SAN RAFAEL CITY COUNCIL AGENDA REPORT

Size: px
Start display at page:

Download "SAN RAFAEL CITY COUNCIL AGENDA REPORT"

Transcription

1 Agenda Item No: 4.j Meeting Date: August 15, 2016 Department: Public Works SAN RAFAEL CITY COUNCIL AGENDA REPORT Prepared by: Bill Guerin, Director of Public Works TOPIC: STREET RESURFACING City Manager Approval: File No.: SUBJECT: ADOPTION OF RESOLUTIONS RELATED TO STREET RESURFACING , CITY PROJECT NO : 1. RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING THE CONSTRUCTION CONTRACT FOR THE STREET RESURFACING PROJECT TO GHILOTTI CONSTRUCTION COMPANY, INC., IN THE AMOUNT OF $1,663,185.70, AND APPROPRIATING AN ADDITIONAL $262, OF GAS TAX FUNDS, FUND # RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH PARK ENGINEERING, INC. FOR INSPECTION SERVICES ASSOCIATED WITH THE STREET RESURFACING PROJECT, IN THE AMOUNT OF $82, RECOMMENDATION: Adopt the resolutions for the Street Resurfacing project. BACKGROUND: Resurfacing of City streets is a vital program that improves a portion of the City s 175 miles of roadways each year. Experience has shown that resurfacing projects offer significant benefits, among them reduced maintenance costs and increased property values. The Department of Public Works utilizes the Pavement Condition Index (PCI) system to identify streets in need of resurfacing and then conducts a field investigation to further analyze data. Available funding dictates the scope of the resurfacing project. The proposed project includes surface treatments of micro seal and pavement overlay, which are based on the Engineering Division s analysis of the roads initially identified by the PCI process. This year, staff recommends resurfacing three miles of roadways on the following twenty-four (24) local streets: FOR CITY CLERK ONLY File No.: Council Meeting: Disposition:

2 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 No. Street Treatment Begin End 1. Canada Court Micro-surface Corrillo Drive End 2. Cortes Court Micro-surface Duran Drive End Full Width Grind and De La Guerra 3. Duran Drive Overlay Del Ganado Road Road 4. Duxbury Cove Overlay Spinnaker Point Drive End 5. Falmouth Cove Full Width Grind and Overlay Catalina Boulevard End 6. Gloucester Cove Full Width Grind and Overlay Catalina Boulevard End 7. Hetherton Street Full Width Grind and Overlay Mission Street Second Street 8. Hingham Cove Micro-surface Spinnaker Point Drive End 9. Hyannis Cove Overlay Catalina Boulevard End 10. Las Gallinas Avenue Micro-surface Merrydale Road Corrillo Drive 11. Las Huertas Court Micro-surface Las Gallinas Avenue End 12. Nantucket Cove Overlay Catalina Boulevard End 13. Narragansett Cove Overlay Spinnaker Point Drive End Spinnaker Point 14. Newport Way Overlay Drive End 15. Oleander Drive Micro-surface Las Gallinas Avenue Los Gamos Road 16. Patricia Way Overlay Las Colindas Road End 17. Plymouth Cove Micro-surface Catalina Boulevard End 18. Portsmouth Cove Overlay Spinnaker Point Drive End 19. Rockport Cove Overlay Spinnaker Point Drive End 20. Salem Cove Overlay Spinnaker Point Drive End Spinnaker Point 21. Drive Overlay Canal Street Bedford Cove 22. Walter Place Micro-surface Corrillo Drive End 23. Warner Court Full Width Grind and Overlay Woodland Avenue End 24. Whitewood Drive Full Width Grind and Overlay Las Pavadas Avenue Las Colindas Road Applicable Americans with Disabilities Act (ADA) law requires that state and local governments ensure that persons with disabilities have access to the pedestrian routes in the public right-of-way. Under ADA law, when a street, roadway or highway is altered, compliant curb ramps are required where pedestrian walkways intersect with the altered street. A roadway alteration includes, but is not limited to, the addition of a new layer of asphalt or micro-surfacing. The Public Works Department has identified locations where thirty-six (36) new curb ramps could be installed based on a strict interpretation of the ADA. However, two of these ramps are located on steep hillsides and installing accessible ramps in these areas would exacerbate the steep areas of the sidewalk

3 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3 and essentially make the area more inaccessible than the current condition. This project will therefore focus on the construction of the thirty-four (34) remaining ADA compliant curb ramps and storm drainage improvements. In addition, in August of 2004 the City of San Rafael entered into a Settlement Agreement with the Federal Department of Justice (DOJ) to address a lack of compliance with the Americans with Disabilities Act (ADA) and related accessibility issues in City-owned facilities and the public right-of-way. A section of the Agreement calls for the City of San Rafael to construct curb ramps or sloped areas at any intersection to provide access for pedestrians. In 2004, Public Works identified a backlog of 797 curb ramps. Of the 34 ADA curb ramp locations proposed for this project, two are specifically included in the backlog of 797 ramps required by the DOJ Settlement Agreement. A study of the project area was conducted to ensure that the most reasonable facilities for all modes of travel were included in the project design. The study was completed August 1, The Street Resurfacing project has been determined to have no significant effect on the environment and is therefore categorically exempt based on the California Environmental Quality Act (CEQA). The Notice of Exemption was filed at the Marin County Clerk s Office on June 27, ANALYSIS: Resolution (Award of Construction Contract) The project was advertised in accordance with San Rafael s Municipal Code on July 8, 2016, and on August 2, 2016 at 10:30 AM the following bids were received and read aloud: BIDDER AMOUNT Ghilotti Construction Company $1,663, Ghilotti Bros. $1,698, The engineer s construction cost estimate is $1,650,000. The construction bids have been reviewed by Public Works staff and found to be responsive and responsible. The low bid is from Ghilotti Construction Company, Inc. ($1,663,185.70). The cost of construction plus contingency and construction inspection exceeds the original budget. Additional appropriation of funds will be necessary to support this project. Reducing the scope of the project after the award is possible to minimize adverse fiscal impact from this project. The recommended Resolution awards the construction contract to Ghilotti Construction Company, Inc. Resolution (Agreement with Park Engineering for Inspection Services) In addition to the actual construction contract, limitations on staff resources will require staff to secure the services of an outside consultant to perform construction inspection services needed for this project. On January 22, 2016, Public Works solicited Statements of Qualifications, including billing rate schedules, for inspection services. Five statements from qualified firms were received on February 5, All were evaluated by City staff based on criteria specified in the Request for Qualifications including, but not limited to, understanding of the work to be done, previous experience with similar projects, qualified personnel, and familiarity with City standards and the

