Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Master Services Agreement; Task Order No. 3 Canal Neighborhood Intersection ImprovementsCity of San Rafael
MASTER CONSULTANT SERVICES AGREEMENT
DATED FEBRUARY 10, 2020
WITH NCE
TASK ORDER NO.3
Canal Neighborhood Intersectio/n Improvements
THIS TASK ORDER is entered into on Mr (.� 20 between the City of San
Rafael, a municipal corporation ("City"), and NCE, ("Consultant").
RECITALS
A. The City and Consultant have entered into a Master Consultant Services Agreement
("Agreement") dated February 10, 2020 under which Consultant has agreed to perform certain
professional consulting services for the City; and
B. Pursuant to the terms of the Agreement, the City wishes Consultant to perform certain
tasks as set forth in this Task Order, which constitute the Project;
NOW, THEREFORE, City and Consultant agree as follows:
AGREEMENT
1. Scope of services. Consultant shall provide any and all of the services set forth in Attachment A
of this Task Order, dated January 29, 2020 as directed by the City.
Andre Jadkowski shall be the Project Manager for Consultant for this Task Order. Additional
professional services may be performed by other Consultant staff with prior notice and approval by City.
a. City's duties. The City will:
(1) Determine the scope of services, as set forth in Attachment A.
(2) Make available the project plans and specifications and other City data related to the
project, including full information as to the City's requirements.
(3) Designate Shawn Graf as the person at the City responsible for monitoring performance
under this Task Order.
b.Consultant duties. The Consultant will:
(1) Provide and perform tasks identified in Attachment A, Scope of Work.
(2) Provide miscellaneous consulting and other services related to the Project and not
stipulated elsewhere in this Task Order, when requested by the City in writing. A Task
Order Amendment is required if these additional services cannot be performed within the
Task Order budget.
2. Date of completion; Work hours estimate; Cost estimate and budget; Fee schedule.
Rev May 2013
City of San Rafael Master Consultant Services Agreement
Task Order
The work hours estimate, cost estimate and budget and fee schedule are set forth in the attachments to this
Task Order, as follows:
Date of completion: Attachment A
Work hours estimate: Attachment A
Cost estimate and budget: Attachment A
Fee schedule (Consultant's current hourly rate): Attachment A
Authorization to proceed.
The City will give Consultant authorization to proceed with the work specified in this Task Order only after
Consultant submits updated insurance certificates and endorsements, in accordance with Section 10 of the
Agreement.
4. Master Agreement terms; Conflicts.
Except as expressly otherwise provided herein, all terms of the Agreement shall apply to Consultant in the
performance of work pursuant to this Task Order. If there is a conflict between this Task Order and the
Agreement, this Task Order shall control.
Amendment of Task Order; Conflicts.
Except as provided in Section 1(b)(2) above, this Task Order may not be modified except by an Amended
Task Order executed and approved in the same manner as the Task Order.
Signatures. The parties have executed this Task Order, as of the date first written above.
CITY OF,SAN RAFAEL CONSULTANT
By: By:
J m Sc utz, City 4at
Name: Margot Yapp, PE
Contents approved:
By:
Bill Guerin, Public Works Director
Reviewed By
2
Rev Jan 2019
Title: President & CEO
(if Consultant is a corporation, add signature
of second corporate officer)
City of San Rafael Master Consultant Services Agreement
Task Order
By: L ZL By: — - -
Robert F. Epstein, Cly Attorrky,
Name: Greg Fasiano, PG
Title: Principal & Secretary
[Note to Staff.• If the Task Order is for less than S10,000, substitute the following for the first hvo City
signatures above, and then delete this instruction.]
CITY OF SAN RAFAEL
By:
Public Works Director
Contents approved:
By:
City Traffic Engineer
Attachments:
A Scope of Work
3
Rev Jan 2019
Exhibit A
°;NCE
NCE Project No, 977.03.55
January 29, 2020
Mr. Hunter Young, PE
Assistant Public Works Director / City Engineer
Department of Public Works
111 Morphew Street
San Rafael, CA 94901
RE: Canal Neighborhood Intersection Improvement Project, San Rafael, CA -
Prepare Plans, Specifications and Cost Estimate (PS&E)
Dear Hunter:
In regards to your e-mail to NCE dated 1.1-15-19, we have prepared the following scope
of work and fee to prepare plans, specification and cost estimate (PS&E) for the Canal
Neighborhood Intersection Improvement Project (Project).
The Project improvements will be at the following five intersections:
1. Medway Rd. and Front St.
2. Medway Rd, and Mill St.
3, Belvedere St. and Vivian St.
4. Kerner Blvd. and Sonoma St.
5. Spinnaker Point Dr. and Bahia Way
It is NCE's understanding that the Project consists of installing pedestrian crosswalk ahead
signage (on both directions of traffic), solar powered rectangular rapid flashing beacons
(RRFB's) at one crosswalk at each of the five intersections listed above, two ADA curb
ramps on the north side of the Belvedere St. and Vivian St, intersection, and one ADA
curb ramp on the west side of the Kerner Blvd, and Sonoma St. intersection.
To prepare the construction documents for the Project we propose the following scope of
work:
Richmond, CA
501 C,mal Blvd., SMW I
10dirtund, CFS 940-1
(510) 215-3620
I-I�i��I11i Y•�I it l��t�i l-I�I1/tt �Illil l�Ci i?•Ii +•''-£VIE(:£;.`
21
Scope of Work
Task 1 — Topographic Survey, Meeting with City, and Site Visit
For this task, NCE's subcontractor, Mountain Pacific Surveys (MPS), will prepare a
topographic survey as described in their attached proposal dated 1-15-20. Once the
topographic survey maps have been completed, NCE will meet with the City to review the
scope of the work and perform a site visit at each of the five intersections and observe
and document existing conditions and potential constraints for design.
DELIVERABLES:
• Topographic survey maps for all Project sites.
Task 2 — Prepare 90% Draft PS&E
A) NCE will prepare the 90% Draft Plans using the surveyed topography as base
sheets. The plans will be prepared in AutoCAD format on 22" x 34" sheets, drawn at
a scale of 1" = 10'. NCE's subcontractor Fehr & Peers will provide the plans,
specifications and cost estimate for the RRFBs as described in their attached
proposal dated 1-17-20 . NCE will conduct a constructability QA/QC review prior to
submitting the 90% Draft Plans to the City.
B) NCE will prepare the 90% Draft Technical Specifications based on 2018 Caltrans
Specifications. NCE has assumed that the City will prepare and provide the "Front
End" specifications and assemble the specifications for the Bidding Documents. NCE
will conduct a QA/QC review prior to submitting the 90% Technical Specifications to
the City.
C) NCE will prepare the 90% estimate of probable construction costs. NCE will conduct
a QA/QC review prior to submitting the 90% estimate of probable construction
costs to the City.
D) It is assumed that the City will require a 10 -day review/comment period once the
90% PS&E package is submitted. NCE proposes to review the city's comments at
the 90% design review meeting or teleconference
DELIVERABLES:
• 90% Draft PS&E (PDF files)
'•'il.'lit':�,�•i�ii,.r,�ir/i:u�lint���i�! ,r,i'uif:�!`�
©s
Task 3 — Prepare 100% (Final) PS&E
A) Based on the City's 90% review comments, NCE will prepare the 100% (Final)
Plans ready for Bid (stamped and signed). NCE will conduct a QA/QC review
prior to submitting the 100% (Final) Plans to the City.
B) Based on the City's 90% review comments, NCE will prepare the 100% (Final)
Technical Specifications ready for Bid. NCE will conduct a QA/QC review prior to
submitting the 100% (Final) Technical Specifications to the City.
C) Based on the City's 90% review comments, NCE will prepare the 100°/% (Final)
estimate of probable construction costs. NCE will conduct a QA/QC review prior
to submitting the 100% (Final) estimate of probable construction costs to the
City.
DELIVERABLES:
• 100% (Final) PS&E (PDF files and Word file of the Technical Specifications)
Fee Estimate and Schedule
NCE will provide the above scope of work for this project request on a time and materials
basis for a not to exceed fee of $58,000 as shown in further detail in the attached fee
estimate. In addition, we have attached our 2019 Schedule of Charges. Upon your notice
to proceed we will schedule the topographic survey, which can be completed within
approximately 3 weeks, weather permitting. NCE will submit the 90% Draft PS&E
approximately 4 weeks after the topographic survey maps have been received. The 100%
(Final) PS&E will be delivered to the City within approximately 3 weeks of receiving the
City's 90% design review comments. A more detailed project schedule will be provided
after the notice to proceed has been issued.
Assumptions and Limitations
a. It is our understanding that the Project will not include pavement coring
and/or pavement evaluation at the intersections.
b, Our design services will not address intersection drainage deficiencies.
c. Our design services will not include striping.
d. Our design, scope and fee for ADA compliance is limited to the three ADA
curb ramps described above. If required, any additional ADA design including
intersection reconstruction to meet ADA path of travel slope (5% or less)
shall be an additional scope and fee.
e. Our scope and fee do not include right of way or easement determination or
work.
f. The Project work is limited to the five intersections described above.
g. Permitting and environmental services are not Included in our scope of work
and fee.
i i, iii -i! -J(.." l:• 1-1Ivi;()1 0 fl
411' 1(1e
h. Bidding and Construction Support Services are not included in our scope of
work and fee.
I. All work will be completed within City ROW.
J. City to provide feedback/comment on intersections with respect to new red
curb if needed to prohibit parking adjacent to crosswalks for establishing
appropriate site distances and coordination with any affected property
owners.
k. No stakeholder outreach is included in this scope of work.
I. No new cross -walk locations (requiring traffic studies/warrants) are included
as part of this project.
Thank you for your consideration. Should you have any questions please don't hesitate to
call me at 510 215-3620 Ext.319.
Regards,
A --A Iz-
Andre Jadkowski, PE
Principal Engineer
Enclosures:
1. 2019 Schedule of Charges
2. Fehr and Peers Proposal dated 1-17-20
3, Mountain Pacific Survey (MPS) Proposal dated 1-15-20
lid Iw"'rlliifi'v.;,.111/01ItlllolliriI
W
08
cn
a
E
U)
w
N
O
L)
'O
C
m
U)
c
O
V
0
Ci.
U)
N
c
m
FL
m
Q
a
,•Ni
c
wE
W
I-
CL
C
O
V �
m
c W
.O d
Od
O LL
t
L
O
t7i
Z
c
m
U
000 OO C7 Ch M
O 0 M 1 LO 00 T
LO O LO
W
(D(DNNN�
(A (A (f}
in
z
Y L
c O U
as
C
u m c o
7
O
Un LL�(n
164 61)
U)
(n O
C �
O C
M ro
Y =3 o
M
o /M V
O v!
I
0
I
_-
-•
.-
.-
.-
_•
•-
64
•
rq
sa Q
o vr'
-
of
Mi
LU
(tr;
�.
N1
L
a cn
(n;
�:
L)•
m ir- a,
o cu
� w
uJ
m
�'
za.-
W.
I
[� .
ED
a�
w.
_I
cl
�!
I
i
oI
I- ;w
�
SJ
401
u
u
-
000 OO C7 Ch M
O 0 M 1 LO 00 T
LO O LO
W
(D(DNNN�
(A (A (f}
in
z
Y L
c O U
as
C
u m c o
7
O
Un LL�(n
164 61)
U)
(n O
C �
O C
M ro
Y =3 o
M
o /M V
O v!
' wA NCE
Ii!
SCHEDULE OF CHARGES 2019
PROFESSIONAL SERVICES
Principal..............................................
Associate ............................................
Senior..............................................
Project........... . ... . ............................... .
Staff...................................................
........ I ... I.... $260/hour
................. $210/hour
................ $180/hour
......... I.,..... $155/hour
..... I........... $135/hour
TECHNICAL SERVICES
Senior Construction Manager* ........................ $135/($160-PW)/hour
SeniorDesigner........................................................... $145/hour
CADDDesigner............................................................ $125/hour
Senior Technician* ....................... I ....... I.......$120/($145-PW)/hour
Construction Inspectors' ................................ $120/($145-PW)/hour
CADTechnician............................................................ $110/hour
Senior Field Scientist .................................................... $115/hour
FieldScientist............................................................... $95/hour
Project Administrator.................................................... $100/hour
Fleld/Engineering Technician* ........................... $95/($120-PW)hour
Technical Editor............................................................ $90/hour
Clerical........................................................................ $80/hour
CONTRACT LABOR
From time to time, NCE retains outside professional and technical labor
on a temporary basis to meet peak workload demands, Such contract
labor will be charged at regular Schedule charges,
LITIGATION SUPPORT T
Engineer/Scientist........................................................ $300/hour
Court Appearances & Depositions ................................... $500/hour
EQUIPMENT
Plotter Usage ............................................. (separate fee schedule)
Truck...........................................................................$100/day
Automobile ................................... IRS Standard Mileage Rate+15%
Falling Weight Deflectometer Testing .............................$3,500/Day
Coring.......................................................................$4,500/Day
Environmental Equipment ........................... (separate fee schedule)
OUTSIDE SERVICES
Rental of equipment not ordinarily furnished by NCE and all other costs
such as special printing, photographic work, travel by common carrier,
subsistence, subcontractors, etc....................................cost + 15%
COMMUNICATION/
REPRODUCTION
In-house costs for long-distance telephone, Faxing, postage, printing
and copying ......................................... project labor charges x 5%
TERMS
Billings are payable upon presentation and are past due 30 days from
Invoice date. A finance charge of 1.5% per month, or the maximum
amount allowable by law, will be charged on past -due accounts. NCE
makes no warranty, either expressed or implied, as to its findings,
recommendations, specifications, or professional advice except that
they are prepared and issued in accordance with generally accepted
professional practice.
*A surcharge of $25/hour applied for technicians and construction inspectors to comply with Prevailing
Wage (PW) per requirements of California Department of Industrial Relations.
I' l Il;II1t'r'l 11 lFz �'I;IlUil1)IlIllClllrl� �i1':1 ti/ICi!S �
MOUNTAIN PACIFIC
SURVEYS
Land Surveying • Mapping • Planning
January 15, 2020
Andre Jadkowski, P.E.
NCE Consulting Engineers
Re: Topographic survey or various curb ramps/returns
Dear Andre,
Thank you for the opportunity to present this proposal and possibly be a member of the NCE project
team once again,
Based upon my review of the RFP received via e-mail 1/13/20, 1 understand the project requirements to
be as follows:
A) LIMIT OF WORK
A topographic survey of the following intersection locations are included in this project:
1. Medway Rd. and Front St.
2. Medway Rd. and Mill St.
3. Belvedere St. and Vivian St.
4. Kerner Blvd. and Sonoma St.
5, Spinnaker Point Dr. and Bahia Way
The limit of work at each intersection will include the full intersection, and extend 25' beyond the curb
returns on each leg out of the intersection. The width of each segment will be limited to 5' behind the
walk (or up to the first substantial obstruction such as a wall or fence) on each side of the street.
B) SCOPE OF WORK
The Scope of Service for each intersection shall include survey shots at the lip of gutter, top of curb, and
back of sidewalk, each at angle points, grade breaks, beginning and end of existing driveways and
pedestrian ramps, and maximum of 25' intervals otherwise. Centerline of street paving will be surveyed
at 25' intervals as well. The survey shall also include other significant features, such as walls or fences,
surface utilities (e.g. utility boxes, manholes, drainage structures, thru-curb drains, poles, etc.), striping,
signage, and trees. Invert elevations for accessible storm and sewer structures within the mapping limit
will also be obtained. No boundary, right of way, or easement location work will be performed as a part
of this survey effort.
The final product will consist of a 10 -scale drawing for each surveyed intersection in AutoCAD format.
Contours will be shown at one foot intervals, and spot elevations will be shown on the drawing as
appropriate.
Page 1 of 2
1735 Enterprise Drive, Suite 109 • Fairfield, California 94533 • Phone (707) 425-6234 • Fax (707) 42S-1969
MOUNTAIN PACIFIC
SU RVEYS
Land Surveying • Mapping • Planning
C) DATUMS
All of the above survey work will be based upon an assumed local horizontal and vertical survey control
datum, with each intersection being treated independently. A minimum of 2 intervisible control points
will be provided in each area of work to perpetuate these datums for construction purposes.
D) FEE PROPOSAL
The hourly effort per classification is described below. The work contemplated In this proposal will be
completed on a time and materials basis, and shall in no case exceed the total cost below without
further authorization by Client. Field work will be completed by a 2 person crew, Including an apprentice
as required by applicable California public works labor requirements (including applicable prevailing
wage requirements).
TASK
Rate:
FIELD FIELD SURVEY PROJECT
HOURS COST TECH. MNGR.
$290 $135 $155
Intersection Surveys 16 $4,640
OFFICE TOTALS
COST
$1,390 $6,030
E) SCHEDULE
As for schedule, and assuming a NTP within 3-4 weeks, l would anticipate approximately 2.5 weeks
would be required to complete the work, weather permitting.
If your review finds this proposal acceptable, please issue a Task Order authorizing us to proceed when
convenient. If you have any questions regarding this work, please do not hesitate to contact me.
Best regards,
ala�les 1e1'W119K
Charles M. Weakley, LS
Principal
Page 2 of 2
1735 Enterprise Drive, Suite 109 • Fairfield, California 94533 • Phone (707) 42S-6234 • Fax (707) 425-1969
FEHR� PEERS
January 17, 2020
Andre Jadkowski
NCE Consulting Engineers
Sent via Email
Subject: Proposal for Canal District RRFB Design Services
Dear Andre:
Fehr & Peers is pleased to present this proposal to provide traffic engineering design services for proposed
intersection crossing improvements in the Canal District in San Rafael, California. We understand that the
City has asked NCE to provide construction documents for intersection safety improvements, including the
installation of rectangular rapid flashing beacons (RRFBs) at five locations. We understand that Fehr & Peers
would provide the RRFB design including equipment locations, design details, specifications, and estimates
for the RRFB elements of the project, to support the larger set of construction documents to be prepared
by NCE.
Our proposed scope of work, schedule, and fee estimate are described below.
Scope of Work
Task 1'. Pnjje,(A lAdurflltastvation & Coordination
We will attend one kick-off meeting with NCE and the City to discuss project scope, schedule, roles, and
responsibilities. Also included in this task is a site visit to each of the five study locations to document
existing conditions as it relates to the placement of RRFB equipment. We have included an allowance for
an additional 8 hours for meetings and coordination, either in person or via conference call as part of this
task. This task also includes administrative and project management tasks such as monthly invoicing and
project budgeting.
Task 2: ORN-11 11-Pusign
Fehr & Peers will review the basernapping provided by NCE and place the RRFB equipment, including poles,
push buttons, and RRFB flashing equipment, commonly referred to as RRFB Assemblies. We assume all
RRFB systems will be solar powered. We will prepare draft RRFB designs at the following five locations:
1. Medway St/Mill St
2. Medway St/Front St
3. Belvedere St/Vivian St
4. Kerner Blvd/Sonoma St
5. Spinnaker Point Dr/Bahia Way
Draft Design
Our draft design will include RRFB placement equipment in CAD. We will transmit the RRFB design and
typical RRFB details in CAD to NCE for inclusion on their civil plans. One round of review of the NCE plans
r 1' ] nL _frn.,� I Qh • i'?.. I .. ,' r'..... _/` 'l,: i�J ;i "-.� -,iit- {/ �-.i .
Andr2
MnuJry '1i, . 020
to confirm the RRFB system is shown properly is included in this effort. We will also provide RRFB
specifications from previous projects and an engineer's estimate for City review.
Final Design
Fehr & Peers will revise the draft design documents based on comments from the City. We will submit the
revised RRFB layout in CAD and Specifications in Word format to NCE for inclusion into a submittal to the
City. One round of review of the NCE plans to confirm the RRFB system is shown properly is included in
this effort.
The Fehr & Peers team will conduct an internal quality assurance review of the construction documents,
concurrent with review of the final submittal to the City. Our team's quality assurance program provides for
independent checking of individual tasks as well as an independent review by experienced senior staff. The
purpose of this review is to provide oversight to specific project details by professionals who are not closely
involved in the design, and to review the constructability, cost-effectiveness and completeness of design
features relative to the normal standard of professional care.
All Final PS&E will be reviewed by a California registered civil engineer prior to submittal to the client for
final review and approval. We anticipate that a California registered civil engineer from Fehr & Peers will
co-sign the plans showing RRFB equipment.
Task 3: Hid &, Cowstrmllon Supp-oirt
Bidding & Construction Support
Fehr & Peers will provide support to NCE and the City during the bidding and construction phase of the
project. This could include a variety of work, such as,
• Answering questions from prospective bidders
• Assisting the City in preparation of addenda to the PS&E during the advertisement period
• Providing consultation and interpretation of the construction documents.
• Review of material submittals
• Response to RFIs,
• Preparation of addenda
• Site visits to review proposed equipment and/or striping placement
• Resolve issues that may come up during construction.
We have included up to 12 staff hours to support this work.
ri'
January'lr'', 020
Page 3 of
0
Schedule & Fee
Fehr & Peers will perform the work described above for a time and materials basis in the amount of
$19,000, broken out as follows:
Task 1: Project Administration & Coordination...................................24 hours 1 $4,000
Task 2: RRFB Design.............................................................................80 hours 1 $12,500
Task 3: Bidding & Construction Support..............................................12 hours 1 $2,500
We will submit the draft RRFB design CAD files after three weeks of receipt of the necessary base maps
and receipt of written authorization to proceed, Invoices will be submitted monthly for services rendered
and are due and payable upon receipt.
We propose to perform this work using the attached terms and conditions and the master service
agreement between City of San Rafael and NCE. If the above scope and fee are acceptable to you, this
letter can serve as our authorization to proceed if you sign below and return this letter to us.
We look forward to working with you on this project. If you have any questions or comments, please
contact Geoff Rubendall at (415) 426-2522.
Sincerely,
FEHR & PEERS
Ryan McClain
Principal
Attachments:
Fehr & Peers Standard Terms & Conditions
Canal Neighborhood Improvements Scope Description
P20 -2048 -SF
Accepted By
Signature
Name
Title
Company
Date
Lauren Davini
From: Thomas Wong
Sent: Friday, August 02, 2019 12:40 PM
To: David Chan
Cc: Scott McDonald; Lauren Davini; Hunter Young
Subject: Re: Lifeline Project - Canal Crosswalk Project
Hi David,
Thanks for the update. We will review the funding agreement and let you know if any chances are necessary
believe Medway and Mill St is a repeat and was a mistake in our final application, I have the following
descriptions and locations in my file:
1 Uncontrolled crosswalk along Spinnaker Add pedestrian crosswalk ahead
Point Dr. ADA compliant curb ramps, signage on both directions of traffic.
Spinnaker Point Dr and Bahia Way bulb outs, yellow school crosswalk, and Install solar powered rapid flashing
crosswalk signs are installed. beacons at crosswalk.
The proposed bus shelter remodel that we did not end up funding was at Medway and Francisco Blvd E.
Thanks,
Thomas
Thomas Wong I City of San Rafael
Senior Management Analyst
Department of Public Works
Office 415.458.5360
itr© po5 vv _
Uncontrolled crosswalk on Medway Rd.
Add pedestrian crosswalk ahead
:dway Rd and Front St
ADA compliant curb ramps and
signage on both directions of traffic.
Install solar powered rapid flashing
pedestrian crosswalk striping.
beacons at crosswalk.
Uncontrolled crosswalk on Medway Rd.
Add pedestrian crosswalk ahead
?dway Rd and Mill St
ADA compliant curb ramps and
signage on both directions of traffic,
Install solar powered rapid flashing
pedestrian crosswalk striping.
beacons at crosswalk.
Add pedestrian crosswalk ahead
Uncontrolled crosswalk on Belvedere St.
signage on both directions of traffic.
Ivedere and Vivian St
ADA compliant curb ramps on one side
Install solar powered rapid flashing
beacons at crosswalk. Install 2 ADA
of each leg crossing Belvedere 5t,
curb ramps on north side of Belvedere
St.
�^
Uncontrolled crosswalk on Kerner Blvd.
Add pedestrian crosswalk ahead
Yellow crosswalk due to Bahia Vista
signage on both directions of traffic.
rner Blvd and Sonoma St
School nearby. Crossing signs right at
Install solar powered rapid flashing
crosswalk. ADA compliant curb ramp on
beacons at crosswalk. Install 1 ADA
one side of crossing,
curb ramp on west side of crossing.
1 Uncontrolled crosswalk along Spinnaker Add pedestrian crosswalk ahead
Point Dr. ADA compliant curb ramps, signage on both directions of traffic.
Spinnaker Point Dr and Bahia Way bulb outs, yellow school crosswalk, and Install solar powered rapid flashing
crosswalk signs are installed. beacons at crosswalk.
The proposed bus shelter remodel that we did not end up funding was at Medway and Francisco Blvd E.
Thanks,
Thomas
Thomas Wong I City of San Rafael
Senior Management Analyst
Department of Public Works
Office 415.458.5360
t�3 t •
1. I;.:A,i
f!! r,
lirJG}R'F!.'��ulw` er, C) r,�er r/sto
I�- -:. •r- I lG•g
cy
,,•`iii, t�l��r`, '� I 171 iG a~L ,alO!
3 •'� :(� 1r S C' •
,j�lr•,j ,r'ij. �r � � fV PISL �~ /p{+/rd A 9
` cI.il. fr•. l�cL1
iii; „. .
a i��� Lltit;:, ,•.�1i " ''�q l�r'��lei X51.17.1
t f4}• '4• ' � r lt'
A��
hit,
.1Ln15qq
1, '� i Ll^-1'`11i�,. sj.•I�F• t�'` r'ny�� 1� tl r, (�),l.
LM
fflw
E �'j' 1 LI,: Ci C' l�,
G+ '�'}� ) (q Liz fid
gf,
n i0.
i t
SRI,
r ,•19 i,ll: 1 r ��17, • . �f�lf
;.Irl'• I°
ca
C' m
a
o °c n.
a, 0
dj u c
> a c
it -@ Y cn
U
� aJ
C
0
LL
E
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Public Works
Project Manager: Shawn Graf Extension: 5347
Contractor Name: NCE
Contractor's Contact: Andre Jadkowski Contact's Email: aiadkowski@ncenet.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
DATE
Check/Initial
1
Project Manager
a. Email PINS Introductory Notice to Contractor
Click here to
❑
enter a elate.
b. Email contract (in Word) and attachments to City
2/18/2020
Attorney c/o Laraine.Gittens@cityofsanrafael.org
❑x IK
2
City Attorney
a. Review, revise, and comment on draft agreement
2/24/2020
® LG
and return to Project Manager
2/24/2020
❑x LG
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
3
Department Director
Approval of final agreement form to send to
Click or tali
❑x IK
contractor
to enter a
date.
4
Project Manager
Forward three (3) originals of final agreement to
❑x
contractor for their signature
5
Project Manager
When necessary, contractor -signed agreement
© N/A
agendized for City Council approval *
*City Council approval required for Professional Services
❑
Agreements and purchases of goods and services that exceed
Or
$75,000; and for Public Works Contracts that exceed $175,000
Click here to
Date of City Council approval
enter a date.
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
6
Project Manager
Forward signed original agreements to City
3/19/2020
SG
Attorney with printed copy of this routing form
7
City Attorney
Review and approve hard copy of signed
jZy
agreement
8
City Attorney
Review and approve insurance in PINS, and bonds
3l2 a Cv
(for Public Works Contracts)
9
City Manager/ Mayor
Agreement executed by City Council authorized
official
10
City Clerk
Attest signatures, retains original agreement and
forwards
N
BNr�
copies to Project Manager