Loading...
HomeMy WebLinkAboutPW St. Resurfacing Curb Ramps 2015-16 ProjectCITY of Agenda Item No: 4.e Meeting Date: February 16, 2016 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works Prepared by: Public Works Director (SG) City Manager Approval: File No.: 16.06.85 TOPIC: PROFESSIONAL SERVICES AGREEMENT WITH ROBERT A. KARN & ASSOCIATES, INC. 13"1..11 DOW III/m7ORD) Ike IC/7eff/]=1.11<yIIi•MK11110401111=1,11<yI11•M17WIMem71V.11111 APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH ROBERT A. KARN & ASSOCIATES, INC. FOR THE DESIGN OF THE 2015-2016 STREET RESURFACING CURB RAMPS PROJECT, IN AN AMOUNT NOT TO EXCEED $45,320. RECOMMENDATION: Adopt the resolution. BACKGROUND: Resurfacing of City streets is a vital program that improves the condition of the City's 175 miles of roadways. Street Resurfacing 2015-2016 is one of the projects included in the adopted Three Year Capital Improvement Program. Within the past few months City staff has analyzed the current Pavement Condition Index for all City roadways and performed field reviews of conditions to develop a list of streets to be resurfaced. The Americans with Disabilities Act (ADA) requires that state and local governments ensure that persons with disabilities have access to the pedestrian routes in the public right-of-way. When a street is resurfaced, curb ramps must be installed where they do not exist and updated in areas where they do not meet current standards. The Public Works Department has identified 41 locations requiring curb ramps. Current staffing commitments to other projects dictate the need to engage a consultant to perform survey and design services. Public Works contacted three engineering firms, two of which submitted proposals: Robert A. Karn & Associates, Inc. of Fairfield, CA and BKF Engineers of Santa Rosa, CA. The proposals were evaluated based on criteria specified in the request, including but not limited to, project understanding, previous experience with similar projects, qualification and experience of the project team, commitment to the project schedule and budget, and cost. Robert A. Karn & Associates, Inc. provided a not to exceed cost of $45,320; BKF Engineers provided a not to exceed cost of $73,562. Since both applicants are well qualified, staff determined that the proposal provided by Robert A. Karn & Associates, Inc. would provide the best value. FOR CITY CLERK ONLY File No.: 4-3-611 Council Meeting: 02/16/2016 Disposition: Resolution 14069 SAN RAFAEL CITY COUNCIL AGENDA REPORT / PaLye: 2 PUBLIC OUTREACH: In December 2015, upon development of the list of roadways under consideration for resurfacing, staff notified all utility companies of the project. The original resurfacing list was refined to accommodate utilities performing work on roads scheduled for resurfacing. This and outreach effort will minimize the need for repairs within the limits of the newly resurfaced roadways. In January 2016, City staff mailed project notification letters to the fronting property owners and residents of each of the roadways proposed for resurfacing. The letter provided a link to the project website and suggested that property owners evaluate the condition of their sewer laterals and make any necessary repairs prior to the resurfacing of the road. The purpose of this coordination effort is to minimize sewer repairs within the roadway after resurfacing is complete, as well as to minimize the cost of the repairs for property owners. FISCAL IMPACT: The referenced Street Resurfacing and Street Resurfacing Curb Ramp projects are listed in the City's three year Capital Improvement Program (CIP), approved by Council in March 2015. Both are supported by the City's Gas Tax Fund. The CIP identified $1,500,000 for resurfacing and $150,000 for curb ramps, a total of $1,650,000. The proposed $43,320 for curb ramp design by Robert A. Karn & Associates, Inc. is included in the overall project budget. OPTIONS: 1. Adopt the resolution accepting a proposal from Robert A. Karn & Associates, Inc. and authorizing the City Manager to sign a professional services agreement with Robert A. Karn & Associates, Inc. in an amount not to exceed $45,320. 2. Do not accept the proposal from Robert A. Karn & Associates, Inc. and direct staff to design the curb ramps in-house. This option will affect other active projects currently being managed by the Department of Public Works. 3. Do not accept the proposal from Robert A. Karn & Associates, Inc. and provide further direction to staff. ACTION REQUIRED: Adopt the resolution authorizing the City Manager to execute the professional services agreement with Robert A. Karn & Associates, Inc. Enclosures: Resolution Proposed Agreement Exhibit A to Proposed Agreement- Proposal dated January 11, 2016 RESOLUTION NO. 14069 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH ROBERT A. KARN & ASSOCIATES, INC. FOR THE DESIGN OF THE 2015-2016 STREET RESURFACING CURB RAMPS PROJECT, IN AN AMOUNT NOT TO EXCEED $45,320. WHEREAS, Resurfacing of City streets is a vital program that improves a portion of the City's 175 miles of roadways each year; and WHEREAS, Street Resurfacing 2015-2016 is one of the projects included in the 3 -Year Capital Improvement Program for Fiscal Years 2015/16 through 2017/18 that was approved by City Council on March 16, 2015; and WHEREAS, Under Americans with Disabilities Act (ADA) law, when a street, roadway or highway is altered, curb ramps must be provided where pedestrian walkways intersect the altered street; and WHEREAS, City staff identified 41 locations where ADA -compliant curb ramps will be required in order to resurface the proposed streets; and WHEREAS, City staff found that design services from a qualified consultant will be required for this project; and WHEREAS, a Request for Proposals was issued in accordance with the San Rafael Municipal Code and federal standard procedures; and WHEREAS, City staff has reviewed the proposal from Robert A. Karn & Associates, Inc. dated January 11, 2016, attached hereto as Exhibit A and incorporated herein by reference, and finds that it is within industry standards and acceptable. WHEREAS, Robert A. Karn & Associates, Inc. was determined to be the most qualified team to complete the designs, with a proposed not -to -exceed fee of $45,320.00; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES as follows: 1. The City Council does hereby authorize the City Manager to execute a professional services agreement with Robert A. Karn & Associates, Inc. for the work described in the Proposal in Exhibit A hereto, in a form approved by the City Attorney and in an amount not to exceed $45,320.00. 