4 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 4 local area. Staff recommends Park Engineering as the most qualified consultant for this project. Park Engineering has submitted a proposal to perform the inspection services in an amount not to exceed $82,820. Staff has reviewed the proposal and has found it to be complete and within industry standards. The recommended Resolution authorizes the City Manager to execute a professional services agreement with Park Engineering for the required inspection services, in an amount not to exceed $82,820. PUBLIC OUTREACH: In December 2015, upon development of the list of roadways under consideration for resurfacing, staff notified all utility companies of the project. The original resurfacing list was refined to accommodate utilities performing work on roads scheduled for resurfacing. This and outreach efforts will minimize the need for repairs within the limits of the newly resurfaced roadways. In January 2016, City staff mailed project notification letters to the fronting property owners and residents of each of the roadways proposed for resurfacing. The letter provided a link to the project website and suggested that property owners evaluate the condition of their sewer laterals and make any necessary repairs prior to the resurfacing of the road. The purpose of this coordination effort is to minimize sewer repairs within the roadway after resurfacing is complete, as well as to minimize the cost of the repairs for property owners. FISCAL IMPACT: To date, $54, has been charged to this project for topographic surveying, curb ramp design, document reproduction, public outreach notification, and recordation of the environmental document. The remaining project expenditures include construction by Ghilotti Construction Company, Inc., a recommended contingency of approximately 10%, and consultant provided construction inspection services, bringing the total project budget to $1,912,000. This project combines Street Resurfacing and Street Resurfacing Curb Ramps , projects which are listed in the Three-Year Capital Improvement Program (CIP) for Fiscal Year 2015/16 through 2017/18, approved by City Council on March 16, Bidding the work as one complete project reduces the staff time to manage the project. In addition, the total construction impact time to residents is reduced. The following tables summarize funding sources and expenses: FUNDING SOURCES Project Funding Sources Allocation Notes Gas Tax Fund (Fund #206) $1,500,000 Listed in 2015/2016 CIP as Street Resurfacing Gas Tax Fund (Fund #206) $150,000 Listed in 2015/2016 CIP as Street Resurfacing Curb Ramps Gas Tax Fund (Fund #206) $262,000 Additional Project Allocation Total Available Funds $1,912,000

5 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 5 EXPENSES Category Amount Notes Already Charged Expenses Curb Ramps Design Additional Design Phase Expenses $9, Remaining Expenses Construction Contract $45, Robert A. Karn Agreement Document reproduction, public outreach notifications, and environmental document $1,663, Base bid contract amount Supplies and Services $10, Materials testing and sampling (anticipated) Construction Contingency $166, Contingency (approx. 10%) Construction Inspection Services Anticipated Reimbursements Total Project Cost $1,912, OPTIONS: 1. Adopt both resolutions as presented; $82, Park engineering agreement -$65, From various utility companies 2. Council may choose to authorize the construction contract and instruct staff to perform the inspections, which will impact other project currently being addressed; 3. Council may reject all bids and direct staff to rebid both the inspection and construction for this project. If this option is chosen, soliciting new proposals or rebidding the project will delay construction and postpone the project until spring 2017; 4. The Council may reject all bids and direct staff to stop work on the project which will delay repair of roadways specified in this report. ACTION REQUIRED: Staff recommends that the City Council: 1. Approve the resolution awarding the construction contract to Ghilotti Construction Company, Inc. in the amount of $1,663, and appropriating additional funds of $262,000 from the Gas Tax Fund # Approve the resolution authorizing the City Manager to execute a professional services agreement with Park Engineering for inspection services in an amount not to exceed $82,820. ATTACHMENTS: 1. Resolution awarding the construction contract to Ghilotti Construction Company, Inc. 2. Resolution authorizing the City Manager to execute a professional services agreement with Park Engineering for inspection services 3. Agreements a. Ghilotti Construction Company, Inc. b. Park Engineering

6 RESOLUTION NO. RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING THE CONSTRUCTION CONTRACT FOR THE STREET RESURFACING PROJECT TO GHILOTTI CONSTRUCTION COMPANY, INC., IN THE AMOUNT OF $1,663,185.70, AND APPROPRIATING AN ADDITIONAL $262, OF GAS TAX FUNDS, FUND #206 WHEREAS, on the 2 nd day of August, 2016, pursuant to due and legal notice published in the manner provided by law, inviting sealed bids or proposals for the work hereinafter mentioned, as more fully appears from the Affidavit of Publication thereof on file in the office of the City Clerk of the City of San Rafael, California, the City Clerk of said City did publicly open, examine, and declare all sealed bids or proposals for doing the following work in said City, to wit: Street Resurfacing City Project No in accordance with the plans and specifications therefore on file in the office of the City Clerk; and WHEREAS, the bid of $1,663, from Ghilotti Construction Company, Inc., at the unit prices stated in its bid, was and is the lowest and best bid for said work and said bidder is the lowest responsible bidder. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES as follows: 1. The plans and specifications for Street Resurfacing , City Project No , on file in the office of the City Clerk, are hereby approved. 2. The bid of Ghilotti Construction Company, Inc. is hereby accepted at the unit prices stated in its bid, and the contract for said work and improvements is hereby awarded to Ghilotti Construction Company, Inc. at the stated unit prices.

7 3. The City Manager and the City Clerk are authorized and directed to execute a contract with Ghilotti Construction Company, Inc., in a form approved by the City Attorney, and to return the bidder s bond upon the execution of the contract. 4. Funds totaling $1,912,000 will be appropriated for City Project No , from the Gas Tax Fund, # The City Manager is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the City Council of said City held on Monday, the 15 th day of August, 2016 by the following vote, to wit: AYES: NOES: ABSENT: COUNCILMEMBERS: COUNCILMEMBERS: COUNCILMEMBERS: File No.: ESTHER C. BEIRNE, City Clerk

8 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH PARK ENGINEERING, IN C. FOR INSPECTION SERVICES ASSOCIATED WITH THE STREET RESURFACING PROJECT, IN THE AMOUNT OF $82, WHEREAS, the City has advertised and received contractor bids for Street Resurfacing , City Project 11275; and WHEREAS, due to a staffing shortage, the City needs to secure outside professional assistance to provide the construction inspection services required for Street Resurfacing ; and WHEREAS, staff received a proposal dated July 20, 2016 from Park Engineering, Inc. for construction inspection services; and WHEREAS, staff has reviewed the $82, proposal from Park Engineering, Inc. and has found it to be complete and within industry standards; and WHEREAS, there are sufficient funds in the Gas Tax Fund for this expenditure; and NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of San Rafael hereby approves and authorizes the City Manager to execute a Professional Services Agreement between Park Engineering, Inc. and the City, in the form attached hereto as Exhibit A and incorporated herein by reference, subject to final approval as to form by the City Attorney, in an amount not to exceed $82, BE IT FURTHER RESOLVED that the Director of Public Works is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution.

9 I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City on the 15 th day of August 2016, by the following vote, to wit: AYES: NOES: ABSENT: COUNCILMEMBERS: COUNCILMEMBERS: COUNCILMEMBERS: ESTHER C. BEIRNE, City Clerk File No.:

10 City of San Rafael California Form of Contract Agreement For Street Resurfacing City Project No This Agreement is made and entered into this day of by and between the City of San Rafael (hereinafter called City ) and Ghilotti Construction Company, Inc. (hereinafter called Contractor ). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: l - Scope of the Work The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work described in the plans and specifications for the project entitled: Street Resurfacing , City Project No , all in accordance with the Specifications and Contract Documents dated July 2016, which are hereby made a part of this Agreement. li- Time of Completion (a) The work to be performed under this Contract shall be commenced within Five (5) Working Days after the date of written notice by the City to the Contractor to proceed. (b) All work shall be completed, including all punchlist work, within Eighty (80) Working Days and with such extensions of time as are provided for in the General Provisions. lli - Liquidated Damages It is agreed that, if all the work required by the contract is not finished or completed within the number of working days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $1,900 for each and every calendar day s delay in finishing the work in excess of the number of working days prescribed above; and the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may deduct the amount thereof from any moneys due or that may become due the Contractor under the contract. lv - The Contract Sum The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the units of work in the following schedule completed at the unit price stated. The number of units contained in this schedule is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. ITEM DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL PRICE 1. Mobilization (Not to exceed 3% of Bid) 1 $40, = $40, Signs and Traffic Control 1 $215, = $215, Clearing and Grubbing 1 $100, = $100, Minor Concrete Minor Structures a. Type A Curb and Gutter 1,300 $35.00 = $45, b. Four-Inch Thick PCC Sidewalk 2,000 $15.00 = $30, c. Eight-Inch Thick PCC Sidewalk 130 $20.00 = $2, d. Case C Curb Ramp 31 $5, = $155, Page 1 of 4

