Loading...
HomeMy WebLinkAboutPW San Rafael High School Pedestrian Crosswalk____________________________________________________________________________________ FOR CITY CLERK ONLY Council Meeting: August 17, 2020 Disposition: Resolutions 14849 and 14850 Agenda Item No: 4.c Meeting Date: August 17, 2020 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works Prepared by: Bill Guerin, Director of Public Works City Manager Approval: _______ TOPIC: SAN RAFAEL HIGH SCHOOL PEDESTRIAN CROSSWALK SUBJECT: RESOLUTIONS RELATED TO THE THIRD STREET PEDESTRIAN CROSSWALK IMPROVEMENTS PROJECT, CITY PROJECT NO. 11354: 1.RESOLUTION AWARDING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONSTRUCTION AGREEMENT FOR THE THIRD STREET PEDESTRIAN CROSSWALK IMPROVEMENTS PROJECT WITH SPOSETO ENGINEERING, INC. IN THE AMOUNT OF $389,939 AND AUTHORIZING CONTINGENCY FUNDS IN THE AMOUNT OF $60,061 FOR A TOTAL APPROPRIATED AMOUNT OF $450,000 2.RESOLUTION APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A MEMORANDUM OF UNDERSTANDING WITH SAN RAFAEL CITY SCHOOLS REGARDING COOPERATION ON CONSTRUCTION OF THE THIRD STREET PEDESTRIAN CROSSWALK IMPROVEMENTS RECOMMENDATION: Staff recommends that the City Council: 1.Adopt the resolution awarding and authorizing the City Manager to execute a construction agreement with Sposeto Engineering, Inc. in the amount of $389,939 and authorizing contingency funds in the amount of $60,061. 2.Adopt the resolution authorizing the City Manager to execute a Memorandum of Understanding (MOU) with the San Rafael City Schools regarding cooperation on construction of the Third Street Pedestrian Crosswalk Improvements Project (Crosswalk Project). B ACKGROUND: San Rafael High School, located at 150 Third Street, is one of two high schools located in San Rafael. Third Street is impacted by the large number of students crossing this busy corridor throughout the day. To increase the safety of all pedestrians in this area, specifically students, the City and San Rafael City Schools (SRCS) desire to partner to construct a pedestrian crosswalk between the high school and Montecito Plaza shopping center on Third Street. In 2019, SRCS responded to a call for applications issued by the Transportation Authority of Marin (TAM) for grant funding under the Safe Pathways to School program. On October 24, 2019, the TAM Board of Commissioners approved funding of SRCS’s application in the amount of $400,000 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 to fund the Crosswalk Project. With grant funding secured, SRCS retained a consultant to secure environmental clearance under the California Environmental Quality Act (CEQA) and prepare engineering drawings. SRCS spent approximately $67,000 on this work. To capitalize on the City’s expertise in delivering construction projects in the public right of way, SRCS has requested the City administer the construction phase of the Crosswalk Project using the remaining grant funds received by SRCS. ANALYSIS: In addition to the actual construction contract, staff proposes to enter into an MOU delineating the roles and responsibilities for the project between the City and SRCS. Therefore, staff is recommending the City Council approve two separate agreements, as set forth below. 1. Resolution re Award of Construction Contract On June 25, 2020, the project was advertised in accordance with San Rafael’s Municipal Code and on July 29, 2020 at 10:30 AM, the following bids were received: NAME OF BIDDER AMOUNT Sposeto Engineering, Inc. $389,939.00 FBD Vanguard Construction, Inc. $416,247.00 ERA.CO $424,509.60 CF Contracting $436,244.00 Ghilotti Bros, Inc. $437,447.00 Kerek Engineering, Inc. $498,625.00 The construction bids have been reviewed by Public Works staff and the low bid from Sposeto Engineering, Inc., in the amount of $389,939, was found to be both responsive and responsible. City staff recommend awarding the construction contract to Sposeto Engineering, Inc. for the bid amount, and recommend the City Council authorize a construction contingency of approximately 15 percent for the project in an amount of $60,061. The recommended resolution (Attachment 1) therefore authorizes a construction budget of $450,000 ($389,939 + $60,061 in contingency funds). 2. Resolution re Memorandum of Understanding with San Rafael City Schools The City has agreed to provide staff time to manage the construction contract as well as participate financially in the project. The City and SRCS developed an MOU to memorialize their respective rights and obligations with respect to construction of the project (Attachment 4). Key elements of the MOU include: • SRCS will commit the full $400,000 TAM grant to help deliver the Crosswalk Project. However, project expenses including design work, construction, and construction management, will exceed the grant funding. The City and SRCS agree to share expenses above and beyond the grant funding equally between the City and SRCS. To date, SRCS has expended approximately $67,000 for design and environmental work. Therefore, the anticipated total cost of the project is approximately $517,000. $400,000 will be paid for through the TAM grant and the balance will be split 50/50 between the City and SRCS, or approximately $58,500 each. • The City will administer the construction contract. The recommended resolution (Attachment 3) authorizes the City Manager to execute the MOU subject to final approval as to form by the City Attorney. SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3 PUBLIC OUTREACH: City staff have reached out to the Point San Pedro Road Coalition, Villa