Loading...
HomeMy WebLinkAboutPW Design Services for MCSTOPPP San Quentin Trash CaptureAGREEMENT FOR PROFESSIONAL SERVICES FOR DESIGN SERVICES FOR MCSTOPPP SAN QUENTIN TRASH CAPTURE This Agreement is made and entered into this day of Mar 22, 2023 , 20____, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and CSW/Stuber-Stroeh Engineering Group, Inc., a California corporation (hereinafter "CONSULTANT"). RECITALS WHEREAS, the CITY has determined that professional services are required for design services for the installation of a trash capture device to treat flows that reach the San Quentin Pump Station; and WHEREAS, the CONSULTANT has agreed to render such services. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. PROJECT COORDINATION. A. CITY'S Project Manager. Theo Sanchez 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. Rich Souza 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. 2. DUTIES OF CONSULTANT. CONSULTANT shall perform the duties and/or provide services as outlined in CONSULTANT's proposal, titled "East San Rafael Trash Capture Device, 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,. COMPENSATION. For the full performance of the services described herein by CONSULTANT, CITY shall pay CONSULTANT on a time and materials basis for services rendered in accordance with the rates described in Exhibit A, for a total amount not -to -exceed of $65,250. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONSULTANT. 5. TERM OF AGREEMENT. The term of this Agreement shall be for one year 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 year. 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. 10. INSURANCE. 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 insurance, the insurance policies shall include, contractual liability and personal injury. liability insurance or workers' compensation in their text or by endorsement, coverage for 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. Ifthe 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: Theo Sanchez City of San Rafael 111 Morphew Street San Rafael, CA 94901 TO CONSULTANT's Project Director: Rich Souza 45 Leveroni Court Novato, CA 94949 16. INDEPENDENT CONTRACTOR. For the purposes, and for the duration, of this Agreement, CONSULTANT, its officers, 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 Revised 1/29/2020 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 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. Revised 1/29/2020 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 Jiin Sc1 (Mar 22, 2073 MA4 POT; JIM SCHUTZ, City Manager ATTEST: Brenn I Nurm (60r) Brenna Nurmi (for) (Mar 22, 2023 08:47 PDT) LINDSAY LARA, City Clerk APPROVED AS TO FORM: ROBERT F. EPSTEIN, City Attorney Revised 1/29/2020 CONSULTANT Name: Robert Stevens Title: President/CEO [If CONSULTANT is a corporation, add signature of second corporate officer] Name: Linda Schmid Title: CFO Exhibit A CSW S T 2 SUBJECT: EAST SAN RAFAEL TRASH CAPTURE DEVICE CSWIST2 will support City in implementing a large full trash capture device in the easterly portion of San Rafael. We understand the project design will comply with the State Water Resources Control Board rules known as the "Trash Amendments" which requires prevention of trash 5 mm and larger from priority land use (PLU) areas from entering waters of the State of California. The City seeks to install a trash capture device that complies with the Trash Treatment Control Devices as approved by the State Water Resources Control Board. The first step in understanding is to verify the limits of watershed area and appropriately model the watershed for the 1 -year, 1 -hour intensity. Our team completed the hydrologic and hydraulic study of SR -110 and established the 5 -year and 100 -year peak discharges (153 cfs and 329 cfs). We will modify the recurrence interval to match the project constraints and appropriately size the trash capture design. The next step is to identify a location for the trash capture device that limits site disturbance and resource permitting. Our preliminary opinion is a large trash capture device in the Francisco right-of-way (see below) is an optimal location. The outfalls and the marsh are within local agency right-of-way and/or easements dedicated to the City of San Rafael. There