Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW City Hall & Terra Linda Community Center Re-RoofAGREEMENT FOR PROFESSIONAL SERVICES WITH
SIMPSON GUMPERTZ & HEGER, INC. FOR ENGINEERING DESIGN SERVICES
-4- f,X.
This Agreement is made and entered into this day of '1 201 Eby and
between the CITY OF SAN RAFAEL (hereinafter "CITY"), and SIMPSON GUMPERTZ & HEGER,
INC. a corporation authorized to do business in California (hereinafter "CONSULTANT").
RECITALS
WHEREAS, the CITY has determined that professional engineering design services are required
in connection with the City Hall and Terra Linda Community Center Re -Roof Project; and
WHEREAS, the CONSULTANT has agreed to render such services;
AGREEMENT
NOW, THEREFORE, the parties hereby agree as follows:
1. PROJECT COORDINATION.
A. CITY'S Project Manager. The Director of Public Works is hereby designated the
PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the
progress and execution of this Agreement.
B. CONSULTANT'S Project Director. CONSULTANT shall assign a single PROJECT
DIRECTOR to have overall responsibility for the progress and execution of this Agreement for
CONSULTANT. Kenneth Klein is hereby designated as the PROJECT DIRECTOR for CONSULTANT.
Should circumstances or conditions subsequent to the execution of this Agreement require a substitute
PROJECT DIRECTOR, for any reason, the CONSULTANT shall notify the CITY within ten (10) business
days of the substitution.
2. DUTIES OF CONSULTANT.
CONSULTANT shall perform the duties and/or provide the services described as "Task 2" in the
Scope of Work contained in CONSULTANT'S letter dated June 20, 2017, marked as Exhibit "A,"
attached hereto, and incorporated herein.
3. DUTIES OF CITY.
CITY shall compensate CONSULTANT as provided in Paragraph 4, and shall perform the
duties as described in "Task 2" in the Scope of Work contained in Exhibit "A" attached hereto and
incorporated herein.
4. COMPENSATION.
For the full performance of the services described herein by CONSULTANT, CITY shall pay
CONSULTANT on a time and materials basis for services rendered in accordance with the rates shown
in the "Fee Schedule and Payment Terms" included in Exhibit "A" attached and incorporated herein, in an
amount not to exceed $14,880.
Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices
submitted by CONSULTANT.
5. TERM OF AGREEMENT.
The term of this Agreement shall commence upon the date of execution of this Agreement and end
on February 1, 2018 when the work shall have been completed, unless the parties agree to extend this
Agreement for another 90 days, as approved in writing by City Manager.
6. TERMINATION.
A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30)
days written notice mailed or personally delivered to the other party.
B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written
notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the
cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15)
day time period.
C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur
additional obligations under any provision of this Agreement without the prior written consent of the other.
D. Return of Documents. Upon termination, any and all CITY documents or materials
provided to CONSULTANT and any and all of CONSULTANT's documents and materials prepared for or
relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as
possible, but not later than thirty (30) days after termination.
7. OWNERSHIP OF DOCUMENTS.
A. Upon completion of all work under this Agreement, ownership and title to all reports,
documents, plans, specifications, and estimates produced as part of this Agreement will automatically be
vested in the CITY; and no further agreement will be necessary to transfer ownership to the CITY.
CONSULTANT shall furnish to CITY all necessary copies of data needed to complete the review and
approval process.
I
B. It is understood and agreed that all calculations, drawings and specifications, whether in hard
copy or machine-readable fonn, are intended for one-time use in the construction of the project described in
Exhibit A.
C. CONSULTANT shall not be liable for claims, liabilities, or losses arising out of, or
connected with the modification or misuse by CITY of, the machine-readable information and data provided
by CONSULTANT under this Agreement; further, CONSULTANT shall not be liable for claims, liabilities,
or losses arising out of, or connected with any use by CITY of the project documentation on other projects in
addition to the project that is described in Exhibit A, or for the completion of the project described in Exhibit
A by others, except only such use as may be authorized in writing by CONSULTANT.
8. INSPECTION AND AUDIT.
Upon reasonable notice, CONSULTANT shall make available to CITY, or its agent, for inspection
and audit, all documents and materials maintained by CONSULTANT in connection with its performance of
its duties under this Agreement. CONSULTANT shall fully cooperate with CITY or its agent in any such
audit or inspection.
9. ASSIGNABILITY.
The parties agree that they shall not assign or transfer any interest in this Agreement nor the
performance of any of their respective obligations hereunder, without the prior written consent of the other
party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall
be void and of no effect.
10. INSURANCE.
A. Scope of Coverage. During the tern of this Agreement, CONSULTANT shall maintain, at
no expense to CITY, the following insurance policies:
1. A commercial general liability insurance policy in the minimum amount of one
million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death, bodily
injury, personal injury, or property damage.
2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in
the minimum amount of one million dollars ($1,000,000) dollars per occurrence.
3. If any licensed professional perforans any of the services required to be performed
under this Agreement, a professional liability insurance policy in the minimum amount of one million dollars
($1,000,000) per claim/two million dollars ($2,000,000) aggregate, to cover any claims arising out of the
CONSULTANT's performance of services under this Agreement. Where CONSULTANT is a professional
3
not required to have a professional license, CITY reserves the right to require CONSULTANT to provide
professional liability insurance pursuant to this section.
4. If it employs any person, CONSULTANTshall maintain worker's compensation
insurance, as required by the State of California, with statutory limits, and employer's liability insurance
with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease.
CONSULTANT's worker's compensation insurance shall be specifically endorsed to waive any right of
subrogation against CITY.
B. Other Insurance Requirements. The insurance coverage required of the CONSULTANT in
subparagraph A of this section above shall also meet the following requirements:
Except for professional liability and Worker's Compensation insurance, the
insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and
volunteers, as additionally named insureds under the policies.
2. The additional insured coverage under CONSULTANT'S insurance policies shall
be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's
insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in
CONSULTANT'S policies shall be at least as broad as ISO form CG20 0104 13.
3. Except for professional liability insurance, the insurance policies shall include, in
their text or by endorsement, coverage for contractual liability and personal injury.
4. The insurance policies shall be specifically endorsed to provide that the insurance
carrier shall not cancel, terminate or otherwise modify the terns and conditions of said insurance policies
except upon ten (10) days written notice to the PROJECT MANAGER.
5. If the insurance is written on a Claims Made Fonn, then, following termination of
this Agreement, said insurance coverage shall survive for a period of not less than five years.
6. The insurance policies shall provide for a retroactive date of placement coinciding
with the effective date of this Agreement.
7. The limits of insurance required in this Agreement may be satisfied by a combination of
primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to
contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit
of CITY (if agreed to in a written contract or agreement) before CITY'S own insurance or self-insurance
shall be called upon to protect it as a named insured.
8. It shall be a requirement under this Agreement that any available insurance proceeds
broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be
available to CITY or any other additional insured party. Furthermore, the requirements for coverage and
4
limits shall be: (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage
and maximum limits of coverage of any insurance policy or proceeds available to the named insured;
whichever is greater.
C. Deductibles and SIR'S. Any deductibles or self-insured retentions in CONSULTANT's
insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney, and
shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall
provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY or other
additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY
shall be reduced or eliminated to CITY's satisfaction, or CONSULTANT shall procure a bond guaranteeing
payment of losses and related investigations, claims administration, attorney's fees and defense expenses.
D. Proof of Insurance. CONSULTANT shall provide to the PROJECT MANAGER or
CITY'S City Attorney all of the following: (1) Certificates of Insurance evidencing the insurance coverage
required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all
policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or
specific endorsements evidencing the other insurance requirements set forth in this Agreement. CITY
reserves the right to obtain a full certified copy of any insurance policy and endorsements from
CONSULTANT. Failure to exercise this right shall not constitute a waiver of the right to exercise it later.
The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City
Attorney.
11. INDEMNIFICATION.
A. Except as otherwise provided in Paragraph B., CONSULTANT shall, to the fullest
extent permitted by law, indemnify, release, defend with counsel approved by CITY, and hold harmless
CITY, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and
against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited
to reasonable attorney's fees, expert fees and all other costs and fees of litigation, (collectively
"CLAIMS"), arising out of CONSULTANT'S performance of its obligations or conduct of its operations
under this Agreement. The CONSULTANT's obligations apply regardless of whether or not a liability is
caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the
extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the
CONSULTANT's indemnification obligation shall be reduced in proportion to the City Indemnitees'
share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval
of the CONSULTANT's work or work product by the CITY or any of its directors, officers or
employees shall not relieve or reduce the CONSULTANT's indemnification obligations. In the event the
City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from
CONSULTANT'S performance of or operations under this Agreement, CONSULTANT shall provide a
5
defense to the City Indemnitees or at CITY'S option reimburse the City Indemnitees their costs of
defense, including reasonable attorneys' fees, incurred in defense of such claims.
B. Where the services to be provided by CONSULTANT under this Agreement are design
professional services to be performed by a design professional as that tern is defined under Civil Code
Section 2782.8, CONSULTANT shall, to the fullest extent permitted by law, indemnify, release, defend
and hold harmless the City Indemnitees from and against any CLAIMS that arise out of, pertain to, or
relate to the negligence, recklessness, or willful misconduct of CONSULTANT in the performance of its
duties and obligations under this Agreement or its failure to comply with any of its obligations contained
in this Agreement, except such CLAIM which is caused by the sole negligence or willful misconduct of
CITY.
