Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Fire Stations 54 & 55 RenovationAGREEMENT FOR PROFESSIONAL SERVICES WITH
LOVING CAMPOS ASSOCIATES, ARCHITECTS, INC. FOR ARCHITECTURAL AND
ENGINEERING SERVICES FOR THE RECONSTRUCTION OF FIRE STATIONS 54 AND 55
This Agreement is made and entered into this J day of J U Irl 4L , 2019, by and
between the CITY OF SAN RAFAEL (hereinafter "CITY"), and LOVING CAMPOS ASSOCIATES,
ARCHITECTS, INC., a California Corporation (hereinafter "CONTRACTOR").
RECITALS
WHEREAS, the CITY has determined that professional services are required for the design of a
project to reconstruct Fire Stations 54 and 55, including architecture, engineering, specifications,
estimating, and all other professional services required to successfully bid the construction work in
connection with the reconstruction of Fire Stations 54 and 55, City Project No. ######; and
WHEREAS, the CONTRACTOR 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. CONTRACTOR'S Project Director. CONTRACTOR shall assign a single PROJECT
DIRECTOR to have overall responsibility for the progress and execution of this Agreement for
CONTRACTOR Carl Campos is hereby designated as the PROJECT DIRECTOR for CONTRACTOR.
Should circumstances or conditions subsequent to the execution of this Agreement require a substitute
PROJECT DIRECTOR, for any reason, the CONTRACTOR shall notify the CITY within ten (10) business
days of the substitution.
2. DUTIES OF CONTRACTOR.
CONTRACTOR shall perform and/or provide the architectural design and engineering services
for renovation of Fire Stations 54 and 55 outlined on pages 1 and 2 of CONTRACTOR'S proposal
dated April 22, 2019, marked as Exhibit "A," attached hereto, and incorporated herein. In addition, by
written notice from CITY'S City Manager, CITY may exercise an option for CONTRACTOR to
provide construction administration services as set forth on page 3 of Exhibit "A".
3. DUTIES OF CITY.
CITY shall compensate CONTRACTOR as provided in Paragraph 4, and shall perform the
duties as described in Exhibit "A" attached hereto and incorporated herein.
y-3-937
4. COMPENSATION.
For the full performance of the architectural design and engineering services described herein by
CONTRACTOR, CITY shall pay CONTRACTOR for services rendered in accordance with Exhibit
"A" attached and incorporated herein, in an amount not to exceed $615,175. Should CITY exercise its
option for construction administration services as set forth on page 3 of Exhibit "A", CITY shall pay
CONTRACTOR an additional amount not to exceed $113,742 for such services as set forth in Exhibit
"A„
Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices
submitted by CONTRACTOR.
5. TERM OF AGREEMENT.
The term of this Agreement shall commence upon the date of execution of this Agreement and end
on June 30, 2021, or on such earlier date when the work shall have been completed, unless the parties agree
to extend this Agreement for another 180 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 CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for
or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as
possible, but not later than thirty (30) days after termination.
7. OWNERSHIP OF DOCUMENTS.
The written documents and materials prepared by the CONTRACTOR in connection with the
performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said
property for any purpose, including projects not contemplated by this Agreement.
2
8. INSPECTION AND AUDIT.
Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection
and audit, all documents and materials maintained by CONTRACTOR in connection with its performance
of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any
such audit or inspection.
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 term of this Agreement, CONTRACTOR 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 performs any of the services required to be performed
under this Agreement, a professional liability insurance policy in the minimum amount of two million dollars
($2,000,000) per occurrence/four million dollars ($4,000,000) aggregate, to cover any claims arising out of
the CONTRACTOR's performance of services under this Agreement. Where CONTRACTOR is a
professional not required to have a professional license, CITY reserves the right to require CONTRACTOR
to provide professional liability insurance pursuant to this section.
4. If it employs any person, CONTRACTOR shall 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.
CONTRACTOR'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 CONTRACTOR in
subparagraph A of this section above shall also meet the following requirements:
3
Except for professional liability insurance and worker's compensation insurance,
the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and
volunteers, as additional insureds under the policies.
2. The additional insured coverage under CONTRACTOR'S insurance policies shall
be "primary and noncontributory" 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 CONTRACTOR'S policies shall be at least as broad as ISO form CG20 01 04
13.
3. Except for professional liability insurance and worker's compensation insurance,
the insurance policies shall include, in their text or by endorsement, coverage for contractual liability and
personal injury.
4. By execution of this Agreement, CONTRACTOR hereby grants to CITY a
waiver of any right to subrogation which any insurer of CONTRACTOR may acquire against CITY by
virtue of the payment of any loss under such insurance. CONTRACTOR agrees to obtain any
endorsement that may be necessary to effect this waiver of subrogation, but this provision applies
regardless of whether or not CITY has received a waiver of subrogation endorsement from the insurer.
