Loading...
HomeMy WebLinkAboutPW Lincoln Avenue Bridge Repair Engineering Design ServicesAGREEMENT FOR PROFESSIONAL SERVICES WITH MARK THOMAS AND COMPANY, INC. FOR ENGINEERING DESIGN SERVICES ASSOCIATED WITH THE LINCOLN A VENUE BRIDGE REP AIR PROJECT This Agreement is made and entered into this 2 l day of Dt'.Canb<..< , 2018, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and MARK THOMAS AND COMPANY, INC., a corporation authori:zed to do business in California (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the CITY has determined that professional services are required for design and environmental clearance associated with the Lincoln Avenue Bridge Repair Project, City Project No. 11352; 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 Julie Passalcqua 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 CONTRACTOR'S Revised Scope of Work dated November 14, 2018, 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. Jf-3-1--90 ORIG AL 4. COMPENSATION. For the full perfonnance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR on a time and materials basis for services rendered at the hourly rates shown in CONTRACTOR'S "Cost Proposal for Project Scope: San Rafael-Lincoln Avenue Bridge" included in Exhibit "B" attached, in a total contract amount not to exceed $110,000, including reimbursable expenses. 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 December 31, 2022, 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 tenninate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may tenninate 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 perfonnance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. If the CITY tenninates this agreement with the CONTRACTOR, CITY shall pay CONTRACTOR the sum due the CONTRACTOR under this agreement prior to tennination, unless the cost of completion to the CITY exceeds the funds remaining in the contract. In which case the overage shall be deducted from any sum due the CONTRACTOR under this agreement and the balance, if any, shall be paid the CONTRACTOR upon demand. 7. OWNERSHIP OF DOCUMENTS. A. The written documents and materials prepared by the CONTRACTOR in connection with the perfonnance of its duties under this Agreement, shall be the sole property of CITY. 2 B. It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine-readable fonn, are intended for one-time use in the construction of the project for which this contract has been entered into. C. The CONTRACTOR is not liable for claims, liabilities, or losses arising out of, or connected with the modification, or misuse by the CITY of the machine-readable information and data provided by the CONTRACTOR under this agreement; further, the CONTRACTOR is not liable for claims, liabilities, or losses arising out of, or connected with any use by the CITY of the project documentation on other projects for additions to this project, or for the completion of this project by others, except only such use as many be authorized in writing by the CONTRACTOR. 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 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 3 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 insurance, as required by the State of California, with statutory limits, and employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. CONTRACTOR's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements . The msurance coverage required of the CONTRACTOR in subparagraph A of this section above shall also meet the following requirements: 1. Except for professional liability insurance and worker's compensation insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additional insureds (for both ongoing and completed operations) under the policies. 2. The additional insured coverage under CONTRACTOR'S insurance policies shall be "primary and non-contributory" 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 CG20 01 04 13. 3. Except for professional liability insurance or worker's compensation insurance, the insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. By execution of this Agreemeht, CONTRACTOR hereby grants to CITY a waiver of any right to subrogation which any insurer of CONTRACTOR may acquire against CITY by virtue of the payment of any loss under such insurance. CONTRACTOR agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not CITY has received a waiver of subrogation endorsement from the insurer. 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 4 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. No representation is made that the minimum Insurance requirements of this agreement are sufficient to cover the obligations of the CONTRACTOR under this agreement. 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 oflosses 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 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 lndemnitees"), 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 lndemnitees. However, to the extent that 5 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 2782.8, then, to the extent permitted by law including without limitation, Civil Code sections 2782, 2782.6 and 2782.8, CONTRACTOR shall indemnify and hold harmless the CITY and its officers, officials, and employees (collectively City Indemnitees) from and against damages, liabilities or costs (including incidental damages. Court costs, reasonable attorney's fees as may be determined by the Court, litigation expenses and fees of expert witnesses incurred in connection therewith and costs of investigation) to the extent they are caused by the negligence, recklessness, or willful misconduct of CONTRACTOR, or any subconsultants, or subcontractor or anyone directly or indirectly employed by them, or anyone for whom they are legally liable (collectively Liabilities). Such obligation to hold harmless and indemnify any indemnity shall not apply to the extent that such Liabilities are caused in part by the negligence or willful misconduct of such City Indemnitee. 