Loading...
HomeMy WebLinkAboutCC Resolution 11340 (Third & Union Traffic Signals)RESOLUTION NO. 11340 RESOLUTION ACCEPTING PROPOSAL FROM KIMLEY-HORN FOR THE DESIGN OF THE THIRD AND UNION TRAFFIC SIGNAL AND INTERSECTION IMPROVEMENTS IN AN AMOUNT NOT TO EXCEED $77,000, AND AUTHORIZING THE DIRECTOR OF PUBLIC WORKS TO EXECUTE THE PROFESSIONAL SERVICES AGREEMENT. WHEREAS, routine traffic monitoring and review of citizens' request by the Traffic Coordinating Committee; it is recommended that above intersection be improved based on traffic engineering design and professional judgment; and WHEREAS, the design will include intersection modification to accommodate projected traffic volume and patterns, and WHEREAS, the project cost for design and construction for the intersection of Third and Union Streets will be allocated from Downtown Traffic Mitigation Fee and any approved available funding source; and WHEREAS, staff received a proposal from Kimley-Horn and Associates Inc. for professional traffic and civil engineering services for the project in an amount not to exceed $77,000 (including contingencies); and WHEREAS, staff has reviewed their proposal and found it to be complete and within industry standards. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael that the Scope of Services for Kimley-Horn and Associates is accepted and Council does hereby authorize the Public Works Director to enter into Professional Services Agreement with Kimley-Horn and Associates for professional engineering services in a form approved by the City Attorney and in an amount not to exceed $77,000 for professional services listed in Exhibit A. I, JEANNE. M. LEONCINI, 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 Council of said City on the 16`h day of June, 2003, by the following vote, to wit: AYES: COUNCILMEMBERS: Heller, Miller, Phillips and Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: Cohen JE NE M. LEONdNI, City Clerk File No.: 18.01.66 AGREEMENT FOR PROFESSIONAL SERVICES FOR THIRD AND UNION TRAFFIC SIGNAL AND INTERSECTION IMPROVEMENTS This Agreement is made and entered into this 16`x' day of June, 2003, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and KIMLEY-HORN AND ASSOCIATES, INC. (hereinafter "CONTRACTOR). RECITALS WHEREAS, the CITY has determined that civil engineering consulting services are required to design and prepare plans and specifications for the Third and Union Traffic Signal and Intersection Improvements (hereinafter "PROJECT"); and WHEREAS, the CONTRACTOR has offered to render certain specialized professional services in connection with this Project. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. DEFINITIONS. 2. PROJECT COORDINATION A. CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The City Engineer 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. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Anush Nejad is hereby designated as the PROJECT MANAGER 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. 3. DUTIES OF CONTRACTOR CONTRACTOR shall perform the duties and/or provide services as follows; the CONTRACTOR agrees to provide professional services as a Traffic and Civil Engineering Consultant to prepare plans associated with the signal modifications at Third Street and Union Street, as outlined in the Proposal from CONTRACTOR dated May 19, 2003, marked Exhibit "A", attached hereto, and incorporated herein by this reference. The CONTRACTOR agrees to be available and perform the work specified in this agreement in the time frame as specified and as shown in Exhibit "A". 4. DUTIES OF THE CITY CITY shall perform the duties as described in Exhibit "A" attached hereto and incorporated herein. 5. COMPENSATION For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR on a time and materials basis for services rendered in accordance with the rates shown on the current fee schedule as described in Exhibit "A" attached and incorporated herein. The total payment made for any individual work task will not exceed the amounts shown on the Proposal Budget, set out in Exhibit "A". Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. is complete. 6. TERM OF AGREEMENT The term of this Agreement shall be from the date of execution until the Project 7. 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 notice, to the reasonable satisfaction of the party giving such notice, within fifteen (15) days of the receipt of said notice. 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. Agreement • 2 S. 