5. If the insurance is written on a Claims Made Form, then, following termination of
this Agreement, said insurance coverage shall survive for a period of not less than five years.
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
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 CONTRACTOR'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 CONTRACTOR shall procure a bond guaranteeing
payment of losses and related investigations, claims administration, attorney's fees and defense expenses.
D. Proof of Insurance. CONTRACTOR 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
CONTRACTOR 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., CONTRACTOR 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 attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising
out of CONTRACTOR'S performance of its obligations or conduct of its operations under this
Agreement. The CONTRACTOR'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
CONTRACTOR'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 CONTRACTOR's work or work product by the CITY or any of its directors, officers or
employees shall not relieve or reduce the CONTRACTOR's indemnification obligations. In the event
the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising
from CONTRACTOR'S performance of or operations under this Agreement, CONTRACTOR shall
provide a 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 CONTRACTOR under this Agreement are design
professional services to be performed by a design professional as that term is defined under Civil Code
Section 2782.8, then, to the extent permitted by law including without limitation, Civil Code sections
2782, 2782.6 and 2782.8, CONTRACTOR shall indemnify and hold harmless the CITY and its officers,
officials, and employees (collectively City Indemnitees) from and against damages, liabilities or costs
(including incidental damages. Court costs, reasonable attorney's fees as may be determined by the Court,
litigation expenses and fees of expert witnesses incurred in connection therewith and costs of
investigation) to the extent they are caused by the negligence, recklessness, or willful misconduct of
CONTRACTOR, or any subconsultants, or subcontractor or anyone directly or indirectly employed by
them, or anyone for whom they are legally liable (collectively Liabilities). Such obligation to hold
harmless and indemnify any indemnity shall not apply to the extent that such Liabilities are caused in part
by the negligence or willful misconduct of such City Indemnitee.
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.
CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex,
race, color, religion, ancestry, national origin or disability in connection with or related to the performance of
its duties and obligations under this Agreement.
13. COMPLIANCE WITH ALL LAWS.
CONTRACTOR shall observe and comply with all applicable federal, state and local laws,
ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement.
CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances,
codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its
officers, agents and employees from any and all damages, liabilities, penalties, fines and all other
consequences from any noncompliance or violation of any laws, ordinances, codes or regulations.
14. NO THIRD PARTY BENEFICIARIES.
CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any
third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the
other party.
G
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
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 CONTRACTOR's Project Director:
16. INDEPENDENT CONTRACTOR.
Bill Guerin
Public Works Director
111 Morphew Street
San Rafael, CA 94901
Carl Campos
Loving Campos Associates, Architects, Inc.
1970 Broadway, Suite 800
Oakland, CA 94612
For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and
employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY.
CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers,
agents and employees be that of an Independent Contractor and not that of an employee of CITY.
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 CONTRACTOR and the CITY.
C. No other agreement, promise or statement, written or oral, relating to the subject matter of
this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement.
D. The terms and conditions of this Agreement shall not be altered or modified except by a
written amendment to this Agreement signed by the CONTRACTOR and the CITY.
E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and
conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and
conditions of this Agreement shall control.
18. SET-OFF AGAINST DEBTS.
CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under
this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract
or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts.
19. WAIVERS.
The waiver by either party of any breach or violation of any tern, 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 tern, 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 terms and conditions of this Agreement, or
arising out of the performance of this Agreement, may recover its reasonable costs (including claims
administration) and attorney's fees expended in connection with such action.
21. CITY BUSINESS LICENSE / OTHER TAXES.
CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business
license as required by the San Rafael Municipal Code CONTRACTOR shall pay any and all state and
federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed
under this Agreement, until CONTRACTOR has provided CITY with a completed Internal Revenue
Service Form W-9 (Request for Taxpayer Identification Number and Certification).
22. SURVIVAL OF TERMS.
Any terms of this Agreement that by their nature extend beyond the term (or termination) of this
Agreement shall remain in effect until fulfilled and shall apply to both Parties' respective successors and
assigns.
23. APPLICABLE LAW.
The laws of the State of California shall govern this Agreement.
24. COUNTERPARTS AND ELECTRONIC SIGNATURE.
This Agreement may be executed in any number of counterparts, each of which shall be deemed an
original, but all of which together shall constitute one document. Counterpart signature pages may be
delivered by telecopier, email or other means of electronic transmission.
8
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year
first above written.
CITY OF SAN RAFAEL
JI SC Z, City Mjr
ATTEST:
LINDSAY LARA, City Clerk
APPROVED AS TO FORM:
ROBERT F. EPSTEIN, 91ty Att ey
CONTRACTOR
Nai
Title: C'04FO
[If Contractor is a corporation, add signature of second
corporate officer]
B•
Name:
Title:
PAC -1
L
ARCHITECTS
April 22, 2019
Bill Guerin
Director of Public Works
City of San Rafael
Department of Public Works
111 Morphew Street
San Rafael, CA 94901
Regarding: Architectural and Engineering Design Services for Renovation of Fire
Stations 54 and 55
Dear Bill:
I am pleased to submit our proposal for professional design and engineering services.
