Loading...
HomeMy WebLinkAboutPW Master Services Agreement; Task Order No. 3 Canal Neighborhood Intersection ImprovementsCity of San Rafael MASTER CONSULTANT SERVICES AGREEMENT DATED FEBRUARY 10, 2020 WITH NCE TASK ORDER NO.3 Canal Neighborhood Intersectio/n Improvements THIS TASK ORDER is entered into on Mr (.� 20 between the City of San Rafael, a municipal corporation ("City"), and NCE, ("Consultant"). RECITALS A. The City and Consultant have entered into a Master Consultant Services Agreement ("Agreement") dated February 10, 2020 under which Consultant has agreed to perform certain professional consulting services for the City; and B. Pursuant to the terms of the Agreement, the City wishes Consultant to perform certain tasks as set forth in this Task Order, which constitute the Project; NOW, THEREFORE, City and Consultant agree as follows: AGREEMENT 1. Scope of services. Consultant shall provide any and all of the services set forth in Attachment A of this Task Order, dated January 29, 2020 as directed by the City. Andre Jadkowski shall be the Project Manager for Consultant for this Task Order. Additional professional services may be performed by other Consultant staff with prior notice and approval by City. a. City's duties. The City will: (1) Determine the scope of services, as set forth in Attachment A. (2) Make available the project plans and specifications and other City data related to the project, including full information as to the City's requirements. (3) Designate Shawn Graf as the person at the City responsible for monitoring performance under this Task Order. b.Consultant duties. The Consultant will: (1) Provide and perform tasks identified in Attachment A, Scope of Work. (2) Provide miscellaneous consulting and other services related to the Project and not stipulated elsewhere in this Task Order, when requested by the City in writing. A Task Order Amendment is required if these additional services cannot be performed within the Task Order budget. 2. Date of completion; Work hours estimate; Cost estimate and budget; Fee schedule. Rev May 2013 City of San Rafael Master Consultant Services Agreement Task Order The work hours estimate, cost estimate and budget and fee schedule are set forth in the attachments to this Task Order, as follows: Date of completion: Attachment A Work hours estimate: Attachment A Cost estimate and budget: Attachment A Fee schedule (Consultant's current hourly rate): Attachment A Authorization to proceed. The City will give Consultant authorization to proceed with the work specified in this Task Order only after Consultant submits updated insurance certificates and endorsements, in accordance with Section 10 of the Agreement. 4. Master Agreement terms; Conflicts. Except as expressly otherwise provided herein, all terms of the Agreement shall apply to Consultant in the performance of work pursuant to this Task Order. If there is a conflict between this Task Order and the Agreement, this Task Order shall control. Amendment of Task Order; Conflicts. Except as provided in Section 1(b)(2) above, this Task Order may not be modified except by an Amended Task Order executed and approved in the same manner as the Task Order. Signatures. The parties have executed this Task Order, as of the date first written above. CITY OF,SAN RAFAEL CONSULTANT By: By: J m Sc utz, City 4at Name: Margot Yapp, PE Contents approved: By: Bill Guerin, Public Works Director Reviewed By 2 Rev Jan 2019 Title: President & CEO (if Consultant is a corporation, add signature of second corporate officer) City of San Rafael Master Consultant Services Agreement Task Order By: L ZL By: — - - Robert F. Epstein, Cly Attorrky, Name: Greg Fasiano, PG Title: Principal & Secretary [Note to Staff.• If the Task Order is for less than S10,000, substitute the following for the first hvo City signatures above, and then delete this instruction.] CITY OF SAN RAFAEL By: Public Works Director Contents approved: By: City Traffic Engineer Attachments: A Scope of Work 3 Rev Jan 2019 Exhibit A °;NCE NCE Project No, 977.03.55 January 29, 2020 Mr. Hunter Young, PE Assistant Public Works Director / City Engineer Department of Public Works 111 Morphew Street San Rafael, CA 94901 RE: Canal Neighborhood Intersection Improvement Project, San Rafael, CA - Prepare Plans, Specifications and Cost Estimate (PS&E) Dear Hunter: In regards to your e-mail to NCE dated 1.1-15-19, we have prepared the following scope of work and fee to prepare plans, specification and cost estimate (PS&E) for the Canal Neighborhood Intersection Improvement Project (Project). The Project improvements will be at the following five intersections: 1. Medway Rd. and Front St. 2. Medway Rd, and Mill St. 3, Belvedere St. and Vivian St. 4. Kerner Blvd. and Sonoma St. 5. Spinnaker Point Dr. and Bahia Way It is NCE's understanding that the Project consists of installing pedestrian crosswalk ahead signage (on both directions of traffic), solar powered rectangular rapid flashing beacons (RRFB's) at one crosswalk at each of the five intersections listed above, two ADA curb ramps on the north side of the Belvedere St. and Vivian St, intersection, and one ADA curb ramp on the west side of the Kerner Blvd, and Sonoma St. intersection. To prepare the construction documents for the Project we propose the following scope of work: Richmond, CA 501 C,mal Blvd., SMW I 10dirtund, CFS 940-1 (510) 215-3620 I-I�i��I11i Y•�I it l��t�i l-I�I1/tt �Illil l�Ci i?•Ii +•''-£VIE(:£;.` 21 Scope of Work Task 1 — Topographic Survey, Meeting with City, and Site Visit For this task, NCE's subcontractor, Mountain Pacific Surveys (MPS), will prepare a topographic survey as described in their attached proposal dated 1-15-20. Once the topographic survey maps have been completed, NCE will meet with the City to review the scope of the work and perform a site visit at each of the five intersections and observe and document existing conditions and potential constraints for design. DELIVERABLES: • Topographic survey maps for all Project sites. Task 2 — Prepare 90% Draft PS&E A) NCE will prepare the 90% Draft Plans using the surveyed topography as base sheets. The plans will be prepared in AutoCAD format on 22" x 34" sheets, drawn at a scale of 1" = 10'. NCE's subcontractor Fehr & Peers will provide the plans, specifications and cost estimate for the RRFBs as described in their attached proposal dated 1-17-20 . NCE will conduct a constructability QA/QC review prior to submitting the 90% Draft Plans to the City. B) NCE will prepare the 90% Draft Technical Specifications based on 2018 Caltrans Specifications. NCE has assumed that the City will prepare and provide the "Front End" specifications and assemble the specifications for the Bidding Documents. NCE will conduct a QA/QC review prior to submitting the 90% Technical Specifications to the City. C) NCE will prepare the 90% estimate of probable construction costs. NCE will conduct a QA/QC review prior to submitting the 90% estimate of probable construction costs to the City. D) It is assumed that the City will require a 10 -day review/comment period once the 90% PS&E package is submitted. NCE proposes to review the city's comments at the 90% design review meeting or teleconference DELIVERABLES: • 90% Draft PS&E (PDF files) '•'il.'lit':�,�•i�ii,.r,�ir/i:u�lint���i�! ,r,i'uif:�!`� ©s Task 3 — Prepare 100% (Final) PS&E A) Based on the City's 90% review comments, NCE will prepare the 100% (Final) Plans ready for Bid (stamped and signed). NCE will conduct a QA/QC review prior to submitting the 100% (Final) Plans to the City. B) Based on the City's 90% review comments, NCE will prepare the 100% (Final) Technical Specifications ready for Bid. NCE will conduct a QA/QC review prior to submitting the 100% (Final) Technical Specifications to the City. C) Based on the City's 90% review comments, NCE will prepare the 100°/% (Final) estimate of probable construction costs. NCE will conduct a QA/QC review prior to submitting the 100% (Final) estimate of probable construction costs to the City. DELIVERABLES: • 100% (Final) PS&E (PDF files and Word file of the Technical Specifications) Fee Estimate and Schedule NCE will provide the above scope of work for this project request on a time and materials basis for a not to exceed fee of $58,000 as shown in further detail in the attached fee estimate. In addition, we have attached our 2019 Schedule of Charges. Upon your notice to proceed we will schedule the topographic survey, which can be completed within approximately 3 weeks, weather permitting. NCE will submit the 90% Draft PS&E approximately 4 weeks after the topographic survey maps have been received. The 100% (Final) PS&E will be delivered to the City within approximately 3 weeks of receiving the City's 90% design review comments. A more detailed project schedule will be provided after the notice to proceed has been issued. Assumptions and Limitations a. It is our understanding that the Project will not include pavement coring and/or pavement evaluation at the intersections. b, Our design services will not address intersection drainage deficiencies. c. Our design services will not include striping. d. Our design, scope and fee for ADA compliance is limited to the three ADA curb ramps described above. If required, any additional ADA design including intersection reconstruction to meet ADA path of travel slope (5% or less) shall be an additional scope and fee. e. Our scope and fee do not include right of way or easement determination or work. f. The Project work is limited to the five intersections described above. g. Permitting and environmental services are not Included