Loading...
HomeMy WebLinkAboutCC Resolution 14050 (Regional Transportation System Enhancements)RESOLUTION NO. 14050 A RESOLUTION ACCEPTING A PROPOSAL FROM PARK ENGINEERING FOR INSPECTION SERVICES ASSOCIATED WITH THE REGIONAL TRANSPORTATION SYSTEM ENHANCEMENTS PROJECT AND AUTHORIZING THE CITYMANAGER TO ENTER INTO A PROFESSIONAL SERVICES AGREEMENT WITH PARK ENGINEERING IN AN AMOUNT NOT TO EXCEED $100,000 WHEREAS, the City Council adopted Resolution number 14028 on October 19, 2015 awarding a contract for the Regional Transportation System Enhancement Project, City Project No. 11237, to Ghilotti Brothers, Inc. in the amount of $2,748,357; and WHEREAS, due to a staffing shortage and the need for nighttime inspections, the City needs to obtain outside professional assistance to provide the inspection services required for the Regional Transportation System Enhancement Project; and WHEREAS, staff received a proposal from Park Engineering for inspection services in an amount not to exceed $100,000; and WHEREAS, staff has reviewed the proposal from Park Engineering and has found it to be complete and within industry standards; and WHEREAS, the original budget approved by the City Council on October 19, 2015 included an estimated $250,000 budget for construction inspection that exceeds the amount proposed by Park Engineering; NOW, THEREFORE, BE IT RESOLVED that the Council of the City of San Rafael hereby approves and authorizes the City Manager to execute the Professional Services Agreement between Park Engineering and the City, in the form attached hereto and incorporated herein by reference, subject to final approval as to form by the City Attorney, in an amount not to exceed $100,000. IT IS FURTHER ORDERED AND RESOLVED, that the Director of Public Works is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City on the 4th day of January 2016, by the following vote, to wit: AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None ESTHER C. BEIRNE, City Clerk File No.: 18.01.76 AGREEMENTFOR PROFESSIONAI, SERVICES WITH PARK ENGINEERING FOR PROFESSIONAL ENGINEERING SERVICES Hiis Agreement is marls and entered into this day of -y. FCgRctoaR, 20 16. La,v and between the CITY OFSAN RAFAEL (hereirnriller "CITY"), and PARK ENGINEERING (hereinafter "CONTRACTOR"). RECITA LS WHERI"'AS, the CITY has deterrnined that additional professional services are required for inspection services in conficctiou with the Re -Bid ol't1w Regional Transportation Systern Enhancements Projlect. City Project No. 112317, arid WIrrIERFAS, the CONTRACTOR has agreed to render such services. ACREEMENT NOW,TFIEREFORE, the pat -ties hereby agree as tbllows: I PROJF(."FCOORD1NA'H0N. A. CITY'S Project Manager. The Director ol' Public Works is hereby designated the PRO1'I30' NIANAG-IR fbr the CIJ'Y, and said PROJE!"CT MANAGER shall supervise all aspects ol'the progress arid CXeCUtiOrI Of'lhiS.Agreemerrt, E3, (7,ONTRACTOR'S Project Director. CONTRACTOR shall assign a single PROJECT DIREVTOR to, have overall responsibility lbr the progress and execution of* this Agreement kbr CONTRACTOR. Jacmin Park is hereby designated as the 1'ROJUV7' f)lREC,f,OR for CONTRACTOR. SliOUld circunistances or conditions subsequent to the CXCCU0011 of this Agreement require as Substitute PROJE( "ri, IA RECTOR, for any re'dSoll, the CON'TRACTOR shall notify the CITY wh4iiii ten (10) business days of'thc SUbStiftifiCirl. 1 D (14* 1 1'.'S OF CONTRAC'R) R. CONTRACTOR shalt perf'orm the dutieswind/car provide the set -vices outlined in the Scope of Services marked as Exhibit 'A"anached hereto, and incorporated herein. 3. DUTIES OF CITY. I CITY shall coCOmpensate NTRACTOR as provided it) l"aragraph 4, and shall perform the dUtics as described in Exhibit "A" attached lieret0airl(l incorporated herein. 4. COMPENSATION, For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR on a time and materials basis for services rendered in accordance with the rates shown oil the current fee schedule as described in Exhibit "A" attached and incorporated herein, in an amount not to exceed $93,358.47. Payment will be made monthly upon receipt by PROJI.,VT MANMA."R of iternized invoices submitted by CONTRACTOR. 5TERM, OF AC: RFIN17"NT, The lerill of this Agreement shall corrinlence LIP011 the date C&MCLiflOn ol'this Agreement arid end on June 30, 2017 when the work, shall have been completed, unless the parties agree to extend this Agreement liar anottler 90 days, as approved in writing by City Manager. 