Loading...
HomeMy WebLinkAboutPW Second and Fourth Street Intersection ImprovementsAGREEMENT FOR PROFESSIONAL SERVICES FOR IMPROVEMENTS TO THE SECOND AND FOURTH STREET INTERSECTION This Agreement is made and entered into this'/ day of 20fjAy and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and C /STUBER-STROEH ENGINEERING GROUP INC., a California corporation (hereinafter "CONSULTANT"). RECITALS WHEREAS, the CITY has determined that professional design services are required in connection with the Second Street and Fourth Street Intersection project; and WHEREAS, the CONSULTANT has agreed to render such services. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: PROJECT COORDINATION. A. CITY'S Project Manager. April Miller 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. CONSULTANT'S Project Director. CONSULTANT shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONSULTANT. Robert Stevens is hereby designated as the PROJECT DIRECTOR for CONSULTANT. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONSULTANT shall notify the CITY within ten (10) business days of the substitution. DUTIES OF CONSULTANT. CONSULTANT shall perform the duties and/or provide services as outlined in CONSULTANT's proposal, dated May 31, 2022, marked as Exhibit A, attached hereto and incorporated herein. 3. DUTIES OF CITY. CITY shall cooperate with CONSULTANT in performance of its duties under this Agreement and shall pay the compensation as provided in Paragraph 4. 4. COMPENSATION. For the full performance of the services described herein by CONSULTANT, CITY shall pay CONSULTANT on time and materials basis for services rendered in accordance with the rates described in Exhibit A, for a total amount not -to -exceed of $131,582. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONSULTANT. TERM OF AGREEMENT. The term of this Agreement shall be for one (1) year(s) commencing upon date of execution of this Agreement. Upon mutual agreement of the parties, and subject to the approval of the City Manager the term of this Agreement may be extended for an additional period of up to one (1) year(s). 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 CONSULTANT and any and all of CONSULTANT'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 CONSULTANT 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, CONSULTANT shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONSULTANT in connection with its performance of its duties under this Agreement. CONSULTANT shall fully cooperate with CITY or its agent in any such audit or inspection. Revised 1/29/2020 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. A. Scope of Coverage. During the term of this Agreement, CONSULTANT 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) 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 one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, to cover any claims arising out of the CONSULTANT's performance of services under this Agreement. Where CONSULTANT is a professional not required to have a professional license, CITY reserves the right to require CONSULTANT to provide professional liability insurance pursuant to this section. 4. If it employs any person, CONSULTANT shall maintain workers' 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. CONSULTANT's workers' compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required of the CONSULTANT in subparagraph A of this section above shall also meet the following requirements: 1. Except for professional liability insurance or workers' 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 CONSULTANT'S insurance policies shall be "primary and noncontributory" 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 CONSULTANT'S policies shall be at least as broad as Revised 1/29/2020 ISO form CG20 0104 13. 3. Except for professional liability insurance or workers' 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 Agreement, CONSULTANT hereby grants to CITY a waiver of any right to subrogation which any insurer of CONSULTANT may acquire against CITY by virtue of the payment of any loss under such insurance. CONSULTANT 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 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 CONSULTANT under this Agreement. C. Deductibles and SIR'S. Any deductibles or self-insured retentions in CONSULTANT'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 CONSULTANT shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. D. Proof of Insurance. CONSULTANT 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 Revised 1/29/2020 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 CONSULTANT. 