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, 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 6 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 tenns 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: 16. INDEPENDENT CONTRACTOR. Bill Guerin Public Works Director 111 Morphew Street San Rafael, CA 9490 l Julie Passalacqua 70 l University Ave, Suite 200 Sacramento, CA 95825 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. 7 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 tenns 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. 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). 8 22. SURVIVAL OF TERMS. Any terms of this Agreement that by their nature extend beyond the tenn (or tennination) of this Agreement shall remain in effect until fulfilled and shall apply to both Parties' respective successors and assigns. 23. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. 24. COUNTERPARTS AND ELECTRONIC SIGNATURE. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which together shall constitute one document. Counterpart signature pages may be delivered by telecopier, email or other means of electronic transmission. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL ATTEST: LINDSAY LARA, City Clerk 9 CONTRACTOR [If Contractor is a corporation, add signature of second corporate officer] By: e~vm.~ Name: (nee ft &:-ozr= r- Title: $ec_ r€ ±f~f'., \ ~~ MARK ■■THOMAS REVISED SCOPE OF WORK EXHIBIT A Lincoln Avenue Bridge Repair Project City of San Rafae l November 14,2018 TASK 1. PROJECT MANAGEMENT AND COORDINATION Task 1.1. Meetings Mark Thomas will schedule, prepare for, and attend project team meetings with the City to share project information, identify critical issues, make decisions, assign project tasks, and identify items critica l to project delivery. Key team members will be present at each team meeting depending on the items to be discussed . Two project team meetings, to be held at the City offices, are assumed. In addition, it assumed that 10 conference calls will be held to provide regular check-ins with City staff. Mark Thomas will prepare and distribute agendas prior to each meeting and prepare meeting minutes with action items within one week after the meeting . Task 1.2. Communication and Schedule Mark Thomas will communicate with the City and manage the project team. This includes preparing contract paperwork, memos, letters and emails, making phone calls, and tracking project issues/action items/decision. Management activities also include the development and maintenance of a critical path method (CPM) design schedule and preparation of monthly invoices and progress reports. The schedule will be updated as progress is made, with critical path activities clearly shown for team review purposes. The schedule and billings wil l be submitted in the form and in sufficient detail to track the project status and contract expenditures as outlined by the City at the beginning of the project. For the scope of work, Mark Thomas assumes a project duration of 10 months, excluding the duration for bidding and construction assistance . Task 1.3. Quality Control Independent QC reviews will be performed at each level of completions by an experienced staff member not directly involved with the project. QC Checklists specific to the discipline involved in creating the deliverable will be used, with comments, responses by the design team , and verification of implementation fully documented. TASK 1 DELIVERABLES: • Meeting Agendas and Minutes • Project Schedule • Monthly Invoices and Progress Reports 11.....if MARK THOMAS TASK 2. DESIGN Task 2.1. Preliminary Assessment Lincoln Avenue Bridge Repair Project City of San Rafae l November 14,2018 Mark Thomas will perform a site visit to assess the bridge condition, determine the necessary repairs, and evaluate the project area for potential issues. During the bridge inspection, Mark Thomas will verify the as-built plans against field measurements . This site visit would be in conjunction with the City, LSA, and the regulatory permitting agencies so that the extent of project improvements and construction methods can be understood . Task 2.2. 65% Bridge Repair PS&E Submittal Mark Thomas will prepare structural plans for the repair of the Lincoln Avenue Bridge to bring the structure back to it's original condition. The plans will be prepared in conformance with the latest updated versions of the Caltrans Bridge Design Manuals. It is anticipated that the plan set will include a Title Sheet, Bridge General Plan, and Pier Repair Details. Mark Thomas will develop quantities and prepare construction cost estimates for the repair project. Construction costs will be developed using current bid results from similar projects, Caltrans database information and from Caltrans latest Construction Cost Manual. All estimates will be done in Caltrans BEES format using Microsoft Excel. Mark Thomas will develop project special provisions using 2018 Caltrans Standard Specifications. The special provisions will be prepared using Microsoft Word. It is assumed that the City will incorporate their boilerplate contract language into the specifications. Task 2.3. 