Real Homeowners Association, Montecito Area Residents Association, and the ownership of Montecito Shopping Center Coalition. The School Board, which includes parents and the principal, have also been notified of this upcoming project. If the City Council approves this project to proceed, Public Works will renew outreach by contacting affected neighbors, businesses, and other groups to ensure that the public is aware of the upcoming construction project. This will be accomplished using various social media channels, the City website, and changeable message signs located near the project site. FISCAL IMPACT: Staff recommends the City Council approve a contract amount of $389,939 and a contingency amount of $60,061 for a total of $450,000. Though the City is entering into the contract with Sposeto Engineering, SRCS has agreed to provide funding for $400,000 and for half of the cost in excess of that amount. Staff proposes an increase to appropriations in Gas Tax Funds (Fund#206) of $450,000 to fund this project, of which $400,000 will be reimbursed by SRCS. OPTIONS: 1. Adopt the resolutions as presented, awarding the construction contract to Sposeto Engineering, Inc. and authorizing the MOU with SRCS. 2. Do not award the contract and direct staff to rebid the project. If this option is chosen, rebidding will delay construction by approximately two months and will not jeopardize the grant funding. 3. Do not award the contract and direct staff to stop work on the project. If the City does not advance the project into construction, the grant will expire, and SRCS will lose the funding. ATTACHMENT: 1. Resolution Awarding Construction Contract to Sposeto Engineering, Inc. 2. Draft Construction Contract with Sposeto Engineering, Inc. 3. Resolution Authorizing Execution of a MOU with SRCS 4. Exhibit 1 to Resolution: MOU and corresponding Exhibit A (“Project Plans”) RESOLUTION NO. 14849 RESOLUTION OF THE SAN RAFAEL CITY COUNCIL AWARDING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONSTRUCTION AGREEMENT FOR THE THIRD STREET PEDESTRIAN CROSSWALK IMPROVEMENTS PROJECT WITH SPOSETO ENGINEERING, INC., IN THE AMOUNT OF $389,939, AND AUTHORIZING CONTINGENCY FUNDS IN THE AMOUNT OF $60,061 FOR A TOTAL APPROPRIATED AMOUNT OF $450,000 WHEREAS, on the 16th day of July 2020, pursuant to due and legal notice published in the manner provided by law, inviting sealed bids or proposals for the work hereinafter mentioned, as more fully appears from the Affidavit of Publication thereof on file in the office of the City Clerk of the City of San Rafael, California, the City Clerk of said City did publicly open, examine, and declare all sealed bids or proposals for doing the following work in said City, to wit: “Third Street Pedestrian Crosswalk Improvements” City Project No. 11354 in accordance with the plans and specifications therefore on file in the office of the Department of Public Works; and WHEREAS, the bid of $389,939 from Sposeto Engineering, Inc., at the unit prices stated in its bid, was and is the lowest and best bid for said work and said bidder is the lowest responsible bidder; and WHEREAS, staff has recommended that the project budget include a contingency amount of $60,061; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES as follows: 1. The bid of Sposeto Engineering, Inc. is hereby accepted at the unit prices stated in its bid, and the contract for said work and improvements is hereby awarded to Sposeto Engineering, Inc., at the stated unit prices. 2. The City Manager is authorized and directed to execute a contract with Sposeto Engineering, Inc., for the bid amount, subject to final approval as to form by the City Attorney, and to return the bidder’s bond upon the execution of the contract. 3. Funds totaling $400,000 will be appropriated for this project from the City Gas Tax Fund #206 and will be reimbursed by the City and San Rafael City Schools through the Transportation Authority of Marin (TAM) Safe Pathways to School Program grant. 4. Funds totaling $50,000 will be appropriated for this project from City Gas Tax Fund #206 to support the project above and beyond the TAM grant funding. 5. The Director of Public Works is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, LINDSAY LARA, Clerk of the City of San Rafael, hereby certify that the foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of the City Council of said City held on Monday, the 17th day of August 2020 by the following vote, to wit: AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None ______ LINDSAY LARA, City Clerk Contract This public works contract ("Contract") is entered into by and between the City of San Rafael ("City") and Sposeto Engineering, Inc. ("Contractor"), for work on the Third Street Pedestrian Improvements Project ("Project"). The parties agree as follows: 1. Award of Contract. In response to the Notice Inviting Bids, Contractor has submitted a Bid Proposal to perform the Work to construct the Project. On August 17, 2020, City authorized award of this Contract to Contractor for the amount set forth in Section 4, below. 2. Contract Documents. The Contract Documents incorporated into this Contract include and are comprised of all of the documents listed below. The definitions provided in Article 1 of the General Conditions apply to all of the Contract Documents, including this Contract. 