Loading...
HomeMy WebLinkAboutPW North Bound Central San Rafael Off-RampPROFESSIONAL SERVICES AGREEMENT WITH PARISI/CSW DESIGN GROUP TO DESIGN THE INSTALLATION OF A SECOND RIGHT TURN FROM THE NORTH ROUND 101 OFFRAMP ONTO SECOND STREET. This Agreement is made and entered into this -3 day of D e C cm b e —, 2018, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and PARISI/CSW DESIGN GROUP, A JOINT VENTURE (hereinafter "CONSULTANT"). RECITALS WHEREAS, the CITY has determined that professional services are required for design of the second right turn lane from the North Bound U.S. 101 Off -ramp onto Second Street; and WHEREAS, the CONSULTANT 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. CONSULTANT'S Project Director. CONSULTANT shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONSULTANT. David Parisi is hereby designated as the PROJECT DIRECTOR for CONSULTANT. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONSULTANT shall notify the CITY within ten (10) business days of the substitution. 2. DUTIES OF CONSULTANT. CONSULTANT shall perform the duties and/or provide the services described in CONSULTANT'S proposal dated November 21, 2018, marked as Exhibit "A," attached hereto, and incorporated herein. 3. DUTIES OF CITY. CITY shall compensate CONSULTANT as provided in Paragraph 4, and shall provide assistance and site access to CONSULTANT as described in Exhibit "A" attached hereto and incorporated herein. 4. COMPENSATION. For the full performance of the services described herein by CONSULTANT, CITY shall pay CONSULTANT on a time and materials basis for services rendered in accordance with the rates shown in OffidN A L the "Hourly Rates and Billing Policy" included in Exhibit "A" attached and incorporated herein, in an amount not to exceed $121,500. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONSULTANT. 5. TERM OF AGREEMENT. The term of this Agreement shall commence upon the date of execution of this Agreement and end on December 31, 2019 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 CONSULTANT and any and all of CONSULTANT'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. Upon completion of all work under this Agreement, ownership and title to all reports, documents, plans, specifications, and estimates produced as part of this Agreement will automatically be vested in the CITY; and no further agreement will be necessary to transfer ownership to the CITY. CONSULTANT shall furnish to CITY all necessary copies of data needed to complete the review and approval process. 8. INSPECTION AND AUDIT. Upon reasonable notice, CONSULTANT shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONSULTANT in connection with its performance of its duties under this Agreement. CONSULTANT shall fully cooperate with CITY or its agent in any such audit or inspection. 2 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, CONSULTANT 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 claim/two million dollars ($2,000,000) aggregate, to cover any claims arising out of the CONSUL.TANT's performance of services under this Agreement. Where CONSULTANT is a professional not required to have a professional license, CITY reserves the right to require CONSULTANT to provide professional liability insurance pursuant to this section. 4. If it employs any person, CONSULTANT 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. CONSULTANT'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 CONSULTANT in subparagraph A of this section above shall also meet the following requirements: 1. Except for professional liability or Worker's Compensation insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additional insureds tinder the policies. 2. The additional insured coverage under CONSULTANT'S insurance policies shall be "primary and noncontributory" 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 CONSULTANT'S policies shall be at least as broad as ISO form CG20 0104 13. 3 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, CONSULTANT hereby grants to CITY a waiver of any right to subrogation which any insurer of CONSULTANT may acquire against CITY by virtue of the payment of any loss under such insurance. CONSULTANT 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. No representation is made that the minimum Insurance requirements of this agreement are sufficient to cover the obligations of the CONSULTANT under this agreement. C. Deductibles and SIR'S. Any deductibles or self-insured retentions in CONSULTANT's insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONSULTANT shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. D. Proof of Insurance. CONSULTANT 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 4 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 CONSULTANT. 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., CONSULTANT shall, to the fullest extent pennitted 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 reasonable attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of CONSULTANT'S performance of its obligations or conduct of its operations under this Agreement. The CONSULTANT'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 CONSULTANT's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willfiil misconduct. In addition, the acceptance or approval of the CONSULTANT's work or work product by the CITY or any of its directors, officers or employees shall not relieve or reduce the CONSULTANT's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONSULTANT'S performance of or operations under this Agreement, CONSULTANT 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 CONSULTANT 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, then, to the extent permitted by law including without limitation, Civil Code sections 2782, 2782.6 and 2782.8, CONSULTANT shall indemnify and hold harmless the CITY and its officers, officials, and employees (collectively City Indemnitees) from and against damages, liabilities or costs (including incidental damages. Court costs, reasonable attorney's fees as may be determined by the Court, litigation expenses and fees of expert witnesses incurred in connection therewith and costs of investigation) to the extent they are caused by the negligence, recklessness, or willful misconduct of CONSULTANT, or any subconsultants, or subcontractor or anyone directly or indirectly employed by them, or anyone for whom they are legally liable (collectively Liabilities). Such obligation to hold harmless and indemnify any indemnity shall not apply to the extent that such Liabilities are caused in part by the negligence or willful misconduct of such City Indemnitee. s 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. NONDISCRIlVHNATION. CONSULTANT 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. CONSULTANT 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. CONSULTANT shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONSULTANT 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 applicable laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONSULTANT 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. iso 0to719 Eel; 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: TO CONSULTANT's Project Director: Bill Guerin Director of Public Works City of San Rafael 1 I 1 Morphew Street San Rafael, CA 94901 David Parisi Parisi/CSW Design Group 1750 Bridgeway, Suite B208 Sausalito, CA 94965 6 16. INDEPENDENT CONTRACTOR. For the purposes, and for the duration, of this Agreement, CONSULTANT, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONSULTANT and CITY expressly intend and agree that the status of CONSULTANT, 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 CONSULTANT 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 CONSULTANT 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. CONSULTANT agrees that CITY may deduct from any payment due to CONSULTANT under this Agreement, any monies which CONSULTANT 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. 7 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 21. CITY BUSINESS LICENSE / OTHER TAXES. CONSULTANT shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code CONSULTANT 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 CONSULTANT has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. SURVIVAL OF TERMS. Any terms of this Agreement that by their nature extend beyond the term (or termination) of this Agreement shall remain in effect until fulfilled, and shall apply to both Parties' respective successors and assigns. 23. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. 24. COUNTERPARTS AND ELECTRONIC SIGNATURE. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which together shall constitute one document. Counterpart signature pages may be delivered by telecopier, email or other means of electronic transmission. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL JIM S HUT , Ctty Mana er W-0-1191411 M 8 CONSULTANT By: Printed Name: NW ► p 7- P�%t Title: t34CA—,'TI4.(L [If Consultant is a corporation, add signature of second corporate officer] By: - - - LINDSAY LARA, City Clerk Printed Name: Title: APPROVED AS TO FORM: 1Q� ROBERT F. EP IN, Ci ttorney CSW I DESIGN GROUP Berkeley • Novato • Sausalito- Redwood City • Richmond • Sacramento Project Number. 7.776.561 November 21, 2018 Mr. Kevin McGowan Sent via Email (Kevin.McGowan a cityofsanrafael.org) Assistant Public Works Director City of San Rafael Department of Public Works 1 1 1 Morphew Street San Rafael, CA 94901 Subject: ROUTE 101 NORTHBOUND OFF -RAMP TO 2" STREET Dear Kevin: Parisi -CSW Design Group appreciates the opportunity to present our scope and fee proposal for the Route 101 Northbound off -ramp project for the City of San Rafael. We understand Caltrans is in the process of completing design and soliciting bids to replace the bridge over Mahon Creek at the northbound off -ramp to central San Rafael. The project includes full replacement of the existing bridge with a wider structure, modifications to the intersection and traffic signal at the terminus of the off -ramp at Second and Irwin Streets. The Caltrans project includes minor property acquisitions and encroachment into the City's Right -of -Way. The City of San Rafael desires to add to this project to further widen the off -ramp and thereby allow a fifth lane to ease congestion and move vehicles through the intersection more efficiently. Parisi -CSW prepared a preliminary plan showing the additional lane and reconfigured the lane alignment to accomplish this goal. The City and Parisi -CSW met with Caltrans, received comments and made slight changes to the plan to maintain Caltrans' objectives. The conceptual plan was accepted by Caltrans Staff on September 24, 2018. Listed below is our scope of work to complete the design of the additional lanes. SCOPE OF SERVICES The following assumptions and limitations are part of this scope and fee proposal: • Plans will follow the approved the Preliminary Plans prepared by Parisi -CSW dated September 6, 2018 • All digital files of the Irwin Street Off -Ramp Plan will be provided by Caltrans and convertible to AutoCAD and all plans will be prepared in AutoCAD format • No additional Field Survey is required • All boundary and R/W has been surveyed by and be provided to Parisi -CSW by Caltrans in digital and hard copy format • No presentations or appearances before City Council or other public agencies are included Exhibit A • Plans will be provided at 60%, 99% and Final incorporating prior comments and assume two reviews by Caltrans and the City • The Phased Traffic Control Plan will annotate and modify as necessary using the bridge replacement project plans • Additional environmental documents beyond those prepared for the bridge project will not be required • The enhancements shown on the Parisi -CSW plans will be incorporated into Caltrans CCO • No encroachment permit will be required • Northwest and Southwest curb ramps at 2"d Street intersection will be designed by Caltrans • Proposed improvements will meet City Standards (Caltrans standards are not required) • Revisions to the Encroachment Permit Storm Water Assessment and Flood Plain Encroachment Permit and Hydraulic Study Form are not required. • PS&E will be completed by March 1, 2019 The following comprises our proposed scope of services and budgetary estimate: TASK 1: Plans, Specifications, and Estimate (PS&E): Parisi -CSW will prepare 60%, 99%, and 100% phased Plans, Specifications and Estimate (PS&E) to reconfigure the northbound off -ramp at Central San Rafael from four lanes to five lanes. a. Construction Plans: Parisi -CSW will use the "ready to list" (RTL) plans that Caltrans has completed as our "existing conditions" to create a 60% level plan set. The 60% plan set will include a horizontal layout to accommodate the additional lane, modifications to the drainage structures, and layout of intersection and necessary curb and sidewalk changes. We will verify right-of-way and necessary construction easement(s) required to build a retaining wall along the east side of the off -ramp approaching 2nd street. We will identify signal changes required to poles, signal and conduit locations, including most arm requirements. Following review and plan check comments, we will refine the plans for inclusion in the 99% CD submittal to Caltrans. We assume one (1) round of review and comments from Caltrans prior to submitting the 100% (bid set) construction plans. Construction Plans are anticipated to include the following: • Cover Sheet • Notes Sheet and Details • Horizontal Control Plan (similar to CT layout plans • Grading Plan • Drainage Plan • Wall Layout and Detail Sheet • Signing and Striping Plan • Intersection Detail sheet to show Curb Ramps and Sidewalks • Signal Plans • Phased Traffic Control Plans • Erosion Control Plan b. Technical Specifications: Parisi -CSW will prepare technical project specifications at the 60%, 99%, and 100% CD levels. Technical specification format will be Caltrans or as indicated by the City staff. City staff will assembly our specifications into a complete book of specifications for the project. c. Statement of Probable Construction Cost: Parisi -CSW will prepare a line item Opinion of Probable Cost based on our improvements for the 60%, 99%, and 100% (bid set) phases. Deliverables: (10) copies 2436 60%, 99%, 100% Plans, (10) copies Project Specifications and Estimate, 60%, 99%, 100% PS&E (pdf) TASK 2: Temporary Construction Easement (TCE): Parisi -CSW anticipates coordination and preparation of one (1) TCE with BioMarin. We assume the project includes federal funding and no permanent structures will be located outside the City or State right-of-way. Construction access is assumed on a portion of BioMarin property. We will retain a third party right-of-way agent and appraiser to coordinate and prepare TCE documents with BioMarin. If this project does not include federal funding, then a Right of Entry may be utilized. Parisi -CSW and/or a right-of-way agent will coordinate and assist City staff with preparation of one (1) Right of Entry with BioMarin. TASK 3: Project Management a. Project Schedule: Parisi -CSW will present project schedules using Microsoft Projects. We will update the schedule as needed for project team meetings. We will include a table of tasks with percent completion, deliverable dates, design team meetings, and milestones. The schedule will be updated and presented at each project team meetings. b. Project Design Team Meetings: Our proposal includes up to three (3) total 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. If necessary, we can meet in our office or on-site to discuss or review specific items of concern. We assume one (1) meeting or conference call with Caltrans staff to: • Confirm conceptual plan • Confirm required application forms/documents • Resolve R/W inconsistency on Caltrans Appraisal Map c. Quality Control: Parisi-CSW's quality control will be led by our principal and project manager. Construction documents shall be review by the project management prior to each submittal. To help clarify plan check comments, we will provide a response letter to each comment. d. Fact Sheet, PEER, and Traffic Operation Memo: Parisi -CSW will assist the City in preparation of the Caltrans application and support documents for the PS&E submittal. We anticipate and included time for preparation of the Fact Sheet to Mandatory Design Standards, Permit Engineering Evaluation Report, and Traffic Operation Memo. The Fact Sheet will include a project description, history, safety improvements, features requiring exceptions, estimate, accident history, existing and future traffic volumes, potential for future improvements, project location map, and plats for the non-standard features. The Permit Engineering Evaluation Report (PEER) will include project description, engineer's estimate, review of impact to highway traffic, and an analysis for geometric and functional adequacy. We will assist the City in obtaining the necessary signatures for both the Fact Sheet and PEER. Deliverables: Monthly Project Schedules, Meeting Minutes (Word or PDF), (10) Fact Sheet, (10) PEER, (10) Traffic Operations Memo Any services beyond those specifically outlined above will be billed as Additional Services. The inclusion of Additional Services to the Scope of Work will require written amendment. CLIENT TO PROVIDE The following is a list of items to be provided to us in order to perform the above Scope of Services: • Executed Contract • Project Manager to serve as single point of contact • Payment of Agency fees SCHEDULE Parisi -CSW can begin work immediately upon receiving a signed contract or written authorization to proceed. We require 48 hour advance notice in writing (staking request form) in order to prepare calculations, coordinate scheduling, and to mobilize a crew on site for stake out. COMPENSATION Parisi -CSW proposes to complete the services described above on a time and expense basis. Please refer to the table below for the cost per phase: Task 1: Plans, Specifications, & Estimates $73,900 Task 2: Temporary Construction Easement $13,800 Task 3: Project Management $33,800 Total: $121,500 ADDITIONAL SERVICES Parisi -CSW agrees to perform all of the items listed in the Scope of Services. However the following items are excluded from the Scope of Services of this contract. They may be added at the request of the Owner as a revision to this proposal, or under a future proposal or amendment. Fees for these services will be billed on a time and expense basis, in accordance with our then current Hourly Rates and Billing Policy, with a budget estimate provided or for a fixed fee based upon a defined scope of work. Additional items we can provide include (but are not limited to): • Supplemental Field Survey, Boundary Survey, Legal Descriptions • Attendance at Public/Neighborhood Meetings • Construction Staking • Bid & Construction Support • Environmental Permitting, CEQA Support SERVICES AND STANDARD OF CARE Parisi-CSW's services shall be limited to those expressly set forth above. We shall have no other obligations or responsibilities for the project except as agreed to in writing, or as provided in this agreement. Parisi-CSW's services shall be provided consistent with, and limited to, the standard of care applicable to such services. We shall provide its services consistent with the professional skill and care ordinarily provided by consultants practicing in the some or similar locality under the same or similar circumstances. Thank you for the opportunity to present this proposal. Please call me at (415.883.9850 ext. 170) or send me an email at ACornwellacswst2.com if you have any questions regarding our proposal. Sincerely, Parisi -CSW Design Group Al Cornwell, PE R.C.E. #27577 RAIc,4F� A 2 yo WITH P'l`y 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: Public Works Project Manager: Keivn McGowan Extension: 3389 -----------------.-._.. -- - ---- Project Name: NB 101 Central SanRafael Offramp_ -_ Second Right Turn_ Lane Contractor's Contact: David Parisi Contact's Email: david@parisi-associates.com Step RESPONSIBLE DEPARTMENT DESCRIPTION COMPLETED DATE REVIEWER (Initials) a. Email PINS Introductory Notice to Contractor on file b. Email Contract (in Word) & attachments to City Attorney c/o 1 Project Manager Laraine.Gittens@cityofsanrafael.org 11/19/2018 KM a. Review, revise and comment on draft agreement and return to Project Manager 11/21/2018 LG b. Confirm insurance requirements, create Job on PINS, send PINS 2 City Attorney insurance notice to contractor. 11/21/2018 LG Department Approval of final agreement form to send to contractor. (Provide Dept. 3 Director Director Financial Summary w/ Agreement) 12112/2018 BG Forward three (3) originals of final agreement to contractor for their 4 Project Manager signature. 12/13/2018 KM When necessary, contractor -signed agreement agendized for Council approval City Council approval required for Professional Services Agreements and purchases of goods and services that exceed ,875, 000 and for Public {Forks 5 Project Manager Contracts that exceed 5175,000 (Enter date of Council Meeting) 12/3/2018 KM _ PRINT CONTINUE ROUTING PROCESS WITH HARD COPY Forward signed original agreement to City Attorney with printed copy of 6 Project Manager this routing form 1/29/2019 KM 7 City Attorney Review and approve hard copy of signed agreement 7— 6 Review and approve insurance in PINS, and bonds (for public works 8 City Attorney contracts) 9 city Manager Mayor Agreement executed by Council authorized official 2 �`-ttt 10 City Clerk Attest signatures, retains original agreement and forwards copies to project manager Z I I I 11 Project Manager Forward Final Copy to Contractor y-3--7-75