C. The defense and indemnification obligations of this Agreement are undertaken in
addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement,
and shall survive the termination or completion of this Agreement for the full period of time allowed by
law.
12. NONDISCRIMINATION.
CONSULTANT shall not discriminate, in any way, against any person on the basis of age, sex,
race, color, religion, ancestry, national origin or disability in connection with or related to the performance of
its duties and obligations under this Agreement.
13. COMPLIANCE WITH ALL LAWS.
CONSULTANT 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.
CONSULTANT shall perforn all services under this Agreement in accordance with these laws, ordinances,
codes and regulations. CONSULTANT 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 applicable laws, ordinances, codes or regulations.
14. NO THIRD PARTY BENEFICIARIES.
CITY and CONSULTANT 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.
15. NOTICES.
All notices and other communications required or permitted to be given under this Agreement,
including any notice of change of address, shall be in writing and given by personal delivery, or deposited
z
with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified.
Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with
the United States Postal Service. Notice shall be given as follows:
TO CITY's Project Manager:
TO CONSULTANT's Project Director:
16. INDEPENDENT CONTRACTOR.
Bill Guerin
Director of Public Works
City of San Rafael
111 Morphew Street
San Rafael, CA 94901
Kenneth Klein
Simpson Gumpert & Heger, Inc.
100 Pine Street, Suite 1600
San Francisco CA 94111
For the purposes, and for the duration, of this Agreement, CONSULTANT, its officers, agents and
employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY.
CONSULTANT and CITY expressly intend and agree that the status of CONSULTANT, its officers,
agents and employees be that of an Independent Contractor and not that of an employee of CITY.
17. ENTIRE AGREEMENT -- AMENDMENTS.
A. The terms and conditions of this Agreement, all exhibits attached, and all documents
expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject
matter of this Agreement.
B. This written Agreement shall supersede any and all prior agreements, oral or written,
regarding the subject matter between the CONSULTANT 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 CONSULTANT and the CITY.
E. If any conflicts arise between the terms and conditions of this Agreement, and the terns and
conditions of the attached exhibits or the documents expressly incorporated by reference, the terns and
conditions of this Agreement shall control.
18. SET-OFF AGAINST DEBTS.
CONSULTANT agrees that CITY may deduct from any payment due to CONSULTANT under
this Agreement, any monies which CONSULTANT owes CITY under any ordinance, agreement, contract
or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts.
7
19. WAIVERS.
The waiver by either party of any breach or violation of any tenn, covenant or condition of this
Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other tern,
covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or
other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of
any fee, performance, or other consideration which may become due or owing under this Agreement, shall
not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition,
covenant of this Agreement or any applicable law, ordinance or regulation.
20. COSTS AND ATTORNEY'S FEES.
The prevailing party in any action brought to enforce the terns and conditions of this Agreement, or
arising out of the performance of this Agreement, may recover its reasonable costs (including claims
administration) and attorney's fees expended in connection with such action.
21. CITY BUSINESS LICENSE / OTHER TAXES.
CONSULTANT shall obtain and maintain during the duration of this Agreement, a CITY business
license as required by the San Rafael Municipal Code CONSULTANT shall pay any and all state and
federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed
under this Agreement, until CONSULTANT has provided CITY with a completed Internal Revenue Service
Form W-9 (Request for Taxpayer Identification Number and Certification).
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
JI SCH TZ, City ger
8
CONS ITAINT
By:
Printe Name: Kenneth A. Klein
Title: Vice President
ATTEST:
and,
C - R-p—P .C. -C By:
ESTHER C. BEIRNE, City Clerk
Printed Name:
Title:
APPROVED AS TO FORM:
� !`Fv
_L -A -
ROBERT F. EPSTEIN, City %ttorne}
V" eo I ..•~ .
SIMPSON GUMPERTZ & HEGER
IEngineering of Structures
and Building Enclosures
20 June 2017
Mr. Kevin McGowan
City of San Rafael
111 Morphew Street
San Rafael, CA 94901
Re: San Rafael City Hall and Terra Linda Recreation Center Re -Roof
Dear Mr. McGowan,
Simpson Gumpertz & Heger Inc. (SGH) is pleased to provide roofing repair design services for the San Rafael
City Hall and Terra Linda Community Recreation Center. SGH has years of experience providing similar
services for municipal clients.
SGH is a national engineering firm specializing in the design, investigation, and rehabilitation of structures and
building enclosures. Since its formation in 1956, SGH has played an important role in the development and
advancement of building technology for the application of engineering principles to analyze roofing, wall
cladding, and waterproofing behavior. SGH has extensive experience in all aspects of roofing and
waterproofing technology for the building envelope and can provide the professional engineering services you
require.
We are very interested in applying our knowledge and approach to help you address the needs of this project,
and we look forward to the opportunity to working with you. Should you have any questions regarding the
submitted material, please feel free to contact me.
Sincerely yours,
SIMPSON GUMPERTZ & HEGER INC.
i
Kenneth A. Klein, P.E.
Senior Principal
SIMPSON GUMPERTZ & HEGER INC.
100 Pine Street Suite 1600 San Francisco CA 9111 1 -cm 415.495.3, JO r;:r 41j 49':.; 50 www.sgh.com
Boston. I Chicago I Houston I New York I San Francisco I Southern California I Washington DC
SIMPSON GUMPERTZ & HEGER
engineering of Structures
and Building Enclosures
SECTION 2: PROJECT UNDERSTANDING
The project for which we are responding to the Request for Proposal, dated 1 June 2017, includes the San
Rafael City Hall and the Terra Linda Community Center, both located in San Rafael, California. San Rafael
City Hall is a 1- and 3 -story steel and concrete structure originally constructed in the late 1960's, with a
built-up roofing assembly over insulation installed in 1986. The Terra Linda Community Center includes
two 1 -story wood -framed structures originally constructed in the 1950's, with a built-up roofing assembly
over insulation.
The roofs of both projects experienced extensive water intrusion over the past winter and are in need of
replacement. The City of San Rafael has prioritized the replacement of these roofs such that the
construction is required to be complete by 15 October 2017, leaving four months for design, contracting
and completion of construction.
The new roofing system design shall incorporate compliance with current codes, and the construction
shall accommodate uninterrupted occupation of the spaces below. The new system must address current
and past leaks and consist of a roof assembly that is durable, long-lasting, and requires minimal ongoing
maintenance. Critical components of the design will include evaluating the existing assembly and
replacing with improved insulation capabilities while minimizing any requirements for alterations of the
existing adjacent construction. In addition, evaluation of the structure of each project will occur early in
design to determine if any repairs or rehabilitation of the building structure, including primary and
secondary elements as well as the roof deck, are required during the roofing replacement progress.
Generation of a thorough, concise specification and drawing package is critical to limit the possibility of
delays during construction to achieve the completion date of 15 October 2017. The preliminary studies
incorporated into Task 2 will drive the design and ensure that most existing conditions are addressed in
the design so that the contractor is able to sequence work with minimal delays and disruption to the
occupants. We are confident that, as long as contractors and materials are available to perform the work,
we can prepare a design package that will facilitate the completion of work within the desired timeframe.
SIMPSON GUMPERTZ & HEGER
SECTION 3: PROJECT APPROACH Engineering of Structure.,
and Buildino Enclosures
The roof replacement projects at the San Rafael City Hall and the Terra Linda Community Center have
several unique challenges, for which Simpson Gumpertz & Heger Inc. (SGH) has created a team uniquely
positioned to address. Our team approach will collaborate with the City of San Rafael to cohesively
overcome each challenge while continually considering the project intent, budget, and schedule.
Proiect Management and Coordination
SGH will serve as the prime designer, leading the team from design through construction and continually
working with the City of San Rafael and the selected contractor. SGH is nationally recognized as a leader
in roofing design and technology, and also a leading national structural engineering firm. We have ample
capacity to address issues related to water intrusion and the structural integrity of the concrete and wood
deck roof substrate, including unforeseen conditions exposed during construction. We will remain task
oriented to provide the requested document submittals and focus on achieving the 15 October 2017
completion date.
Preliminary Studies and Research
The initial phase of the remediation design includes on-site evaluation and review of existing
documentation. This effort allows the design team to understand existing conditions and generate a
design to accommodate them, including hazardous materials, adjacent assemblies, and the building
structure. Thorough preliminary investigation will limit potential delays during construction.
Design and Compliance with Industry Regulations
For this project, the design will include roofing replacement, flashing repair, structural repair, and cost
estimating at various stages of the design. All design components take into consideration current industry
regulations and codes, with the intention of providing the best finished product while considering the City
of San Rafael's budget and schedule.
Construction Support
SGH has extensive experience providing construction administration and monitoring services for an array
of repairs, especially the roofing replacement and structural repairs anticipated on this project. Our
experience allows us to devise unique solutions to conditions uncovered during construction, and also
allows us to limit time required to review submittals and generate documentation for work in progress.
W
J
D
W
U
N
4
Z
0
V
W
N
n
rH
I�
lqr
Ln
n�O
�
+r
.i
Y
O
�
�
^O
m
a
19
O
t,
U
ri�0
n
o
H
o
�C
N
N
m
3
C
n
rH
lqr
Ln
Y
19
H
C
O
uu
m
M
�
C
u
4J
GO
a
p
U o
c_
CL �
c
v d,
O
'o O
m N
CL
U �;
3 N
m o
c?S v
N
_
O
a+
CO
n
U
it
O W
o
'u
C
v
v
o H
oC
opo
c
N
c o
A
3 0
rn
0
u
m
u
`n =
p
u
m °°
m
w
c
a
o
m a
m
c;
.
N
n
to
cn 4)H
N
C
6i AC
ON
C
f0
Y ;
Z;
cn
A
d
e
m vi
H w
r"
Ln
O
LA
Ou
�
N
H
f0
=
t0
E
p
Ln
'n*'
W
^
c
u°
n
V
Etw
C
■
3
i
tR
W
v+
a ^-i
G .�-I
_
A
^
ri
N O
m O
V
M
a
o
Y mm
--
m
N
3 N
QN
l0
Q lD
a
o
A
Acu
r -i
--
---
fro
-D
O
til
�-I
l�
SIMPSON GUMPERTZ S HEGER wopr'
SECTION 5A: STATEMENT OF QUALIFICATIONSI tngineering of Structures
and Building Enclosures
INTRODUCTION
Simpson Gumpertz & Heger Inc. (SGH) is a national engineering firm specializing in the design,
investigation, and rehabilitation of structures and building enclosures. Since its formation in 1956, SGH
has played an important role in the development and advancement of building technology for the
application of engineering principles to analyze roofing, wall cladding, and waterproofing behavior. SGH
has extensive experience in all aspects of roofing and waterproofing technology for the building envelope
and can provide the professional engineering services you require.
THE PROJECT
We received a Request for Proposal from the City of San Rafael dated 1 June 2017, for roofing replacement
at the San Rafael City Hall and the Terra Linda Community Center. We understand that each of these
buildings had significant water penetration through the roofs in this past winter, and replacement is
desired.
. ... ......
� �... k1nlIED• .
zAINL,
s �
WOW
Our scope includes generating plans, specifications and an estimate for the various roofing replacement
areas. We will also provide construction administration services to work with City of San Rafael staff and
the selected contractor to coordinate the construction and confirm installation of materials in accordance
with the project intent. We understand that the current intention is to complete construction in October
2017.
PROJECT EXPERIENCE
We have extensive experience consulting with owners on
projects of similar size and scale. Below are a few of our recent
projects that highlight our relevant experience.
Kaiser Permanente Hospital and MOB, South San Francisco, CA
Kaiser Permanente's South San Francisco campus includes a mid -
rise medical office building and a low-rise hospital connected to
a mid -rise hospital/office tower. Kaiser Permanente contracted
with SGH to evaluate and provide rehabilitation design for all
campus roofs and wall cladding systems.
SIMPSON GUMPERTZ & HEGER INC.
100 Pine Street Suite 1600, San Francisco CA. 941 1 1 man. 415 495.3700 ,a, 415.495.3550 www.sgh.com
Boston I Chicago I Houston I New York I Son Francisco I Southern California I Washington. DC
Section 5A: Statement of Qualifications - Page 2
SGH scope included design of roofing replacement, EIFS cladding repair, and metal wall panel repair. In
addition to generating the project design, SGH monitored the roofing replacement and wall cladding
rehabilitation construction based on OSHPD-approved drawings and specifications. SGH worked with
Kaiser Permanente and OSHPD to resolve challenging egress, structural engineering, roofing and material
failure issues throughout the project. Photo by SGH.
Redwood Hill Farm & Creamery, Sebastopol, CA
The Redwood Hill Farm & Creamery in Sebastopol, California is a low-rise dairy manufacturing plant
consisting of tilt -up wall systems and a low -slope roof with extensive photovoltaic arrays. SGH provided
roofing system investigative services and assisted the owner with roofing replacement design services.
SGH scope included design of roofing replacement and structural support for the photovoltaic arrays. In
addition to generating the project design, SGH monitored the roofing replacement and structural support
based on the drawings and specifications that we prepared. Photo by Sika Sarnafil.
Genentech Building 3, South San Francisco, CA
Genentech's South San Francisco campus included a low-rise
laboratory building with a roofing system at the end of its
serviceable life. Genentech contracted with SGH to provide
roofing replacement design and various structural scopes of
work for maintenance and equipment supports.
SGH scope included design of roofing replacement, localized
cladding and expansion joint repairs, and new maintenance
access walkway supports. In addition to generating the project
design, SGH monitored the roofing replacement and
coordinated with the owner to maintain the operation of the
laboratory clean space immediately below the roof. Photo by SGH.
Section 5A: Statement of Qualifications - Page 3
SGH PROJECT TEAM
Our team offers a wide range of skills and expertise related to all aspects of the building envelope,
including roofing replacement design and structural engineering.
Kenneth A. Klein leads the West Coast Building Technology division, and is experienced
ix in the design and investigation of waterproofing of commercial, institutional, and
residential buildings. His work addresses issues related to the integrity of curtain walls,
roofs, plaza deck, and below -grade systems on a
wide -range of structures from residential and high-rise building to buildings of historic
significance. Well known in the industry, he has frequently presented to groups of
attorneys, contractors, architects, and other design professional regarding building-
iAA envelope design and remediation.
Craig W. Allender is a Senior Project Manager at SGH. He is experienced in the
investigation and design of major commercial, institutional, and residential buildings
for waterproofing issues including roofs, exterior walls, windows, plaza areas, and
below -grade spaces. Craig has consulted with architects, contractors, and building
-' owners to analyze and repair water intrusion problems and to design methods to
J
prevent water intrusion in new construction. He received a Bachelor of Architectural
Engineering degree from the Pennsylvania State University in June 2002 and recently
served on the Board of Directors of the Sealant Waterproofing & Restoration Institute.
Craig B. Goings has 24 years of structural engineering experience, particularly in the
design and seismic retrofit of buildings and bridges. He joined Simpson Gumpertz &
Heger Inc. (SGH) in September 2002. His projects vary in size with design fees up to
$1,500,000 and include designs utilizing passive -damping technologies, buckling
~ - restrained -braced frames (BRBs), and base isolation. His retrofit experience includes
s'""' developing building retrofits following FEMA273, FEMA356, ASCE41, and other
performance-based criteria. He has performed linear and nonlinear analyses including
complex models that assess performance of steel- and concrete -frame structures with
masonry infill.
PROPOSED CONSULTANT TEAM
We have assembled a talented team to assist us and the City of San Rafael throughout the design phase,
as outlined in the RFP. We have engaged TBD Consultants, out of San Francisco, and ACC Environmental
Consultants, out of Oakland. TBD Consultants will provide cost estimating services throughout the design
phase, and ACC Environmental Consultants will provide a hazardous material assessment at the beginning
of the design phase.
SCOPE OF WORK
We propose to provide design services for the following specific areas of the building:
Roofing Replacement
Mechanical Equipment Flashing Replacement/Rehabilitation
Section 5A: Statement of Qualifications - Page 4
• Structural Analysis of Roofing Structure and Remediation Design, if necessary
The scope of our services is based upon the Request for Proposals dated 1 June 2017. We have further
defined our work scope by stating the number of meetings and site visits we are assuming for each typical
phase of design construction.
Task 1: Project Management and Coordination
As defined in the RFP, we propose the following scope items under Task 1:
• Meet periodically with the City to discuss the project, present design options, review
alternatives, etc. We anticipate up to three meetings.
• Provide project design schedule updates.
• Provide support during the bid period, including attending a pre-bid meeting, responding to
bidder's inquiries, and issuing any necessary formal clarifications.
Task 2: Preliminary Studies and Research
As defined in the RFP, we propose the following scope items under Task 2:
• Conduct field testing, including localized existing roofing removal to confirm the assembly and
review the underlying structure. We have included the expense of a contractor to provide
demolition and patching services.
• Perform one field assessment of each project from the interior and exterior to understand the
condition of the underlying structure (please note that we moved this scope item from Task 5
in the RFP to Task 2 due to the importance of its completion early in design). Note that any
further destructive testing to evaluate the structure will be an additional service beyond the
scope of this fee proposal.
• Perform a field assessment of each project to evaluate the presence of hazardous materials that
could impact the removal of roofing materials as part of the roofing replacement scope of work.
The environmental consultant shall issue a preliminary report for the City's use.
• Coordinate with the City staff for access for all preliminary studies.
Task 3: Environmental Compliance
The RFP did not provide specific scope items for this task; however we intend to incorporate compliance
with all applicable local codes and regulations as part of our design process. We have incorporated and
scope and fee associated with Task 3 into Task 5.
Task 4: Construction Support
As defined in the RFP, we propose the following scope items under Task 4:
• Attend the pre -construction meeting with the City, relevant inspectors, the contractor, relevant
subcontractors, and the roofing system manufacturer.
Section 5A: Statement of Qualifications - Page 5
• Review submittals related to roofing and waterproofing, including shop drawings. We anticipate
an initial and one follow-up review of complete submittals for the roofing components. We
have budgeted 24 hours for this item.
• Review Requests for Information (RFIs) related to roofing and waterproofing. We have
budgeted 24 hours for this item.
• Review and provide comment to the City on any change order proposal and requests for
additional payment related to design changes. We have budgeted 10 hours for this item.
• Attend bi-weekly onsite project progress meetings with the project team. These meetings will
also serve as progress site visits. We anticipate an approximate 10 week construction schedule
resulting in five progress meetings onsite.
• Visit the site at intervals appropriate to the stage of construction to review the work in progress
and upon completion to verify general compliance with the Contract Documents. We will have
no responsibility for the contractor's means and methods. We anticipate four site visits in
addition to the bi-weekly progress meetings/site visits during this period. For each site visit we
will prepare a field report including photographs.
• Attend one day of in -field roofing quality control water testing.
• Prepare a punch list/document listing non -conforming work that the contractor must complete
before final payment and conduct a final project review of punch list items addressed by the
contractor.
Task 5: Design
As defined in the RFP, we propose the following scope items under Task 5:
• Review existing plans for both projects and coordinate with as -built conditions.
• Generate a design including removal and replacement of the existing roofing assembly
(including roofing membrane, cover board, and insulation), replacement or repair of flashings,
replacement or reuse of drain bodies and clamp rings, and localized repair of secondary
structural elements as a result of water damage.
• Produce plans and specifications incorporating City comments, in compliance with City
Standards, signed by a registered California Engineer. We will produce documents at 65%, 95%
and 100% stages of design, as requested in the RFP. We anticipate that we will generate the
Division 1 specifications and incorporate City comments into those sections. Contract
documents will comply with California Public Contract regulations, if required.
• Produce cost estimates at 65%, 95% and 100% stages of design, as requested in the RFP.
• Prepare a schedule of items that incorporates all components of the project scope, including an
estimate of quantities.
Section 5A: Statement of Qualifications - Page 6
EXCLUSIONS
Our proposed scope of work does not include acquiring existing plans or preparation of the CEQA
document for both projects. We understand that the City of San Rafael is responsible for these items. In
addition, our fees do not include extensive structural design should the roof deck or primary structural
elements be compromised.
FEE
As requested in the RFP, fees have been excluded from this proposal and have been provided in a separate
sealed envelope.
The budget amounts stated above are our best estimates to perform the work, as outlined in your request
for proposal. We propose we be compensated on a time and expense basis up to the budgets indicated.
If additional information becomes available, we may request modifications to this entire agreement, so
that we can present the proper budgetary requirements forthis project. Reimbursable expenses, including
printing, reproduction, delivery, messengers, telephone facsimiles, travel expenses, and photos are not
included in the above fees. Reimbursable expenses will be billed at actual cost plus 10%. We anticipate
that our reimbursable expenses, exclusive of any travel outside of the Bay Area, will be on the order of
1% ofour laborfees. Additional Services, if requested, will be performed on a time -and -expense basis in
accordance with the attached fee schedule.
This proposal is valid for 30 days. We understand that the consultant for this project will be required to
sign the City of San Rafael Agreement for Professional Engineering/Architectural Services, which you
issued with the RFP for reference. We have attached a memorandum to this proposal package with
comments and requested modifications to the language within the provided agreement.
Please contact the undersigned if you have any comments or questions. We look forward to working with
the City of San Rafael team on this project.
Sincerely yours,
SIMPSON GUMPERTZ & HEGER INC.
Kenneth A. Klein, P.E.
Senior Principal
CA License No. 44803
SF17-0000801-KAK Terra Linda (w/o).docx
Encls.
Craig W. Allender, P.E.
Senior Project Manager
20 June 2017
Mr. Kevin McGowan
Department of Public Works
City of San Rafael
111 Morphew Street
San Rafael, CA 94901
SIMPSON GUMPERTZ 8 HEGER
igineering w Structures
and Building Enclosures
Project— Request for Proposal —Design Services—City Hall and Terra Linda Community Center Re -Roof Project
Dear Mr. McGowan:
Thank you for providing Simpson Gumpertz and Heger Inc. (SGH) with an opportunity to submit a proposal for
the above -referenced solicitation. There are a few provisions in the Professional Service Agreement that affect
matters of insurability for our firm. SGH requests the CITY'S consideration of certain modifications to the
following provisions contained in the document:
Section 10.A.3: In line 3, replace "occurrence" with "claim".
Section 10.B.1: In line 1, insert "and Workers Compensation" after "liability insurance".
Section 11.A: In line 3, delete "agents". In line 4, replace "but not limited to" with "reasonable".
Section 11.B: In line 3, delete "defend". In lines 4 and 5, replace "that arise... related to" with "to the extent
caused by". At the end of the provision, insert "This indemnification expressly excludes the duty of
CONTRACTOR to defend City Indemnitees. However, the absence of the duty to defend shall not preclude City
Indemnitees from seeking its reasonable attorneys' fees as part of its damages where and to the extent such
fees are caused by CONTRACTOR's negligence".
Section 13: In line 4, delete "defend". In line 5 and 6, delete "and all other consequences" and insert
"applicable" before "laws". In line 7, insert "to the extent caused by CONTRACTOR's negligence" after
"regulations".
Section 18: In lines 2 and 3, replace "any ordinance... or resolution" with "this Agreement".
Thank you for addressing our requests. Should you have any questions or wish to discuss our requests to the
contract language, please contact me at KAKlein@sgh.com or at (415) 495.3700.
Sincerely yours,
-.t-N 6v"
Kenneth A. Klein, P.E.
Senior Principal
CA License No. 44803
:\SF\Adm:n`••Proposa!s•I0171.BT\KAKlein\SF17-0000801-KAKTerra Linda\Mod Request.docx
SIMPSON GUMPERTZ & HEGER INC.
100 Pine Street Suite 1000 San Francisco, CA 941 1 1 « ,n 415.495 3700 ,. 415 495 3550 www.sgh.com
Boston Chicago I Houston I New York San Francisco I Southern California I Washington, DC
SIMPSON GUMPERTZ $ HEGER
IEngineering of Structures
and Building Enclosures
SECTION 56: REFERENCES:
Jennifer Lynn Bice, Owner/CEO
Redwood Hill Farm & Creamery and Green Valley Organics
2064 Gravenstein Hwy North, Building 1, Suite 130
Sebastopol, CA 95472
Phone: 707-823-8250 Ext. 101
jennifer@redwoodhill.com
Tracy Prose, AIA, LEED AP, Project Manager
Facilities Planning Marin General Hospital
Marin General Hospital
250 Bon Air Road
Greenbrae, CA 94904
Phone: 415-925-7010, ext 50104
Mobile: 415-261-8076
Tracy.Prose@MarinGeneral.org
Jason Beck, Senior Project Manager
Alexandria Real Estate Equities
(formerly with Genentech/NOVO Construction)
Phone: 760-717-2105
Pamela Collier, AIA, CSI, OWA
Levy Design Partners
90 South Park Street
San Francisco, CA 94107
Phone: 415-777-0561
pamela@levydesignpartners.com
Frank Lawson
The Lawson Roofing Company
Phone: 415.285-1661 Ext. 312
F_lawson@lawsonroofing.com
SIMPSON GUMPERTZ & HEGER INC.
100 Pine Street Suite 1600, San Francisco CA 941 1 1 mon. 415.495.3700 iu.r 415.495.3550 www.sgh.com
Boston , Chicago I Houston I New York I Son Francisco I Southern California I Washington, DC
SECTION 5 C: ORGANIZATIONAL CHART
The figure below is an organization chart for our proposed project team. Mr. Kenneth Klein, P.E. will serve as our Project Principal, Mr.
Craig Allender, P.E. will serve as Project Manager and Craig Goings, S.E. will serve as Lead Structural Engineer.
SECTION 5 D., RESUMES
Kenneth A. Klein, P.E.
Senior Principal
415-343-3023
KAKlein@sgh.com
Registrations
Civil Engineer
California
Nevada
Washington
Wyoming
Professional Engineer
Idaho
New Mexico
Oregon
Texas
Other
National Council of Examiners for
Engineering and Surveying (NCEES)
Record, #39148
Education
University of California, Berkeley, CA
B.S. in Civil Engineering, 1983
SIMPSON GUMPERTZ & HEGER
IEngineering of Structures
and Building Enclosures
Ken leads the West Coast Building Technology division, and is experienced in the design
and investigation of waterproofing of commercial, institutional, and residential buildings.
His work addresses issues related to the integrity of curtain walls, roofs, plaza deck, and
below -grade systems on a wide -range of structures from residential and high-rise building
to buildings of historic significance. Ken has consulted with architects, contractors, and
building owners to analyze and repair water intrusion problems and construction defects.
Well known in the industry, he has frequently presented to groups of attorneys, contractors,
architects, and other design professional regarding building -envelope design and
remediation.
Experience
• Simpson Gumpertz & Heger Inc., San Francisco, CA, from 1985 to present.
Plan and Specification Review
• State Office Building, Richmond, CA. (Building envelope consultation.)
• Contemporary Jewish Museum, San Francisco, CA. (Building -envelope consultation.)
• Thundersprings Resort, Sun Valley, ID. (Building -envelope consultation.)
• Commonwealth Club, San Francisco, CA. (Building -envelope consultation.)
• Nueva School, San Mateo, CA. (Building -envelope consultation.)
• Summerhill Residential Development, Block A and Block B, Palo Alto. CA -
(Building -envelope consultation.)
• Camp Pendleton Naval Hospital, Camp Pendleton, CA. (Building -envelope
consultation.)
• Alves Restaurant, Cupertino, CA. (Building -envelope consultation.)
• San Mateo Public Library, San Mateo, CA. (Building -envelope design consultation.)
• The Higby, 1200 Ashby, Berkeley, CA. (Building -envelope consultation )
• Avalon Morrison Park, San Jose, CA. (Building -envelope consultation.)
• Hilton Gateway, Las Vegas, NV. (Building -envelope consultation.)
• Hilton Gateway, Waikoloa Beach, HI. (Building -envelope consultation.)
• Petrini Place, Fulton Masonic Mixed Use, San Francisco, CA. (Building -envelope
consultation.)
• Bauer Schweitzer, San Francisco, CA. (Building -envelope consultation.)
• Hollywood & Vine Apartments, Los Angeles, CA. (Building envelope consultation.)
• 450 Rhode Island Condominiums, San Francisco, CA. (Building -envelope
consultation.)
• The Century Avenue of the Stars, Los Angeles, CA. (Building -envelope consultation.)
• CPMC Cathedral Hill Hospital, San Francisco, CA. (Building -envelope consultation.)
• Wareham Test Laboratory, Emeryville, CA. (Building -envelope consultation.)
• New DeYoung Museum, San Francisco, CA. (Building -envelope consultation.)
• Washington Replacement Hospital, Fremont, CA. (Building -envelope consultation.)
• San Francisco General Hospital, San Francisco, CA. (Building -envelope
consultation.)
• EI Camino Hospital, Los Altos, CA. (Building -envelope consultation.)
• Arpeggio at Berkeley, 2055 Center Street, Berkeley, CA. (Building -envelope
consultation )
• Belle Town Homes. Presidio, San Francisco, CA. (Building -envelope consultation.)
SIMPSON GUMPERTZ & HEGER INC.
100 P ne Street Suite 1600 San Francisco, CA 941 1 1 mo f 415.495.3700 fa, 415.495.3550 www.sgh.com
Boston I Chicago I Houston I New York I San Francisco I Southern California I Washington DC
SECTION 5 D: RESUMES
Craig W. Allender, P.E.
Senior Project Manager
415-343-3002
CWAllender@sgh.com
Registrations
Civil Engineer
Arizona
California
Oregon
Texas
Washington
Professional Engineer
Colorado
Other
National Council of Examiners for
Engineering and Surveying (NCEES)
Education
The Pennsylvania State University,
State College, PA
Bachelor of Architectural Engineering,
2002
SIMPSON GUMPERTZ & HEGER A
IEngineering of Structures
and Building Enclosures
Craig W. Allender is a Senior Project Manager at Simpson Gumpertz & Heger Inc. (SGH).
He is experienced in the investigation and design of major commercial, institutional, and
residential buildings for waterproofing issues including roofs, exterior walls, windows,
plaza areas, and below -grade spaces. Mr. Allender has consulted with architects,
contractors, and building owners to analyze and repair water intrusion problems and to
design to prevent water intrusion problems in new construction. Mr. Allender received a
Bachelor of Architectural Engineering degree from the Pennsylvania State University in
June 2002.
Experience
• Simpson Gumpertz & Heger Inc. (SGH), San Francisco. CA, from 2002 to present.
Repair and Rehabilitation Design
• UCSF Rutter Center, San Francisco, CA (Building envelope and interior fitness center
rehabilitation design)
• 2808 and 2840 Broadway Street, San Francisco, CA (Building envelope rehabilitation
design consultation)
• Marin General Hospital, Greenbrae, CA (Designer -of -Record for roofing replacement)
• Genentech Building 27 and Building 3A/B, South San Francisco, CA.
(Designer -of -Record for roofing replacement design.)
• Kaiser Permanente Hospital, South San Francisco, CA. (Designer -of -Record for
roofing replacement and exterior wall cladding rehabilitation.)
• Philip Burton Federal Building, San Francisco, CA. (Curtain wall rehabilitation, roof
repairs, plaza deck repairs, and garage ramp rehabilitation.)
• University of California, Santa Cruz, Porter College Residence B. Santa Cruz, CA.
(Building -envelope rehabilitation design consultation.)
Building -Envelope Investigation
• Marin County Civic Center, San Rafael, CA (Field investigation of roofing system
deterioration and feasibility study for replacement options.)
• 211 Main Street, San Francisco, CA. (Field Investigation of Roof Leakage.)
• Miller Park, Milwaukee, WI. (Roof leakage investigation consultation services.)
• University of California, Santa Cruz, Physical Sciences Building, Santa Cruz, CA.
(Field analysis of an existing partially completed construction and consultation for
completion/repair of building.)
• Genentech Building 3BX, South San Francisco, CA. (Field investigation of exterior
wall leakage.)
• Genentech FRC1 Buildings 10, 11, and 12, South San Francisco, CA. (Field
investigation of exterior wall leakage.)
Building -Envelope Design
• Transbay Block 8, San Francisco, CA (Building envelope waterproofing and curtain
wall design consultation)
• Berkeley Art Museum and Pacific Film Archive, Berkeley, CA (Building envelope
waterproofing and exterior wall design consultation)
• Sanctuary for Sufism Reoriented, Walnut Creek, CA. (Design consultation regarding
roof, below -grade waterproofing, and exterior wall systems).
SIMPSON GUMPERTZ & HEGER INC.
100 P°ne Street Suite 1600. San Francisco. CA 94111 mun 41.5.495.3700 r,, 415.495.3550 www.sgh.com
Boston I Chicago I Houston I New York I San Francisco I Southern California I Washington DC
SIMPSON GUMPERTZ & HEGER O
SECTION 5 D: RESUMES Engineering of Structures
Craig B. Goings, S.E., LEED GA and Building Enclosures
Associate Principal
415-343-3014
CBGoings@sgh.com
Craig Goings has twenty-four years of structural engineering experience, particularly in the
design and seismic retrofit of buildings and bridges. He joined Simpson Gumpertz & Heger
Inc. (SGH) in September 2002. His projects vary in size with design fees up to $1,500,000
;; -�►a�r and include designs utilizing passive-damping technologies, buckling restrained-braced
_n frames (BRBs), and base isolation. His retrofit experience includes developing building
retrofits following FEMA273, FEMA356, ASCE41, and other performance-based criteria.
He has performed linear and nonlinear analyses including complex models that assess
performance of steel- and concrete-frame structures with masonry infill.
Experience
• Simpson Gumpertz & Heger Inc., San Francisco, CA, from 2002 to present.
Registrations . ABS Consulting, EQE Structural Engineers Division, San Francisco/Oakland, CA,
General Manager from 1990 to 2002.
Structural Engineer . McDonnell Douglas (MD), Huntington Beach CA, Engineer from 1987 to 1990.
California
Nevada • Dinwiddie Construction (DC), San Francisco CA, Project Coordinator, 1987.
New Mexico
Oregon Representative Assignments
Civil Engineer Unless otherwise specified, all projects listed below are with SGH.
California Building Design
Nevada 654 Minnesota Data Center, University of California, San Francisco, CA. (Project
New Mexico Engineer for the design of the structural components for the data center
Other build-out/renovation.)
LEEDTm Green Associate, US Green Building . Palladio at Broadstone, Folsom, CA. (Project Manager for the design of an expansion
Council to one building. The building lateral-force-resisting systems consist of a steel-braced
frame or steel-moment frame.)
Education . 700 3rd Street Building, San Rafael, CA. (Project Manager for the preliminary design
University of California, Irvine, CA of this five-story office/parking structure. The building utilizes a dual-structural system
M.S. in Civil Engineering, 1989 consisting of concrete-moment frame and concrete-shear wall.)
San Jose State University, San Jose, CA Seismic Replacement Building, University of California at Berkeley, CA. (Project
B.S. in Civil Engineering, 1987 Engineer for the design of the structural components for the data center
build-out/renovation.)
• Tocumen Main Terminal, Panama. (Project Manager for the design of the Tocumen
Airport main terminal. The building is a concrete shear wall building with concrete
columns and a curved steel roof structure.
• Trader Joe's Building, Westlake Center, Daly City, CA. (Engineer-of-Record for the
design of this approximately 42,000 sq ft, two-story retail building.
• Alameda County Juvenile Justice Center, Dublin, CA. (Project Engineer for the
bridging documents design phase of this detention facility. The structures included a
two-story court building, a two-story office structure, several one-story,
mixed-use structures, and multiple pods of detention housing. With EQE.)
• Circle Star, San Carlos, CA. (Project Engineer responsible for the design and analysis
of two, four-story office buildings. The 110,000 sq ft buildings utilized eccentric-braced
frames for the lateral-load-resisting system and composite beams with steel columns
for the gravity-load-resisting system. With EQE.)
• Quantum Corporation Headquarters, Milpitas, CA. (Project Engineer responsible for
the design of four two-story, 125,000 sq ft office buildings. The steel-frame buildings
utilized eccentric-braced frames for the lateral-load-resisting system and steel beams
and columns for the gravity-load-resisting system. With EQE.)
SIMPSON GUMPERTZ & HEGER INC.
100 Pine Streei Suite 1600, Sari Francisco CA,F.,, J.•!1J.J/ VV ,. J.•! J.s i50 www.sgh.com
Boston I Chicago I Houston I New York I __... Banc sco I Southern California I Washington, DC
SIMPSON GUMPERTZ & HEGER
IEngineering of Structures
SECTION SE: SUB CONSULTANTS INFORMATION and Building Enclosures
ACC Environmental Consultants
Established in 1986, ACC Environmental Consultants, Inc. (ACC) is an employee -owned full service
environmental consulting and design firm recognized for its excellent and reliable client service.
ACC's mission is to assist in the management of environmental and health & safety issues for corporations,
state and local governments, universities, school districts, hospitals, housing authorities, residential
developers, financial and insurance firms, research and bio -tech facilities and manufacturers. We work to
provide sound, timely and cost-effective solutions to meet our clients' goals by facilitating the
management of liabilities and regulations and maintaining a suitable working environment.
ACC maintains one of the most qualified and experienced staffs in the state and our experience in large-
scale community sensitive projects is deep and on going. We utilize project management best practices,
state of the art equipment and our own innovative data gathering software systems to assist our clients
in accomplishing their near and long-term hazardous materials and industrial hygiene compliance
programs goals.
ACC's Staff Includes:
• Professional Geologists
• Environmental Site Assessors
• Industrial Hygienists
• Indoor Air Quality Specialists
• Certified Asbestos Professionals
• Certified Lead-based Paint Professionals
• Certified Hazardous Materials Managers
Core Services Include:
• Asbestos and Lead -Based Paint Testing and Consulting
• Industrial Hygiene Services
• Indoor Environmental Quality Testing and Consulting
• LEED Environmental Testing and Certification
• Water Intrusion and Mold Inspections
• OSHA Employee Training - Asbestos, Lead -Based Paint, Silica and Mold
• Phase I: Environmental Site Assessments (ESA)
• Phase II: Soil and Groundwater Investigation
• Underground Storage Tank Consulting
• Hazardous Chemical Materials Inventory Management and Business Plans
• Environmental Information Management System (ADAM)
• Employee Information Management System (SMART)
SIMPSON GUMPERTZ & HEGER INC,
100 P ne Street Suite 1600, San Francisco CA 941 1 1 Inan 415.495.3700 fix 415.495.3550 www.sgh.com
Boston Chicago I Houston I New York I San Francisco I Southern California I Washington DC
Section SE: Sub Consultants
Page 2
TBD Consultants
TBD Consultants is a corporation dedicated to the provision of excellence in construction project
management and cost management services to owners and their professional consultants. TBD
Consultants has experience which covers virtually every building type and extends across a large
geographic area. Founded in California, the company also has experience on projects throughout the
United States, Europe, the Middle East and Asia. Our company's responsive philosophy is based on
listening carefully to its clients. Our objective is the provision of timely and accurate services, which
provide not just 'value added' but value far in excess of their cost. We seek long term client relationships
based on providing benefits that match our clients' needs and exceed their expectations.
TBD provides sound advice on scope definition, project delivery, schedule set up and early budget
definition. We are expert in developing preliminary schedules and budget estimates based on the most
conceptual information. Our clients depend on our ability to provide them with defensible and reliable
information at the very earliest stages of their project. Our clients also depend on our ability to generate
and execute a pro -active management plan to control time and budget and manage risks at all stages of
their projects, from inception to completion. TBD Consultants provides a comprehensive range of project
and cost management services. They include but are not limited to:
• Strategic Planning
• Project Management
• Budget Management
• Schedule Management
• Value Management
• Claims Settlement
• Dispute Resolution
• Quantity Surveys
The TBD Consultants team has a wealth of project experience in projects both large and small in all of
the following categories:
• Health Care Facilities
• K-12 & Higher Education Facilities
• Research Laboratories
• Hi -tech Office Facilities
• Hospitality & Entertainment Facilities
• Aviation Facilities
• Museums & Art Galleries
• Commercial Office Buildings
• Multi -family & Luxury Residential
• Industrial and Manufacturing facilities
TBD provides a first class service to its clients that is dependable, punctual and committed, so that we can
add value to any owner, project or design team.
20 June 2017
Department of Public Works
Attn: Kevin McGowan
City of San Rafael
111 Morphew Street
San Rafael, CA 94901
SIMPSON GUMPERTZ & HEGER
�P-
Engineering of Siructures
and Building Enclosures
Re: Roofing Replacement Design, San Rafael City Hall and Terra Linda Community Center,
San Rafael, CA
Dear Mr. McGowan:
We shall be pleased to provide roofing replacement design services for the existing roofing
systems at San Rafael City Hall and the Terra Linda Community Center.
INTRODUCTION
Simpson Gumpertz & Heger Inc. (SIGH) is a national engineering firm specializing in the design,
investigation, and rehabilitation of structures and building enclosures. Since its formation in 1956,
SIGH has played an important role in the development and advancement of building technology
for the application of engineering principles to analyze roofing, wall cladding, and waterproofing
behavior. SGH has extensive experience in all aspects of roofing and waterproofing technology
for the building envelope and can provide the professional engineering services you require.
THE PROJECT
We received a Request for Proposal from the City of San Rafael dated 1 June 2017, for roofing
replacement at the San Rafael City Hall and the Terra Linda Community Center. We understand
that each of these buildings had significant water penetration through the roofs in this past winter,
and replacement is desired.
� , �i� 'y �;
r .
� reg y � 1 •:: ��l+d� " l-' = � ,
44
Our scope includes generating plans, specifications and an estimate for the various roofing
replacement areas. We will also provide construction administration services to work with City of
San Rafael staff and the selected contractor to coordinate the construction and confirm installation
SIMPSON GUMPERTZ & HEGER INC.
100 Pine Street Suite 1600, Son Francisco CA 941 1 1 ma,n: 415.495.3700 a, 415.495.3550 www.sgh.w—
Boston I Ch�cogo I Houston I New York I Son Francisco I Southern California I Washington, DC
Mr. Kevin McGowan - 2 - 20 June 2017
of materials in accordance with the project intent. We understand that the current intention is to
complete construction in October 2017.
PROJECT EXPERIENCE
We have extensive experience consulting with owners on projects of similar size and scale. Below
are a few of our recent projects that highlight our relevant experience.
Kaiser Permanente Hospital and MOB, South San Francisco, CA
Kaiser Permanente's South San Francisco campus includes a mid -rise medical office building
and a low-rise hospital connected to a mid -rise hospital/office tower. Kaiser Permanente
contracted with SGH to evaluate and provide rehabilitation design for all campus roofs and wall
cladding systems.
SGH scope included design of roofing replacement, EIFS cladding repair, and metal wall panel
repair. In addition to generating the project design, SGH monitored the roofing replacement and
wall cladding rehabilitation construction based on OSHPD-approved drawings and specifications.
SGH worked with Kaiser Permanente and OSHPD to resolve challenging egress, structural
engineering, roofing and material failure issues throughout the project. Photo by SGH.
Redwood Hill Farm & Creamery, Sebastopol, CA
The Redwood Hill Farm & Creamery in Sebastopol, California is a low-rise dairy manufacturing
plant consisting of tilt -up wall systems and a low -slope roof with extensive photovoltaic arrays.
SGH provided roofing system investigative services and assisted the owner with roofing
replacement design services.
SGH scope included design of roofing replacement and structural support for the photovoltaic
arrays. In addition to generating the project design, SGH monitored the roofing replacement and
Mr. Kevin McGowan - 3 - 20 June 2017
structural support based on the drawings and specifications that we prepared. Photo by Sika
Samafil.
Genentech Building 3, South San Francisco, CA
Genentech's South San Francisco campus included a low-rise laboratory building with a roofing
system at the end of its serviceable life. Genentech contracted with SGH to provide roofing
replacement design and various structural scopes of work for maintenance and equipment
supports.
SGH scope included design of roofing replacement, localized cladding and expansion joint
repairs, and new maintenance access walkway supports. In addition to generating the project
design, SGH monitored the roofing replacement and coordinated with the owner to maintain the
operation of the laboratory clean space immediately below the roof. Photo by SGH.
SGH PROJECT TEAM
Our team offers a wide range of skills and expertise related to all aspects of the building envelope,
including roofing replacement design and structural engineering.
Kenneth A. Klein leads the West Coast Building Technology division, and is
experienced in the design and investigation of waterproofing of commercial,
institutional, and residential buildings. His work addresses issues related to the
integrity of curtain walls, roofs, plaza deck, and below -grade systems on a
wide -range of structures from residential and high-rise building to buildings of
historic significance. Well known in the industry, he has frequently presented to
groups of attorneys, contractors, architects, and other design professional
regarding building -envelope design and remediation.
Craig W. Allender is a Senior Project Manager at SGH. He is experienced in
the investigation and design of major commercial, institutional, and residential
buildings for waterproofing issues including roofs, exterior walls, windows, plaza
areas, and below -grade spaces. Craig has consulted with architects,
contractors, and building owners to analyze and repair water intrusion problems
•~ �� and to design methods to prevent water intrusion in new construction. He
received a Bachelor of Architectural Engineering degree from the Pennsylvania
State University in June 2002 and recently served on the Board of Directors of
the Sealant Waterproofing & Restoration Institute.
Mr. Kevin McGowan - 4 - 20 June 2017
Craig B. Goings has 24 years of structural engineering experience, particularly
'*in the design and seismic retrofit of buildings and bridges. He joined Simpson
1 Gumpertz & Heger Inc. (SGH) in September 2002. His projects vary in size with
r' design fees up to $1,500,000 and include designs utilizing passive -damping
technologies, buckling restrained -braced frames (BRBs), and base isolation.
His retrofit experience includes developing building retrofits following
FEMA273, FEMA356, ASCE41, and other performance-based criteria. He has
performed linear and nonlinear analyses including complex models that assess
performance of steel- and concrete -frame structures with masonry infill.
PROPOSED CONSULTANT TEAM
We have assembled a talented team to assist us and the City of San Rafael throughout the design
phase, as outlined in the RFP. We have engaged TBD Consultants, out of San Francisco, and
ACC Environmental Consultants, out of Oakland. TBD Consultants will provide cost estimating
services throughout the design phase, and ACC Environmental Consultants will provide a
hazardous material assessment at the beginning of the design phase.
SCOPE OF WORK
We propose to provide design services for the following specific areas of the building:
Roofing Replacement
Mechanical Equipment Flashing Replacement/Rehabilitation
Structural Analysis of Roofing Structure and Remediation Design, if necessary
The scope of our services is based upon the Request for Proposals dated 1 June 2017. We have
further defined our work scope by stating the number of meetings and site visits we are assuming
for each typical phase of design construction.
Task 1: Project Management and Coordination
As defined in the RFP, we propose the following scope items under Task 1:
Meet periodically with the City to discuss the project, present design options, review
alternatives, etc. We anticipate up to three meetings.
Provide project design schedule updates.
Provide support during the bid period, including attending a pre-bid meeting, responding
to bidder's inquiries, and issuing any necessary formal clarifications.
Task 2: Preliminary Studies and Research
As defined in the RFP, we propose the following scope items under Task 2:
Conduct field testing, including localized existing roofing removal to confirm the
assembly and review the underlying structure. We have included the expense of a
contractor to provide demolition and patching services.
Mr. Kevin McGowan - 5 - 20 June 2017
• Perform one field assessment of each project from the interior and exterior to understand
the condition of the underlying structure (please note that we moved this scope item from
Task 5 in the RFP to Task 2 due to the importance of its completion early in design).
Note that any further destructive testing to evaluate the structure will be an additional
service beyond the scope of this fee proposal.
• Perform a field assessment of each project to evaluate the presence of hazardous
materials that could impact the removal of roofing materials as part of the roofing
replacement scope of work. The environmental consultant shall issue a preliminary
report for the City's use.
• Coordinate with the City staff for access for all preliminary studies
Task 3: Environmental Compliance
The RFP did not provide specific scope items for this task; however we intend to incorporate
compliance with all applicable local codes and regulations as part of our design process. We
have incorporated and scope and fee associated with Task 3 into Task 5.
Task 4: Construction Support
As defined in the RFP, we propose the following scope items under Task 4:
• Attend the pre -construction meeting with the City, relevant inspectors, the contractor,
relevant subcontractors, and the roofing system manufacturer.
• Review submittals related to roofing and waterproofing, including shop drawings. We
anticipate an initial and one follow-up review of complete submittals for the roofing
components. We have budgeted 24 hours for this item.
• Review Requests for Information (RFIs) related to roofing and waterproofing. We have
budgeted 24 hours for this item.
• Review and provide comment to the City on any change order proposal and requests for
additional payment related to design changes. We have budgeted 10 hours for this item.
• Attend bi-weekly onsite project progress meetings with the project team. These
meetings will also serve as progress site visits. We anticipate an approximate 10 week
construction schedule resulting in five progress meetings onsite.
• Visit the site at intervals appropriate to the stage of construction to review the work in
progress and upon completion to verify general compliance with the Contract
Documents. We will have no responsibility for the contractor's means and methods. We
anticipate four site visits in addition to the bi-weekly progress meetings/site visits during
this period. For each site visit we will prepare a field report including photographs.
• Attend one day of in -field roofing quality control water testing.
• Prepare a punch list/document listing non -conforming work that the contractor must
complete before final payment and conduct a final project review of punch list items
addressed by the contractor.
Mr. Kevin McGowan - 6 - 20 June 2017
Task 5: Design
As defined in the RFP, we propose the following scope items under Task 5:
• Review existing plans for both projects and coordinate with as -built conditions.
• Generate a design including removal and replacement of the existing roofing assembly
(including roofing membrane, cover board, and insulation), replacement or repair of
flashings, replacement or reuse of drain bodies and clamp rings, and localized repair of
secondary structural elements as a result of water damage.
• Produce plans and specifications incorporating City comments, in compliance with City
Standards, signed by a registered California Engineer. We will produce documents at
65%, 95% and 100% stages of design, as requested in the RFP. We anticipate that we
will generate the Division 1 specifications and incorporate City comments into those
sections. Contract documents will comply with California Public Contract regulations, if
required.
• Produce cost estimates at 65%, 95% and 100% stages of design, as requested in the
RFP.
• Prepare a schedule of items that incorporates all components of the project scope,
including an estimate of quantities.
EXCLUSIONS
Our proposed scope of work does not include acquiring existing plans or preparation of the CEQA
document for both projects. We understand that the City of San Rafael is responsible for these
items. In addition, our fees do not include extensive structural design should the roof deck or
primary structural elements be compromised.
FEE
For the scope of work described above, we suggest you establish the following not -to -exceed
amounts.
Task 1 $ 9,900 $ n/a $ n/a $ 9,900
Task 2 11,000 n/a 3,880 14,880
Task 3 n/a n/a n/a n/a
Task 4 34,500 n/a n/a 34,500
Task 5 51,500 27,650 n/a 79,150
Mr. Kevin McGowan - 7 - 20 June 2017
The budget amounts stated above are our best estimates to perform the work, as outlined in your
request for proposal. We propose we be compensated on a time and expense basis up to the
budgets indicated. If additional information becomes available, we may request modifications to
this entire agreement, so that we can present the proper budgetary requirements for this project.
Reimbursable expenses, including printing, reproduction, delivery, messengers, telephone
facsimiles, travel expenses, and photos are not included in the above fees. Reimbursable
expenses will be billed at actual cost plus 10%. We anticipate that our reimbursable expenses,
exclusive of any travel outside of the Bay Area, will be on the order of 1% of our labor fees.
Additional Services, if requested, will be performed on a time -and -expense basis in accordance
with the attached fee schedule.
This proposal is valid for 30 days. We understand that the consultant for this project will be
required to sign the City of San Rafael Agreement for Professional Engineering/Architectural
Services, which you issued with the RFP for reference. We have attached a memorandum to this
proposal package with comments and requested modifications to the language within the
provided agreement.
Please contact the undersigned if you have any comments or questions. We look forward to
working with the City of San Rafael team on this project.
Sincerely yours,
SIMPSON GUMPERTZ & HEGER INC.
N 6t�—'
Kenneth A. Klein, P.E.
Senior Principal
CA License No. 44803
SF17-0000801-KAK Terra Linda (w).docx
Encls.
c� 14141 -19& -
Craig W. Allender, P.E.
Senior Project Manager
SIMPSON GUMPERTZ & HEGER INC.
FEE SCHEDULE AND PAYMENT TERMS
Personnel Catenon► Hourly Billina Rate
Senior Principal
$325
Principal
$305
Associate Principal
$285
Staff Consultant
$240— $280
Senior Project Manager
$240 —$280
Senior Project Supervisor
$210 —$250
Senior Staff II
$190— $215
Senior Staff 1
$155— $185
Staff IV
$210 —$225
Staff III
$190
Staff 11
$140 —$150
Staff 1
$130
Technical Aide
$80
Senior Laboratory Technician
$120 —$150
Laboratory Technician
$105
Senior Graphics Specialist
$220
Graphics Specialist II
$160
Graphics Specialist
$115
Senior Project Drafter
$155
Senior Drafter
$130
Drafter
$105
Non -Technical
$90 —$105
Rates are in US dollars. Individuals performing services are billed at the applicable rate(s) stated above. Where
ranges of hourly rates are shown for a single title they reflect the varying rates of the particular individuals with that
title. SGH will provide specific hourly rates for individuals assigned to the project if requested. An annual rate
adjustment, based upon salary increases, will apply on 1 January each year.
Invoices will be submitted showing labor (hours worked) by labor category and total expenses.
FORM 0101C17 1 January 2017
20 June 2017
Mr. Kevin McGowan
Department of Public Works
City of San Rafael
111 Morphew Street
San Rafael, CA 94901
SIMPSON GUMPERTZ & HEGER
Engineering of Structures
and Building Enclosures
Project — Request for Proposal — Design Services — City Hall and Terra Linda Community Center
Re -Roof Project
Dear Mr. McGowan:
Thank you for providing Simpson Gumpertz and Heger Inc. (SGH) with an opportunity to submit a
proposal for the above -referenced solicitation. There are a few provisions in the Professional Service
Agreement that affect matters of insurability for our firm. SGH requests the CITY's consideration of
certain modifications to the following provisions contained in the document:
Section 10.A.3: In line 3, replace "occurrence" with "claim".
Section 10.B.1: In line 1, insert "and Workers Compensation" after "liability insurance".
Section 11.A: In line 3, delete "agents". In line 4, replace "but not limited to" with "reasonable".
Section 11.13: In line 3, delete "defend". In lines 4 and 5, replace "that arise... related to" with "to the
extent caused by". At the end of the provision, insert "This indemnification expressly excludes the
duty of CONTRACTOR to defend City Indemnitees. However, the absence of the duty to defend shall
not preclude City Indemnitees from seeking its reasonable attorneys' fees as part of its damages where
and to the extent such fees are caused by CONTRACTOR's negligence".
Section 13: In line 4, delete "defend". In line 5 and 6, delete "and all other consequences" and insert
"applicable" before "laws". In line 7, insert "to the extent caused by CONTRACTOR's negligence" after
"regulations".
Section 18: In lines 2 and 3, replace "any ordinance... or resolution" with "this Agreement".
Thank you for addressing our requests. Should you have any questions or wish to discuss our
requests to the contract language, please contact me at KAKlein@sgh.com or at (415) 495.3700.
Sincerely yours,
0 6��,
Kenneth A. Klein, P.E.
Senior Principal
CA License No. 44803
I:\SF\Admin\Proposals\2017':BT\KAKlein\SF17-0000801-KAK Terra Linda\Mod Request docx
SIMPSON GUMPERTZ & HEGER INC.
100 P ne Street Si to 1600 Son F,oncisco, C/1 415.495.3700 415.495.3550 www.sgh.com
Boslor I Chicago I F -o ;slon N _ Fianc'sco I Sou,hem Colifomia I 'rNashinglon, DC
Environmental Project Cost Estimate
Project Information
Client Information
Roofs Asbestos Surveys
Craig Allender
City of San Rafael
Simpson Gumpertz & Heger
City Hall (1400 5th Ave) and Terra Linda
Rec Center (670 100 Pine Street
Del Ganado Road)
Suite 1600
San Rafael. CA
San Francisco, CA 94111
ACC Project No 71 946
Date Prepared: Monday, June 19, 2017
Scope of Work Description
ACC to perform an asbestos roofing survey at roofing areas at the City of San Rafael City Hall and Terra Linda Rec Center. ACC to
perform asbestos roofing sampling of roofs as part of the proposed roof replacement project. ACC to perform sampling of roofing
materials and to provide temporary patching at sampling locations. ACC does not guarantee the integrity of the temporary patches at the
sampling locations at composite roofing materials and recommends the client hires a licensed roofing contractor to provide patches at
roof sampling locations. ACC excludes sampling membrane roofs. If membrane roofs are present at the building, a licensed roofing
contractor shall be provided by the Client to assist ACC during the inspection(s) to provide access to roofing materials for sampling and
subsequent patching of the membrane roofing at the sampling locations. ACC assumes roof sampling can be conducted during normal
business hours with unencumbered access to all project areas. ACC to submit samples for laboratory analysis on a 48-hour turn -around
time. ACC to provide letter report of findings within 5 business days of completing the onsite survey(s). ACC to only charge clients for
total number of samples submitted for laboratory analysis.
The asbestos roofing survey includes 15,000 sq. ft. of roofing at three (3) separate roofs at City Hall, and two (2) separate roof areas with
unknown dimensions at Terra Linda Rec Center.
Task Number and Description
Unit Price
Units
Quantity
Amount
Asbestos Roofing Survey and Report
Project Manager
$125.00
Hours
6
$750.00
Technician Level I Normal Hrs
$92.50
Hours
20
$1,850.00
Project Assistant
$70.00
Hours
4
$280.00
PLM (Aso. Bulk) >24 Hours
$20.00
Samples
50
$1,000.00
Task Sub -total:
$3,880.00
Misc. Expenses (incl. Mileage, Bridge Tolls, Parking, Sampling/Patching Supplies, etc.)
Expenses (Lump Sum)
$90.00
Lump Sum
1
$90.00
Task Sub -total:
$90.00
Approved:
Total Environmental Consulting Services Cost:
$3,970.00
Name:
Signature:
Title:
Date:
PO Number:
Tasks Approved: or ALL
All services subject to the Terms & Conditions between ACC and Client as of the date indicated above. Where no specific Terms & Conditions
between ACC and Client exist, ACC's 2017 Standard Terms & Conditions apply to all services.
No. Cal. Office: 7977 Capwell Drive, Suite 100 - Oakland, California 94621 - Phone (510) 638-8400 - Fax: (510) 638-8404
So. Cal. Office: 1055 Wilshire Blvd., Suite 1450 - Los Angeles, CA 90017 - (213) 353-1240 - Fax: (213) 353-1244
• • consultants
Our ref.: GB
June 19, 2017
Craig Allender
Simpson Gumpertz & Heger
100 Pine Street, Suite 1600
San Francisco, CA 941 1 1
Tel 415 343 3001 Draft
Re: Fee proposal —Cost Consultine Services
Citv of Ran Rafael Citv Hall and Recreation Center
Dear Craig,
1 1 1 Pine Street, Suite 1315
San Francisco
CA 941 1 1
Phone 415 981 9430
Fax 415 981 9434
info@tbdconsultants.com
Further to your request we are pleased to offer Cost Consulting services for the above
project.
Scope of Services
We understand the scope of work is for the remediation to Roofing as defined in your
email of today
The estimates will be based on the measurement of quantities from the drawings with
composite unit rates reflecting the scope of work and the current market conditions. We
will not obtain any bids or opinions of cost from subcontractors unless the work is of
such a unique nature that no other cost information is available. No bids or third party
opinions will be obtained without prior approval from the client.
Value Engineering/ Cost Studies: We have not included time for informal value
engineering, cost analysis or reconciliation of estimates prepared by others
Fees
We propose to provide the above services based on the following Not to Exceed Fees:
65% Phase Estimate.................................$13,300.00......76 hours
95% CD Estimate..................................$10,150.00......58 hours
100°o CD Estimate Update........................$4,200.00......24 hours
TOTAL ............ $27,650.00 ...... 134 hours
Project Ntanayement I ConStRIC6011 Cost Management
.. consultants
The fees include expenses incurred in preparation and distribution of any required
Documentation and reports.
Expenses such as drawing reproduction, courier services, special mailing services (Federal
Express, Express Mail etc.), and other abnormal costs are excluded and will be charged at
cost plus 00o administration.
Our fees exclude travel costs outside the San Francisco Bay Area, any such travel costs as
incurred will be billed separately.
Pavment and Terms
We will issue a monthly invoice. PaN-ment will be due thirty (20) calendar days after the
receipt of payment by client. (We have assumed there will not be a retention provision)
Our proposal remains open for a period of ninety (90) days. After this time, we will be
pleased to review the proposal, make any required amendments and re -submit for your
review and approval.
Work will be completed under the direction of Gordon Beveridge.
We trust that we have interpreted your requirements correctly, if you have any questions or
suggested amendments please do not hesitate to contact the undersigned. If you would like
to proceed with the above services, please complete and return the authorization below.
We look forward to working with you on this project.
On behalf of TBD Consultants On behalf of Simpson Gumpertz & Heger
Date:
Accepted by:
Title:
Project Management I Construction Cost Management
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Public Works
Project Manager: Kevin McGowan
Extension: 3389
Contractor Name: Simpson Gumpertz & Heber, Inc.
Contractor's Contact: Craig Allender
Contact's Email: CWAllender@sgh.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step RESPONSIBLE DESCRIPTION COMPLETED REVIEWER
DEPARTMENT DATE Check/Initial
1 Project Manager a. Email PINS Introductory Notice to Contractor 6/22/2017
6/22/2017
b. Email contract (in Word) & attachments to City
Atty c/o Laraine.Gittens@cityofsanrafael.org ❑x
2 City Attorney a. Review, revise, and comment on draft agreement 6/23/2017 © LAG
and return to Project Manager 6/23/2017 ❑x LAG
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
3 Project Manager Forward three (3) originals of final agreement to 6/23/2017 ❑x
contractor for their signature
4 Project Manager When necessary, * contractor -signed agreement ❑X N/A
agendized for Council approval
*PSA > $20,000; or Purchase > $35,000; or Or ❑X
Public Works Contract
-> $12�5,0�00
Date of Council approval
17
PRINT CONTINUE ROUTING PROCESS WITH HARD COPY
5 Project Manager Forward signed original agreements to City 7-12-17 KM
Attorney with printed copy of this routing form
6 City Attorney Review and approve hard copy of signed
agreement /
7 City Attorney Review and approve insurance in PINS, and bonds
(for Public Works Contracts) ( )
8 City Manager/ Mayor Agreement executed by Council authorized official
9 City Clerk Attest signatures, retains original agreement and
forwards copies to Project Manager