2. Funds in the amount of $1,650,000.00 have been appropriated from the Gas Tax Fund (#206) to support the planned project expenditures. 3. 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 16th day of February, 2016, by the following vote, to wit: AYES: COUNCIL MEMBERS: Bushey, Colin, McCullough & Mayor Phillips NOES: COUNCIL MEMBERS: None ABSENT: COUNCIL MEMBERS: Gamblin =%c -A !--- . te--4 ESTHER C. BEIRNE, City Clerk File No. 16.06.85 AGREEMENT FOR PROFESSIONAL SERVICES WITH ROBERT A. KARN & ASSOCIATES, INC. FOR PROFESSIONAL ENGINEERING SERVICES This Agreement is made and entered into this 16-7W day of tiiG Oo4-"l , 2016, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and ROBERT A. KARN & ASSOCIATES, INC. (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the CITY has determined that professional services are required in connection with the Street Resurfacing 2015-2016 Project; and WHEREAS, the CONTRACTOR has agreed to render such services. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. PROJECT COORDINATION. A. CITY'S Project Manager. The Director of Public Works 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'S Project Director. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Robert Karn 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 the services outlined in the Project Approach and Schedule in the Proposal dated January 11, 2016 marked as Exhibit "A," attached hereto, and incorporated herein. 3. DUTIES OF CITY. CITY shall compensate CONTRACTOR as provided in Paragraph 4, and shall perform the duties as described in Exhibit "A" attached hereto and 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 on the "Maximum Not to Exceed Cost" schedule dated January 11, 2016 and included as part of Exhibit "A" attached and incorporated herein, in an amount not to exceed $45,320.00. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 5. TERM OF AGREEMENT. The term of this Agreement shall commence upon the date of execution of this Agreement and end on February 15, 2017 when the work shall have been completed, unless the parties agree to extend this Agreement for another 90 days, as approved in writing by City Manager. 6. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to 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 (30) 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. 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. 2 9. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 10. INSURANCE. A. Scope of Coverage. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) 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 two million dollars ($2,000,000) per occurrence/four million dollars ($4,000,000) aggregate, to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. Where CONTRACTOR is a professional not required to have a professional license, CITY reserves the right to require CONTRACTOR to provide professional liability insurance pursuant to this section. 4. 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. CONTRACTOR's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required of the CONTRACTOR in subparagraph A of this section above shall also meet the following requirements: 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. 2. The additional insured coverage under CONTRACTOR'S insurance policies shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in CONTRACTOR'S policies shall be at least as broad as ISO form CG20 01 04 13. 3 3. Except for professional liability insurance, the insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. The insurance policies shall be specifically endorsed to provide that the insurance carrier shall not cancel, tenninate or otherwise modify the terms and conditions of said insurance policies except upon ten (10) days written notice to the PROJECT MANAGER. 5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to CITY or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. C. Deductibles and SIR's. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT MANAGER or CITY'S City Attorney all of the following: (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. CITY reserves the right to obtain a frill certified copy of any insurance policy and endorsements from CONTRACTOR. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. 4 The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. IL INDEMNIFICATION. A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the fullest extent pennitted by law, indemnify, release, defend with counsel approved by CITY, and hold harmless CITY, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of CONTRACTOR'S performance 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 the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the CONTRACTOR's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the CONTRACTOR's work or work product by the CITY or any of its directors, officers or employees shall not relieve or reduce the CONTRACTOR's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONTRACTOR'S performance 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 of defense, including reasonable attorneys' fees, incurred in defense of such claims. B. Where the services to be provided by CONTRACTOR 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 the fullest extent permitted by law, indemnify, release, defend and hold harmless the City Indemnitees from 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 Agreement or its failure to comply with any of its obligations contained in this Agreement, except such CLAIM which is caused by the sole negligence or willful misconduct of CITY. C. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or completion of this Agreement for the fill period of time allowed by law. 5 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. 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 ten -ns and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY's Project Manager: TO CONTRACTOR's Project Director: Dean Allison Director of Public Works City of San Rafael 111 Morphew Street San Rafael, CA 94901 Robert Karn Robert A. Karn & Associates, Inc. 707 Beck Avenue Fairfield, CA 94533 16. 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. 17. ENTIRE AGREEMENT -- AMENDMENTS. A. The teens 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. 18. 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. 19. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 7 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 21. 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. CITY shall not be required to pay for any work performed under this Agreement, until CONTRACTOR has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. 