6, '11"AWINATION. A. Diwretionary. Either party may terminate this Agreement without cause upon thirty (310) (lays written notice mailed or personally delivered to the other party. B, Cause. Either party many terminate this Agreement for cause upon fificen (15) days written notice mailed or jxrsonally delivered to the other party, and the notified party's failure to CLIN or correct the UILISC ol'the lernlillatio1r), to tile reasonable satisfaction of the party giving such notice, within such fifleen (15) day time period. C. EfTect of Termination. Upon receipt of notice of terrilination, neither party shall incur additional obligations under any provision ol'this Agreement without the prior written consent ofthe other. 1). Return of Documents. I.Jpon termination, any and all crrV documents or rnaterimis provided to CONTRACTOR kind any and all of'CONTRACTOR's documents kind materials prepared for or relating to the performance of its, duties under this Agreenlent, shall be delivered to CITY as !soon as possible, but riot later than thirty (30) days aller termination. 7. OWNERSHIP OF 1)()CUMENTS. The written documents arid materials prepared byr the CONTRACTOR in connection with the perfonnance cat` its duties under this Agreement, shall be the scale property ol'CITY. cury ina)' use said property for any purpose, including protects not conternplated by this Agreement. 8. INSPECTION AND AUDIT. Upon reasonable notice, CONTRA('70114 shall inAre available to CITY, or its agent. for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance N of its duties Linder this Agreentent. CONTRACTOR shall fully cooperate with CITV or its agent in any such audit or inspection, 9. ASSIGNABILITY. The parties agree that they, shall not assign or lransfi r any interest in this Agreement nor the perlbrmance of rano of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so asSigit this Agreement or any rights, duties or obligations, arising hereunder shall, be void and of"no effect. It1. INSUIIANCE. A,. Scope ofCoverage. Durnip, the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: L A commercial general liability insurance policy in the millilnUm amount Of' one million dollars (St,000,000) per OCCUrrence/two million dollars ($2,0(i0,000) aggregate, for dearth, bodily injury, personal injury, or property damage. I Ali automobile liability (owned, non -owned, and hired vehicles) insurance policy In the mininittin arnount of one rnillion dollars ($1,000,000) dollars per occurrence, 3, If any licensed professional perforins in), of the services required to be performed Linder this Agreement, a prol'essional liability insurance policy in the 11litrinlUrn arnount oftwo inillion dollars ($2,000,000) per occurrence/lbur million dollars, ($4,000,000) aggregate, to cover an),, claims arising out of the CONTRACTOR's performance of services under, this Agreement. Where CONTRACTOR is a profeSsiotial not required to have as professional license, CITY reserves the right to require CONTRACTOR to provide proli ssional liability insurance Pursuant to this section. 4. If it employs any person, CONTRACTOR shall maintain worker's compensation and employees liability Insurance,,, as required by the State Labor Code and other applicable laws and regulations, and as necessary to, protect both CONTRACTOR and CITY against all liability R)r injuries to CONTRACTOR's officers and employees. CONTRACTOR's worker's compensation insurance shall be specifically endorsed to waive any, right of subrogation against CITY. B. Other Insurmice Requirements. The insurance coverage required 01*the CONTRACTOR in Subparagraph A of this sect ion above shall also meet the fiollowing requirements: 1. Except for professional liability insurance, the insurance policies shall be specifically eliclot-sed to include the CITV, its officers, agents, employees, and volunteers, as additionally named insureds under the policies. I 2. The additional insured coverage under CONTRACTOR'S insurance policies shall be primary with respect to any insurance or coverage maintained by CITY arid shall not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and noncontributory" co'Vcrage in CONTRACTOR'S policies shall be at least as broad as, ISO form CG20 01 04 13 3. F1'xcept for professional liability insurance, the insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal irrIury. 4. The insurance policies shall be specifically endorsed to provide that the insurance carrier shall not cancel, terininate or otherwise rnodity, the terms and conditions of said insurance policies except upon tell (10) days written notice to the PROJECT MANAGER. S. Ifthe insurance is written oil a Claims Made Form, then. following termination of dais his Agreement, said insurance coverage shall survive Ibr a period of riot less than five years. 6The insurance policies shall provide tear a retroactive date ol'placement coinciding with the ell°ective (late ofthis Agreement. 7. The limits of insurance required in this Agreement rilay 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 oil a primary and noncontributory basis for tile 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 as named insured. 8. It shall be: as requirement under this Agreement that any available insurance proceeds broader than or in excess of` the specified minit-rurlul insurance coverage requirements and/or limits shall be available to CITY or any other additional insured party. I"urtherniore, the requirements purr coverage and limits shall be: (I ) tile minitnum coverage arid limits specified in this Agreement: or (2) the broader Coverage and maxinium limits of coverage of any insurance policy or proceeds available to the named ir1SUred, whichever is greater. C. Deductibles, and SIR"s. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to, arid approved by the PROJECT MANAGER and City Attorney, and shall not reduce tile limits of liability. Policies containing any self-insured retention (SIR) provision shalt provide or be endorsed to provide that the SIR n -my be satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration. attorney's fees and defense experises. D: Proof' of Insurance. CONTRACTOR shall provide to the PROJECT MANAGER or CITY'S Attorney all ofthe JbIlowirib !, (I) ("ertificales ofInsurance evidencing the insurance coverage ,4 required in this Agreement; (2) a copy of the policy declaration page and/or endorsernent 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 tbrth in this Agreement. CITY reserves tile right to obtain a full certified copy of ruly insurance policy and endorsements from CONTRACTOR. Failure to exercise this right shall 1101 Constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and tile City Attorney. it. INDFMNIFICATION. A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to tile Fullest extent permitted by law, indeninify, release, del'end %Nrith Counsel approved by CITY, and hold harmless CITY. its offlicers, agents, employees and volunteers (collectively, the "City Indemnitees"), From and against any claim, demand, suit, judgment, loss, liability or expense ofany kind. including but not limited to attorney's tees, expert ties and all other costs and fires of litigation, (collectively "CLAIMS"), arising Out Of CONTRACTOR'S perfiormanec of its obligations or conduct of its operations under this Agreement. The CONTRACTOR's obligations apply regardless of'whether or not a liability is caused or contributed to by tlw active Or passi,,c ncgligcncc of the City Indemnitees, I lowever, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, tile CONTRAC'TOR's, inderrinitrjo;atj� on obligation shall be reduced in proportion to the City Indemnitees' share of liability f6r the active negligence or willful ruiSCOndUCt. In addition, the acceptance or approval of tile CONTRACTOR's work or work product by the CITY or any of its directors, Officers or employees shall not relieve or reduce the CONTRACTTOR's indemnification obligations, In the event tile City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising frorn CONTRACTows perl'orniance of or operations under this Agreement, CONTRACTOR shall provide a defense to the City Indemnitees or at CITY'S option reimburse the City Indemnitees their costs ot'defense, including reasonable attorneys' fees, incurred in defense Of Stich claims. 13. Where the services to be provided by CONT, RACTOR 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. CONTRACTOR shall, to tile fullest extent permitted by law, indemnify, release, detend and hold harmless the City Inderunitees, firorn and against any CLAIMS that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of'CONTRACTOR in the performance of its duties and Obligations under this Agreernent or its failure to comply with any ofits obligations contained in this Agreement, except Such CLAIM which is caused by the sole negligence or willful misconduct Of CITY. C. ']"he delcliSe and indemnification obligations olf` this Agreefrnern are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, R and shall survive the termination or completion ol"this Agreement for the ftill period of firne allowed by law. 12. NONDISCRIMINA]", ION, CONTRACTOR shall not discrit-ninate, in anv way, against any person on the basis ol"age, sex, race, color, religion, ancestry, national', origin or disability in connection with or related to the perfi)rmance of its dirties and obligations tinder this Agreement. 1 11 . COMPLIANCE WITH ALI LAWS, CONTRACTOR shall observe and comply with all applicable 1�,deral, state and local laws, ordinances, codes and regulations, in the perforaiance of' its dUties and obligations, tinder this Agreement, CONTRACTOR shall perlonn all services Under this Agreement ill accordance with these laws, ordinances, codes arid regi,flations. CONTRACTOR shall reiewse, delerid, indemnify and hold harmless CITY, its officers, agents and employees From any and all damages, liabilities, penalties, fines and all other consequences li-orn any noncompliance or violation o,f any laws, ordinances, codes or regulations. 14. NOTHIRD PARTY BENETICIARIE'S. CITY and CONTRAull-0114 do not inlend, by any provision ot'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 giVCrl Under this Agreement. including any notice of" change ol'address, shall be ill Writing and given bY personal delivery, or deposited ' with the I Jnited States postal Service. postage prepaid, addressed to the parties intended to be notified. Notice shall Ix- deemed given as of the date of'personal delivery, or if mailed, Upon the date ot'deposil with the United States PosLat Service. Notice shall be given as tbllows: ,lr'() Cjj'Y'S Pr(.),ject Manager: TO CONTRACTOR's Pr(ajcct Director: Dean Allison Public Works Director City, of pan Rarf"Iel I I I Morphew Street San Rafael, C 'A 94901 Jaemin, Park 28 Dolores Way Orinda, CA 94563 M 16. IN DE.,"IPEN.1)1''N']',('ON'I'RAC'1'0R.. For the purposes, arid for the duration, of this Agrecruent, CONTRACT(MI, its officers, agents arid employees shall act in the capacity, of air Independent Contractor, and not a.,., employees of the CITV CONTRACTOR and CITV expressly, intend and agree that the Start(IS of'CON TRACTOR, its off"icers, agents and employees be that ofan Independent ontractor and not that of an employee of CITV. 17. ENTIR.F'AGR 1I-'1MF'NT-- ANIFNIM"N"I'S, A. 1-11C tCrITIS and conditions of this Agreement, all exhibits attached, and all (100111101N expressly incorporated by reference, represent the entire Agreement ofthe parties with respect to the sub.ject matter ofthis Agreement. B. '11iis written Agreement shall9 SLIPCf-sede any arid all prior a reements, oral or written, regarding the subject matter between the CONTRACTOR aJrjrld the C1TV. C. No other agreement, promise or statement, written or oral, rLlating to the sub,ject matter of this Agreement, shall be valid or binding, except by way, of as written amendment to this Agreement. D. The ternis and Corldition'r �, Of" trhis Agreement shall not bL altered or modified except by a written amendinent to this Agreernent signed by the CONTRACTOR arid the CITY. E. I f any conflicts arise between the terms and conditions of this Agreement, and the terms arid conditions of the attached exhibits or, the documents expressly incorporated by refierence, the terim, and conditions of this Agreement shall control. M SET-OFF AGAINS'll' DE13"I"S. CONTRACTOR agrees that (Try rr iay deduct from any payment dLIC to CONTRACTOR under this Agreement, any monies kvhMi CONTRACTOR owes urY Under an), ordinance. agreement, contract Or- rCSOJLJtiOn 1101 -any Unpaid taxes, fINS, licenses, assessments, unpaid checks or other amounts. 19, WAIVERS. The waiver by either party ofany breach or violation of any term, covenant or condition of this Agrcernent, or of airy ordinance, law or regulation. shall not be deemed to be as waiver of any other term, covenant, condition, ordinance, law or regulation, or ofany' SUbseqU01it breach or violation of the sarne or other term, covenant, condition, ordinance, law or regulation. ']'lie subseqLJCnt acceptance by either party of any Ice, performance, or other consideration which may become due or Owing Under this Agreement, sliall not be deemed to be a waiver ofany preceding breach or violation by the other party ol'any term, condition, covenant of this Agreement or any applicable law, ordififfllee or regulation. I 20. C'OSTS AND ATTORNEY'S l"EF.S. The prevailing party in any action brought to enf6rce the terms and conditions ofthis Agreement, or arising out of the performance of' this Agrectnent, may recover its reasonable costs (including claims administration) and attorney's Jees exlw-nded in connection with such action. 21. CITY 131, SINESS LICENSE / OTI IEE TAXIS. CONTRACTOR shall obtain and maintain during the duration ofthis Agreement, a crrY bUSiueSS license as required by the San Raffiel Municipal Code CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed Under this Agreement, until CONTRACTOR tars provided CITY with a completed Internal Revenue Service f'orni W-1) (Request for Taxpayer Identification NUaibcr and Cenification). 22, APPLICABLE LAW, The taws of the State ofCalillornia shall govern this Agreement. IN wrrNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. crry OF SAN RAFAEL .1 M SC UTZ, City M' as Y,r sc TZ AT'TEST: ",-4 - FSTHER C. 131-JRNF1, City Gerk APPROWD AS TO FORM: CONTRACTOR By: Name: Jae ni 11 Park 'Title: President L-61 - - F& R0131"RTF. LTSTI �IN, City ftom A' m December 4, 2015 Mr. Kevin McGowan, P.E. Assistant Public Works Director / City Engineer Ill Morphew Street San Rafael, CA 94901 Subject: Inspection Services for Regional Trans p ortatlo n System Enhancement Project Dear Kevin, Park Engineering, Inc, is pleased to submit this proposal to perform inspection services to the City of San Rafael PUIAC Works Department to support the Regional'Transportation System Enhancement (RTSE) construction project and Inspection needs, I appreciate the opportunity to work with the District wl these projects. Dave Baker will support the City on a full time basis, with the majority of the inspection work occurring at night because of traffic restriction to perform the "improvements, and as determined by the City. He will report directly to you or your designated representative and perform the inspection duties as requested, Dave has worked in the construction industry in multiple capacities for over 25 years. H e has provide(] construction management for buildings, infrastrUCtUre and public works construction projects, Included is Dave's restane and a fee schedule for your review. My role will be to manage the contract with the District and to ensure that Dave has the necessary tools to complete the requested assignment, If there are any questions, or if any additional information is needed, please contact me at 925-818- 3756, Sincerely, Jaernin Park, PE President 28 Dolores Way Orinda, CA 94563 1 Tel 925-818-3756 1 Fax, 925-401-7030 E -mad: il)ark@park-etig.com --i " ri I .. ......... ..... ry rw IN rq 1E C7 totiviy err --i " ri I S' 'rl� i"ovit: )v i", o i., a tm i ir1('1*1vrto)VS DAVE BAKER, CONSTRUCTION MANAGER / CONSTRUCTION INSPECTOR Years of Experience 28 Licenses and Registrations Licensed General Contractor 11909391, Cailfornia 2008 Certifications U.S. Army Corps of Engineers, CQMC (2011) `Irransportaflon Workers Identification Card (federai background check) 40 hour Hazmat I(ey Qualifications Dave Baker has more than 28 years of experience managing and supervising civil construction projects, including roadwork, earthwork, and flood control projects, He has a thOmUgh knowledge of construction standards and all aspects of highway construction nianagernent in accordance with the Caltrans Construction Standard Ili ans and Specifications, Dave has also managed airport and runway projects according to Federal Aviation Aclrnjnistration (FAA) regUlations, and environmental mitigation in accordance with U.S. Army Corps of Engineers, His technical knowledge encompasses demolition, earthwork (cut/fill), underground facilities, utilities, Street lrnpi'OVernentS, environmentally sensitive areas, creek restoration, marine construction, concrete and Minor structures, concrete and AC pavements, rubberized AC, arid traffic control, Representative Project Experience • City of San Rafael! On -Call Construction Management Services, San Rafael, CA Dave has provided the City construction inspection services over rnUltipiO ora -call contracts for several projects trIJ'.Jt have included street5cape irnprovernent, pavement rehabilitation, new bicycle lanes, building renovations, utility relocation, arid sewer Improverrients. Projects klClUde Fourth Street Undergrounding, a privately funded project to underground one -mile of overhead electrical lines, Third and Union Improvements, which widened! Union Street and added a Will lane and new traffic signals and underground Utilities, and FOLIVOI Street Rehabilitation, a high- profile project In dovvntovvn. El Camino Real Master Plan, Phase I Improvements (Federally Funded), City of San Mateo, CA Dave was Construction Inspector for this project that included horimital directional drilling for water and electrical crossing 14 roadways; installation of ADA ramps for new arid upgrading existing sidewalk, curb, and gutter; zinc] iristallation: of new median landscaping, Irrigation, and frJardsc-aping (red brick pavers and color asphalt), Dave's responsibilities iniciucled quality assurance inspection, of contractor's work; preparation of daily diaries; assistance with monthly pay estin'tates; contract aadministration; office engineering; photo documentation; SWPPP management; and labor cornIfliance, • Delaware Street Bike Lane and Streetscape Improvement Project (Federally Funded), City of San Mateo, CA The project scope 111CILIcled removal and replacement of existing sidewalk, CLO), and gutter; installation of bioswale; trenching for and installation of 12 -inch HDPL storm drains with pre- cast and CIP catch basins and drainage inlets; arid new electrical PVC conduit installation for street lighting. As Construction Inspector, Dave was responsible for ClUahty assurance of 0) UA L It" / 007 0 ivs contractor's work; preparation of daily diaries; assisting with monthly pay estimates; contract administration; office engineering; photo docurnentation; SWf1PP management; and labor compliance, • U.S, 101 Widening, California, Department of Transportation, District 4, (Caltrans), Novato, CA The project scope included highway widening and overlay for approximately four miles in both directions,, Dave was Assistant Resident Engineer, responsible for monitoring and inspecting the placement of asphalt paving; collecting trip tickets; tracking placed materials; and contractor progress payments, He also coordinated and SUI)erVised materWs testing and special inspector activities, Fourth Street UndergrOUnding Project, City of San Rafael, CA Construction inspector for project privately funded by George Lucas to underground one -mile of overhead electrical lines, Dave provided project oversight in areas encroaching the City of San Rafael's right-of-way, as well as inonitored the C011traCtOr through daily inspections, prepared daily diaries, contract administration, and daily reports and weekly update meetings. 2009 Pavement Rehabilitation, City of Richmond, CA Construction Inspector for rehabilitation of existing asphalt concrete pavement throughout the City, which included base failure' repairs, crack sealing, Chip Sealing, slurry sealing, wedge and conformance grinding, milling of existing asphalt concrete, removal of surfacing and base, overlay using conventional asphalt concrete and rubberized hot rnix asphalt, constructing concrete ADA curb rarnp, driveway, curb and gutter, placement of striping, and installing traffic signal detector loops, Third and Union Improvement Project, City of San Rafael, CA The project scope included widening Union Street and adding a turn lane, rernoving and replacing traffic signals, new undergrOUrld utilities joint trench Installation (electrical and communications), sewer mainline replaCen'Writ, relocation of storm driflns, upgrade of drainage inlets, removal and replaCCIMLItIt Of Curb, eUtters and sldewaks Mth ADA CUrb ramps, asphalt overlay with sub -grade repairs (deep lifts), masonry retaining, wail, new landscaping, and irrigation, Dave provided qWdity aISSUfMIC(-' k'15i)(TtiOrl of contractor's work, including preparing daily diaries, as Well as conductecl contract adwinistrMicn and office engineering. He provided coordination and C0rr1MUniC,1ti0n with bLlShle.s.5es (Trader Joe's, Walgreens, and Whole Foods), private properties, and public buildings (fire station, high school), Fourth Street Rehabilitation, City of San Rafael, CA Construction Inspector for this project that included u nde rg, round utilities relocation, storm drains, removal and replacement of curb, gutters and sidewalks, asphalt overlay, new joint trench installation, new underground electrical installation for street lights, and new landscaping and Irrigation, In addition to uU',Aty a5SLUa11ce Inspection of contractor's work and office ongincering duties, Dave oversaw ADA and pedestrian accessibility and safe -path -of - travel al-OUnd or through construction work zones and to- and -from bUddings, and businesses and private property. 11ROMISSIONAL SERVICES CONITLETION (2111KOK1_.IS'JAND 12.OUJAN(3 SL11) Below is the process Ar getting your prof.essional sendcos agreements/contracts Finalized arl.d executed. Please at -tach this "Umupletiort (Tecklist and Routing Wil' to the 1'rom of your conUact as you circulate it tlor review and signatures. Please use this forni for all professional serAces ne reenients/co n tracts (r7.c)t just those requiring Oty (IOUncil approval). "I'llis process should occur in the order presented lxlow, Responsible Description (70nipletholl ppartmeiit Date I C"ity Attorney Review, revise, anLf comment on draft 11-711 reenrent. � 2 (.,ontracting Department For%'vard final agreement te.7 Contractor for their signature. Main at least two Aped I originals ITorn commetor, 3 (7ontracting Departmoh Agmidize contramr-sJul agremmm Or (7ouncil approval, ifCouncil approvfl necessary (as defined by City Aaorney/(,ity (..)rdinance*). 4 ('ity Attorney i«cvie�w and approve l'orm ot*a"F'rec'uwni; All bonds, and insurance cenificates and Widorsements. '2Z X6 Manager/ Nlayor or Agreom,-.ni executed by (�ouncil authinrized DePaFtinent Head official. City Clerk City Clot auests signatures, Mains oriL!,inal agmment and Awank Copies to the contrad L "ro be confutmi by (Vontracting DqNwbuent: Pr(:aject Manager: Pr(..iject Nau'ie:'E'7 . . . .. . . . . . . :- AgenIzed IN (Sity Quricil llvlectin,g (A'(ifncccssary): If you have quemimis on this process, please contact the (City, Attomey's 0111ce at,485-3080. * WWI approval is ralArmi if conow b., over S20,000 on a onMila6vo basis.