Loading...
HomeMy WebLinkAboutPW Cayes Pump Station Engineering Design ServicesAGREEMENT FOR PROFESSIONAL SERVICES FOR ENGINEERING DESIGN SERVICES This Agreement is made and entered into this 2.5 day of Sep+t�M bCX , 2019, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and CAMMISA+WIPF CONSULTING ENGINEERS, a California corporation (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the CITY has determined that professional engineering design services are required for upgrades to the existing Cayes storm water pump station as part of the Cayes Pump Station Control System Project; and WHEREAS, the CONTRACTOR has agreed to render such services; AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 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. Mohammad Dehghan 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: Project Scope of services outlined in the CONSULTANT'S revised proposal dated August 30, 2019, marked as Exhibit "A," attached hereto, and incorporated herein. 3. DUTIES OF CITY. CITY shall pay the compensation as provided in Paragraph 4. ��7rl1;+�� 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 CONSULTANT'S proposal included in Exhibit "A" attached, in a total contract amount not to exceed $74,100, including reimbursable expenses. 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 three years commencing on the date of execution of this Agreement and ending three years thereafter. 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 up to one year. 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. 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, agents, employees, and volunteers, as additional insureds (for both ongoing and completed operations) under the policies. 2. The additional insured coverage under CONTRACTOR'S insurance policies shall be "primary and noncontributory" with respect to any insurance or coverage maintained by 3 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. No representation is made that the minimum Insurance requirements of this agreement are sufficient to cover the obligations of the CONTRACTOR under this agreement. C. Deductibles and SIR's. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. 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, then, to the extent permitted by law including without limitation, Civil Code sections 2782, 2782.6 and 2782.8, CONTRACTOR 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 CONTRACTOR, 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. 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 terns 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: Bill Guerin Public Works Director 111 Morphew Street San Rafael, CA 94901 TO CONTRACTOR's Project Director: Mohammad Dehghan Cammisa+Wipf 642 Harrison Street, 4`f' Floor San Francisco, CA 94107 16. INDEPENDENT CONTRACTOR. For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 17. ENTIRE AGREEMENT -- AMENDMENTS. A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 18. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 19. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 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. 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 J SC UTZ, Ci nager CONTRACTOR WL ��� , / � Name: '1`N(, A. OWN f�El-(, Title: FK3i�''NT ATTEST: LINDSAY LARA, City Clerk APPROVED AS TO FORM: 2 a - � , Jf' R9 ROBERT F. EPSTEIN, Ci Attorney [If Contractor is a corporation, add signature of second corporate officer] By: C* Name: Mohamniad De%6h Title: ViCt pl''esid-en f CAMMISA -, +WIPF CONSULTING ENGINEERS August 26th, 2019 Revised August 30, 2019 City of San Rafael 111 Morphew Street San Rafael, CA 94915 Attention: Hunter Young, P.E., Senior Civil Engineer Reference: City of San Rafael — Cayes Pump Station Control System Project Subject: Proposal for Electrical Engineering Services Dear Hunter: EXHIBIT A Cammisa + Wipf is pleased to submit this proposal for electrical engineering services for the above referenced project. Professional services include Project Management and Coordination, Preliminary Design, Design, Bid Phase Support, and Construction Phase Support (Design Related). The sample Professional Services Agreement is acceptable as -is. We understand the scope of this project and tasks necessary to complete preliminary investigations and construction documents in an efficient and timely manner. Information presented herein demonstrates that Cammisa + Wipf is eminently qualified to deliver this project successfully to the full satisfaction of the City of San Rafael. Cammisa + Wipf is a 20 -person firm of highly qualified professional mechanical, electrical and plumbing engineers, capable of providing the expertise and staffing needed for a project of this size and complexity. Our Project Approach and Level of Effort is as follows: 1. In our approach to this project we would start by gathering information and record drawings about the existing electrical system in addition other underground utilities such as electrical, gas, storm drain, and other utilities within the project area site. Applicable National Electrical Code (NEC) 2. Evaluate existing PG&E service and identify that if the service requires to be replaced and upgraded or it can be modified to suit new motor control center (MCC) arrangement. 