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 JIM SZ, City Maniaer 4 _1 ATTEST: ESTHER C. BEIRNE, City Clerk APPROVED AS TO FORM: ROBERT F. EPSTEIN, City ttorne� 8 CONTRACTOR Name: mad erf' Kti r`IZ, Title: -'r E'. 5 i J le- tazrf CITY MJ F Civil Engineering and Land Surveying Services Statement of Qualifications in response to City of San Rafael RFP dated December 23, 2015 ROBERT A. KARN & ASSOCIATES, INC. Ph: 707.435.9999 Fax: 7 0 7 . 4 3 5 . 9 9 8 8 01 VIL EN GIN EER S 1/11/2016 January 11, 2016 Mr. Dean Allison City of San Rafael Public Works Department San Rafael, CA Subject: Civil Engineering Design Services — Street Surfacing 2015-2016 Curb Ramp Design - RFP dated December 23, 2015. Dear Mr. Allison, Please find the enclosed Proposal for Civil Engineering Services in response to the Request for Proposals dated December 23, 2015. The following describes the team's relevant qualifications, project experience and key team members. Robert A. Karn & Associates, Inc. (RAK) is pleased to provide this Proposal for the City of San Rafael and look forward to the opportunity to provide expert civil engineering and surveying services that has helped make RAK one of the longest -standing civil engineering firms in the Solano County area, with over 20 years in business. Key team members including Robert Karn, president; Tony Perfetto, Project Manager and Alan Loeb, Designer have over 100 years of cumulative experience working in the industry. These team members have experience working with industrial park and retail clients providing design, consulting, surveying, cost estimating and project management from large multi -story facilities to ADA renovations, topographic surveys, and anything in between. RAK is also including Cunha Engineering, Inc. in our team to perform the land surveying and topographic survey portion of the work. Cunha Engineering, Inc. has been performing high quality surveying services for 25 years. RAK has been teaming with Cunha Engineering, Inc. on projects since 1995. We have a very close relationship and value their skill and expertise in land surveying. Our two firms have a long history of performing projects on time and on budget for our clients. Both firms have the expertise and staff to perform the necessary tasks to meet the time schedule included in our proposal. The City's Standard Agreement form is acceptable to our office. Please do not hesitate to contact Robert A. Karn & Associates, Inc. with any questions at (707) 435-9999. It has been our pleasure to have the opportunity to submit this Proposal. Sincerely, Robert Karn, PE President ROBERT A. KARN & ASSOCIATES, INC. Table of Contents Project Understanding 3 Project Approach 4 Project Schedule 6 Organization Chart 7 Civil Engineering Design Services / Robert A. Karn & Associates, Inc. 8 Relevant Qualifications 9 Relevant Project Experience 13 References 16 Project Team Summary 17 Land Surveying Services / Cunha Engineering 21 Relevant Qualifications 22 Relevant Project Experience 23 References 25 Project Team Summary 26 PROJECT UNDERSTANDING We have reviewed the locations of each of the proposed Curb Ramp Designs and the available Right of Way (R/W) maps for each location. Our preliminary review indicated that there is minimal R/W available for increasing the depths of the existing curb ramps and that the majority of the new ramps will be "Case C Ramps". Our first effort will include verifying the constraints at each location. The constraints consist of R/W, grade, existing utilities and existing improvements. Our land surveying team will assemble the appropriate R/W documents and make a preliminary analysis of available R/W, as well as contacting the appropriate public agencies to gather existing utility information. Our engineering team will visit each site, review the field conditions, take photos and prepare the field survey request. Our land surveying team will then perform a detailed topographic survey of the existing conditions, including measuring and recording each of the constraints listed above. At the end of each day, the field information will be transmitted to the office and the preliminary engineering design (35% drawings) will begin. The 35% drawings will address the R/W constraints, environmental issues, drainage and grade. The results of the preliminary engineering design will be submitted to the City of San Rafael staff for review and comment. Once comments are received, a preliminary cost estimate will be prepared and submitted to the City of San Rafael staff for review and comment. It is anticipated that a meeting with City Staff will take place at the completion of this phase. Upon receipt of comments, the 95% drawings will be completed and submitted to the City of San Rafael staff for review and comment. It is anticipated that a meeting with City Staff will take place at the completion of this phase. Upon receipt of comments, the Final drawings will be completed and submitted to the City of San Rafael staff for approval along with the schedule of items and quantities. During the bidding and construction phase, we will review and respond to RFI's. Throughout the design process, we will prepare and provide weekly project updates. PROJECT APPROACH TASK 1: PROJECT MANAGEMENT AND COORDINATION Principal In Charge 5 Hrs. Project Engineer 20 Hrs. TASK 2: PRELIMINARY STUDIES, RESEARCH AND LAND SURVEYING Principal In Charge 1 Hr. Project Engineer 2 Hrs. Surveyor Coordinator 28 Hrs. 2 Man Field Crew 40 Hrs. TASK 3: DESIGN A. PRELIMINARY ASSESSMENT Principal In Charge 1 Hr. Project Engineer 4 Hrs. Technician 80 Hrs. B. 35% DRAWINGS Principal In Charge 1 Hr. Project Engineer 4 Hrs. Technician 80 Hrs. C. 95% DRAWINGS Principal In Charge 1 Hr. Project Engineer 8 Hrs. Technician 98 Hrs. D. FINAL PLANS Principal In Charge 1 Hr. Project Engineer 4 Hrs. Technician 50 Hrs. E. BIDDING & CONSTRUCTION RFI'S Principal In Charge 1 Hr. Project Engineer 4 Hrs. 7 M T LZ GD Robert Karn Principal In Charge Project Manager CIVIL ENGINEERING Tony Perfetto Project Engineer Alan Loeb Technician LAND SURVEYING Vincent Cunha Project Manager Ryan C. Engel Survey Coordinator Scott V. Cunha Party Chief ROBERT A. KARN & ASSOCIATES, INC. JPage7 CIVIL ENGINEEERING DESIGN SERVICES ROBERT A. KARN &ASSOCIATES, INC. RELEVANT QUALIFICATIONS ROBERT A. KARN & ASSOCIATES, INC. is a professional civil engineering firm organized to provide engineering services, preliminary engineering and planning, surveying and SWPPP to educational clients, public, private and government agencies throughout California. Its staff includes a dynamic team of engineers, technicians and land surveyors with cumulative experience totaling several hundred years. Located at 707 Beck Avenue in Fairfield, RAK is ideally located to