Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Freitas & Las Gallinas Intersection Improvement ProjectAgenda Item No: 3•m
Meeting Date: October 6, 2014
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works
Prepared by:ity Manager Approv�:
Director of Public Works
File No.: 18.01.73
SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
ACCEPTING A PROPOSAL FROM CSW/STUBER-STROEH ENGINEERING
GROUP, INC. FOR DESIGN ASSISTANCE ON THE MANUEL T. FREITAS
PARKWAY AND LAS GALLINAS AVENUE INTERSECTION IMPROVEMENT
PROJECT, CITY PROJECT #11171, AND AUTHORIZING THE DIRECTOR OF
PUBLIC WORKS TO ENTER INTO A PROFESSIONAL SERVICES AGREEMENT
WITH CSW/STUBER-STROEH ENGINEERING GROUP, INC. IN AN AMOUNT
NOT TO EXCEED $245,282.00.
RECOMMENDATION: Adopt Resolution
BACKGROUND: Staff has analyzed the intersection of Manuel T. Freitas Parkway and Las Gallinas
Avenue and recommended it for intersection improvements and modifications.
This intersection currently experiences excessive delay from several of its approaches. The high number
of vehicle trips from US 101 to Terra Linda High School, Vallecito Elementary School, Kaiser Hospital
Emergency Room, as well as nearby residential and commercial areas causes the queue on westbound
Manuel T. Freitas Parkway to extend beyond the available turn pocket for much of the day. In addition,
due to the current geometry of the intersection, the eastbound and westbound protected left turn phases
are unable to operate simultaneously and must utilize a lead/lag operation further adding to delay and
intersection congestion.
The City recently installed Class H bicycle lanes on Las Gallinas Avenue. These lanes terminate 180 feet
south of the intersection with Manuel T. Freitas Parkway and start up again approximately 220 feet north
of the intersection, resulting in a 400 foot gap on this heavily travelled bike route. In addition, the Class
H bike lanes on Freitas Parkway end approximately 400 feet west of the intersection with Las Gallinas
Avenue.
Upgrades to the traffic signal system and signal operations, and improvements to intersection geometry,
were recommended in San Rafael General Plan 2020 (adopted in November 2004).
Anticipated intersection improvements include:
FOR CITY CLERK ONLY
File No.: 4 -3 - 644
Council Meeting: bk mor Y
Disposition: Rzray&fara j 1 �.�
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2
• Widening the intersection:
to allow concurrent, protected left turns from Las Gallinas Avenue and Freitas Parkway
■ to extend the bike lanes and close the gap on Las Gallinas Avenue approaching the
intersection
■ to extend the bike lanes on Freitas Parkway to the intersection at Las Gallinas Avenue
• Structural modifications to widen the intersection and extend the eastbound and westbound
queue pockets to accommodate existing and future traffic volumes
• Removal of existing channelizing ("pork chop") islands
+ Reduction of curb return radii on various corners of the intersection
• Traffic Signal Modification/Replacement to install 8 -phase system with video detection and a
CCTV traffic monitoring camera
• Storm drain system modifications
Also included in the scope of this project is the preparation of required California Environmental Quality
Act (CEQA) documents and all required environmental permitting assistance.
ANALYSIS: The Department of Public Works solicited design proposals and received five proposals
from qualified firms on August 14, 2014. All 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. Two firms were selected for interviews which were conducted on
September 16, 2014. Panel members consisted of City staff. Since all applicants were well qualified, it
was exceptionally difficult to identify a preferred design firm for this project. The panel ultimately
selected CSW/Stuber-Stroeh Engineering Group, Inc. as the most qualified consultant for this project.
FISCAL EWPACT: Policy C-6 of General Plan 2020 identifies Major Planned Circulation Improvement
projects for the City of San Rafael as shown in Exhibit 21 of that document. Items 4 (Freitas/Las
Gallinas), 23 (Install Traffic Monitoring Sensors and Camera Systems), and 25 (Implement Bicycle and
Pedestrian Master Plan) all relate to the work proposed for this project. It is therefore appropriate to
utilize the Traffic Mitigation Fund for this project.
