Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCC Resolution 13822 (SMART Accessibility Ramps)RESOLUTION NO. 13822
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL ACCEPTING A
PROPOSAL FROM KIMLEY-HORN & ASSOCIATES, INC. FOR DESIGN ASSISTANCE
OF ACCESSIBILITY RAMPS NEAR THE DOWNTOWN SONOMA MARIN AREA RAIL
TRANSIT CROSSINGS AND AUTHORIZING THE PUBLIC WORKS DIRECTOR TO
ENTER INTO A PROFESSIONAL SERVICES AGREEMENT WITH KIMLEY-HORN AND
ASSOCIATES, INC. IN AN AMOUNT NOT TO EXCEED $42,000.
WHEREAS, construction has commenced on the Sonoma Marin Area Rail
Transit (SMART) project consisting of passenger rail operation between Santa Rosa and San
Rafael, and ultimately to Larkspur; and
WHEREAS, SMART plans to construct ADA required curb ramps within their
right-of-way; and
WHEREAS, additional ADA compliant curb ramps are required within the
pedestrian path of travel, located on City public right-of-way; and
WHEREAS, City staff found that design services from qualified consultants will
be required for this project; and
WHEREAS, the cost to design these ramps will be allocated from the City's Gas
Tax Fund (#206); and
WHEREAS, the most qualified consultant team is Kimley-Horn & Associates,
Inc. with a fee in the amount of $42,000 (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. The professional scope of services for Kimley-Horn & Associates, Inc., as
attached hereto, is accepted.
2. Council does hereby authorize the Public Works Director to enter into a
Professional Services Agreement with Kimley-Horn & Associates, Inc. for
professional services listed in Exhibit "A", in a form approved by the City
Attorney and in an amount not to exceed $42,000.
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"' day of October, 2014, by the following vote, to wit:
AYES: COUNCILMEMBERS: Bushey, Colin, Connolly, McCullough & Mayor Phillips
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: None
ESTHER C. BEIRNE, City Clerk
File No.: 18.06.52
AGREEMENT
FOR PROFESSIONAL SERVICES WITH KIMLEY-HORN & ASSOCIATES, INC. FOR DESIGN OF
ACCESSIBILITY RAMPS NEAR THE DOWNTOWN SONOMA MARIN AREA RAIL TRANSIT
CROSSINGS
This Agreement is made and entered into this day of/,,`gy p 2014 by and
between the CITY OF SAN RAFAEL [hereinafter "CITY"], and Kimley-Horn & Associates, Inc.
(hereinafter "CONTRACTOR").
RECITALS
WHEREAS. the CITY has determined that certain specialized professional services are
required for the design of various accessibility ramps near the downtown Sonoma Marin Area Rail
Transit crossings (hereinafter "PROJECT"): and
WHEREAS, the CONTRACTOR has offered to render such specialized professional services
in connection with this Pr(-ject.
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, Kevin
Aguigui 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 September 18"', 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".
). 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 "A" and the total payment for the project will not exceed $42,000.
Payment will be made monthly upon receipt by PROJECT MANAGER of itemized
invoices submitted by CONTRACTOR.
complete.
j. 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 obli-ations 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.
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
Tile 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 he 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 two
million dollars ($2,000,000) per occurrence/four million dollars ($4,000,000) aggregate, to cover any
claims arising out of the CONTRACTOR's performance of services under this Agreement. Where
CONTRACTOR is a professional not required to have a professional license, CITY reserves the right to
require CONTRACTOR to provide professional liability insurance pursuant to this section.
4. If it employs any person, CONTRACTOR shall maintain worker's
compensation and employer's liability insurance. as required by the State Labor Code and other applicable
laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for
injuries to CONTRACTOR's officers and employees. CONTRACTOR'S worker's compensation
insurance shall be specifically endorsed to waive any right of subrogation against CITY.
B. Other Insurance Requirements. The insurance coverage required of the
CONTRACTOR in subparagraph A of this section above shall also meet file 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.
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
Agreement • 3
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 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 he satisfied by a
combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall
contain or he endorsed to contain a provision that such coverage shall also apply on a primary and
noncontributory hasis 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 he 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 sell` -insured
retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied b_v 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
Agreement • 4
listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policv
lanuua-lre or specific endorsements evidencinfz the other insurance requirements set forth in this
A�,,rcement. 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.
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.
Agreement • 5
12. NONDISCRIMINATION
CONTRACTOR shall not discriminate, in any way, against any person on the basis of
age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the
performance of its duties and obligations under this Agreement.