serve the City of San Rafael. The history of Robert A. Karn & Associates, Inc. can be traced back over seventy years to 1943, when J.Y. Long first opened his civil engineering firm in Vallejo, California. Through a series of successive ownership changes, the firm continued building on its solid reputation in the region, transferring ownership to Edward P. Schwafel in 1946; Bissell & Karn in 1982, Greiner in 1990; and in 1995 the firm was established as Robert A. Karn & Associates, Inc. RAK strives to provide exceptional client service, meeting or exceeding expectations through a "client first" approach. RAK maintains a relatively small but experienced staff, many of whom have been working with Mr. Karn dating back to the 1970s and 1980s. Decades of working together has resulted in a strong team environment that is dynamic, creative and proactive with the common goal of providing superior service for the client. DESIGN SERVICES At RAK, team members work to provide a superior experience for the client, working closely with the customer during all facets of a project from assisting in initial concept and planning, all the way through to completion of construction and beyond. With each new project, the goal is to help produce a successful project for the customer, while developing a working relationship that may lead to future successes for all parties. Clients can be sure that key team members will be actively involved in their projects and readily available to serve their needs throughout the project. With a proactive approach to communication, the client's needs, timelines and budget are integral. Quality Control/Assurance Delivering top-notch engineering services is of utmost importance to RAK. To help ensure that work products are up to the firm's expectations, RAK implements a thorough Quality Control/Assurance process for each project. At the start of each project, RAK team members work closely with clients and other design team members to ensure that the project goals are clearly defined. RAK team members and resources are selected based on the skills and experience required by the project, and work breakdown is determined and tasks assigned. A project schedule and budget is created with the input from all stakeholders, and design standards are established and verified against agency standards. Milestones are included in the schedule and closely monitored and tracked by the Project Manager. Finally, an independent review of the plans and budget is conducted by Mr. Karn in accordance with the project schedule to ensure that all standards, regulations and sound engineering practices are adhered to, and client's needs are being provided for with consideration to the project budget. Schedule / Budget RAK prides itself on delivering on schedule and on budget projects. We manage our time carefully to enable projects to be delivered within the allocated schedule and budget. Stormwater Pollution Prevention Plans (SWPPP) RAK key team members include staff experienced with developing, managing and implementing SWPPP requirements on a project and program level. RAK employs Qualified SWPPP Developers (QSD) and Practitioners (QSP) certified in the State of California. For nearly every one of the firm's design projects, SWPPPs are written in-house and processed through the State of California's SMARTS website. Additionally, RAK provides QSP SWPPP implementation and field oversight for selected projects. Clients are guided through the process by qualified staff, helping them manage accounts and processing required by the LRP, creating, uploading and processing required documents, and consulting with the client regarding project planning with SWPPP risk levels in mind. Recent SWPPP plans have included projects throughout Solano County, Fairfield, Vacaville, Vallejo and Travis Air Force Base. Cost Estimating A key to any successful project staying within budget is an accurate cost estimate. RAK staff employ a variety of tools that ensure that complete, precise and accurate cost estimation is prepared, with the goal of reducing or eliminating potential bid issues or contractor change orders. The latest cost data is obtained from a variety of sources including industry cost publications and data, as well as reaching out to valued construction industry professionals whom RAK has developed professional relationships with. Additionally, years of experience in the industry allows RAK to ensure that any cost estimation is complete by understanding the client's project and foreseeing any potential costs that may be unexpected to the lay -person. The staff at RAK have provided cost estimating services on a variety of levels, including cost estimation for project programming or budgetary purposes, bidding of all types of construction projects including feasibility analysis of a project or site, detailed construction cost estimation, costing or analysis of adds or potential change orders. Value Engineering Value engineering goes hand-in-hand with cost estimation. At RAK, we feel that a vital service that our firm can provide to our clients is to communicate to them areas where we may design the project for lesser costs, while still fully meeting the wants and needs of the client. We leverage our experience and data obtained through cost estimation to help our clients stay within budget. RAK believes that value engineering should be an ongoing part of the project beginning with project development and planning. However, we understand that value engineering can often be necessary with the bidding process, and we pride ourselves with being part of the team and helping resolve issues, analyze contractor bids, and ultimately deliver a project for the client that meets their goals. ADA Design and Retrofit Since the enactment of the Americans with Disabilities Act (ADA) of 1991, accessibility of facilities has become an important element in the design of projects. RAK recognizes that the Act also creates challenges for existing businesses and facilities that may have been constructed prior to these requirements being put into place. Since 1991, our team members have been working with clients to help them resolve ADA issues through design and modernization, as well as designing new facilities that are accessible to all end users. RAK strives to provide designs within regulations such as CaIDAG that result in cost effective solutions for clients. These designs may include design of accessible parking areas, paths of travel, curb cuts, detectable warnings, striping, and accessibility to buildings, common areas, and pick-up and drop-off areas. RELEVANT PROJECT EXPERIENCE Power Plaza ADA Improvements (2001) 1001 Helen Power Dr., Vacaville