The 2014-2015 Capital Improvement Program (p. 109) identified $150,000 for project design in FY14/15
and $1,350,000 for estimated construction in FY15/16. Upon review, we determined that $300,000 in
Traffic Mitigation Funds had already been assigned to the project. That sum is sufficient to pay for
design and related miscellaneous expenses. Staff therefore recommends modification of the 2014-2015
Capital Improvement Program to reflect the existing allocation. A budgetary summary follows:
Fundine Source
i>1
Ami
Nba,
Traffic Mitigation Funds, #246
$300,000
Existing allocation
Traffic Mitigation Funds, #246
(FY15/16)
$1,290,000
Future allocation
Total Available Funds
$1,620,000
Estimated construction cost
Ex eases
t4 , °; denExFens CoS
Amount
lt,�ote�s)
Design -01
$245,282
CSW/Stuber-Stroeh EnEineering Group. Inc.
Miscellaneous -07
$24,718
Document reproduction, community
outreach documentation, etc. assume 10%
Construction -02
$1,350,000
Estimated construction cost
Total Expenses
! 51,620,000
SAN RAFAEL CITY COUNCIL AGENDA REPORT 1 Page: 3
OPTIONS:
1. Adopt the resolution accepting a proposal from CSW/Stuber-Stroeh Engineering Group, Inc. and
authorizing the Public Works Director to enter into a professional services agreement with
CSW/Stuber-Stroeh Engineering Group, Inc. in an amount not to exceed $245,282.00.
2. Do not accept the proposal from CSW/Stuber-Stroeh Engineering Group, Inc. and direct staff to
reissue the request for proposals.
3. Do not accept the proposal from CSW/Stuber-Stroeh Engineering Group, Inc. and direct staff to
stop work on this project.
ACTION REQUIRED: Staff recommends that the City Council adopt the resolution.
Enclosures
1.
Resolution
2.
Agreement
3.
Exhibit A
4.
Exhibit B
RESOLUTION NO. 13821
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL ACCEPTING A
PROPOSAL FROM CSW/STUSER-STROEH ENGINEERING GROUP, INC. FOR DESIGN
ASSISTANCE ON THE MANUEL T. FREITAS PARKWAY AND LAS GALLINAS
AVENUE INTERSECTION IMPROVEMENT PROJECT, CITY PROJECT #11171, AND
AUTHORIZING THE DIRECTOR OF PUBLIC WORKS TO ENTER INTO A
PROFESSIONAL SERVICES AGREEMENT WITH CSW/STUBER-STROEH
ENGINEERING GROUP, INC. IN AN AMOUNT NOT TO EXCEED $245,282.00.
WHEREAS, staff recommends the improvement of the intersection of Manuel T.
Freitas Parkway and Las Gallinas Avenue based on traffic engineering design and professional
judgment; and
WHEREAS, the project will modify intersection geometry to reduce delay and
congestion of the intersection, provide upgrades to pedestrian accessibility and install bicycle
facility improvements; and
WHEREAS, the cost for design and construction of this project will be allocated
from Traffic Mitigation Fees as described in the circulation improvements of San Rafael General
Plan 2020; and
WHEREAS, City staff found that design services from qualified consultants will
be required for this project; and
WHEREAS, the most qualified consultant team is CSW/Stuber-Stroeh
Engineering Group, Inc. with a fee in the amount of $245,282 (technical proposal attached as
Exhibit A); and
WHEREAS, staff has reviewed their proposal and found it to be complete and
within industry standards.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN
RAFAEL RESOLVES as follows:
1. Council does hereby authorize the Public Works Director to enter into a
Professional Services Agreement with CSW/Stuber-Stroeh Engineering
Group, Inc. for professional services listed in Exhibit "A", in a form
approved by the City Attorney and in an amount not to exceed $245,282.00.
2. The professional scope of services for CSW/Stuber-Stroeh Engineering
Group, Inc., as attached hereto, is accepted.
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 6`h day of October, 2014, by the following vote, to wit:
AYES: COUNCILMEMBERS: Bushey, Colin, Connolly, McCullough & Mayor Phillips
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEM 3ERS: None
ESTHER C. BEIRNE, City Clerk
File No.: 18.01.73
ET610112]ul"01
FOR PROFESSIONAL SERVICES WITH CSW/STUBER-STROEH ENGINEERING GROUP, INC.
FOR THE MANUEL T. FREITAS PARKWAY AND LAS GALLINAS AVENUE INTERSECTION
IMPROVEMENTS PROJECT
This Agreement is made and entered into this day of 2014 by and
between the CITY OF SAN RAFAEL [hereinafter "CITY"], and CSW/Stuber-Stroeh Engineering Group,
Inc. (hereinafter "CONTRACTOR").