in our scope of work and fee. i i, iii -i! -J(.." l:• 1-1Ivi;()1 0 fl 411' 1(1e h. Bidding and Construction Support Services are not included in our scope of work and fee. I. All work will be completed within City ROW. J. City to provide feedback/comment on intersections with respect to new red curb if needed to prohibit parking adjacent to crosswalks for establishing appropriate site distances and coordination with any affected property owners. k. No stakeholder outreach is included in this scope of work. I. No new cross -walk locations (requiring traffic studies/warrants) are included as part of this project. Thank you for your consideration. Should you have any questions please don't hesitate to call me at 510 215-3620 Ext.319. Regards, A --A Iz- Andre Jadkowski, PE Principal Engineer Enclosures: 1. 2019 Schedule of Charges 2. Fehr and Peers Proposal dated 1-17-20 3, Mountain Pacific Survey (MPS) Proposal dated 1-15-20 lid Iw"'rlliifi'v.;,.111/01ItlllolliriI W 08 cn a E U) w N O L) 'O C m U) c O V 0 Ci. U) N c m FL m Q a ,•Ni c wE W I- CL C O V � m c W .O d Od O LL t L O t7i Z c m U 000 OO C7 Ch M O 0 M 1 LO 00 T LO O LO W (D(DNNN� (A (A (f} in z Y L c O U as C u m c o 7 O Un LL�(n 164 61) U) (n O C � O C M ro Y =3 o M o /M V O v! I 0 I _- -• .- .- .- _• •- 64 • rq sa Q o vr' - of Mi LU (tr; �. N1 L a cn (n; �: L)• m ir- a, o cu � w uJ m �' za.- W. I [� . ED a� w. _I cl �! I i oI I- ;w � SJ 401 u u - 000 OO C7 Ch M O 0 M 1 LO 00 T LO O LO W (D(DNNN� (A (A (f} in z Y L c O U as C u m c o 7 O Un LL�(n 164 61) U) (n O C � O C M ro Y =3 o M o /M V O v! ' wA NCE Ii! SCHEDULE OF CHARGES 2019 PROFESSIONAL SERVICES Principal.............................................. Associate ............................................ Senior.............................................. Project........... . ... . ............................... . Staff................................................... ........ I ... I.... $260/hour ................. $210/hour ................ $180/hour ......... I.,..... $155/hour ..... I........... $135/hour TECHNICAL SERVICES Senior Construction Manager* ........................ $135/($160-PW)/hour SeniorDesigner........................................................... $145/hour CADDDesigner............................................................ $125/hour Senior Technician* ....................... I ....... I.......$120/($145-PW)/hour Construction Inspectors' ................................ $120/($145-PW)/hour CADTechnician............................................................ $110/hour Senior Field Scientist .................................................... $115/hour FieldScientist............................................................... $95/hour Project Administrator.................................................... $100/hour Fleld/Engineering Technician* ........................... $95/($120-PW)hour Technical Editor............................................................ $90/hour Clerical........................................................................ $80/hour CONTRACT LABOR From time to time, NCE retains outside professional and technical labor on a temporary basis to meet peak workload demands, Such contract labor will be charged at regular Schedule charges, LITIGATION SUPPORT T Engineer/Scientist........................................................ $300/hour Court Appearances & Depositions ................................... $500/hour EQUIPMENT Plotter Usage ............................................. (separate fee schedule) Truck...........................................................................$100/day Automobile ................................... IRS Standard Mileage Rate+15% Falling Weight Deflectometer Testing .............................$3,500/Day Coring.......................................................................$4,500/Day Environmental Equipment ........................... (separate fee schedule) OUTSIDE SERVICES Rental of equipment not ordinarily furnished by NCE and all other costs such as special printing, photographic work, travel by common carrier, subsistence, subcontractors, etc....................................cost + 15% COMMUNICATION/ REPRODUCTION In-house costs for long-distance telephone, Faxing, postage, printing and copying ......................................... project labor charges x 5% TERMS Billings are payable upon presentation and are past due 30 days from Invoice date. A finance charge of 1.5% per month, or the maximum amount allowable by law, will be charged on past -due accounts. NCE makes no warranty, either expressed or implied, as to its findings, recommendations, specifications, or professional advice except that they are prepared and issued in accordance with generally accepted professional practice. *A surcharge of $25/hour applied for technicians and construction inspectors to comply with Prevailing Wage (PW) per requirements of California Department of Industrial Relations. I' l Il;II1t'r'l 11 lFz �'I;IlUil1)IlIllClllrl� �i1':1 ti/ICi!S � MOUNTAIN PACIFIC SURVEYS Land Surveying • Mapping • Planning January 15, 2020 Andre Jadkowski, P.E. NCE Consulting Engineers Re: Topographic survey or various curb ramps/returns Dear Andre, Thank you for the opportunity to present this proposal and possibly be a member of the NCE project team once again, Based upon my review of the RFP received via e-mail 1/13/20, 1 understand the project requirements to be as follows: A) LIMIT OF WORK A topographic survey of the following intersection locations are included in this project: 1. Medway Rd. and Front St. 2. Medway Rd. and Mill St. 3. Belvedere St. and Vivian St. 4. Kerner Blvd. and Sonoma St. 5, Spinnaker Point Dr. and Bahia Way The limit of work at each intersection will include the full intersection, and extend 25' beyond the curb returns on each leg out of the intersection. The width of each segment will be limited to 5' behind the walk (or up to the first substantial obstruction such as a wall or fence) on each side of the street. B) SCOPE OF WORK The Scope of Service for each intersection shall include survey shots at the lip of gutter, top of curb, and back of sidewalk, each at angle points, grade breaks, beginning and end of existing driveways and pedestrian ramps, and maximum of 25' intervals otherwise. Centerline of street paving will be surveyed at 25' intervals as well. The survey shall also include other significant features, such as walls or fences, surface utilities (e.g. utility boxes, manholes, drainage structures, thru-curb drains, poles, etc.), striping, signage, and trees. Invert elevations for accessible storm and sewer structures within the mapping limit will also be obtained. No boundary, right of way, or easement location work will be performed as a part of this survey effort. The final product will consist of a 10 -scale drawing for each surveyed intersection in AutoCAD format. Contours will be shown at one foot intervals, and spot elevations will be shown on the drawing as appropriate. Page 1 of 2 1735 Enterprise Drive, Suite 109 • Fairfield, California 94533 • Phone (707) 425-6234 • Fax (707) 42S-1969 MOUNTAIN PACIFIC SU RVEYS Land Surveying • Mapping • Planning C) DATUMS All of the above survey work will be based upon an assumed local horizontal and vertical survey control datum, with each intersection being treated independently. A minimum of 2 intervisible control points will be provided in each area of work to perpetuate these datums for construction purposes. D) FEE PROPOSAL The hourly effort per classification is described below. The work contemplated In this proposal will be completed on a time and materials basis, and shall in no case exceed the total cost below without further authorization by Client. Field work will be completed by a 2 person crew, Including an apprentice as required by applicable California public works labor requirements (including applicable prevailing wage requirements). TASK Rate: FIELD FIELD SURVEY PROJECT HOURS COST TECH. MNGR. $290 $135 $155 Intersection Surveys 16 $4,640 OFFICE TOTALS COST $1,390 $6,030 E) SCHEDULE As for schedule, and assuming a NTP within 3-4 weeks, l would anticipate approximately 2.5 weeks would be required to complete the work, weather permitting. If your review finds this proposal acceptable, please issue a Task Order authorizing us to proceed when convenient. If you have any questions regarding this work, please do not hesitate to contact me. Best regards, ala�les 1e1'W119K Charles M. Weakley, LS Principal Page 2 of 2 1735 Enterprise Drive, Suite 109 • Fairfield, California 94533 • Phone (707) 42S-6234 • Fax (707) 425-1969 FEHR� PEERS January 17, 2020 Andre Jadkowski NCE Consulting Engineers Sent via Email Subject: Proposal for Canal District RRFB Design Services Dear Andre: Fehr & Peers is pleased to present this proposal to provide traffic engineering design services for proposed intersection crossing improvements in the Canal District in San Rafael, California. We understand that the City has asked NCE to provide construction documents for intersection safety improvements, including the installation of rectangular rapid flashing beacons (RRFBs) at five locations. We understand that Fehr & Peers would provide the RRFB design including equipment locations, design details, specifications, and estimates for the RRFB elements of the project, to support the larger set of construction documents to be prepared by NCE. Our proposed scope of work, schedule, and fee estimate are described below. Scope of Work Task 1'. Pnjje,(A lAdurflltastvation & Coordination We will attend one kick-off meeting with NCE and the City to discuss project scope, schedule, roles, and responsibilities. Also included in this task is a site visit to each of the five study locations to document existing conditions as it relates to the placement of RRFB equipment. We have included an allowance for an additional 8 hours for meetings and coordination, either in person or via conference call as part of this task. This task also includes administrative and project management tasks such as monthly invoicing and project budgeting. Task 2: ORN-11 11-Pusign Fehr & Peers will review the basernapping provided by NCE and place the RRFB equipment, including poles, push buttons, and RRFB flashing equipment, commonly referred to as RRFB Assemblies. We assume all RRFB systems will be solar powered. We will prepare draft RRFB designs at the following five locations: 1. Medway St/Mill St 2. Medway St/Front St 3. Belvedere St/Vivian St 4. Kerner Blvd/Sonoma St 5. Spinnaker Point Dr/Bahia Way Draft Design Our draft design will include RRFB placement equipment in CAD. We will transmit the RRFB design and typical RRFB details in CAD to NCE for inclusion on their civil plans. One round of review of the NCE plans r 1' ] nL _frn.,� I Qh • i'?.. I .. ,' r'..... _/` 'l,: i�J ;i "-.� -,iit- {/ �-.i . Andr2 MnuJry '1i, . 020 to confirm the RRFB system is shown properly is included in this effort. We will also provide RRFB specifications from previous projects and an engineer's estimate for City review. Final Design Fehr & Peers will revise the draft design documents based on comments from the City. We will submit the revised RRFB layout in CAD and Specifications in Word format to NCE for inclusion into a submittal to the City. One round of review of the NCE plans to confirm the RRFB system is shown properly is included in this effort. The Fehr & Peers team will conduct an internal quality assurance review of the construction documents, concurrent with review of the final submittal to the City. Our team's quality assurance program provides for independent checking of individual tasks as well as an independent review by experienced senior staff. The purpose of this review is to provide oversight to specific project details by professionals who are not closely involved in the design, and to review the constructability, cost-effectiveness and completeness of design features relative to the normal standard of professional care. All Final PS&E will be reviewed by a California registered civil engineer prior to submittal to the client for final review and approval. We anticipate that a California registered civil engineer from Fehr & Peers will co-sign the plans showing RRFB equipment. Task 3: Hid &, Cowstrmllon Supp-oirt Bidding & Construction Support Fehr & Peers will provide support to NCE and the City during the bidding and construction phase of the project. This could include a variety of work, such as, • Answering questions from prospective bidders • Assisting the City in preparation of addenda to the PS&E during the advertisement period • Providing consultation and interpretation of the construction documents. • Review of material submittals • Response to RFIs, • Preparation of addenda • Site visits to review proposed equipment and/or striping placement • Resolve issues that may come up during construction. We have included up to 12 staff hours to support this work. ri' January'lr'', 020 Page 3 of 0 Schedule & Fee Fehr & Peers will perform the work described above for a time and materials basis in the amount of $19,000, broken out as follows: Task 1: Project Administration & Coordination...................................24 hours 1 $4,000 Task 2: RRFB Design.............................................................................80 hours 1 $12,500 Task 3: Bidding & Construction Support..............................................12 hours 1 $2,500 We will submit the draft RRFB design CAD files after three weeks of receipt of the necessary base maps and receipt of written authorization to proceed, Invoices will be submitted monthly for services rendered and are due and payable upon receipt. We propose to perform this work using the attached terms and conditions and the master service agreement between City of San Rafael and NCE. If the above scope and fee are acceptable to you, this letter can serve as our authorization to proceed if you sign below and return this letter to us. We look forward to working with you on this project. If you have any questions or comments, please contact Geoff Rubendall at (415) 426-2522. Sincerely, FEHR & PEERS Ryan McClain Principal Attachments: Fehr & Peers Standard Terms & Conditions Canal Neighborhood Improvements Scope Description P20 -2048 -SF Accepted By Signature Name Title Company Date Lauren Davini From: Thomas Wong Sent: Friday, August 02, 2019 12:40 PM To: David Chan Cc: Scott McDonald; Lauren Davini; Hunter Young Subject: Re: Lifeline Project - Canal Crosswalk Project Hi David, Thanks for the update. We will review the funding agreement and let you know if any chances are necessary believe Medway and Mill St is a repeat and was a mistake in our final application, I have the following descriptions and locations in my file: 1 Uncontrolled crosswalk along Spinnaker Add pedestrian crosswalk ahead Point Dr. ADA compliant curb ramps, signage on both directions of traffic. Spinnaker Point Dr and Bahia Way bulb outs, yellow school crosswalk, and Install solar powered rapid flashing crosswalk signs are installed. beacons at crosswalk. The proposed bus shelter remodel that we did not end up funding was at Medway and Francisco Blvd E. Thanks, Thomas Thomas Wong I City of San Rafael Senior Management Analyst Department of Public Works Office 415.458.5360 itr© po5 vv _ Uncontrolled crosswalk on Medway Rd. Add pedestrian crosswalk ahead :dway Rd and Front St ADA compliant curb ramps and signage on both directions of traffic. Install solar powered rapid flashing pedestrian crosswalk striping. beacons at crosswalk. Uncontrolled crosswalk on Medway Rd. Add pedestrian crosswalk ahead ?dway Rd and Mill St ADA compliant curb ramps and signage on both directions of traffic, Install solar powered rapid flashing pedestrian crosswalk striping. beacons at crosswalk. Add pedestrian crosswalk ahead Uncontrolled crosswalk on Belvedere St. signage on both directions of traffic. Ivedere and Vivian St ADA compliant curb ramps on one side Install solar powered rapid flashing beacons at crosswalk. Install 2 ADA of each leg crossing Belvedere 5t, curb ramps on north side of Belvedere St. �^ Uncontrolled crosswalk on Kerner Blvd. Add pedestrian crosswalk ahead Yellow crosswalk due to Bahia Vista signage on both directions of traffic. rner Blvd and Sonoma St School nearby. Crossing signs right at Install solar powered rapid flashing crosswalk. ADA compliant curb ramp on beacons at crosswalk. Install 1 ADA one side of crossing, curb ramp on west side of crossing. 1 Uncontrolled crosswalk along Spinnaker Add pedestrian crosswalk ahead Point Dr. ADA compliant curb ramps, signage on both directions of traffic. Spinnaker Point Dr and Bahia Way bulb outs, yellow school crosswalk, and Install solar powered rapid flashing crosswalk signs are installed. beacons at crosswalk. The proposed bus shelter remodel that we did not end up funding was at Medway and Francisco Blvd E. Thanks, Thomas Thomas Wong I City of San Rafael Senior Management Analyst Department of Public Works Office 415.458.5360 t�3 t • 1. I;.:A,i f!! r, lirJG}R'F!.'��ulw` er, C) r,�er r/sto I�- -:. •r- I lG•g cy ,,•`iii, t�l��r`, '� I 171 iG a~L ,alO! 3 •'� :(� 1r S C' • ,j�lr•,j ,r'ij. �r � � fV PISL �~ /p{+/rd A 9 ` cI.il. fr•. l�cL1 iii; „. . a i��� Lltit;:, ,•.�1i " ''�q l�r'��lei X51.17.1 t f4}• '4• ' � r lt' A�� hit, .1Ln15qq 1, '� i Ll^-1'`11i�,. sj.•I�F• t�'` r'ny�� 1� tl r, (�),l. LM fflw E �'j' 1 LI,: Ci C' l�, G+ '�'}� ) (q Liz fid gf, n i0. i t SRI, r ,•19 i,ll: 1 r ��17, • . �f�lf ;.Irl'• I° ca C' m a o °c n. a, 0 dj u c > a c it -@ Y cn U � aJ C 0 LL E 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: Shawn Graf Extension: 5347 Contractor Name: NCE Contractor's Contact: Andre Jadkowski Contact's Email: aiadkowski@ncenet.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DESCRIPTION COMPLETED REVIEWER DEPARTMENT DATE Check/Initial 1 Project Manager a. Email PINS Introductory Notice to Contractor Click here to ❑ enter a elate. b. Email contract (in Word) and attachments to City 2/18/2020 Attorney c/o Laraine.Gittens@cityofsanrafael.org ❑x IK 2 City Attorney a. Review, revise, and comment on draft agreement 2/24/2020 ® LG and return to Project Manager 2/24/2020 ❑x LG b. Confirm insurance requirements, create Job on PINS, send PINS insurance notice to contractor 3 Department Director Approval of final agreement form to send to Click or tali ❑x IK contractor to enter a date. 4 Project Manager Forward three (3) originals of final agreement to ❑x contractor for their signature 5 Project Manager When necessary, contractor -signed agreement © 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 Click here to Date of City Council approval enter a date. PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 6 Project Manager Forward signed original agreements to City 3/19/2020 SG Attorney with printed copy of this routing form 7 City Attorney Review and approve hard copy of signed jZy agreement 8 City Attorney Review and approve insurance in PINS, and bonds 3l2 a Cv (for Public Works Contracts) 9 City Manager/ Mayor Agreement executed by City Council authorized official 10 City Clerk Attest signatures, retains original agreement and forwards N BNr� copies to Project Manager