Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW City Hall Space Planning StudiesAGREEMENT FOR PROFESSIONAL SERVICES WITH
LOVING CAMPOS ASSOCIATES, ARCHITECTS, INC. FOR SAN RAFAEL CITY HALL SPACE
PLANNING STUDIES AND ROM COST ESTIMATE
This Agreement is made and entered into this 2.L day of f %A q to S} , 2019, by and
between the CITY OF SAN RAFAEL (hereinafter "CITY"), and LOVING CAMPOS ASSOCIATES,
ARCHITECTS, INC. (hereinafter "CONTRACTOR").
RECITALS
WHEREAS, the CITY has determined that professional services are required for the space
planning and cost estimating services for three proposed City Hall Space Planning Options in connection
with the future City Hall Renovation Project, City Project No. 11368 ; 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 the duties and/or provide the services outlined in
CONTRACTOR'S proposal dated July 17, 2019, marked as Exhibit "A," attached hereto, and
incorporated herein.
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.
4-3-905
4. COMPENSATION.
For the full performance of the services described herein by CONTRACTOR, CITY shall pay
CONTRACTOR on a time and materials basis for services rendered in accordance with the rates shown
in Exhibit "A" attached and incorporated herein, in an amount not to exceed $19,650.00.
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 tennination, 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.
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
2
of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any
such audit or inspection.
9. ASSIGNABELITY.
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 one million dollars
($1,000,000) per occurrence/two million dollars ($2,000,000) 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:
1. Except for professional liability insurance or worker's compensation insurance, the
insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and
volunteers, as additional insureds (for both ongoing and completed operations) under the policies.
2. The additional insured coverage under CONTRACTOR'S insurance policies shall
3
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 0104
13.
3. Except for professional liability insurance or 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 nained insured;
whichever is greater. No representation is made that the minimum Insurance requirements of this agreement
are sufficient to cover the obligations of the CONTRACTOR under this agreement.
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
4
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,
5
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.
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.
24
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 terns 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
7
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 term, covenant or condition of this
Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term,
covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or
other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of
any fee, performance, or other consideration which may become due or owing under this Agreement, shall
not be deemed to be a waiver of any preceding breach or violation by 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.
8
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.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year
first above written.
JIM kCHTZ, City Mana er
ATTEST:
LINDSAY LARA, City Clerk
APPROVED AS TO FORM:
� I a kvu/-'�. -1
ROBERT F. EPSTEIN, Cif Atto
C�Zi�T�I Ci i�7
•
[If Contractor is a corporation, add signature of
second corporate officer]
-**j4 le --,'r�
By.
6ame:�AAA
Title: ����
r r
LCA
LJ PCHIT ECTS
July 17, 2019
Bill Guerin
Director of Public Works
City of San Rafael
1111 Morphew Street
San Rafael, CA 94901
Via email: Bill.Guerin@cityofsanrafael.org
Reference: San Rafael City Hall Space Planning Studies and ROM Cost Estimate
1400 Fifth Ave, San Rafael, California 94901
LCA #19083
Dear Bill:
EXHIBIT "A"
Per your request we agree to provide Space Planning and Cost Estimating Services for the proposed San
Rafael City Hall Space Planning Options. I understand there are 3 space planning options that you would
like us to study and develop preliminary costs to establish a budget.
Our fee for this work will be $19,650.00 and be billed on a Time and Materials basis, based on the
attached hourly fee schedule. This hourly fee arrangement is for LCA Architects' services and our Cost
Estimator only (see attached CCMS proposal) and does not include any consultants such as landscape
architects, civil engineers, mechanical/plumbing engineers, electrical engineers, data engineers, acoustic
engineers, traffic consultants, and the like. This fee includes up to (2) revisions for Space Planning and
(1) revision to the Cost Estimate. Includes (2) meetings with the Owner.
LCA Architects Estimated Fee: $12,900.00
CCMS Estimated Fee: $6,750.00
Total Estimated Fees: $19,650.00*
We have staff available who can start this work as soon as you release us to do the work and sign our
Agreement.
Copies, prints, CADD plots, photography, preparing and compiling .pdf sets, scanning, colored print
mounting, long distance phone calls, postage, express mail, and travel outside the Walnut Creek/
Pleasant Hill area will be billed on a reimbursable basis: at cost plus 15%. Our rates are based on the
enclosed hourly fee schedule.