RECITALS
WHEREAS, the CITY has determined that certain specialized professional services are
required for the Manuel T. Freitas Parkway and Las Gallinas Avenue Intersection 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, Al
Cornwell 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 August 14`h, 2014 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
Z] ORIGINAL
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". The total payments made for any individual work task will not exceed the amounts
shown on the Proposed Budget, set forth in Exhibit `B", and the total payments for the project will not
exceed $245,282.
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.
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.
Agreement • 2
8. INSPECTION AND AUDIT
Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for
inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its
performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its
agent in any such audit or inspection.
9. 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:
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 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 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 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:
1. Except for professional liability insurance, the insurance policies shall be
endorsed to include the CITY, its officers, agents, employees, and volunteers, as additional named
insureds under the policies.
Agreement • 3
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 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. 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, terminate 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 Eve
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.
Agreement • 4
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, 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.
Agreement • 5
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, 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 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: Nader Mansourian, (Project Manager)
City of San Rafael
1 I I Morphew Street
P.O. Box 151560
San Rafael, CA 94915-1560
TO CONTRACTOR: Al Cornwell (Principal in charge)
CSW Stuber Stroeh Engineering Group Inc.
45 Leveroni Court
Novato, CA 94949
Agreement - 6
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 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 • 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
NADER MANSOURIAN
Public Works Director
ATTEST:
.e�stta-x - 4Q -'e&'4- -
ESTHER C. BEIRNE, City Clerk
APPROVED AS TO FORM:
ROBERT F. EPSTEIN, City Attorney
File No.: 18.01.73
CSW/Stuber-Stroeh Engineering Group Inc.
a_-6�
By: 41e,�W
Title:
Agreement • 8
EXHIEIT A
Scope of Services
Manuel T. Freitas Park`vay and Las Gallinas Avenue
Intersection Improvements
C 3 W ST Freitas Parkway Las Gallinas Intersection Improvements 11 T lb
Scope of Services N- "`-
For City of San Rafael, Department of Public Works
To improve vehicular, bicycle, and pedestrian transit at the Manuel T. Freitas Parkway and Las Gallinas
intersection, CSW/Stuber-Stroeh Engineering Group, Inc. (CSW I ST2) design team proposes a
structured scope of work to address project management, preliminary analysis, environmental permitting,
construction documents, bidding, and construction administration support (optional). In doing so, we
will evaluate and propose alternatives and produce a high quality product to improve multi -modal transit
through the intersection.
PROJECT MANAGEMENT AND COORDINATION
a. CSW I ST2 will provide contract management and quality control services throughout the
project. Our senior principle will review the construction document prior to submittal of
the design plan phases. We have been and will continue to be cognizant of the schedule
and provide opinions of probable cost for each submittal phase.
b. CSW ( S12 will coordinate a kick-off meeting with City staff and the Design team
following award of contract to discuss project schedule, stakeholders, public outreach,
and alternatives. Additionally, we allotted time for five (5) meetings to present design
alternatives, project schedule, and review progress submittal. We have included MIG as
part of the design team to lead public outreach meetings and prepare visual aids for
presentation of the project. For each meeting we will prepare meeting agenda, updated
project schedule, and provide minutes for each meeting.
C. CSW ( ST2 will provide support during the bidding phase. We will attend the pre-bid
meeting, respond to bidder's inquiries, attend bid opening, review bids, and tabulate
results.
d. Weekly schedule updates will be provided in Microsoft Project 2013 as requested by City
staff.
• Project schedules and updates
• Meeting agendas and minutes
2. PRELIMINARY STUDIES AND RESEARCH
a. CSW I ST2 will coordinate with the applicable utility agencies to obtain available record
plans, as -built, and schematics. This information will be represented as part of the
existing topographic base map.
b. CSW I ST2 will prepare a field survey of the project area. We will locate the existing
improvements within the project area. These improvements include the drainage
channel, signal and lighting, visible surface utilities, USA markings, roadway, pathways,
ramps, signing and striping. Additionally, we will locate significant trees (6 inch trunk
diameters) and survey monuments to establish Right -of -Wap location. The survey will be
prepared in AutoCAD dwg format with 1 -foot contour intervals on State Plane
coordinates (NAD 83) referencing system with vertical control based on NAVD 88.
