Loading...
HomeMy WebLinkAboutCC Resolution 12445 (Correction of Damage in Parking Facilities; Walker Parking)RESOLUTION NO. 12445 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH WALKER PARKING CONSULTANTS/ENGINEERS, INC. FOR CONSULTANT SERVICES RELATED TO CORRECTION OF STRUCTURAL DAMAGE IN CITY PARKING FACILITIES IN AN AMOUNT NOT TO EXCEED $111,250. THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES AS FOLLOWS: WHEREAS, The City desires to maintain parking facilities to obtain the longest possible useful life; and, WHEREAS, A structural inspection of City parking facilities identified structural damage and a need for structural maintenance at 3rd & A Streets, 924 3rd Street and 12995 TH Avenue; and, WHEREAS, Walker Parking Consultants/Engineers, Inc. performed the structural inspection that identified needed repairs and maintenance and have the expertise and experience to define and oversee a program of corrective work to be performed by a licensed contractor with experience in repairing and maintaining parking facilities. NOW, THEREFORE, IT IS HEREBY ORDERED AND RESOLVED that the Walker Parking Consultants proposal to provide consulting services, such as contract document preparation and contract administration, at a cost not to exceed $111,250 is hereby accepted and that the contract for performance of said work, attached to this Resolution as Attachment I, is hereby awarded to Walker Parking Consultants/Engineers, Inc. at the lump sum and per unit prices mentioned in said proposal. BE IT RESOLVED FURTHER, that the City Manager is authorized and directed to execute a contract with Walker Parking Consultants/Engineers, Inc. for said work. BE IT RESOLVED FURTHER, that the City Manager 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 City Council of said City held on the 17th day of March, 2008 by the following vote, to wit: AYES: COUNCILMEMBERS: Brockbank, Connolly, Heller, Miller & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None . •?' ESTHER C. BEIRNE, City Clerk Clrr of Agenda Item No: 10 Meeting Date: March 17, 2008 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Management Services, Parking Services Division Prepared by: Mark S. Miller, Parking Services�y City Manager Approval: k�j Manager SUBJECT: Authorize the City Manager to execute a contract with Walker Parking Consultants/Engineers, Inc. in an amount not to exceed $111,250 for consultant services related to correction of structural damage in City parking facilities RECOMMENDATION: Staff recommends that the City Council adopt the attached Resolution authorizing the City Manager to enter into a service agreement with Walker Parking Consultants/Engineers, Inc. (WPCE) in the amount not to exceed $111,250. BACKGROUND: On August 20, 2007, the City Council approved a contract with WPCE, an engineering firm specializing in parking garage structures, for inspection and assessment of the City's A Street Parking Garage and parking facilities located at 924 3rd Street and 1299 5th Avenue. That assessment has now been completed and WPCE has provided the City with a detailed report that recommends specific structural maintenance and repair work. ANALYSIS: At this time, staff recommends proceeding with the next phases of work which include completion of the design, limited additional testing, and contract administration. Timely maintenance and repair of the City's A Street Garage and parking facilities at 924 3`d Street and 12995 th Avenue will extend the useful life of these structures and reduce leaking and other problems that affect use by parking customers. Included in WPCE's recommendations are improvements such as reinforcement of support for upper decks, surface sealing, and filling of cracks. Staff in Public Works and Parking Services have reviewed the proposal and concur that the recommended work is needed. In addition, a Public Works engineer will be assigned as Project Manager to work with WPCE in defining and overseeing work performed in the City's parking facilities. The proposed work schedule would endeavor to complete repairs as soon as possible so as to result in minimal impact on Downtown business activity. FOR CITY CLERK ONLY File No.: Council Meeting: Disposition: RESOLUTION NO. 12445 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH WALKER PARKING CONSULTANTS/ENGINEERS, INC. FOR CONSULTANT SERVICES RELATED TO CORRECTION OF STRUCTURAL DAMAGE IN CITY PARKING FACILITIES IN AN AMOUNT NOT TO EXCEED $111,250. THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES AS FOLLOWS: WHEREAS, The City desires to maintain parking facilities to obtain the longest possible useful life; and, WHEREAS, A structural inspection of City parking facilities identified structural damage and a need for structural maintenance at P & A Streets, 924 3rd Street and 12995 TH Avenue; and, WHEREAS, Walker Parking Consultants/Engineers, Inc. performed the structural inspection that identified needed repairs and maintenance and have the expertise and experience to define and oversee a program of corrective work to be performed by a licensed contractor with experience in repairing and maintaining parking facilities. NOW, THEREFORE, IT IS HEREBY ORDERED AND RESOLVED that the Walker Parking Consultants proposal to provide consulting services, such as contract document preparation and contract administration, at a cost not to exceed $111,250 is hereby accepted and that the contract for performance of said work, attached to this Resolution as Attachment I, is hereby awarded to