3. We will meet with key stake -holders involved with the project to fully understand project requirements, expectations, and any specific concerns. 4. Schedule with project manager and other city representative to field visit to preform field survey to verify site conditions and points of connection. After the research and field verification, the design would be documented and submitted to the City for approval. 5. Project milestones for review and comment to verify we are meeting the project requirements. 6. We are assuming that existing underground service is adequate and utility service upgrade is not required. 7. City will provide PG&E previous years billing statement or meter readings to confirm that existing electrical service demand load base on available data. 8. We will coordinate with city and evaluate the need for temporary electrical utilities to maintain service while replacement work is being perforned. 642 11amson Sl 4th Flooi I an F ra icisco CA 9,1107 T 415 863 5740 City of San Rafael - Cayes Pump Station Control System Project Proposal for Electrical Engineering Services August 27th, 2019 Remised Augusl 30, 2019 Page 2 of 5 9. Our firm is experienced with main switchboard, motor control center and PG&E service replacement project. We have successfully completed numerous similar projects throughout the Bay Area. We will leverage our experience to ensure our project will be successful. We will have proactive communications with the assigned PG&E Account Representative to communicate for upgrading, new service or modifying existing service to confirm the require installations, and to coordinate the removal of the existing electrical equipment. 10. With respect to coordinating the replacement of the Motor Control Center, and tolerable electrical power interruptions. Our fine has a strong understanding of electrical cut -over and sequence of work including temporary service installations required in order to minimize impacts to facility operations. We will prepare sequence of work and phasing narrative that will capture the needs of the Pump Station while providing the electrical contractor a guideline for performing the required work. Thank you for your consideration and we look forward to continuing our relationship with the City of San Rafael. Very Truly Yours, Cammisa + Wipf cAUJ00 'P Mohammad Dehghan, P.E. Electrical Engineer Principal A. Project Scope: The project scope is for the replacement of the existing MCC with new MCC and provide telemetry. New replacement equipment will be installed outdoors and connected to existing San Rafael City SCADA System similar to existing unit. Our understanding of the project scope is as follows: 1. We understand the existing motor control center at Cayes Pump Station located the San Rafael City will be replaced due to its age exceeding its useful life. A disadvantage of continued use of such Motor Control Center is the compromise of electrical service reliability. If such equipment was to fail, repairs and finding parts will be a challenge. Therefore, a failure at such equipment can have great impacts to operations as repairs will not occur quickly. It is crucial to replace such vintage equipment before a failure. 2. Existing MCC contains PG&E metering compartment, pull section and main disconnect. 3. Existing MCC will be replaced in same location in same approximate location. Replacing MCC and related component will have impact on PG&E service therefore the PG&E may require that new service comply with current PG&E requirement. The location and connection of PG&E service will be coordinated and approved by PG&E prior to completion of Bid Documents. 4. A detailed engineering analysis of current electrical demands, and coordinate with City for any future expansion or nay other upgrade to developments impacting the electrical system at the Caves pump station will also be performed as part of the project 5. Evaluate existing PG&E service and new electrical distribution equipment capacity to accommodate short and long growth of the City. City of San Rafael — Cayes Pump Station Control System Project Proposal for Electrical Engineering Services August 27th, 2019 Remised August 30, 2019 Page 3 of 5 6. Provide telemetry to allow communication with City existing SCADA system, we will coordinate with city and Existing SCADA equipment supplier to specify telemetry product that properly communicated with existing SCADA system. 