CSW ( STS
Freitas Parkway Las Gal Inas Intersection Improvements
Scope of Services —
For City of San Rafael, Department ofPublic Works
C. Geotechnical Investigation will include one deep bore near the creek and four asphalt
cores will be provided and reviewed by Miller Pacific Engineering. The deep bore will
help define the requirements of any box culvert extensions and the four cores in the
project area will help to determine roadway and drainage improvements. We will apply
for encroachment permits, as applicable. A composite R -value of the subgrade will be
determined from samples taken. Cores will be backfilled and pavement will be patched
when the coring work is complete.
d. CSW I ST2 will prepare a profile of the concrete drainage channel as part of the
preliminary analysis. Additionally, we will prepare sections at 50 foot intervals to help
determine structural modifications to the existing drainage channel
e. Fehr & Peers will conduct a Multi -Modal analysis of the intersection. The analysis will
include facilities related to vehicular transit, bicycle and pedestrian access, ADA access
and path of travel, and traffic safety.
Deliverable
• Topographic Survey (AutoCAD Awg format)
• Geotechnical Report
• Utility Coordination Letters and Map
• Drainage Channel Profile & Section Plan
• Multi -Modal Analysis Report
3. ENVIRONMENTAL COMPLIANCE AND PERMITTING
a. WRA will coordinate preparation, submittals, and obtaining required permits and
environmental review documentation from State, local, and jurisdictional agencies.
b. WRA will prepare applicable CEQA documents and applicable technical studies required
to clear this project for construction.
C. WRA will prepare and update a schedule of environmental permits.
d. WRA will coordinate review of the CEQA documents and technical studies with City
staff in the preliminary and final draft stages. City comments will be review and, as
applicable, incorporated into documents.
C. CSW ( ST2 and WRA will provide the following environmental documents and studies:
• Army Corp of Engineers Jurisdictional Delineation Report
• Department of Fish and Game Code Section 1600 Streambed Alteration
Agreement
• National Pollutant Discharge Elimination System (NPDES) Notice of Intent
cNon
• Storm Water Pollution Prevention Plan (SWPPP)
Delies
• Preliminary and final permit applications for submittal by the City
• Preliminary and final CEQA documentation for submittal by the City
4.
5.
AW
Freitas Parkway Las Gallinas Intersection Improvements 31 _ , ,
Scope of Services —+Q°
For City of San Rafael, Department of Public Work
CONSTRUCTION DOCUMENTS
a. CSW I ST2 will prepare a preliminary analysis to analyze the project area for potential
issue. We will utilize the studies and topographic survey listed in Task 2 and 3 to help
determine ROW constraints, environmental issues, accessibility issues, and drainage.
b. CSW ( ST2 design team will coordinate with pertinent agencies, stakeholders, and material
& equipment suppliers.
C. MIG will lead the design team to coordinate appropriate public outreach, workshops and
participate in public meetings (meetings with stakeholders, business owners, HOA, and
City Council). Two (2) public outreach meetings are anticipated.
d. Construction documents will be prepared at the 35%, 65%, and 95% phases.
Construction documents include plans, specifications, and opinion of probable
construction costs. These documents will be reviewed by City staff prior to
commencement of the next phase.
e. Bid documents will be prepared on 22x34 sheets. Bid documents include 100% design
plans, specifications, and opinion of probable construction costs.
f. All plans shall be prepare use AutoCAD 2011 or a more recent version.
g. Specification will be prepared in 2010 Caltrans format.
h. A schedule of items shall indicate the approximate quantities.
i. An opinion of probable construction cost will be prepare with quantities, unit costs, and
total costs based on the various phases of construction documents.
Deliaerable r
• Meeting agendas and minutes for public outreach meetings
• 35%,65%,95%, 100% PS&E on 2204 sheets in electronic format and hardcopy
• Response to plan check comment letter for each construction document phase
CONSTRUCTION SUPPORT (Optional)
a. CSW I ST2 will be available to attend one (1) preconstruction meeting with the
successful construction contractor.
b. CSW ST2 will review contractor submittals and shop drawings as necessary.