13. COMPLIANCE WITH ALL LAWS
CONTRACTOR shall observe and comply with all applicable federal, state and local
laws, ordinances, codes and regulations, in the performance of its duties and obligations under this
Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these
laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold
harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines
and all other consequences from any noncompliance or violation of any laws, 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 he 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: Kevin Aguigui
Kimley-Horn & Associates, Inc.
1300 Clay Street, Suite 325
Oakland, CA 94612
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
Aereernent • 6
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 lees 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:
�� 7 Fz, -- �C / /��,
ROBERT F. EPSTEIN, City Attorney
File No.: 18.06.52
Kimley-Horn & Associates, Inc.
Title: t 't
Agreement • 8
Kimley )) Horn
September 18, 2014
Leslie Blomquist, P.E.
City of San Rafael
Department of Public Works
111 Morphew Street
San Rafael, CA 94901
We are pleased to submit our proposal for the preparation of detailed designs for new curb ramps in
the City of San Rafael. The following Scope of Work and Fee Estimate are based on our
understanding of the requested additional items.
•
Kimley-Horn will perform topographic surveys at ten (10) corners — see Task 2 below. The surveys
will pick up surface and drainage improvements within an expanded footprint around the curb ramp
locations.
Kimley-Horn will create 75%, 950/6 and 100% ramp designs for the following ten (10) curb ramp
locations:
• 4th & Tamalpais (NE, NW and SW corners)
• 5`h & TamalDais (NE. NW. SE and SW corners)
• Mission & Tamalpais (NW, SE, and SW corners)
The designs will be consistent with current City designs for new curb ramps. The design plans will be
prepared as standalone designs, or if necessary incorporated into a larger design plan set. We will
gather existing utility information and add right of way information to the plans to the extent possible
based on existing record drawings.
Once the 750/6 designs are prepared we will meet with the City in the field to discuss the designs and
receive input to prepare the 959e designs.
Our estimated fee to perform the additional services and support described above is $42,000. This
includes all administrative costs and direct expenses. The table below provides the fee estimate per
task.
Kimlep) Horn pa g e 2
Task and Description Fee Estimate
Task 1: Perform Topographic Surveys $10,100
Task 2: Intersection Curb Ramps Design $31,650
Direct Expenses $250
TOTAL FEE: $42,000
Schedule
We will conduct the topographic surveys immediately upon a notice to proceed and deliver the 759.
curb ramp designs within two weeks of receipt of the topographic surveys. Upon City review and
comment, we will prepare the 95% curb ramp designs. We have assumed designs at the 75%, 95%
and 100% stages. We will coordinate the curb ramp designs with the designs for the San Rafael
RTSE PS&E package.
Thank you for the opportunity to provide these design services. Please contact me directly if there
are any questions or concerns with any part of our proposal. I can be reached at (510) 350-0217
(office), (510) 393-6232 (cell) or kevin.aauioui(cDkimlev-horn.com.
Sincerely,
1
Kevin Aguigui, P.E., E.E., CSEP
Project Manager
Staff Position
FW�—je—ct Manager
Senior Civil Engineer
Senior Engineer
Senior ITS Engineer
Senior Traffic Engineer
Civil Engineer III
Civil Engineer 11
Civil Engineer
Traffic Engineer 11
rraffic Engineer
Traffic Analyst
Civil Analyst
Principal Environmental Planner
Senior Environmental Planner/Engineer
Environmental Specialist/Engineer
Environmental Planner
Graphics/GIS
Admin.
Rates are subject to change July 1, 2015
Fully Loaded Hourly Rate
$230
$215
$205
$185
$185
$195
$175
$155
$145
$130
$115
$115
$239
$175
$125
$110
$95
$85
MAYOR
Gant' O. Phillips
VICE MAYOR
Damon Connolly
COUNCIL MEMBERS
Kate Colin
Maribeth Bushey
Andrew Cuyugan McCullough
INSURANCE REOUIREMENTS SHEET
SUBJECT: 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 Liabilitv:
Automobile Liabilitv:
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
tD
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. Furthennore, 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-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.