In accordance with California Civil Code §2782.5, Owner and Architect have negotiated this provision
after discussing and understanding the relative benefits and risks of the work, alternatives available to
Owner, including modifying this provision in exchange for additional payments by Owner or seeking
other consulting services. To the fullest extent permitted by law, Owner agrees to limit the liability of
Architect, its officers, employees and sub consultants to Owner, contractors, subcontractors, lenders,
suppliers, manufacturers and all others, arising from Architect's services on this project such that the
total aggregate liability, including costs of defense and attorneys shall not exceed the net fee for the
services on this project. The Owner further agrees to require of all contractors and subcontractors an
identical limitation of Architect's liability.
* Fee assumes As-builts of floors 1, 2, and 3 are available for our use. If not, we would field measure
existing layouts and provide CAD layouts for each floor. Does not include Council Chambers Wing.
Fee: $6,500.00
590 Ygnacio Valley Road, Suite 310 . Walnut Creek, CA 94596 . 925 944 1626
1970 Broadway, Suite 800 . Oakland, CA 94612 . 510 272 1060
Ica -architects com
Bill Guerin
July 17, 2019
LCA #19083
Page 2 of 3
Carl Campos (CA License No. C10482), David Bogstad (CA License No. C21379), and Peter Stackpole (CA
License No. C16939) are licensed architects in the State of California and are employees of Loving
Campos Associates Architects, Inc., dba LCA Architects Inc., a California Corporation.
Please sign below to acknowledge receipt of this contract and initiate this agreement. We thank you for
this opportunity to be of service for your project.
Regard
Carl CsaM d,CEO
LCA Architects Inc.
CA License C10482
CEC:nd/prpsl5l
Enclosure: Hourly Fee Schedule
Construction Cost Management Services (CCMS) proposal
Fact Sheet for City Hall
CH Option 1
CH Option 2
CH Option 3
AGREED AND ACCEPTED
Authorized Signature Date
- -..- ----. ................ ___. .._-.....__...._..
Printed Name
Title
Please sign and return one copy of this proposal to initiate the agreement.
Bill Guerin
July 17, 2019
LCA #19083
Page 3 of 3
LCA ARCHITECTS, INC.
2019 HOURLY FEE SCHEDULE*
DESCRIPTION
HOURLY RATE
Principal
$215.00
Associate
$190.00 to $215.00
Project Manager
$195.00
Construction Manager
$150.00 to $185.00
Project Architect
$135.00 to $185.00
Quality Control Manager
$195.00
Specifications Writer
$195.00
Job Captain
$115.00 to $130.00
Designer
$95.00 to $175.00
CAD Tech
$95.00 to $140.00
Project Coordinator
$95.00 to $135.00
Administration/Research/Presentations
$90.00 to $125.00
Clerical
$105.00
Architectural Animation — Preparation of computer
generated views, renderings and simulations of
architectural interiors and exteriors. Preparation
of video "fly-by's," walkthrough's, and other
simulations.
$170.00/hr.
Expert Witness — Review of documents, meetings,
site visits, telephone conferences, administration of
the documents and materials, research, deposition,
testimony, court appearances, and travel time.
$500.00/hr.
Perspective Sketches and Renderings, Visual
Simulations
On a Per Drawing Basis
Mileage (outside of the Walnut Creek area)
**as adjusted by IRS guidelines
0.58/mile**
Copies, prints, CADD plots, photography, preparing and compiling . pdf sets, scanning, colored print
mounting, long distance phone calls, postage, express mail, and travel outside the Walnut Creek
area will be billed on a reimbursable basis: at cost plus 15%.
Overtime - If overtime is required by staff, to meet a customer's timing request, additional hourly
fee charges may apply. California employment law will apply.
* Effective 01/01/2019. Subject to change quarterly.
Construction Cost Management Services
1714 Franklin Street, Suite 196, Oakland, CA 94612 Ph: 510- 932 98218
Carl Campos, CEO
LCAArchitects
590 Ygnacio Valley Road
Suite 310
Walnut Creek CA 94596
July 18, 2019
Re: San Rafael City Hall Remodel: 3 Options
Carl,
As requested we appreciate this opportunity to submit our fee proposal for providing LCA with
construction cost consulting services on the subject project.
1. SCOPE of WORK for EACH of 3 OPTIONS
• Complete Demolition of Existing Levels 1,2 & 3
• Tenant Improvements for New Configuration of Existing Spaces including Architectural,
Mechanical and Electrical System Requirements
2. COST ESTIMATING SERVICES
• CCMS will provide one ROM model cost estimate for each Option to determine the total
construction cost for the project consistent with the scope of work as described and as
reflected in the drawings provided by the architect.