2.1 Notice Inviting Bids; 2.2 Instructions to Bidders; 2.3 Addenda, if any; 2.4 Bid Proposal and attachments thereto; 2.5 Contract; 2.6 Payment and Performance Bonds; 2.7 General Conditions; 2.8 Special Conditions; 2.9 Project Plans and Specifications; 2.10 Change Orders, if any; 2.11 Notice of Award; 2.12 Notice to Proceed; 2.13 Uniform Standards All Cities and County of Marin (available online at: haps://www.madncou nty.org/-/media/files/departments/r)w/ena ineering/2018-ucs-complete- set.pdf?la=en); and 2.14 The following: No Other Documents 3. Contractor's Obligations. Contractor will perform all of the Work required for the Project, as specked in the Contract Documents. Contractor must provide, furnish, and supply all things necessary and incidental for the timely performance and completion of the Work, including all necessary labor, materials, supplies, tools, equipment, transportation, onsite facilities, and utilities, unless otherwise specified in the Contract Documents. Contractor must use its best efforts to diligently prosecute and complete the Work in a professional and expeditious manner and to meet or exceed the performance standards required by the Contract Documents, and in full compliance with Laws. 4. Payment. As full and complete compensation for Contractor's timely performance and completion of the Work in strict accordance with the terms and conditions of the Contract Documents, City will pay Contractor $389,939 ("Contract Price") for all of Contractor's direct and indirect costs to perform the Work, including all labor, materials, supplies, equipment, taxes, insurance, bonds and all overhead costs, in accordance with the payment provisions in the General Conditions. 5. Time for Completion. Contractor will fully complete the Work for the Project within 40 working days from the commencement date given in the Notice to Proceed ("Contract Time"). By signing below, Contractor expressly waives any claim for delayed early completion. 6. Liquidated Damages. If Contractor fails to complete the Work within the Contract Time, City will assess liquidated damages in the amount of $500 per day for each day of unexcused delay in Third St Pedestrian Crosswalk Improvements 2020 Form CONTRACT City Project No. 11354 Pagel SR City Attomey Approved 1/30/2020 completion, and such liquidated damages may be deducted from City's payments due or to become due to Contractor under this Contract. 7. Labor Code Compliance. 7.1 General. This Contract is subject to all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, including requirements pertaining to wages, working hours and workers' compensation insurance, as further specified in Article 9 of the General Conditions. 7.2 Prevailing Wages. This Project is subject to the prevailing wage requirements applicable to the locality in which the Work is to be performed for each craft, classification or type of worker needed to perform the Work, including employer payments for health and welfare, pension, vacation, apprenticeship and similar purposes. Copies of these prevailing rates are available online at hftp://www.dir.ca.gov/DLSR. 7.3 DIR Registration. City may not enter into the Contract with a bidder without proof that the bidder and its Subcontractors are registered with the California Department of Industrial Relations to perform public work pursuant to Labor Code § 1725.5, subject to limited legal exceptions. 8. Workers' Compensation Certification. Pursuant to Labor Code § 1861, by signing this Contract, Contractor certifies as follows: "I am aware of the provisions of Labor Code § 3700 which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the Work on this Contract." 9. Conflicts of Interest. Contractor, its employees, Subcontractors and agents, may not have, maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or requirement, or in violation of any California law, including Government Code § 1090 at seq., or the Political Reform Act, as set forth in Government Code § 81000 et seq. and its accompanying regulations. Any violation of this Section constitutes a material breach of the Contract. 10. Independent Contractor. Contractor is an independent contractor under this Contract and will have control of the Work and the means and methods by which it is performed. Contractor and its Subcontractors are not employees of City and are not entitled to participate in any health, retirement, or any other employee benefits from City. Third St Pedestrian Crosswalk Improvements 2020 Form CONTRACT City Project No. 11354 Page 2 SR City Attomey Approved 1/30/2020 11. Notice. Any notice, billing, or payment required by or pursuant to the Contract Documents must be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable overnight delivery service, or by email as a PDF file. Notice is deemed effective upon delivery, except that service by U.S. Mail is deemed effective on the second working day after deposit for delivery. Notice for each party must be given as follows: City: City Clerk's Office 1400 Fifth Avenue, Room 209 San Rafael, CA 94901 Attn: City Clerk Copy to: Director of Public Works Email: Bill.Guerin(cDcitvofsanrafael.or Contractor: Name: Sposeto Engineering, Inc. Address: 4558 Contractors Place City/State/Zip: Livermore, CA 94551 Phone: (925) 443-4200 Attn: John P. Sposeto Email: johns@sposetoengineering.com 12. General Provisions. 12.1 Assignment and Successors. Contractor may not assign its rights or obligations under this Contract, in part or in whole, without City's written consent. This Contract is binding on Contractor's and City's lawful heirs, successors and permitted assigns. 12.2 Third Party Beneficiaries. There are no intended third -party beneficiaries to this Contract. 