Loading...
HomeMy WebLinkAbout4.13 Shannon Parking Lot Improvements or 19 82 STAFF REPORT CITY CLERK CITY COUNCIL File # 600-30 DATE: July 21, 2015 TO: Honorable Mayor and City Councilmembers FROM: Christopher L. Foss, City Manager " SUBJECT: Approval of a New Capital Improvement Program (CIP) Project— Shannon Center Parking Lot Improvements and Approval of Consulting Service Agreement with Mark Thomas & Company Inc. Prepared by Michael eoitnott, Senior Civil Engineer EXECUTIVE SUMMARY: The City Council will consider a new CIP Project to renovate the Shannon Center parking lot. The proposed Shannon Center Parking Lot Improvements Project would refurbish the parking lot surface, replace and add parking lot lighting, improve drainage, rejuvenate the landscaping, and make modifications to comply with Americans for Disabilities Act (ADA). The City Council will also consider a consulting services agreement with Mark Thomas & Company to design the proposed project. FINANCIAL IMPACT: The Shannon Center parking lot improvements are estimated to cost $775,000, and will span Fiscal Years 2015-16 and 2016-17. During the Fiscal Year 2013-14 budget cycle, the City Council set aside $775,000 in a General Fund reserve to fund this project. The proposed design contract by Mark Thomas & Company Inc. has a not-to-exceed amount of $120,000 and is within the budgeted amount of the engineer's estimate for professional consultant services. RECOMMENDATION: Staff recommends that the City Council take the following actions: 1) Approve the addition of the Shannon Center Parking Lot Improvements Project to the Five Year Capital Improvement Plan (CIP No. PK0316); 2) Approve the Budget Change Form; and 3) Adopt the Resolution Approving an Agreement with Mark Thomas & Company, Incorporated for Shannon Center Parking Lot Improvements. ,J �ubmitteb By ' � Reviewed By Public Works Director Assistant City Manager Pagel of 2 ITEM NO. 4.13 DESCRIPTION: Staff is proposing a new capital improvement project to renovate the Shannon Center parking lot The following is a summary of the project: Shannon Center Parking Lot Improvements Project: This project will include design and construction of various improvements to the parking lot and associated amenities. The improvements include, but are not limited to, the following: parking lot surfacing; pavement markings; parking lot lighting; parking island landscaping and irrigation; storm drainage; crosswalks; and upgrades to comply with Americans with Disabilities Act (ADA). It is anticipated that parking for the Shannon Center and the associated park will be impacted during construction. Staff will work with the designer to build a phasing plan into the contract documents to allow for no more than 50% of the parking to be taken by the construction activities at any single time. Additionally, Public Works staff will coordinate with Parks staff to ensure that construction impacts to facility rentals will be minimized as much as possible. This project is exempt under Section 15301 (Existing Facilities) of the CEQA Guidelines. The design work and improvements would begin in the current fiscal year, with an expected expenditure of $275,000 from the General Fund in Fiscal Year 2015-16 and the remaining expenditure of $500,000 from the General Fund in Fiscal Year 2016-17. There is sufficient funding in the specific General Fund Committed Reserve for this project. Staff also requests the approval of a consulting services agreement with Mark Thomas & Company Inc., to provide field surveying, conceptual design, preparation of plans and specifications for public bidding, and construction administration support for the Shannon Center Parking Lot improvements. Through the City's consultant selection process for on-call Civil Engineering firms, Mark Thomas & Company Inc. has been selected to provide the design services for the Shannon Center Parking Lot Improvement project. Staff negotiated a scope and fee for these services not-to-exceed $120,000. The Consultant Services Agreement, which outlines the scope of work and fee schedule, is shown as Exhibit A to the Resolution. NOTICING REQUIREMENTS/PUBLIC OUTREACH: A copy of Staff Report was sent to Mark Thomas & Company Inc. ATTACHMENTS: 1. Location Map 2. Budget Change Form for the Shannon Center Parking Lot Improvements Project 3. Resolution Approving an Agreement with Mark Thomas & Company, Incorporated for Shannon Center Parking Lot Improvements 4. Exhibit A to Resolution —Agreement with Mark Thomas & Company I nc. Page 2 of 2 e Location Map of Proposed Improvements CITY or DUBLIN ho nify "113 'eft .. . y — S. r3¢ Legend 17fi0Q � �� t - ' r Shannon Park � rm SHANNON Av Notes Attachment 1 L-Myright 0 100 200 Feet This map is based on City of Dublin GIS Information and reflects the most current information atthe time ofthis printing.The map is intended for reference purposes only and the City and its staffis not responsible for errors. -City Of Dublin 6/5/2015 1:1,200 1 inch:100 feet CITY OF DUBLIN FISCAL YEAR 2015-16 BUDGET CHANGE FORM Budget Change Reference#: City Council's.Approval Required From Un-Appropriated Reserves Budget Transfer Between Funds From