Loading...
HomeMy WebLinkAboutPW CSW Stuber-Stroeh Loch Lomond 10AGREEMENT FOR PROFESSIONAL SERVICES FOR ENGINEERING ASSISTANCE WITH THE LOCH LOMOND 10 ASSESSMENT DISTRICT This Agreement is made and entered into this ~ day of tv'\ (lv-Ch ,20J..f2., by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and CSW/Stuber-Stroeh Engineering Group, Inc. (hereinafter "CONTRACTOR"). RECITALS WHEREAS, Professional Engineering assistance is needed to clarify the funding, purpose and obligations associated with the Loch Lomond 10 Assessment District; and WHEREAS, CONTRACTOR is well qualified to assist the City with clarifying the funding, obligations and purpose of the assessment district; AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. PROJECT COORDINATION. A. CITY'S Project Manager. The CITY's Director of Public Works, Bill Guerin 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. 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 shall perform the duties and/or provide services as follows: CONTRACTOR shall perform the duties and/or provide services outlined in the CONTRACTOR'S proposal for "Loch Lomond #10 Assessment District" dated February 13, 2018, marked as Exhibit "A," attached hereto, and incorporated herein. 3. DUTIES OF CITY. CITY shall pay the compensation as provided in Paragraph 4, and perform the duties as described in Exhibit "A" attached hereto and incorporated herein. 4. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR as follows: On a time and materials basis for services rendered at the hourly rates shown in CONTRACTOR'S Hourly Rates and Billing Policy Schedule, effective July 12,2017 included within Exhibit "A" and incorporated herein, in a total contract amount not to exceed $19,000. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 5. TERM OF AGREEMENT. The term of this Agreement shall be for one (1) year commencing on March 5, 2018 and ending on March 5, 2019. Upon mutual agreement of the parties, and subject to the approval of the City Manager the term of this Agreement may be extended for an additional period of one( 1) year(s). 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 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. 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 dollars ($1,000,000) dollars per occurrence. 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. Where CONTRACTOR is a professional not required to have a professional license, CITY reserves the right to require CONTRACTOR to provide professional liability insurance pursuant to this section. 4. If it employs any person, CONTRACTOR shall maintain worker's compensation insurance, as required by the State of California, with statutory limits, and employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. CONTRACTOR's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required of the CONTRACTOR In subparagraph A of this section above shall also meet the following requirements: 1. Except for professional liability insurance or worker's compensation insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, 3 agents, employees, and volunteers, as additionally named insureds (for both ongoing and completed operations) 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 04 13. 3. Except for professional liability insurance or worker's compensation insurance, the insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. By execution of this Agreement, CONTRACTOR hereby grants to CITY a waiver of any right to subrogation which any insurer of CONTRACTOR may acquire against CITY by virtue of the payment of any loss under such insurance. CONTRACTOR agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not CITY has received a waiver of subrogation endorsement from the insurer. 5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement 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, 4 the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT MANAGER or CITY'S City Attorney all of the following: (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. CITY reserves the right to obtain a full certified copy of any insurance policy and endorsements from CONTRACTOR. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. 11. INDEMNIFICATION. A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by CITY, and hold harmless CITY, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of CONTRACTOR'S performance of its obligations or conduct of its operations under this Agreement. The CONTRACTOR's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the CONTRACTOR's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the CONTRACTOR's work or work product by the CITY or any of its directors, officers or employees shall not relieve or reduce the CONTRACTOR's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONTRACTOR'S performance of or operations under this Agreement, CONTRACTOR shall provide a defense to the City Indemnitees or at CITY'S option reimburse the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in defense of such claims. B. Where the services to be provided by CONTRACTOR under this Agreement are design professional services to be performed by a design professional as that term is defined under Civil Code Section 2782.8, 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. In no event shall the cost to defend charged to the design professional exceed the design 5 professional's proportionate percentage of fault. C. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or completion of this Agreement for the full period of time allowed by law. 12. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 13. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY's Project Manager: 6 Bill Guerin, Director of Public Works City of San Rafael 1400 Fifth Avenue P.O. Box 151560 San Rafael, CA 94915-1560 TO CONTRACTOR's Project Director: 16. INDEPENDENT CONTRACTOR. Al 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 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 7 subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 21. CITY BUSlNESS 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 J ATTEST: LINDSAY LARA, City Clerk 8 CONTRACTOR BY:~ Name: AI Urnwre Title of Corporate Officer:--II-~~~ ___ _ and Title of Corporate Officer: ~ ~c..r(..~ APPROVED AS TO FORM: LQWdf.. ~g~ ROBERT F. EPSTEIN,City j{~ey 9 C8W 81 2 45 Leverom Court I~ovato CA 94949 \'N.'W cswst2 com 4158839850 Fax 4158839835 NOIato Petaluma Redl'. ood City Sacramento CSW/Stuber·Stroeh Engineering Group, Inc. Engineers Land Ptanners I Surveyors Landscape Architects Date: File: February 13, 2018 7.776.417 Bill Guerin and Kevin McGowan Department of Public Works City of San Rafael 111 Morphew Way San Rafael, CA 94901 RE: LOCH LOMOND #10 ASSESSMENT DISTRICT Dear Bill and Kevin: Thank you for meeting me to discuss the status of the Loch Lomond 10 Assessment District and the City's desire to determine the best way to move forward with the District, its funds, and obligations. As we discussed, the District was formed as a part of the approvals of the Loch Lomond #10 subdivision in the 1990's. Since its formation, the City has been collecting taxes from the residents in order to fund a potential insurance deductible and on-going maintenance of dle drainage systems. However, the funds have been used sparingly, and a significant amount of capital has been accumulated in the District's account. The original formation of the district outlined general duties of the District, but was short on specifics. The City currendy desires to determine the District's obligations for maintenance of the drainage and slopes that were part of the Loch Lomond #10 approvals Based on our discussion, we have prepared a proposal to assist the City in the administration of the District. Our proposal is separated into 3 phases: • Review and research available information • Determine the extent of the District's obligations and assess the condition of the facilities for which it is responsible • Prepare a summary of past obligations for which the City may have advanced funds and determine the future responsibilities as well as budgets necessary to fulfill those obligations The following Scope of Work outlines the tasks we expect to complete to assist the City in setting Loch Lomond #10 Assessment District on a path to resolve its past operations and meet and execute its current and future mandate. SCOPE OF WORK CSW I ST2 will assist the City in determining the roles and responsibilities of the City, the Assessment District, and the residents by completing the following tasks: \~':\AD NOV\\'·P\7\Lm:h Lomond 10\2018 2 n Loch Lumond #111 Assessment District P ro p osaLdoc!( EX I-IIBIT A C5W 5T 2 Bill Guerin and Kevin McGowan Department of Public Works February 13, 2018 Page 2 Task 1 Review and research the City files to develop an understanding of the intent of the District, the expectations of its obligations, and the funding mechanism currently collecting taxes from the residents. We will interview current and former City officials as well as other interested parties. We will also contact the bond counsel, review documents and try to obtain a general understanding of the conditions and circumstances, and intentions behind the formation of the District. Deliverables: A summary memo outlining our findings, potential unknowns, and next steps Task 2 Field verify the facilities and limits of the District and the downstream impact that the District might have on the City's facilities. CSW I ST2 will use the City'S GIS map to help locate facilities and field walk the system and District boundaries. CSW I ST2 will note maintenance or capital improvements that may be needed. CSW I ST2 will further explore into the potential unknowns and attempt to re- establish the need for forming the District. We will review the available funds and estimate the future costs of maintenance and capital replacement as well as other non-capital costs for which the District may be responsible. We will meet with the City and neighborhood representatives to review the findings and discuss the best course forward . Deliverables: Annotated Facilities Map prepared on the City's GIS base; Memo summarizing the condition of facilities and initial assessment of costs for maintenance and capital replacement Task 3 CSW I ST2 will work with the City to develop a plan to manage tl1e Assessment District going forward, clearly outlining its obligations, and the mechanism for funding. CSW I ST2 will prepare a staff report for the City Council. We will attend the City Council meeting and make a presentation if needed . DelilJerables: Prepare a draft report on Loch Lomond #10 Assessment District status, funding and obligations for the City's review; incorporate the City's comments and prepare a final report on Loch Lomond #10 Assessment District; Prepare a staff report for City Council; attend one (1) City Council Meeting. CSW I ST2 will complete the work outlined above on a time and expense basis according to the attached fee schedule. We suggest the City use the follow budgets in determining the cost of this work: \'\':\AO NOV\\'fP\7\J.uch Lumund 1II \2()t8 2 13 Loch Lomund #10 Assessment District PmpCl.5 :ll .docx CSW 81 2 Bill Guerin and K.evin McGowan Department of Public Works February 13, 2018 Page 3 1. Review and Research 2. Field Recon, Map Compilation and probable costs 2. Report, Staff Report and