This agreement is based on:
1. City of San Rafael Request for Proposal Scope of Services Tasks 1-5, dated May
24, 2018,
2. DETAILED FACILITY STUDY Seismic and Operational Upgrade
to Fire Stations 54 and 55, VOLUME IV DRAFT dated July 20, 2015,
3. Station 55 Site tour conducted on March 14, 2019.
Although similar in program and scope to Station 54, please note:
1. Station 55's geotechnical profile is more challenging, resulting in increase to
Geotechnical effort.
2. Seismic considerations are different, especially as the apparatus bay at Station 55 is
wood, versus concrete at Station 54. The foundation of Station 55 will be a more
complicated structural design.
3. The scope for Station 55 includes parking lot lighting which increases the electrical
engineering scope.
4. Right of way analysis is NOT included in this proposal as it is unlikely to be needed
5. We have chosen a different cost estimator for Station 55 who has been providing us
with very accurate estimates
6. There have been increases to engineering scope (addition of emergency generator to
both stations, raised wood floors for each station, etc.) which is reflected in revised fees
for FS54 in order to provide more accurate comparison.
7. Proposal includes topographic survey only. Boundary survey is listed as a separate item.
8. Construction administration, close-out and other post -bid services are listed as a separate
item
Exhibit A
March 26, 2019
LCA # 18058
Page 2
Discipline
Firm
FS54
FS55
Combined
Architecture
LCA Architects
146,800.00
130,000.00
200,000.00
Structural
Crosby Group
58,000.00*
62,000.00
113,000 00
Mechanical
Engineering
15,400.00
16,000.00
25,000.00
Network
Electrical
Esfahani
22,500.00**
24,000.00
40,000 00
Consulting
Engineers
Estimating
CCMS
10,800.00
18,785.00
20,850 00
Gleeds
Civil
CSW Stuber
32,140.00***
30,353.00***
56.131 00
Stroh
Right of Way
CSW Stuber
1,948.00
NA
169400
Analysis
Stroh
Hazardous Materials
Terracon
5,000.00
5,000.00
10,000.00
Study
Geotechnical
Terracon
19,500.00
22,000.00
41,500 00
Investigation
CEQA
Terracon
14,500.00
14,500.00
29,000.00
Phase I
Terracon
3,000.00
3,000.00
6,000.00
Environmental Report
TOTAL
$329,588.00
$325,638.00
$655,226.00
$543,17500
Reimbursable Allowance:
*additional engineering for raised wood floor system
**additional engineering for emergency generator
35,000.00
March 26, 2019
LCA # 18058
Page 3
Discipline
Firm
Combined CA
Architecture
LCA Architects
75,000.00
Structural
Crosby Group
20,920.00
Mechanical
Engineering
Network
2,000.00
Electrical
Esfahani
Consulting
Engineers
2,500.00
Estimating
CCMS
NA
Civil
CSW Stuber
Stroh
6,822.00
Right of Way
Analysis
CSW Stuber
Stroh
N
Hazardous Materials
Study
Terracon
N
Geotechnical
Observation
Terracon
6,500.00
CEQA
Terracon
NA
Phase I
Environmental Report
Terracon
NA
TOTAL CA Fees
113,742.00
Boundary Surveys
$25,000.00
Cathodic Protection
$12,000.00
Materials Testing &
Inspection"
$60,000.00
'`Geotechnical observation is limited to 4 visits per site. Required visits exceeding this limit can be provided at
additional cost on a per visit basis.
"Although a required service during Construction, materials testing and inspection must be contracted
separately by either the City or Construction Manager so as to avoid any conflict of interest in the Architect or
General Contractor "verifying" our own work. We've included an estimated allowance for your purposes.
March 26, 2019
LCA # 18058
Page 4
Thank you for the opportunity to be of service on your project If this proposal is
acceptable to you. please sign below and return a copy. Please call me if you have any
questions.
oe5L r
CEC:dky:prpslSO
T& Architect
CA License C10482
AGREED AND ACCEPTED:
Authorized Signature Date
Please sign and retw-n one copy of this agreement to initiate these services.
A� o® CERTIFICATE OF LIABILITY INSURANCE
(MMIDD
TE
DA 4/26/2011
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
Dealey, Renton & Associates
P. O. Box 12675
Oakland CA 94604-2675
CONTACT
Sean Kratz
PHONE FAX
• 510-465-3090 AIC,No): 510-452-2193
ADDRESS: skratz@dealeyrenton.com
INSURERS AFFORDING COVERAGE NAIC If
Y
INSURER A: Hartford Casualty Insurance Co. 29424
57SBWLQ8132
INSURED LCAARCHIT
LCA Architects, Inc.