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, at the sole risk of the City. 9. 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. 10. ASSIGNABILTY 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. 11. INSURANCE A. During the term of this Agreement, CONTRACTOR, shall maintain, at no expense to CITY, the following insurance policies: 1. A comprehensive general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence 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 ($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 ($1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. B. The insurance coverage required of the CONTRACTOR by Section 11. A., shall also meet the following requirements: 1. The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution; 2. Except for professional liability insurance, the insurance policies shall be endorsed for contractural liability and personal injury; Agreement • 3 3. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, and employees as additionally named insureds under the policies; 4. CONTRACTOR shall provide to PROJECT MANAGER, (a) Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming CITY, its officers, agents and employees, as additional insureds under the policies; 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminate or materially modify the terms and conditions of said insurance policies except upon thirty (30) days written notice to CITY's PROJECT MANAGER; 6. 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; 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement; 8. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. C. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR's officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and the City Attorney. 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. 12. INDEMNIFICATION CONTRACTOR shall indemnify, release, defend and hold harmless CITY, its officers, and employees, against any claim, demand, suit, judgement, loss, liability or expense of any kind, including attorney's fees, to the extent arising out of or resulting in any way, from any negligent acts or omissions of CONTRACTOR or CONTRACTOR's officers, agents and employees in the performance of their duties and obligations under this Agreement. Agreement • 4 13. 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. 14. 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. 15. NO THIRD PARTY BENEFICIARIES CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 16. 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: Mr. Andrew J. Preston, (Project Manager) City of San Rafael 1400 Fifth Avenue P.O. Box 151560 San Rafael, CA 94915-1560 TO CONTRACTOR: Mr. Amish A. Nej ad, P.E. Kimley-Horn and Associates, Inc. 555 12'h Street Oakland, CA 94607 Agreement • 5 17. 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. 18. 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. 19. 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. 20. 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 Agreement • 6 the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 21. 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. 22. 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. CONTRACTOR's taxpayer identification number is 56-088-5615, and CONTRACTOR certifies under penalty of perjury that said taxpayer identification number is correct. 22. APPLICABLE LAW The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL City Manager i Andrew J . PrestJ/ Director of Public Works ATTEST: City Clerk CONTRACTOR Kimley-Horn. and Associates; `Inc. Name: Amish Nej ad Title: Vice President APPROVED AS f; C2/j r- City Attorney FORM: Agreement • 7 IMIIBIT A Kimley-Horn e� and Associates, Inc. RECEIVED MAY 0 20005 May 19, 2003 PUGLIC WORKS DEPT. CITY OF SAN RAFAEL Mr. Nader Mansourian, P.E. City Traffic Engineer suite 1230 City of San Rafael 55512th Street 111 Morphew Street Oakland, California San Rafael, CA 94915-1560 94607 RE: Proposal for Professional Engineering Services for Third Street and Union Street Intersection Widening and Improvement Project Dear Mr. Mansourian: Kimley-Horn and Associates, Inc. is pleased to submit this proposal to the City of San Rafael to provide professional engineering services for Third Street and Union Street Intersection Widening and Improvement Project. PROJECT UNDERSTANDING The City of San Rafael is planning to widen the intersection of Third Street and Union Street to improve the operational constraints at this intersection. Specifically, there is considerable queuing and operational issues related to heavy traffic movements to "Montecito Plaza" on Third Street and to the "Whole Foods" plaza on Union Street. The City intends to accomplish the following improvements: 1. Extend the eastbound left turn pocket on Third Street. This widening may require relocation or elimination of existing power pole in the median, if feasible. Coordination with PG&E will be required. 2. Extend the westbound left turn pocket on Third Street. This widening will require relocation of the controller cabinet which is located in the median. 3. Additional northbound lane to provide left turn pocket on Union Street to the "Whole Foods" driveway. The addition of the left turn pocket will require widening on the east side of the street (Fire Station side) and/or widening on the east side as well. The widening on the east side would require construction of a new retaining wall, modification of the existing patio area on the Fire Department property and/or modification of the pedestrian access on Third Street. In addition, the widening would require relocation of existing overhead utilities on the east side. 4. Addition of pavement overlay along Third Street, from approximately Mary Street to High Street, and on Union Street along the project area. The existing pavement in the area is severely degraded at some locations and will require dig -outs and base repair work. 5. Addition of curb ramps and expansion of the pedestrian holding areas at all four corners. This area has heavy pedestrian volumes and adequate pedestrian holding areas are needed. IM TEL 510 625 0712 FAX 510 625 0714 [;� �� Kimley-Horn Mr. Nader Mansourian C_ and Associates, Inc. May 19, 2003 Page 2 6. Addition of new drainage inlets as low spots along the project length. The drainage in the area should reviewed to reduce or eliminate existing low spots either through modification of existing curb profile, or addition of new drainage inlets. This may require replacement of entire length of the segment with new curb, gutter and sidewalk to comply with the ADA requirements. The ADA requires that once the street is modified the driveway and sidewalk slopes need to conform to the requirements. 7. Reconstruction and upgrading of the existing traffic signal standards and poles. 8. Modification of the curb returns on Third Street to Montecito Plaza to accommodate truck movements. This widening may require additional right of way take on the Montecito Plaza. It is expected the City will negotiate the right of way takes on the Montecito Plaza. SCOPE OF SERVICES Kimley-Horn will prepare Contract Documents (plans, specifications and estimates of probable cost) for the project. One bid package is expected. The bid package will be prepared in dual (metric/imperial) units in the City of San Rafael format. In addition, Kimley-Horn will coordinate with the Utility companies and Montecito Plaza during the course of the project. The following are the proposed tasks envisioned for the project: Task 1— Field Review and Data Collection Kimley-Horn will conduct a field review of the project area to collect necessary information for project design. Kimley-Horn will prepare a photo -log of the project area; collect as -built drawings, traffic counts, Synchro files, right-of-way maps, and utility information; and contact utility companies to obtain utility information in the project area. The City will provide existing left -turn pocket requirements. Deliverables: ➢ Utility Coordination Letters ➢ Photo -Log in electronic format Task 2 - Project Design Report Kimley-Horn will meet with the City to review design standards for the project. The following issues will be discussed: ➢ Geometric design standards, ➢ Roadway design and detail requirements, ➢ Drainage, and ➢ Preliminary costs. Kimley-Horn will prepare a Technical Report summarizing the design requirements that will become the basis for the project design. Other project design issues will be also reviewed and appropriate recommendations will be presented in the report. '�. Kimley-Horn Mr. Nader Mansourian May 19, 2003 tb, E7' and Associates, Inc. Page 3 Deliverables: ➢ Project Design Report Task 3 — Topographic Surveying Topographic survey and the base mapping for the project will be provided by Mountain Pacific Surveys. The topographic survey will be tied to the City of San Rafael horizontal and vertical datum. Mountain Pacific Surveys will also develop plat and descriptions for up to three parcels for the right of way takes as optional services if needed. In addition, Mountain Pacific Surveys will prepare a right of way map and will file with the County for a Record of Survey. The City will pay all fees associated with the Record of Survey filing. Typically, this process can take four to six months for the Records Office to process the Record of Survey. The City will provide the Title Reports and conduct negotiations with the property owners. Although it is expected that right of way takes will be granted to the City, the City will conduct the right of way acquisition process, if necessary. Task 4 — Pavement and Drainage Design Kimley-Horn will obtain existing overlay design standards from adjoining project. Digout and intersection widening will be based on existing structural pavement section. If existing structural section is not available, Kimley-Horn will develop the structural section using an R value of 5.0 and a TI of 11 to 12, or as recommended by the City. Kimley-Horn will review the drainage patterns in the area and will recommend either replacement of existing curb and gutter or modification of existing profile or addition or modification of existing drainage inlets. Task 5 — Prepare Concept Plans (35% Design) Kimley-Horn will prepare the concept plans (35%) design level, and estimates of probable cost. The Plans and Estimates will be prepared and will be submitted to the City for review and approval. Deliverable: ➢ Three (3) sets of the Concept Plans Task 6 — Meet with the City and Utility Companies Kimley-Horn will arrange to meet with the City to receive input on the conceptual plans. This meeting will serve to expedite the review process. City will provide one set of non -conflicting comments to Kimley-Horn. Kimley-Horn will meet with the Utility companies for relocation and/or modification of existing utility lines on Third Street and Union Street. P�- Mi@ gq Kimley-Horn Mr. Nader Mansourian and Associates, Inc, May 19, 2003 Page 4 Task 7 — Prepare 65% PS&E Kimley-Horn will prepare plans, specifications and estimates of probable costs for the project. We envision the following deliverables for the project: 1. Title sheet (1 sheet) 2. Project Notes (1 sheet) 3. Civil Layout Plan (3 sheets) 4. Signal Installation Plans (2 sheets) 5. Signing and Striping Plans (2 sheets) 6. Traffic Control and Detour Plan (1 sheet) 7. Retaining Wall Design (1 sheet) 8. Fire Station Patio Modifications (1 sheet) 9. Details (3 sheets) Total Sheets (15 sheets) In addition, Kimley-Horn will prepare specifications and estimates of probable costs for the project. The City of San Rafael will provide the boilerplate specifications in electronic format. This project is funded through local Traffic Impact Fees and is not subject to State or Federal funding requirements. The preliminary PS&E (65% Design Level) will be submitted to the City and utility companies. If utility relocation, hazardous material evaluation or other services not specified is required as a result of the project development requirements, these services will be provided as additional services and after authorization from the City. Deliverable: ➢ Three (3) sets of the PS&E package ➢ Seven (7) sets of plans for utility companies Task 8 — Meet with the City Kimley-Horn will meet with the City to receive comments and to expedite the review process. City will provide one set of non -conflicting comments to Kimley-Horn. Kimley-Horn will meet with the Utility companies to finalize the utility relocations for the project. Task 9 — Prepare 95% PS&E Based on the comments received from the City, Kimley-Horn will advance the PS&E to 95% level. The pre -final PS&E package will be sent to the City for review and approval. ®Kimley-Horn Mr. Nader Mansourian and Associates, Inc. May 19, 2003 Page 5 Deliverable: ➢ Three (3) sets of the PS&E Task 10 — Prepare 100% PS&E Based on the 95% PS&E package, Kimley-Horn will prepare the 100% PS&E package. The final PS&E package will be submitted to the City. We envision the following submittals: Deliverables: ➢ Final Plans in Mylar Format and AutoCAD Files ➢ Final Specifications and Technical Provisions in Electronic and Hardcopy Formats ➢ Final Engineer's Estimate in Hardcopy and Electronic Formats The plans will be also submitted in AutoCAD format. The Specification and Technical Provision in Word and the Engineer's Estimate in Excel formats. Additional Services — Bidding and Construction Support Services Kimley-Horn can assist the City of San Rafael during the bidding and construction phase of the project. Typical services include: 1. Answering questions during bidding phase 2. Issuing addenda 3. Attending the pre -construction meeting 4. Responding to Request for Information (RFI) 5. Field review meeting to resolve design issues Services for this task will be provided on time and materials basis. In addition, Kimley-Horn will prepare plat and descriptions for up to three parcels for any right of way takes or modifications as a result of widening. h1 addition, Mountain Pacific Surveys will prepare a right of way map and will file with the County for a Record of Survey. The City will pay all fees associated with the Record of Survey filing. These services are optional and will be provided if necessary and needed. SERVICES PROVIDED BY THE CITY The City of San Rafael will be responsible for the following items: 1. Provide existing as-builts drawings and utility information. 2. Provide existing AM, midday and PM traffic counts. 3. Provide boilerplate specifications. 4. Coordinate with the property owners and Fire Department. 5. Conduct all environmental approvals for the project. 6. Pay all fees associated with the project. 7 Kimley-Horn Mr. Nader Mansourian and Associates, Inc. May 19, 2003 6 Page 6 7. Advertise and bid contract documents. 8. Provide all inspection and construction management services for the project. 9. Provide all approvals for project design. 10. All other services not specifically included in Kimley-Horn's scope of services. SCHEDULE Kimley-Horn is prepared to begin work immediately upon receipt of the notice to proceed, and we will endeavor to meet your scheduling needs. The following is our estimated schedule for the project: ➢ Design Report: 2 weeks from Notice to Proceed ➢ Conceptual Plans (35%): 3 weeks from receipt of comments ➢ 65% PS&E: 3 weeks from receipt of comments ➢ 95% PS&E: 3 weeks from receipt of comments ➢ 100% PS&E: 2 weeks from receipt of comments Record of Survey, if provided, may take between 4 to 6 months for processing with the County. FEE PROPOSAL Kimley-Horn will provide the services outlined in the scope of services on a time and materials basis for a not to exceed amount of $63,470. The table below is the estimate level of effort for the project, based on the scope of services outlined herein. The services will be invoiced and payable monthly in accordance with our standard billing rates. Task Neiad I Bishoo I Colson I Moss I Bloomouist I Clerical I Task 1 - Field Review & Data Collection 3 8 Task 2- Project Design Report 3 4 4 4 1 2 Task 3 - Topographic Survey 2 Task 4 - Pavement and Drainage Analvsis 2 Task 5 - Prepare Concept Plans 3 8 Task 6 - Meet with Citv/Utilities 3 2 (Task 7 - 65% PS&E 3 16 (Task 8 - Meet with Citv/Utilities 3 24 ITask 9 - 95% PS&E 2 8 Task 10 - 100% PS&E 2 2 Total Hours 26 I 24 (Rate 195 165 ILaborFee 5070 I 3960 Iln-House Expenses (Telephone, Fax, Mileage, Copies, etc) Computer Direct Exeenses (Blueprints, etc) Mountain Pacific Surveys Total 00tional Services (Right of Way Survey & Construction Support) Total Total 11 17 4 12 69 5 163 5 94 36 1 $51,220 $3,150 $1,800 $2,000 $5,300 1$63,470 $9,100 $72,570 2 4 4 2 8 16 40 2 2 24 24 80 16 2 16 24 40 4 8 8 16 2 64 I 76 I 192 I 34 150 I 1300 I 75 9600 9880 20160 2550 Total 11 17 4 12 69 5 163 5 94 36 1 $51,220 $3,150 $1,800 $2,000 $5,300 1$63,470 $9,100 $72,570 -.I] , Kimley-Horn - _ C and Associates, Inc. Mr. Nader Mansourian May 19, 2003 Page 7 Right of way plat and descriptions, if necessary, will be provided as optional services for a lump sum fee of $2,100 for up to three parcels. Record of Survey, if needed, will be provided for a lump sum fee of $2,000. The City will pay all fees associated with filing of the Record of Survey. Bidding and Construction Support services will be provided on time and material basis for an estimated amount of $5,000. CLOSURE Kimley-Horn and Associates, Inc. appreciates the opportunity to submit this proposal to the City of San Rafael. If you have any questions, please do not hesitate to call me at (510) 625-0712. Sincerely yours, KIMLEY-HORNAND ASSOCIATES, INC. Anush A. Nej ad, P.E. Project Manager FROM :Abercrombie Ins FAX NO. :9043966137 Jul. 01 2003 09:49AM P1 ACCRD,„, CERTIFICATE ®F LIABILITY INSURANCE DATE 07/01/2003 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ABERCROMIE INSURANCE AGENCY, INC. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. BOX 5857 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE JACKSONVILLE FL 32247-5657 INSURER A TRAVELERS PROPERTY CASUALTY INS COMPANY INSURED KIMLEY—HORN AND ASSOCIATES, INC. INSURER 8: A.M. SZST RATING "A++" P 0 BOX 33068 IINSURERC. I tNSt/RFR D: RALEIGH NC 27636-3068 INSIIRFRF; COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TMS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED SY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE SEEN REDUCED 6Y PAID CLAIMS. INBR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS 67R DATE(MMIODIM DATE(MMfDDM't A GENERAL LIABILITY P-630-315x3476—TIL-02 09/01/2002 09/01/2003 cACHOCcuRRENCE $ 1,000,0001 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE l OCCUR GGEEMLAGGREGATE LIMIT APPLIES PER: X] POLICY IATI PP & F7 LOC A AUTOMOBILE LIABILITY X ANY AUTO A EMPLOY RS, LMIAHILSTMIONANO 836G878-3-02 09/01/2002 09/01/2003 ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS GARAGE LIABILITY ANY AUTO A EXCESS LIABILITY 7 OCCUR EICLAIMS MADE P-810-171L6115—TIL-02 09/01/2002 09/01/2003 TIRE DAMAGE (Any ono fire) S MED EXP (Any one parson) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE IS PRODUCTS - COMP/OP AGG Is I COMBINED SINGLE LIMIT (Fa arddnnt) I S BODILY INJURY I (Pnr prmon) S BODILY INJURY f (Per accident S PROPERTY DAMAGE (Par acntlent) AUTO ONLY - FA ACCIDENT is OTHER THAN FAACC 1$ AUTO ONLY: ACO IS CUP-171L6115—TIL-02 09/01/2002 09/01/2003 EACH OCCURRENCE IS AGGREGATE I5 I4 500,000 5,0001 1,000,000 2,000,0001 2,000,0001 1,000,000 I 1,000,0001 1,000,000 DEDUCTIBLE / / � / I Is X RETENTION $10,,000 I IS A EMPLOY RS, LMIAHILSTMIONANO 836G878-3-02 09/01/2002 09/01/2003 X ITYA �Afdl�sl IOER I E E. L. EACH AC_(:If1ENT IS 500,000 I C.L. DISEA.SF. - FA EMPLOYEEI $ 500,000 _ E.L. DISEASE •POLICY LIMIT IS 500,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLEWEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS PROJECT: AAN-SAN RAFAEL 3rd AND UNION STREET INTERSECTION n4PROVMCENTS. THE CITY, ITS OFFICERS, AGENTS, EMPLOYEES & VOLUNTEERS ARE ADDIL INSUREDS FOR GENERAL 6 AUTO LIABILITY ONLY MR TRIS PROJECT. ALL POLICIES ARE PRIMARY. SPECIAL ENnORSUMNTS ATTACHED. CERTIFICATE HOLDER I X I ADDITIONAL INSURED! INSURER LETTER; A CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES HE CANCELLED DEFORE THE EXPIRATION DATE TNEWEOF, THE ISSUING INSURER MILL :KXX= MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, gWKX CITY OF SAN RAFAEL Mt,," bs�w�liftogiSl9�cIQ��fiIpACKr(F!t(X,�( �f?(E ATTN: NADAR MANSOURIAN A 1400 FIFTH AWN= SAN RAFAEL CA AUTHORIZED REPR HNTATIVk 9 4 915 - ACORD 26-8 (7/97) f,u" 1NS0268 (8810) 01 C c�'ACORD CORPORATION 1988 ELECTRONIC LASER FORMS, INC -(0w2j-Esu Page 1 of 2 SM RAFAEL CA Q4915- �.-�,�S �/��� (ell ApCORD 25-5 (7/97) C(ACORD CORPORATION 1988 1t,,; INS0258 I99ioI of FLECTRONIC LASER FORMS. II+C -�Wpj 05a retie 1 or 2 COVERAGE PART NUMRF.it: I1-630-31 SX3476•TIL•02 COMMGRC'IAL GCNEML LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED --OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. SCHEDULE NAME OF PERSON OR ORG&NLZAT_IUN: CITY OF SAN RAFAEL, ITS OFFICERS, AGENTS, EMPLOYEES & VOLUNTEERS PROJECT: AAN — SAN RAFAEL 3rd AND UNION STREET INTERSECTON IMPROVEMENTS FROM :Abercrombie InS POLICY NUMBER: P -810 -171L6115 -TIL -02 FAX NO. :9043966137 Jul. 01 2003 09:50RM P2 THE ENDORSEMENT CHANGES THE POLICY. PLEASE READ CAREFULI_ Y. ADDITIONAL INSURED This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE F011M BUSINESS AUTO It is agreed that the f°Who Is An Insured" provision is amended to include as an insured the person or origination designated below as an additional insured, subject to the following provisions: 1. This insurance applies only with respect to any Liability arising out of the operation of covered autos on the additional insureds premises described below; 2. The Named Insured is authorized to act for such additional insured in all matters pertaining to this insurance, including receipt of notice of cancellation; 3. Return premium, if any, shall be paid to the Named Insured; 4. Nothing contained herein shall affect any right of reeovery as a claimant which the additional insured would have it not dmignated as such. Name of Person or Organization: THE CITY OF SAN RAFAEL, ITS OFFICERS, AGENTS, EMPLOYEES & VOLUNTEERS PROJECT: AAN — SAN RAFAEL 3rd AND UNION STREET INTERSECTION IMPROVEMENTS