Walker Parking Consultants/Engineers, Inc. at the lump sum and per unit prices mentioned in said proposal. BE IT RESOLVED FURTHER, that the City Manager is authorized and directed to execute a contract with Walker Parking Consultants/Engineers, Inc. for said work. AGREEMENT FOR CONSULTANT SERVICES RELATED TO CORRECTION OF STRUCTURAL DAMAGE IN CITY PARKING FACILITIES This Agreement is made and entered into this / IH— day of 114RCH , 2008, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and WALKER PARKING CONSULTANTS/ENGINEERS, INC. (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the City is committed to the safety of its citizens & desires to maintain parking facilities to obtain the longest possible life; and WHEREAS, CONTRACTOR conducted a structural assessment study for the CITY which determined that the A Street Parking Garage and the parking facilities at 924 3`d Street and 12995 1h Avenue have structural conditions requiring maintenance and repair; and WHEREAS, Contractor has the expertise and experience to assess the condition of the parking facilities and make recommendations for any needed corrections; and WHEREAS, CONTRACTOR is familiar with the necessary work that is needed to be done on the aforementioned City parking facilities based upon its assessment of these parking facilities; AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. PROJECT COORDINATION. A. CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The Parking Services Manager is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Sanjay Pandya, PE is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 2. DUTIES OF CONTRACTOR. CONTRACTOR shall perform the duties and/or provide services as described in Exhibit "A" attached and incorporated herein." DUTIES OF CITY. CITY shall pay the compensation as provided in Paragraph 4, and perform the duties as described in Exhibit "A" attached and incorporated herein. 4. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR as described in Exhibit "A" attached and incorporated herein in an amount not to exceed $111,250.00. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. TERM OF AGREEMENT. The term of this Agreement shall commence upon the date first hereinabove written and shall continue for six (6) months thereafter. The Agreement may be extended on the same terms for an additional period up to six (6) months thereafter by mutual agreement of the parties, subject to the written approval of the City Manager. 6. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon sixty (60) 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 CONTRACTOR and any and all of CONTRACTOR'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 (3 0) days after termination. 7. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR 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, however, use of documents or materials prepared by the CONTRACTOR for purposes other than the further assessment, use, maintenance, and/or structural remediation of facilities included in and inspected under this agreement shall be at the CITY's sole risk. 2 8. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 9. ASSIGNABII..ITY. 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. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A comprehensive 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 (owned, non -owned, and hired vehicles) insurance policy 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 the minimum amount of one million ($1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. B. The insurance coverage required of the CONTRACTOR by section 11. A., shall also meet the following requirements: 1. The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution; 2. Except for professional liability insurance, the insurance policies shall be endorsed for contractual liability and personal injury; 3. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds under the policies. 4. CONTRACTOR shall provide to CITY's PROJECT MANAGER (a) 3 Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming CITY, its officers, agents, employees, and volunteers, as additional named insureds under the policies. 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon ten (10) days written notice to CITY's PROJECT MANAGER. 6. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years; 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement; 8. The insurance shall be approved as to form and sufficiency by CITY's PROJECT MANAGER and the City Attorney. C. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's 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 for injuries to CONTRACTOR's officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the CITY's PROJECT MANAGER and the City Attorney. 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 expenses. 11. INDEMNIFICATION. To the extent permitted by law, CONTRACTOR shall indemnify, defend and hold harmless CITY, its officers, agents, employees, and volunteers, against any claim, demand, suit, judgment, loss, liability or expense of any kind, including attorney's fees and administrative costs, to the extent resulting from the willful misconduct or negligent acts or omissions of CONTRACTOR or CONTRACTOR'S officers, agents and employees in the performance of their duties and obligations under this Agreement. 12. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. I 13. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the 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: Mark S. Miller Project Manager City of San Rafael 1400 Fifth Ave. (P.O. Box 151560) San Rafael, CA 944915-1560 TO CONTRACTOR: Sanjay Pandya, PE. Project Manager Walker Restoration Consultants 135 Main Street, Suite 1030 San Francisco, CA 94105-1818 17. INDEPENDENT CONTRACTOR. For the purposes, and for the duration of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 5 ..J 18. 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 CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the 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. 19. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 20. 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. 21. 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. 6 22. CITY BUSINESS LICENSE / OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code. CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CONTRACTOR hereby notices CITY that CONTRACTOR'S Internal Revenue Service Tax ID No. is 38-1782774. 23. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL ETH NORDHO FF, Ci ' �,4ger ATTEST: ESTHER C. BEIRNE, City Clerk APPROVED AS TO FORM: ROBERT F. EPSTEIN, City Attorney CONTRACTOR J'�'By: 'OrIl Name. -A %J Title: ' U WALKER January 18, 2008 Revised March 3, 2008 EXHIBIT A Mr. Mark Miller City of San Rafael Parking Facilities Division 1400 Fifth Avenue San Rafael, CA 94901-1943 Re: Revised Proposal for Professional Services WALKER RESTORATION CONSULTANTS 135 Main Sheet, Suite 1030 Sorb Francisco, CA Voice: 415.644.0630 Fax: 415.672.2194 alkir u X Ilion+.c:m Construction Documents, Construction Contract Administrative Services and Additional Testing Sh Avenue & C Street Garage (Parking Structure #8) 3rd Street & Lootens Garage (Parking Structure # 3) 3' Street & A Street Garage (Parking Structure # 2) San Rafael, CA Dear Mark: Walker Restoration Consultants (Walker) is pleased to submit this revised proposal for your review to prepare construction documents and provide contract administration services for the above referenced project. We are pleased with the opportunity to continue to provide restoration services to the City of San Rafael. PROJECT UNDERSTANDING It is our understanding that you wish to expedite the construction document preparation and bidding process in order to begin the construction program during the slower parking demand season. This proposal encompasses an expedited schedule that will include a site visit for quantity verification, bid document preparation, contacting of qualified contractors and bid procedure, along with contract administration/observations. Please refer to "SCHEDULE" section for further deliverable information. As you are aware, we completed a condition appraisal report of the parking structures in November of 2007 and offered repair recommendations for the three parking structures. Our understanding of the work you desire is for Walker to complete repair design documents for the recommended repairs, including specifications for restoration materials, drawings, details, and construction contract administration services, which will provide parking structure restoration and improvements to the three parking structures. It is our understanding that the construction budget will be approximately $880,000 (recommended base repairs plus 10% contingency) and will be completed in the 2008 construction season. Our fees, listed in this proposal, reflect the cost to produce the contract documents, provide bidding services, and contract administration services for the parking structure restoration package. WALKER Mr. Mark Miller Exhibit A - Proposal to City of San Rafael Revised March 3, 2008 Page 2 of 7 We also understand you wish Walker to include in this proposal scope and fees for limited materials testing of the protective grease located in the post -tension tendons in Parking Structure #2. We have listed this task separately in this proposal and can execute the testing concurrently while developing construction documents. We will attempt to incorporate into the construction documents any specifications for repairs for the post -tension tendons. However, depending upon the testing results and our final repair recommendations and opinion of probable cost, these specifications may need to be incorporated into an addendum sent to bidders before award of the construction contract, or placed into a separate set of construction documents which the City can use in a change order or amendment to the construction contract that has been awarded or in a new construction contract SCOPE OF SERVICES TASK I - CONTRACT DOCUMENT PREPARATION 1. Meet with City of San Rafael representatives to confirm the program, confirm the budget and establish lines of communication. 2. Conduct a detailed field review of the parking structure, to confirm measurements and documentation of restoration quantities, to develop a comprehensive list of work items and quantities to be included in the bid documents. 3. Identify any special details that will affect construction cost and proper installation of specified materials. 4. Define boundary conditions and need for any special details that may be required. 5. Prioritize and update the opinion of probable construction costs for the recommended repairs. b. Prepare contract documents consisting of plans, details, and technical specifications for the improvement program. Submit progress sets to City of San Rafael representatives for review at 90% completion of the repair documents. 