590 Ygnacio Valley Road
INSURER 13: National Union Fire Ins Co Pittsbur hPA 19445
INSURER C: Arch Insurance Company 11150
INSURER D: American Automobile Ins. Co. 21849
Walnut Creek CA 94596
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER! 1857339939 RFVISIAN NIIMRFR-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDL
INSD
SUBR
WVD
POLICY NUMBER
POLICY EFF
MM/DD/YYYY
POLICY EXP
MMIDD/YYYY
LIMITS
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE � OCCUR
Y
Y
57SBWLQ8132
5/30/2018
5/30/2019
EACH OCCURRENCE $1,000,000
PREMDAME(RENTED
PREMISESS Ea occurrence) $1,000,000
MED EXP (Any one person) $10,000
PERSONAL & ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY ] JECOT- F-1LOC
PRODUCTS -COMPIOPAGG $2,000,000
$
OTHER:
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT $
Ea accident
BODILY INJURY (Per person) $
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY (Par accident) $
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
PROPERTY DAMAGE $
Per accident
$
B
X
UMBRELLA LIAB
HCLAIMS-MADE
OCCUR
BE028019639
5/30/2018
5/30/2019
EACH OCCURRENCE $10,000,000
AGGREGATE $ 10,000,000
EXCESS LIAB
DED I I RETENTION $
$
D
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
Y
$CW0066131901
1/1/2019
1/1/2020
X STATUTE ETH
E.L. EACH ACCIDENT $ 1,000,000
ANYPROPRIETOR/PARTNER/EXECUTIVE ❑
OFFICER/MEMBEREXCLUDED7
A
NIA
E.L. DISEASE - EA EMPLOYEE $ 1,000,000
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT $ 1,000,000
C
Professional Liability
PAAEP0020102
12/1/2018
12/1/2019
$2,000000 per Claim
$4,000.000 Annual Aggregate
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
RE: Fire Stations 54 & 55 PSA
City of San Rafael, its officers, agents, employees, and volunteers are named as Additional Insured on General Liability, per policy forms, with respect to the
operations of the Named Insured as required by written contract or agreement. General Liability is Primary/Non-Contributory per policy form wording.
Insurance coverage includes waiver of subrogation per attached.
CERTIFICATE HOLDER CANCELLATION 30 Dav Notice of Cancellatinn
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of San Rafael
ACCORDANCE WITH THE POLICY PROVISIONS.
Department of Public Works Office
AUTHORIZED REPRESENTATIVE
111 Morphew Street
San Rafael CA 94901
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
POLICY NUMBER: 57SBWLQ8132
BUSINESS LIABILITY COVERAGE
SS 00 08 04 05
ADDITIONAL COVERAGES BY WRITTEN CONTRACT, AGREEMENT OR PERMIT
This is a summary of the coverage provided under the following form (complete form available):
BUSINESS LIABILITY COVERAGE FORM SS 00 08 04 05
Additional Insured When Required by Written Contract, Written Agreement or Permit
WHO IS AN INSURED under Section C. is amended to include as an additional insured, but only with respect
to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part,
by your acts or omissions or the acts or omissions of those acting on your behalf:
(a) In the performance of your ongoing operations;
(b) In connection with your premises owned by or rented to you; or
(c) In connection with "your work" and included within the "products completed operations
hazard", but only if
(i) The written contract or written agreement requires you to provide such coverage to
such additional insured; and
(ii) This Coverage Part provides coverage for "bodily injury" or "property damage" included within
the "products completed operations hazard".
The person(s) or organization(s) are additional insureds when you have agreed, in a written contract, written
agreement or because of a permit issued by a state or political subdivision, that such person or organization be
added as an additional insured on your policy, provided the injury or damage occurs subsequent to the execution of
the contract or agreement, or the issuance of the permit.
A person or organization is an additional insured under the provision only for that period of time required by
the contract, agreement or permit.
With respect to the insurance afforded to the additional insured, this insurance does not apply to: "Bodily injury",
"property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any
professional architectural, engineering or surveying services, including:
(a) The preparing, approving, or failure to prepare or approve, maps, shop drawings, opinions,
reports, surveys, field orders, change orders, designs or drawings and specification: or
(b) Supervisory, inspection, architectural or engineering activities.
The limits of insurance that apply to additional insureds are described in Section D. Limits Of Insurance.
How this insurance applies when other insurance is available to an additional insured is described in the Other
Insurance Condition in Section E. Liability And Medical Expenses General Conditions.
No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture
or limited liability company that is not shown as a Named Insured in the Declarations.