C. CSW ST2 will respond to contractor Requests for Information and Request's for
Clarification (AEI's and RFC's).
d. CSW ST2 will review and provide recommendations regarding Contractor change
order proposals and request for additional payment related to design changes.
e. CSW ( ST2 will provide periodic on-site field observations to review the progress of
,y
C S W I S T 4� Freitas Parkway Las Gallinas Intersection Improvements •; ' .
Scope of Services —°�
For City of San Rafael, Department of Public Works
construction and conformance to plans as directed by the Executive Architect. An
allowance for five (5) visits has been provided. CSW I ST2 will take part in one (1)
final field observation and prepare a punch list of civil related items.
D diverables
• Pre -construction meeting agenda and minutes
• Response to RFIs, Submittals, change order requests
• Punch List
Any services beyond those specifically outlined above will be billed as Additional Services. The inclusion of
Additional Services to the Scope of Work will require written amendment to the contract to be signed by the
client and CSW I ST2 before the Additional Services are to be provided.
-nen
1„
A
E O O a 0— 0 CO V;t a a co d• CO -t N if
Q
3
U
.�
N
O
O
O
O
O
N
O
O
O
O0
O
O
O
00000
2
o
0
LO
OD OD
a
a
OI
M 1(i
Ci
O
N
d'
00
O
CO
CO
i-
N
r
f0
r
O
O
M
O
O
(0
O
O
N
w
N
co
cc
—
—
�
M
.�.,
-4
U
CLE
N
N
WN
0
0
0
ao
O
N
O
O
O
O
O
o
04
0
v
�
r
h
O
N
N
N
N
aa
N
n
O
O
N
O
N
U
{')
r
m
+L�+
f0
a
N
0 —
d
m
'a
�
C
v t�zA S
ar.
N
N
O
Oa.
J N
Q
0 J
I%
Z
O)N
w
O
W
N
N
V
N
O
O
Co
(O
W
f0
O
N
CO
N
M
r
a
V
N
M
V
t-
v
(0
M
f0
c R
w
fn
S J
cot IN tN ' r� O fV M N pOj COO ea}� eat} i j '++ O 00
Y N N O Ol N M M N co
N 4'! r .- N (O N
a
CIS
NpN
U
N
7
U
C
Im©r` mmE
■m00000
■m00000
N of v N N
12
NN NN L
N
r
dto
V) oNo
CO v N
or�mau� oih
V' 1n N O co M H&
N t0M to N N
G L
d
C 0.
uj ns
o Z o d d
LL ZO a v a d
a H Z o o
w Qo N -i
d U N V N otf
'n 0) d `a_i v rn W 0 to o c
in C W rn y C C U c O N
W U c� ton Q'°" E Z is F- cCL c
U J C ;° otf W 'C 2 O y
N oti a t c oti a o cr3 c o w O t1 E u
ri z m tomaoo md)To oa rn 8a. o a
Dots `orm o Ovv c cQ U� w R o a N o� It
W r c o -
d 'a U R o D o w co c� a 0 co c � rG 6 N
'> a« > c �+ z 2 �. a o h a z$
p m o a� j j
o 0) I'i } c otl 5 c ots °� W a O c c v 13 a N a O a LL L° 0.
oo c o F 2 ai0i o y E c 1= c E m
0 41 p o U A g o rn a a U Z` o +5 o f coi 0 CL U 2 .? o m W tis W
F- o a _ Z 'c v o c d > > w W
U a o d Z o oU oitn�U� Iv�v
U o G o 0' o fL' c �0 i� pp A
W 2 3 U to o m g O J 3 0� c 0 m o Q U 3 c 2
y ECO y � v °r c.« � � yU0 to E rn� oUo� o U a a� $d5 ama
O m w o '_ Z= y a e o C c Z c> > m g
N .0 N - C1 N R W '� U O N 7 �fi 3 O U 'a O c N N 1-
a��mv "i Baa civ ai 6 � c civ ,6 ,4 (d .6 ci-oma c�r� N A��v of O O
Exhibit "B"1
45 Leveroni Court 415.883.9850 Novato
CS ��( (� Novato, CA 94949 Fax: 415.883.9835 Petaluma
V ■W V www.cswst2.com Sacramento
Redwood City
CSWlStuber-Stroeh Engineering Group, Inc. Engineers I Land Planners I Surveyors I Landscape Architects
All expenses for transportation will be charged at cost plus service charges at the rate of 10%.