7. Coordinate with city representative to confirm if temporary generator or other temporary electric service is required during the time that MCC will be out of service due to replacement. 8. All existing raceway and wiring will be remaining to the extent possible and existing conductors will be reuse and/or replaced. 9. All existing pumps, local disconnect and wiring to remain. 10. Provide local digital metering at MCC to comply with California title 24. 11. Provide recommendations for location of new equipment and underground conduit duct bank routing. Proposed locations will be coordinated with existing underground utilities and site constraints. 12. Design sequence of work, cut -over, and phasing plans, including temporary connections and related equipment to maintain pump in operation during project construction. 13. Provide civil improvements as required to accommodate new equipment installations. B. Our scope of services for the Preliminary Design Phase includes the following: 1. Research existing record drawings and as-builts to understand site constraints and perform field verification as needed. 2. Assess project site and develop preliminary locations for new electrical installations. Evaluate project work impacts to site, parking, and PG&E access. 3. Research and develop options for equipment layout to suit existing space constraints. Research various manufacturers and determine best design basis to suit field conditions. 4. Coordinate with existing SCADA System equipment supplier to identify telemetry equipment which is compatible with SCADA System. 5. Submit preliminary design package to the City for review and approval. C. Our scope of services for the Design Phase includes the following: 1. Participation in meetings with the City, PG&E (if needed), and other stake holders as appropriate. 2. Complete design of new electrical equipment including metering section and Motor Control Center. It is anticipated the new MCC will consist of multiple sections with appropriately sized protective devices. 3. Evaluate short circuit ratings for new electrical equipment based on available service contributions. 4. Preparation of one -line diagrams, panel schedules, and load verification, load analysis and voltage drop. 5. Complete electrical design including plans and specifications. 6. The preliminary and design document will be combined in order to reduce engineering fee. 7. Submissions at completion of 45% Design, and 95% Design for City of San Rafael's review and approval. 8. Response to the City review comments. 9. Preparation of final Bid Documents. D. Our scope of services for the Bid Support Phase includes the following: 1. Attendance and participation in pre-bid conference. 2. Preparation and issuing of addenda and clarification as required during bidding period. 3. Assistance to City of San Rafael in evaluation of bids and contractor negotiations. City of San Rafael Cayes Pump Station Control System Project Proposal for Electrical Engineering Services August 27th, 2019 Revised Augus130, 2019 Page 4 of 5 E. Our scope of services for the Construction Phase Support includes the following: The construction administration phase is not included in this phase will be done as an add service after the bidding phase. The add service will be submitted to city for review and approval. F. Assumptions: 1. Site plan and architectural floor plan backgrounds: Our fee is based on the City of San Rafael providing site plan backgrounds in AutoCAD format. We will show existing and new electrical equipment on the site plan CAD files provided by the City. If city have only PDF of site plan, we can utilize to prepare site plan drawing by referencing PDF fort-nat. 2. New electrical equipment and underground duct bank design and alignment will be coordinated with known existing utilities based on record documentation provided by the City. Our scope of work includes elevation coordination with other utilities based on the utility location data provided by the City. Potholing and development of underground utilities profile details are not included in our scope of work. 3. The Programming phase and construction document phase will be combined. 4. The City will provide necessary personnel for access to project site and equipment as required during field verification by design team. 5. The City of San Rafael is the authority having jurisdiction and plan approval agency. 6. All construction related to the electrical scope of work described in item B above will be done in one bid package. Documents for multiple bid packages are not included in Basic Services but can be provided as Additional Services. 7. Project improvements will have no significant effect on environmental resources and is categorically exempt. 