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 subparagraph B of this section, CONSULTANT 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 CONSULTANT'S performance of its obligations or conduct of its operations under this Agreement. The CONSULTANT'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 CONSULTANT'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 CONSULTANT's work or work product by the CITY or any of its directors, officers or employees shall not relieve or reduce the CONSULTANT's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONSULTANT'S performance of or operations under this Agreement, CONSULTANT 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 CONSULTANT 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, CONSULTANT 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 CONSULTANT, 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 Revised 1/29/2020 of time allowed by law. 12. NONDISCRIMINATION. CONSULTANT 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. CONSULTANT 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. CONSULTANT shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONSULTANT 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 CONSULTANT 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 CONSULTANT's Project Director: 16. INDEPENDENT CONTRACTOR. April Miller City of San Rafael Department of Public Works 111 Morphew Street San Rafael, CA 94901 Robert Stephens CSW/Stuber-Stroeh Engineering Group Inc. 45 Leveroni Court Novato, CA 94949 For the purposes, and for the duration, of this Agreement, CONSULTANT, its officers, Revised 1/29/2020 agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONSULTANT and CITY expressly intend and agree that the status of CONSULTANT, 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 CONSULTANT 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 CONSULTANT 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. CONSULTANT agrees that CITY may deduct from any payment due to CONSULTANT under this Agreement, any monies which CONSULTANT 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 F The prevailing party in any action brought to enforce the terms and conditions of this Revised 1/29/2020 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. CONSULTANT shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code, and CONSULTANT 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 CONSULTANT has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. SURVIVAL OF TERMS. Any terms of this Agreement that by their nature extend beyond the term (or termination) 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 by electronic signature and 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. Revised 1/29/2020 IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL n JIM "TZ, Ci an �er ATTEST: LINDSAY LARA, City Clerk APPROVED AS TO FORM: ROB RT F. EPSTEIN, dty Attorney Revised 1/29/2020 CONSULTANT By: / Name: Robert Stevens Title: President/CEO [If CONSULTANT is a corporation, add signature of second corporate officer] IIn Name: Linda Schmid Title: CFO Exhibit A GSW ST2 May 31, 2022 April Miller, PE City Engineer City of San Rafael 111 Morphew Street San Rafael, CA 94901 Subject: Improvements to the Second and Fourth Street Intersection Dear Ms. Miller: Please find attached our fee proposal including scope of work, schedule, and labor assessment to complete the final design for the Second and Fourth Street Intersection. If I can provide any additional information, please contact Robert at 415.533.1864 or rstevens@cswst2.com. Sincerely, Robert Stevens, PE, TE Project Manager 45 Leveroni Court Novato, CA 94949 CSW ST SECOND AND FOURTH STREET During the development of the Third Street improvement project, the cycle track connection west of West Street became an important topic within the community. The existing intersection of the Fourth and Second Streets is complicated due to its irregular configuration creating conflicts for bicyclists and pedestrians navigating the area. Working with the City and stakeholders, our team developed a preliminary plan as illustrated in the attached exhibit. This plan will need to be refined and further developed with input from local businesses as well as stakeholders to develop a final design for the intersection. Our team has prepared the following scope of work to support the design effort. SCOPE OF WORK TASK 1: PRELIMINARY ENGINEERING Objective: In this initial phase, our team will complete several technical studies as well as focused outreach to stakeholders to refine the concept as well as compile an environmental document. 1.1 Project Kickoff. Our team will meet with City staff to review the project goals and an approach to coordinating with stakeholders. 1.2 Existing Conditions Mapping. Our team has general topography with the project area, but will complete a detailed survey to establish the following: i. Property Boundary and Record Monuments: We will research City and County records to plot the public right of way based upon record information. We will also identify all record survey points and monuments within the intersection. ii. Field Survey: In areas to receive major improvements such as curb extensions and areas obscured by tree canopy, our team will collect topography including elevations and surface features using traditional survey methods. iii. Utility Survey: We will research as -built utilities within the area. Our survey crew will the location of all surface utility appurtenances as well as inverts of storm and sewer systems. We will retain a utility locating firm to complete a ground penetrating radar study of the intersection. iv. Prepare Base Map: CSWIST2 will develop a detailed base map using data collected by our effo rt. 1.3 Signal Coordination. Our team will coordinate with Kimely Horn to develop a design for the traffic signal system. This will include coordinating the locations of the signal poles, striping, and related appurtenances. We will incorporate the KH special provisions into the complete specifications document. 1.4 Design Refinement (30%). Based upon the data collected, our team will refine the concepts established including the following elements: A. Intersection layout and grading B. Striping and Signage Plan CSW ST C. Pavement rehabilitation plans D. Drainage plan E. Estimate of construction cost SECOND AND FOURTH STREET 1.5 Outreach. Our team will follow a similar outreach process to confirm the design concept using the following services of meetings: A. City Services. We will support staff in reviewing proposed roadway modifications such as bulb -outs with representatives from emergency services and public works. B. Chamber Workshop. Our team will conduct a meeting with corridor stakeholders, which could include the Chamber of Commerce, key development interests, and/ or local business leaders. C. BPAC. Our team will present the documents to the City's BPAC for review and comment. D. Public Utilities. We will coordinate with PGE, Comcast, and ATT for undergrounding of overhead lines as well as MMWD for water line modifications. E. Web Materials and News Releases. We will provide maps, graphics, and narratives to the City for use on their web page to inform the community of the project's progress. 1.6 CEQA Categorical Exemption. Section 21084 of the Public Resources Code (PRC) provides guidelines for projects that have been determined to not have a significant effect on the environment and are therefore determined to be exempt from the provisions of CEQA. The proposed project would likely fall into the first category (Class 1) of categorically exempt projects as described in Section 15301, Existing Facilities. We will document the determination for the exempt status in a Notice of Exemption (NOE) accompanied by a supporting memorandum. 1.7 Contract Management. CSWIST2 will be responsible for overall management of our design team including the following: A. Project Management: We will manage the design team as well as track progress, schedule, and budget. B. Quality Control/ Assurance: An independent member of our team will perform an independent quality control review of the team's documents prior to submittal C. Meetings: In addition to the outreach meetings, the team will attend two (2) coordination meetings with City staff. Deliverables • 30% Documents in Acrobat format • CEQA Categorical Exemption • Meeting agendas, presentations, and minutes tif3.1Cf4za1►/_la»_1►M Objective: With completion of the environmental phase, our team will prepare construction drawings for use in bidding for the western segment of the corridor. 2.1 Prepare 65% Documents The team will prepare the following documents: A. Plans i. Title and Key Map - CSW ST SECOND AND FOURTH STREET ii. Public Utility Relocation Plan iii. Construction Phasing Plan iv. Demolition Plan V. Cross Sections vi. Street Layout and Grading Plan vii. Paving Plans viii. Storm Drain Plan and Profile ix. Striping Plan X. Hardscape Details xi. Street Lighting and Conductor Plans xii. Joint Trench Plan and Sections xiii. Construction Details B. Specifications, bid schedule, and cost estimate 2.2 Prepare 95% Documents. Based upon comments received from City staff, we will update the documents prepared in Task 4.1 at the pre final status. 2.3 Final Submittal. After presentation of the 95% documents to the City Council, we will compile final documents for use in bidding. 2.4 Outreach. Our team will continue our outreach process during the final design including hosting the following meetings: A. Public Utilities. Our team will continue the coordination with public utilities affected by the project. B. City Council. We will support staff in presenting the project to City Council authorizing the project for public advertisement. C. Web Materials and News Releases. We will continue to update documents for the City's use. 2.5 Contract Management. CSWIST2 will complete contract management services as defined in Task 1.6. In this task, we anticipate up to two (2) meetings with the City. Deliverables 65% and 95% documents in Adobe Acrobat format Final plans in hardcopy, Acrobat, and AutoCAD format • Meeting agendas, presentations, and minutes ASSUMPTIONS In preparing our scope of work, we have made the following assumptions. 1. The project will generally follow the schedule as detailed in our scope of services. 2. No additional traffic data collection or analysis is required. 3. Our team's services are limited to those expressly set forth above. We will have no other obligations or responsibilities for the project except as agreed to in writing, or as provided in this agreement. Our services are provided consistent with, and limited to, the standard of care applicable to such services. We will provide our services consistent with the professional skill and care ordinarily provided by consultants practicing in the same or similar locality under the same or similar circumstances. CSW ST 4. This project will not require acquisition of right of way. S. The project will not include landscape design services. SECOND AND FOURTH STREET 5 Hop RAMS? CROSSWALK TO f _ .. Li nlsoouA.icaE =47=1 a it nrn►+ -i0 F]ACH-qV PAAKIH6 V019 1E3 F E EHiER7HG SHELL GAS x y l STATION BICYCLES TO M -�-� • r r a�C+; .' - `,' CYVALK87O EN R }tEPCRCE LEF7-T't1RN iJWE C'/CLECi.E iRRCtL i - - CSW ST - RAiSEOCYCIE TFNCH RNSED rvLCE TP/1CK WRH y RAMPS FpR CRpB3EH[i ' VBiIC±.F$ WEST END AVE USE TO MERGE ONTO SECOND ST. FOURTH STREET INTERSECTION CITY OF SAN RAFAEL SECOND STREET 4' - E%Jnr,G IIR[VEWAY. TYP. . r N r N Ul ID Task Name 1 Second and Fourth Street 2 Task 1- Preliminary Engineering 3 Kickoff Meeting 4 Existing Conditions Mapping 5 Traffic Model 6 30% Documents 7 Document Prepareation B Review 9 Review Meeting 10 Outreach 11 City Services 12 Chamber Worksop 13 Public Utilites 14 BPAC 15 CEOA Exemption 16 Task 2 -Final Plans 17 65% Documents 18 Prepare PS&E 19 Review 20 Review Meeting 21 95% Documents 22Prepare PS&E 23 Review 24 Review Meeting 25 Prepare Final Documents 26 Outreach 27 Public Utilites 28 City Council 29 Documents Ready for Bid Duration Start Finish 99 days Tue 6/14/22 Fri 10/28/22 65 days Tue 6/14/22 Mon 9/12/22 0 days Tue 6/14/22 Tue 6/14/22 15 days Tue 6/14/22 Mon 7/4/22 15 days Tue 6/14/22 Mon 7/4/22 20 days Tue 7/5/22 Mon 8/1/22 15 days Tue 7/5/22 Mon 7/25/22 5 days Tue 7/26/22 Mon 8/1/22 0 days Mon 8/1/22 Mon 8/1/22 25 days Mon 6/27/22 Mon 8/1/22 0 days Mon 7/4/22 Man 7/4/22 0 days Mon 7/18/22 Mon 7/18/22 0 days Mon 6/27/22 Mon 6/27/22 0 days Mon 8/1/22 Mon 8/1/22 30 days Tue 8/2/22 Mon 9/12/22 64 days Tue 8/2/22 Fri 10/28/22 30 days Tue 8/2/22 Mon 9/12/22 20 days Tue 8/2/22 Mon 8/29/22 10 days Tue 8/30/22 Mon 9/12/22 0 days Mon 9/12/22 Mon 9/12/22 25 days Tue 9/13/22 Mon 10/17/22 15 days Tue 9/13/22 Mon 10/3/22 30 days Tue 10/4/22 Mon 10/17/22 0 days Mon 10/17/22 Mon 10/17/22 5 days Tue 10/18/22 Mon 10/24/22 29 days Mon 9/19/22 Fri 10/28/22 0 days Mon 9/19/22 Mon 9/19/22 0 days Fri 10/28/22 Fri 10/26/22 0 days Mon 10/24/22 Mon 10/24/22 [ga Jul ,/yl(. 'Stip Gl't 1 Y ' 0 9/19 10/2B 10/24 Nov Task Project Summary = Inactive Milestone Manual Summary Rollup Deadline Project: msprojll Split ....._-.. External Tasks Inactive Summary Manual Summary r — — — —1 Progress Date: Tue 5/31/22 Milestone • External Milestone '> Manual Task F7li Start -only C Manual Progress Summary Inactive Task Duration -only 011M� Finish -only 1 Page 1 Second and Fourth Street Intersection SUMMARY OF PRIME CONSULTANT LABOR EFFORT C _, a`� ao+ Billable Rate y Q L U C O H A 0L CL 231 m N L o a°1+ L a u C a' W 216 CSW I ST2 Project Manager and Engineer N L L C a01i v ,a °' rn f6 C ro C > W > Lu 157 129 1 L U a°. L Q 7 En 216 d a a� ro 7 > En 195 Q 'Y° O F d LL A m '�° O F Task 1 Preliminary Engineering 1.1 Project Kickoff 1 1 2 $447 1.2 Existing Conditions Mapping 24 12 20 56 $9,588 1.3 Signal Coordination 4 10 8 22 $4,340 1.4 Design Refinement 30% Plans 4 10 18 12 44 $7.458 1.5 Outreach City Services 1 1 $231 Chamber Workshop 1 1 $231 BPAC 1 1 $231 Public Utilites 2 4 6 $1,060 Web Based and News Releases 1 1 $231 1.6 CEQA Cate orical Exemption 4 4 $628 1.7 Project Management General Project Management 1 1 $231 QA/QC 1 1 $231 Meetings 1 1 1 $231 Task 1 PreliminaryEngineering Subtotal: 16 23 34 36 12 20 141 $25 138 Task 2 Final Plans 2.1 65% Submittal 10 30 45 85 $12,675 2.2 95% Submittal 10 30 30 70 $10,740 2.3 Final Submittal 8 20 30 58 $8,738 2.4 Outreach Public Utilites 2 4 6 $1,060 City Council 1 1 $231 Web Based and News Releases 1 1 $231 2.5 Project Management General Project Management 1 1 $231 QA/QC 2 2 $462 Meetings 1 1 $231 Task 2 Final Plans Subtotal: 6 30 84 105 0 0 225 $34,599 Total Base Labor Expenses., 22 53 118 141 12 20 366 $59,737 Reimbursable Expenses General Expenses X1,000 Kimely Horn - Traffic Signal Design $61,345 ,GPR $8,000 Record of Survey 11,500 Total Reimbursable Expenses: $71,845 Total CSW 15T2 Design Fee $131,582 Estimated Cost of Project: $ 1,200,000.00 Design Fee as a Share of Construction Cost: 11% Kimfey >> Horn May 11, 2022 April Miller Assistant Public Works Director/City Engineer Public Works Department City of San Rafael 111 Morphew Street, San Rafael, CA 94901 (via emaio RE: Proposal for the design of Traffic Signals on 4th Street at 2nd Street and West Crescent Drive Dear April - We are pleased to provide a Scope of Services and Fee proposal to provide engineering services for the design of traffic signals on 4th Street at 2nd Street and West Crescent Drive. Our Scope of Services follows our understanding of the work that is involved for the design of signal modifications at 4th Street and 2nd Street and a new traffic signal at 4th Street and West Crescent Drive. PROJECT UNDERSTANDING This project consists of preparing the detailed designs (construction drawings) for two project locations including: • 4th Street and 2nd Street • 4th Street and West Crescent Drive The signal design at 4th Street and 2nd Street will include replacing existing signal infrastructure to align with the modified intersection layout and cycle track being prepared on the east approach of 2nd Street. It is understood that CSW will be preparing the civil and striping design and Kimley-Horn will be supporting CSW by preparing the electrical plans. Kimley-Horn will utilize City input on design plans previously prepared by Parisi to determine the final signal equipment and phasing changes. The signal design at 4th Street and West Crescent Drive will include installing a new signal at the existing three -leg intersection. Kimley-Horn will provide the proposed striping and base -timing for the new signal. It is assumed that any civil work at the intersection will be designed by others. It is understood that the City will hire a contractor to construct the improvements based on one combined set of signed and sealed design documents. Kimley-Horn will provide the relevant electrical and striping plans, specifications, and estimate to be included in the complete construction package being prepared by CSW. Kimley )) Horn SCOPE OF SERVICES Page 2 Task 1 — Project Management This task consists of the development and maintenance of the project schedule, work plan, filing system, and monthly invoices. We anticipate one initial kick-off meeting with the City to review the project goals, discuss the proposed project approach, potential design challenges, schedule, and deadlines. Kimley-Horn will prepare a meeting agenda for this meeting and submit summarized meeting minutes to the City within one week. This task also includes coordination with CSW. Deliverables: a Monthly Invoices e Project Schedule and Updates Kick-off Meeting Agenda and Notes Task 2 — Field Investigations and Utility Coordination Kimley-Horn will conduct a field review to verify the condition of existing visible equipment and infrastructure such as existing lane geometry and physical roadway features, curb ramps, driveways, utilities, streetlights, signage, vehicle detection, and traffic signal features. The field review of the project intersections will be used to determine the potential location of new poles, conduit, pull boxes, and electrical conductors. We have assumed that the City will be able to provide Kimley-Horn with record drawings/as-builts for existing City owned infrastructure and right-of-way within the project areas. This includes information for the existing equipment and conductor schedules and the City's previous design coordination with Parisi at 4.1h Street and 2nd Street. We will rely on the completeness and accuracy of the information provided by the City, and where necessary we will field verify the information to the extent possible. In addition, it is assumed that the City will provide turning movement counts for the 4 1 Street at West Crescent Drive intersection. Using a current utility contact list provided by the City, Kimley-Horn will submit utility request letters to utility companies with potential facilities in the project vicinity. We anticipate obtaining utility records from PG&E, Comcast, AT&T, Verizon, and other utility companies known by the City to have facilities within City limits. We will draft the utility request letters for the City to be placed on City letterhead and submitted to the utility company. Kimley-Horn will track dates for when letters are submitted and data is received from all utility companies. Relevant information will be documented in AutoCAD as the utility data is received. Task 3 — Detailed Design This task consists of the preparation of the 65%, 95%, 100% and Final (bid ready) designs. Task 3.1 — 65% PS&E Kimley-Horn will utilize the data collected in Task 2 to prepare the 65% plans, technical specifications outline, and a preliminary engineer's estimate for the traffic signal installations at both project intersections including any striping changes at 4th Street and West Crescent Drive. Kimley)))Horn Page 3 The following are the anticipated plan sheets to be completed by Kimley-Horn: 1. Traffic signal plans (one sheet per intersection, two total) 2. Traffic signal schedules (one sheet per intersection, two total) 3. Project details (up to one sheet) 4. Signing and striping plan (one sheet for 4th Street at West Crescent Drive) This assumes that both locations will be bid under one construction package. If necessary, we can split up the designs into two separate packages. It is understood the project plans for 4th Street at 2nd Street will utilize the latest topographic and civil base files provided by CSW. Unless noted otherwise, we have assumed the 4th Street at West Crescent Drive intersection will be designed using scaled aerial images of the project limits supplemented with the record drawings and field investigations and measurements. The intent of the 65% plans is to show the proposed design layouts and identify any major design issues prior to bringing the plans to a 95% design level. The plans will include limited details. Existing traffic, utility, and landscaping infrastructure, such as poles, boxes, conduits, pipes, overhead wires, trees, manholes, valves, etc., will be shown on all plans. Traffic signal pole and equipment schedules will be filled out for the 65% design plans, but conductor schedules will be completed at the next stage. The signing and striping plan will show the preliminary layout of all striping and signage to be removed or installed. Kimley-Horn will conduct a lighting analysis using AG132 software to evaluate the safety lighting for both project intersection. The lighting levels will be reviewed to determine locations of poles and luminaires to meet lighting levels as recommended by the ANSI/IES RP -8-18, Recommended Practice for Design and Maintenance of Roadway and Parking Facility Lighting, AASHTO Roadway Lighting Design Guide, and the City's standards for preferred lighting design. By this phase, we anticipate that utility conflicts and the location of new electrical service for 4th Street at West Crescent Drive have been identified and coordination with PG&E will be started. It is assumed the 4th Street at 2nd Street intersection will maintain the existing service meter located on the controller cabinet and no changes to service or PG&E coordination are required. Kimley-Horn will prepare project cost estimates and a specification outline utilizing the final 3rd Street Rehabilitation project specifications and bid results provided by the City. The 65% design documents will be submitted electronically to the City for review. Deliverables: m 65% Plans and Estimate in PDF format ® 65% Specifications Outline in PDF format Q Lighting Analysis Exhibits Kimley >> Horn Page 4 Task 3.2 — 95% PS&E Upon receipt of one non -conflicting set of City comments on the 65% design, Kimley-Horn will provide responses to City's comments on each of the design documents. This task includes up to one virtual meeting to discuss 65% comments with the City and CSW if necessary. Once coordination on comments is complete, Kimley-Horn will document final responses and prepare the 95% design plans. At this stage, additional detail will be added to the plan set and schedules for traffic signal conductors and striping will be populated. Kimley-Horn will prepare the technical special provisions in Microsoft Word format and will show all revisions with track changes. A construction cost estimate and quantities based on the 95% plans will be prepared in the form of the bid schedule. Kimley-Horn will coordinate with PG&E and submit a new service application for the intersection of 4th Street at West Crescent Drive on behalf of the City at this stage. It is assumed that the 95% PS&E design package will be submitted to the City in electronic format Deliverables: Responses to City Comments on the 65% Design Documents in PDF format 0 95% Design Plans and Estimate in PDF format 0 95% Specifications in Word Format with Track Changes Task 3.3 — 100% PS&E Upon receipt of one non -conflicting set of City comments on the 95% design, Kimley-Horn will advance the construction documents to a 100% level of design. Kimley-Horn will attend one virtual meeting with the City and CSW to discuss the plans and improvements and resolve comments. During this stage, utility coordination is expected to be completed. Kimley-Horn will modify the City standard front-end of the specifications (boilerplate) and revise the previously developed technical special provisions. Kimley-Horn will submit the design documents as an electronic file (pdf) to the City for distribution and review. Deliverables: * Responses to City Comments on the 95% Design Documents in PDF format 100% Design Plans and Estimate in PDF format e 100% Specifications in Word Format with Track Changes Task 3.4 — Final PS&E Upon receipt of one non -conflicting set of City comments on the 100% design, Kimley-Horn will advance the design and plans to the final/bid design level. Kimley-Horn will attend one virtual meeting with the City and CSW to discuss the plans and improvements and resolve comments. Kimley>>) Horn Page 5 It is expected that 100% comments will be minor and editorial in nature; as such, significant design or plan changes will be considered additional scope and can be performed for additional fee upon written consent from the City. Kimley-Horn will prepare initial signal base timing for the new signal at 4'h Street at West Crescent Drive. Proposed signal timing will be based on the latest MUTCD and City standard parameters for minimum green, yellow, all red, pedestrian walk, and flashing don't walk times. Coordination plans are not included in this scope of services. The final plans and technical specifications will be signed and sealed by a Civil Engineer registered in the State of California. Files will be provided in electronic format (PDF, Word, and Excel). Hardcopies of the plans (up to one set each for 24" x 36" and 11" x 17") can be provided as requested. Deliverables: Responses to City Comments on the 100% Design Documents in PDF format ® Final Design Plans and Estimate in PDF format Final Specifications in Word Format with Track Changes Base Signal Timing for 4th Street at West Crescent Drive Task 4 — Bidding and Construction Support Services Bidding and construction phase engineering support will include answering City staff questions during the bid and award of the contract, review of submittals, responding to contractor requests for information (RFIs), review of contract change orders, preparation of addenda, and preparation of record drawings. Kimley-Horn will notify the City upon reaching approximately 80% of the approved level of effort and provide recommendation or request additional contract authorization, if necessary. Additional services will be provided if requested by the City, subject to additional fee. Deliverables: Conformed construction documents (if needed) Responses to Contractor RFIs, COs, and submittals As -Built Record Drawings in PDF and AutoCAD format (1 set, 1 submittal) ITEMS NOT INCLUDED IN SCOPE OF WORK The following are items that are not included in this Scope of Work, but can be included if needed. Topographic ground -level survey is not included within the scope of services. Civil design is not included in this scope of work. Q Traffic signal coordination and analysis in Synchro is not included in this scope of services. Kimley >) Horn SCHEDULE Page 6 Kimley-Horn will provide our services immediately upon a written Notice to Proceed. We will work with the City to layout a mutually agreed upon schedule with an understanding that this is an expedited project. Provided below is a draft schedule which will be refined prior to the notice to proceed. Kick-off Field Investigation 65% PS&E 95% PS&E 100% PS&E Final PS&E 1 week from Notice to Proceed 2 weeks from Notice to Proceed 4 weeks from the project Kick-off 3 weeks from receipt of comments on the 65% PS&E documents 2 weeks from receipt of comments on the 95% PS&E documents 1 week from receipt of comments on the Final PS&E documents FEES AND EXPENSES Kimley-Horn will provide the professional services outlined in the scope of services above on a time - and -materials basis for a fee of $61,345. This fee includes labor cost (including indirect expenses) and direct expenses (travel, tolls, meals, etc.) incurred in performing these services. The table below includes the break -down of cost per task. Task Number Description 1.0 Project Management Cost $8,390 2.0 Field Investigation and Utility Coordination $3,280 3.0 Detailed Design $40,290 4.0 Bidding and Construction Support Services $8,885 Total Cost $60,845 Expenses: $500 Total: $61,345 We note that any services other than those set forth in the Scope of Services will constitute additional services. Additional services (such as attendance at additional meetings, additional submittals, and civil design) shall be performed only with your authorization and be billed on a time -and -materials basis. Thank you for the opportunity to provide professional services to the City of San Rafael. Please contact me at (510) 350-0217 or at kevin.a ui ui kimle -horn.com should you have any additional questions or need any clarifications. KIMLEY-HORN AND ASSOCIATES, INC. Kevin Aguigui, PE, TE, CSEP Vice President/Senior Engineer 510 625 0712 �X4 RAFq � 0 z �, ya WITH Pte` 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: Iman Kayani for AM Extension: 3352 Contractor Name: CSW/STRUBER-STROEH ENGINEERING GROUP, INC. Contractor's Contact: Robert Stevens Contact's Email: rstevens@cswst2.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 StepRESPONSIBLE 7 DESCRIPTION COMPLETED REVIEWER DEPARTMENT DATE Check/Initial 1 Project Manager a. Email PINS Introductory Notice to Contractor Click here to ❑ enter a date. b. Email contract (in Word) and attachments to City 6/10/2022 Attorney c/o Laraine.Gittens@cityofsanrafael.org ❑X IKK 2 City Attorney a. Review, revise, and comment on draft agreement 6/13/2022 and return to Project Manager 6/13/2022 ® GC b. Confirm insurance requirements, create Job on PINS, send PINS insurance notice to contractor ❑x GC 3 Department Director Approval of final agreement form to send to 6/13/2022 ❑X BG contractor 4 Project Manager Forward three (3) originals of final agreement to 6/13/2022 ❑X IKK contractor for their signature When necessary, contractor -signed agreement 5 Project Manager ❑ N/A agendized for City Council approval * *City Council approval required for Professional Services ❑ IKK Agreements and purchases of goods and services that exceed Or $75,000; and for Public Works Contracts that exceed $175,000 6/21/2022 Date of City Council approval PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 6 Project Manager Forward signed original agreements to City 6/23/2022 IKK Attorney with printed copy of this routing form Review and approve hard copy of signed 7 City Attorney agreement 8 City Attorney Review and approve insurance in PINS, and bonds (�[ (for Public Works Contracts) l l/ Agreement executed by City Council authorized , f l� 2 -7/1 9 City Manager/ Mayor official l '�— _ 10 City Clerk I Attest signatures, retains original agreement and forwards copies to Project Manager