are multiple storm drains, water, and gas lines that limit new construction. To avoid gas and water main relocations, we believe a bypass system and large trash capture device may be installed as indicated 45 Leveroni Court Novato, CA 94949 below. We will coordinate with City Staff to determine appropriate storm drain modifications. Design constraints include limited construction access, high traffic volumes, utility coordination, and differential settlement. Based upon our experience, we note the following are items to consider when planning these facilities: 1. The device needs to be placed in a location that is not in conflict with existing utilities and complies with the Public Health clearance requirements from potable water mains as well as standards from other public utilities. 2. The device should be located so that it can be safely maintained and constructed by crews while minimizing impacts to traffic. 3. Maintenance openings should be located outside of the bicycle path of travel. In addition, these openings should not be placed in locations of crosswalk striping or pavement legends. 4. For applications that require high flow bypass, a decision needs to be made if this will be online or offline configuration. The offline configuration can consume additional area but reduce the potential of scour within the treatment unit. Most of the trash capture devices in this application will require some form of bypass. Understanding the existing invert elevations is critical for an offline device especially in locations with soft soil conditions such as within Marin Gateway Mall. If invert data is not available, we can collect it. 5. There must be construction access to bring the treatment device to the location as well as equipment staging area to place it. The following summarizes our proposed scope of work and schedule. SCOPE OF SERVICES TASK 1 — PRELIMINARY ENGINEERING In this task, our team will coordinate with the County to determine the preferred alternative to install and confirm sizing of the trash capture devices. 1.1 Kickoff Meeting, Site Evaluation, and Data Collection. CSWIST2 will meet with City staff to review the project's goals and objectives. We will walk the project site to review field conditions, including assessing 2 the locations of underground utilities. To access the soil bearing capacity in known areas of underlying young bay mud, our team includes Miller Pacific Engineering (MPC). MPC will provide borings and a brief summary report with recommendations to offset differential settlement which may occur with a large trash capture device, 1.2 Record Utilities. Our team will collect as -built storm drain records and coordinate with utility agencies. We will collect record utility data from Marin Municipal Utility District, PG&E, AT&T, Comcast and other public utilities within the project area. 1.3 Topographic Mapping. Our team will perform up to 10 hrs of field survey to locate existing site features in the project location. We will prepare a topographic base map in AutoCAD format using 1 -foot contour intervals. Vertical datum will be North American Vertical Datum of 1988 (NAVD88). Boundary survey may be performed as an additional service under a separate contract agreement. 1.4 Utility Locating. Our team will retain a utility locating firm to identify the location and depth of underground facilities within the project area using ground penetrating radar. We will integrate the data collected into the existing conditions map. 1.5 Geotechnical Investigation. We anticipate one (1) boring in the project area. Geotechnical investigation will be coordinated by Miller Pacific Co (MPC). A brief technical report will be prepared by MPC summarize findings and recommendations for a large trash capture device. 1.6 Preliminary Design. Using the data collected, we will prepare a preliminary plan for a large trash capture device. The plan will illustrate proposed location of trash capture device and associated storm drainage infrastructure, conceptual traffic handling to construct the improvement, and potential utility relocations. 