Loading...
HomeMy WebLinkAboutCC Resolution 13913 (TAM Grant Transit Center Relocation)RESOLUTION APPROVING A PROFESSIONAL SERVICES AGREEMENT WITH KIMLEY-HORN CONSULTANTS IN AN AMOUNT NOT TO EXCEED $270,000 FOR WORK RELATED TO THE TAM GRANT FOR THE FULL OR PARTIAL RELOCATION OF THE SAN RAFAEL TRANSIT CENTER DUE TO IMPACT OF SMART RAIL OPERATIONS WHEREAS, in 2004, the City Council adopted General Plan 2020, which included a number of policies related to the two planned Sonoma Marin Area Rail Transit ("SMART") rail stations in San Rafael, to be located in Downtown and at the Civic Center; and WHEREAS, staff pursued grant funding for planning the areas around these stations consistent with General Plan 2020 policies and programs including: G -23b Grants, NH -88a Transit Oriented Development, NH 88b Safe Walkways and Bikeways, NH 36 Hetherton Office District, C17 Regional Transit Options and SMART, C18 Local Transit Options and C20 Intermodal Transit flubs; and WHEREAS, in 2009, City staff and staff from other agencies met to prepare and submit a Station Area Plan grant application to the Metropolitan Transportation Commission ("MTC"). The public agency partners for the Downtown Station Area Plan were the City of San Rafael, SMART, Golden Gate Bridge Highway and Transportation District, Marin Transit District and the Transportation Authority of Marin ("TAM"), collectively the Joint Project Team ("JPT"); and WHEREAS, the JPT partner agencies provided grant matching funds in the amount of $97,000. The City of San Rafael provided matching funds of $1,000, SMART provided $41,000, Golden Gate Bridge Highway and Transportation District provided $33,000, Marin Transit District provided $20,000, and the Transportation Authority of Marin provided $2,000; and WHEREAS, on May 3, 2010, the City Council authorized the City Manager to Accept and Expend a Grant in the Amount of $528,000 from the Metropolitan Transportation Commission for Station Area Plans for the Downtown and Civic Center San Rafael Stations, of which a total of $488,000 was for the Downtown Station Area Plan; and WHEREAS, the City Council appointed the Citizens Advisory Committee on Economic Development and Affordable Housing, formerly the Citizens' Advisory Committee on Redevelopment ("CAC") which represents neighborhood, business, and property owners in San Rafael, including the Downtown, to work with the community to develop the Downtown San Rafael Station Area Plan and to advise the City Council on such Area Plan; and WHEREAS, between July 2010 and March 2012, the CAC worked on the Draft Station Area Plan at sixteen meetings; reviewed background data; participated in two walking tours of the area; hosted two community outreach workshops, and a series of presentations on the Draft Station Area Plan including presentations to the Boards of TAM and Marin Transit, the Transportation Committee of the Golden Gate Bridge and Transportation District, and the San Rafael Design Review Board and the San Rafael Planning Commission; and WHEREAS, on April 2, 2012, the CAC presented its recommended Downtown San Rafael Station Area Plan to the City Council, and the City Council accepted the Plan; and WHEREAS, on April 2, 2012 the City Council of the City of San Rafael also directed staff to pursue implementation of the Station Area Plan as infrastructure grant funding and staff resources became available; and WHEREAS, in December 2013, the City of San Rafael in conjunction with the Golden Gate Bridge and Highway District, the owner of the Bettini Transit Center, and Marin Transit applied to TAM for a Priority Development Area ("PDA") grant to study options for an integrated transit center in Downtown San Rafael. This study is necessary due to negative impact on the existing Bettini Center from the future SMART extension to Larkspur; and WHEREAS, in December 2013, the City of San Rafael also applied to TAM for a Priority Development Area ("PDA") grant to study parking and way finding in and around the Downtown SMART Station; and WHEREAS, TAM approved funds in the amount of $288,320 including a required "local match" in the amount of $33,330 for further studies related to the relocation of the transit center and $251,573 including a $29,082 local match for the parking and way finding study. WHEREAS, there are sufficient funds in the General Fund to support the $33,330 required match for the transit center relocation study, and there are sufficient funds in the Parking Fund to support the $29,082 required match for the parking study; WHEREAS, on December 1, 2014 the San Rafael City Council accepted a grant from TAM pursuant to cooperative funding agreement No. 2014-019 between the City of San Rafael and TAM for the two grants; WHEREAS, the City Council's action on December 1, 2014 to accept the two grants from TAM pursuant to cooperative funding agreement No. 2014-019, also approved the appropriation of $33,330 from the General Fund for the required local match for this contract; and WHEREAS, City staff worked with TAM staff to establish a Disadvantaged Business Enterprise ("DBE) goal of 6% for this consulting contract; and WHEREAS, on February 24, 2015, a team consisting of staff from the City of San Rafael, Golden Gate Bridge Highway and Transportation District, Marin Transit District interviewed three consulting firms for the Transit Center relocation study and Kimley Horn received the highest ranking; WHEREAS, The Kimley Horn cost proposal for transit center relocation was for a total of $266,097.93 including work conducted by Strategic Economics, Inc. (DBE) firm whose work represents 15.62% of the total contract amount. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of San Rafael approves and authorizes the City Manager to execute a contract with Kimley- Horn for the transit center relocation in an amount not to exceed $270,000 in a form approved by the City Attorney; I, ESTHER BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of the City Council of said City held on Monday, the twentieth day of April, 2015 by the following vote, to wit: AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin and Vice -Mayor McCullough NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: Mayor Phillips ESTHER BEIRNE, City Clerk AGREEMENT FOR PROFESSIONAL SERVICES WITH EDIILEY-HORN AND ASSOCIATES, INC. FOR SAN RAFAEL TRANSIT CENTER RELOCATION STUDY ARTICLE I INTRODUCTION A. This Agreement is entered into the first of May 2015, by and between the following named, hereinafter referred to as, CONSULTANT and the following named, hereinafter referred to as, LOCAL AGENCY: The name of the CONSULTANT is as follows: I DALEY-HORN AND ASSOCIATES, INC. Incorporated in the State of NORTH CAROLINA The Project Manager for the "CONSULTANT" will be ADAM DANKBERG The name of the "LOCAL AGENCY" is as follows:THE CITY OF SAN RAFAEL The Contract Manager for the LOCAL AGENCY will be STEPHANIE LOVETTE B. The work to be performed under this contract is described in Article Il entitled Statement of Work. C. CONSULTANT shall indemnify, release, defend and hold harmless LOCAL AGENCY, its officers, and employees, against any claim, demand, suit, judgment, loss, liability or expense of any kind, including attorney's fees, arising out of or resulting in any way, in whole or in part, fiom any acts or omissions, intentional or negligent, of CONSULTANT or CONSULTANT's officers, agents and employees in the performance of their duties and obligations under this Agreement. 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, CONSULTANT shall, to the fullest extent permitted by law, indemnify, release, defend and hold harmless LOCAL AGENCY, its officers, and employees, against any claim, demand, suit, judgment, loss, liability or expense of any kind, including attorney's fees, that arises out of, pertains to, or relates to the negligence, recklessness, or willful misconduct of CONSULTANT in the performance of its duties and obligations under this Agreement. D. CONSULTANT and the agents and employees of CONSULTANT, in the performance of this agreement, shall act in an independent contractor capacity and not as officers or employees or agents of the LOCAL AGENCY. E. The LOCAL AGENCY may terminate this agreement with CONSULTANT should CONSULTANT fail to perform the covenants herein contained at the time and in the manner herein provided. lin the event of such termination, the LOCAL AGENCY may proceed with the work in any manner deemed proper by the LOCAL AGENCY. If the LOCAL AGENCY terminates this agreement with the CONSULTANT, LOCAL AGENCY shall pay CONSULTANT as set forth in Article VI. F. Without the written consent of the LOCAL AGENCY, this agreement is not assignable by CONSULTANT either in whole or in part. G. No alteration or variation of the terms of this contract shall be valid, unless made in writing and signed by the parties hereto; and no oral understanding or agreement not incorporated herein, shall be binding on any of the parties hereto. Page 1 of 16 Or 0 �„, .,� � ) C. Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal. D. When milestone cost estimates are included in the approved Cost Proposal, CONSULTANT shall obtain prior written approval for a revised milestone cost estimate from the Contract Manager before exceeding such cost estimate. E. Progress payments will be made monthly in arrears based on services provided and allowable incurred costs. CONSULTANT's fixed fee will be included in the monthly progress payments as shown in Exhibit B. If CONSULTANT fails to submit the required deliverable items according to the schedule set forth in the Statement of Work, LOCAL AGENCY shall have the right to delay payment or terminate this Contract in accordance with the provisions of Article VI Termination. F. No payment will be made prior to approval of this contract, nor for any work performed prior to approval of this contract. G. CONSULTANT will be reimbursed, as promptly as fiscal procedures will permit upon receipt by LOCAL AGENCY's Contract Manager of itemized invoices in triplicate. Invoices shall be submitted no later than 45 calendar days after the performance of work for which CONSULTANT is billing. Invoices shall detail the work performed on each milestone and each project as applicable. Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this contract number and project title. Final invoice must contain the final cost and all credits due LOCAL AGENCY including any equipment purchased under the provisions of Article XVI Equipment Purchase of this contract. The final invoice should be submitted within 60 calendar days after completion of CONSULTANT's work. Invoices shall be mailed to LOCAL AGENCY's Contract Manager at the following address: City of San Rafael Attn: Stephanie Lovette P.O. Box 151560 San Rafael, CA 94915-1560 H. The total amount payable by LOCAL AGENCY including the fixed fee shall not exceed Two - Hundred Seventy -Thousand Dollars ($270,000.00). I. For personnel subject to prevailing wage rates as described in the California Labor Code, all salary increases, which are the direct result of changes in the prevailing wage rates are reimbursable. J. All subcontracts in excess of $25,000 shall contain the above provisions. K. No retainage will be withheld by the Local Agency from progress payments due the consultant. Retainage by the consultant or subconsultants is prohibited, and no retainage will be held by the consultant from progress due subconsultants. Any violation of this provision shall subject the violating consultant or subconsultants to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the consultant or deficient subconsultant performance, or noncompliance by a subconsultant. This provision applies to both DBE and non -DBE consultants and subconsultants. Page 3 of 16 ARTICLE IX DISADVANTAGED BUSINESS ENTERPRISES (DBE) PARTICIPATION A. This contract is subject to 49 CFR, Part 26 entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs". Consultants who obtain DBE participation on this contract will assist Caltrans in meeting its federally mandated statewide overall DBE goal. B. The goal for DBE participation for this contract is 6.00%. DBE participation under this Agreement shall be in accordance with the Consultant Contract BDE hiformation, attached hereto as Exhibit E/Exhibit 10-02. If a DBE subconsultant is unable to perform, CONSULTANT must make a good faith effort to replace him/her with another DBE subconsultant, if the goal is not otherwise met. C. DBEs and other small businesses, as defined in 49 CFR, Part 26 are encouraged to participate in the performance of contracts financed in whole or in part with federal Rinds. CONSULTANT or subconsultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. CONSULTANT shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of US DOT -assisted agreements. Failure by CONSULTANT to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as LOCAL AGENCY deems appropriate. D. Any subcontract entered into as a result of this contract shall contain all of the provisions of this Article. E. A DBE firm may be terminated only with prior written approval from LOCAL AGENCY and only for the reasons specified in 49 CFR 26.53(f). Prior to requesting LOCAL AGENCY consent for the termination, CONSULTANT must meet the procedural requirements specified in 49 CFR 26.53(f). F. A DBE performs a Commercially Useful Function (CUF) when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a CUF, the DBE must also be responsible with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a DBE is performing a CUF, evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the, contract is commensurate with the work it is actually performing, and other relevant factors. G. A DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. hn determining whether a DBE is such an extra participant, examine similar transactions, particularly those in which DBEs do not participate. H. If a DBE docs not perform or exercise responsibility for at least thirty percent (30%) of the total cost of its contract with its own work force, or the DBE subcontracts a greater portion of the work of the contract than would be expected on the basis of normal industry practice for the type of work involved, it will be presumed that it is not performing a CUF. I. CONSULTANT shall maintain records of materials purchased or supplied from all subcontracts entered into with certified DBEs. The records shall show the name and business address of each DBE or vendor and the total dollar amount actually paid each DBE or vendor, regardless of tier. The records shall show the date of payment and the total dollar figure paid to all ferns. DBE consultants shall also show the date of work performed by their own forces along with the corresponding dollar value ofthe•work. J. Upon completion of the Contract, a summary of these records shall be prepared and submitted on the form entitled, "Final Report -Utilization of Disadvantaged Business Enterprise (DBE), Fust -Tier Page 5 of 16 it's certified public accountants (CPA) work papers that are pertinent to the contract and indirect cost rates ("ICR') for audit, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. Subcontracts in excess of $25,000 shall contain this provision. ARTICLE XIII DISPUTES A. Any dispute, other than audit, concerning a question of fact arising under this contract that is not disposed of by agreement shall be decided by a committee consisting of LOCAL AGENCY's Contract Manager and other City representatives, who may consider written or verbal information submitted by the CONSULTANT. B. Not later than 30 days after completion of all deliverables necessary to complete the plans, specifications and estimate, CONSULTANT may request review by the LOCAL AGENCY Governing Board of unresolved claims or disputes, other than audit. The request for review will be submitted in writing. C. Neither the pendency of a dispute, nor its consideration by the committee will excuse the CONSULTANT from full and timely performance in accordance with the terms of this contract. ARTICLE XIV AUDIT REVIEW PROCEDURES A. Any dispute concerning a question of fact arising under an interim or post audit of this contract that is not disposed of by agreement, shall be reviewed by the LOCAL AGENCY'S Finance Director. Not later than 30 days after issuance of the final audit report, CONSULTANT may request a review by LOCAL AGENCY'S Finance Director of unresolved audit issues. The request for review will be submitted in writing. Neither the pendency of a dispute nor its consideration by LOCAL AGENCY will excuse the CONSULTANT from full and timely performance, in accordance with the terms of this contract. CONSULTANT and subconsultant contracts, including cost proposals and ICR, are subject to audits or reviews such as, but not limited to, a contract audit, an incurred cost audit, an ICR Audit, or a CPA ICR audit work paper review. If selected for audit or review, the contract, cost proposal and ICR and related work papers, if applicable, will be reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR audit work paper review it is CONSULTANT's responsibility to ensure federal, state, or local government officials are allowed full access to the CPA's work papers including making copies as necessary. • The contract, cost proposal, and ICR shall be adjusted by CONSULTANT and approved by LOCAL AGENCY contract manager to conform to the audit or review recommendations. CONSULTANT agrees that individual terns of costs identified in the audit report shall be incorporated into the contract by this reference if directed by LOCAL AGENCY at its sole discretion. Refusal by CONSULTANT to incorporate audit or review recommendations, or to ensure that the federal, state or local goven-iments have access to CPA work papers, will be considered a breach of contract tears and cause for termination of the contract and disallowance of prior reimbursed costs. ARTICLE XV SUBCONTRACTING A. Nothing contained in this contract or otherwise, shall create any contractual relation between LOCAL AGENCY and any subconsultant(s), and no subcontract shall relieve CONSULTANT of its responsibilities and obligations hereunder. CONSULTANT agrees to be as fully responsible to Page 7 of 16 all reasonable tunes during the performance period of this contract including review and inspection on a daily basis. ARTICLE XVIII SAFETY A.- CONSULTANT shall comply with OSHA regulations applicable to CONSULTANT regarding necessary safety equipment or procedures. CONSULTANT shall comply with safety instructions issued by LOCAL AGENCY Safety Officer and other LOCAL AGENCY representatives. CONSULTANT personnel shall wear hard hats and safety vests at all times while working on the construction project site. B. Pursuant to the authority contained in Section 591 of the Vehicle Code, LOCAL AGENCY has determined that such areas are within the limits of the project and are open to public traffic. The CONSULTANT shall comply with all of the requirements set forth in Divisions 11, 12, 13, 14, and 15 of the Vehicle Code. The CONSULTANT shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles. C. Any subcontract entered into as a result of this contract, shall contain all of the provisions of this Article. D. CONSULTANT must have a Division of Occupational Safety and Health (CAL -OSHA) pennit(s), as outlined in California Labor Code Sections 6500 and 6705, prior to the initiation of any practices, work, method, operation, or process related to the construction or excavation of trenches which are five feet or deeper. ARTICLE= INSURANCE A. During the term of this Agreement, CONSULTANT shall maintain, at no expense to LOCAL AGENCY, the following insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence for death, bodily injury, personal injury, or property damage. 2. An automobile liability insurance policy, for owned, non -owned, and lured vehicles, in the minimum amount of one million ($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 tho 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 CONSULTANT'S performance of services under this Agreement. - Where CONSULTANT is a professional not required to have a professional license, LOCAL AGENCY reserv6s the right to require CONSULTANT to provide professional liabililty insurance pursuant to this section. B. The insurance coverage required of the CONSULTANT in Paragraph A above, shall also meet the following requirements: 1. Except for professional liability insurance, the insurance policies shall be, endorsed for contractual liability and personal it jury. 2. Except for professional liability insurance, the insurance policies shall provide in their text or shall be specifically endorsed to name the LOCAL AGENCY, its officers, agents, employees, and volunteers, as additionally named insureds under the policies, and to provide that the insurance shall Page 9 of 16 B. It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine-readable form, are intended for one-time use in the construction of the project for which this contract has been entered into. C. CONSULTANT is not liable for claims, liabilities, or .losses arising out of, or connected with the modification, or misuse by LOCAL AGENCY of the machine-readable information and data provided by CONSULTANT under this agreement; further, CONSULTANT is not liable for claims, liabilities, or losses arising out of, or connected with any use by LOCAL AGENCY 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 CONSULTANT. D. Applicable patent rights provisions described in 41 CFR 1-91, regarding rights to inventions shall be included in the Agreements as appropriate. E. The LOCAL AGENCY may permit the copyrighting of reports or other agreement products. If copyrights are permitted; the agreement shall provide that the Fll'WA shall have the royalty -free nonexclusive and irrevocable right to reproduce, publish, or otherwise use; and to authorize others to use, the work for government purposes. F. Any subcontract in excess of $25,000 entered into as a result of this contract, shall contain all of the provisions of this Article. ARTICLE XXI CLAIMS FILED BY LOCAL AGENCY's CONSTRUCTION CONTRACTOR A. If claims are filed by LOCAL AGENCY's construction contractor relating to work performed by CONSULTANT's personnel, and additional information or assistance from the CONSULTANT's personnel is required in order to evaluate or defend against such claims; CONSULTANT agrees to make its personnel available for consultation with LOCAL AGENCY'S construction contract administration and legal staff and for testimony, if necessary, at depositions and at trial or arbitration proceedings. B. CONSULTANT's personnel that LOCAL AGENCY considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from the LOCAL AGENCY. Consultation or testimony will be reimbursed at the same rates, including travel costs that are being paid for the CONSULTANT's personnel services under this agreement. C. Services of CONSULTANT's personnel hi connection with the LOCAL AGENCY's construction contractor claims will be performed pursuant to a written contract amendment, if necessary, extending the termination date of this agreement in order to resolve the construction claims. D. Any subcontract in excess of $25,000 entered into as a result of this contact, shall contain all of the provisions of this Article. ARTICLE XXII CONFIDENTIALITY OF DATA A. All financial, statistical, personal, technical, or other data and information relative to LOCAL AGENCY's operations, which are designated confidential by LOCAL AGENCY and made available to CONSULTANT un order to carry out this contract, shall be protected by CONSULTANT from unauthorized use and disclosure. Page 11 of 16 ' subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement. C. The CONSULTANT shall comply with regulations relative to Title VI (nondiscrimination in federally -assisted programs of the Department of Transportation — Title 49 Code of Federal Regulations, Part 21 - Effectuation of Title VI of the 1964 Civil Rights Act). Title VI provides that the recipients of federal assistance will implement and maintain a policy of nondiscrimination in which no person in the state of California shall, on the basis of race, color, national origin, religion, sex, age, disability, be excluded from participation in, denied the benefits of or subject to discrimination under any program or activity by the recipients of federal assistance or their assignees and successors in interest. D. The CONSULTANT, with regard to the work performed by it during the Agreement shall act in accordance with Title VI. Specifically, the CONSULTANT shall not discriminate on the basis of race, color, national origin, religion, sex, age, or disability in the selection and retention of Subconsultants, including procurement of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the U.S. DOT's Regulations, including employment practices when the Agreement covers a program whose goal is employment. ARTICLE XXVI DEBARMENT AND SUSPENSION CERTIFICATION A. The CONSULTANT's signature affixed herein, shall constitute a certification under penalty of perjury under the laws of the State of California, that the CONSULTANT has complied with Title 49, Code of Federal Regulations, Part 29, Debarment and Suspension Certificate, which certifies that he/she or any person associated therewith in the capacity of owner, partner, director, officer, or manager, is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. Any exceptions to this certification must be disclosed to the LOCAL AGENCY. B. Exceptions will not necessarily result in denial of recommendation for award, but will be considered in determining CONSULTANT responsibility. Disclosures must indicate to whore exceptions apply, initiating agency, and dates of action. ARTICLE XXVII CONFLICT OF INTEREST A. CONSULTANT shall disclose any financial, business, or other relationship with LOCAL AGENCY that may have an impact upon the outcome of this contract, or any ensuing LOCAL AGENCY construction project. CONSULTANT shall also list current clients who may have a financial interest in the outcome of this contract, or any ensuing LOCAL AGENCY construction project, which will follow. B. CONSULTANT hereby certifies that it does not now have, nor shall it acquire any financial or busirness interest that would conflict with the performance of services under this agreement. C. Any subcontract in excess of $25,000 entered into as a result of this contract, shall contain all of the provisions of this Article. Page 13 of 16 T� ARTICLE XXX NOTIFICATION All notices hereunder and communications regarding interpretation of the terms of this contract and changes thereto, shall be effected by the mailing thereof by registered or certified mail, return receipt requested, postage prepaid, and addressed as follows: CONSULTANT: Adam Dankberg Kimley-Horn and Associates, Inc. 1300 Clay Street, Suite 325 Oakland, CA 94612 LOCAL AGENCY: Stephanie Lovette City of San Rafael P.O. Box 151560 San Rafael, CA 94915-1560 ARTICLE XXXI AGREEMENT The two parties to this agreement, who are the before named CONSULTANT and the before named LOCAL AGENCY, hereby agree that this Agreement and its Exhibit A Consultant Scope of Services, Exhibit B Cost Proposal, and Exhibit E/Exhibit 10-02 constitute the entire agreement which is made and concluded in duplicate between the two parties. Both of these parties for and in consideration of the payments to be made, conditions mentioned, and work to be performed; each agree to diligently perform in accordance with the terms and conditions of this agreement as evidenced by the signatures below. ARTICLE XXXII NON-DISCREVMATION CLAUSE During the performance of this Agreement, CONSULTANT and its subconsultantss shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (e.g., cancer), age (over 40), marital status, and denial of family care leave. CONSULTANT and subconsultants shall unsure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. CONSULTANT and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 (a -f) et seq.) and the applicable regulations promulgated thereunder (California Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 (a -f), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Agreement by reference and made a part hereof as if set forth in full. CONSULTANT and subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement. CONSULTANT shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the Agreement. Page 15 of 16 ARTICLE XXXM NO TEMW PARTY BENEFICIARIES LOCAL AGENCY and CONSULTANT do not intend, by any provision of this Agreement, to create in any thud party, any benefit or right owed by one party, under the terns and conditions of this Agreement, to the other party. ARTICLE XXXIV 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. ARTICLE XXXV LOCAL AGENCY BUSINESS LICENSE / OTHER TAXES CONSULTANT shall obtain and maintain during the duration of this Agreement, a LOCAL AGENCY business license as required by the San Rafael Municipal Code. CONSULTANT shall pay any and all state and federal taxes and any other applicable taxes. LOCAL AGENCY shall not be required to pay for any work performed under this Agreement, until CONSULTANT has provided LOCAL AGENCY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). ARTICLE XXXVI SIGNATURES CITY OF SAN RAFAEL Nancy Macre City Manager ATTEST: /ICIL- Z".( ESTHER C. BEIRNE City Clerk APPROVED AS TO FORM: 2 Dz,, e— ROBERT F. EPSTEIN City Attorney JL T 1 By: Title: 1 Page 16 of 16 Exhibit A San Rafael Transit Center Relocation Study Kimley-Horn Scope of Services Task 1: Operational Analysis Task 1.1: Obtain Background Information Kimley-Horn will obtain the following information from the City of San Rafael, Marin Transit, and Golden Gate Bridge Highway and Transportation District ("GGBHTD") (collectively, the Agencies): - Existing bus schedules and routing - Existing ridership by trip for all transit services operating at the existing transit center - Existing on-time performance - Existing and planned vehicle types - Recent on -board survey and other analysis of trip origins and destinations for users of the transit center - Current planned and anticipated service modifications - Recent vehicle, pedestrian, and bicycle counts for intersections in the vicinity of the transit center - Property ownership, easements and agreements - Existing and future level of service analysis in the vicinity of the transit center - SMART Phase 1 and Phase 2 design plans and operating assumptions - SMART station ridership projections - Planned roadway, bicycle and pedestrian improvements in the vicinity of the station - Downtown San Rafael Station Area Plan - Planned development projects - Any recent market analyses or other background information related to the real estate market Task 1.2: Site Visit Kimley-Horn will conduct one site visit with staff from the Agencies to review existing operations, parcel ownership and relationship to SMART. Kimley-Horn will take minutes from the site walk and provide to the Agencies for review. Kimley-Horn will perform observations during the AM and PM peak commute periods to observe transit center activity and estimate kiss -and -ride, taxi, shuttle and non -Agency activity levels. Task 1.3: Transit Service Provider Interviews Kimley-Horn will have one meeting each with Marin Transit and GGBHTD staff to discuss desired amenities, and planned near-term and long-term operations at the San Rafael Transit Center. Meeting minutes will be prepared after each of the interviews Task 1.4: Route Analysis Based on the information provided in Task 1.1, Kimley-Horn will prepare a brief fact sheet for each route that currently serves the transit center. The fact sheet will contain the route alignment, frequency, ridership, vehicle type, transfer characteristics (to the extent information is available from Task 1.1), and identify any planned modifications to the route. A map will be prepared depicting bus volumes by general approach direction. Task 1.5: Baseline Circulation Kimley-Horn will prepare graphics depicting existing facilities and circulation paths for bicycle, pedestrian and auto movements into and out of the area in the vicinity of the transit center. A graphic will be prepared displaying traffic volumes and peak period approach delays (assumed to be provided by the City of San Rafael in Task 1.1) in the vicinity of the transit center. Similar graphics will be prepared for Exhibit A Kimley-Horn will develop up to nine alternatives of transit center configurations (including combinations of on -street and off-street facilities) utilizing the potential sites identified in Task 3.1. Each alternative will be shown on a conceptual graphic, not to scale, depicting approximate bus bay locations and configurations. Bus, affiliated vehicle (i.e. kiss -and -ride, taxi and other vehicles serving the transit center), pedestrian, and bicycle circulation graphics will be prepared for each concept depicting circulation with that concept. A summary graphic will be prepared for each alternative highlighting conflict and control points for modal interactions. For each alternative, a graphic will be prepared that provides a preliminary bay assignment for each route serving the transit center. Task 3.4: Bus Circulation Analysis Using the Baseline Circulation analysis performed in Task 1.5, Kimley-Horn will estimate changes in circulation times for each bus route serving the transit center from baseline conditions with each of the proposed concepts. The changes in circulation times will be factored by bus frequency and summed to quantify a change in circulation time from baseline conditions with each concept. Task 3.5: Prepare Alternative Scenarios Report Based on the screening criteria developed in Task 3.1, Kimley-Horn will prepare an evaluation of the alternatives. The evaluation is anticipated to be primarily qualitative in nature. A matrix will be developed comparing the performance of each of the alternatives. Tasks 3.1 through 3.5 will be summarized in a technical memorandum. Kimley-Horn will provide a PDF format draft of the memorandum for Agency review and comment. One round of non -conflicting Agency comments will be addressed and a final technical memorandum prepared and provided to the Agencies in PDF format. Task 3.6: Alternatives Workshop Kimley-Horn and the Agencies will hold a workshop to discuss the alternatives and the screening evaluation. One preferred configuration will be identified, which may include one site or a combination of sites. Kimley-Horn will prepare and distribute meeting minutes documenting the outcome of the workshop. Deliverables: Screening Criteria Memorandum, Sites for Consideration graphic, Draft and Final Alternative Scenarios Report, Alternatives Workshop minutes Task 4: Real Estate Evaluation Task 4.1: Existing Conditions Assessment Kimley-Horn will review the existing and potential access for the sites identified in Task 3.2, given the existing transportation network and the alternatives developed in Task 3.3. Limitations to auto, pedestrian and bicycle access for those sites will be identified on a graphic. Kimley-Horn will identify existing zoning and planning requirements for those properties and display on a graphic. Strategic Economics will conduct initial targeted analysis of market conditions in the study area as a means to: • Identify the most viable types of private development that might be considered as part of subsequent tasks (e.g., office, residential, other uses); and • Understand a range of likely land value s for sites considered as part of the alternatives analysis. Task 4.2: Transit Center Integration Kimley-Horn will evaluate the feasibility of integrating a transit center onto the identified sites given existing and planned uses and the available transportation network, and identify the resulting effect on existing and planned uses. Exhibit A A workshop amongst the Agencies and Kimley-Horn will be held to discuss the configuration of the transit facility during each of the transition scenarios. Kimley-Horn will prepare and distribute meeting minutes from the workshop. Task 6.3: Refinement of Transition Configurations Based on the refinements to the alternatives discussed in Task 6.2, Kimley-Horn will prepare conceptual drawings. Each transition scenario will have one plan view drawing of the bay locations, amenities and access roadways. Capital cost estimates will be prepared for each of the preferred transition configurations. Task 6.4: Transition Strategy Memorandum A technical memorandum will be prepared summarizing the findings of this task. Also included in the memorandum will be a discussion on operational considerations associated with the transition from one scenario to the next and a graphical schedule summarizing the transition plan relative to triggering events. Kimley-Horn will provide a PDF format draft of the memorandum for Agency review and comment. One round of non -conflicting Agency comments will be addressed and a final technical memorandum prepared and provided to the Agencies in PDF format. Deliverable: Draft and Final Transition Strategy Memorandum Task 7: Analysis of Reuse Options for Existing Bettini Center Task 7.1: Land Plan Kimley-Horn will develop up to three alternative land use scenarios for re -use of the existing Bettini Transit Center. The land use scenarios will include potential densities by use, massing, and access/egress points. Graphics will be prepared to illustrate the land use scenarios and access configurations. A comparison matrix will be prepared to compare the three scenarios. Task 7.2: Economic Evaluation Building on information collected during Task 4, Strategic Economics will conduct pro forma analysis to estimate the potential value that might be generated through sale or ground lease of the Bettini property. This analysis will utilize the development scenarios created in Task 7.1, as well as assumptions about construction costs, revenues from private development and other factors. The financial model may also be used to test the sensitivity of development feasibility to key inputs such as on-site parking requirements or other factors. Task 7.3: Bettini Site Development Feasibility Memorandum Kimley-Horn will prepare a draft technical memorandum in PDF format summarizing the findings of this task. One round of non -conflicting, consolidated comments will be addressed and a final technical memorandum will be prepared in PDF format. Deliverable: Draft and Final Site Development Feasibility Memorandum Task 8: Public Meetings and Outreach Task 8.1: Team Meetings Kimley-Horn will attend up to 8 monthly meetings amongst the Agencies to discuss project status and coordination. Kimley-Horn will prepare and distribute meeting minutes. Deliverable: Meeting minutes Task 9: Draft and Final Report EXHIBIT B Cost Proposal 1. Agreement Fixed Fee is $27,543. No additional fee or profit is allowable. 2. Fixed Fee to be invoiced $4,589 for initial five invoices. 3. Remaining Fixed Fee to be included with Final Invoice. 4. Direct (including direct labor) and indirect charges to be shown on a cost basis only. 5. Overhead, Fringe and Indirect cost rates to be confirmed by audit to be submitted by CONSULTANT before first invoice. 6. Invoices for all direct hours worked are to show employee name, date of work, and hourly pay. 7. No markups are allowed on direct or indirect costs including sub consultants. 8. Travel costs associated with travel to/from the Contractor's Bay Area offices to meetings and site visits in San Rafael. The City will not pay costs associated with contractor travel between contractor offices. Mileage is allowable under the current IRS rate. Mileage and travel expense will be listed on each invoice. EXHIBIT E: EXHIBIT 10-02 CONSULTANT CONTRACT DBE INFORMATION (Inclusive of all DBEs listed at contract award. Refer to instructions on the reverse side of this form) Consultant to Complete this Section i. Local Agency Name: City San Rafael _......... .--_____ .... _ ...... m....._.. 2. Project Location: San Rafael, CA 3. Project Description: Transit Center Relocation Study 4. Total Contract Award Amount: $ __2 0 QOO 5. Consultant Name: Kimley -Horn and Associates, Inc. 6. Contract DBE Goal 16: 6% 7. Total Dollar Amount for all Subconsultants: $ 41,,500 8. Total Number of all Subconsultants: 1 Award DBE/DBE Information 9. Description of Services to be Provided 10. DBE'DBE Finn 11. DBE Cert. Contact Information Number Real Estate/Economic Planning Strategic Economics, Inc. 33062 2991 Shattuck Ave, Ste. 203 Berkeley, CA 94705 Local Agency to Complete this Section 20. Local Agency Contract Number: 21. Federal -aid Project Number: 22. Contract Execution Date Local Agency certifies that all DBE certifications are valid and the information on this form is complete and accurate: 23. Local Agency Representative Name (Print) 13. Total Dollars Claimed 14. Total °'o Claimed 12. DQE Dollar Amount $41,500 q $ 41,500 15.37 % 24. Local Agency Representative Signature 25. Date ............, .0-. .... 15. Preparer's Signature 26. Local Agency Representative Title 27. (Area Code) Tel. No. Randal Durrenber_ger 16. Preparer's Name (Print) Caltrans to Complete this Section Vice President Caltrans District Local Assistance Engineer (DLAE) certifies that this form 17. Preparer's Title has been reviewed for completeness: 1/21/15 (510) 625-0712 18. Date 19. (Area Code) Tel. No 28. DLAE Name (Print) 29. DLAE Signature 30. Date Distribution: (1) Copy Email a copy to the Caltrans District Local Assistance Engineer (DLAE) %%ithin 30 days of contract award. Failure to send a copy to the DLAE within 30 days of contract award muy result in delay of payment. (2) Copy Include in award package sent to Caltrans DLAE (3) Original— Local agency files Page 128 ,1 o� SAN / IFOR��e� PROFESSIONAL SERVICES AGREEMENT/CONTRACT COMPLETION CHECKLIST AND ROUTING SLIP Below is the process for getting your professional services agreements/contracts finalized and executed. Please attach this "Completion Checklist and Routing Slip" to the fiont of your contract as you circulate it for review and signatures. Please use this form for all professional services aLyreements/contracts (not just those requiring City Council approval). This process should occur in the order presented below. Step Responsible Department 1 City Attorney 2 Contracting Department 3 ' Contracting Department 4 City Attorney g 5 City Manager / Mayor / or ,Department Bead 6 City Clerk Description Review, revise, and comment on draft agreement. Forward final agreement to contractor for their signature. Obtain at least two signed originals from contractor. Agendize contractor -signed agreement for Council approval, if Council approval necessary (as defined by City Attorney/City Ordinance*). Review and approve form of agreement; bonds, and insurance certificates and endorsements. Agreement executed by Council authorized official. City Clerk attests signatures, retains original agreement and forwards copies to the contracting department. Completion Date � kk 5J/11s„� L0 kQa M, To be completed by Contracting Department: Project Manager: Project Name: P• c M I ey ®E } r Agendized for City Council Meeting of (if necessary): If you have questions on this process, please contact the City Attorney's Office at 485-3080. *Council approval is required if contract is over $20,000 on a cumulative basis. ���..i/Y 4� / " /y ad.+� �✓ �U�' bi,.....✓..,.u''. N o"J 'C ��H. ..� �_'� ✓' M N ...i � Zb✓' ._ Al�, s 4---v , p