Filing fees, checking fees, prints, and other outside costs (such as agency submittal/permit fees etc.) will be charged at cost, plus service
charges at the rate of 10%.
Billing will be monthly. Invoices are due and payable upon presentation. Interest at the rate of 1.5% per month commencing thirty (30)
days after invoice date will be charged on delinquent accounts.
CSW/Stuber-Stroeh Engineering Group, Inc. reserves the right to suspend work on any project when invoices have not been paid within
thirty (30) days after having been rendered.
PROJECT NO.:
7.775.549
HOURLY RATES AND BILLING POLICY
Effective January 1, 2014 the following hourly rates will be charged
for services rendered. (Rates subject to change):
CIVIL AND STRUCTURAL
LAND PLANNING /
ENGINEERING
HOURLY RATES
LANDSCAPE ARCHITECTURE HOURLY RATES
Principal
$
210.00
Principal
$
210.00
Engineer Manager
$
200.00
Senior Planner $ 190.00-$
200.00
Project Engineer V
$
179.00
Planner V
$
179.00
Project Engineer IV
$
168.00
Planner IV
$
163.00
Project Engineer III
$
157.00
Planner III $ 153.00-$
157.00
Project Engineer 1I
$
142.00
Planner II
$
137.00
Project Engineer I
$
121.00
Planner I
$
120.00
Senior Engineer
$ 190.00-$
200.00
Landscape Architect V
$
158.00
Engineer V
$
147.00
Landscape Architect IV
$
142.00
Engineer IV
$
126.00
Landscape Architect III
$
121.00
Engineer III
$
110.00
Landscape Architect II
$
99.00
Engineer II
$
99.00
Landscape Architect I
$
90.00
Engineer I
$
90.00
Landscape Designer III
$
110.00
Senior Designer
$
168.00
Landscape Designer II
$
93.00
Designer V
$
137.00
Landscape Designer I
$
90.00
Designer IV
$
126.00
Designer III
$
115.00
Designer II
$
105.00
Designer I
$
99.00
Technician IV
$
99.00
Technician III
$
95.00
Technician II
$
90.00
Technician 1
$
76.00
Project Assistant II
$
74.00
Project Assistant I
$
69.00
SURVEYING
HOURLY RATES
ENVIRONMENTAL PLANNING HOURLY RATES
Survey Supervisor
$
178.00
Senior Environmental Planner
$
150.00
Project Surveyor
$
157.00
Environmental Planner II
$
131.00
Survey Technician
$
105.00
Environmental Planner I
$
120.00
Two -Man Survey Party
$
240.00
Three -Man Survey Party
$
360.00
Two -Man GPS Crew
$
336.00
Computer Technician / Trainer
$
168.00
Expert Witness / Arbitration Services are available at
a negotiated rate.
All expenses for transportation will be charged at cost plus service charges at the rate of 10%.
Filing fees, checking fees, prints, and other outside costs (such as agency submittal/permit fees etc.) will be charged at cost, plus service
charges at the rate of 10%.
Billing will be monthly. Invoices are due and payable upon presentation. Interest at the rate of 1.5% per month commencing thirty (30)
days after invoice date will be charged on delinquent accounts.
CSW/Stuber-Stroeh Engineering Group, Inc. reserves the right to suspend work on any project when invoices have not been paid within
thirty (30) days after having been rendered.
47L
SUBJECT
CITY OF SAN RAFAEL
Department of
Public Works
MAYOR
Gary O. Phillips
VICE MAYOR
Damon Connolly
COUNCIL MEMBERS
Maribeth Bushey
Kate Colin
Andrew Cuyugan McCullough
COMMERCIAL GENERAL LIABILITY, AUTOMOBILE AND WORKERS'
COMPENSATION INSURANCE (MAJOR PUBLIC WORKS CONTRACTS)
The City of San Rafael requires that all Contractors and Subcontractors performing work under
a Public Works contract with the City carry commercial general liability, automobile, and
workers' compensation insurance. The Contractor and Subcontractors shall insure the City, its
elective and appointive Boards, Commissions, Officers, Agents and Employees, as follows:
Commercial General Liability:
Automobile Liabil
Workers' Compensation Liability
Minimum of $1,000,000 per occurrence
and $2,000,000 aggregate coverage.
Minimum of $1,000,000 coverage.
Statutory coverage.