100% PS&E Submittal Comments from the 65% submittal w ill be addressed and incorporated into the 100% PS&E package. Responses to comments will be prepared and subm itted to the City. A ll final plan revisions will be made. Updates to the specifications and estimate will be completed. TASK 2 DELIVERABLES: • Plans -on Bond (24x36 & 11x17) and PDF format • Engineer's Estimate -PDF format • Special Provisions -Word and PDF format • Response to Comments Matrix -PDF format TASK 3. ENVIRONMENTAL COMPLIANCE AND PERMITTING Task 3.1. Biological Resources LSA will evaluate the biological resources present in the project area and determine potential project-related effects to those resources. LSA will complete the following tasks related to biological resources: ~...ill MARK ■■THOMAS Lincoln Avenue Bridge Repair Project City of San Rafael November 14,2018 • Research/Coordination. LSA will request a list of special-status species potentially occurring in the project vicinity from the USFWS and NMFS, and will query the CNDDB. • General Field Survey . LSA will conduct a general field survey to assess habitat conditions for special -status species and evaluate potential impacts to sensitive biological resources from the proposed project. • Jurisdictional Delineation and Report. LSA will conduct a jurisdictional waters delineation of the project area to determine any areas potentially subject to regulation by the ACOE, RWQCB, and/or CDFW. • Biological Assessment. LSA will prepare a Biological Assessment to evaluate project effects to the federally threatened green sturgeon and essential fish habitat, and identify appropriate avoidance and minimization measures. Task 3.2. Task 3.2 Regulatory Permits The proposed project may affect wetlands or other jurisdictional waters in Mahon Creek that may be under the jurisd iction of the ACOE, RWQCB , and/or CDFW. Impacts to jurisdictional waters may requ ire permits from the regulatory agencies, as listed below. LSA will attend one Marin Project Coordination meeting and one fi eld meeting with agency staff to review the project, and project team meetings/calls. • Nationwide Permit Verification (Clean Water Act, Section 404 and Rivers and Harbors Act, Section 10). LSA w ill prepare a Preconstruction Notification for submittal to the ACOE request ing verification that the project can be authorized using the specified NWP. • Water Quality Certification (Clean Water Act, Section 401). LSA will prepare an application package for subm itta l to the RWQCB . A processing fee must be included with the submittal (to be provided by the City, amount to be determined). • Streambed Alteration Agreement (Fish and Game Code, Section 1602). LSA will prepare an application package for submitta l to CDFW. A processing fee must be included with the submittal (to be provided by the City, amount to be determined). • San Francisco Bay Conservation and Development Commission (BCDC). LSA will prepare an application package for submittal to BCDC. A processing fee must be included with the submittal (to be provided by the City, amount to be determined). Cultural Resources. LSA has included 8 hours for initial coordination , additional research, or other tasks to determine if a forma l cultural resources study will be required . TASK 3 DELIVERABLES: • Jurisdictional Delineation • Biological Assessment • Permit Applications as listed in 3.2 EXHIBIT B COST PROPOSAL FOR PROJECT SCOPE: San Rafael-Lincoln Avenue Bridge Mark Thomas Subs .. GI .. .. ~~ MARK 11111 GI .. C Ill GI = C Ill C C .. Ill .. Ill .. VI :E 'iii, GI C 'iii C GI ::, ~ TOTAL COST THOMAS 11111 w C 0 .. Total Total MT 'iii, "' ti s ■ ■ C ti C ~ ti ·;: C Ill GI GI w ·o GI Ill GI Hours Cost GI e C ·c ti ·o .s o' C 11111 GI .. 'iJ .. 'iii, a. 'iii .c '2' a. .. a. "' . g ~ C ..: GI GI ..: w en Q ... a. .)iu en $284 $167 $128 $91 $103 $124 $94 1.0 PROJECT MANAGEMENT & COORDINATION 1.1 Meetings 24 24 $6,816 -$6,816 1.2 Communication & Schedule 20 6 12 6 44 $8,350 -$8,350 1.3 Quality Control 4 4 $1,136 -$1,136 Subtotal Phase 1 48 0 0 0 6 12 6 72 $16,302 $0 $16,302 2.0 DESIGN 2.1 Preliminary Assessment 8 8 16 $3,296 -$3,296 2.2 65% Bridge Repair PS&E Submittal 40 40 60 140 $17,260 -$17,260 2.3 100% PS&E Submittal 20 20 20 60 $7,720 -$7,720 Subtotal Phase 2 8 60 68 80 0 0 0 216 $28,276 $0 $28,276 3.0 PERMITTING 3.1 Biological Resources 20 20 $5,680 21,061 $26,741 3.2 Regulatory Permits 20 20 $5,680 31,410 $37,090 Subtotal Phase 3 40 0 0 0 0 0 0 40 $11,360 $52,472 $63,832 TOTAL HOURS 96 60 68 80 6 12 6 328 OTHER DIRECT COSTS $1,000 $590 $1,590 TOTALCOST $27,264 $10,020 $8,704 $7,280 $618 $1,488 $564 $56,938 $53,062 $110,000 11/14/2018 CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: Public Works Project Manager: Hunter Young Extension: 3408 Contractor Name: Mark Thomas and Company, Inc. Contractor's Contact: Julie Passalacqua Contact's Email: jpassalacqua@markthomas.com D FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DESCRIPTION COMPLETED REVIEWER DEPARTMENT DATE Check/Initial 1 Project Manager a. Email PINS Introductory Notice to Contractor C lick here to ~ ent er a d ate . b. Email contract (in Word) and attachments to City 11/14/2018 Attorney c/o Laraine.Gittens@cityofsanrafael.org ~ HY 2 City Attorney a. Review, revise, and comment on draft agreement 12/4/2018 ~LG and return to Project Manager b. Confirm insurance requirements, create Job on 12/4/2018 ~LG PINS, send PINS insurance notice to contractor 3 Department Director Approval of final agreement form to send to 12/11/2018 ~ BG contractor 4 Project Manager Forward three (3) originals of final agreement to 12/11/2018 ~ HY contractor for their signature 5 Project Manager When necessary, contractor-signed agreement □ N/A agendized for City Council approval * *City Council approval required for Professional Services ~ HY Agreements and purchases of goods and services that exceed Or $75,000; and for Publ ic Works Contracts that exceed $175 ,000 12/17/2018 Date of City Council approval PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 6 Project Manager Forward signed original agreements to City 12/12/2018 ~ HY Attorney with printed copy of this routing form 7 City Attorney Review and approve hard copy of signed (vf1 ~\ ~ \ Al))J~ agreement 8 City Attorney Review and approve insurance in PINS, and bonds -~\\i\ tl L . -Gt~~ (for Public Works Contracts) ~ 9 City Manager/ Mayor Agreement executed by City Council authorized it~ i(✓!f ' IV official 10 City Clerk Attest signatures, retains original agreement and d 1.-11-0," ~ forwards copies to Project Manager