11 ITEM DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL PRICE e. Modified Case C Curb Ramp (Warner Ct) 2 $5, = $10, f. Modified Case A Curb Ramp (Shoreline Park Pathway) 1 $5, = $5, g. Six-Inch Thick PCC Valley Gutter 1,100 $15.00 = $16, h. Reconstruct Catch Basin Deck, Curb, and Gallery Inlet 5 $3, = $15, i. Modified Turning Structure with Manhole Lid 2 $5, = $10, j. New Type C Catch Basin 2 $5, = $10, Sidewalk Underdrains a. Whitewood Drive at Pedestrian Pathway (East Side) 1 $ = $ b. Spinnaker Point Drive/Catalina Blvd Area 9 $ = $4, Storm Drain Pipe 95 $70.00 = $6, Trench Drain 60 $ = $15, Full Width Grinding** 195,016 $0.40 = $78, Cold Planing a. 6 Edge Grind 9,100 $3.00 = $27, b. 20 Conform Grind 530 $10.00 = $5, Hot Mix Asphalt a. Full Depth Asphalt Concrete Pavement 105 $ = $26, b. Deep Lift Patching 160 $ = $40, c. Asphalt Concrete Overlay 5,800 $ = $638, Mirco-Surfacing** 15,511 $2.30 = $35, Adjust Existing Facility to Grade a. Install Sewer Cleanout Utility Box 6 $ = $2, b. Adjust Manhole Castings to Grade 51 $1, = $61, c. Adjust Water Valve Cover to Grade (In Roadway Only) 59 $ = $5, d. Adjust Gas Valve Cover to Grade (In Roadway Only) 2 $1, = $2, e. Adjust Monument to Grade 30 $1, = $30, f. Adjust Rodhole to Grade 1 $1, = $1, Roadside Signs 1 $3, = $3, Page 2 of 4

12 ITEM DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL PRICE 12. Traffic Stripes, Pavement Markings, and Painting a. Install 4 White Stripe 140 $3.00 = $ b. Install Detail 9 Striping 1,300 $1.10 = $1, c. Install Detail 22 Striping 460 $2.40 = $1, d. Install Detail 27b Striping 210 $0.90 = $ e. Install Detail 29 Striping 90 $4.40 = $ f. Install Detail 38 Striping 1,500 $2.20 = $3, g. Install Detail 40 Striping 220 $1.00 = $ h. Install Pavement Markings (Thermoplastic) 5,250 $3.00 = $15, i. Install Pavement Markings (Paint) 90 $3.00 = $ j. Paint Curb Red 1,300 $2.00 = $2, k. Paint Curb Yellow 250 $2.00 = $ GRAND TOTAL BID $1,663, V - Progress Payments (a) On not later than the 6th day of every month the Public Works Department shall prepare and submit an estimate covering the total quantities under each item of work that have been completed from the start of the job up to and including the 25th day of the preceding month, and the value of the work so completed determined in accordance with the schedule of unit prices for such items together with such supporting evidence as may be required by the City and/or Contractor. (b) As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments made, pay to the Contractor 95% of the amount of the estimate as approved by the Public Works Department. (c) Final payment of all moneys due shall be made within 15 days after the expiration of 35 days following the filing of the notice of completion and acceptance of the work by the Public Works Department. (d) The Contractor may elect to receive 100% of payments due under the contract from time to time, without retention of any portion of the payment by the public agency, by depositing securities of equivalent value with the public agency in accordance with the provisions of Section 4590 of the Government Code. Such securities, if deposited by the Contractor, shall be valued by the City s Finance Director, whose decision on valuation of the securities shall be final. VI - Acceptance and Final Payment (a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall within 5 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a Notice of Completion, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City within 15 days after the expiration of 35 days following the date of recordation of said Notice of Completion. (b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to Page 3 of 4

13 the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (c) Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract Price, before the final payment will be made. (d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after final payment; (3) requirements of the specifications; or (4) manufacturers guarantees. It shall also constitute a waiver of all claims by the Contractor, except those previously made and still unsettled. (e) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. VII - Assignment of Warranties; Waiver of Subrogation (a) Contractor hereby assigns to City all warranties, guarantees, or similar benefits such as insurance, provided by or reasonably obtainable from the manufacturers or suppliers of equipment, material or fixtures that Contractor has installed or provided in connection with the work performed under this Agreement. (b) Contractor hereby agrees to waive and arrange by contract for its subcontractors to waive any subrogation rights which any insurer of Contractor or its subcontractors might otherwise acquire in connection with the insurer s payment to Contractor or its subcontractors of any insured loss with respect to work performed under this Agreement. Contractor further agrees to obtain and to arrange for its subcontractors to obtain for City s benefit any endorsements from insurers that may be necessary to effect such waiver of subrogation. Specifically, any worker s compensation insurance policies of the Contractor or its subcontractors shall be endorsed with a waiver of subrogation in favor of City for any work performed by Contractor or its subcontractors under this Agreement, and copies of such endorsements shall be provided to City. IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. ATTEST: CITY OF SAN RAFAEL: Esther C. Beirne City Clerk APPROVED AS TO FORM: Jim Schutz City Manager Ghilotti Construction Company, Inc. Robert F. Epstein City Attorney By: Printed Name: Title: File No.: Page 4 of 4

14 AGREEMENT FOR PROFESSIONAL SERVICES WITH PARK ENGINEERING FOR PROFESSIONAL ENGINEERING SERVICES This Agreement is made and entered into this day of, 2016, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and PARK ENGINEERING, INC. (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the CITY has determined that professional services are required for inspection services in connection with Street Resurfacing , City Project No ; and WHEREAS, the CONTRACTOR has agreed to render such services. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. PROJECT COORDINATION. A. CITY S Project Manager. The Director of Public Works is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR S Project Director. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Jaemin Park is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 2. DUTIES OF CONTRACTOR. CONTRACTOR shall perform the duties and/or provide the services outlined in the Scope of Services marked as Exhibit A, attached hereto, and incorporated herein. 3. DUTIES OF CITY. CITY shall compensate CONTRACTOR as provided in Paragraph 4, and shall perform the duties as described in Exhibit "A" attached hereto and incorporated herein. 1

15 4. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR on a time and materials basis for services rendered in accordance with the rates shown on the fee schedule dated July 20, 2016 included in Exhibit "A" attached and incorporated herein, in an amount not to exceed $82, Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 5. TERM OF AGREEMENT. The term of this Agreement shall commence upon the date of execution of this Agreement and end on August 2, 2017, or on such earlier date when the work shall have been completed, unless the parties agree to extend this Agreement for another 90 days, as approved in writing by City Manager. 6. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. 7. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 8. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance 2