Council Hearing Total Items 1-3 $ $ $ $ 4,000 7,000 8,000 19,000 Thank you for considering CSW I ST2 to assist you in solving the Loch Lomond #10 puzzle. If this agreement is acceptable please issue a task order for us to begin the work. We look forward to working with you and the neighbors. Sincerely, CSW /STUBER-STROEH ENGINEERING GROUP, INC. ~Mfd Al Cornwell R.C.E. #27577 AGC:keh \'\':\AD ·NOV\\'\'P\7\Loch Lomond 10\2018 213 Loch Lomond #10 Assessment District Proposal.doc:,,: CSW ST 2 45 Leveroni Court Novato, CA 94949 www.cswst2.com 415.883.9850 Fax: 415.883.9835 Novato Petaluma Sacramento Redwood City CSW/Stuber-Stroeh Engineering Group, Inc. Engineers I Land Planners I Surveyors I Landscape Architects WORK CONFIRMATION File Number: 7.776.417 Client No.: CITSAN Contact: Kevin McGowan /Bill Guerin CLIENT NAME: CIIT OF SAN RAFAEL Phone: Address: 111 Morphew War Fax: City, State, Zip: San Rafael, CA 94901 Email: BILLING INFO. (If Different from Client): Bill to Name: CLIENT Attn: Address: Phone: City, State, Zip: Fax: PROJECT NAME: LOCH LOMOND #10 ASSESS:MENT DISTRICT Project Address: Loch Lomond #10 subdivision City: San Rafael Description of Work: Professional services as described in our proposal dated February 13, 2018 (copy attached). Client Will Provide: Items specified in our proposal dated February 13, 2018 (copy attached). Client to be Provided With : Professional services as described in our proposal dated February 13,2018 (copy attached). Other Comments: BILLING INFORMATION: Work will be Invoiced: Monthly: x Upon Completion: Fixed Fee: $ Budget Estimate: X s 19,000 Billing Basis for Proposed Work (Check One): % Complete: Hourly Rates*: X Other (Explain Below): Other Information: *Hourly rates will be in conformity with Hourly Rates and Billing Policy Schedule, effective July 12, 2017, a copy of which is attached and made an integral part of this Agreement. This proposal is valid for 30 days from the date of the attached Proposal Letter. IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this agreement upon the terms, conditions, and provisions above stated and on the attached CSW /Stuber-Stroeh Engineering Group, Inc. Contract Terms and Conditions . Agreed to at Novato, California. CIIT OF SAN RAFAEL By: Date: \,\':\AD !'JOV \\,\ P \ 7\I..{l(;h Lomond 10\ \,ark Conflfm:atiuo (7.77('.41T).Joc:ot By: Date: CSW /STUBER-STROEH ENGINEERING GROUP, INC. A1 Cornwell, R .C.E. #27577 PIC Illitial! Date Prepared 2/14 /2018 CSW ST 2 CSW/Stuber-Stroeh Engineering Group, Inc. 45 Leveroni Court Novato, CA 94949 www.cswst2.com 415.883.9850 Fax: 415.883.9835 Engineers I Land Planners I Surveyors I Landscape Architects Novato Petaluma Sacramento Redwood City PROJECT NO.: HOURLY RATES AND BILLING POLICY Effective July 12, 2017 the following hourly rates will be charged for services rendered. (Rates subject to change): CIVIL AND STRUCTURAL ENGINEERING Principal Engineer Manager Project Engineer V Project Engineer IV Project Engineer III Project Engineer II Project Engineer I Senior Engineer Engineer V Engineer IV Engineer III Engineer II Engineer I Senior Designer Designer V Designer IV Designer III Designer II Designer I Technician IV Technician III Technician II Technician I Project Assistant II Project Assistant I SURVEYING Survey Supervisor Project Surveyor Land Surveyor Survey Technician Two-Man Survey Party HOURLY RATES $ $ $ $ $ $ $ $ 205.00 -$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 226.00 216.00 193.00 181.00 170.00 153.00 148.00 216.00 158.00 136.00 124.00 107.00 97.00 181.00 148.00 137.00 124.00 113.00 107.00 107.00 103.00 97.00 82.00 85.00 75.00 HOURLY RATES $ 192.00 $ 170.00 $ 148.00 $ 113.00 $ 262.00 Expert \Vitness / Arbitration Services are available at a negotiated rate. LAND PLANNING / LANDSCAPE ARCHITECTURE Principal Senior Planner Planner V Planner IV Planner III Planner II Planner I Landscape Architect V Landscape Architect IV Landscape Architect III Landscape Architect II Landscape Architect I Landscape Designer III Landscape Designer II Landscape Designer I HOURLY RATES $ $ 205.00 -$ $ $ $ 166.00 -$ $ $ $ $ $ $ $ $ $ $ 226.00 216.00 193.00 176.00 170.00 148.00 130.00 171.00 153.00 131.00 107.00 97.00 118.00 100.00 97.00 ENVIRONMENTAL PLANNING HOURLY RATES Senior Environmental Planner Environmental Planner II Environmental Planner I $ 162.00 $ 141.00 $ 130.00 A ll expenses for transportation will be charged at cost plus service charges at the rate of 10%. Filing fees, checking fees, prints, and other olltJide cost.r (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. CS\V /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. Client Initials Consul/ani 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 INITIATING DEPARTMENT PROJECT MANAGER Contracting Department: !~~lic_ Works Project Manager: ~l\! Step I 2 3 4 5 6 --- 7 8 9 \0 Extension: 3389 Project Name: Loch Lomond_ 10 -Assistanc~ Contractor's Contact: CSV{ Stub~ Stroeh Engineering Group Inc Contract's Email: acornwell@cswst2.com RESPONSIBLE DEPARTMENT DESCRIPTION a. Email PINS Introductory Notice to Contractor b. Email Contract (in Word) & attachments to City Attorney c/o Project Manager Laraine. Gi ttens@ cil:}'ofsanrafaeI.or.!2, 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.offinal 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 Mana1l.er this routing form ~tyAttomey Review and approve hard copy of signed a1l.reement Review and approve insurance in PINS, and bonds (for public works City Attorney contracts) City Mana~erlMa2'0r 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 On File 2/26/2018 2/28/2018 2/28/2018 2/28/2018 3/5/2018 ,,-/7/J9" ,171~ J-&-/f' 3/ql'B REVIEWER Initial KM LG LG KM KM ~ , .~