Loading...
HomeMy WebLinkAboutPW San Quentin Pump Station ReconstructionAGREEMENT FOR PROFESSIONAL SERVICES WITH CSW/STUBER-STROEH ENGINEERING GROUP, INC. FOR ENGINEERING DESIGN SERVICES ASSOCIATED WITH THE SAN QUENTIN PUMP STATION RECONSTRUCTION PROJECT This Agreement is made and entered into this :<'1::)",.", day of IJ &;eHB.6R ,2017, 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 professional services are required for design and environmental clearance associated with the San Quentin Pump Station Reconstruction Project, City Project No. 11334; and WHEREAS, the CONTRACTOR has agreed to render such services; AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. PROJECT COORDINATION. A. CITY'S Project Manager. The Director of Public Works is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR'S Project Director. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. AI 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 shall perform the duties and/or provide the servIces outlined in the CONTRACTOR'S "Phase 1-Revised Scope of Services" dated November 30, 2017, marked as Exhibit "A," attached hereto, and incorporated herein. 3. DUTIES OF CITY. CITY shall compensate CONTRACTOR as provided in Paragraph 4, and 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 at the hourly rates shown in CONTRACTOR'S "Hourly Rates and Billing Policy" dated July 12, 2017, attached hereto as Exhibit "B" and incorporated herein, and in accordance with the "Fees" schedule shown in the "Phase 1 -Revised Scope of Work" dated November 30, 2017 included in Exhibit II A" attached and incorporated herein, in a total contract amount not to exceed $128,038. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 5. TERM OF AGREEMENT. The term of this Agreement shall commence upon the date of execution of this Agreement and end on December 31, 2021, or on such earlier date when the work shall have been completed, unless the parties agree to extend this Agreement for another 90 days, as approved in writing by City Manager. 6. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. 7. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the perfonnance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 8. INSPECTION AND AUDIT. 2 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 tenn 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 dollars ($1,000,000) dollars per occurrence. 3. If any licensed professional performs any of the services required to be performed under tlus Agreement, a professional liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. Where CONTRACTOR is a professional not required to have a professional license, CITY reserves the right to require CONTRACTOR to provide professional liability insurance pursuant to this section. 4. If it employs any person, CONTRACTOR shall maintain worker's compensation insurance, as required by the State of California, with statutory limits, and employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. CONTRACTOR's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required of the CONTRACTOR in subparagraph A of this section above shall also meet the following requirements: 3 1. Except for professional liability insurance and worker's compensation insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally 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 upon CITY's insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in CONTRACTOR'S policies shall be at least as broad as ISO form CG20 01 0413. 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. By execution of this Agreement, CONTRACTOR hereby grants to CITY a waiver of any right to subrogation which any insurer of CONTRACTOR may acquire against CITY by virtue of the payment of any loss under such insurance. CONTRACTOR agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not CITY has received a waiver of subrogation endorsement from the insurer. 5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement 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 sha11 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 4 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 oflosses and related investigations, claims administration, attorney's fees and defense expenses. D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT MANAGER or CITY'S City Attorney all of the following: (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement ; (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. CITY reserves the right to obtain a full certified copy of any insurance policy and endorsements from CONTRACTOR. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. 11. INDEMNIFICATION . A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the fullest extent permitted by law , indemnify, release, defend with counsel approved by CITY, and hold hannless 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 hannless the City Indemnitees from and against any CLAIMS that arise out of, pertain to, or 5 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. 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, fmes and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of tillS Agreement, to the other party. 15. NOTICES. All notices and other communications required or permitted to be given under tillS Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY's Project Manager: Bill Guerin Public Works Director 111 Morphew Street San Rafael, CA 94901 6 TO CONTRACTOR's Project Director: 16. INDEPENDENT CONTRACTOR. AI Cornwell CSW/Stuber-Stroeh Engineering Group, Inc. 45 Leveroni Court Novato, CA 94949 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 tillS 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. WANERS. 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 tenn, 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, perfonnance, or other consideration which may become due or owing under this Agreement, shall 7 not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 21. CITY BUSINESS LICENSE / OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed 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 ~=k IJ JIM C TZ, City Manager ATTEST: ~~ C..&uR~ , ESTHER C. BEIRNE, City Clerk 8 CONTRACTOR By tJi~A Name: iii ~~/ Title of COIporate Officer: /11/4. And By:abo1 fuw1 Name: W~f\..~ F-. L.ehuh Title of Corporate Officer: Pr-/' h c.. • CSW ST 2 San Quentin Pump Station Reconstruction Project Cil)' oj Sal1 Rafael-DepmtlJJel1t ojPl(blic Works PHASE 1-REVISED SCOPE OF WORK Task 1: Project Management and Coordination a. Kick-off Meeting EXHIBIT A November 30, 2017 Upon award, CSW I ST2 will schedule a kick off meeting with the City. Attendees of this meeting will be the City Staff (management and maintenance staff), design team members including CSW I ST2 (civil), DLF (structural), and Cammisa & WIPF (electrical engineer), and WRA (environmental). Prior to the kick off meeting CSW I ST2 will develop a list or matri.x of issues (see below) to cover at the kick off meeting as well as an agenda. The purpose of the kick off meeting is to develop a clear understanding with the City and its staff on the critical items that need to be included in the design, establish an initial schedule and confIrm the City's and the team's expectations. b. Monthly Scheduling CSW I ST2 will present a preliminary project schedule within a week of contract award. The schedule will be prepared using Microsoft Projects. As shown in our proposal schedule, we will include a table of tasks with percent completion, deliverable dates, regular design meetings, monthly meetings, and milestones. The schedule will be update monthly and presented at each monthly meeting. As the design progresses and we monitor the schedule, we will present status reports to the City. The schedule shall indicate completion of the design by or before Spring 2018. c. Monthly Meetings Our proposal includes up to ~ regular design meetings. We will coordinate and prepare an agenda and updated schedule for each meeting. Following each meeting, we will generate a set of minutes outlining the issues discussed, identifying questions to be answered and whose court the ball to answer the question lies (action items) as well as a target date for completing. Since we are a local fIrm, we anticipate face-to-face meetings at the City offIce. If necessary, we can meet in our offIce or on-site to discuss or review specifIc items of concern. d. Utility Coordination CSW I ST2 will contact PG&E (gas/electric), to verify the extent of their existing facilities. We will work with the company to develop, to the extent possible, the capacity and (if necessary) extend their existing facilities. As requested by the City, we will send copies of the phased design plans. Deliverables: Monthly Project Schedules and Agenda (PDF) Meeting Minutes (Word or PDF) Task 2: Design -Plans, Specifications and Estimate (PS&E) a. Preliminary Investigations 1. Geotechnical Investigations: CSW I ST2's team member, l'v1iller PacifIc Engineering, will conduct subsurface investigations and provide a report of ftndings. The report will include recommendations to address settlement of the proposed improvements. The exploration will consist of two (2) borings. The investigation will also include laboratory testing of selected samples. 11. Pump Station Design Layout: CSW I ST2 will fIrst start with sizing the pumps, generator, electrical service, controls and panels to determine clearances required for developing a site plan. Also, we will utilize tl1e existing low point and develop alternatives for a new trash rack and collection system to the new pump station. CSW I ST2 will work closely with the City in ftnalizing a site plan tl1at is workable and safe. Our structural team member, DAC and Associates, will take the fIndings of tl1e concrete testing and design a reconfIgured sump, looking at the conftguration to see if the flow to tl1e vertical turbine or submersible pumps can be improved by adjusting tl1e geometry of the wet well. The design will CSW ST 2 San Quentin Pump Station Reconstruction Project CitJl of San Rafael -DepmtllJeI1t of Public WOI*S PHASE 1-REVISED SCOPE OF WORK include repair coatings that will extend the life of the sump. Access hatches will be installed. ill. Boundary Surveying: CSW I ST2 will obtain a preliminary title report, deeds, and/ or record maps to help establish the project boundary. We will perform up to two (2) days of topographic survey and establish the vertical (NAVD 88) and horizontal control (NAD 83). CSW I ST2 will locate monuments from record documents. We will use tlus found information as a basis to align the physical field information with the recorded location of existing easement. This information will be used to determine if additional easements are required for proposed improvements. CSW I ST2 will prepare the Boundary Survey Map. Deliverables shall be provided to the City in a format suitable for import into ArcView GIS and AutoCad Civil 3D. All topograpluc surveying shall be done in general accordance witl1 Caltrans Survey Manual Oatest edition). IV. Hydrology & Hydraulic Report: CSW I ST2 will review the existing hydrologic/hydraulic report. We will prepare a technical memorandum describing our fmdings and recommendations for selecting the appropriate pump and pipe types and sizes. CSW I ST2 will review tl1e watershed area used in developing the existing pump station and provide run-off coefficients. We will utilize IDF curves from NOAA Point Precipitation Data. We will evaluate the design capacity based on tl1e Marin County (DPW) Hydrology Manual and/or using AutoCAD 2016 Storm Sewers Extension. Hydraulic calculations will be based on Hydraflow Express Extension. Our evaluation will be based on the 25 and 100-year storm events. v. Basis of Design: To provide a foundation for the phased construction document, we included a basis of design report to summarize the required technical documents and preliminary investigation fmdings. The report will include a review of proposed pump station and new storm drain collection system, discussion of pumps types suited for tlus station, pump station layout alternatives, Topo/Boundary/Easement Survey, hydrologic & hydraulic considerations, operations of facility for on-going maintenance, pern1.itting requirements, and cost analysis of the anticipated pump types . Findings from the geotechnical and environmental investigations will be included \vithin tl1e report. Deliverables: PDF copy Geotechnical Report PDF copy of Boundary Survey, Survey Data Point file, and all associated CAD files. PDF copy Hydrologic & Hydraulic technical memo to be included in the Basis of Design h. 35% Conceptual Plans & Estimate 1. Conceptual Plan: CSW I ST2 will develop a conceptual plan with alternatives. Using information developed from the Preliminary Investigation phase we will provide viable design alternatives for layout of the new pump station and storm collection system. These alternatives will be shown on composite improvement plans. Additionally, a topography map and detail sheet will be provided within the conceptual plans. 11. Opinion of Probable Construction Cost: To help the City select preferred alternatives, a line item opinion of probable construction cost ",Tjil be provided for each alterative . Deliverables: Basis of Design Report -includes geotechnical, H&H technical memorandum, and conceptual plans CSW ST 2 San Quentin Pump Station Reconstruction Project CilJl oj Sa11 Rafael-Depmil)Jent ojPllb/ic Works PHASE 1-REVISED SCOPE OF WORK Task 3: Environmental Compliance and Permitting a. Meetings, Information Review, and Assistance with Project Designs Depending on the project design that is ultimately selected, the process, scope and cost for completing CEQA documentation and obtaining regulatory permits may differ. WRA will offer assistance to the project team in evaluating the costs and risks for CEQA and regulatory approval for up to three project alternatives. This Task includes WRA's participation in a kick-off meeting with the City and CSW /Stuber-Stroeh to discuss the potential impacts, mitigation, regulatory permit requirements, and approximate costs associated with three preliminary design alternatives. WRA will also prepare a memo to the City that outlines the impacts, mitigation, regulatory permits, and approximate costs associated with each of the alternatives. This task also includes \X'RA's participation at one additional meeting, such as an interagency Project Coordination Meeting held by Marin County. ASSUMPTIONS • Access will be granted to all portions of the Project Area as needed. • This scope of work does not include any specific species surveys. • Changes to the Project Description and/ or Project Boundaries may require additional budget to update the environmental analysis. • This scope of work does not include preparation of CEQA documentation or permit applications. It is limited to advisory design report services related to environmental constraints. Deliverables: Technical Memorandum (PDF) Meeting l\tIinutes (Word or PDF) CSW S1 2 San Quentin Pump Station Reconstruction Project CitJ, of 5 al1 Rafael-DepmtlJlcl1t of Public Works PHASE 1-REVISED SCOPE OF WORK November 30, 2017 CSW I ST2 agrees to provide the services described above on a time and expense basis, in accordance with our current Hourly Rates and Billing Policy, a copy of which is enclosed. We suggest you allow the following initial budgets: Task 1: Project Management and Coordination a. Kick-Off Meeting b. Monthly Scheduling c. Monthly Meetings d. Utility Coordination Sub Total, Task 1 Task 2: Design -Plans, Specifications and Estimate (PS&E) a. Preliminary Investigations 1. Geotechnical Investigations 11. Pump Station Design Layout 111. Boundary Surveying IV. H ydrology & Hydraulic Report v. Basis of Design b. 35 % Conceptual Plans & Estimate 1. Construction Plans ii. Opinion of Probable Construction Cost c. Reimbursable aitle Reports) Sub Total, Task 2 Task 3: Envi ronmental omplia nc e and P e rm itting a. Meetings. Info Review. Design Assistance TOTAL, TASKS 1-3 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 7,642 4,072 10,573 4.248 26,535 30,250 4,263 12,318 8,060 4,936 29,716 1,943 1.600 93,086 8.417 128,038 Invoices for services rendered will be issued on a monthly basis. Payment terms are net 30 days from the date of the invoice. Late payments are subject to interest charges at tl1e rate of 18 % per annum. CSW Sl CSW/Stuber-Stroeh Engineering Group, Inc. 45 Leveroni Court Novato, CA 94949 www.cswst2.com 415.883.9850 Fax: 415.883.9835 Eng ineers I Land Planners I Surveyors I Landscape Archllects EXHIBIT B Novato Petaluma Sacramento Redwood City PROJECT NO.: 4.1161.17 HOURLY RATES AND BILLING POLICY Effective July 12, 2017 the following hourly rates will be charged for selTices rendered. (Rates subject to change): CIVIL AND STRUCTURAL ENGINEERING Principal Engineer Manager Project Engineer V Project Engineer I V Project Engineer III Project Engineer II Project Engineer I Senior Engineer Engineer V Engineer IV Engineer III Engineer II Engineer T Senior Designer Designer V Designer 1\' Designer III Designer II Designer I Technician 1\' Technician III Technician II Technician I Project .-\ssistant II Project Assistant T SURVEYING Survey Supelyisor Project Sun'eyor Land Sun·eyor Sun'ey Technician Two-I'vlan Survey Party $ HOURLY RATES $ 226 .00 $ 216.00 $ 193.00 $ 181.00 $ 170.00 " " 153.00 $ 1-1-8.00 205.00 -S 216.00 S 158.00 S 136.00 S 12-1-.00 S 107.00 S 97.00 S 181.00 S 1-1-8.00 $ 137.00 S 12-1-.00 S 113.00 S 107.00 S 107.00 S 103.00 S 97.00 S 82 .00 S 85.00 S 75 .00 HOURLY RATES S 192 .00 S 170.00 S 1-1-8.00 S 113.00 S 262.00 Expert \\fitness / ,-\rbitration Services are available at a negotlated rare. LAND PLANNING / LANDSCAPE ARCHITECTURE Principal Senior Planner Planner V Planner IV Planner III Planner II Planner I Landscape Architect \' Landscape Architect IV Landscape Architect lIT Landscape Architect II Landscape Architect I Landscape Designer III Landscape Designer II Landscape Designer I HOURLY RATES $ S 205.0() -$ $ S $ 166 .00 -S S $ $ $ $ S S $ $ $ 226.00 216.00 193.00 176.UO 170.00 1-\.8.00 130.00 171.00 153.no 131.00 107.no 97.00 118.00 100.00 97.00 ENVIRONMENTAL PLANNING HOURLY RATES Senior EtlYironmental Planner Environmental Planner II Environmental Planner I S 162.00 S 141.00 S 130.00 :\11 expenses for transportation will be charged at cost plus sen;ce charges at the rate of 100 o. Filing fees, checking fees, prints, and other oUl.ride (OJ!J (such as agency submmal/perrrut fees etc.) will be charged at cost, plus sen;ce charges at the rate of 10" o. Billing 'will be monthly. InVOICes are due and payable upon presentauon. Interest at the rate of 1.5 0 " per month commencing duny (3D) days after invOIce date will be charged on delinquent accounts. CS\'\' /Stuber-Stroeh Engmeering Group, Inc_ resen'es the nght to suspend work on any project when Invoices have not been paid within thirty (30) days after having been rendered. Client Initials Consultant Initials I CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INmA TING DEPARTMENT PROJECT MANAGER Contracting Department: Public Works Step I 2 3 4 5 6 7 8 9 10 ------------------------------Project Manager: Hunte!...Young"'-________________________________ __ Extension: 3408 Project Name: San Quentin Pump Station Contractor's Contact: Al Cornwell (CSW Stuber Stroeh) Contmct's Email: acornwell@cswst2.com RESPONsmLE DEPARTMENT DESCRIPTION a. Email PINS Introductory Notice to Contractor b. Email Contract (in Word) & attachments to City Attorney clo Project Manager Laraine.Gittens@cityofsanrafael.org a. Review, revise and comment on draft agreement and return to Project Manager b. Confirm insurance requirements, create Job on PINS, send PINS City Attorney insurance notice to contractor. Forward three (3) originals of final agreement to contractor for their Project Manager signature. When necessary, * contractor-signed agreement agendized for Council approval " PSA > $20,000 or Purchase> $35,000: or Public Works Contract> Project Manager $125,000 PRINT CONTINUE ROUTING PROCESS WITH HARD COPY Forward signed original agreement to City Attorney with printed copy of Project Manager this routin~ form City Attorney Review and approve hard copy of signed agreement Review and approve insurance in PINS, and bonds (for public works City Attorney contracts) City ManagerlMayor Agreement executed by Council authorized official Attest signatures, retains original agreement and forwards copies to City Clerk project manager Project Manager Forward Final Copy to Contractor COMPLETED DATE 11130/2017 11/30/2017 11/30/2017 11/30/2017 1211/2017 12118/2017 12/4/2017 \'V{VU\\'}- \ v\ 1;\J \ \1- I f.~~~' 1 if- REVIEWER Initial HY HY LG LG HY HY lMH ~~ C. ~I:b ..