A ® C TIFIC T ®F LIABILIT I ' SUR CE I 11/6/2014Wi
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(ies) 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 CONTACT Jerry NO ola
NAME: y y
Greyling Insurance Brokerage FAX
IA/CONN . FYtI. (770) 552-4225 ((AIC. No): (866) 550-4082
450 Northridge Parkway ADORIESS:Jerry.noyola@greyling.com
Suite 102 INSURER(S) AFFORDING COVERAGE NAIC#
Atlanta GA 30350 INSURER A National Union Fire Ins Cc 19445
INSURED INSURERB:Commerce & Industry Insurance 19410
Kimley-Horn and Associates, Inc. INSURERCNew Hampshire Insurance Company 23841
P.O. Box 33068 INSURERD:Lloyd'S of London 085202
INSURER E:
Raleigh NC 27636 INSURER F:
COVERAGES CERTIFICATE NUMBER:14-15 (Kimley Janice) 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 CONTRACT OR 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 REDU CED BY PAID CLAIMS.
INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP WLIMITS
LTR INSR VD POLICY NUMBER (MMIDD/YYYY) (MMIDD/YYYYI
GENERAL LIABILITY I EACH OCCURRENCE S 1,000,0001
X COMMERCIAL GENERAL LIABILITY
DAMAGE TO RENTED
PREb11SES (Ea occurrence)
$ 500,0001
A CLAIMS -MADE Fx_] OCCUR
GL 9645227
4/1/2014 4/1/2015
' MED EXP (Any one person)
S 25,0001
X Contractual Liability
PERSONAL & ADV INJURY
S 1,000,0001
GENERAL AGGREGATE
S 2,000,0001
GEN'L AGGREGATE LIMIT APPLIES PER
jPRODUCTS- COMP/OPAGG
S 2,000,0001
7
$
POLICY I X lET I x LOC
AUTOMOBILE LIABILITY
A
COMBINED SINGLE LIMIT
(Ea accident}
S 1,000,000
X ANY AUTO
( BODILY INJURY (Per person)
$
A ALL OWNED SCHEDULED
CA 4982985
4/1/2014 4/1/2015
( BODILY INJURY (Per accident)
$
_ AUTOS AUTOS
X X NON -OWNED
I PROPERTY DAMAGE
$
HIRED AUTOS AUTOS
(Per accident)
S
X UMBRELLA LIAB X OCCUR
EACH OCCURRENCE
$ 5 r 000 r 000
B EXCESS LIAB j—jl CLAIMS -MADE
AGGREGATE
S 5, 000, 000
DED I X IRETENTIONS 10,000
BE58430948
4/1/2014 4/1/2015
S
C WORKERS COMPENSATION
WC 018112556 (AOS)
4/1/2014 4/1/2015
X ITORYLNITSi JOT
AND EMPLOYERS' LIABILITYER
ANY PROPRIETOR/PARTNER/EXECUTIVE Y/ N
E L EACH ACCIDENT
S 1,000,000
A OFFICER/MEMBER EXCLUDED? � NIA
(Mandatory in NH}
WC 016112$57 (CA)
2015 4/1/2014 4/1
/
( E L DISEASE - EA EMPLOYEE
S 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E L DISEASE - POLICY LIMIT
S 1,000,000
D Professional Liability
B0879PO70831401 &
4/1/2014 4/1/2015
Per Clam
$4,000,000
B0879PO70831402
Aggregate
$4,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
Re: Design of Accessibility Ramps Near the Downtown Sonoma -Marin Area Rail Transit Crossings. The City
of San Rafael, its officers, agents, employees & volunteers are named as Additional Insureds on the above
referenced liability policies with the exception of workers compensation & professional liability where
required by written contract. The above referenced liability policies with the exception of professional
liability are primary & non-contributory where required by written contract. Waiver of Subrogation is
applicable where required by written contract & allowed by law. Should any of the above described
policies be cancelled by the issuing insurer before the expiration date thereof, 30 days' written notice
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Sari Rafael ACCORDANCE WITH THE POLICY PROVISIONS.
Leslie Blomquist
111 Morphew Street AUTHORIZED REPRESENTATIVE
San Rafael, CA 94915
David Collings/JERRY `��<__��
ACORD 25 (2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved.
INS025 oninn,� m Thn A(Tr)Rn norma mnrl Innn mra ranictarart mmrirc of &rr)pn
I COMMENTS/REMARKS
(except 10 days for nonpayment of premium) will be provided to the Certificate Holder
named below.
OFREMARK COPYRIGHT 2000, AMS SERVICES INC.
Policy Number: GL 9645227 COMMERCIAL GENERAL LIABILITY
CG2083O7O4
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Section U —VVho Is An Insured is amended to
include as an additional insured any person or or-
ganization
when you and such person or organization have
agreed in writing in a contract or agreement that
such person or organization be added as an addi-
tional insured on your policy. Such person or or-
ganization is an additional insured only with re-
spect to liability for "bodily injury", "property
damage" or "personal and advertising injury'
caused, in whole or in part, by:
1. Your acts or omissions; or
2 The acts or omissions of those acting on your
behalf-,
in the performance of your ongoing operations for
the additional insured.
Aperson's ororganization's status asonadditional
insured under this endorsement ends when your
operations for that additional insured one com-
pleted.
B. With respect to the insurance afforded to these
additional insureds, the following additional exclu-
sions apply:
This insurance does not apply Vn�
1. "Bodily
and advertising injury' arising out of the render-
ing of, or the failure to render, any professional
architectural, engineering or surveying ser-
vices, including:
a. The prapehng, appmvinQ, or failing to pre-
pare or approve, maps. shop drawings,
opinions, epods, surveys, field ordem,
change orders or drawings and opocifica-
1ionm;or
b. Supervisory, inspection, architectural or
engineering activities.
2. 'Bodily injury' or "property damage' occurring
u. All work, including materials, or
equipment furnished in connection with
such work, onthe project ser-
vice, maintenance or repairs) to be per-
formed
opfoxmed by or on behalf of the additional in-
sured(s) at the location of the covered
operations has been completed; or
b.That portion of"your work" out ofwhich the
injury ordamage arises has been put to its
intended use by any person or organization
other than another contractor orsubcontrac-
tor engaged in performing operations fora
principal aoapart ofthe same project.
{G 20 33004 @ ISO Properties, Inc,2004 Page 1of1 O
POLICY NUMBER: GL 9645227
COMMERCIAL GENERAL LIABILITY
CG 20 37 07 04
♦ • • P61PX61 U14 x1, Lei Lim
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
Name Of Additional Insured Person(s)
Or Organization (s):
AS REQUIRED BY WRITTEN CONTRACT
14TIHIAN1114�
Location And Description Of Completed Operations
AS REQUIRED BY WRITTEN CONTRACT
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Section II - Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury" or
property damage" caused, in whole or in part, by
your work" at the location
designated and described in the schedule of this
endorsement performed for that additional insured
and included in the "products -completed operations
hazard. '°
CG 20 37 07 04 0 ISO Properties, Inc.,2004 Page 1 of 1 0
ENDORSEMENT
This endorsement, effective 12:01 A.M. 04/01/14 forms a part of
policy No.GL 9645227 issued to KIMLEY-HORN AND ASSOCIATES, INC.
by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
� - • . , • . I . • •
•' • •
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
The following paragraph is added to SECTION II - WHO IS AN INSURED and applies only to persons
or organizations we have added to your policy as additional insureds by endorsement to comply
with insurance requirements of written contracts relative to: a) the performance of your ongoing
operations for the additional insureds; or b) "your work" performed for the additional insureds and
included in the "products -completed operations hazard":
This insurance is primary over any similar insurance available to any person or organization we have
added to this policy as an additional insured. However, this insurance is primary over any other
similar insurance only if the additional insured is designated as a named insured in the Declarations
of the other similar insurance. We will not require contribution of limits from the other similar
insurance if the insurance afforded by this endorsement is primary.
This insurance is excess over any other valid and collectible insurance, whether primary, excess,
contingent or on any other basis, if it is not primary as defined in the paragraph above.
All other terms and conditions of the policy are the same
90533 (3/06)
L'�eMR ��A thorizpresentative or
Countersignature (in States Where
Applicable)
Page 1 of 1
November 3, 2014
Kimley-Horn & Associates, Inc.
1300 Clay Street, Suite 325
Oakland, CA 94612
Attn: Kevin Aguigui
MAYOR GARY O. PATI 1 ws
VRT MAYOR DANION CONNOI LY
6tCOUN( ILMI 1,11i1[R KA'I i CUI_IN
COUN('II N11 NIBI;R MARIRI I II IW111II 1'
COUN('11_NII'Nilil,li ANI)R1 W ('U)'ULAN M('CUI I OUGI I
PUBLIC WORKS DEPARTMENT: (415)485-3355 FAX: (415)485-3334
Nader Mansourian, Director of Public lVorks
File No.: 18.06.52
Re: DESIGN OF ACCESSIBILITY RAMPS NEAR THE DOWNTOWN SONOMA-
NIARIN
CROSSINGS
Dear Kevin,
The San Rafael City Council on Monday, October 6, 2014, authorized the referenced contract to
your firm in the amount of $42,000.