Designated Reserves X Other DECREASE BUDGET AMOUNT INCREASE,,BUDGET AMOUNT Account Amount Account Amount EXP: General Fund -Parks CIP -Shannon Parking Lot Improvements 1001.9501.89101 (Transfer Out) $275,000 3500.9501.49999 (Transfer In) $2757000 pk0316.9100.9101 (Salaries& Benefits) $357000 pk0316.9200.9203 (Contract Services-Survey) $1657000 pk0316.9400.9401 (Improvements- Not Building) $757000 REASON,FOR,BUDGET CHANGE Shannon Parking Lot Improvements project includes design and construction of various improvements to the parking lot and associated amenities. The improvements include but are not limited to: parking lot surfacing; pavement markings; parking lot lighting; parking island landscaping and irrigation; storm drainage; crosswalks; and requirements to comply with Americans with Disabilities Act(ADA). As Presented at the City Council Meeting 7/21/2015 • Posted By: Date: C:\Users\agenda\Desktop\4.13 attch 2 4.13 attch 2 RESOLUTION NO. XX - 15 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN * * * * * * * * * * * APPROVING AN AGREEMENT WITH MARK THOMAS AND COMPANY, INCORPORATED FOR SHANNON CENTER PARKING LOT IMPROVEMENTS WHEREAS, the Shannon Center Parking Lot was added to the 2014-19 Capital Improvement Program; and WHEREAS, the 2014-2019 Capital Improvement Program includes a project to prepare design and construction documents for the Shannon Center Parking Lot Improvements; and WHEREAS, the City has solicited proposals from Mark Thomas and Company, Incorporated to complete the design and construction documents; and WHEREAS, Mark Thomas and Company, Incorporated has demonstrated ability to perform said design and construction documents; and WHEREAS, Mark Thomas and Company, Incorporated is available to perform work as specified. NOW, THEREFORE, the City Council of the City of Dublin does RESOLVE to approve the Agreement with Mark Thomas and Company, Incorporated, attached hereto and authorize the City Manager to execute the Agreement to include base bid services and optional services as approved by City Council. PASSED, APPROVED AND ADOPTED this 21st day of July 2015, by the following vote: AYES: NOES: ABSENT: ABSTAIN: Mayor ATTEST: City Clerk ATTACHMENT 3 Project Name: Shannon Center Parking Lot Improvements Project No. PK0316 Date: 7/21/2015 CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND MARK THOMAS &COMPANY, INC. THIS AGREEMENT for consulting services is made by and between the City of Dublin ("City") and Mark Thomas &Company, Inc. a California Corporation ("Consultant") as of July 21, 2015. Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the date first noted above and shall end on January 31, 2017, the date of completion specified in Exhibit A, and Consultant shall complete the work described in Exhibit A prior to that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged in the geographical area in which Consultant practices its profession. Consultant shall prepare all work products required by this Agreement in a substantial,first-class manner and shall conform to the standards of quality normally observed by a person practicing in Consultant's profession. 1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Section 1.1 above and to satisfy Consultant's obligations hereunder. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed One Hundred and Twenty Thousand dollars ($120,000.00)for services outlined in Exhibit A, notwithstanding any contrary indications that may be contained in Consultant's proposal,for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant's proposal, attached as Exhibit B, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant's estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. Invoices shall contain the following information: • Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.; • The beginning and ending dates of the billing period; • A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; • At City's option, for each work item in each task, a copy of the applicable time entries or time sheets shall be submitted showing the name of the person doing the work, the hours spent by each person, a brief description of the work, and each reimbursable expense; • The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder, as well as a separate notice when the total number of hours of work by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours,which shall include an estimate of the time necessary to complete the work described in Exhibit A; • The Consultant's signature. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received,for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10% of the total sum due pursuant to this Agreement within sixty (60)days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra,further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 2 of 23 unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the following fee schedule: 2.6 Reimbursable Expenses. Reimbursable expenses are specified in the Consultant's Proposal. Expenses not listed are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets in order to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks,filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before beginning any work under this Agreement, Consultant, at its own cost and expense, shall procure "occurrence coverage" insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects to the City. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 3 of 23 subcontractor(s) and provided evidence thereof to City. Verification of the required insurance shall be submitted and made part of this Agreement prior to execution. 4.1 Workers' Compensation. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than ONE MILLION DOLLARS ($1,000,000.00) per accident. In the alternative, Consultant may rely on a self-insurance program to meet those requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the Labor Code shall be solely in the discretion of the Contract Administrator. The insurer, if insurance is provided, or the Consultant, if a program of self-insurance is provided, shall waive all rights of subrogation against the City and its officers, officials, employees, and volunteers for loss arising from work performed under this Agreement. An endorsement shall state that coverage shall not be canceled except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Consultant shall notify City within 14 days of notification from Consultant's insurer if such coverage is suspended, voided or reduced in coverage or in limits. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General requirements. Consultant, at its own cost and expense, shall maintain commercial general and automobile liability insurance for the term of this Agreement in an amount not less than ONE MILLION DOLLARS ($1,000,000.00) per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non-owned automobiles. 4.2.2 Minimum scope of coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88)or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 8 and 9 ("any auto"). No endorsement shall be attached limiting the coverage. Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 4 of 23 4.2.3 Additional requirements. Each of the following shall be included in the insurance coverage or added as an endorsement to the policy: a. City and its officers, employees, agents, and volunteers shall be covered as additional insureds with respect to each of the following: liability arising out of activities performed by or on behalf of Consultant, including the insured's general supervision of Consultant; products and completed operations of Consultant; premises owned, occupied, or used by Consultant; and automobiles owned, leased, or used by the Consultant. The coverage shall contain no special limitations on the scope of protection afforded to City or its officers, employees, agents, or volunteers. b. The insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. C. An endorsement must state that coverage is primary insurance with respect to the City and its officers, officials, employees and volunteers, and that no insurance or self-insurance maintained by the City shall be called upon to contribute to a loss under the coverage. d. Any failure of CONSULTANT to comply with reporting provisions of the policy shall not affect coverage provided to CITY and its officers, employees, agents, and volunteers. e. An endorsement shall state that coverage shall not be canceled except after thirty (30)days' prior written notice by certified mail, return receipt requested, has been given to the City. Consultant shall notify City within 14 days of notification from Consultant's insurer if such coverage is suspended, voided or reduced in coverage or in limits. 4.3 Professional Liability Insurance. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than ONE MILLION DOLLARS ($1,000,000) covering the licensed professionals' errors and omissions. 4.3.1 Any deductible or self-insured retention shall not exceed $150,000 per claim. 4.3.2 An endorsement shall state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 5 of 23 4.3.3 The policy must contain a cross liability or severability of interest clause. 4.3.4 The following provisions shall apply if the professional liability coverages are written on a claims-made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least five years after completion of the Agreement or the work, so long as commercially available at reasonable rates. C. If coverage is canceled or not renewed and it is not replaced with another claims-made policy form with a retroactive date that precedes the date of this Agreement, Consultant must provide extended reporting coverage for a minimum of five years after completion of the Agreement or the work. The City shall have the right to exercise, at the Consultant's sole cost and expense, any extended reporting provisions of the policy, if the Consultant cancels or does not renew the coverage. d. A copy of the claim reporting requirements must be submitted to the City prior to the commencement of any work under this Agreement. 4.4 All Policies Requirements. 4.4.1 Acceptability of insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than ANIL 4.4.2 Verification of coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with certificates of insurance and with original endorsements effecting coverage required herein. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. 4.4.3 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.4.4 Variation. The City may approve a variation in the foregoing insurance requirements, upon a determination that the coverages, scope, limits, and forms of such insurance are either not commercially available, or that the City's interests are otherwise fully protected. Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 6 of 23 4.4.5 Deductibles and Self-Insured Retentions. Consultant shall disclose to and obtain the approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. During the period covered by this Agreement, only upon the prior express written authorization of Contract Administrator, Consultant may increase such deductibles or self-insured retentions with respect to City, its officers, employees, agents, and volunteers. The Contract Administrator may condition approval of an increase in deductible or self-insured retention levels with a requirement that Consultant procure a bond, guaranteeing payment of losses and related investigations, claim administration, and defense expenses that is satisfactory in all respects to each of them. 4.4.6 Notice of Reduction in Coverage. In the event that any coverage required by this section is reduced, limited, or materially affected in any other manner, Consultant shall provide written notice to City at Consultant's earliest possible opportunity and in no case later than five days after Consultant is notified of the change in coverage. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies,which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach: • Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; • Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or • Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT'S RESPONSIBILITIES. Consultant shall indemnify, defend with counsel selected by the City, and hold harmless the City and its officials, officers, employees, agents, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Consultant or its employees, subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligation of Consultant shall not apply when (1)the injury, loss of life, damage to property, or violation of law arises wholly from the negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2)the actions of Consultant or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to property, or Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 7 of 23 violation of law. It is understood that the duty of Consultant to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Consultant from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Consultant acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS)to be eligible for enrollment in PERS as an employee of City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions,which would otherwise be the responsibility of City. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subparagraph 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant No Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws applicable to the performance of the work hereunder. Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 8 of 23 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person's race, religion, color, national origin, age, physical or mental handicap or disability, medical condition, marital status, sex, or sexual orientation, against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall comply with all applicable federal, state, and local laws, policies, rules, and requirements related to equal opportunity and nondiscrimination in employment, contracting, and the provision of any services that are the subject of this Agreement, including but not limited to the satisfaction of any positive obligations required of Consultant thereby. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon thirty (30)days'written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 9 of 23 a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The parties may amend this Agreement only by a writing signed by all the parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal,without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City's remedies shall included, but not be limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records,files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 10 of 23 covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both parties. 9.2 Consultant's Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of three (3)years, or for any longer period required by law,from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Section 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds TEN THOUSAND DOLLARS ($10,000.00), the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of three (3)years after final payment under the Agreement. Section 10 MISCELLANEOUS PROVISIONS. 10.1 Attorneys' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys'fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 11 of 23 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports,written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location,would place Consultant in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Sections 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous twelve (12) months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous twelve months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of Government Code §1090 et.seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of Government Code § 1090 and, if applicable,will be disqualified from holding public office in the State of California. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting,focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by Gary Huisingh, Public Works Director("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his designee. 10.10 Notices. Any written notice to Consultant shall be sent to: Mark Thomas &Company Inc. Atten: Sasha Dansky, Principal 3000 Oak Road, Suite 650 Walnut Creek, CA 94597 Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 12 of 23 Any written notice to City shall be sent to: Gary Huisingh, Public Works Director City of Dublin Public Works 100 Civic Plaza Dublin, CA 94568 10.11 Professional Seal. Where applicable in the determination of the contract administrator, the first page of a technical report,first page of design specifications, and each page of construction drawings shall be stamped/sealed and signed by the licensed professional responsible for the report/design preparation. The stamp/seal shall be in a block entitled "Seal and Signature of Registered Professional with report/design responsibility," as in the following example. Seal and Signature of Registered Professional with report/design responsibility. 10.12 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibit A, and including the compensation schedule attached hereto and incorporated herein as Exhibit B, represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 13 of 23 CITY OF DUBLIN CONSULTANT Mark Thomas &Company Christopher L. Foss , City Manager Sasha Dansky, Principal Attest: 94-1451490 Taxpayer Identification Number Caroline Soto, City Clerk C0378336 Corporate Entity Number Approved as to Form: John Bakker, City Attorney Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 14 of 23 EXHIBIT A SCOPE OF SERVICES The specific MTCo services to be provided for the Shannon Community Center Parking Lot project are outlined below. TASK 1 PROJECT MANAGEMENT 1.1 PROJECT MANAGEMENT MTCo's Project Manager will plan, organize, direct and monitor project work activities and resources in accordance with contracted scope, schedule and budget. This task includes performing ongoing general project management with City Staff, subconsultants and stakeholders including preparing contract paperwork, memo's, letters and e-mail, making phone calls and maintaining project files. This activity commences with receiving the Notice-To-Proceed, continues through submittal of the key final project deliverables, and concludes at the completion of construction and close out. For this scope of work, MTCo assumes a project design duration of 6 months. 1.2 STAFF REVIEW MEETINGS Meetings will be attended by MTCo, City Staff, and others as warranted. We will begin with a project kick-off meeting to be sure of a mutual understanding of the intended purposes, objectives, milestones and deliverables of the project. At the project kick-off meeting MTCo will distribute a master Critical Path Method (CPM) schedule as a draft for review by City Staff. The draft CPM schedule will then be updated using comments received from attendees. The CPM schedule will be updated at major project milestones and will be prepared using Microsoft Project software. Thereafter, meetings will generally be held at key project milestones. MTCo will take the lead in conducting the meetings including preparation and distribution of the meeting agenda, arrangement of attendance of meeting participants, and preparation and distribution of meeting minutes, including the recap of actions to be taken prior to the next meeting.This scope assumes a total of four (4) staff review meetings. 1. QA/QC MTCo will use our own internal MTCo QA/QC Plan as a as part of this project. The MTCo Quality Control Plan consists of established procedures for performing the work including methods for design calculations, establishing appropriate levels of design development for intermediate submittals, identification of required plan checks (who, what, when), design checklists, and methods of project documentation. As part of the QA/QC program, checklists will be used to verify that all aspects of the project have been adequately reviewed for quality. As the design phase proceeds, the regularly scheduled reviews will help the team identify and evaluate issues that may affect the project. Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 15 of 23 TASK ELI I A Y ENGINEERING .1 TOPOGRAPHIC S VEY AND BASE MAPPING This task will create a set of base maps to use for design and project plans. This mapping will be used to create a project base map as well as provide accurate pavement grades and topographic information. MTCo will perform topographic survey of the hardscape and softscape features and existing surface visible utility appurtenances within and immediately adjacent to the project limits. These features will include: • 1ft contours • Coordinates and elevations of at least 2 benchmarks with datum source • Spot elevations at • curblines (every 20ft) • edges of paving types (every 20ft or at change of direction) • existing structures,fences, poles, etc • bases of all trees • top and bottom of walls • top and bottom of slopes • flow lines and lips of gutters and valley gutters • flow lines of swales • rim and invert elevations of catch basins, area drains, curb inlets, and drain lines • existing utilities (underground and above ground) • easements, right-of-ways • pavement types • site furnishings signage • site lighting and street lighting • tree species, extent of canopy and diameter size of existing trees • diameter of existing drain lines The survey points will be used to generate a base map in AutoCAD. Utility potholing is not included in the scope of work. 2.2 GEOTECHNICAL ANALYSIS Crawford &Associates (Crawford) will provide geotechnical engineering services including performance of subsurface explorations at the project site. Samples will be delivered to an independent laboratory for testing. Standard Penetration Testing (SPT) and California Modified sampling will be performed within the borings to obtain samples and blow count information. The borings will be backfilled according to the boring permit requirements. Once testing is complete, Crawford will perform engineering analysis for pedestrian concrete pavement, vehicular asphalt pavement, light pole footings, and retaining wall foundations and prepare and submit a Draft then, after review, Final Geotechnical Report. Contents of the report will include: Scope of Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 16 of 23 Work; Site Description; Project Description; Field Exploration; Laboratory Testing; Site Geology and Subsurface Conditions; Design Recommendations; Location Map; Laboratory Test Results, Boring Logs. Crawford will conduct a CAM-17metals and Multi-Range Total Petroleum Hydrocarbon (TPH) sampling and testing to determine heavy metal and hydrocarbon amounts in the parking lot's subsoil. • Perform an field sampling consisting of four Geoprobe°direct push borings to a depth of about 5 ft(assuming project will be limited to within upper 5 ft). • Submit up to four soil samples from selected borings for laboratory analysis including CAM 17 Total Metals and Multi-Range TPH. • Evaluate the laboratory data and prepare a preliminary memo. • Discuss the results with the City and the Design team to determine if additional sampling and/or laboratory testing is necessary based on the results and planning grading operations. The decision to perform additional screening will be based on the results of our screening above and the level of risk the City of Dublin is comfortable assuming. While it is unlikely results will be sufficient to be a constraint, the analysis is being included to determine off-haul/disposal suitability early in the process so, if such conditions are discovered, they can be design for. .3 SITE INVESTIGATION With topo survey in hand, MTCo will conduct an on-site investigation to observe, verify, and document and photograph conditions and opportunities and constraints for in house use in the design process. The electrical point of connection and panel will be evaluated for suitability by the electrical engineer. Existing topsoil samples will be collected and submitted to Soil and Plant Laboratory in San Jose for a nutritional analysis and treatment recommendations. .4 CONCEPTUAL SIG PACKAGE DRAF F CONC P FL)AL DESIGN MTCo will prepare a draft conceptual design package to include a Draft Conceptual Plan at 20 scale, black and white and a Draft Estimate of Probable Construction Costs for improvements. Package will be submitted to the City for review and comment. FINAL CONC P FL)AL DESIGN Based on comments received, MTCo will refine the plan and estimate to a final level of completion. Plan will be color rendered for City's use in community outreach. With City's input, MTCo will prepare and submit a summary memo outlining improvements to be included in the preparation of PS&Es. �I III � . � II mm I llllllui. II Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 17 of 23 1111111 11 1 TASK LA Sg SPECS,AN DESTI MATES_JP%ES1 3.1 ELECTRICAL ENGINEERING Y&C Transportation Consultants (Y&C)will provide electrical design for parking lot site lighting.The design will maintain the City's minimum 1 foot candle requirement across the surface of the parking area. 3.2 FINAL DESIGN MTCo will proceed to prepare final design documents meeting a budget of $470,000. The process will encompass civil, landscape, structural and electrical design work and result in approved Plans, Specifications and Estimate (PS&E). MTCo shall prepare Construction Documentation submittals at the 60%, 90% and final bid levels of completion. The approach listed below will best address the scope of improvements we have discussed project and will be to build upon the Preliminary Engineering by adding plan information and additional detail sheets until a complete, buildable, and biddable package is reached. PLANS The 60% Plans will be the first "plan sheet" submittal made to the City for review. The 60% plan set will include all of the sheets shown below. The plans are at the level ready for a detailed quality control check. At 90% submittal the plans are approaching a biddable plan form. Major design features have been reviewed; however, because of the review comments received for the 60% submittal, there may be some plan details that will be submitted for the first time. Plans are at the level ready for a detailed quality control check. MTCo will perform a site review with plans in hand to assess constructability of the project and make changes prior to the PS&E package submittal. MTCo will perform, with a senior engineer and/or landscape architect, an in-house quality control check of the product. The final bid package, this submittal represents plans that are ready for bidding. MTCo will incorporate the City comments from the 90% submittal and submit responses in writing. The MTCo will incorporate any redline marks from the City and coordinate with the City's reproduction vendor to have a bid set produced for the City. Below is an estimated count of plan sheets: Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 18 of 23 jllllll � 11111 - 1 Title Sheet 2 Erosion &Sediment Control Plan and Details, 1 Demolition Plan 2 Grading and Drainage Plan and Details 2 Layout and Site Construction Plan 2 Construction Details 1 Pavement Delineation Plan 2 irrigation Plan and Details 2 Planting Plan and Details 31 Lighting Planand Details 18 = Estimated Sheet Count SP CIPIC FIONS MTCo will prepare technical specifications and bid form in the City's standard format. City will provide the "up front" contract specifications (including bid advertisement, notice to bidders, bond forms, and general provisions. The basis of the technical specifications will be the Caltrans 2010 Standard Specifications.The specifications will be submitted at the 90%and 100% levels of completion. S F1 MA ICS MTCo shall prepare an itemized estimate of probably construction costs with the preliminary engineering, 60%, 90%, and 100% submittals. The unit costs shall be determined by reviewing similar recent project bid summaries. Prices will be adjusted using engineering judgment that reflects the location of the project and the quantity of each item. i VIII TASK 4 BIDDING AND CONSTRUCTION SUPPORT .1 BIDDING SUPPORT MTCo and subconsultants will provide assistance, as required, to the City during bidding of the project. The work may include answering questions from prospective bidders, assisting the City in the preparation of addenda to the PS&E during the advertisement period, and providing consultation and Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 19 of 23 interpretation of the construction documents. An allowance has been provided for Bidding Assistance and will be charged on a time and materials basis. 4.2 CONSTRUCTION SUPPORT During construction, MTCo and subconsultants will assist City Staff in the administration of construction activities as required.These services may include the following: a) Attend Pre-construction meeting b) Review submittals c) Provide consulting during the construction phase of the project, including providing written responses to the City regarding Requests for Information from the Contractor and assist City staff in preparing Change Orders as required d) Perform periodic construction visits (assume two during the construction period) to observe and evaluate the ongoing construction and attend job meetings e) Prepare a short report of field observations and distribute it to all pertinent team members f) Assist City staff to prepare 'Punch List' g) Participate in final inspection and make a recommendation to the City of project acceptance Construction support services will be provided on a time and materials basis. A budget allowance has been included in our fee and assumes a total of 18 hours for construction support. 4.3 PROJECT CLOSE T MTCo will provide Record Drawings to the City after construction is complete. These drawings will be based on red-lined as-builts provided by the City construction manager or City contractor. A budget allowance has been established for this task and depending upon the nature of the redline plans, MTCo reserves the right to revisit the budget once the task can be fully scoped. iii .Al EXCLUSIONS • Construction Management • Boundary Survey • Right of way acquisition • Water quality testing • Hazardous materials testing • CEQA/NEPA clearance -END- Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 20 of 23 EXHIBIT B COMPENSATION SCHEDULE City shall pay Consultant for work to be performed pursuant to this Agreement per the Fee Schedule(s)entitled, "Fee Proposal for Shannon Community Center Parking Lot," attached hereto. Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 21 of 23 000 0 0 0 o � o 0 0 o$ o.A Li o.w m e $ oM M p — 0 Li aan e . . . . . o p ,a��ew„a,o„aaena�e, s 0 a � r Q O Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 22 of 23 EXHIBIT C Location Map r r Consulting Services Agreement between July 21, 2015 City of Dublin and Mark Thomas &Company, Inc. Page 23 of 23