• CCMS will communicate with the architect during the development of the cost estimate to
co-ordinate with the design team, and to obtain any clarifications required and to varify the
full scope of the work and any assumptions for work not reflected on the drawings.
• Cost estimates shall be inclusive of all hard costs associated with the project, payment
and performance bonds, contractor's general conditions, office overheads and profit.
• CCMS will include the projected market conditions, inflation rates, the cost of prevailing
wage rates and pending labor agreements to ensure the estimate reflects the current
bidding conditions in the construction industry.
• The ROM estimate will be formatted in the Elemental Format and will be based on
measurement of quantities and priced in accordance current prevailing wage rates in San
Rafael.
San Rafael City Hall Remodel: 3 Options .......................
2. COST ESTIMATING SERVICES (continued).....
• An escalation factor to provide for the rising cost of labor, materials, equipment and
energy costs that occur to the mid -point of construction will be reflected in an Executive
Comparative Cost Summary.
• Discussions and a review of a draft copy of the estimate will be conducted with the
architect and related project consultants before submitting a final estimate.
• Value enginneering/ alternates, FF&E, client meetings and soft costs is excluded.
Additionally hazmat abatement, structural improvements and site work is excluded.
Should any of these services be required, it will be regarded as an additional service at
our standard hourly rates.
3. CONSULTING FEES
CCMS proposes to provide construction cost estimates as defined in Sections 1 & 2 for the
lump sum fees:
• ROM Cost Model Estimate 1.............................................................Option 1: $1,850
• ROM Cost Model Estimate 2 ........................................................... Option 2: $1,850
• ROM Cost Model Estimate 3 ........................................................... Option 3: $1,850
• Review Draft Estimate, Provide Cost Adjustments & Submit Final: $400 x 3........... $1.200
• Total Fee................................................................................................. $6,750
4. RESERVATION OF RIGHTS
CCMS reserves the right to make any adjustment in fees as required, should the scope of
the work and our services, as described herein, be modified.
& EXPENSES
Fees include all expenses incurred in preparation of all estimate reports for the client.
6. PAYMENT
We will invoice on completion of our work for payment net thirty days.
We look forward to the opportunity to provide our cost expertise on this project and trust
our proposal will meet with your approval.
CCMS
Manny Cohen
Principal
City Hall Remodel Options
Needs
External coming in
Volunteer/Sustainability 500 sq ft
Econ Dev 561 sq ft
Parking 1,109 sq ft
Counter 192 sq ft
Internal
CDD 5,607 sq ft (includes 2 conf rooms and other dev service space)
Finance 1,590 sq ft
Digital Services (w/Sean)
Admin 1,075 sq ft
Support 500 sq ft
HR 703 sq ft
City Manager (include ED) 1,299 sq ft (remove Mayor office + extra space)
City Attorney
w/o Rob 672 sq ft (< need by move storage downstairs)
City Clerk 594 sq ft (< need by move storage downstairs)
Option 1— low Budget
Intent is to move outside departments into 11 floor of city hall, with minimal movement of existing
departments on 2nd/3'd floor to minimize costs
Low moving costs, as not relocating existing staff from 2"d or 3rd floor (except housing/homeless)
1' Floor
Add - Parking Services (parking lot side)
Economic Development (main lobby side)
Volunteer/Sustainability (middle)
Director of Housing/Homeless
3 Conf Rooms
1 Break room
City Storage (in Dispatch)
Move Out Police
Maintain Bathrooms/Showers/Lockers
Digital Services Servers/Workroom
2"d Floor
Add None
Move Out
None
Maintain
CM Office
CA Office
Digital Services
Finance
HR
Clerk
3'd Floor
Add
None
Move Out Director of Housing/Homeless
Maintain CDD
Business License
2 Conf Rooms
Kitchen
Option 2 — Mid Budget
Intent is to move outside departments into 11 floor of city hall, with minimal movement of existing