Enclosed are the original and two copies of the project agreement which you are required to
execute within five (5) days from receipt of this letter. Please take the following steps:
AGREEMENT
1. Execute all three copies. NOTE: If you are a corporation, two signatures are required;
one by the Chairman of the Board, the President or any Vice President, ANIS one by the
Secretary, Assistant Secretary, Chief Financial Officer or any Assistant Treasurer.
Alternatively, you may provide a corporate resolution stating that the individual who
signs is authorized to bind the corporation.
2. Return all three copies to us. You will receive a fully executed copy later.
INSURANCE
1. Furnish Certificates of Insurance as provided in the specifications and as described on the
enclosed "Insurance Requirements Sheet", including Workers' Compensation, Public
Liability, and Property Damage. The required insurance may be provided by a separate
policy or certificate of insurance insuring the City for public liability and property
damage. The required cross -liability endorsement MUST READ EXACTLY AS
STATED on the enclosed Insurance Requirement Sheet. Be sure to attach the
endorsement to your insurance certificate. That portion of the cancellation clause
I I 1 rvlom)1u w S m iii • PO 13ox 151560. SAN RAI ALL, CA 9.1915-1560
WWW.(TF)'0I SANRAI'AI'L.ORG
Page Two
1�
pertaining to "Failure of the insurance company to mail notice of cancellation imposing
no obligation or liability upon the company" must be deleted from the certificate of
insurance. Please cross out and initial the deleted portion.
Send the Insurance Certificates in duplicate to our office.
3. Please give your insurance carrier a copy of this letter as a guide.
1-1
Should you, your bonding company, or your insurance carrier have any questions, please contact
our Engineer at 485-3355.
Sincerely yours,
Leslie Blomquist
Associate Civil Enginee
LB:drn
Enclosures (3): 3 Agreements
PROFESSIONAL SERVICES AGREEMENT/CONTRACT
COMPLETION CHECKLIST AND ROUTING SLIP
Below is the process for getting your professional services agreements/contracts finalized and
executed. Please attach this "Completion Checklist and Routing Slip" to the front of your
contract as you circulate it for review and signatures. Please use this form for all professional
services agreements/contracts (not just those requiring City Council approval).
This process should occur in the order presented below.
Step Responsible
Department
1 City Attorney
2 Contracting Department
3 Contracting Department
4 City Attorney
5 City Manager / Mayor / or
Department Head
6_ City Cleric
Description
Review, revise, and comment on draft
agreement.
Forward final agreement to contractor for
their signature. Obtain at least two signed
originals from contractor.
Agendize contractor -signed agreement for
Council approval, if Council approval
necessary (as defined by City Attorney/City
Ordinance*).
Review and approve form of agreement;
bonds, and insurance certificates and
endorsements.
Agreement executed by Council authorized
official.
City Clerk attests signatures, retains original
agreement and forwards copies to the
contracting department.
To be completed by Contracting Department:
Completion
Date
L , C' / L" le
IC ,v%Sr(y5r
l
Project Manager:If ` _ y.€ Project Name: r
Agendized for City Council Meeting of (if necessary):
If you have questions on this process, please contact the City Attorney's Office at 485-3080.
* Council approval is required if contract is over $20,000 on a cumulative basis.
CITY OF SAN RAFAEL
'0,, ,..M0 , 0 -
INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OF A CONTRACT, AGREEMENT,
ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL / AGENCY.
SRRA / SRCC AGENDA ITEM NO.
DATE OF MEETING: 10/6/14
FROM: Nader Mansourian
17:4VAJ; ►�i1�►� 11:71ia�i�[.Ti;
DATE: 9/22/14
TITLE OF DOCUMENT:
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL ACCEPTING
A PROPOSAL FROM KIMLEY-HORN & ASSOCIATES, INC. FOR DESIGN ASSISTANCE
OF ACCESSIBILITY RAMPS NEAR THE DOWNTOWN SONOMA MARIN AREA RAIL
TRANSIT CROSSINGS AND AUTHORIZING THE PUBLIC WORKS DIRECTOR TO
ENTER INTO A PROFESSIONAL SERVICES AGREEMENT WITH KIMLEY-HORN AND
ASSOCIATES, INC. IN AN AMOUNT NOT TO EXCEED 542,000.
Department Head (signature)
(LOWER HALF OF FORM FOR APPROVALS ONLY)
APPROVED AS COUNCIL/ AGENCY
AGENDA ITEM:
City Manager (signature)
►• .'•C• t
APPROVED AS TO FORM:
City Attorney (signature) '
File No.: 18.06.52