Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Lifeline Transportation Phase IIAgenda Item No: 3f.
Meeting Date: December 5, 2011
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works
y .rte
Prepared by: Manager Approval �� 4.64_ b`
Director of Public Works (LB)
File No.: 18.10.17
SUBJECT: A Resolution accepting a proposal from Gannett Fleming for design assistance on the
Lifeline Transportation Program (LTP) Canal Neighborhood Transit and Pedestrian
Access and Safety Improvements — Phase II Project and authorizing the Public Works
Director to enter into a professional services agreement with Gannett Fleming in the
amount of $148,703.
RECOMMENDATION: Adopt Resolution
BACKGROUND:
The Lifeline Transportation Program (LTP) is administered by the Metropolitan Transportation
Commission (MTC) and is a state funded program that supports projects to improve mobility and
accessibility for residents in low-income communities. Transportation Authority of Marin (TAM), as the
Congestion Management Agency for Marin County, administers the Marin County Component of the
regional program aimed at nine counties in the Bay Area.
In October 2008, staff submitted a grant application for the Canal Neighborhood Transit & Pedestrian
Access and Safety Improvement Phase IL Because the Golden Gate Bridge, Highway and Transportation
District (GGT) is the only organization within the County of Marin that is eligible to receive LTP funds,
on February 22, 2011 City Council approved Resolution No. 13112 authorizing the Public Works
Director to execute a Memorandum of Understanding (MOU) with GGT which allows the City to receive
the grant funds for the design and construction of the Cycle 2 improvements.
Projects funded through the LTP are intended to address locally prioritized transportation gaps and
barriers with new or expanded services, or improved transportation choices, which provide low-income
communities a "lifeline" to access employment, services, and other activities that are considered essential
to daily life.
The construction of the first phase of the Lifeline Transportation Program was completed in June of 2011
and included the construction of bulb -out sidewalks, curb and gutter and storm drain modifications along
Canal Street at four intersections including Larkspur Street, Novato Street, Fairfax Street and Sonoma
Street. The phase 2 project, which is funded separate from the phase I work, will continue the same type
of improvements on Canal Street and Kerner Boulevard at the following seven intersections:
i' •
File No.:
Council Meeting: 1 t
Disposition: (tom
S
REPORT / Pa2e: 2
■ Canal Street & Lido Lane
■ Canal Street & Amalfi Place
■ Canal Street & Capri Court
■ Kerner Boulevard & Larkspur Street
■ Kerner Boulevard & Novato Street
■ Kerner Boulevard & Fairfax Street/Bahia Way
■ Kerner Boulevard & Sorrento Way & Canal Street
Each of these intersections has a transit stop with a high pedestrian and transit use.
ANALYSIS:
The Department of Public Works solicited for design proposals and received seven proposals from
qualified firms on October 17, 2011. All the proposals were evaluated by City staff based on criteria
specified in the request for proposals (RFP), including but not limited to project understanding,
commitment to the schedule and previous experience. Four firms were selected for interviews which
were conducted on November 16,° 2011 with panel members consisting of City staff. Due to the fact that
all applicants were well qualified, it was exceptionally difficult to narrow down a preferred design firm
for this project. However, after some deliberation, the panel selected Gannett Fleming as the most
qualified consultant for this project.
FISCAL IMPACT:
The total approved grant amount for design and construction of this project is $644,800. As the project
sponsor, GGT requires 4% of the above budget to administer the STA Proposition 1B funding leaving a
total of $619,408 available to the City for design and construction. The STA Proposition IB funding
requires a local match of $155,000 which gives a total project budget of $774,408. The proposal from
Gannett Fleming in the amount of $148,703 falls within the approved amount.
OPTIONS:
The Council may choose to not authorize the Director of Public Works to enter into a Professional
Services Agreement with Gannett Fleming and to reissue the request for proposals.
ACTION REQUIRED:
Adopt the resolution allowing the Public Works Director to enter into a Professional Services Agreement
with Gannett Fleming for design of the Canal Neighborhood Transit and Pedestrian Access and Safety
Improvements Project.