12.3 Governing Law and Venue. This Contract will be governed by California law and venue will be in the Marin County Superior Court, and no other place. Contractor waives any right it may have pursuant to Code of Civil Procedure § 394, to file a motion to transfer any action arising from or relating to this Contract to a venue outside of Marin County, California. 12.4 Amendment. No amendment or modification of this Contract will be binding unless it is in a writing duly authorized and signed by the parties to this Contract. 12.5 Integration. This Contract and the Contract Documents incorporated herein, including authorized amendments or Change Orders thereto, constitute the final, complete, and exclusive terms of the agreement between City and Contractor. 12.6 Severability. If any provision of the Contract Documents is determined to be illegal, invalid, or unenforceable, in whole or in part, the remaining provisions of the Contract Documents will remain in full force and effect. 12.7 Iran Contracting Act. If the Contract Price exceeds $1,000,000, Contractor certifies, by signing below, that it is not identified on a list created under the Iran Contracting Act, Public Contract Code § 2200 at seq. (the "Act*), as a person engaging in investment activities in Iran, as defined in the Act, or is otherwise expressly exempt under the Act. Third St Pedestrian Crosswalk Improvements 2020 Form CONTRACT City Project No. 11354 Page 3 SR City Attomey Approved 1/3012020 12.8 Authorization. Each individual signing below warrants that he or she is authorized to do so by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor is a corporation, signatures from two officers of the corporation are required pursuant to California Corporation Code § 313. If Contractor is a partnership, a signature from a general partner with authority to bind the partnership is required. [Signatures are on the following page.] Third St Pedestrian Crosswalk Improvements 2020 Form CONTRACT City Project No. 11354 Page 4 SR Clty Attomey Approved 1/30/2020 The parties agree to this Contract as witnessed by the signatures below: CITY: s/ N4L CAI� Jim Sutz, ity Manager Date:lU-7-7-"2CJ �V Attest: s/ O /1�✓G�(�L{� 'Lindsay Lara, City Cler Date: D CONTRACTOR: Spo"cw hngmccnng Inc ApproLdasto form sl tzr) Robert F. Epstein, City Attorney Date: 4/ ! 42,e Z 4) ZZusi N e J s/ Seal: John 11 sposctu Pntildcnl Name, Title Date: Olt 14 2020 $ecoSi T e ee Sectio 12.8): s lo pflif .lasminc Ruclas : ticcrctan Name. Title Date: 11114 2020 Contractor's California License Number(s) and Expiration Date(s) END OF CONTRACT Third St Pedestrian Crosswalk Improvements 2020 Form CONTRACT City Project No. 11354 Page 5 SR City Attorney Approved 1/30/2020 RESOLUTION NO. 14850 RESOLUTION OF THE SAN RAFAEL CITY COUNCIL APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A MEMORANDUM OF UNDERSTANDING WITH SAN RAFAEL CITY SCHOOLS REGARDING COOPERATION ON CONSTRUCTION OF THE THIRD STREET PEDESTRIAN CROSSWALK IMPROVEMENTS WHEREAS, the voters of Marin County approved the authorization of Measure AA at General Elections held on November 6, 2018, thereby authorizing that Transportation Authority of Marin (TAM) be given the responsibility to administer the proceeds from a one-half cent transactions and use tax; and WHEREAS, Measure AA financially supports TAM’s Safe Pathways to School projects aimed at making capital improvements to enhance the safety of school trips; and WHEREAS, the City of San Rafael and San Rafael City Schools (SRCS) have determined that it is desirable to create a new pedestrian crossing between San Rafael High School and Montecito Plaza shopping center (hereafter, the “Project”); and WHEREAS, in 2019, SRCS responded to a call for applications under Cycle 4 of the Safe Pathways to School program, and on October 24, 2019, the TAM Board of Commissioners approved funding of SRCS’s application in the amount of $400,000 to fund the Project; and WHEREAS, SRCS has prepared the design of the Project and has requested the City to administer the construction contract on their behalf and to participate in the funding of the Project; and WHEREAS, SRCS and the City wish to cooperate to allow the Project to be expeditiously completed in a manner consistent with TAM Funding Agreement A-FY 20- 33 requirements; and WHEREAS, SRCS and the City wish to enter into a Memorandum of Understanding to memorialize their respective rights and obligations with respect to construction of the Project; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of San Rafael hereby approves and authorizes the City Manager to execute the Memorandum of Understanding with SRCS attached hereto as Exhibit 1, in a final form to be approved by the City Attorney. I, LINDSAY LARA, Clerk of the City of San Rafael, hereby certify that the foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of the City Council of said City held on Monday, the 17th day of August 2020 by the following vote, to wit: AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None _____ LINDSAY LARA, City Clerk MEMORANDUM OF UNDERSTANDING SAN RAFAEL CITY SCHOOLS AND CITY OF SAN RAFAEL �� This Mem-orapdum of Understanding ("Agreement") is entered into as of this day of 20, by and between the San Rafael City Schools (SRCS) Board of Education, a school district duly established under the laws of California ("SRCS") and the City of San Rafael, a California Charter City ("City"), (collectively referred to as the ("Parties"). RECITALS A. The voters of Marin County approved the authorization of Measure AA at General Elections held on November 6, 2018 thereby authorizing that Transportation Authority of Marin (TAM) be given the responsibility to administer the proceeds from a one-half cent transaction and use tax. B. Measure AA financially supports TAM's Safe Pathways to School projects aimed at making capital improvements to enhance the safety of school trips. C. The Parties have determined that certain infrastructure located within City right of way is desirable. The Parties desire to create a new pedestrian crossing between San Rafael High School and Montecito Plaza shopping center, as more particularly described below (hereafter, the "Third Street Pedestrian Crosswalk Project" or "Project"). D. In 2019, SRCS responded to a call for applications under Cycle 4 of the Safe Pathways to School program, and on October 24, 2019, the TAM Board of Commissioners approved funding of SRCS's application in the amount of $400,000 to fund the Project, $66,161.25 of which is specifically designated for design of the Project. E. SRCS has prepared the design of the Project and both Parties desire the City to administer the construction contract and to participate in the funding of the Project. F. The Parties wish to cooperate to allow the Project to be expeditiously completed in a manner consistent with TAM Funding Agreement A -FY 20-33 requirements attached hereto as Exhibit C, and to enter into this Memorandum of Understanding to memorialize their respective rights and obligations with respect to construction of the Project. AGREEMENT NOW, THEREFORE, for good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, SRCS and City agree as follows: 1. RECITALS A. The above recitals are true and correct and are hereby incorporated in and expressly form a part of this Agreement. 2. COORDINATION A. City shall coordinate all work on the Project with SRCS's Dan Zaich, Senior Director of Capital Facilities, or his designee ("SRCS Representative"). SRCS shall coordinate all work on the Project with Bill Guerin, City's Public Works Director, or his designee ("City Representative"). The City Representative and SRCS Representative will participate in decision making regarding the Project and resolve issues in a timely manner. Contact information for the Parties' respective representatives are as follows: SRCS Representative Dan Zaich, or designee City Representative Bill Guerin, or designee Director of Capital Facilities Public Works Director San Rafael City Schools (SRCS) City of San Rafael 310 Nova Albion Way 111 Morphew Street San Rafael, CA 94903 San Rafael, CA 94901 Phone: 415.492.3200 Phone: 415.485.3110 Email: dzaich cDsres.org Email: bill.guerin@cityofsanrafael.org B. The City Representative shall have, on behalf of City, the authority to make decisions, commit to financial obligations, and authorize major road and lane closures. The SRCS Representative shall not have authority to direct City or 2 City's Contractor, except with respect to any portion of the Project installed or constructed on or otherwise involving District property. 3. THIRD STREET PEDESTRIAN CROSSWALK PROJECT DESCRIPTION The City and SRCS desire to install a pedestrian crosswalk with safety elements on Third Street between San Rafael High School and Montecito Plaza shopping center within City right of way. The Project consists of obtaining all applicable permits for and construction of the crosswalk, including but not limited to road work, drainage improvements, sidewalks, traffic striping, HAWK electrical system/signals, and any other appurtenances thereto. 4. SAN RAFAEL CITY SCHOOLS' RESPONSIBILITIES SRCS shall be responsible for the following with respect to the Project: A. Payment: SRCS shall be responsible to expend the full value of the TAM Measure AA Safe Routes to School grant, in the amount of $400,000, towards the Project, which is inclusive of the $66,161.25 specifically earmarked for the Project design. SRCS shall advance payment of such sums when required for the Project and then will seek reimbursement of the Measure AA grant from TAM. In addition to the payment of grant funds, SRCS shall pay for one-half (i.e., 50 percent) of all Project costs in excess of the $400,000 TAM grant, including but not limited to environmental and design fees, construction costs, and other consultant construction management fees. SRCS shall reimburse City for the costs of the Project in accordance with Section 6, below. B. Final Plans, Specifications and Estimate of Costs: SRCS has prepared final and complete construction documents including plans, specifications, and an engineer's estimate for the work. The construction documents prepared by Parisi Transportation Consulting and dated 5/28/2020, are included and incorporated hereto as Exhibit A (the "Project Plans""). C. Inspection: SRCS may inspect, at their expense, the Project during construction and at the conclusion of the construction work. SRCS may not direct the City's contractor. 5. CITY'S RESPONSIBILITIES City shall be responsible for the following with respect to the Project: A. Payment: City shall be responsible to pay one-half (i.e., 50 percent) of all Project costs in excess of the $400,000 TAM grant, including but not limited to environmental and design fees, construction costs and other consultant construction management fees. B. Contract Administration: City shall administer the construction contract for the Project, including advertising for and receiving bids, choosing the lowest responsible bidder, and awarding the construction contract. C. Procedures: City shall prepare and submit to SRCS change orders that would be required to complete the Project for review and approval before said work occurs. SRCS shall review and approve change orders within 5 working days. SRCS and City will mutually develop a procedure for processing change orders prior to the start of construction. D. Environmental Documentation and Regulatory Permits: City has or shall obtain all required environmental clearances and regulatory permits for the Project. City shall provide SRCS with all required documentation prior to the start of construction. City understands that failure to provide these documents could delay construction. Any additional construction -related costs resulting from delay in obtaining such clearances and regulatory permits will be the sole financial responsibility of City. E. Utilities: City shall be responsible for conducting all utility investigation and conflict resolution and/or utility relocations according to the planned work and consistent with the Project schedule. F Maintenance and Repair: Upon completion of the Project, City shall be solely responsible for the maintenance and repair of the Project, including the cost thereof. G. PAYMENT AND REIMBURSEMENT PROCEDURES A. Upon City providing SRCS with notification of the actual cost of construction in accordance with the Project Plans, in the form of bid results, SRCS shall provide written approval of cost within 10 working days in order to authorize construction. B. City will provide SRCS with detailed invoices for costs incurred in connection with construction of the Project, and SRCS shall remit payment within 30 days of receipt thereof. Except as provided in subsection 6.D., SRCS shall reimburse City for all (100%) of Project costs incurred until SRCS has exhausted the $400,000 value of the TAM grant; thereafter, SRCS shall reimburse City for one-half (i.e., 50 percent) of all Project costs incurred above $400,000, until the Project is completed. C. The Parties agree that the Project is estimated to cost approximately five hundred seventeen thousand dollars ($517,000), inclusive of design fees, construction expenses, and a twelve percent (12%) construction contingency. D. The Parties agree that the City will not bill SRCS for City's staff time managing the Project. 7. ADDITIONAL REQUIREMENTS A. Amendments to Agreement This Agreement may be amended only by the mutual written consent of both Parties. B. Indemnification To the fullest extent permitted by California law, each Party shall indemnify, defend, protect, hold harmless, and release the other, its officers, agents, and employees, from and against any and all claims, loss, proceedings, damages, causes of action, liability, costs, or expense (including attorneys' fees and witness costs) arising from or in connection with, the performance of the obligations under this Agreement, except to the extent caused by the sole negligence, active negligence, or willful misconduct of the indemnitees, and/or to any extent that would render these provisions void or unenforceable. C. Insurance 6 1. Commercial General Liability. City shall require its contractor and all subcontractors to procure and maintain, during the life of this Agreement, Commercial General Liability Insurance and Automobile Liability Insurance that shall protect and name as an additional insured the contractor, City, SRCS, state, construction manager(s), and architects)/engineer( from all claims for bodily injury, property damage, personal iniury, death, advertising injury, and medical payments arising from the design and construction of the Project or as otherwise contemplated under this Agreement. City's contractor's and subcontractor's deductible or self-insured retention for its Commercial General Liability Insurance policy shall not exceed $25,000 unless approved in writing by City and SRCS. All such policies shall be written on an occurrence form. 2. Excess Liability Insurance. City shall require its contractor and all subcontractors to procure and maintain, during the life of this Agreement, an Excess Liability Insurance Policy to meet the policy limit requirements of the required policies if the contractor's underlying Policy limits are less than required. There shall be no gap between the per occurrence amount of any underlying policy and the start of the coverage under the Excess Liability Insurance Policy. Any Excess Liability Insurance Policy shall be written on a following form and shall protect and name as an additional insured the contractor, City, SRCS, state, construction manager(s), and architects)/engineer(s) in amounts that comply with all requirements for Commercial General Liability and Automobile Liability and Employers' Liability Insurance. 3. Workers' Compensation and Employers' Liability Insurance. City shall require its contractor and all subcontractors to procure and maintain, during the life of this Agreement, in accordance with provisions of section 3700 of the California Labor Code, the payment of compensation to its employees. City shall require its contractor and subcontractors to procure and maintain, during the life of this Agreement, Workers' Compensation Insurance and Employers' Liability Insurance of not less than $1 million for all of its employees engaged in work contemplated under this Agreement, on/or at the site of the Project. This coverage shall cover, at a minimum, medical and surgical treatment, disability benefits, rehabilitation therapy and survivors' death benefits. 4. Proof of Carriage of Insurance and Other Requirements: Endorsements and Certificates. City shall not allow any contractor or subcontractor to commence work on the Proiect until contractor and its subcontractor(s) have procured all required insurance and delivered in duplicate to the City and SRCS complete endorsements (or entire insurance policies) and certificates indicating the required coverages have been obtained, and the City and SRCS have approved these documents. 5. Endorsements, certificates, and insurance policies shall include the following: a. A clause stating: "This policy shall not be amended, canceled or modified and the coverage amounts shall not be reduced until notice has been mailed to the City of San Rafael and San Rafael City School District stating date of amendment, modification, cancellation or reduction. Date of amendment, modification, cancellation or reduction may not be less than thirty (30) days after date of mailing notice." b. Language stating in particular those insured, extent of insurance, location and operation to which insurance applies, expiration date, to whom cancellation and reduction notice will be sent, and length of notice period. c. All endorsements, certificates and insurance policies shall state that City of San Rafael, San Rafael City School District, its trustees, employees and agents, the State of California, construction manager(s), protect manager(s), and architects)/engineer(s) are named additional insureds under all policies except Workers' Compensation Insurance and Employers' Liability Insurance. d. Contractor's and subcontractors' insurance policy(s) shall be primary and non-contributory to any insurance or self-insurance maintained by the City, SRCS, its trustees, employees and/or agents, the State of California, , construction manager(s), project manager(s), and/or arch itect()/engineer(s). e. All endorsements shall waive any right to subrogation against any of the named additional insureds. The Workers' Compensation policy shall be endorsed to waive any right of subrogation against the City of San Rafael and the San Rafael City School District. D. Notice Unless otherwise requested by a Party, all notices, demands, requests, consents or other communications which may be or are required to be given by either Party to the other shall be in writing and shall be deemed effective upon service. Notices shall be deemed to have been properly given when served on the Party to whom the same is to be given by hand delivery, or by generally recognized overnight courier service, or by deposit in the United States mail, addressed to the Party as follows: 0 SRSC: Dan Zaich Director of Capital Facilities San Rafael City Schools (SRCS) 310 Nova Albion Way San Rafael, CA 94903 City: Bill Guerin Public Works Director City of San Rafael 111 Morphew Street San Rafael, CA 94901 When a notice is given by a generally recognized overnight courier service, the notice, invoice or payment shall be deemed received on the next business day. When a notice or payment is sent via United States Mail, it shall be deemed received seventy-two (72) hours after deposit in the United States Mail, registered or certified, return receipt requested, with the postage thereon fully prepaid. In all other instances, notices, and payments shall be effective upon receipt by the recipient. Changes may be made in the names and addresses of the person to whom notices are to be given by giving notice pursuant to this paragraph. E. Governing Law This Agreement shall be governed by and construed in accordance with the laws of the State of California. Venue shall be in the County of Marin. In the event that any provision of this Agreement is held to be invalid or unenforceable, the remainder of the provisions shall remain in full force and effect. F. Entire Agreement This instrument contains the entire agreement between the Parties, and no statement, promise, or inducement made by either Party or agents of the Parties that is not contained in this written contract shall be valid or binding; and this contract may not be enlarged, modified, or altered except in writing signed by the Parties. 10 G. Authority of SRCS and City The undersigned hereby represents and warrants that he or she has authority to execute and deliver this Agreement on behalf of SRCS and City, respectively. H. No Waiver of Breach The waiver by any of the Parties of any breach of any.term or promise contained in this Agreement shall not be deemed to be a waiver of such term or provision or any subsequent breach of the same or any other term or promise contained in this Agreement. Time of Essence Time is and shall be of the essence of this Agreement and every provision hereof. Parties to Cooperate Each Party will, whenever and as often as it shall be reasonably requested by the other Party, execute, acknowledge and deliver, or cause to be executed, acknowledged and delivered, such further instruments and documents as may be reasonably necessary in order to carry out the intent and purpose of this Agreement. 10. Drafting. Both Parties contributed to the drafting of this agreement and in the event of a dispute over the interpretation of this Agreement, the language of the Agreement will not be construed against one party in favor of the other. 11. No Third Party Beneficiaries. Nothing contained in this Agreement shall be construed to create and the parties do not intend to create any rights in third parties. 12. Disputes Disputes will be handled initially through mutually agreed upon mediation, and if not resolved, will be adjudicated in Marin County Court. 11 IN WITNESS WHEREOF, SRCS and the City have executed this Agreement as of the date first above written. CITY OF SAN RAFAEL By: _ Jim S but , City Ma a er ATTEST: +6f Lindsay Lara, City Clerk APPROVED AS TO FORM FOR CITY: By: a T�l J�v Robert Epstein, City Attorn y 12 SAN RAFAEL CITY SCHOOLS AN APPROVED AS TO FORM FOR SRCS Legal Counsel Ln N r Z"<r LL w—. I - IL O [ 7 O O o � D i i � � Z O a � w w � z 2 N � N w � � 0 5 Z w p L� Z OU K _ _ Q! u- �7� W Z — O O LL 0 ZafN Q Z } C can V+ LL Cl) O00� ws Z .A LO `.9 � a; U t 3; Z O a `� a E� i a V Cl) W Z po rW� ' �a •3 J Q W �� LLc_ o W v w o� / IoW Lu Y C ZW_j _ ~ _J���P,,a NWS � LU LU 0 CL U 0 W J Q LU a LL LL Q C O OI LA Z N N O O Q m a m o O � t'�lR D o 4 E - Q 0 3 ali Maw - i��� i i ,co CU �Eoo 0 z 2 cn Fr.] � Fl U E I- 0 w z LLI LLI �j } j \ \\ � � w z z � 0 z 2 cn Fr.] � Fl U E I- 0 w ( _ - � \ � /\ � 21 z w z z §� � \� /� � R. � 2� w � � �� ��� �/ :& �� N. -R g�- 82 @ /R p q� ( _ - � \ � /\ � 21 0 0 z 0 F- C) Z) Of F- V) z 0 L) 0 0 AM& z w z z §� � \� /� � R. � 2� w � � �� ��� �/ :& �� 0 0 z 0 F- C) Z) Of F- V) z 0 L) 0 0 AM& 71 L) LLI 0 , �!CLL4 all R. N. -R g�- 82 @ /R q,� \ \ \ \ \ \ u \ ) \ \ \ \` 71 L) LLI 0 , �!CLL4 all N N � : r z �- LL w p O W° o <° - LL S ° a u KED z ZX O <0 F- ox os U � p F' 2 H O z O 0 o yOW, O K N r/ F- inn •i° �./ Lu ul LU <� El El El (] ¢0<0E0 oW V w� a z t uNi W Z gn w KLLI CL Q Z LL in Q VV LU Lu W Lu IN al� W i Wp -.-_ 7 �� J z lu O. l V W LU C Lam-- F L UO^ is C04 G o CL c `co Ntio o r � Z W C)? V W q W p c 2 O X C M1 ~ f0 = e''ev 6' iuKR a ". lloyi _N —O LL 0 LaL au ce En Q C v> U �I %mw i_Z " s J c w r jam. V U) IN 0: �• JI. Ja Z 0 Q zt w a `• w LL N LL 9 e3 aIL ag 9 y F g w �sL 9 ~ N " s J c w r U. � 3 �• JI. 9 e3 ag 9 F w f M 9 uj (L Lu zI 0 LU ti z T 0.y .1 LL 0 0 0 , lag z W M I-- w 0 0 z Z w IL Z 2 a LU r 1� Re ze Go z 0 0 z 0 -11ri L) gI IE it 0 . 0 . 0 W 00 ulz 0 000 OW JS Ile 00 Do j7 2 lie 1!4 7-1 glum 0 411 jV itd �} Ul, cc .0 fit TI. Do red FCF - MI, z T 0.y .1 NN Z LL 0 0 0 , lag z W M I-- w 0 0 z Z w IL Z 2 a LU r 1� Re Go z 0 0 z 0 -11ri L) gI IE it 0 . 0 . 0 W 00 ulz 0 000 OW JS Ile 00 Do 2 lie 1!4 7-1 411 jV itd �} NN Z LL 0 0 0 , lag z W M I-- w 0 0 z Z w IL Z 2 a LU Go z 0 0 z 0 L) 0 0 U) U) 0 z 9 z W M I-- w LL U) C3 z Z w IL U) LLI a LU z rG� N N r LZi: Ll.. O U10 O 0 Z O F L) D so Of z F F N Z O U O (2 W0 � O � Ln Z� C V) U a Z N N Ix U J Q J Q W LL U) 0 9 W 0 Wz CL V W N W Z O H U N O F J W L� Z Q I H s $ N a N � r I1H4' ul . 1 - - ORorml Z ` 6 N O rFiYL iOii Ylr LL W o Q ra'Jl �"r1iiY � s y t b1FiVL rm.e�oR � �v [ � in � rlu 5 1il}iTl¢ O aer4+nr "�., rlv D 6's4xu rau wav Z ' wL1a44u a•av � "riiinr ni.4y¢ U O z R g$� Ckf p 3 S N - Z y O U G � ralr4ta _ O 1�w�4viH rav -- O IrM.{ YL 1 Mt'Jl ' r/w4vu 4rx.K�u ! �_ =z 4 raw.iaar �w.4 aai �� I �wtlmoa riv R'4 ia:i �y raw qui! T� ! 1 [raga--LLa.�v5v4i LL = rau xawu -� d' t!J raaaa slv - � Z rn.4.rar w6n �a4i °. l tQi) U raal ¢L1 EL \ ¢lM4YL ¢au4V¢ ", 6111 r5 u a"M Vlr aLt'Jl x11+111 L'� A"MIYIr %tF4•lIY RHWay Illy/ HRorARI R� I/HIOlYJICi Z iIM4�L rr1 T� n rant rIF4W -�— O fn Lr1l.4Y¢ �t•v � J anva var H U Q oaaa rrv, _ � Z F LLr.1 aOr LL1F4 Y¢. � r41.lYL 61�rY¢ �_ f—� w M O 1 LL (A O r«4vlr ss.i Nu s Z. a D cn MYIiLLIt nav ss.i vu s�.4n¢ g Wf~q W 3 ¢alalfaa rav u i ,! Q x1r.4 Y¢ n'1rr4 YL' A f101 rAwl xlL4�I¢ rC•4YL ! /r I g 4 -SALxav - 4.c.4au. LU \ a es w rtal xa1 e � - ❑ 2 aL O- R� I1HWm1 h6r4ml n Vu�,Y, �wu rwv 1 J Z �F' - - -. •i w ��E• Asa 26o v H = ❑ N x ^ F aOu - `u� V) I | k o CL °k |§k \ \ 3 B § \ �Z- ` § 7■ e2 w w o 2 § §Mo u k k - | a 2k p;& § _ k !§ j \ ■ | § m ■ @-�§ f \ w Inm wZ 2 —0 ■!.%-q k ® } } § 9 7� - §§ ` ■ ■ 5 2 § ; E22oe, i -§wwk§ & B K ■ ! f E §� |m fi.�2 m § ¢■ e■-;-� D DDD D D ; C40liO §§ ��&§ 0 . z 2 2 k § z o } j LU N 2 w � | , || | ` ■ 2IL ( | _ w I \ \ - � � | } 4 I z | � cL o � | ` | ! o | ■ �� § ]§ .||| § h 0 _ § & & / z z z 2 \ ( 2 § § § o L § - - - | \ § / i 7 2 0 § ( ( ¢ ! § � 2 2 2§§ 2 m` - - - - - d }o El El El E El D ±\ z& %u k§/ , \\�R . ° § 0 § z J § k w w § , § U) § § w k 9 § } � � 2 � 2 x \ � � k / § c k k { - - � � "2\ CL.K|| | � , . , b\ `� k§ � $ R In i N Z "_ LL LLJ � lL O S� 00 u @ g� O O z Z a m � ❑ m _a v z v a ❑ m �' Wp J z �, m m o- z> ❑� O z n Z, a u w0mp U o a J p 9 Zpa O Ko--Mw aIr o cl Um jw Zar N < mH~�_ 0 ❑ U UJ M;- O d d N = E❑ � T 1 I, 5 a 1 �¢ 3 z - ` 0 o C a o w ¢ 3 3 vi J o a a a OR OR _ WW o uw, O O o a a + �> o MT z ❑ N U a z Y Y w o o aW o a � N 1 7 W E! aa zp o 3 1 zp 3 O m m z Q I Q=_� p Vl = 3 pj x� v) V J J O J} Z 9 gj Z Q IJi� F HE y� o _❑ _❑ ,�„ CL zaz Val ❑ o ❑ ❑ ❑ z a zw zF ❑ �� 5 x m �� n n r.l x 0 ma �< > ad❑ QC O I I I a Y� Y� ❑ rij m = j V=i y v=i I n <a a <a N W a❑ a 0 w w W 3 z Na 0y N ¢o �o tiw r^❑ GZx In mu G ci ri v om pz ?ln ?i - z ZU VlU El O 0 El m ch z_ a y N O w �yT z a=z N g o= o= m Q o oa �_ W d Q U N U W6 1' Q Q F W w Oz v W y w W W N „w zap ❑ Q U h W J ow W W m M � H c avcN „l O ' a M m c� g 0.0.0.fee U O H max❑ 1 Y Um ` � avN� 1 n ... NOry•-•- Na p�� a I � g z w x'� z Ir _ �N bio I O � I N uiLL I n EL �I I �❑l ' I ¢zOw� I www � > 0aJo❑N a. ly � U M H I - .. ��:a�i• � � w II > I azpzazo I < {- ❑ Mzw�_ _ _ NOZ mw -, � NION ST _� nwtnM _ �� Zw a oo s , ;� § (_)� 04 )�� zC� LL s§�LLJ ° � ƒ § § � 2 / _ $ ! § j_ \\ $ ` k L) -w. j 2 ° f .< - -- < w /) - / G 200 § 00 ) §�) ( vi MMo - X ¥`: \� S - -\\0� \ )§ �§ § Mil d o ` �� (z 2 \\ . \\ _ . . . (}6 §q ( \ § k�k �/ - _ (\//\g \ — k\\ \ T \mm 9.-Ow !d( k\\ - - - - z g}/ S7 j/\ U) /! /LLI - - /§/ o �m z k� - cc } _ U) U) uj IL u $ ! zn2 ® fes/ /�* �En LUu § { Enz -13 ] S S ? ? ? S < 0`® � § � F- 2 LU � )� 4 _ z 4 LA_ � \ (! ; \]{ Iz | ! .§|| , ;� § (_)� )�� k\�}� / _ N N r Z 3Q M LL LLJ e o W O D S� t aN O Cl Z O g U � o [' Z ;o o� ZW o O � 6 oa 'm O O O C x - N Z (n Q � O O a Q O �..L� z Ln Z} Q� < cn U 0 Z N N O � N U J Z J Q H Q � O Q W J o a V Q a M U1 w U W W J F„ W N 9$o J F o z o — __ U C O J W LL 1 0 O e Z no FD tA O R3� a 6