The required commercial general liability insurance policy shall provide or shall be endorsed to
provide that the City, its officers, employees, agents and volunteers are additional named
insureds under the policy, that such policy shall be primary and non-contributory and will not
seek contribution from the City's insurance or self-insurance. The "primary and non-contributory"
coverage shall be at least as broad as CG 20 01 04 13.
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 non-
contributory basis for the benefit of the City (if agreed to in a written contractor or agreement)
before City's own insurance or self-insurance shall be called upon to protect it as a named
insured.
The insurance policies shall be specifically endorsed to provide that the insurance carrier shall
not cancel, terminate, or otherwise modify the terms and conditions of said insurance policies
except upon ten (10) days written notice to the City.
It shall be a requirement under the contract 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 the contract; or
(2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the named insured; whichever is greater.
Any deductibles or self-insured retentions in the required insurance policies must be declared to
and approved by the City, and shall not reduce the limits of liability. Policies containing any self -
111 MORPHEW STREET • PO Box 151560 • SAN RAFAEL, CA 94915-1560
WWW. C ITYOFSANRAFAEL. OR G
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 or subcontractor shall procure a bond guaranteeing payment of
losses and related investigations, claims administration, attorney's fees, and defense expenses.
Contractor and subcontractors shall provide to the City all of the following: (1) Certificates of
Insurance evidencing the required insurance coverage, (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 and subcontractors.
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 City.
The insurance policies shall provide for a retroactive date of placement coinciding with the
effective date of this contract.
The insurance policies shall include, in their text or by endorsement, coverage for contractual
liability and personal injury.
If the insurance is written on a Claims Made Form, then, following termination of the contract,
said insurance coverage shall survive for a period of not less than five years.
Client#: 54
CSWSTUBER1
ACORDT. CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDD/YYYY)
10/17/2014
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
Dealey, Renton & Associates
P. O. Box 12675
Oakland, CA 94604-2675
510 465-3090
CONTACT Nancy Ferrick
PHONE 510 465-3090 FAX 510 452-2193
AIC No Ext : A/C No
E-MAIL
ADDRESS: nferrick@insdra.com
INSURER(S) AFFORDING COVERAGE NAIC A
INSURER A: Sentinel Insurance Co. LTD 11000
INSURED
INSURER B: American Automobile Ins. CO. 21849
CSW/Stuber-Stroeh Engineering Group Inc.
INSURER C: U -S- S ecialt Insurance Com an 29599
45 Leveroni Court
Novato, CA 94949
INSURER D:
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
LTR
LT
TYPE OF INSURANCE
ADSL
WVD
POLICY NUMBER
POLICYEFF
Y EXP
MM DDIYYYY LIMITS
A
GENERAL LIABILITY
X
X
57SBWD05183
9/0112014
09/01/2015 EACH OCCURRENCE s2,000,000
X COMMERCIAL GENERAL LIABILITY
PREMISESDEa occurrence $1,000,000
CLAIMS -MADE 51OCCUR
MED EXP (Any one person) $10000
PERSONAL & ADV INJURY s2,000,000
GENERAL AGGREGATE $4,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS-COMP/OP AGG $4,000,000
POLICYFX] PR07 LOC
$
A
AUTOMOBILE
LIABILITY
X
X
57UEGPC4887
9/01/2014
09/01/201 COMBINED SINGLE LIMIT
Ea ."erill $1,000,000
X
ANY AUTO
BODILY INJURY (Per person) $
ALL OWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY (Per accident) $
X
X NON -OWNED
PROPERTY DAMAGE $
HIRED AUTOS AUTOS
Per accident
A
X
UMBRELLA LIAB
X
OCCUR
X
X
57SBWD05183
9/01/2014
09/01/2015 EACH OCCURRENCE s4,000,000
EXCESS LIAB
CLAIMS -MADE
AGGREGATE s4,000,000
DED RETENTION $
$
B
WORKERS COMPENSATION
X
WZP81021092
9/01/2014
OTH-
09/01/201 X WCSTATU- IER
AND EMPLOYERS' LIABILITY / N
ul�
ANY PROPRIETOR/PARTNER/EXECUTIVEY
E.L. EACH ACCIDENT 1$1,000,000
OFFICER/MEMBER EXCLUDED? a
N I A
(Mandatory in NH)
E.L. DISEASE - EA EMPLOYEE $1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT $1,000,000
C
Professional
USS1424790
4/01/2014
03/31/2015 $1,000,000 per Claim
Liability
$2,000,000 Annl Aggr.