Enclosures
1. Resolution
2. Agreement
3. Exhibit A
4. Exhibit B
RESOLUTION NO. 13273
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
ACCEPTING A PROPOSAL FROM GANNETT FLEMING FOR DESIGN
ASSISTANCE ON THE LIFELINE TRANSPORTATION PROGRAM (LTP) CANAL,
NEIGHBORHOOD TRANSIT AND PEDESTRIAN ACCESS AND SAFETY
IMPROVEMENTS — PHASE II PROJECT AND AUTHORIZING THE PUBLIC
WORKS DIRECTOR TO ENTER INTO A PROFESSIONAL SERVICES AGREEMENT
WITH GANNETT FLEMING IN THE AMOUNT OF $148,703
WHEREAS, the Lifeline Transportation Program was established by the
Metropolitan Transportation Commission ("MTC") to fund projects to improve mobility for low
income residents and to address transportation gaps and/or barriers identified in Community -
Based Transportation Plans;
WHEREAS, Transportation Authority of Marin and the City of San Rafael
developed a Community Based Transportation Plan for the Canal neighborhood in 2006, which
was funded by the Metropolitan Transportation Commission, and the plan assigned very high
priority to pedestrian facility improvement projects as the Canal neighborhood is a community
that generates a high number of pedestrian trips; and
WHEREAS, the City applied for Lifeline Transportation Program funding for
pedestrian -related improvements at seven intersections on Canal Street and Kerner Boulevard in
the Canal neighborhood; and
WHEREAS, Golden Gate Bridge, Highway and Transportation District (GGT) is
the only organization within the County of Marin that is eligible to receive LTP funds; and
WHEREAS, the City has signed a Memorandum of Understanding (MOU) with
GGT which allows the City to receive the grant funds; and
WHEREAS, the proposed project is designed to address high priority issues
identified in the transportation plan; and
WHEREAS, the City staff found that design services from a qualified consultant
will be required for this project; and
WHEREAS, the most qualified consultant team is Gannett Fleming, with a fee in
the amount of S 148,703 (technical proposal attached as Exhibit A);
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San
Rafael that the Professional Scope of Services for Gannett Fleming, as attached hereto, is
accepted and Council does hereby authorize the Public Works Director to enter into Professional
Services Agreement with Gannett Fleming for professional services listed in Exhibit "A", in a
form approved by the City Attorney and in the amount of S 148,703.
IN
Im
IT IS FURTHER ORDERED AND RESOLVED, that the Director of Public
Works is hereby authorized to take any and all such actions and make changes as may be
necessary to accomplish the purpose of this resolution.
1, 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 5"' day of December, 2011, by the following vote, to wit:
AYES:
COUNCILMEMBERS:
Connolly, Heller, Levine, McCullough & Mayor Phillips
NOES:
COUNCILMEMBERS:
None
ABSENT:
COUNCILMEMBERS:
None
ESTHER C. BEIRNE, City Clerk
File No.: 18.10.17
Im
AGREEMENT
FOR PROFESSIONAL SERVICES WITH GANNETT FLEMING FOR THE CANAL
NEIGHBORHOOD TRANSIT AND PEDESTRIAN AACCESS AND SAFETY IMPROVEMENTS
PROJECT
This Agreement is made and entered into this 5t" day of December, 2011 by and between the
CITY OF SAN RAFAEL [hereinafter "CITY"], and Gannett Fleming (hereinafter "CONTRACTOR").
RECITALS
WHEREAS, the CITY has determined that certain specialized professional services are
required for the Canal Neighborhood Transit and Pedestrian Access and Safety Improvements
Project (hereinafter "PROJECT"); and
WHEREAS, the CONTRACTOR has offered to render such specialized professional services
in connection with this Project.
AGREEMENT
NOW, THEREFORE, the parties hereby agree as follows:
1. PROJECT COORDINATION
A. CITY. The Public Works Director shall be the representative of the CITY for all
purposes under this Agreement. The Public Works Director is hereby designated the PROJECT
MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress
and execution of this Agreement.
B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT DIRECTOR to
have overall responsibility for the progress and execution of this Agreement for CONTRACTOR, Kam
Shadan 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 agrees to perform the services outlined in the proposal from
CONTRACTOR dated October 17"', 2011 marked Exhibit "A" attached hereto, and incorporated herein
by this reference. CONTRACTOR agrees to be available and perform the work specified in this
Agreement in the time frame as specified and as shown in Exhibit "A".