Other Insurance
If other valid and collectible insurance is available for a loss we cover under this Coverage Part, our
obligations are limited as follows:
When You Add Others As An Additional Insured To This Insurance: That is other insurance available to an
additional insured. However, the following provisions apply to other insurance available to any person or organization who is an
additional insured under this Coverage Part:
(a) Primary Insurance When Required By Contract: This insurance is primary if you have agreed in a written contract,
written agreement or permit that this insurance be primary. If other insurance is also primary, we will share with all that
other insurance by the method described in c. below.
(b) Primary And Non -Contributory To Other Insurance When Required By Contract: If you have agreed in a written
contract, written agreement or permit that this insurance is primary and non-contributory with the additional insured's
own insurance, this insurance is primary and we will not seek contribution from that other insurance.
Rev 5.14 Page 1 of 2
BUSINESS LIABILITY COVERAGE FORM
Summary SS 00 08 04 05
Paragraphs (a) and (b) do not apply to other insurance to which the additional insured has been added as an
additional insured.
c. Method Of Sharing
If all the other insurance permits contribution by equal shares, we will follow this method also. Under this approach,
each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains,
whichever comes first.
If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this
method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of
insurance of all insurers.
Waiver of Subrogation
If you have waived any rights of recovery against any person or organization for all or part of any payment,
including Supplementary Payments, we have made under this Coverage Part, we also waive that right,
provided you waived your rights of recovery against such person or organization in a contract, agreement or
permit that was executed prior to the injury or damage
Rev 5.14 Page 2 of 2
Workers' Compensation and Employers' Liability Insurance Policy
Waiver of Our Right to Recover From Others Endorsement - California
WC 04 03 06
If the following information is not complete, refer to the appropriate Schedule attached to the policy.
Insured: LCA Architects, Inc.
Producer: Dealey, Renton & Associates
Schedule
Person or Organization
City of San Rafael
Department of Public Works Office
111 Morphew Street
San Rafael CA 94901
Additional Premium %
We have the right to recover our payments from any-
one liable for an injury- covered by this policy. We
will not enforce our right against the person or
organization named in the Schedule. (This agreement
applies only to the extent that you perform work
under a written contract that requires you to obtain
this agreement from us.)
Authorized Representative
WC040306
Policy Number SCW0066131901
Effective Date 1/1/2019
Job Description
RE: Fire Stations 54 & 55 PSA
ORGANIZATIONS CONT: All Parties as Required
per Written Contract
You must maintain payroll records accurately segre-
gating the remuneration of your employees while en-
gaged in the work described in the Schedule.
The additional premium for this endorsement shall be
the percentage, as shown in the Schedule applicable
to this endorsement, of the California workers'
compensation premium otherwise due on such
remuneration.
Policy Number: 606667707 Date Entered: 04/26/2019
ACORN®
�� CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDD/YYYY)
10/1/2018
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
Peter Kohn Insurance Agency
3000 Citrus Circle, Suite 116
Walnut Creek, CA 94598
CONT CT
NAME: Peter Kohn
PHONE FAX
Ext: (925) 820-1600 A/C, No: (925) 820-1684
6IC,No
MAIL
ADDRESS: Pkohninsurance@gmail . com
INSURER(S) AFFORDING COVERAGE NAIC #
INSURER A: Truck Insurance Exchange 21709
Peter Kohn
INSURED LCA Architects Inc.
INSURER B:
INSURER C:
EACH OCCURRENCE S
INSURER D:
590 Ygnacio Valley Road, Suite 310
Walnut Creek, CA 94596
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
INSD
WVD
POLICY NUMBER
POLICY EFF
MMIDDIYYYY
POLICY EXP
MM/DD/YWY
LIMITS
RE: Loan/Job: Fire Stations 54 and 55 Project
COMMERCIAL GENERAL LIABILITY
Peter Kohn
EACH OCCURRENCE S
_7CLAIMS-MADE 71 OCCUR
X
X
DAMAGETOREN
PREM SES Ea ccu encs S
MED EXP (Any one person) 5
PERSONAL & ADV INJURY 5
GENT AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE $
POLICY F1 PRO-
JECT ❑ LOC
PRODUCTS - COMP/OPAGG S
S
OTHER:
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT $1,000,000
Ea accident
BODILY INJURY (Per person) $
A
ANYAUTO
606667707
/30/2018
/30/2019
OWNED SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY (Per accident) $
PROPERTY DAMAGE S
Per accident
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
S
UMBRELLA LIAB I
OCCUR
EACH OCCURRENCE s
AGGREGATE S
EXCESS LIAB
CLAIMS -MADE
DEC) I I RETENTION S
S
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
PER OTH-
STATUTE ER
ANY PROPRIETORiPARTNER/EXECUTIVE
OFFICERIMEMBER EXCLUDED? ❑
NIA
E.L. EACH ACCIDENT $
(Mandatory in NH)
E.L. DISEASE- EA EMPLOYEE S
E.L. DISEASE - POLICY LIMIT $
If yes, describe under
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
2018 Honda Accord Touring; VIN: 1HGCV2F96JA021174
2018 Lexus RX350 BAS; VIN: 2T2BZMCAOJC167312
2017 Mercedes Benz S 550; VIN: WDDUGBCBlHA329875
2018 Toyota Avalon Hyb.: 4T1BD1EB8JU060076
CERTIFICATE HOLDER CANCELLATION
City of San Rafael
Department of Public Works Office
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
111 Morphew Street
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
San Rafael, CA 94901
AUTHORIZED REPRESENTATIVE
RE: Loan/Job: Fire Stations 54 and 55 Project
Peter Kohn
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
Produced usinq Forms Boss Plus software. www.FormsBoss.com; Impressive Publishinq, LLC 800-208-1977
Policy Number: 606667707
Date Entered: 04/26/2019
ACORN" CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDDNYYY)
10/1/2018
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
Peter Kohn Insurance Agency
3000 Citrus Circle Suite 116
Walnut Creek, CA 94598
CONTACT
NAME: Peter Kohn
PHONE
AIC No Ext: (925) 820-1600 AIC,No): (925) 620-1684
ADDRESS: Pkohninsurance@gmail.cam
COMMERCIAL GENERAL LIABILITY
INSURER(S) AFFORDING COVERAGE NAIC #
INSURER A: Truck Insurance Exchange 21709
INSURED LCA Architects Inc.