7. Incorporate City of San Rafael review comments and issue to the City the completed bid documents and technical specifications. TASK II — BIDDING SERVICES 1. Provide a list of three (3) qualified restoration contractors and assist with the solicitation to bidders. 2. Assist and be present at a pre-bid meeting to answer contractor questions, and review the limitations and extent of work required by the contract documents. 3. Prepare addenda to the bid documents, if required. 4. Assist in the evaluation of bids and award of a contract to the successful bidder. WALKER Mr. Mark Miller Exhibit A - Proposal to City of San Rafael Revised March 3, 2008 Page 3 of 7 TASK III CONTRACT ADMINISTRATION AND OBSERVATIONS 1. Direct a pre -construction meeting with the contractor at the jobsite to review each work item, construction quality control, and phasing of the contract work. 2. Review shop drawings and material sample submittals for conformance with the intent of the design contract documents. 3. Make visits to the job -site at intervals appropriate to the various stages of construction to observe the progress and quality of the contractor's work. A total of nine (9) visits, distributed over a construction season of three (3) months, are included in our fee and expenses estimate. The actual number of visits may need to be increased due to the City's request or the level of the Contractor's performance. Our proposed fees included a fee per job -site visit for any additional visits that may be requested by the City. 4. Attend project progress meetings. These will be done in conjunction with scheduled observation trips discussed above. 5. Issue necessary interpretations and clarifications of the contract documents and assist in the resolution of problems or conflicts due to unforeseen latent conditions. b. Prepare a punch list near project completion and conduct a final project review of punchlist items addressed by the contractor. TASK IV- ASSESSMENT OF TENDON GREASE 1. Identify four (4) locations to perform shallow excavations on the underside surfaces of the post tensioned beams to uncover embedded strands. 2. Coordinate a local restoration contractor who will perform shallow depth concrete removal to expose the tendons and obtain tendon grease samples for materials testing. The resultant openings will be protected and concrete will be repaired. Walker will provide the coordination of the contractor. 3. Obtain up to four (4) grease samples and submit to an independent laboratory for performance testing according to the Post Tensioning Institute specification for corrosion preventive coating. 4. Review the results of the testing and provide a letter report with observations, discussion, conclusions, recommendations for action, and opinion of probable cost. SCHEDULE We are prepared to schedule the repair and contract document preparation immediately after receiving written authorization to proceed. We will complete repair design and issue 90% contract documents within four (4) weeks after commencement of the project for City of San Rafael review and comment. The 100 % Construction Documents can be completed one (1) week after receipt of a summarized set of City review comments. Materials testing of the tendon grease will require 2 weeks in the laboratory, if completed simultaneously with Task I work. z WA L K E Mr. Mark Miller Exhibit A - Proposal to City of San Rafael Revised March 3, 2008 Page 4 of 7 Recommended restoration contractors will use the documents that are prepared for bidding purposes. To expedite the schedule, the bid period for restoration repair work will be two weeks with bids due two weeks after the pre bid meeting. A total of three (3) qualified restoration contractors will be contacted. The restoration contract work can then be started upon your authorization to the successful Contractor. The successful Contractor will then be the responsible party to complete the contract work as bid. PROFESSIONAL FEES AND EXPENSES We propose to provide the Task 1, II and Task IV service for a lump sum fee of $67,500 plus reimbursable expenses. Task III services will be provided an hourly fee plus reimbursable expenses basis as the extent of our work may vary due to field conditions and the contractor's level of performance. We estimate that our fees for Task III services will be $34,250. A listing of our fees and estimate of reimbursable expenses by task is provided below. Additional fee per job -site visit for any additional visits that may be requested by the City during the construction contract administration phase is also listed. Reimbursable expenses are in addition to fees and include 1.15 times the cost of travel and subsistence, toll telephone calls and fax transmissions, postage and overnight mail, reproductions, and similar project related costs. TASK I & II CONTRACT DOCUMENT PREPARATION AND BIDDING Task I - Contract Document Preparation Task II - Bidding Services $ 60,000 $ 4,000 TASK III - CONTRACT ADMINISTRATION AND OBSERVATIONS Task III - Contract Administration and Observations $ 34,250 Fee per Job -site Visit for Additional Job -site Visits $ 750 Requested by City TASK IV - ASSESSMENT OF TENDON GREASE Task IV — Assessment of Tendon Grease $ 3,500 TASK 111, III & IV REIMBURSABLE EXPENSE BUDGETS Task I, II, and III Expenses $ 5,000 Task IV — Contractor Expenses $ 1,000 Task IV - Testina Expenses* $ 3,500 Task IV Total Expenses $ 9,500 * Testing expenses in Task IV are for an independent laboratory and will be passed along at cost. `v WA � � Mr. Mark Miller Exhibit A - Proposal to City of San Rafael Revised March 3, 2008 Page 5 of 