16 of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 9. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 10. INSURANCE. A. Scope of Coverage. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non-owned, and hired vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence. 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of two million dollars ($2,000,000) per occurrence/four million dollars ($4,000,000) aggregate, to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. Where CONTRACTOR is a professional not required to have a professional license, CITY reserves the right to require CONTRACTOR to provide professional liability insurance pursuant to this section. 4. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR's officers and employees. CONTRACTOR s worker s compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required of the CONTRACTOR in subparagraph A of this section above shall also meet the following requirements: 1. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds under the policies. 3

17 2. The additional insured coverage under CONTRACTOR S insurance policies shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or self-insurance coverage for any contribution. The primary and noncontributory coverage in CONTRACTOR S policies shall be at least as broad as ISO form CG Except for professional liability insurance, the insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. The insurance policies shall be specifically endorsed to provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon ten (10) days written notice to the PROJECT MANAGER. 5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before CITY S own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to CITY or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. C. Deductibles and SIR s. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT MANAGER or CITY S City Attorney all of the following: (1) Certificates of Insurance evidencing the insurance coverage 4

18 required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. CITY reserves the right to obtain a full certified copy of any insurance policy and endorsements from CONTRACTOR. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. 11. INDEMNIFICATION. A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by CITY, and hold harmless CITY, its officers, agents, employees and volunteers (collectively, the City Indemnitees ), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively CLAIMS ), arising out of CONTRACTOR S performance of its obligations or conduct of its operations under this Agreement. The CONTRACTOR's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the CONTRACTOR's indemnification obligation shall be reduced in proportion to the City Indemnitees share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the CONTRACTOR s work or work product by the CITY or any of its directors, officers or employees shall not relieve or reduce the CONTRACTOR s indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONTRACTOR S performance of or operations under this Agreement, CONTRACTOR shall provide a defense to the City Indemnitees or at CITY S option reimburse the City Indemnitees their costs of defense, including reasonable attorneys fees, incurred in defense of such claims. B. Where the services to be provided by CONTRACTOR under this Agreement are design professional services to be performed by a design professional as that term is defined under Civil Code Section , CONTRACTOR shall, to the fullest extent permitted by law, indemnify, release, defend and hold harmless the City Indemnitees from and against any CLAIMS that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONTRACTOR in the performance of its duties and obligations under this Agreement or its failure to comply with any of its obligations contained in this Agreement, except such CLAIM which is caused by the sole negligence or willful misconduct of CITY. C. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, 5

19 and shall survive the termination or completion of this Agreement for the full period of time allowed by law. 12. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 13. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY s Project Manager: TO CONTRACTOR s Project Director: Bill Guerin Public Works Director City of San Rafael 111 Morphew Street San Rafael, CA Jaemin Park 28 Dolores Way Orinda, CA

20 16. INDEPENDENT CONTRACTOR. For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 17. ENTIRE AGREEMENT -- AMENDMENTS. A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 18. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 19. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 7

21 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 21. CITY BUSINESS LICENSE / OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed under this Agreement, until CONTRACTOR has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL CONTRACTOR JIM SCHUTZ, City Manager By: Name: Jaemin Park Title: President ATTEST: ESTHER C. BEIRNE, City Clerk APPROVED AS TO FORM: ROBERT F. EPSTEIN, City Attorney 8

22 July 20, 2016 Stephanie Gindlesperger, PE Assistant Civil Engineer City of San Rafael Public Works Department RE: Staffing Plan and Cost Estimate to Provide Inspection Services for Resurfacing Project Dear Ms. Gindlesperger: Park Engineering, Inc. is pleased to submit this proposal to perform inspection services to the City of San Rafael Public Works Department to support the Resurfacing construction project. I appreciate the opportunity to continue working with the Department on these projects. Dave Baker will support the City on a full time basis and as determined by the City. He will report directly to you or your designated representative and perform the inspection duties as requested. Dave has worked in the construction industry in multiple capacities for over 25 years. He has provided construction management for buildings, infrastructure and public works construction projects. Included is Dave s resume and a fee schedule for your review. My role will be to manage the contract with the Department and to ensure that Dave has the necessary tools to complete the requested assignment. Should you have any questions or need additional information, please do not hesitate to contact me. I can be reached at 372 Village Square, Orinda, CA 94563, spatterson@park-eng.com and (510) Sincerely, Steve Patterson, PE Vice President Attachment 372 Village Square, Orinda, CA (925)

23 City of San Rafael Public Works Inspection Services 2015/16 Resurfacing Project July 2016 Position Hourly Rate OT Rate September October November December Hours Cost Dave Baker, Sr. Inspector $ $ $ 82, Total = $ 82, Rate includes vehicle, mobile phone, laptop and all equipment required to perform required duties. 2. Inspection duties for full time hours, estimated 4 months in duration. 7/20/2016

24 Resume Dave Baker Construction Manager/Senior Construction Inspector Experience: 28 CA Contractor s License, B # Dave Baker has more than 28 years of experience managing and supervising civil and commercial projects in roadway, drainage, electrical, flood control, and Public Works improvements. He has a thorough knowledge of construction standards and all aspects of highway construction management in accordance with the Caltrans Standard Specifications, Standard Plans, Construction Manual, Local Assistance Procedures Manual, and the Greenbook Standard Specifications for Public Works Construction. Dave is experienced with working closely with public agency staff, managing project controls and costs, monitoring quality control/quality assurance of construction work, preparing reports and monitoring daily construction progress for contract compliance. Dave has coordinated project work with utility companies, cities, counties, Caltrans, California Department of Fish and Game, Regional Water Quality Control Board, Army Corps of Engineers, private businesses, and the public. His expertise, attitude and knowledge are a benefit for the success of all his projects. His professionalism positively impact all interaction on the project, not only with those he is representing, but also with the contractors, other agencies and the public involved. Technical knowledge: Street Improvements Environmentally sensitive areas Concrete and AC pavements Rubberized AC Concrete and minor structures Traffic control and detours Underground facilities Utility coordination Building construction Bridges and Piers Transit Facility Improvements Demo/deconstruction projects Earthwork (cut/fill) Marine construction Creek restoration Skills: Contract documentation and monitoring for contract compliance Plan and specification interpretation and implementation Bid Item quantity calculations and documentation for progress payments Contractor Submittal review for contract compliance Environmental monitoring and compliance Safety inspection Planning and scheduling skills Cost estimating and analysis Certifications: U.S. Army Corps of Engineers, CQMC (2011) Transportation Workers Identification Card (federal background check) 40 hour Hazmat