INSURER B:
INSURER C:
CLAIMS -MADE � OCCUR
INSURER D:
590 Ygnacio Valley Road, Suite 310
Walnut Creek, CA 94596
INSURER E:
INSURER F :
DAMAGE( RENTED
PREMISES Ea occurtence S
COVERAGES CF_RTIFICATF NIIMRFR- RFVICIr1N NI IMRFR-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
INSD
WVD
POLICY NUMBER
POLICY EFF
MMIDDIYYYY
POLICY EXP
MMIDD/YWY
LIMITS
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE $
CLAIMS -MADE � OCCUR
X
X
DAMAGE( RENTED
PREMISES Ea occurtence S
MED EXP (Any one person) S
PERSONAL & ADV INJURY $
GEN'L AGGREGATE LIMIT APPLIES PER-
GENERAL AGGREGATE $
POLICY D PRO JECT ❑ LOC
PRODUCTS - COMP/OP AGG $
$
OTHER:
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT S 1 000 000
Ea accident)r r
BODILY INJURY (Per person) S
A
ANYAUTO
606667707
/30/2019
/30/2020
OWNED SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY (Per accident) 5
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
PROPERTY DAMAGE $
Per acddent
S
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE S
AGGREGATE 5
EXCESS LIAR
CLAIMS -MADE
DED RETENTION S
S
WORKERS COMPENSATION
PER OTH-
I I
AND EMPLOYERS' LIABILITY Y / N
STATUTE ER
E.L. EACH ACCIDENT $
ANY PROPRIETOR/PARTNERIEXECUTIVE
OFFICE /MEMBER EXCLUDED?
NIA
E.L. DISEASE - EA EMPLOYEE S
(MandatoryIn NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT S
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
2018 Honda Accord Touring; VIN: 1HGCV2F98JA021174
2018 Lexus RX350 BAS; VIN: 2T2BZMCAOJC167312
2017 Mercedes Benz S 550; VIN: WDDUG8CB1HA329875
2018 Toyota Avalon Hyb.: 4T1BD1EBBJU060076
City of San Rafael
Department of Public Works Office SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
111 Morphew Street THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
San Rafael, CA 94901
AUTHORIZED REPRESENTATIVE
RE: Loan/Job: Fire Stations 59 and 55 Project
Peter Kohn
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
Produced using Forms Boss Plus software. www.FormsBoss.com; Impressive Publishinq, LLC 800-208-1977
Form Request for Taxpayer r Give Form to the
(Rev. October 2018) Identification Number and Certification requester. Do not
Department of the Treasury send to the IRS.
Internal Revenue Service Ito. Go to wwwJrs.gov/FormW9 for instructions and the latest information.
1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank.
Loving Campos Associates, Architects, Inc.
2 Business name/disregarded entity name, If different from above -
dba LCA Architects, Inc.
CO 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions codes apply on! to
CeP y certain entities, individuals; see
cc
following seven boxes.
CL instructions on page 3).
