional
benchmarks; and
WHEREAS, Staff conducted a data analysis of neighboring cities, and collected
information from the California Uniform Public Construction Cost Accounting Act (CUPCCAA),
the California Department of General Services Procurement Division, and the California
Association of Public Procurement Officials, and found that increasing purchasing authority
thresholds and bidding requirements would align the City with State guidance and local best
practices; and
WHEREAS, California Public Contract Code Section 22032 permits public projects of two
hundred twenty thousand dollars ($220,000) or less to be contracted through informal bidding
procedures, and the State’s Scope of Purchasing Authority 100.2 provides that goods and
services procurement of up to one hundred thousand ($100,000) may be treated at an informal
level; and
WHEREAS, the City Council finds that increasing the purchasing authority and bidding
levels will enhance efficiency, reduce administrative costs, improve timely acquisition of goods
and services, and maintain appropriate financial oversight consistent with State guidance.
NOW, THEREFORE, The City Council of the City of Dublin does ordain the following:
Section 1. Amendment to Section 2.36.020. Section 2.36.020 is amended to read as
follows:
For the purposes of this chapter, the words set out in this section shall have the following
meanings:
A. “Consultant or professional services” means the services rendered by architects,
attorneys, engineers, doctors, financial consultants, planning or environmental
consultants, investment advisors, bank or trustee officers, and other professional or
specialized consultants.
B. “Contract” means any agreement to do or not do a certain thing. For the purposes of
this chapter, “contract” and “agreement” are synonymous. The term “contract” includes,
but is not limited to, a purchase order; a contract for services; an addendum or change
597
Ord. No. XX-25, Item X.X, Adopted XX/XX/2025 Page 2 of 7
order, which means a change or addendum to an executed contract; a letter of
agreement; and a memorandum of understanding.
C. “Force account” is a term used by the Uniform Construction Cost Accounting
Procedures meaning an account which is used to account for work performed on public
projects using internal resources, including but not limited to labor, equipment, materials,
supplies, and subcontracts of the public agency.
D. “Emergency” means a sudden, unexpected occurrence that poses a clear and
imminent danger, requiring immediate action to prevent or mitigate the loss or impairment
of life, health, property, or essential public services.
E. “General services” means and includes any work performed or services rendered by
an independent contractor, with or without the furnishing of materials, including, but not
limited to, the following:
1. Maintenance or nonstructural repair of city buildings, structures or improvements
which does not require engineering plans, specifications or design, including, but not
limited to, unscheduled replacement of broken window panes, fire extinguisher
maintenance, minor roof repairs, plumbing, elevator maintenance, custodial services and
pest control, etc.;
2. Repair, modification and maintenance of city equipment and software;
3. Cleaning, analysis, testing, moving, removal or disposal (other than by sale) of city
supplies and equipment;
4. Replanting, care or maintenance of public grounds, including, but not limited to,
maintenance of trees, shrubbery, flowers, and lawns;
5. Providing temporary personnel services;
6. Providing other miscellaneous services to facilitate city operations;
7. Performing repair, demolition or other work required to abate nuisances under this
code;
8. Licensing software services;
9. Leasing or rental of equipment (personal property) for use by the city;
10. Maintenance of equipment owned or leased by the city.
“General services” does not include consultant or professional services, or work
associated with a public project.
F. “Goods of a technical nature” means hardware, software, or communications
equipment, or any item that is substantially similar to the foregoing as determined by the
Purchasing Agent.
598
Ord. No. XX-25, Item X.X, Adopted XX/XX/2025 Page 3 of 7
G. “Large contract” means a contract for the purchase of general services or supplies
and equipment with a total cost of more than $100,000. Notwithstanding the foregoing,
the $100,000 threshold set forth in the previous sentence shall automatically increase if
the amount set forth for the “formal level” of contracting in Section 100.2 of the State
Contracting Manual or its successor is increased.
H. “Large public project” means a “public project,” as defined in subdivision (c) of
Public Contract Code section 22002, with a total cost of $220,000 or more.
Notwithstanding the foregoing, the $220,000 threshold set forth in the previous sentence
shall automatically increase to reflect the amount set forth in subdivision (b) of Public
Contract Code section 22032.
I. “Public project” shall have the meaning given that term by California Public
Contract Code Section 22022.
J. “Small public project” means a “public project,” as defined in subdivision (c) of
Public Contract Code section 22002, with a total cost of less than $220,000.
Notwithstanding the foregoing, the $220,000 threshold set forth in the previous sentence
shall automatically increase to reflect the amount set forth in subdivision (b) of Public
Contract Code section 22032.
K. “Small contract” means a contract for the purchase of general services or supplies
and equipment with a total cost of between $10,000 and $100,000, inclusive.
Notwithstanding the foregoing, the $100,000 threshold set forth in the previous sentence
shall automatically increase if the amount set forth for the “formal level” of contracting in
Section 100.2 of the State Contracting Manual or its successor is increased.
L. “Supplies and equipment” means and includes tangible goods, supplies, equipment,
vehicles, printing, materials, and furniture and furnishings purchased on behalf of the city.
M. “Very small contract” means a contract for the purchase of general services or
supplies and equipment with a total cost of less than $10,000.
N. “Very small public project” means a “public project,” as defined in subdivision (a) of
Public Contract Code section 22002, with a total cost of $75,000 or less. Notwithstanding
the foregoing, the $75,000 threshold set forth in the previous sentence shall automatically
increase to reflect the amount set forth in subdivision (a) of Public Contract Code section
22032.
Section 2. Amendment to Section 2.36.050. Section 2.36.050 is amended to read as
follows:
Purchasing Agent authority for contracts and purchases—Small contracts.
A. The Purchasing Agent is authorized to enter into a small contract on behalf of the
city and approve a purchase by the city without the prior approval of the City Council, so
long as the contract or purchase satisfies the following conditions:
1. The monies have been appropriated; and
599
Ord. No. XX-25, Item X.X, Adopted XX/XX/2025 Page 4 of 7
2. The contract or purchase is for consultant or professional services, general services,
or supplies and equipment.
B. In an emergency the Purchasing Agent may authorize the expenditure of any
unencumbered monies in the emergency reserve fund, notwithstanding the fact that such
monies may not have been appropriated for such purpose, to the extent that said
emergency funds have not been appropriated or are otherwise unavailable therefor.
Section 3. Amendment to Section 2.36.070. Section 2.36.070 is amended to read as
follows:
Contracts and purchases of general services, supplies and equipment—Very small
contracts.
For very small contracts, informal quotations should be obtained, but are not required.
Comparative pricing is expected to secure the lowest price. Negotiated pricing is allowed
and departments are strongly encouraged to solicit quotations from city-based
businesses.
Section 4. Amendment to Section 2.36.080. Section 2.36.080 is amended to read as
follows:
Contracts and purchases of general services, supplies, and equipment—Small
contracts.
A. The award of any small contract shall, whenever possible, be based on at least three
(3) quotations. For small contracts of less than fifty thousand dollars ($50,000), the
quotations may be verbal or written. For small contracts greater than fifty thousand
dollars ($50,000), the quotations shall be in writing, which writings may include facsimile
and electronic mail transmissions. Quotations with the required documentation shall be
submitted to the Finance Department for approval by the Purchasing Agent. Negotiated
pricing is allowed and departments are strongly encouraged to solicit quotations from
city-based businesses. The award of any small contract shall be consistent with the
factors stated in Section 2.36.060 and shall be made from the vendor that submits the
lowest total cost.
B. At the discretion of the Purchasing Agent, the competitive bidding procedure set
forth in Section 2.36.090 may be used for any acquisition of general services, supplies
and equipment, regardless of the value.
Section 5. Amendment to Section 2.36.090. Section 2.36.090 is amended to read as
follows:
City Council authority for contracts and purchases—Large contracts—Competitive
bidding.
City Council approval shall be required to authorize large contracts.
Awards of large contracts shall comply with the competitive bidding procedure set forth in
this section, except as provided in Section 2.36.100. Bids should be obtained from one
(1) or more vendors located within the city whenever possible.
600
Ord. No. XX-25, Item X.X, Adopted XX/XX/2025 Page 5 of 7
A. Notices inviting bids shall include a general description of the services and/or a rticles
to be purchased or sold, where bid blanks and specifications may be obtained, the time
and place for bid openings, and whether a bid deposit or bond and a faithful performance
bond will be required.
B. Notices inviting bids shall be posted in at least three (3) public places in the city that
have been designated by ordinance as the place for posting public notices, at least
fourteen (14) calendar days before the date of opening the bids.
C. The Purchasing Agent shall also solicit sealed bids from all responsible prospective
suppliers whose names are on the bidder’s list and may advertise the notice inviting bids
in applicable publications and websites readily accessible to the public.
D. When deemed necessary by the Purchasing Agent or City Council, any bidder may
be required to submit a bid deposit or bond in an amount determined by the Purchasing
Agent or City Council. A successful bidder (and his surety, if a bond is furnished) shall be
liable for any damages upon the bidder’s failure to enter into a contract with the city or
upon the bidder’s failure to perform in accordance with the tenor of his or her bid.
E. When deemed necessary by the Purchasing Agent or City Council, any person or
entity entering into a contract with the city may be required to furnish a faithful
performance deposit or bond in an amount determined by the Purchasing Agent or City
Council.
F. Bids shall be opened in public at the time and place stated in the public notices. A
tabulation of all bids received shall be open for public inspection during regular business
hours for a period of not less than thirty (30) calendar days after the bid opening.
G. At its discretion, the City Council may reject all bids presented and re -advertise for
bids.
H. Contracts shall be awarded by the City Council to the lowest responsive, responsible
bidder, except as otherwise provided herein.
I. If two (2) or more bids received from responsible bidders are for the same total
amount or unit price, quality and service being equal, preference shall be given to the
local vendor, or the City Council may accept the lowest bid made by negotiation with the
tie bidders and the Purchasing Agent at the time of the bid opening.
Section 6. Amendment to Subdivision A.1. of Section 2.36.100. Subdivision A.1. of
Section 2.36.100 is amended to read as follows:
1. Large contracts involving the acquisition of consultant or professional services will
require City Council approval.
Section 7. Amendment to Section 2.36.120. Section 2.36.120 is amended to read as
follows:
Purchase orders.
601
Ord. No. XX-25, Item X.X, Adopted XX/XX/2025 Page 6 of 7
Purchases for small contracts shall be documented by purchase orders prepared by the
Purchasing Agent in accordance with adopted administrative policies.
Section 8. Amendment to Section 2.36.160. Section 2.36.160 is amended to read as
follows:
Public projects.
Public projects shall follow the purchasing procedures as set forth in Sections 22030–
22045 of the Public Contract Code.
A. Contracts for very small public projects may be performed by the employees of a
public agency by force account, by negotiated contract, or by purchase order (Reference:
Public Contract Code Section 22032).
B. Contracts for small public projects may be let to contract by the informal procedures
set forth in Sections 22030–22045 of the Public Contract Code.
1. A list of contractors shall be developed and maintained in accordance with the
provisions of Section 22034 of the Public Contract Code and criteria promulgated from
time to time by the California Uniform Construction Cost Accounting Commission.
2. Where a public project is to be performed, a notice inviting informal bids shall be
mailed, faxed, or emailed to all contractors for the category of work to be bid, as shown
on the list developed in accordance with this section, and to all construction trade
journals as specified by the California Uniform Construction Cost Accounting Commission
in accordance with Section 22036 of the Public Contract Code. Additional contractors
and/or construction trade journals may be notified; provided, however:
a. If there is no list of qualified contractors maintained by the city for the particular
category of work to be performed, the notice inviting bids shall be sent only to the
construction trade journals specified by the California Uniform Construction Cost
Accounting Commission.
b. If the product or service is proprietary in nature such that it can be obtained only from
a certain contractor or contractors, the notice inviting informal bids may be sent
exclusively to such contractor or contractors.
3. All mailing of notices to contractors and construction journals pursuant to this section
shall be completed not less than fifteen (15) calendar days before bids are due.
4. The notice inviting informal bids shall describe the project in general terms, how to
obtain more detailed information about the project, and shall state the time and place for
the submission of bids.
5. The Purchasing Agent is authorized to award informal contracts pursuant to th is
section.
C. Contracts for large public projects shall be authorized by City Council and shall
comply with the competitive bidding procedures set forth in Section 2.36.090. Contracts
602
Ord. No. XX-25, Item X.X, Adopted XX/XX/2025 Page 7 of 7
for very small and small public projects may be approved by the Purchasing Agent.
(Reference: Public Contract Code section 22034.)
Section 9. Effective Date. This Ordinance shall take effect and be enforced thirty (30)
days following its final adoption.
Section 10. Posting. The City Clerk of the City of Dublin shall cause this Ordinance to be
posted in at least three public places in the City of Dublin in accordance with Section 36933 of the
Government Code of the State of California.
PASSED, APPROVED AND ADOPTED this __th day of ________ 2025, by the following
vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
______________________________
Mayor
ATTEST:
_________________________________
City Clerk
603
2.36.020 Definitions.
For the purposes of this chapter, the words set out in this section shall have the
following meanings:
A. “Consultant or professional services” means the services rendered by
architects, attorneys, engineers, doctors, financial consultants, planning or
environmental consultants, investment advisors, bank or trustee officers, and other
professional or specialized consultants.
B. “Contract” means any agreement to do or not do a certain thing. For the
purposes of this chapter, “contract” and “agreement” are synonymous. The term
“contract” includes, but is not limited to, a purchase order; a contract for services;
an addendum or change order, which means a change or addendum to an
executed contract; a letter of agreement; and a memorandum of understanding.
C. “Force account” is a term used by the Uniform Construction Cost Accounting
Procedures meaning an account which is used to account for work performed on
public projects using internal resources, including but not limited to labor,
equipment, materials, supplies, and subcontracts of the public agency.
D. “Emergency” means a sudden, unexpected occurrence that poses a clear and
imminent danger, requiring immediate action to prevent or mitigate the loss or
impairment of life, health, property, or essential public services.
E. “General services” means and includes any work performed or services
rendered by an independent contractor, with or without the furnishing of materials,
including, but not limited to, the following:
1. Maintenance or nonstructural repair of city buildings, structures or
improvements which does not require engineering plans, specifications or design,
including, but not limited to, unscheduled replacement of broken window panes,
fire extinguisher maintenance, minor roof repairs, plumbing, elevator maintenance,
custodial services and pest control, etc.;
2. Repair, modification and maintenance of city equipment and software;
3. Cleaning, analysis, testing, moving, removal or disposa l (other than by sale)
of city supplies and equipment;
4. Replanting, care or maintenance of public grounds, including, but not limited
to, maintenance of trees, shrubbery, flowers, and lawns;
5. Providing temporary personnel services;
Attachment 2
604
6. Providing other miscellaneous services to facilitate city operations;
7. Performing repair, demolition or other work required to abate nuisances under
this code;
8. Licensing software services;
9. Leasing or rental of equipment (personal property) for use by the city;
10. Maintenance of equipment owned or leased by the city.
“General services” does not include consultant or professional services, or work
associated with a public project.
F. “Goods of a technical nature” means hardware, software, or communications
equipment, or any item that is substantially similar to the foregoing as determined
by the Purchasing Agent.
G. “Large contract” means a contract for the purchase of general services or
supplies and equipment with a total cost of more than $100,000. Notwithstanding
the foregoing, the $100,000 threshold set forth in the previous sentence shall
automatically increase if the amount set forth for the “formal level” of contracting in
Section 100.2 of the State Contracting Manual or its successo r is increased.
H. “Large public project” means a “public project,” as defined in subdivision (c)
of Public Contract Code section 22002, with a total cost of $220,000 or more.
Notwithstanding the foregoing, the $220,000 threshold set forth in the previou s
sentence shall automatically increase to reflect the amount set forth in subdivision
(b) of Public Contract Code section 22032.
I. “Public project” shall have the meaning given that term by California Public
Contract Code Section 20161 22022and the Uniform Construction Cost
Accounting Procedures (“UCCAP”) set forth in the Uniform Public Construction
Cost Account Act (“The Act”) and referenced in Section 2.36.160.
J. “Small public project” means a “public project,” as defined in subdivision (c)
of Public Contract Code section 22002, with a total cost of less than $220,000.
Notwithstanding the foregoing, the $220,000 threshold set forth in the previous
sentence shall automatically increase to reflect the amount set forth in subdivision
(b) of Public Contract Code section 22032.
K. “Small contract” means a contract for the purchase of general services or
supplies and equipment with a total cost of between $10,000 and $100,000,
inclusive. Notwithstanding the foregoing, the $100,000 threshold set forth in the
605
previous sentence shall automatically increase if the amount set forth for the
“formal level” of contracting in Section 100.2 of the State Contracting Manual or its
successor is increased.
LH. “Supplies and equipment” means and includes tangible goods, supplies,
equipment, vehicles, printing, materials, and furniture and furnishings purchased
on behalf of the city.
M. “Very small contract” means a contract for the purchase of general services
or supplies and equipment with a total cost of less than $10,000.
N. “Very small public project” means a “public project,” as defined in
subdivision (a) of Public Contract Code section 22002, with a total cost of $75,000
or less. Notwithstanding the foregoing, the $75,000 threshold set forth in the
previous sentence shall automatically increase to reflect the amount set forth in
subdivision (a) of Public Contract Code section 22032.
2.36.050 Purchasing Agent authority for contracts and purchases—Less than
forty-five thousand dollars ($45,000) Small contracts.
A. With the exception of public projects as defined in Section 2.36.020, tThe
Purchasing Agent is authorized to enter into a small contract on behalf of the city
and approve a purchase by the city without the prior approval of the City Council,
so long as the contract or purchase satisfies the following conditions:
1. The total cost is less than forty-five thousand dollars ($45,000);
2. The monies have been appropriated; a nd
32. The contract or purchase is for consultant or professional services, general
services, or supplies and equipment.
B. In an emergency the Purchasing Agent may authorize the expenditure of any
unencumbered monies in the emergency reserve fund, notwithstanding the fact that
such monies may not have been appropriated for such purpose, to the extent that said
emergency funds have not been appropriated or are otherwise unavailable therefor.
2.36.070 Contracts and purchases of general services, supplies and
equipment—Less than five thousand dollars ($5,000)Very small contracts.
For very small contracts purchases of general services or supplies and
equipment of less than five thousand dollars ($5,000), informal quotations should
be obtained, but are not required. Comparative pricing is expected to secure the
606
lowest price. Negotiated pricing is allowed and departments are strongly
encouraged to solicit quotations from city-based businesses.
2.36.080 Contracts and purchases of general services, supplies, and
equipment—Greater than or equal to five thousand dollars ($5,000) and less
than forty-five thousand dollars ($45,000)Small contracts.
A. Purchases of general services, supplies and equipment greater than or
equal to five thousand dollars ($5,000) and less than forty-five thousand dollars
($45,000) The award of any small contract shall, whenever possible, be based on
at least three (3) quotations. For purchases greater than or equal to five
thousand dollars ($5,000) and small contracts of less than ten fifty thousand
dollars ($150,000), the quotations may be verbal or written. For small contracts
purchases greater than or equal to ten fifty thousand dollars ($150,000) and less
than forty-five thousand dollars ($45,000), the quotations shall be in writing,
which writings may include facsimile and electronic mail transmissions.
Quotations with the required documentation shall be submitted to the Finance
Department for approval by the Purchasing Agent. Negotiated pricing i s allowed
and departments are strongly encouraged to solicit quotations from city-based
businesses. The purchase of any general services, supplies and equipment
greater than or equal to five thousand dollars ($5,000) and less than forty-five
thousand dollars ($45,000) The award of any small contract shall be consistent
with the factors stated in Section 2.36.060 and shall be made from the vendor
that submits the lowest total cost.
B. At the discretion of the Purchasing Agent, the competitive bidding proc edure
set forth in Section 2.36.090 may be used for any acquisition of general services,
supplies and equipment, regardless of the value.
2.36.090 City Council authority for contracts and purchases—Greater than or
equal to forty-five thousand dollars ($45,000)Large contracts—Competitive
bidding.
City Council approval shall be required to authorize the large contracts for or
purchase of any consultant or professional services, general services or supplies
and equipment with a cost greater than or equal to forty-five thousand dollars
($45,000).
Awards of large contracts City Council authorization for purchases of general
services and supplies and equipment with a cost greater than or equal to forty-
five thousand dollars ($45,000) shall comply with the competitive bidding
procedure set forth in this section, except as provided in Section 2.36.100. Bids
607
should be obtained from one (1) or more vendors located within the city
whenever possible.
A. Notices inviting bids shall include a general description of the services
and/or articles to be purchased or sold, where bid blanks and specifications may
be obtained, the time and place for bid openings, and whether a bid deposit or
bond and a faithful performance bond will be required.