25 Resume City of San Rafael, Public Works & Engineering Department, San Rafael, CA City Owned Property Improvements, Roadway and Drainage Improvements Construction Cost: $30,000 to $1,800,000 Project scope include street rehabilitation, curb ramp improvements, drainage improvements, bridge methacrylate deck rehabilitation, City-owned facility improvements and sanitary sewer replacements. Dave is acting as the City s Field Engineer / Construction Inspector for numerous City Projects. He is assisting City Staff to monitor and document various types of Public Works improvement projects for contract compliance. He is responsible for tracking of daily quantities and extra work for use in determining progress payments to the contractor. He reviews submittals for contract compliance, organizes and schedules quality assurance testing, monitors daily traffic control and detours, and represents the City with positive interaction with the public. El Camino Real Master Plan, Phase 1 Improvements, City of San Mateo, San Mateo, CA - $5M Assistant Resident Engineer/Construction Inspector/Office Engineer This $5 million street improvement project was federally funded with Caltrans oversight. The project scope included: horizontal directional drilling for water and electrical crossing 14 roadways; installing ADA ramps for new and upgrading existing sidewalk, curb, and gutter; and installing new median landscaping, irrigation, and hardscaping (red brick pavers and color asphalt). Dave s responsibilities included: quality assurance of contractor s work; preparation of daily diaries; assisting with monthly pay estimates; contract administration; office engineering; photo documentation; Stormwater Pollution Prevention Program (SWPPP) management and best management practices (BMPs); and performing labor compliance, work force interviews, and weekly statement of working days. Delaware Street Bike Lane and Streetscape Improvement Project, City of San Mateo, San Mateo, CA. Assistant Resident Engineer/Construction Inspector/Office Engineer The project scope included: removal and replacement of existing sidewalk, curb, and gutter; installing bioswale; trenching and installing 12-inch HDPE storm drains with pre-cast and CIP catch basins and drainage inlets; and new electrical PVC conduit installation for street lighting. Dave s responsibilities included: quality assurance of contractor s work; preparation of daily diaries; assisting with monthly pay estimates; contract administration; office engineering; photo documentation; Stormwater Pollution Prevention Program (SWPPP) management and best management practices (BMPs); and performing labor compliance, work force interviews, and weekly statement of working days. Oyster Point Ferry Terminal, Package I, II, and III, San Francisco Water Emergency Authority (WETA), South San Francisco, CA - $15 million Assistant Resident Engineer/Construction Inspector The project scope included the inspection of the first of several new design/build ferry terminals to be built under WETA. Work included: demolition and removal of two full-size docks (400 feet long) and the reconstruction of three end-ties and dredging across three sub-areas that totaled approximately 45,000 cubic yards. The project required driving eight pre-stressed piles approximately 58 feet long. Dave s responsibilities included: review of specifications and bid documents for the demolition, dredging and design build contracts; input on decisions regarding procurement strategy, phasing and project planning; and assisting a new government agency to create procurement policies and procedures. He inspected all contractor operations including pile driving, dredging, fabrication of pre-stressed/precast concrete float docks, installation of structural steel overhead canopy structure, installation of mechanical and electrical

26 Resume system, and final architectural features including decorative concrete, tiles, pavers and brass fixtures and rails. U.S. 101 Widening, California Department of Transportation, District 4, (Caltrans), Novato, CA. - $85 Million Dave was the assistant resident engineering for this $85 million highway widening and overlay project. The project scope included highway widening and overlay for approximately four miles in both directions. Dave s responsibilities included: monitoring and inspecting the placement of asphalt paving; collecting trip tickets; tracking placed materials; and contractor progress payments. Dave monitored placement temperature and lifts, inspected striping operation, underground drainage systems including, supervision of placement and compaction and testing of engineered fill materials for roadways. He also coordinated and supervised local jurisdiction materials testing and special inspector activities. He supervised and verified the application of field directives and change orders. 4 th Street Undergrounding Project, City of San Rafael, San Rafael, CA. Assistant Resident Engineer/Construction Inspector The 4 th Street Undergrounding Project is privately funded by George Lucas. The project scope included undergrounding one-mile of overhead electrical lines and project oversight was only required in areas encroaching the City of San Rafael s right-of-way. Dave provided quality assurance of contractor s work, monitored the Contractor through daily inspections, prepared daily diaries, managed photo documentation of project, contract administration, and recorded project progress with daily reports and weekly updated meetings Pavement Rehabilitation, City of Richmond, Richmond, CA - $7M Construction Inspector Work involved rehabilitation of existing asphalt concrete pavement throughout the City, which included base failure repairs, crack sealing, chip sealing, slurry sealing, wedge and conformance grinding, milling of existing asphalt concrete, removal of surfacing and base, overlay using conventional asphalt concrete and rubberized hot mix asphalt, constructing concrete ADA curb ramp, driveway, curb and gutter, placement of striping, and installing traffic signal detector loops. Dave provided quality assurance of contractor s work, monitored the contractor through daily inspections and prepared daily diaries, photo documentation, contract administration, and recorded project progress with daily reports and weekly updated meetings. 3 rd and Union Improvement Project, City of San Rafael, San Rafael, CA - $4M Assistant Resident Engineer/Construction Inspector The project scope included widening Union Street and adding a turn lane, removing and replacing traffic signals, new underground utilities joint trench installation (electrical and communications), replacing sewer mainline, relocating storm drains, and upgrading drainage inlets. Our work also included the removal and replacement of curb, gutters and sidewalks with ADA curb ramps, asphalt overlay with subgrade repairs (deep lifts), masonry retaining wall, new landscaping, and irrigation. Dave provided quality assurance of contractor s work, preparation of daily diaries, assisting with monthly pay estimates, contract administration, office engineering, and photo documentation. He oversaw ADA and pedestrian accessibility and safe-path-of-travel around or through construction work zones and to-and-from buildings, and coordination and communication with businesses (Trader Joe s, Walgreens, and Whole Foods) and private properties and public buildings (fire station, high school). Dave also provided Stormwater Pollution Prevention Program (SWPPP) management and best management practices (BMPs).

27 Resume Passenger Float Construction, San Francisco Bay Area Water Emergency Transportation Authority (WETA), San Francisco, CA. Construction Inspector The project scope included the construction of a passenger mooring float that provides accommodation for aluminum catamaran ferry vessels and passenger access with all of the associated appurtenances including guardrails and handrails, lighting, and ADA requirements. A steel constructed float fit between the existing mooring pilings at the San Francisco Downtown Ferry Landing (approximately 130 LF), with a beam of forty feet. The float has an aluminum fixed ramp walkway, guardrails and, adjustable landings. All passenger railings, ramps, and walkways including transition from gangway to fixed ramp are to have smooth transitions and be barrier free, meeting all accessibility regulations for Americans Disabilities Act (ADA). Six adjustable height passenger loading platforms were provided. Dave s responsibilities included: monitor and document the construction work for contract compliance, tracking of daily quantities and extra work for use in determining progress payments to the contractor, and reviewing submittals and certified payrolls or contract compliance. Fourth Street Rehabilitation, City of San Rafael, San Rafael, CA. Construction Inspector The project scope included underground utilities relocation, storm drains, removal and replacement of curb, gutters and sidewalks, asphalt overlay, new joint trench installation, new underground electrical installation for street lights, and new landscaping and irrigation. Dave provided quality assurance of contractor s work, prepared of daily diaries, assisted with monthly pay estimates, contract administration, office engineering, and photo documentation. He oversaw ADA and pedestrian accessibility and safe-path-of-travel around or through construction work zones and to-and-from buildings, and businesses and private property. Dave provided Stormwater Pollution Prevention Program (SWPPP) management and best management practices (BMPs). Oakland Airport Roadway Project, Port of Oakland/Turner Construction Company, Oakland, CA - 150M Construction Manager/Inspector/SWPPP Manager Scope of work included: parking bowl expansion; new roadway installations; terminal curbside expansion; underground utilities (sewer and storm drains, domestic and fire water, and electrical); grading (roadways, parking bowl expansion, and bio-swales); driving pre-cast concrete piles and micropiles; AC and concrete placement (concrete retaining walls, bulk heads, and footings); and structural steel columns, beams, and roof members for the curbside and crosswalk canopies. Dave managed and implemented the Stormwater Pollution Prevention Program (SWPPP) and best management practices (BMPs) on this forty-acre site. He also provided construction inspection and administration of daily construction reports. Buchanan Field Airport Runway 1L-19R Rehabilitation Project, Contra Costa County, Concord, CA - $7M Construction Inspector The project scope included providing construction management services on this runway rehabilitation project constructed to FAA standards. The project entailed approximately 3,500 LF of runway, consisting of more than 9,500 tons of HMA, 50,000 SY of runway grooving and AC /PFC pavement cold milling, 30,000 SY of cold in place recycled pavement, CIR recycling agent and asphalt rejuvenating seal. Dave s specific responsibilities included relocating airfield guidance signs, installing underground electrical conduits and duct banks, dedicating staging areas, Project Labor Agreements (PLAs), and heavy traffic/traffic control. He also provided quality assurance of contractor s work, prepared daily diaries, assisted with monthly pay estimates, contract administration, office engineering, photo documentation, Stormwater Pollution Prevention Program (SWPPP) management, best management practices (BMPs), and Federal Aviation Administration (FAA) funded specific labor and material testing compliance.

28 Resume Montecito Creek Debris Basin, United States Army Corps of Engineers, County of Santa Barbara, Montecito, CA. Superintendent/Construction Inspector More than 28,000 cubic yards of soil was mass excavated to allow for placement of a concrete retaining wall (2,600 CY) and fish ladder. This work required an engineered shoring design that secured a 23-foothigh earthen wall directly adjacent to construction. The existing soil was screened and reused as needed for compacted backfill. This project was governed by Caltrans specifications. Dave managed daily manpower and subcontractors, daily reports, rolling schedules, and safety meetings. He also created and implemented safety plans and managed Stormwater Pollution Prevention Program (SWPPP) plans. Lake Mendocino A/C Overlay, United States Army Corps of Engineers (USACE), Ukiah, CA. Quality Control Manager U.S. Corps of Engineers (USACE) specifications governed this area where several failed areas of unstable soil conditions needed to be repaired before placing paving fabric and 2-inches of asphalt concrete. Dave coordinated with the contractor, provided daily reports, conducted equipment check lists, safety meetings, and Stormwater Pollution Prevention Program (SWPPP). Guadalupe River Mitigation, United State Army Corps of Engineers (USACE), San Jose, CA. Quality Control Manager/Superintendent The project scope included: excavation of 35,000 CY of sand, gravel, and soil; setting 700 LF of 42-inch RCP; installing 4 by 6 box culvert storm drains with three CIP manholes; processing more than 25 change orders; demolition of the existing Taylor Street Bridge; A/C maintenance roads; installing French drains; rectifying unstable soil conditions at box culverts; installing concrete outfalls; and reconfiguring irrigation. Dave s responsibilities included: managing and coordinating manpower and subcontractors; daily reports, rolling schedules, equipment check lists, and safety meetings; Stormwater Pollution Prevention Program (SWPPP); request for information (RFIs) and contract change orders (CCOs); as-built drawings; billings; and multi-agency coordination (USACE, Caltrans, Santa Clara Valley Water District, San Jose Water, and PG&E). Butte Basin Overflow Structures, Chico, CA. Quality Control Manager The project scope included: 4 sites along the Sacramento River that comprised 5,000 CY of excavation; 5,500 CY of earth fill and vegetable soil placement; and 35,000 tons of varied-sized rip rap stone protection used for toe trenches, stone fill, environmental stone fill, and fish groins. Dave responsibilities included: managing and coordinating manpower and subcontractors; daily reports, rolling schedules, equipment check lists, and safety meetings; Stormwater Pollution Prevention Program (SWPPP); request for information (RFIs) and contract change orders (CCOs); and as-built drawings. San Jose Federal Building Security Upgrade, City of San Jose, San Jose, CA. Quality Control Manger/Superintendent The project scope included: fabrication and installation of two (2) 12-foot high decorative fences and gates and 24 security cameras around the buildings. Due to the proximity to nearby federal courts, noise control along with scheduling work around court hearings was vital. Dave s responsibilities included daily reports, safety meetings, and subcontractor coordination.

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT Agenda Item No: 4.g Meeting Date: March 6, 2017 Department: Public Works SAN RAFAEL CITY COUNCIL AGENDA REPORT Prepared by: Bill Guerin, Director of Public Works TOPIC: ADA-DOJ CURB RAMPS 2016-2017 City

More information

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT Agenda Item No: 5.c Meeting Date: December 5, 2016 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: CITY MANAGER S OFFICE Prepared by: Rebecca Woodbury, Senior Management Analyst City Manager Approval:

More information

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT Agenda Item No: 3. i Meeting Date: July 6, 2015 Department: Public Works SAN RAFAEL CITY COUNCIL AGENDA REPORT Prepared by: ---.:-:.. -~_. '-,_I _~, _+_J_' '_".;:. '0'_' c_i City Manager APprovaiIJ ~ Actin

More information

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT Agenda Item No: 6.b Meeting Date: April 3, 2017 Department: Public Works Prepared by: Bill Guerin, Director of Public Works TOPIC: SAN RAFAEL CITY COUNCIL AGENDA REPORT City Manager Approval: File No.:

More information

SUBJECT: ADOPT RESOLUTIONS TO APPROVE STREET RESURFACING, CITY PROJECT NO :

SUBJECT: ADOPT RESOLUTIONS TO APPROVE STREET RESURFACING, CITY PROJECT NO : Agenda Item No: 6.b Meeting Date: April 16, 2018 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works Prepared by: Bill Guerin, Director of Public Works City Manager Approval: File No.: 16.06.87

More information

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of

More information

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT TOWN OF HILLSBOROUGH PUBLIC WORKS DEPARTMENT AGREEMENT FOR PUBLIC IMPROVEMENTS SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT THIS AGREEMENT is made and entered into as of the -----------------, by and between

More information

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of

More information

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg

More information

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL Bidders submitting proposals shall be very careful to follow all requirements in connection therewith. A checklist has been attached for guidance in complying with all phases of the bid process and project.

More information

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS Sealed proposals will be received at the City Clerk s Office, City of Yuba City, located at City Hall, 1201 Civic Center

More information

City of La Palma Agenda Item No. 5

City of La Palma Agenda Item No. 5 City of La Palma Agenda Item No. 5 MEETING DATE: November 7, 2017 TO: FROM: SUBMITTED BY: CITY COUNCIL CITY MANAGER Mike Belknap, Community Services Director AGENDA TITLE: Award of Contract to Infrastructure

More information

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of

More information

DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT

DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT FOR THE WESTERN PLACERVILLE INTERCHANGES PROJECT, PHASE 2 CITY CIP:

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More information

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide

More information

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. THIS CONTRACT is

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

More information

Not operate above a maximum speed of 10 miles per hour; Have a gross weight of less than 80 pounds, excluding cargo;

Not operate above a maximum speed of 10 miles per hour; Have a gross weight of less than 80 pounds, excluding cargo; Conditions of Approval for Personal Delivery Device PDD Use Permit Updated November 13, 2017 A. The operation of any PDD shall not commence in, on or over the surface of any public thoroughfare, right-of-way

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

Telemetry Upgrade Project: Phase-3

Telemetry Upgrade Project: Phase-3 Telemetry Upgrade Project: Phase-3 Cedar River Water & Sewer District is soliciting Statements of Qualifications from interested consulting engineering firms capable of providing Telemetry/SCADA Engineering

More information

AWARD CONSTRUCTION CONTRACT FOR NAVE DRIVE MULTI USE PATH (MUP) AND ADOPT A RESOLUTION AMENDING CIP BUDGET

AWARD CONSTRUCTION CONTRACT FOR NAVE DRIVE MULTI USE PATH (MUP) AND ADOPT A RESOLUTION AMENDING CIP BUDGET STAFF REPORT MEETING DATE: June 9, 2015 TO: City Council FROM: Petr Skala, Engineer II PRESENTER: Russ Thompson, Public Works Director 922 Machin Avenue Novato, CA 94945 (415) 899-8900 FAX (415) 899-8213

More information

Staff Report. Andrea Ouse, Director of Community and Economic Development Abhishek Parikh, Transportation Manager

Staff Report. Andrea Ouse, Director of Community and Economic Development Abhishek Parikh, Transportation Manager .d Staff Report Date: December, 1 To: From: Reviewed by: Prepared by: Subject: City Council Valerie J. Barone, City Manager Andrea Ouse, Director of Community and Economic Development Abhishek Parikh,

More information

PERSONAL SERVICES CONTRACT

PERSONAL SERVICES CONTRACT PERSONAL SERVICES CONTRACT THIS CONTRACT is entered into on, 20 between the CITY OF BERKELEY ( City ), a Charter City organized and existing under the laws of the State of California, and ( Contractor

More information

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between SHORT FORM STANDARD SUBCONTRACT This Agreement is made this day of, 20, between (Contractor) and (Subcontractor). The work described in Section I below shall be performed in accordance with the prime contract

More information

CITY OF EL PASO DE ROBLES The Pass of the Oaks

CITY OF EL PASO DE ROBLES The Pass of the Oaks CITY OF EL PASO DE ROBLES The Pass of the Oaks TO: FROM: SUBJECT: INTERESTED INDIVIDUALS OR FIRMS ANGELICA FORTIN, CITY LIBRARIAN INVITATION TO SUBMIT STATEMENTS OF QUALIFICATIONS AND PROPOSALS TO THE

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND This AGREEMENT, is made and entered into this day of, 2019, by and between the CITY OF EL SEGUNDO, a municipal corporation ( CITY ) and,

More information

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of, 20, by and between the PADRE DAM MUNICIPAL WATER DISTRICT (hereinafter referred to as the

More information

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT Agenda Item No: 7.b Meeting Date: June 19, 2017 Department: Public Works Prepared by: Bill Guerin, Director of Public Works TOPIC: SAN RAFAEL CITY COUNCIL AGENDA REPORT City Manager Approval: SECOND STREET

More information

CITY COUNCIL CONSENT CALENDAR

CITY COUNCIL CONSENT CALENDAR CITY COUNCIL CONSENT CALENDAR NOVEMBER 7, 2016 SUBJECT: PREPARED BY: WITH KEYSER MARSTON ASSOCIATES INC. FOR TECHNICAL ASSISTANCE AND ANALYSIS SERVICES RELATED TO HOUSING HUMAN SERVICES & RENT STABILIZATION

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

PRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer

PRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer G-7 STAFF REPORT MEETING DATE: November 27, 2018 TO: FROM: City Council Petr Skala, Associate Engineer 922 Machin Avenue Novato, CA 94945 415/ 899-8900 FAX 415/ 899-8213 www.novato.org PRESENTER: Christopher

More information

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES THIS AGREEMENT made and entered by and between the City of Placerville, a political subdivision of the State of California (hereinafter referred to as

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING Release Date: Friday, January 19, 2018 Due Date: Friday, February 16, 2018, 4:00 p.m. Housing Programs

More information

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). SERVICE AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). WITNESSETH: WHEREAS, Owner desires to engage Vendor, as an independent contractor,

More information

Services Agreement for Public Safety Helicopter Support 1

Services Agreement for Public Safety Helicopter Support 1 SERVICES AGREEMENT FOR PUBLIC SAFETY HELICOPTER SUPPORT BETWEEN THE CITY OF HUNTINGTON BEACH AND THE CITY OF NEWPORT BEACH This ("Agreement") is made by and between the City of Huntington Beach, a California

More information

City of Newnan, Georgia

City of Newnan, Georgia City of Newnan, Georgia Invitation to Bid Mill & Resurfacing of Various Streets- 2017 Issue Date: May 25, 2017 Issued By: Inquiries: Proposals Due: Bid Opening: City of Newnan Public Works Department 25

More information

Staff Report. Scott Conn, Network & Operations Manager (925)

Staff Report. Scott Conn, Network & Operations Manager (925) .b Staff Report Date: April, 01 To: From: Prepared by: City Council Valerie J. Barone, City Manager Joelle Fockler, MMC, City Clerk Joelle.fockler@cityofconcord.org () 1-0 Scott Conn, Network & Operations

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

STORM DRAIN ENGINEERING DESIGN SERVICES

STORM DRAIN ENGINEERING DESIGN SERVICES City of Imperial Community Development Department STORM DRAIN ENGINEERING DESIGN SERVICES Request for Proposals Project Funded by: SB1, The Road Repair and Accountability Act of 2017 Point of Contact:

More information

DEVELOPER EXTENSION AGREEMENT

DEVELOPER EXTENSION AGREEMENT DEVELOPER EXTENSION AGREEMENT SILVER LAKE WATER DISTRICT APPLICATION AND AGREEMENT TO CONSTRUCT EXTENSION TO DISTRICT SYSTEM Project: Developer: The undersigned, Developer (also referred to as Owner )

More information

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Resurfacing projects are among the most common and routine types of projects regularly conducted by highway agencies. When resurfacing projects

More information

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter

More information

CONTRACT FOR CONSULTING SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO.

CONTRACT FOR CONSULTING SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. West Ocean Boulevard, th Floor Long Beach, CA 00-0 CONTRACT FOR CONSULTING SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. THIS CONTRACT

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

Encroachment Permit. Permit Fee: Receipt #: Bond Fee: Receipt #: Expiration Date: Phone# Mailing Address:

Encroachment Permit. Permit Fee: Receipt #: Bond Fee: Receipt #: Expiration Date: Phone# Mailing Address: A (Office Use Only) Encroachment Permit Permit #: City of Seaside Public Works 440 Harcourt Avenue Seaside, Ca 93955 Phone: (831) 899-6825, Fax: (831) 899-6211 All information except signature must be

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax: CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

TOWING SERVICE FRANCHISE AGREEMENT

TOWING SERVICE FRANCHISE AGREEMENT TOWING SERVICE FRANCHISE AGREEMENT 1. IDENTIFICATION This Towing Service Franchise Agreement ( Agreement herein), effective as of the date specified in Section 3 below, is entered into by, ( TOWING CARRIER

More information

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

More information

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES This Independent Consultant Agreement for Professional Services ( Agreement ) is made and entered into as of the 17th

More information

City of Normandy Park. Recreation Center. Sidewalk Replacement INVITATION TO BID 2018

City of Normandy Park. Recreation Center. Sidewalk Replacement INVITATION TO BID 2018 City of Normandy Park Recreation Center Sidewalk Replacement INVITATION TO BID 2018 I. GENERAL A. Intent of Invitation to Bid This Invitation to Bid is to solicit competitive proposals from qualified contractors

More information

NEVADA IRRIGATION DISTRICT. Appendix B

NEVADA IRRIGATION DISTRICT. Appendix B NEVADA IRRIGATION DISTRICT DEVELOPMENT STANDARDS DEVELOPER REQUIREMENTS FOR TREATED WATER SYSTEM EXTENSIONS Appendix B Conveyance Agreement Standard Form Preface The standard form of Conveyance Agreement

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

More information

Staff Report. City Council Sitting as the Local Reuse Authority

Staff Report. City Council Sitting as the Local Reuse Authority .q Staff Report Date: July, To: From: Prepared by: Subject: City Council Sitting as the Local Reuse Authority Valerie J. Barone, City Manager Guy S. Bjerke, Director - Community Reuse Planning Guy.bjerke@cityofconcord.org

More information

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE This is a contract, entered into on, in Eureka, California, between the HUMBOLDT COUNTY ASSOCIATION OF GOVERNMENTS, hereinafter called HCAOG, and,

More information

OPERATIONS AND MAINTENANCE AGREEMENT

OPERATIONS AND MAINTENANCE AGREEMENT OPERATIONS AND MAINTENANCE AGREEMENT THIS OPERATIONS AND MAINTENANCE AGREEMENT, ( Agreement ) dated for reference purposes only,, is made by and among LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY,

More information

BROKER AND BROKER S AGENT COMMISSION AGREEMENT

BROKER AND BROKER S AGENT COMMISSION AGREEMENT BROKER AND BROKER S AGENT COMMISSION AGREEMENT Universal Care BROKER AND BROKER S AGENT COMMISSION AGREEMENT This BROKER AND BROKER S AGENT COMMISSION AGREEMENT (this "Agreement") is made and entered

More information

PERSONAL SERVICES CONTRACT County of Nevada, California

PERSONAL SERVICES CONTRACT County of Nevada, California PERSONAL SERVICES CONTRACT County of Nevada, California This Personal Services Contract is made between the COUNTY OF NEVADA (herein "County"), and Kimley-Horn and Associates, Inc. (herein Contractor ),

More information

AIRPORT HANGAR LICENSE AGREEMENT

AIRPORT HANGAR LICENSE AGREEMENT AIRPORT HANGAR LICENSE AGREEMENT This Hangar License Agreement ( Agreement ) is made and entered into this day of 2011, by and between the City of Cloverdale, hereinafter referred to as City and (name

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES FORM CONTRACT FOR INDIGENT DEFENSE SERVICES WHEREAS, the City of, Washington (hereinafter City ) provides indigent defense services to individuals who have been certified for representation in criminal

More information

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT Agenda Item No: 6.a Meeting Date: July 16, 2018 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: City Manager s Office Prepared by: Andrew Hening, Director of Homeless Planning & Outreach City Manager

More information

Agreement for Reimbursement of Funds For Construction of Certain Tenant Improvements RECITALS

Agreement for Reimbursement of Funds For Construction of Certain Tenant Improvements RECITALS Agreement for Reimbursement of Funds For Construction of Certain Tenant Improvements This reimbursement agreement (this Agreement ) dated as of September 19, 2011, (the Effective Date ) by and between

More information

REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers

REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers CITY OF GLENDORA REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers Prepared by Community Services Department 116 E. Foothill Boulevard Glendora, California 91741 Phone: (626) 914-8228

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

REQUEST FOR PROPOSALS FOR DESIGN OF THE GRAPE DAY PARK RESTROOM PROJECT

REQUEST FOR PROPOSALS FOR DESIGN OF THE GRAPE DAY PARK RESTROOM PROJECT Julie Procopio, P.E. Director of Engineering Services/City Engineer 201 North Broadway, Escondido, CA 92025 Phone: 760-839-4001 Fax: 760-839-4597 October 19, 2017 To Whom It May Concern: SUBJECT: REQUEST

More information

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation This is a form agreement for discussion purposes only. It does not constitute a binding offer or contract of Drexel University until all of the terms have been approved and this agreement is executed by

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

Right of Entry Permit

Right of Entry Permit Page 1 OR SMART USE ONLY Permit Number 2015 ROE DATE SAMPLE RIGHT-OF-ENTRY PERMIT This Right-of-Entry Permit ( Permit ) is entered into as of ( Effective Date ) by and between SONOMA-MARIN AREA RAIL TRANSIT

More information

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES INTRODUCTION The urban forest of Menlo Park is composed of trees growing along streets, in parks and on private property. The sustainability of

More information

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION THIS AGREEMENT is made and entered into by and between King County ( the County ) and the City of Medina, ( the City ). RECITALS

More information

NOW, THEREFORE, THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT DOES HEREBY RESOLVE, DETERMINE, AND ORDER AS FOLLOWS:

NOW, THEREFORE, THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT DOES HEREBY RESOLVE, DETERMINE, AND ORDER AS FOLLOWS: RESOLUTION NO. 652 RESOLUTION OF THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT APPROVING THE AWARD OF PRECONSTRUCTION SERVICES CONTRACT AND LEASE-LEASEBACK CONSTRUCTION CONTRACT FOR

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER A. INTRODUCTION FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER The Franklin Borough is seeking proposals from licensed Professional Engineers for the position of Borough Engineer for calendar

More information

SUBDIVISION IMPROVEMENTS AGREEMENT

SUBDIVISION IMPROVEMENTS AGREEMENT SUBDIVISION IMPROVEMENTS AGREEMENT THIS AGREEMENT, made between GLEN DEVELOPMENT COMPANY, hereinafter called the "Subdivider," and El Paso County by and through the Board of County Commissioners of El

More information

Staff Report. Suzanne McDonald, Financial Operations Manager (925)

Staff Report. Suzanne McDonald, Financial Operations Manager (925) .d Staff Report Date: February, 01 To: From: Reviewed by: Prepared by: Subject: City Council Valerie J. Barone, City Manager Karan Reid, Director of Finance Suzanne McDonald, Financial Operations Manager

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

More information

REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA The City of San Mateo hereby requests proposals for Geotechnical Investigation

More information

City of Hermosa Beach Public Works Department 1315 Valley Drive, Hermosa Beach, CA (310) Fax (310)

City of Hermosa Beach Public Works Department 1315 Valley Drive, Hermosa Beach, CA (310) Fax (310) May 2018 City of Hermosa Beach Public Works Department 1315 Valley Drive, Hermosa Beach, CA 90254 (310) 318-0214 Fax (310) 937-5015 Request for Proposals To Provide Construction Management & Inspection

More information

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR This Agreement is made this day of, 2018, by and between SPRINGVILLE CITY, 110 S Main, Springville, Utah (hereinafter referred to as the City ), and,

More information

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter Contractor) ) ) ) ) ) and ) CONTRACT AGREEMENT between Tow Company Contract No.: 06-FSP-01 Street Address City, State ZIP Code (hereinafter "Contractor" and Sacramento Transportation Authority Term: Dec. 1, 2006 Nov. 30, 2009 901

More information

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

More information

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS Project No.: PW PW2018-02 Budget Item: 104-594-36-60-01 Project Name: Cemetery Irrigation Installation (RFP) Table of Contents Invitation to Bid Bidders

More information

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services The City of Blue Springs, Missouri, Engineering Department, invites you to submit a proposal and statement of qualifications regarding Professional Engineering and Construction Services for the 2014 Sni-A-Bar

More information

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE NOTICE IS HEREBY GIVEN that the (City) is requesting proposals for the preparation of an update to the Coalinga Zoning Ordinance.

More information

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS Return recorded document to: Planning and Redevelopment Division 1 North University Drive, Suite 102A Plantation, Florida 33324 Document prepared by: NOTICE: PURCHASERS, GRANTEES, HEIRS, SUCCESSORS AND

More information

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following: Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and

More information