The project consisted of the reconstruction of seven (7) ADA ramps throughout the existing shopping center. Work also included reconstruction of existing sidewalk that was not in conformance with current code. Approvals were obtained from the City of Vacaville. RAK Team Members Involved — Robert Karn, Tony Perfetto, Alan Loeb Client: Ms. Nancy Kivelson, Kivelstadt Group, (415) 720-5520, nancv@kivelstadt.com Chase Bank ADA Improvements (2014) Geary Boulevard & Parker Avenue, San Francisco The project included tenant improvements to accommodate a new Chase Bank. Off-site work included the reconstruction of three (3) ADA ramps at the intersection and the new sidewalk around the existing building. Approvals were obtained from the City of San Francisco Public Works Department. RAK Team Members Involved — Robert Karn, Tony Perfetto, Alan Loeb Client: Douglas Dohan, Callison Architects, (206) 623-4646, douglas.dohan@callison.com Suisun Wal-Mart (2015) 350 Walters Road, Suisun The project consisted of the construction of a 180,000 square foot retail building and associated site improvements. Work included the reconstruction of the intersection at Highway 12 and Walters Road, reconstruction of Petersen Road and frontage improvements along Walters Road. A total of twelve (12) new ADA ramps were constructed as part of the project. Permit approvals were obtained from the City of Suisun as well as Caltrans. RAK Team Members Involved — Robert Karn, Tony Perfetto, Alan Loeb Client: Nick Lozano, Engineer, City of Suisun, (707) 421-7344, nlozano@suisun.com Calbee North America (2015) 2600 Maxwell Way, Fairfield The project consisted of a 45,000 square foot warehouse expansion and associated site improvements, which included the creation of an ADA path of travel. A site survey was conducted to determine conformance of the existing ADA improvements. Construction documents included redesign of ramps and sidewalks, bringing the entire site within current state/federal ADA codes. RAK Team Members Involved — Robert Karn, Tony Perfetto, Alan Loeb Client: Thomas Strotkamp, (360) 854-9907, tsarchitects@comcast.net Pinole Kaiser (2008) 1301 Pinole Valley Rd, Pinole The project consisted of the construction of a 61,000 sq. ft. medical office building and associated out lots located on a 6.25 acre parcel adjacent to Interstate 80 in Pinole, Ca. There were various design challenges to overcome on this particular project, including the existing grade variant which complicated the ADA design. The project included constructing four (4) new ramps and sidewalk along the frontage on Pinole Valley Road. RAK was involved from the entitlement phase through construction phase. Our scope included: On -Site Improvement Construction Plans, which include Demolition, Grading, Utility, Erosion and Sedimentation Control Plans, ADA compliance plans, approvals from local agencies and the Department of Transportation. RAK Team Members Involved — Robert Karn, Tony Perfetto, Alan Loeb Client: Ms. Nancy Kivelson, Kivelstadt Group, (415) 720-5520, nancv@kivelstadt.com Willows Wal-Mart (2011) 470 Airport Rd, Willows The Willows Walmart project was an expansion of an existing building with site work valued at $6.5 million and was completed in 2011. The project consisted of a 49,000 sq. ft. expansion of an existing 81,000 sq. ft. Walmart supercenter located on an 11 acre parcel adjacent to Interstate 5. The expansion affected all four walls of the existing building. RAK was involved from the entitlement phase through construction phase. Our scope included: On- and Off-site Improvement Construction Plans, which include Demolition, Grading, Utility, Traffic Signal plans, road construction plans, Erosion and Sedimentation Control Plans and ADA compliance plans. ADA work included reconstruction of the sidewalks/ramps along the Airport Road and the Interstate 5 overpass. Permit approvals were obtained from the City of Willows, Caltrans and the Federal Aviation Administration (FAA). FAA approvals were necessary due to the close proximity to the Willows airport. RAK Team Members Involved — Robert Karn, Tony Perfetto, Alan Loeb Client: Clay Dawley, Building Official, City of Willows, (530) 934-7041, cdawlev@citvofwillows.orR Elm Elementary (2015 -Present) 129 Elm Street, Vacaville The project is currently being redesigned to meet current state/federal ADA standards. The project includes sidewalk and ramp reconstruction both on school grounds and along Elm Street. Work includes an as -built survey and ADA compliant construction documents. RAK Team Members Involved — Robert Karn, Tony Perfetto, Alan Loeb Client: Rob Sesar, A2R Architects + Associates, (707) 453-0196, rob.s@a2rarch.com Pinole Valley Shopping Center (2008) 2712 Pinole Valley Rd, Pinole, CA 94564 Pinole Valley Shopping Center was constructed in 2008 as a City of Pinole Redevelopment project. The redeveloped 9.2 Acre, 65,000 sq. ft. shopping center anchored by Trader Joe's and Walgreens, is located at the intersection of Interstate 80 and Pinole Valley Road, in Pinole, California. The project consisted of renovating a 1960's shopping center while keeping the ten (10) current businesses open throughout construction. Due to the age of the existing Center, all ADA improvements both on and off-site were redesigned and brought to current state/federal standards. RAK Team Members Involved — Robert Karn, Tony Perfetto, Alan Loeb Client: Ms. Nancy Kivelson, Kivelstadt Group, (415) 720-5520, nancv@kivelstadt.com REFERENCES Ms. Nancy Kivelson Kivelstadt Group (415) 720-5520 nancv@kivelstadt.com Douglas Dohan Callison Architects (206) 623-4646 douglas.dohan@callison.com Nick Lozano, Engineer City of Suisun (707) 421-7344 nlozano@suisun.com Thomas Strotkamp TSA Architects (360) 854-9907 tsarchitects@comcast.net Rob Sesar A2R Architects + Associates (707) 453-0196 rob.s a2rarch.com Ed Boersma Cubix Construction (925) 314-0770 Ed@cubixcc.com Adam Simms Price Simms, Inc. (408) 438-7128 adamsimms@Pricesimmsincl.com Ron Barber Plaza Court Properties (707) 580-5130 ronlbarber@Rmail.com PROJECT TEAM SUMMARY Robert Karn, PE, QSD/QSP — Principal Robert Karn is a licensed Civil Engineer in the State of California. Mr. Karn joined Edward Schwafel in 1981 and through successive ownership transitions now serves as President and CEO of the firm. Mr. Karn, a 1977 graduate of San Jose State University, has over 40 years of engineering experience managing and directing the design and construction of public and private engineering projects throughout California. Mr. Karn is also a registered Land Surveyor in the State of California and a Certified SWPPP Practitioner. He has served as a principal of a 300 -person firm prior to founding the company. He has extensive experience with the development of planning and preliminary engineering designs throughout Northern California. Since coming to Solano County in 1981, he has managed projects from the 1,200 acre multi -use Northgate project in Vallejo, to single family residential lot surveys. The projects ranged from 100's to 100's of million dollars in construction. Mr. Karn has developed close working relationships with several of the local jurisdictions, gaining their respect with his ability to help Cities and Counties develop publicly funded projects. Registration Registered Civil Engineer, California #33173 Tony Perfetto — Project Manager Tony Perfetto has been with Robert A. Karn & Associates since 2000 and is currently is a Project Manager working on various types of projects, ranging from small ADA upgrades to large scale multi- million dollar ground ups. He began his career as a designer/drafter for a firm in Oregon while attending college for civil engineering. Once at Robert A. Karn & Associates he began designing and permitting projects varying in size, quickly gaining increasing responsibilities. Over the years his job responsibilities have included preparation of construction documents, cost estimates, coordination with project team, project permitting with local and state agencies, preparation of technical reports and project scheduling. In addition, Tony has years of experience working with contractors and clients in the field during construction. This includes completing on-site inspections ensuring that the project is built per the approved plans and specifications, and ensuring SWPPP elements are implemented effectively. Tony's expertise on construction sites help foster a communicative environment between contractor, designers and client, resulting in a reduction in construction errors, contractor change -orders, and schedule delays. In August of 2015, Tony took a class entitled "CASP 101: Certification and Practice" from the California Division of the State Architect. This class taught the significant changes to the DSA certified Access Specialist (CASp) program. U U) 2 rn c .` (5 J Cn W U Q a v U 0 _ Q U) Y c _ CL Y 0 (13 L 0 Y •�+ N ay O ca .. > oU u �a, � C r W � LL Z o z 0 N u 6 co b� e � U U) 2 rn c .` (5 J Cn W U Q a v Alan Loeb - Designer Alan Loeb has been with the firm since 1983, bringing his 35 years of drafting and designing technical expertise to the team. Mr. Loeb is an expert at computer drafting programs such as AutoCAD Land Desktop, Survey and Civil 3D. Alan's experience developing plans has evolved into strong design skills, allowing him to complement other members of the firm with accurate, timely construction documents. LAND SURVEYING SERVICES CUNHA ENGINEERING, INC. RELEVANT QUALIFICATIONS Cunha Engineering, Inc. is a central Contra Costa County firm located within the City of Pinole. The Principal has over 47 years of experience in Civil Engineering and Land Surveying. The company specializes in preliminary site studies and surveys, civil design, construction surveys and clean water measures. For the past 20 years this firm has been located in Pinole providing Civil Engineering and Land Surveying services throughout central California, including Base Mapping, Civil Design, Site Grading studies and plans, Construction Surveys, Topographic Surveys, ALTA Surveys, Right-of-way Surveys and SWPPP and Clean Water Reports and Plans. We have Qualified SWPPP Developer (QSD) and Qualified SWPPP Practitioner (QSP) certified personnel. Cunha Engineering's staff has successfully met the needs of our Clients of municipal, industrial, commercial and private sectors. We are proud of our history of quick, efficient and cost effective services provided to our Clients. We encourage you to contact our professional references. RELEVANT PROJECT EXPERIENCE December Rodeo Sanitary District Year 2 Sewer 2014-2015 Improvements — Provide engineering and surveying services. June 2014 — Provide engineering related services as Present requested within the City of Hercules January San Ramon — Conduct topographic survey at 2012 the Diablo Vista School Baseball field. Principal in Charge: Vincent H. Cunha Project Manager: Ryan C. Engel Chief Surveyor: Scott V. Cunha December Rodeo — Conduct topographic survey for the 2011 redesign of sewer system. Prepare design for rerouted sewer. Principal in Charge: Vincent H. Cunha Project Manager: Vincent H. Cunha November Port of Oakland — Construction staking, 2011 Oakland International Airport for modifications to runway W and U. Principal in Charge: Vincent H. Cunha Project Manager: Ryan C. Engel Chief Surveyor: Scott V. Cunha Client: Rodeo Sanitary District 800 San Pablo Avenue Rodeo, CA 94572 Steve Beall (510) 799-2970 Client: City of Hercules 111 Civic Drive Hercules, CA 94547 Jose A. Pacheco 510-799-8241 Client: San Ramon Valley Unified School District 699 Old Orchard Drive Danville, CA 94526- 4331 Craig Cesco, Maintenance Supervisor Client: Rodeo Sanitary District 800 San Pablo Avenue Rodeo, CA 94572 Steve Beall (510) 799-2970 Client: Gallagher & Burk, Inc. 344 High Street P. O. Box 7227 Oakland, CA 94601 Alan McKean (510) 261-0478 September San Ramon — Parking study and topographic 2011 survey, maintenance facility, San Ramon Valley School District on Crow Canyon Road Principal in Charge: Vincent H. Cunha Project Manager: Scott V. Cunha Chief Surveyor: Ryan C. Engel September San Francisco Marina — Control survey and 2011 pile line locations for Marina renovations. Principal in Charge: Vincent H. Cunha Project Manager: Ryan C. Engel Chief Surveyor: Scott V. Cunha Client: ATI Engineering Services 3860 Blackhawk Road Danville, CA 94506 Bob Desautels, PE, LEED AP Managing Principal ATI Architects and Engineers (925) 648-8800 Client: The Dutra Group 1000 Point San Pedro Road San Rafael, CA 94901- 8112 CLIENT REFERENCES 1. James Stein County Surveyor, Contra Costa County (925) 313-2343 Email: istein(a)pw.cccountv.us 2. Gil Hayes City Surveyor, City of Oakland (510) 238-3697 Email: ghaves(@oaklandnet.com 3. Alan McKean Engineer, Gallagher & Burk, Inc. (800) 443-9220 extension 1127 Email: amckean(@aallagherburk.com 4. Steve Beall District Manager, Rodeo Sanitary District (510) 799-2970 Email: bealls(a)rodeosan.orq 5. John McGuire City of Hercules Municipal Services Director (510) 245-6525 Email: Jmcguire(@ci.hercules.ca.us 6. Robert Desautels ATI Engineering Services, Managing Principal (925) 648-8800 Email: rdesautels(a-)atiae.com 7. Albert Jordan County of Alameda, Public Works Agency Map Examination Unit (510) 670-5480 8. Dr. Jeff Lewandowski Advanced Hydro Engineering (Consultant to Castro Valley Sanitary District) (925) 639-7053 Email: ilewandowski(a-)ahvdroenq.com 9. Duncan Marshall Field/Office Surveyor East Bay Regional Parks (510) 544-2374 Email: dmarshalK@eboarks.org PROJECT TEAM SUMMARY Vincent H. Cunha, L.S., R.C.E., Principal Cunha Engineering, Inc. Mr. Cunha has over 44 years of experience in land surveying, mapping, civil engineering and construction in both the private and public sectors. He has had responsibility for all phases of work relating to land development projects, including preliminary planning studies, economic analysis, preliminary design, precise control surveys, topographic surveys, construction staking, boundary analysis, final design, mapping and permit processing. Mr. Cunha has worked on public sector projects through Contra Costa and Alameda Counties and on private sector projects throughout Central California with a major focus on work within Contra Costa County. He has managed survey crews for many different projects; both large and small, with much of his time spent in the field directing operations. Experience 1991 -Present Cunha Engineering, Inc., Principal, Director of Surveying and Civil Engineering 1985-1991 Babbitt Civil Engineering, Inc., Principal/Owner, Director of Surveying (company merged with Bryan & Murphy and was known by that name after January 1991) 1983-1988 Part time instructor of surveying, Diablo Valley College 1983-1984 PRC Engineering, Western Regional Director of Surveying 1978-1983 Vincent H. Cunha & Associates, Inc., Principal/Owner 1976-1978 Bellecci Surveying, Chief of Surveys 1968-1976 Contra Costa County, Public Works Department, Engineering Tech Education Diablo Valley College, Associates Arts University of California, Berkeley Extension, Continuing Education Reqistration Licensed Land Surveyor, California #4520 and Nevada #21676 Registered Civil Engineer, California #36321 QSP/QSD No. 01232 Ryan C. Engel, LS, Vice President Cunha Engineering, Inc., Field Project Manager, Survey Coordinator Ryan C. Engel has over 15 years experience in all aspects of surveying, including topographic survey, GPS surveys, construction staking, boundary survey, preparation of corner records and records of survey. Experience 1998 -Present Project Manager/Field surveyor and Survey Coordinator at Cunha Engineering, Inc. Reqistration Licensed Land Surveyor, California #9022 Scott V. Cunha, LS, Vice President Cunha Engineering, Inc., Office Project Manager, Survey Coordinator Scott V. Cunha has over 13 years experience in all aspects of surveying, including topographic surveys, boundary surveys, construction staking and preparation of corner records and records of survey. Scott has worked on private sector, public sector and commercial projects both in the field and office. Experience 2000 -present Surveyor, Project Manager/Field Surveyor Cunha Engineering, Inc. Reqistration Licensed Land Surveyor, California #8525 Licensed Land Surveyor, Nevada #21788 Licensed Land Surveyor, Oregon #87152PLS ROBERT A. KAR/V & ASSOCIATES. //VC. CIVIL ENGINEERS 707 Beck Avenue. Fairfield. California 94533 Phone: (707) 435-9999 Fax: (707) 435-9988 CITY OF SAN RAFAEL 2015 - 2016 CURB RAMP DESIGN MAXIMUM NOT TO EXCEED COST Task I: Project Management and Coordination Task 2: Preliminary Studies, Research and Land Surveying Task 3: Design A. Preliminary Assessment $ 960.00 B. 35% Drawings $ 960.00 C. 95% Drawings $23,500.00 D. Final Plans $ 5,100.00 E. Bidding & Construction RFI's S 600.00 January 11, 2016 $ 3,000.00 $ 11,200.00 S31.120.00 TOTAL NOT TO EXCEED $45,320.00 Client#: 1779 ROBERAKAR1 ACORD,. CERTIFICATE OF LIABILITY INSURANCEDATE(MM/DD/YYYY) 2/29/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER I NAME: Nancy Ferrick Dealey, Renton & Associates PHONE FAx aC No. Ext): 510 465-3090 I faC, No): 510 452-2193 P. O. Box 12675 MAIL nferrick deale renton.com Oakland, CA 94604-2675 ADDRESS: Y 510 465-3090 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Sentinel Insurance Co. LTD 111000 INSURED INSURERS: American Automobile Ins. Co. 21849 Robert A Karn &Associates, Inc. I INSURER C: Travelers Casualty & Surety Co. 31194 Fairfield, CA 94533 INSURER D: Indemnity Beck Avenue Hartford Accident & Indit 22357 Fai INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER fMM/DD/YYYY) (MM/DD/YYYYI LIMIT' A GENERAL LIABILITY X X 57SBWAW9513 10/18/2015 10/18/201 J EACH OCCURRENCE 52,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES (Ea occurrence/ $1,000,000 CLAIMS -MADE a OCCUR MED EXP (Any one person) S10.000 PERSONAL &ADV INJURY $2,000,000 GENERAL AGGREGATE 54,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG S4,000,000 7 POLICY I XI PRI LOC $ D AUTOMOBILE LIABILITY X X 57UEGUO7799 _ 10/18/2015 10/18/2016 COMBINED SINGLE LIMIT (Ea accident) 51,000,000 X ANY AUTO BODILY INJURY (Per person) S ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS X X AUTOS NON -OWNED PROPERTY DAMAGE 5 HIRED AUTOS AUTOS (Per accident) _ $ A X UMBRELLA LIARI X I OCCUR X X 57SBWAW9513 10/18/2015 10/18/2016 EACH OCCURRENCE 52.000.000 EXCESS LIAR I==Ij CLAIMS -MADE AGGREGATE 62.000.000 DED I I RETENTIONS $ B WORKERS COMPENSATION X WZP81029372 10/18/2015 10/18/201 X I TWC OPY IpIM TC I I FDRH AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? F`N1 N I A E.L. EACH ACCIDENT 51.000.000 (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE 51,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 51,000,000 C Professional 106390645 10/18/2015 10/181201 $2,000,000 per Claim Liability $2,000,000 Ann[ Aggr. DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) General Liability Policy excludes claims arising out of the performance of professional services. Re: RAK Project #A16010, Civil Engineering and Land Surveying Services for 2015-2016 Curb Ramp Design, City of San Rafael. The City of San Rafael, its officers, agents, employees, and volunteers are named as Additional Insured for General and Auto Liability. Insurance is primary and non-contributory per policy form. A Waiver of Subrogation applies to Workers' Compensation. CERTIFICATE HOLDER CANCELLATION City of San Rafael SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Dean Allison, Director of Public Works ACCORDANCE WITH THE POLICY PROVISIONS. 