C ❑ Individual/sole proprietor or ❑ C Corporation 21 S Corporatior, ❑ Partnership ❑ Trust/estate
ai single member LLC Exempt payee code (if any)
[1 0
❑ Limited liability company. Enter the tax classificat on (C=C corporatior), S=S corporation, P=Partnership) ►
0 - Note: Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check . Exemption from FATCA reporting
U) + LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is I
code If any)
another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member L _C that
(L is disregarded from the owner should check the appropriate box for t':e tax classification of its owner.
aoi ❑ Other (see Instructions) 0- (Applle: to w -u= ma/M—ed -(SNe :,5)
y 5 Address (number, street, and apt. or suite no.) See instructions Requester's name and address (optional)
CD
590 Ygnacio Valley Rd, Suite 310
6 City, state, and ZIP code
Walnut Creek, CA 94596
7 List account number(s) here (optional) r
Taxpayer Identification Number (TIN)
Enter your TIN In the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number
backup withholding. For individuals, this is generally your social security number (SSN). However, for a
resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other _
entities, it is your employer identification number (EIN). If you do not have a number, see How to get a [I
TIN, later. or
Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer Identification
Number To Give the Requester for guidelines on whose number to enter. F-F--� F—r-T-
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. 1 am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because
you have failed to report all interest Jnd dividend your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid,
acquisition or abandonment of sec i property icellati of debt, contributions to an individual retirement arrangement (IRA), and generally, payments
other than interest and dividerps, u ora not r ed.* 9f9h the certification, but you must provide your correct TIN. See the instructions for Part II, later.
Sign I signature of
Here I U.S. person P
General Instru6tions
• Form 1099 -DIV (dividends, including those from stocks or mutual
0
funds)
Section references are to the Internal Revenue Code unless otherwise
• Form 1099-MISC (various types of income, prizes, awards, or gross
noted.
proceeds)
Future developments. For the latest information about developments
. Form 1099-6 (stock or mutual fund sales and certain other
related to Form W-9 and its instructions, such as legislation enacted
transactions by brokers)
after they were published, go to wwmirs.gov/FormW9.
• Form 1099-S (proceeds from real estate transactions)
Purpose of Form
• Form 1099-K (merchant card and third party network transactions)
An individual or entity (Form W-9 requester) who is required to file an
• Form 1098 (home mortgage interest), 1098-E (student loan interest),
information return with the IRS must obtain your correct taxpayer
1098-T (tuition)
identification number (TIN) which may be your social security number
. Form 1099-C (canceled debt)
(SSN), individual taxpayer identification number (ITIN), adoption
taxpayer identification number (ATIN), or employer identification number
.Form 1099 A (acquisition or abandonment of secured property)
(EIN), to report on an information return the amount paid to you, or other
Use Form W-9 only if you are a U.S. person (including a resident
amount reportable on an information return. Examples of information
alien), to provide your correct TIN.
returns include, but are not limited to, the following.
If you do not return Form W-9 to the requester with a TIN, you might
• Form 1099 -INT (interest earned or paid)
be subject to backup withholding. See What is backup withholding,
later.
CaL No. 10231X Form W-9 (Rev. 10-2018)
�p,� RAFq�I
A
s 2
� y0
h
WITH
0--_:�olr0?
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: Fabiola Urfer/Kevin McGowan
Extension: 3389
Project Name: Fire Station 54 & 55 Renovation
Contractor's Contact: Carl Campos T
Contact's Email: ccamaos@Ica-architects.com
RESPONSIBLE
STEP I DEPARTMENT
Project Man
2 1 City Atton
3 Department D
4 Project Man
5 Project Man
PRINT
6 1 Project Maria
7 City Attom
8 City Attom
City
9 Manager/Ma
10 City Clerk
I I Project Mana
DESCRIPTION
a. Email PINS Introductory Notice to Contractor
b. Email Contract (in Word) & attachments to City Attorney c/o
Laraine. G ittens@cityofsanrafael.org
a. Review, revise and comment ori draft agreement and return to Project
Manager
b. Confirm insurance requirements, create Job on PINS, send PINS
insurance notice to contractor.
Approval of final agreement form to send to contractor. (Provide Dept.
Director Financial Sutnntary W Agreement)
Forward three (3) originals of final agreement to contractor for their
signature.
When necessary, contractor -signed agreement agendized for Council
COMPLETED DATE I REVIEWER
11/14/2018
KM
11/14/2018
KM
11/16/2018
LG
11/16/2018
LG
11/27/2018
BG
4/25/2019
KM
ey
ey
City Council approval required for Professional Services Agreements and
purchases ofgoods crud services that exceed S75,000 rind for Public Works
ger
Contracts that exceed 5175,000 ffnter date of Council Meeting)
5/6/2019
KM
_ CONTINUE ROUTING PROCESS WITH HARD COPY
Forward signed original agreement to City Attorney with printed copy of
ger this routing form
Review and approve hard copy of signed agreement
Review and approve insurance in PINS, and bonds (for public works
contracts)
Agreement executed by Council authorized official
31(�
� ' J ( I
I I
!V"7&�K
yor
Attest signatures, retains original agreement and forwards copies to project
manager
Forward Final Copy to Contractor
ger
i<C(Scv�s fi v�-fcS�sz'�i�Oki `5T
SAN RAFAEL
THE CITY WITH A MISSION
Agenda Item No:
Meeting Date: May 6, 2019
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works
Prepared by: Bill Guerin, City Manager Approval:
Director of Public Works
File No.: 06.01.243
TOPIC: FIRE STATIONS 54 & 55 RECONSTRUCTION DESIGN
SUBJECT: A RESOLUTION AWARDING AND AUTHORIZING THE CITY MANAGER TO
EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH LOVING CAMPOS
ASSOCIATES, ARCHITECTS, INC. FOR DESIGN OF THE FIRE STATIONS 54 &
55 RENOVATION IN THE AMOUNT OF $615,175, AND FURTHER DELEGATING
TO THE CITY MANAGER AUTHORITY TO EXERCISE THE OPTION TO ADD
CONSTRUCTION ADMINISTRATION SERVICES IN AN AMOUNT NOT TO
EXCEED $113,742 AT A LATER DATE FOR A TOTAL AMOUNT NOT TO EXCEED
$728,917
RECOMMENDATION: Adopt a resolution authorizing the City Manager to execute professional
services agreement with Loving Campos Associates, Architects, Inc. ("LCA Architects") related to
the provision of design services concerning Fire Stations 54 and 55, in an amount not to exceed
$615,175 and delegating to the City Manager authority to exercise the option to add construction
administration services in an amount not to exceed $113,742, should the City choose to engage
LCA Architects for those services during construction, for a total amount not to exceed $728,917.
BACKGROUND: Fire Stations 54 and 55 were designed and built in the mid-1960s and are now
beyond their useful life. Fire Station 54 is located at 46 Castro Avenue in the Canal neighborhood.
It contains an apparatus bay composed of a steel -framed structure that houses one engine and
the City's ladder truck. The apparatus bay is salvageable but requires seismic upgrades. The
living quarters consist of a single -story wood -framed structure which has become obsolete due to
age and deterioration. The living quarters include a living area, kitchen, sleeping quarters, and a
restroom. The living quarters do not meet current standards for seismic, the Americans with
Disabilities Act (ADA), or flood protection, and do not provide separate sleeping and restroom
space for male and female firefighters. The living quarters will be demolished, and a new code -
compliant structure will be constructed in its place.
Fire Station 55 is located at 955 Point San Pedro Road between Knight Drive and Peacock Drive.
This station was also built in the 1960s and is mostly a wood frame structure. The apparatus bay
FOR CITY CLERK ONLY
File No.:
Council Meeting:
Disposition:
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3
PUBLIC OUTREACH: It is anticipated that several public meetings will be held with community
members regarding both fire stations.
FISCAL IMPACT: The not -to -exceed amount of $728,917 of the proposed professional services
agreement is supported by Measure E revenues in the City's General Fund. Preliminary
estimates for the construction cost for these projects are estimated at $3,000,000 each.
OPTIONS: The City Council has the following options to consider relating to this matter:
1. Adopt a resolution authorizing the City Manager to execute professional services
agreement with LCA Architects related to the provision of design services concerning Fire
Stations 54 and 55, in an amount not to exceed $615,175 and further authorizing the City
Manager to exercise the option for construction administration services in an amount not
to exceed $113,742 at a later date should those services be necessary and desired.
2. Do not award the contract and direct staff to rebid the project. If this option is chosen, re -
advertising will delay renovation of the building.
RECOMMENDED ACTION: Adopt a resolution authorizing the City Manager to execute
professional services agreement with Loving Campos Associates, Architects, Inc. related to the
provision of design services concerning Fire Stations 54 and 55, in an amount not to exceed
$615,175 and further authorizing the City Manager to exercise the option to add construction
administration services in an amount not to exceed $113,742 at a later date should those services
be necessary and desired, for a total amount not to exceed $728,917.
ATTACHMENTS:
1. Resolution
2. Proposal
LCA
�■J ARCHITECTS
A CALIFORNIA CORPORATION
TRANSMITTAL
Date: 4/26/19
To: Bill Guerin
Director of Public Works
City of San Rafael
Department of Public Works
111 Morphew Street
San Rafael, CA 94901
From: Nina Daulton for Carl Campos
Subject: San Rafael Fire Station Design Contract for 54 and 55
We are transmitting herewith by FEDEX the following items:
Conies Date Description
RROVED
APR 2 9 W'tq
PUBLIC WORKS DEPT,
CITY OF SAN RAFAEL
LCA Job Number: 18058
2 4/26/19 Original wet -signed San Rafael Fire Station Design Contracts for
54 and 55
2 LCA Architects Inc. Certificates of Insurance
2 LCA Architects Inc. W9's
cc: file
590 Ygnacio Valley Road, Suite 310 • Walnut Creek, CA 94596 • PH/FX 925. 944. 1626
1970 Broadway, Suite 800 • Oakland, CA 94612 • PH 510. 272. 1060 • FAX 510. 272.1066
www.LCA-ARCHITECTS.com