DESCRIPTION OF OPERATIONS / 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.
REF: All Job/Locations. BUSINESS LIABILITY ADDITIONAL INSURED: The Certificate Holder* and any other person
named in the written contract between the Named Insured and the Certificate Holder. The coverage afforded
is pursuant to Section C., Who Is An Insured, Sub -Section 6., Additional Insureds When Required By Written
Contract, Written Agreement Or Permit, Subsection f. Any Other Party of the Business Liability Coverage
(See Attached Descriptions)
City of San Rafael
Department of Public Works
111 Morphew Street
San Rafael, CA 94903
ACORD 25 (2010/05) 1 of 2
#S1137528/M1079460
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
© 1988-2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
NMF
SAGITTA 25.3 (2010/05) 2 Of 2
#S1137528/M1079460
Insured: CSW/Stuber-Stroeh Engineering Group Inc.
Insurer: Sentinel Insurance Co. LTD
Policy Number: 57SBWD05183
Policy Effective Date: 09/01/2014
Additional Insured:
The City of San Rafael, its officers, agents and employees.
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: CSW/Stuber-Stroeh Engineering Group Inc.
Policy Number:57UEGPC4887
Policy Effective Dates: 09/01/2014
Additional Insured:
The City of San Rafael, its officers, agents and employees.
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: CSW/Stuber-Stroeh Engineering Group Inc.
Policy Number: WZP81021092
Effective Date: 09/01/2014
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.)
Yju 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
REF: All Job/Locations. SCHEDULE CONTINUED: A Waiver of Subrogation applies in favor
City of San Rafael of the City of San Rafael, its officers, agents and employees.
Department of Public Works
111 Morphew Street
San Rafael, CA 94903
4-Z" _
Countersigned by�-r—~' r�
Authorized Representative
Form WC 04 03 06 (1) Printed in U.S.A.
Process Date: Policy Expiration Date:
iC/a //i,�
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
Description
Completion
Department
Date
1
City Attorney
Review, revise, and comment on draft
agreement.
2
Contracting Department
Forward final agreement to contractor for
their signature. Obtain at least two signed
originals from contractor.
3
Contracting Department
Agendize contractor -signed agreement for
Council approval, if Council approval
necessary (as defined by City Attorney/City
Ordinance*).
City Attorney
Review and approve form of agreement;
ne an v
j
bonds, and insurance certificates and
endorsements.
DV -
5
City Manager / Mayor / or
Agreement executed by Council authorized
Department Head
official.
6.
City Clerk
City Clerk attests signatures, retains original
r 3 I 1 L4
agreement and forwards copies to the©I
contracting department.
To be completed by Contracting Department:
Project Manager: Li a Project Name: �'12' IS P�cu y /�Lirc�s
Agendized for City Council Meeti g of (if necessary): �►'��
.1
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.
CITY OF SAN RAFAEL
ROUTING SLIP 1 APPROVAL FORM
INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OFA CONTRACT, AGREEMENT,
ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL / AGENCY.
SRCC AGENDA ITEM NO. -3 . m
DATE OF MEETING: October 6, 2014
FROM: Nader Mansourian
DEPARTMENT: Public Works FILE NO.: 18.01.73
DATE: September 22, 2014
TITLE OF DOCUMENT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
ACCEPTING A PROPOSAL FROM CSWISTUBER-STROEH ENGINEERING
GROUP, INC. FOR DESIGN ASSISTANCE ON THE MANUEL T. FREITAS
PARKWAY AND LAS GALLINAS AVENUE INTERSECTION IMPROVEMENT
PROJECT, CITY PROJECT #11171, AND AUTHORIZING THE DIRECTOR OF
PUBLIC WORKS TO ENTER INTO A PROFESSIONAL SERVICES
AGREEMENT WITH CSW/STUBER-STROEH ENGINEERING GROUP, INC. IN
AN AMOUNT NOT TO EXCEED $245,282.00.
Department Head (signature)
(LOWER HALF OF FORM FOR APPROVALS ONLY)
APPROVED AS COUNCIL/ AGENCY APPROVED AS TO FORM:
AGENDA ITEM:
7 2A.Ls
_-
City Manager (signature) City Attorney (signature)
NOT APPROVED
REMARKS: