Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW MUP Francisco Blvd West Traffic Directional Change ProjectAGREEMENT FOR PROFESSIONAL SERVICES
FOR THE MULTI -USE PATHWAY AND FRANCISCO BOULEVARD WEST TRAFFIC
DIRECTIONAL CHANGE PROJECT
This Agreement is made and entered into this Z day of to Qj rGh , 202 0, by
and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and BkF Engineers, Inc. (hereinafter
"CONTRACTOR").
RECITALS
WHEREAS, the CITY has determined that engineering consulting services are required for
design and engineering for the Multi -Use Pathway and Francisco Boulevard West Traffic Directional
Change project; and
WHEREAS, the CONTRACTOR has agreed to render such services.
AGREEMENT
NOW, THEREFORE, the parties hereby agree as follows:
PROJECT COORDINATION.
A. CITY'S Project Manager. Hunter Young 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. Jason Kirchmann is hereby designated as the PROJECT
DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution
of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONTRACTOR
shall notify the CITY within ten (10) business days of the substitution.
2. DUTIES OF CONTRACTOR.
CONTRACTOR shall perform the duties and/or provide services as follows:
Provide services described in CONTRACTOR's letter proposal dated February 6, 2020, marked
Exhibit A, attached hereto and incorporated herein.
3. DUTIES OF CITY.
CITY shall pay the compensation as provided in Paragraph 4, and perform the duties as
follows 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 as follows:
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 hourly
rates shown in Exhibit A, attached hereto and incorporated herein, in an amount not to exceed
$73,000.
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 be for one (1) year commencing upon the date of execution
of this Agreement and end on the last day of the following twelfth month. Upon mutual agreement
of the parties, and subject to the approval of the City Manager the term of this Agreement may be
extended for an additional period of up to six (6) months.
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
z
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.
9. ASSIGNABILITY.
The parties agree that they shall not assign or transfer any interest in this Agreement nor the
performance of any of thea 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:
1. 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 injtuy, 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
one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) 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 insurance, as required by the State of California, with statutory limits, and
employer's liability insurance with limits of no less than one million dollars ($1,000,000) per
accident for bodily injury or disease. 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:
1. Except for professional liability insurance or worker's compensation
insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers,
agents, employees, and volunteers, as additional insureds (for both ongoing and completed
operations) under the policies.
2. The additional insured coverage under CONTRACTOR'S insurance policies
shall be "primary and non contributory" 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 0104 13.
3. Except for professional liability insurance or worker's compensation
insurance, the insurance policies shall include, in their text or by endorsement, coverage for
contractual liability and personal injury.
4. By execution of this Agreement, CONTRACTOR hereby grants to
CITY a waiver of any right to subrogation which any insurer of CONTRACTOR may acquire
against CITY by virtue of the payment of any loss under such insurance. CONTRACTOR
agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but
this provision applies regardless of whether or not CITY has received a waiver of subrogation
endorsement from the insurer.
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 tinder 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. No representation is made that the minimum
Insurance requirements of this agreement are sufficient to cover the obligations of the
CONTRACTOR under this agreement.
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
4
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 full 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. The insurance shall be approved as to form and sufficiency by PROJECT
MANAGER and the City Attorney.
11. INDEMNIFICATION.
A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the fullest
extent permitted 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, then, to the extent permitted by law including without limitation, Civil
Code sections 2782, 2782.6 and 2782.8, CONTRACTOR shall indemnify and hold harmless the
CITY and its officers, officials, and employees (collectively City Indemnitees) from and against
damages, liabilities or costs (including incidental damages. Court costs, reasonable attorney's fees
as may be determined by the Court, litigation expenses and fees of expert witnesses incurred in
connection therewith and costs of investigation) to the extent they are caused by the negligence,
recklessness, or willful misconduct of CONTRACTOR, or any subconsultants, or subcontractor
or anyone directly or indirectly employed by them, or anyone for whom they are legally liable
(collectively Liabilities). Such obligation to hold harmless and indemnify any indemnity shall not
apply to the extent that such Liabilities are caused in part by the negligence or willful misconduct
of such City Indemnitee.
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 full period
of time allowed by law.
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 terms and conditions of this
Agreement, to the other party.
15. NOTICES.
All notices and other communications required or permitted to be given under this Agreement,
including any notice of change of address, shall be in writing and given by personal delivery, or
deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to
be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the
date of deposit with the United States Postal Service. Notice shall be given as follows:
TO CITY's Project Manager: David Nicholson
City of San Rafael
111 Morphew Street
San Rafael, CA 94901
s
TO CONTRACTOR's Project Director: Jason Kirchmann
BkF Engineers, Inc.
4040 Civic Center Drive, Suite 530
San Rafael, CA 94903
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 terms and conditions of this Agreement, all exhibits attached, and all documents
expressly incorporated by reference, represent the entire Agreement of the parties with respect to the
subject matter of this Agreement.
B. This written Agreement shall supersede any and all prior agreements, oral or written,
regarding the subject matter between the CONTRACTOR and the CITY.
C. No other agreement, promise or statement, written or oral, relating to the subject
matter of this Agreement, shall be valid or binding, except by way of a written amendment to this
Agreement.
D. The terms and conditions of this Agreement shall not be altered or modified except
by a written amendment to this Agreement signed by the CONTRACTOR and the CITY.
E. If any conflicts arise between the terms and conditions of this Agreement, and the
terms and conditions of the attached exhibits or the documents expressly incorporated by reference,
the terms and conditions of this Agreement shall control.
18. SET-OFF AGAINST DEBTS.
CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR
tmder 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.
fL'�MWVUT M
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.
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 Linder this Agreement, until CONTRACTOR has provided CITY with a completed
Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification).
22. SURVIVAL OF TERMS.
Any terms of this Agreement that by their nature extend beyond the term (or termination) of
this Agreement shall remain in effect until fiilfilled, and shall apply to both Parties' respective
successors and assigns.
23. APPLICABLE LAW.
The laws of the State of California shall govern this Agreement.
24. COUNTERPARTS AND ELECTRONIC SIGNATURE.
This Agreement may be executed in any number of counterparts, each of which shall be
deemed an original, but all of which together shall constitute one document. Counterpart signature
pages may be delivered by telecopier, email or other means of electronic transmission.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month
and year first above written.
CITY OF SAN RAFAEL
ZL a
JINSrZ, City na er
CONTRACTOR
Name: _-TAsc,J tae_ M iAt, 1
ATTEST:
ne III! liliiilmr
Title: vicC-
[If Contractor is a corporation, add signature of second
corporate officer]
LINDSAY LARA, City Clerk
By:
1
APPROVED AS TO FORM: Name:—__::ret( 0
Title: C F 0
Zt�a Q'%6L^— 1�"
ROBERT F. EPSTEIN, Ci Attome'
EXHIBITA—]
Iwo
on
BRF iOoYEAR+
� S
ENGINEERS. SURVEYORS. PLANNERS
February 6, 2020
Bill Guerin
City of San Rafael
111 Morphew Street
San Rafael, CA 94901
Transmitted Via Email
BKF No. 20169048-28
Subject: Re -design of Francisco Blvd Multi -Use Path "Phase 2"
"One -Way" Design Concept
Dear Bill:
BKF Engineers welcomes the opportunity to submit this proposal for civil engineering services to make
adjustments to the Phase 2 Multi -Use Path (MUP) construction drawing set. Based on our conversations and
the conceptual drawings prepared by Parisi Transportation Consulting, dated January 28, 2020 (design option
2), BKF understands that the City is considering making adjustments to Francisco Boulevard West (FBW) and
the current MUP design for Phase 2. In general the design involves converting FBW to a one-way street and
utilizing the remaining portion of the current roadway to serve as a bicycle path separated by a concrete curb
and/or othervertical barrier. It is anticipated that the FBW/Rice Drive intersection will require a reconfiguration
of the signals. Signal work at the intersection of FBW and 2nd Street will be limited to minor modifications and
will not move any structures or major equipment.
Work in 2"d Street or at the intersection of Irwin and Lincoln shown on the Parisi drawings is not a part of this
scope of work.
Based on this understanding, BKF is offering the following scope of work for your consideration:
TASK 1: PRELIMINARY DESIGN DRAWINGS
1. Project Coordination:
a. City Meetings: BKF will participate in one project kickoff meeting at the start of this Task. We have
allocated time for periodic phone calls and web meetings with City staff. Weekly or regularly
occurring meetings/calls are not anticipated.
b. Internal Coordination: BKF will coordinate with the design team regarding design concepts and
electronic data exchange associated with the design development under this Task.
2. Drawings: BKF and its subconsultant team will advance the conceptual design drawings referenced above
to an approximate 30% design drawing level for review and comment by the City.
3. Opinion of Probable Cost Estimate: BKF, with the assistance of CECG will prepare a preliminary opinion
of probable construction costs to accompany the drawing package.
4. Submittals: We will provide one set of the preliminary design drawings and accompanying cost estimate.
4040 Grand Avenue, Suite 530, San Rafael, CA 94903 1415.930.7960
BRFI+
oo
� YEARS
ENGINEERS. SURVEYORS. PLANNERS
TASK 2: 100% CONSTRUCTION DOCUMENTS
City of San Rafael
MUP Phase 2 Re -design (One -Way Design Concept)
February 5, 2020
Page 2 of 3
1. Project Coordination:
a. City Meetings: BKF will participate in one meeting with the City to review the submittal and to
receive City comments from Task 1 above. Additionally, we have allocated time for periodic phone
calls and web meetings with City staff. Weekly or regularly occurring meetings/calls are not
anticipated.
b. Internal Coordination: BKF will continue to coordinate with the design team to provide design
updates, monitor schedules and provide quality control.
2. Drawings: BKF and its subconsultant team will incorporate the City's comments from the preliminary
design drawings and advance the construction documents to a 100% design level for final review and
comment by the City. We anticipate the project drawings will include:
• Existing Conditions (based on design drawings of the recently completed Francisco Blvd West re-
alignment project with SMART)
• Demolition Plan
• Horizontal Control Plan
• Site Grading Plan
• Striping Plan
• Erosion Control Plan
• Signal Modification Plan
• Details and Sections
3. Specifications: References will be made on the project drawings to Caltrans 2018 standard plans and
specifications or the Uniform Construction Standards for Marin County. The City will be responsible for all
"front end" specifications and additional special provisions. Where unique structural specifications are
required for structural elements (such as walls), the BKF team can provide that specification language to the
City for their use. A complete, separate set of specifications by the design team is not included.
5. Opinion of Probable Construction Costs: BKF, with the assistance of CECG will prepare a preliminary
opinion of probable construction costs to accompany the drawing package.
4. Submittals: BKF will provide one set of documents for the 100% document package for final City review.
TASK 3: BID DOCUMENTS
1. Bid Documents: BKF will review and address comments from the City on the documents prepared under
Task 2 above. The team will issued signed documents for bid purposes. No Meetings are anticipated
during this task. Periodic phone conversations are anticipated to clarify the City's comments and the design
team's intent.
TASK 4: CPUC SUPPORT SERVICES
Since the project will likely impact the railroad crossing of Francisco Blvd West, the project would need to request
California Public Utilities Commission (CPUC) for Authorization to Alter General Highway -Rail crossing pursuant to
General Order 88-B (GO 88-B).
1. Prepare Applications and Exhibits: BKF will fill out the GO 88-B request form and prepare accompanying
exhibits for submittal to the CPUC. Actual submittal and interagency coordination is assumed to be
provided directly by the City.
100+ City Design
San Rafael
B k F MUP Phase 2 Re -design (One -Way Design Concept)
�■ YEARS
February 5, 2020
ENGINEERS. SURVEYORS. PLANNERS Page 3 of 3
2. GO 88-B Support Services: BKF has allocated up to eight (8) hours of combined staff time to respond to
City or CPUC comments, revise exhibits/applications and provide correspondence as requested.
TASK 5: BID AND CONSTRUCTION PHASE SERVICES
Bid Phase and Construction phase are NOT included with this scope of work. Bid and Construction Phase
support services can be provided as an additional service if requested and authorized.
Fees for Professional Services
BKF and its sub consultant team will provide the services described above on a time and materials, not -to -
exceed amount of $72,956 in accordance with our current annual rate sheet.
BKF will generate and mail monthly invoices. Our invoices will identify the number of hours worked and the
associated hourly rate by professional category. Sub consultant fees, the cost of materials and other
reimbursable expenses such as printing, reproduction and postage are included in the fee above, will be
provided at cost plus 10 -percent and will be identified as a separate line item on our monthly invoice.
The services described herein, as well as services outside of this scope will only be performed if authorized by
the City. Fees for additional services will be billed on a Time and Materials basis in accordance with our rate
schedule, unless otherwise agreed upon.
Thank you for the opportunity to present this proposal. We look forward to assisting in developing this project.
Please contact me at 415-930-7964 if you have any questions regarding our scope of services.
Respectfully,
BKF Engineers
Jason Kirchmann, PLS, PE, QSD/P
Vice President
UFTO
�RS
ENGINEERS SURVEYORS PLANNERS
BKF ENGINEERS
PROFESSIONAL SERVICES RATE SCHEDULE
JANUARY 1, 2020 - DECEMBER 31, 2020
CLASSIFICATION
HOURLY RATE
PROJECT MANAGEMENT
Principal/Vice President $251.00
Senior Associate/Vice President $225.00
Associate $219.00
Senior Project Manager I Senior Technical Manager $214.00
Project Manager I Technical Manager $209.00
Engineering Manager I Surveying Manager I Planning Manager $193.00
TECHNICAL STAFF
Senior Project Engineer I Senior Project Surveyor I Senior Project Planner $179.00
Project Engineer I Project Surveyor I Project Planner $157.00
Design Engineer I Staff Surveyor I Staff Planner $137.00
BIM Specialist I, II, III $137.00 - $157.00 - $179.00
Technician I, II, III, IV $130.00 - $139.00 - $152.00 - $164.00
Drafter I, II, III, IV $102.00 - $112.00 - $121.00 - $135.00
FIELD SURVEYING
Survey Party Chief
Instrumentman
Survey Chainman
Utility Locator I, II, III, IV
Apprentice I, II, III, IV
CONSTRUCTION ADMINISTRATION
Senior Consultant
Senior Construction Administrator
Resident Engineer
Field Engineer I, II, III
ASSISTANTS
Project Assistant
Engineering Assistant I Surveying Assistant I Planning Assistant
Clerical I Administrative Assistant
Expert witness rates are available upon request.
$179.00
$154.00
$116.00
$93.00 - $132.00 - $158.00 - $180.00
$71.00 - $95.00 - $105.00 - $111.00
$234.00
$203.00
$151.00
$137.00 - $157.00 - $179.00
$84.00
$82.00
$70.00
Subject to the terms of a services agreement:
• Charges for outside services, equipment, materials, and facilities not furnished directly by BKF Engineers will
be billed as reimbursable expenses at cost plus 10%. Such charges may include, but shall not be limited to:
printing and reproduction services; shipping, delivery, and courier charges; subconsultant fees and
expenses; agency fees; insurance; transportation on public carriers; meals and lodging; and consumable
materials.
Allowable mileage will be charged at the prevailing IRS rate per mile.
Monthly invoices are due within 30 days from invoice date. Interest will be charged at 1.5% per month on
past due accounts.
EXHIBIT A
\\Ctw\vau\[q[e\[svaa.tTooaWtimv.ntLL�n+..m. xew a wet �eet.e.ntlt� arwat o.vm\tsfaat� wtww onynlwtl,h.
1
�0
/Ty WITH A
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: Hunter Young Extension: 3408
Contractor Name: BkF Engineers, Inc.
Contractor's Contact: Jason Kirchmann Contact's Email: jkirchmann@bkf.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
2/11/2020
i Attorney c/o Laraine.Gittens@cityofsanrafael.org
Z IK
2
City Attorney a. Review, revise, and comment on draft agreement
2/12/2020
© LG
and return to Project Manager
2/12/2020
❑x LG
b. Confirm insurance requirements, create Job on
_PINS, send PINS insurance notice to contractor
Department Director Approval of final agreement form to send to
❑x BG
3
_
2/13/2020
contractor
Project Manager Forward three (3) originals of final agreement to
4
2/13/2020
❑x IK
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 elate.
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
6
Project Manager
Forward signed original agreements to City
Attorney with printed copy of this routing form
7
City Attorney
Review and approve hard copy of signed
Z/ 1`' O)2Dn
City Attorney
agreement
2 Z#240
8
Review and approve insurance in PINS, and bonds
(for Public Works Contracts)
9
City Manager/ Mayor
Agreement executed by City Council authorized
official
10 City Clerk Attest signatures, retains original agreement and II
3 7'1 ZO`w
y
forwards copies to Project Manager l
<�:X