7 All work shall be completed in accordance with the terms and conditions of the attached General Conditions of Agreement for Restoration Services. Our current Standard Hourly Rate schedule is attached. We would like to thank you for this opportunity to provide this proposal and look forward to working with the City of San Rafael on this project. If you have any questions, please contact me at (415) 644-0630. Sincerely, WALKER RESTORATION CONSULTANTS Sanjay Pandya, P.E. Randal M. Beard, Principal Managing Principal Regional Restoration Engineer Enclosures: General Conditions of Agreement for Restoration Services Standard Billing Rates - 2008 Trusting that the foregoing meets with your approval, please sign and return one copy signifying your acceptance and authorizing us to proceed. CITY OF SAID RAFAEL Accepted by: Title: Date: M:\PROPOSAL\2008\Government\City of San Rafael\Restoration of City Garages\San Rafael CD Proposal-rev2_03-03-08.doc GEN�ERAfL C ONDITKONS F AGREEMENT ` WALKER CFFY PAGE 6 OF 7 SERVICES Walker Restoration Consultants, as a Division of Walker Parking Consultants/Engineers, Inc. (WALKER) will provide the CLIENT professional services that are limited to the work described in the attached letter. Any additional services requested will be provided at our standard hourly rates or for a mutually agreeable lump sum fee. Professional services are provided solely in accordance with written information and documents supplied by the CLIENT, and our services are limited to and furnished solely for the specific use disclosed to us in writing by the CLIENT. PAYMENT FOR SERVICES WALKER will submit monthly invoices based on work completed plus reimbursable expenses. Reimbursable expenses will be billed at 1.15 times the cost of travel and living expenses, purchase or rental of specialized equipment, photographs and renderings, document reproduction, postage and delivery costs, long distance telephone and facsimile charges, additional service consultants, and other project related expenses. Payment is due upon receipt of invoice. If for any reason the CLIENT does not deliver payment to WALKER within thirty (30) days of date of invoice, the CLIENT agrees to pay WALKER a monthly late charge of one and one half percent (11/2%1 per month of any unpaid balance of the invoice. STANDARD OF CARE WALKER will perform the services called for in the attached letter and this agreement in accordance with generally accepted standards of the profession. No other warranty, express or implied, is made. Any estimates or projections provided by WALKER will be premised in part upon assumptions provided by the CLIENT. WALKER will not independently investigate the accuracy of the assumptions. Because of the inherent uncertainty and probable variation of the assumptions, actual results will vary from estimated or projected results and such variations may be material. As such, WALKER makes no warranty or representation, express or implied, as to the accuracy of the estimates or projections. PERIOD OF SERVICE Services shall be complete the earlier of (1) the date when final documents are accepted by the CLIENT or (2) thirty (30) days after final documents are delivered to the CLIENT. STANDARD BILLING RATES - 2008 BASIC SERVICES WPLLKER PAGE 7 OF 7 PRINCIPALS SeniorPrincipal................................................................................................................ $315.00 Principal............................................................................................................................. $24000 PROJECT MANAGEMENT Senior Project Manager........................................................................................................ $225.00 ProjectManager.................................................................................................................. $185.00 Assistant Project Manager..................................................................................................... $160.00 PARKING CONSULTANTS Senior Parking Consultant...................................................................................................... $225.00 ParkingConsultant............................................................................................................... $185.00 ParkingAnalyst / Planner...................................................................................................... $160.00 DESIGN Senior Engineer / Senior Architect..........................................................................................$220.00 Engineer/ Architect............................................................................................................. $145.00 Designer............................................................................................................................ $135.00 TECHNICAL SeniorTechnician............................................................................................................... $ 130.00 Technician.........................................................................................................................$ 110.00 FieldAuditor........................................................................................................................ $ 80.00 SUPPORT Senior Admin Assistant / Business Mgr.....................................................................................$ 90.00 Administrative Assistant......................................................................................................... $ 70.00