8. The project schedule for preliminary phase and design phase will be coordinated and submitted to city for review. We anticipate that project preliminary phase and design will be completed late 2019 or early 202. And bidding and construction will be done in 2020. G. Exclusions: 1. Cost related to PG&E for new service application and other agency. 2. Construction administration phase is not included. 3. Telecommunication engineering services are not included in the Cammisa + Wipf scope of work. 4. Mechanical and Plumbing engineering services are not included in the Cammisa + Wipf scope of work. 5. Architectural and structural design services are not included in the Cammisa + Wipf scope of work. We do not anticipate any work. 6. Utility location and potholing services are not included in the Cammisa + Wipf scope of work. 7. Geotechnical Engineering (Investigation, Report, Services). 8. Geotechnical Engineering (investigation, report, service). 9. Boundary survey. 10. Additional design due to scope changes. 11. Site lighting design is not included in Cammisa + Wipf scope of work 12. Significant redesign required as result of code changes. 13. Preparation of LEED document. 14. This proposal does not include any services for Building Information Modeling (BIM) or 3-D modeling. 15. Any work related to the identification, encapsulation, or removal of hazardous material City of San Rafael - Cayes Pump Station Control System Project Proposal for Electrical Engineering Services August 27th, 2019 Revised August 30, 2019 Page 5 of 5 H. Basic Services Fee: Not -To -Exceed amount of $74,100.00 (Seventy-four Thousand and one Hundred Dollars) for electrical & civil engineering services and incidental expenses, to be invoiced monthly on a time and materials basis. Phase Base Electrical Fee Civil Engineer Total Project Management $ 3,800 $ 1,500 $ 5,300 Preliminary Design $ 15,200 $ 10,900* $ 26,100* Design (Construction Design Document) $ 37,300 $ 37,500 Bid Phase Support $ 4,100 $ 650 $ 4,750 Construction Phase Support (not included) $ 0 $ 0 $ 0 Subtotal $ 60,400 $ 13,050 $73,650 Project Cost (Reimbursement) $ 450 $ 200 $ 650 Subtotal $ 60,850 $ 13,250 $74,100 Consultant Mark -Ups $ 0 $ 0 $ 0 Subtotal $ 60,850 $ 13,250 $74,100 Total $74,100 *Civil Engineering Fee for Preliminary & Construction Design Additional services: In the event that additional work is required which is not included in the scope described above, upon your authorization we will perforin the work and invoice this work at our standard hourly rates. Thank you for giving Cammisa + Wipf the opportunity to submit this proposal. Please advise if the above is acceptable. We are prepared to begin immediately upon your authorization. If you have any questions, please do not hesitate to call. Very Truly Yours, CAMMISA + WIPF Mohammad Dehghan, P.E. Principal CAMMISA +WIPF CONSULTING ENGINEERS 2019 Hourly Billing Rates* Principals (P.E.'s) $230 Engineers (P.E.'s) $150-$215 Senior Designers $175-$205 Designers $130-$140 CAD Operators $125 Business/Marketing Manager $125 Administrative Assistant $100 *Rates are subject to change on January 1, 2020 6342 11amson St . 41' San I rancisco CA 1 115 8(,3 57,10 P� RAF.1 h 2 0 'rY WITH P' 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: Hunter Young Extension: 3408 Contractor Name: Cammisa+Wipf Contractor's Contact: Mohammad Dehghan Contact's Email: mdehghan@cammisawipf.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 STEP RESPONSIBLE DESCRIPTION COMPLETED REVIEWER DEPARTMENT a. Email PINS Introductory Notice to Contractor DATE Check/Initial 1 Project Manager Click here to ❑ enter a date. b. Email contract (in Word) and attachments to City Attorney c/o Laraine.Gittens@cityofsanrafael.org 9/5/2019 ❑X HY 2 City Attorney a. Review, revise, and comment on draft agreement 9/10/2019 ❑X LG and return to Project Manager b. Confirm insurance requirements, create Job on 9/10/2019 ❑X LG PINS, send PINS insurance notice to contractor ❑X BG 3 Department Director Approval of final agreement form to send to 9/10/2019 contractor Forward three (3) originals of final agreement to ❑X HY 4 Project Manager 9/10/2019 Project Manager contractor for their signature 5 When necessary, contractor -signed agreement ❑X N/A agendized for City Council approval * *City Council approval required for Professional Services ❑ Agreements and purchases of goods and services that exceed Or $75,000; and for Public Works Contracts that exceed $175,000 Date of City Council approval PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 6 Project Manager Forward signed original agreements to City 9/23/2019 ❑X HY Attorney with printed copy of this routing form 912y l 7 City Attorney Review and approve hard copy of signed agreement q 8 City Attorney Review and approve insurance in PINS , and bonds / (for Public Works Contracts) 9 City Manager/ Mayor Agreement executed by City Council authorized official Attest signatures, retains original agreement and (,(J 10 City Clerk forwards copies to Project Manager