1.7 Basis of Design. Based on the information collected in this preliminary engineering phase, the documents created will include the following: A. Layout plan with alternatives of trash capture devices and bypass improvements B. Line item costs to implement these improvements and alternatives C. Summary report identifying preferred alternative, opinion of probable construction cost, maintenance summary, and results of the flow capacity analysis 1.8 Meeting. We will present these options to the County for review and selection of the preferred option. We anticipate biweekly coordination meetings with the County Staff Representative. We will provide minutes, updated schedule, and action items. TASK 2 —DESIGN PHASE This task includes preparation of (3) construction document level of plans, technical specifications, and estimate. 2.1 Construction Documents. Our team will prepare 65% and 99% construction documents. Construction plans will include the following: Cover Sheet, Utility Plans, Traffic Handling Plans, Details Special provisions and Opinion of Probable Construction Costs will be prepared for each phase. 2.2 Bid Documents. We will refine the construction documents per City comments into the final documents for contractor bidding. TASK 3 —BID AND CONSTRUCTION SUPPORT This task includes preparation of (3) construction document level of plans, technical specifications, and estimate. 3.1 Bid Support. CSWIST2 will provide bidding support assistance including attendance at pre-bid conference. We will respond to contractor inquiries to civil construction documents. 3 3.2 Construction Support. CSWIST2 will review and respond to the submittals and inquires. We will perform site visits to assist the construction team for civil site improvements. We allocated up to 20 hours of staff time for this task. Deliverable: Response to Contractor inquiries, submittals, and requests for information (Word). Conform Civil Plan Set (pdo. ASSUMPTIONS We have made the following assumptions in the preparation of this proposal: • A boundary survey is not required • Easement mapping is not included. • Compliance with CEQA and resource permitting will be performed by others. FEES CSWIST2 agrees to provide the services described above on a time and expense basis, in accordance with our current Hourly Rates and Billing Policy, a copy of which is enclosed. Preliminary Engineering 1.1 Kickoff Meeting, Site Evaluation, and Data Collection $ 2,600 1.2 Record Utilities $ 1,250 1.3 Topographic Mapping $ 3,900 1.4 Utility Locating $ 3,000 1.5 Geotechnical Investigation $ 8,500 1.6 Preliminary Design $ 4,500 1.7 Basis of Design $ 8,500 1.8 Meetings and Coordination _$ 3,200 Subtotal $ 35,450 Design Phase 2.1 Construction Documents $ 16,800 2.2 Bid Documents_ 3 7,500 Subtotal $ 24,220 Bid and Construction Support 3.1 Bid Support $ 1,550 3.2 Construction Support 3,950 Subtotal $ 5,500 TOTAL, ITEMS $ 65,250 4 BILLING RATE SCHEDULE Effective January 1, 2022 — December 31, 2022 ENGINEERING SERVICES HOURLY RATES Senior Engineer $ 180.00 Engineer I, II, III $ 129.00, $ 157.00, $ 175.00 Technician $ 118.00 Engineering Assistant $91.00 SURVEY SERVICES HOURLY RATES Senior Surveyor $180.00 Surveyor I, II, III Berkeley Technician $ 118.00 Surveying Assistant Novato CSW $ 283.00 S Petaluma Pleasanton Aerial Drone Surveyor $ 195.00 $ 118.00 Redwood City $ 91.00 V Richmond CSW/Stuber-Stroeh Engineering Group, Inc. Engineers 1 Land Planners 1 surveyors BILLING RATE SCHEDULE Effective January 1, 2022 — December 31, 2022 ENGINEERING SERVICES HOURLY RATES Senior Engineer $ 180.00 Engineer I, II, III $ 129.00, $ 157.00, $ 175.00 Technician $ 118.00 Engineering Assistant $91.00 SURVEY SERVICES HOURLY RATES Senior Surveyor $180.00 Surveyor I, II, III $ 129.00, $ 157.00, $ 175.00 Technician $ 118.00 Surveying Assistant $91.00 Two Person Survey Party $ 283.00 One Person Survey Party $ 195.00 Aerial Drone Surveyor $ 195.00 OTHER PROFESSIONAL RATES Principal $ 231.00 - $ 258.00 Associate Principal $ 221.00 Project Manager $ 196.00 - $ 216.00 Construction Manager $ 211.00 Resident Engineer $ 155.00 Technical Writer $ 124.00 Graphic Illustrator $ 118.00 Project Assistant $ 91.00 • All expenses for transportation (mileage, bridge fare, etc.) will be charged at the Internal Revenue Service rate plus 10%. ■ Filing fees, checking fees, prints, and other outside costs (such as agency submittal/permit fees etc.) will be charged at cost, plus service charges at the rate of 10%. ■ Billing will be monthly net 30 days. �Pv:� RAP <1 AF<1 �Z s o WITH P r 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: Ashley Dohrmann (for Theo) Extension: 3352 Contractor Name: CSW/Stuber-Stroeh Engineering Group, Inc. Contractor's Contact: Rich Souza Contact's Email: richs@cswst2.