B. Notices inviting bids shall be posted in at least three (3) public places in the
city that have been designated by ordinance as the place for posting public
notices, at least fourteen (14) calendar days before the date of opening the bids.
C. The Purchasing Agent shall also solicit sealed bids from all responsible
prospective suppliers whose names are on the bidder’s list and may advertise
the notice inviting bids in applicable publications and websites readily accessible
to the public.
D. When deemed necessary by the Purchasing Agent or City Council, any
bidder may be required to submit a bid deposit or bond in an amount determined
by the Purchasing Agent or City Council. A successful bidder (and his surety, if a
bond is furnished) shall be liable for any damages upon the bidder’s failure to
enter into a contract with the city or upon the bidder’s failure to perform in
accordance with the tenor of his or her bid.
E. When deemed necessary by the Purchasing Agent or City Council, any
person or entity entering into a contract with the city may be required to furnish a
faithful performance deposit or bond in an amount determined by the Purchasing
Agent or City Council.
F. Bids shall be opened in public at the time and place stated in the public
notices. A tabulation of all bids received shall be open for public inspection during
regular business hours for a period of not less than thirty (30) calendar days after
the bid opening.
G. At its discretion, the City Council may reject all bids present ed and re-
advertise for bids.
H. Contracts shall be awarded by the City Council to the lowest responsive,
responsible bidder, except as otherwise provided herein.
I. If two (2) or more bids received from responsible bidders are for the same
total amount or unit price, quality and service being equal, preference shall be
given to the local vendor, or the City Council may accept the lowest bid made by
negotiation with the tie bidders and the Purchasing Agent at the time of the bid
opening.
608
2.36.100 Exceptions to competitive bidding.
A. Contracts or purchases involving the acquisition of consultant or professional
services are exempt from competitive bidding; however, the procurement of such
services shall be subject to the following:
1. Contracts or purchases Large contracts involving the acquisition of
consultant or professional services greater than or equal to forty-five thousand
dollars ($45,000) will require City Council approval.
2.36.120 Purchase orders.
Purchases greater than or equal to five thousand dollars ($5,000) for small
contracts shall be documented by purchase orders prepared by the Purchasing
Agent in accordance with adopted administrative policies.
2.36.160 Public projects.
Public projects as defined by the Uniform Public Construction Cost Accounting
Act (Section 22000 et seq. of the California Public Contract Code) shall follow the
purchasing procedures as set forth in Sections 220320–22045 et seq. of the
Public Contract Code.
A. The purchase or contract for public projects less than forty-five thousand
dollars ($45,000)Contracts for very small public projects may be performed by
the employees of a public agency by force account, by negotiated contract, or by
purchase order (Reference: Public Contract Code Section 22032).
B. The purchase or contract for public projects less than one hundred thousand
dollars ($100,000)Contracts for small public projects may be let to contract by the
informal procedures as set forth in Sections 220302 et seq.–22045 of the Public
Contract Code.
1. A list of contractors shall be developed and maintained in accordance with
the provisions of Section 22034 of the Public Contract Code and criteria
promulgated from time to time by the California Uniform Construction Cost
Accounting Commission.
2. Where a public project is to be performed, a notice inviting informal bids shall
be mailed, faxed, or emailed to all contractors for the category of work to be bid,
as shown on the list developed in accordance with this section, and to all
construction trade journals as specified by the California Uniform Construction
Cost Accounting Commission in accordance with Section 22036 of the Public
609
Contract Code. Additional contractors and/or construction trade journals may be
notified; provided, however:
a. If there is no list of qualified contractors maintained by the city for the
particular category of work to be performed, the notice inviting bids shall be sent
only to the construction trade journals specified by the California Uniform
Construction Cost Accounting Commission.
b. If the product or service is proprietary in nature such that it can be obtained
only from a certain contractor or contractors, the notice inviting informal bids may
be sent exclusively to such contractor or contractors.
3. All mailing of notices to contractors and construction journals pursuant to this
section shall be completed not less than fourteen (14) fifteen (15) calendar days
before bids are due.
4. The notice inviting informal bids shall describe the project in general terms,
how to obtain more detailed information about the project, and shall state the
time and place for the submission of bids.
5. The Purchasing Agent is authorized to award informal contracts pursuant to
this section.
C. The purchase or contract for public projects greater than or equal to one
hundred thousand dollars ($100,000)Contracts for large public projects shall be
authorized by City Council and shall comply with the competitive bidding
procedures set forth in Section 2.36.090. Contracts for very small and small
public projects may be approved by the Purchasing Agent. (Reference: Public
Contract Code section 22034.)
610
Introduction of an Ordinance
Amending Chapter 2.36
(Contracts and Purchasing) of
the Dublin Municipal Code
October 7, 2025
611
Background
In April of 2025, Staff conducted a review to determine if
the City’s Purchasing Authority thresholds remain current and
align with best practices.
1983 –Ordinance Adopted (Ord.16-83)
•Establishing Procedures for the Purchase of Goods and Services
•City Manager: Purchases < $5,000
•Purchases > $5,000 City Council approval and formal bidding
2000 –First Amendment (Ord. 4-00)
•Increased City Manager authority to < $20,000
•Updated bidding requirements
612
Background, 2
2012 –Comprehensive Update (Ord. 12-12)
•City Manager authority raised to < $45,000
•City "opted in" to California Uniform Public Construction Cost Accounting Act (CUPCCAA)
•Public Works threshold increased to < $100,000
2025 –Proposed Amendment
•Evaluate thresholds for inflation and operational challenges
•Align with state law, local best practices, and CUPCCAA updates
Purchasing in the City of Dublin is designed to ensure fairness, transparency, accountability, and compliance with state and local laws.
613
Purchasing Authority and Acquisition Methods
Authority vs. Methods
•Purchasing authority –who can approve
•Acquisition methods –how contacts are awarded
High Risk vs. Low Risk Purchases
•High Risk -Large construction contracts, require formal bidding and City Council approval
•Low Risk –Routine goods/services (e.g, printing vendor), can be approved by City Manager
614
Purchasing Authority and Acquisition Methods, 2
Two Primary Purchasing Categories
•General Services –supplies, equipment, consulting, professional services
•Public Works –construction, alteration, repair, or improvement of public structures,
buildings, roads, etc.
•Governed by the Public Contract Code (PCC)
615
External Guidance and Peer Agencies
State and Professional Guidance
•California Department of General Services –State Contracting Manual
•California Association of Public Procurement Officials (CAPPO) –survey data and best
practices
•California Uniform Public Construction Cost Accounting Act (CUPCCAA) –updated by AB
2192 (2025)raised bidding threshold to $220,000 (public projects)
Dublin’s Current Limits (since 2012)
•$45,000 for goods and services
•$100,000 for public projects
616
External Guidance and Peer Agencies, 2
Peer Agency Comparison (18 Cities or Agencies):
The average purchasing authority threshold for a City Manager:
$50,000 26%$50,000 29%
$75,000 12%$75,000 12%
$100,000 37%$100,000 12%
$200,000+25%$200,000+53%
City of Dublin (Current)$45,000 City of Dublin (Current)$100,000
-Marin Area Rail Transit District
617
Neighboring Cities Purchasing Authority
618
City of Dublin Contracts
Over the past three fiscal years, City Council has reviewed 178
contracts:
•153 goods and services contracts
•25 public project contracts
Under the new threshold recommendation:
•39 contracts (22%) would fall under the new City Manager approval
o ~12 staff hours per contract x $137.90 fully loaded hourly rate = Approximately $1,700
per contract
o 39 contracts x $1,700 per contract =Approximately $65,000 Savings over the past three
fiscal years
619
City of Dublin Contracts, 2
Operational Challenges
•Inflation and rising cost of construction materials and labor
•Inability to act in real-time
Proposed Recommendation
•Real-time efficiency
•Flexibility and favorable pricing
620
Police Vehicle Costs vs. Purchasing Authority
$27,900 $29,860
$54,175 $57,394
$-
$25,000
$50,000
$75,000
$100,000
$125,000
2012 Sedan 2025 Malibu 2025 Intercepter 2025 Tahoe
Vehicles
Current Authority
Recommended Authority
621
Recommendation
Waive the reading and introduce the Amending
Chapter 2.36 (Contracts and Purchasing) of the Dublin Municipal
Code.
•Increase the formal bidding and City Manager purchasing
authority limits to current State limits.
•Tie the City’s purchasing authority thresholds to the State.
622