departments on 2"d/3rd floors, to minimize costs
1' Floor
Add - Parking Services (parking lot side)
Digital Services (from 2"d floor)
Volunteer/Sustainability (main lobby side)
Director of Housing/Homeless (middle)
1 Conf Rooms
1 Break room
City storage (in PD Dispatch)
Move Out Police
Maintain Bathrooms/Showers/Lockers
Digital Services Servers/workroom
2"d Floor
Add Econ Dev
Move Space Clerk to part of CM area
Modify Start hallway further back, and open up 11 20 feet of hallway to have a reception space
between CM office and new CC office and then wall along back of 20 ft
Move Out Digital Services (to 111 floor)
Maintain CM Office (relocated)
CA Office (relocated)
Finance
HR (relocated)
Clerk
3`d Floor
Add None
Move Out Director of Housing/Homeless
Maintain CDD
2 Conf Rooms
Kitchen
Option 3 — Biggest Budget
Intent is to renovate City Hall completely to be the most efficient in terms of adjacencies of
departments, location of departments based on public use, and use of space
15' Floor
Add - Parking Services (parking lot side)
Digital Services (from 2nd floor)
Volunteer/Sustainability (main lobby side)
Director of Housing/Homeless (middle)
Conference Rooms
Kitchen
1-2 Conf Rooms
City Storage (Dispatch)
Move Out Police
Maintain Bathrooms/Showers/Lockers
Digital Services Servers/Work Room
2nd Floor
Add CDD
Business License
Outdoor deck (behind current Clerk office, accessed off current hallway, near stairs for
employee break area
Modify Blow out hallway and make a counter at start of current hallway, similar to 3`d floor
Open floor plan and offices besides
Move Out CM Office (to 3`d floor)
CA Office (to 3`d floor)
Finance (to 3`d floor)
HR (to 3`d floor)
Clerk (to 3`d floor)
Digital Services (to 151 floor)
Maintain None
3`d Floor
Add CM
CA
Clerk
HR
CA
Econ Dev
Move Out CDD
Business License
Kitchen
Maintain 2 Conf Rooms (possibly in different location)
JI
C
OPfion
rte
1S.YfL•?:ls• li-s= •LJ �.Y :�Pni'+ _I ivFsLy{
r 1IT F
a
C 6V
f
t
i
L
0
c
OFFICE
,SII SF
2°4 Ft. I l °t')oor
LUJ
ACOR 1 0
CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
A�
7/31/2019
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
CONTACT
NAME:
Dealey, Renton & Associates
PHONE FAX
P. 0. Box 12675
• 510-465-3090 A/c No): 510-452-2193
ADDRESS: certificates@dealeyrenton.com
Oakland CA 94604-2675
INSURERS AFFORDING COVERAGE NAIC#
INSURER A: Hartford Casualty Insurance Co. 29424
_
INSURER B: National Union Fire Ins Co Plttsbur hPA 19445
INSURED LCAARCHIT
LCA Architects, Inc.
590 Ygnacio Valley Road
INSURER C: Arch Insurance Com an 11150
Walnut Creek CA 94596
INSURER D: American Automobile Ins. Co. 21849
-INSURERE:
POLICY PET F—] LOC
INSURER F:
COVERAGES CERTIFICATE NUMBER: 1694376100 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.
City of San Rafael
ILTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER MMIDD� MM/DD/YYYY
LIMITS
A
X COMMERCIAL GENERAL LIABILITY Y Y 57SBWL08132
5/30/2019
5/30/2020
EACH OCCURRENCE $1,000,000
DAMAGE TO RENTED
PREMISES Ea occurrence S 1,000,000
CLAIMS -MADE X OCCJR
MED EXP (Any one person) S10,000
i I
PERSONAL & ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
HGEN'L AGGREGATE LIMIT APPLIES PER:
POLICY PET F—] LOC
PRODUCTS - COMP/OP AGG $2,000,000
S
OTHER:
AUTOMOBILE LIABILITY
j
COMBINED SINGLE LIMIT S
Ea accident
BODILY INJURY (Per person) S
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY (Per accident) $ T
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
PROPERTY DAMAGE $
Per accident
is
B X
UMBRELLA LIAB X OCCUR EBU031439288 5/3012019
5/30/2020
EACH OCCURRENCE $10,000,000
EXCESS LIAR CLAIMS -MADE
AGGREGATE S 10,000,000
DED RETENTION $
Is
D WORKERS COMPENSATION Y SCW0066131901 1/1/2019
AND EMPLOYERS' LIABILITY Y / N
1/1/2020
OTH-
X 1 PER II
STATUTE ER
E.L. EACH ACCIDENT $ 1,000,000
ANYPROPRIETOR/PARTNER/EXECUTIVE F—�
OFFICER/MEMBER EXCLUDED? N /A
(Mandatory In NH)
-
E.L. DISEASE - EA EMPLOYEE! $ 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below i
E.L. DISEASE - POLICY LIMIT S1.000.000
C Professional Liability PAAEP0020102 12/1/2018 12/1/2019
52,000,000 per Claim
54,000,000 Annual Aggregate
DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required)
RE: Project No. 19083.
CERTIFICATE HOLDER CANCELLATION 30 Dav Notice of Cancellation
©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 °o
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
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: 05/30/2019
ACORO`�DATE
CERTIFICATE OF LIABILITY INSURANCE
(MMIDD/YYYY)
10/1/I01a
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 (925)820-1600 FAX 925)820-1684
Eli: (A/C, No :
E-MAILlN
ADDRESS: pkohninsurance@gmail . COIR
COMMERCIAL GENERAL LIABILITY
RE: City Hall Space Planning and cost estimating for
INSURER(S) AFFORDING COVERAGE NAIC #
INSURER A : Truck Insurance Exchange 21709
Peter Kohn
INSURED LCA Architects Inc.
INSURERS:
INSURER C:
INSURER D:
590 Ygnacio Valley Road, Suite 310
Walnut Creek, CA 94596
INSURER E:
INSURER F:
DAMAGE
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
MM/DD/YYYY
POLICY EXP
MM/DD/YWY
LIMITS
COMMERCIAL GENERAL LIABILITY
RE: City Hall Space Planning and cost estimating for
City Hall Renovation Project
Peter Kohn
EACH OCCURRENCE S
DAMAGE
CLAIMS -MADE F-1OCCURX
X
S(RENTED
cwrrence)$
PREMISES Ea occurrence)
MED EXP (Any one person) $
PERSONAL 8 ADV INJURY $
GENT AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE $
POLICY PRJECOT LOC
PRODUCTS - COMP/OP AGG $
$
OTHER:
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT $1,000,000
Ea accident
BODILY INJURY (Per person) $
A
ANYAUTO
606667707
/30/2019
/30/2020
OWNED SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY (Per accident) $
PROPERTY DAMAGE $
Per accident
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE $
AGGREGATE $
EXCESS LIAR
CLAIMS -MADE
DED RETENTION $
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
PER OTH-
STATUTE ER
ANY PROPRIETOR/PARTNERIEXECUTIVE ❑
OFFICER/MEMBER EXCLUDED?
NIA
E.L. EACH ACCIDENT $
(Mandatory In NH)
E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT $
DESCRIPTION OF OPERATIONS/ LOCATIONS /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.: 4T1BDlEB8JU060076
CERTIFICATE HOLDER CANCELLATION
City of San Rafael
111 Morphew Street
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
San Rafael, CA 94901
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
Attn: Bill Guerin
Public Works Director
AUTHORIZED REPRESENTATIVE
RE: City Hall Space Planning and cost estimating for
City Hall Renovation Project
Peter Kohn
ACORD 25 (2016/03)
©1988-2015 ACORD CORPORATION. All rights reserved.
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
RA FBF!
►1
yo
'ry WITH t'�`h
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: Fa_by Guillen
Extension: 3435
Project Name: City Hall Space Planning Study & Cost Estimate
Contractor's Contact: LCA Architects - Carl Campos _
Contact's Email: ccampos a,lca-architects.com
STEP
RESPONSIBLE
DEPARTMENT
DESCRIPTION
COMPLETED DATE
REVIEWER (Initials)
a. Email PINS Introductory Notice to Contractor
NA (Already in place)
FG
b. Email Contract (in Word) & attachments to City Attorney c/o
I
Project Manager
Laraine.Gittens.cr cityofsanrafael.org
7'2512019
FG
a. Review, revise and comment on draft agreement and return to Project
y
Manager
7/25/2019
LG
b. Confirm insurance requirements, create Job on PINS, send PINS
2
City Attorney
insurance notice to contractor.
712512019
LG
Approval of final agreement form to send to contractor. (Provide Dept.
lq
3
Department Director
Director Financial Srunntar), w agreement)
ILYY
Forward three (3) originals of final agreement to contractor for their
4
Project Manager
signature.
815/2019
FG
When necessary, contractor -signed agreement agendized for Council
y y
approval ...........
Cit q• Council approval required for Projesstonal Serric•es .agreements and
Purchases of goods and servicer that esc•eed S 75,000 cuid for Public Warks
5
Project Manager
Contracts that exceed 5175,000 (Enterdate of Council Xleeting)
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
Forward signed original agreement to City Attorney with printed copy of
y y
6
Project Manager
this routing form
8.15/2019
17GG
Q
ZV ,
7
City Attorney
Review and approve hard copy of signed agreement
OI 9
—
Review and approve insurance in PINS, and bonds (for public works
8
City Attorney
contracts)
o ��
City
9
NlanagerlMayor
Agreement executed by Council authorized official
10
City Clerk
Attest signatures, retains original agreement and forwards copies to project
managertc
12 Z I I
tt( I
11
Project Manager
Forward Final Copy to Contractor