3. DUTIES OF THE CITY
CITY 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 current fee schedule as described in Exhibit "B" attached and incorporated herein. The total
payment made for any individual work task will not exceed the amounts shown on the Proposal Budget,
set out in Exhibit "B".
Payment will be made monthly upon receipt by PROJECT MANAGER of itemized
invoices submitted by CONTRACTOR.
complete.
5. TERM OF AGREEMENT
The term of this Agreement shall be from the date of execution until the Project is
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 ten (10) 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 notice, to the reasonable satisfaction of the party giving such notice,
within thirty (30) days of the receipt of said notice.
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.
?. 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.
S. 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
Agreement • 2
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 their respective obligations hereunder, without the prior written consent of the
other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising
hereunder shall be void and of no effect.
10. INSURANCE
A. During the term of this Agreement, CONTRACTOR, shall maintain, at no
expense to CITY, the following insurance policies:
L A comprehensive general liability insurance policy in the minimum
amount of one million ($1,000,000) dollars per occurrence for death, bodily injury, personal injury, or
property damage;
2. An automobile liability (owned, non -owned, and hired vehicles)
insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence;
3. If any licensed professional performs any of the services required to be
performed under this Agreement, a professional liability insurance policy in the minimum amount of one
million ($1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of
services under this Agreement.
B. The insurance coverage required of the CONTRACTOR by Section 10A, shall
also meet the following requirements:
1. The insurance shall be primary with respect to any insurance or coverage
maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution;
2. Except for professional liability insurance, the insurance policies shall be
endorsed for contractual liability and personal injury;
3. Except for professional liability insurance, the insurance policies shall be
specifically endorsed to include the CITY, its officers, agents, and employees as additionally named
insureds under the policies;
4. CONTRACTOR shall provide to PROJECT MANAGER, (a)
Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific
endorsements naming CITY, its officers, agents and employees, as additional insureds under the policies,
Agreement • 3
5. The insurance policies shall provide that the insurance carrier shall not
cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon
thirty (30) days written notice to CITY's PROJECT MANAGER;
6. If the insurance is written on a Claims Made Form, then, following
termination of this Agreement, said insurance coverage shall survive for a period of not less than five
years;
7. The insurance policies shall provide for a retroactive date of placement
coinciding with the effective date of this Agreement;
8 The insurance shall be approved as to form and sufficiency by PROJECT
MANAGER and the CITY's Attorney.
C If it employs any person, CONTRACTOR shall maintain worker's compensation
and employer's liability insurance, as required by the State Labor Code and other applicable laws and
regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to
CONTRACTOR's officers and employees.
D. Any deductibles or self-insured retentions in CONTRACTOR's insurance
policies must be declared to and approved by the PROJECT MANAGER and the City Attorney. At
CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or
eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of
losses and related investigations, claims administration, attorney's fees and defense expenses.
11. INDEMNIFICATION
(a) Except as provided in Paragraph (b), CONTRACTOR shall indemnify, release,
defend and hold harmless CITY, its officers, and employees, against any claim, demand, suit, judgment,
loss, liability or expense of any kind, including attorney's fees, arising out of or resulting in any way, in
whole or in part, from any acts or omissions, intentional or negligent, of CONTRACTOR or
CONTRACTOR's officers, agents and employees in the performance of their duties and obligations under
this Agreement.
(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 CITY, its officers, and employees, against any claim, demand, suit, judgment,
loss, Liability or expense of any kind, including attorney's fees, that arises out of, pertains to, or relates to
the negligence, recklessness, or willful misconduct of CONTRACTOR in the performance of its duties
and obligations under this Agreement.
Agreement • 4
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, ordinance, 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 andgivenby 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: Nader Mansourian, (Project Manager)
City of San Rafael
111 Morphew Street
P.O. Box 151560
San Rafael, CA 94915-1560
TO CONTRACTOR: Kam Shadan (Project Director)
Gannett Fleming
591 Redwood Highway, Suite #5220
Mill Valley, CA 94941-3064
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
Agreement • 5
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 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.
Agreement • 6
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
NADER MANSOURIAN
Public Works Director
ATTEST:
ESTHER C. BEIRNE, City Clerk
APPROVED AS TO FORM:
ROBERT F. EPSTEIN, City Attorney
File No.: 18.10.17
GANNETT FLEMING
By. �.
Title: r,�`/ C e
Agreement • 7