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE I 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 8/10/2022 Attorney c/o Laraine.Gittens@cityofsanrafael.org MAD 2 City Attorney a. Review, revise, and comment on draft agreement 8/26/2022 and return to Project Manager 8/26/2022 ❑X 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 9/20/2022 ❑X AM contractor 4 Project Manager Forward three (3) originals of final agreement to 9/20/2022 contractor for their signature 5 Project Manager When necessary, contractor -signed agreement ❑X N/A agendized for City Council approval *City Council approval required for Professional Services Agreements and purchases of goods and services that exceed Or $75,000; and for Public Works Contracts that exceed $175,000 Click here to Date of City Council approval enter a date. PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 6 Project Manager Forward signed original agreements to City 3/21/2023 NT City Attorney Attorney with printed copy of this routing form 7 Review and approve hard copy of signed _ agreement 8 City Attorney Review and approve insurance in PINS, and bonds (for Public Works Contracts) 9 City Manager/ Mayor Agreement executed by City Council authorized official 10 City Clerk Attest signatures, retains original agreement and forwards copies to Project Manager PSA - CSW - Design Services for MCSTOPPP San Quentin Trash Capture Project Final Audit Report 2023-03-22 Created: 2023-03-21 By: Nataly Torres (nataly.torres@cityofsanrafael.org) Status: Signed Transaction ID: CBJCHBCAABAArdgongjzEBr6sVyyk3vvf7YjWWa8Om3b "PSA - CSW - Design Services for MCSTOPPP San Quentin Tra sh Capture Project" History Document created by Nataly Torres (nataly.torres@cityofsanrafael.org) 2023-03-21 - 10:43:01 PM GMT P-► Document emailed to Laraine Gittens (laraine.gittens@cityofsanrafael.org) for approval 2023-03-21 -10:49:13 PM GMT Email viewed by Laraine Gittens (laraine.gittens@cityofsanrafael.org) 2023-03-21 - 11:08:06 PM GMT &0 Document approved by Laraine Gittens(laraine.gittens@cityofsanrafael.org) Approval Date: 2023-03-21 - 11:25:25 PM GMT - Time Source: server Py Document emailed to Genevieve Coyle (genevieve.coyle@cityofsanrafael.org) for signature 2023-03-21 - 11:25:27 PM GMT Email viewed by Genevieve Coyle (genevieve.coyle@cityofsanrafael.org) 2023-03-22 - 0:05:46 AM GMT be Document e -signed by Genevieve Coyle (genevieve.coyle@cityofsanrafael.org) Signature Date: 2023-03-22 - 0:07:21 AM GMT - Time Source: server '► Document emailed to city.clerk@cityofsanrafael.org for approval 2023-03-22 - 0:07:24 AM GMT Email viewed by city.clerk@cityofsanrafael.org 2023-03-22 - 3:40:35 PM GMT 6© Signer city.clerk@cityofsanrafael.org entered name at signing as Brenna Nurmi 2023-03-22 - 3:41:09 PM GMT gyp,, SAN RAFAEt Adobe Acrobat Sign �So Document approved by Brenna Nurmi (city.clerk@cityofsanrafael.org) Approval Date: 2023-03-22 - 3:41:11 PM GMT - Time Source: server E -y Document emailed to jim.schutz@cityofsanrafael.org for signature 2023-03-22 - 3:41:14 PM GMT Email viewed by jim.schutz@cityofsanrafael.org 2023-03-22 - 3:43:39 PM GMT 6o Signerjim.schutz@cityofsanrafael.org entered name at signing as Jim Schutz 2023-03-22 - 3:44:20 PM GMT do Document e -signed by Jim Schutz (jim.schutz@cityofsanrafael.org) Signature Date: 2023-03-22 - 3:44:22 PM GMT - Time Source: server 24 Document emailed to city.clerk@cityofsanrafael.org for signature 2023-03-22 - 3:44:24 PM GMT ,n Email viewed by city.clerk@cityofsanrafael.org 2023-03-22 - 3:47:17 PM GMT do Signer city.clerk@cityofsanrafael.org entered name at signing as Brenna Nurmi (for) 2023-03-22 - 3:47:39 PM GMT &o Document e -signed by Brenna Nurmi (for) (city.clerk@cityofsanrafael.org) Signature Date: 2023-03-22 - 3:47:41 PM GMT - Time Source: server Agreement completed. 2023-03-22 - 3:47:41 PM GMT Names and email addresses are entered into the Acrobat Sign service by Acrobat Sign users and are unverified unless otherwise noted. SAN RAFAEL Adobe Acrobat Sign