111 Morphew St. PO Box 151560 AUTHORIZED REPRESENTATIVE San Rafael, CA 94915-1560 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S1630986/M1550818 NMF Insured: Robert A Kam & Associates, Inc. Insurer: Sentinel Insurance Co. LTD Policy Number: 57SBWAW9513 Policy Effective Date: 10/19/2015 Additional Insured: City of San Rafael, its officers, agents, employees, and volunteers EXCERPTS FROM: Hartford Form SS 00 08 04 05 BUSINESS LIABILITY COVERAGE FORM C. WHO IS AN INSURED 6. Additional Insureds When Required By Written Contract, Written Agreement Or Permit The person(s) or organization(s) identified in Paragraphs a. through f. below are additional insureds when you have agreed, in a written contract, written agreement or because of a permit issued by a state or political subdivision, that such person or organization be added as an additional insured on your policy, provided the injury or damage occurs subsequent to the execution of the contract or agreement, or the issuance of the permit. A person or organization is an additional insured under this provision only for that period of time required by the contract, agreement or permit. f. Any Other Party (1) Any other person or organization who is not an insured under Paragraphs a. through e. above, but only with respect to liability for "bodily injury, "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (a) In the performance of your ongoing operations; (b) In connection with your premises owned by or rented to you; or (c) In connection with "your work" and included within the "products- completed operations hazard, but only if (i) The written contract or written agreement requires you to provide such coverage to such additional insured; and (ii) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard. (2) With respect to the insurance afforded to these additional insureds, this insurance does not apply to: "Bodily injury, "property damage' or "personal and advertising injury' arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: inspection, or engineering E.5. Separation of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this policy to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom a claim is made or "suit" is brought. E.7.b.(7).(b) Primary And Non -Contributory To Other Insurance When Required By Contract If you have agreed in a written contract, written agreement or permit that this insurance is primary and non-contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. E.8.b. Waiver Of Rights Of Recovery (Waiver Of Subrogation) If the insured has waived any rights of recovery against any person or organization for all or part of any payment, including Supplementary Payments, we have made under this Coverage Part, we also waive that right, provided the insured waived their rights of recovery against such person or organization in a contract, agreement or permit that was executed prior to the injury or damage. EXCERPTS FROM CA 00001 (1001) HARTFORD BUSINESS AUTO COVERAGE Insured: Robert A Kam & Associates, Inc. Policy Number:57UEGUO7799 Policy Effective Dates: 10/18/2015 Additional Insured: City of San Rafael, its officers, agents, employees, and volunteers Additional Insured: SECTION II — LIABILITY COVERAGE 1. WHO IS AN INSURED: The following are "insureds" c. Anyone liable for the conduct of an "insured"... but only to the extent of that liability. Primary Insurance: SECTION IV — BUSINESS AUTO CONDITIONS B. General Conditions - 5. Other Insurance a. For any covered "auto" you own, this Coverage Form provides primary insurance. For any covered "auto" you don't own, the insurance provide by this Coverage Form is excess over any other collectible insurance. c. Regardless of the provisions of paragraph a. above, this Coverage Form's Liability Coverage is primary for any liability assumed under an "insured contract". Cross Liability Clause: SECTION V — DEFINITIONS G. "Insured" means any person or organization qualifying as an insured in the Who is An Insured provision of the applicable coverage. Except with respect to the Limit of Insurance, the coverage afforded applies separately to each insured who is seeking coverage or against whom a claim or "suit" is brought. EXCERPTS FROM HA9916 (0302) HARTFORD COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT 15. WAIVER OF SUBROGATION — We waive any right of recovery we may have against any person or organization with whom you have a written contract that requires such waiver because of payments we make for damages under this Coverage Form. Insured: Robert A Kam & Associates, Inc. Policy Number: WZP81029372 Effective Date: 10/18/2015 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be % of the California workers' compensation premium otherwise due on such remuneration. SCHEDULE Person or Organization Job Description PERSON OR ORGANIZATION CONTINUED: City of San Rafael, its officers, agents, employees, City of San Rafael and volunteers Attn: Dean Allison, Director of Public Works 111 Morphew St. PO Box 151560 Countersigned by op Authorized Representative Form WC 04 03 06 (1) Printed in U.S.A. Process Date: Policy Expiration Date: fin'—•'_''' , ' FEB 25' 1016 CITY IOF�SANKRAFAEL 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 front of your contract as you circulate it for review and signatures. Please use this form for all professional services agreements/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 5 City Manager / Mayor / or Department Head 6. City Cleric - Description Review, revise, and comment on draft agreement. %", I+--L- Forward y-2Forward final agreement fib 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/Cit Ordinance*). Review and approve form of agreement; bonds, and insurance certificates and endorsements. Agreement executed by Council authorized official. City Cleric attests signatures, retains original agreement and forwards copies to the contracting department. Completion Date 31c�1�b' To be completed by Contracting Department: S�e lnan►e Curb Ramp Oes\o,n Project Manager: $ �r Project Name:ae&..9 Agendized for City Council et4 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. ROUTING SLIP / APPROVAL FORM INSTRUCTIONS: Use this cover sheet with each submittal of a staff report before approval by the City Council. Save staff report (including this cover sheet) along with all related attachments in the Team Drive (T:) 4 CITY COUNCIL AGENDA ITEMS 4 AGENDA ITEM APPROVAL PROCESS 4 [DEPT - AGENDA TOPIC] Agenda Item # Date of Meeting: 2/16/2016 From: Dean Allison Department: Public Works Date: 2/9/2016 Topic: Professional Services Agreement with Robert A. Karn & Associates, Inc.. Subject: A Resolution of the City Council of the City of San Rafael Approving and Auhotirzing the City Manager to Execute a Professional Services Agreement with Robert A. Karn & Associates, Inc. for the Design of Street Resurfacing 2015-2016 Curb Ramps in an Amount Not to Exceed $45,320.00. Type: ® Resolution ❑ Ordinance ❑ Professional Services Agreement ❑ Other: APPROVALS ® Finance Director Remarks: Van Bach 2/10/16 ® City Attorney Remarks: LG -Reviewed again and approved 2/9/16. ❑ Author, review and accept City Attorney / Finance changes Remarks: ® City Manager Remarks: