Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Architectural, Engineering & Interior Design ServicesAGREEMENT FOR PROFESSIONAL SERVICES
BY AND BETWEEN
THE CITY OF SAN RAFAEL
AND
NOLL & TAM ARCHITECTS
FOR ARCHITECTURAL, ENGINEERING AND INTERIOR DESIGN SERVICES
This Agreement is made and entered into as of J an 175 2023 (the "Effective
Date"), by and between the CITY OF SAN RAFAEL, a chartered California municipal corporation
(hereinafter "CITY"), and NOLL & TAM ARCHITECTS, a California corporation (hereinafter
"CONSULTANT"). CITY and CONSULTANT may be referred to individually as a "Party" or
collectively as the "Parties" or the "Parties to this Agreement."
RFC'ITAIN
A. CITY desires to secure professional services more fully described in this
Agreement, at Exhibit A, entitled "SCOPE OF SERVICES'; and
B. CONSULTANT represents that it, and its subcontractors, if any, have the
professional qualifications, expertise, and necessary licenses and desire to provide certain goods
and/or required services of the quality and type which meet objectives and requirements of CITY;
and
C. The Parties have specified herein the terms and conditions under which such
services will be provided and paid for.
NOW, THEREFORE, the parties hereby agree as follows:
AGREEMENT
SERVICES TO BE PROVIDED.
Except as otherwise may be expressly specified in this Agreement, CONSULTANT shall
furnish all technical and professional services, including labor, material, equipment,
transportation, supervision and expertise (collectively referred to as "Services") to satisfactorily
complete the work required by CITY at its sole risk and expense. Services to be provided to CITY
are more fully described in Exhibit A entitled "SCOPE OF SERVICES," except that services for
Design, Construction Documents, Bidding, and Construction Administration Phases are not
included in the Services covered by this Agreement, but may be added by subsequent written
agreement of the parties. CONSULTANT acknowledges that the execution of this Agreement by
CITY is predicated upon representations made by CONSULTANT in that certain proposal, dated
December 21, 2022 ("Proposal") set forth in Exhibit A, which constitutes the basis for this
Agreement.
Rev. 08.22
COMPENSATION.
In consideration for CONSULTANT's complete performance of Services, CITY shall pay
CONSULTANT for all materials provided and services rendered by CONSULTANT at the unit
rates and rates per hour for labor, as set forth in Exhibit A, for a total amount not to exceed
$67,905.
CONSULTANT will bill City on a monthly basis for Services provided by
CONSULTANT during the preceding month, subject to verification by CITY. CITY will pay
CONSULTANT within thirty (30) days of City's receipt of invoice.
TERM OF AGREEMENT.
Unless otherwise set forth in this Agreement or unless this paragraph is subsequently
modified by a written amendment to this Agreement, the term of this Agreement shall begin on
the Effective Date of this Agreement and terminate one (1) year from the Effective Date.
4. PROJECT COORDINATION.
A. CITY'S Project Manager. Joanna Kwok is hereby designated the PROJECT
MANAGER for the CITY and said PROJECT MANAGER shall supervise all aspects ofthe progress
and execution of this Agreement.
B. CONSULTANT'S Project Director. CONSULTANT shall assign a single
PROJECT DIRECTOR to have overall responsibility for the progress and execution of this
Agreement for CONSULTANT. Alyson Yarus is hereby designated as the PROJECT DIRECTOR
for CONSULTANT. Should circumstances or conditions subsequent to the execution of this
Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONSULTANT shall
notify the CITY within ten (10) business days of the substitution.
TERMINATION.
A. Discretionary. Either party may terminate this Agreement without cause upon thirty
(30) days written notice mailed or personally delivered to the other party.
B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days
written notice mailed or personally delivered to the other party, and the notified party's failure to cure
or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice,
within such fifteen (15) day time period.
C. Effect of Termination. Upon receipt of notice of termination, neither party shall
incur additional obligations under any provision of this Agreement without the prior written consent
of the other.
D. Return of Documents. Upon termination, any and all CITY documents or materials
provided to CONSULTANT and any and all of CONSULTANT's documents and materials
08.22
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.
6. OWNERSHIP OF DOCUMENTS.
The written documents and materials prepared by the CONSULTANT 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.
7. INSPECTION AND AUDIT.
Upon reasonable notice, CONSULTANT shall make available to CITY, or its agent, for
inspection and audit, all documents and materials maintained by CONSULTANT in connection with
its performance of its duties under this Agreement. CONSULTANT shall fully cooperate with CITY
or its agent in any such audit or inspection.
8. 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.
9. INSURANCE REQUIREMENTS.
During the term of this Agreement, and for any time period set forth in Exhibit B,
CONSULTANT shall procure and maintain in full force and effect, at no cost to CITY insurance
policies with respect to employees and vehicles assigned to the performance of Services under this
Agreement with coverage amounts, required endorsements, certificates of insurance, and coverage
verifications as defined in Exhibit B.
10. INDEMNIFICATION.
A. Except as otherwise provided in subparagraph B of this section, CONSULTANT
shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by
CITY, and hold harmless CITY, its officers, agents, employees and volunteers (collectively, the
"City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or
expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and
fees of litigation, (collectively "CLAIMS"), arising out of CONSULTANT'S performance of its
obligations or conduct of its operations under this Agreement. The CONSULTANT's obligations
apply regardless of whether or not a liability is caused or contributed to by the active or passive
negligence of the City Indemnitees. However, to the extent that liability is caused by the active
negligence or willful misconduct of the City Indemnitees, the CONSULTANT's indemnification
obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active
negligence or willful misconduct. In addition, the acceptance or approval of the
CONSULTANT's work or work product by the CITY or any of its directors, officers or
v 08.22
employees shall not relieve or reduce the CONSULTANT's indemnification obligations. In the
event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding
arising from CONSULTANT'S performance of or operations under this Agreement,
CONSULTANT shall provide a defense to the City Indemnitees or at CITY'S option reimburse
the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in
defense of such claims.
B. Where the services to be provided by CONSULTANT under this Agreement are
design professional services to be performed by a design professional as that 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, CONSULTANT 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 CONSULTANT, 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.
11. NONDISCRIMINATION.
CONSULTANT shall not discriminate, in any way, against any person on the basis of age,
sex, race, color, religion, ancestry, national origin or disability in connection with or related to the
performance of its duties and obligations under this Agreement.
12. COMPLIANCE WITH ALL LAWS.
CONSULTANT shall observe and comply with all applicable federal, state and local laws,
ordinances, codes and regulations, in the performance of its duties and obligations under this
Agreement. CONSULTANT shall perform all services under this Agreement in accordance with
these laws, ordinances, codes and regulations. CONSULTANT shall release, defend, indemnify and
hold harmless CITY, its officers, agents and employees from any and all damages, liabilities,
penalties, fines and all other consequences from any noncompliance or violation of any laws,
ordinances, codes or regulations.
13. NO THIRD PARTY BENEFICIARIES.
CITY and CONSULTANT do not intend, by any provision of this Agreement, to create in
any third party, any benefit or right owed by one party, under the terms and conditions of this
08.22 4
Agreement, to the other party.
14. 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:
Joanna Kwok/ Senior Civil Engineer
111 Morphew Street
San Rafael, CA 94901
15. INDEPENDENT CONTRACTOR.
To CONSULTANT's Project Director:
Alyson Yarus
729 Heinz Avenue
Berkeley, CA 94710
For the purposes, and for the duration, of this Agreement, CONSULTANT, its officers,
agents and employees shall act in the capacity of an Independent Contractor, and not as employees of
the CITY. CONSULTANT and CITY expressly intend and agree that the status of
CONSULTANT, its officers, agents and employees be that of an Independent Contractor and not
that of an employee of CITY.
16. ENTIRE AGREEMENT -- AMENDMENTS.
A. The terms and conditions of this Agreement, all exhibits attached, and all documents
expressly incorporated by reference, represent the entire Agreement of the parties with respect to the
subject matter of this Agreement.
B. This written Agreement shall supersede any and all prior agreements, oral or written,
regarding the subject matter between the CONSULTANT and the CITY.
C. No other agreement, promise or statement, written or oral, relating to the subject
matter of this Agreement, shall be valid or binding, except by way of a written amendment to this
Agreement.
D. The terms and conditions of this Agreement shall not be altered or modified except
by a written amendment to this Agreement signed by the CONSULTANT and the CITY.
E. If any conflicts arise between the terms and conditions of this Agreement, and the
terms and conditions of the attached exhibits or the documents expressly incorporated by reference,
the terms and conditions of this Agreement shall control.
v 08.22
17. SET-OFF AGAINST DEBTS.
CONSULTANT agrees that CITY may deduct from any payment due to CONSULTANT
under this Agreement, any monies which CONSULTANT owes CITY under any ordinance,
agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or
other amounts.
18. 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 ofthis Agreement or any applicable law, ordinance
or regulation.
19. 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.
20. CITY BUSINESS LICENSE / OTHER TAXES.
CONSULTANT shall obtain and maintain during the duration of this Agreement, a CITY
business license as required by the San Rafael Municipal Code, and CONSULTANT shall pay any
and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for
any work performed under this Agreement, until CONSULTANT has provided CITY with a
completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and
Certification).
21. 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.
22. APPLICABLE LAW.
The laws of the State of California shall govern this Agreement.
23. COUNTERPARTS AND ELECTRONIC SIGNATURE.
This Agreement may be executed by electronic signature and in any number of counterparts,
08.22 6
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.
[Signatures are on the followingpage.]
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month
and year first above written.
CITY OF SAN RAFAEL:
JIM SCHUTZ, City Manager
APPROVED AS TO FORM:
Office of the City Attorney
By: GENEVIEVE COYLE,
Assistant City Attorney
ATTEST:
City Clerk
roma Nwwl4w
6rrnna Num (fou Ilan 17, 202S PA PSTi
LINDSAY LARA, City Clerk
08.22 8
CONSULTANT:
��ll��lG� Nall
Cho ncophol q611 im! [t, mn 1133 DST
By. Noll & Tam Architects
Name: Christopher Noll
Title: Principal
[If CONSULTANT is a corporation, add
signature of second corporate officer]
4%t�
By. Noll & Tam Architects
Name: Janet Tam
Title: Principal
EXHIBIT A
SCOPE OF SERVICES
The Services to be performed for CITY by CONSULTANT under this Agreement are more fully
described in CONSULTANT's proposal, which is attached to this Exhibit A.
Rev 08 22 A-1
December 21, 2022
Joanna Kwok
Senior Civil Engineer
Department of Public Works
City of San Rafael
Exhibit A
Re: Downtown Public Library Modernization Project
1100 E Street, San Rafael, CA 94901
Dear Joanna,
NOLL
TA M
ARCHITECTS
Noll & Tam Architects is pleased to present our proposal for architectural professional services for this project.
This proposal is based on your RFP dated 11/1/2022, and our telephone conversations and email exchanges on
12/16/2022 —12/20/2022. The San Rafael Public Library would like to provide improvements to the Downtown Main
Library.
With a budget of approx. $2.2 million dollars, the Library would like to explore preliminary options for a Scope of
Work to include a variety of improvements along with their associated rough order of magnitude (ROM) costs, in
order to determine the exact scope of work that will be developed and submitted for permit. Work requiring
building permits may include lighting, improvements to building electrical and mechanical systems, site accessibility
improvements, restroom upgrades, interior partitions, skylights, shelving replacement and more. (Work scope that
may be included, but by itself wouldn't require permitting may include painting, finishes, signage, casework, AMH
system, and furniture.) By understanding and prioritizing the architectural scope items with their associated costs,
the Library will make a final determination of a preferred scope of work and budget for further development and
submission for approvals.
Project Description:
Downtown Public Library Modernization Project
Building Size: Approx.15,000 SF
Estimated Client Construction Budget: $2.2M
Estimated Conceptual Design Schedule: January 2023 -April 2023 for the Conceptual Planning Phase
1._ Scope of Work for Conceptual Planning, Scope Definition,, and ROM Cost Estimates:
■ Team consists of Architectural and Cost Estimating consultant. (Other engineering or design consultants
can be added if needed during this phase as an additional service.)
Noll & Tam Architects I December 21, 2022 1 San Rafael Downtown Library Modernization Page 1 of 3
■ This scope includes project management and coordination throughout the Conceptual Planning phase.
■ One preliminary Site visit and onsite discussion with the library staff by the architectural team.
• Preliminary description of separate improvement projects for consideration.
• Refinement of the design and description of preferred project alternatives.
• ROM cost estimates for selected projects.
• Meetings:
• 1 kick-off meeting and 3 design progress meetings with project committee and/or library staff (zoom)
• 1 check-in meeting with City Building Official to review Code and Permit issues, (zoom)
• 1 meeting with Library Board of Trustees (zoom)
• Additional meetings, if desired, can be provided as additional services.
• Presentation materials as necessary and appropriate with floor plans, photos, elevations, and site plan, to
explain the proposed project components.
• Project schedule and updates at appropriate intervals.
Deliverables:
• Conceptual sketches and other documentation as required for ROM costing of project components.
• Conceptual cost estimate with cost breakdowns by area/work scope, in interactive "shopping list" format.
• Meeting agendas and minutes for design and coordination meetings.
2. Scope of Work for Design, Construction Documents Bidding, and Construction Administration Phases
• Following the selection of the Scope of Services prepared in the Scope Definition Phase, we will prepare a
detailed Proposal for Professional Services including Architectural Design, Engineering, and Construction
Administration to implement the selected scope. That scope still needs to be defined in detail.
• This scope includes project management and coordination throughout the project.
• For the purposes of this Proposal, we propose to provide professional services to implement a scope of
work with a budget of $2.2 Million, which may include a portion of work requiring a building permit, but
would most likely include interior finishes, furnishings, shelving replacement, casework, signage, etc.
Deliverables:
• Full construction documents for bidding and construction, bidding support, and construction
administration.
■ Graphics support for environmental compliance and permitting (if required.)
Noll & Tam Architects I December 21, 2022 1 San Rafael Downtown Library Modernization Page 2 of 3
Compensation:
We propose to perform the work described above for:
1. Scope of Work for Conceptual Planning, Scope Definition, and ROM Cost Estimates:
A Not -to -Exceed total of $67,905 is estimated for the scope detailed on the attached fee proposal. See
attached breakdown.
2. Scope of Work for Design, Construction Documents. Bidding and Construction Administration Phases
A Not -to -Exceed total of $262,000 (approx.12% of project construction budget) is estimated for scope
described above. Detailed breakdown showing phases and amounts to engineering consultants to be provided
when more precise project scope has been determined.
Thank you for selecting us for this project! We look forward to working with you.
Sincerely,
Christopher Noll
Principal
Noll & Tam Architects I December 21, 2022 1 San Rafael Downtown Library Modernization Page 3 of 3
Noll & Tam Architects
729 Heinz Avenue
Berkeley, CA 94710
Downtown Public Library Modernization Project
San Rafael, CA
December 21, 2022
Conceptual Planning, Scope Definition, and ROM Cost Estimates
TOTALS
Basic Service Consultant
Architectural Services Noll & Tam $58,000
Cost Estimating tbd consultants $9,405
Subtotal Basic Services for Preliminary Design $67,405
Reimbursable Expense Allowance $500
Total Proposed Fee for Preliminary Design $67,905
San Rafael Downtown Library: NOLL & TAM FEE BREAKDOWN
Hours/Rate
12/21/2022
Principal
PM
IA
PA
Phase/ Task
$310
$230
$230
$190
Total $
TOTAL NOLL & TAM PROFESSIONAL FEE
$58,000
1. Assemble Existing Info; create backgrounds
Review (E) documentation
2
2
2
6
$2,680
Prepare as -built base plans in Revit
0
0
0
24
$4,560
2. Building visit and on-site staff discussion
Site visit with staff
5
5
5
5
$4,800
3. Conceptual Design, Alternative and Cost
Internal concept meetings
4
4
4
4
$3,840
Preparation of 2D Plans, Narratives, Elevations as Required
0
14
4
24
$8,700
Develop Preferred Options ( Permit and Non -Permit Scope)
4
12
4
12
$7,200
Coordinate Cost Estimates of Alternatives
2
6
4
8
$4,440
Meeting Presentations - Prep and Review
4
16
4
24
$10,400
4. Meetings
Meeting 1: Kick -Off Meeting - zoom
2
2
2
0
$1,540
Meeting 2: with Project Committee - zoom
2
2
2
0
$1,540
City Building Official Check-in Mtgs - zoom
0
4
0
0
$920
Meeting 3: with Project Committee - zoom - Prioritize, Preferred
2
2
2
0
$1,540
Options and Cost
Meeting with Library Board of Trustees - zoom
2
2
0
0
$1,080
Meeting 4: with Project Committee -Zoom - Selection of
2
2
2
0
$1,540
preferred scope - Cost Updates
S. Project Management
0
14
0
0
$3,220
Subtotal
31
87
35
107
$581000
TOTAL NOLL & TAM PROFESSIONAL FEE
S54,000.
Total Hours Per Staff 31 87 35 107 M
2023 SCHEDULE OF BILLING RATES
Noll & Tam Architects
Professional Billina Rates:
Principal
$260-$310
Associate Principal
$230-$250
Project Manager / Senior Technical Architect/PM
$190-$210
Senior Technical Staff
$165-$180
Designer
$140-$160
Project Assistant
$110-$130
Reimbursable Expenses
Reproduction, travel outside the Bay Area, renderings, computer models, physical models,
postage, messengers, and other usual expenses will be billed at 1.15 times actual cost.
01122022
EXHIBIT B
INSURANCE REQUIREMENTS
During the term of this Agreement, and for any time period set forth below,
CONSULTANT shall procure and maintain in full force and effect, at no cost to CITY insurance
policies with respect to employees and vehicles assigned to the performance of Services under this
Agreement with coverage amounts, required endorsements, certificates of insurance, and coverage
verifications as defined in this Exhibit B.
A. Scope of Coverage. During the term of this Agreement, CONSULTANT shall
maintain, at no expense to CITY, the following insurance policies:
1. Commercial general liability. 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. Automobile liability. An automobile liability (owned, non -owned, and hired
vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) per
occurrence.
3. Professional liability. 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 CONSULTANT's performance of
services under this Agreement. Where CONSULTANT is a professional not required to have a
professional license, CITY reserves the right to require CONSULTANT to provide professional
liability insurance pursuant to this section.
4. Workers' compensation. If it employs any person, CONSULTANT shall
maintain workers' compensation insurance, as required by the State of California, with statutory
limits, and employer's liability insurance with limits of no less than one million dollars
($1,000,000) per accident for bodily injury or disease. CONSULTANT's workers' compensation
insurance shall be specifically endorsed to waive any right of subrogation against CITY.
B. Other Insurance Requirements. The insurance coverage required of the
CONSULTANT in subparagraph A of this section above shall also meet the following requirements:
1. Except for professional liability insurance or workers' 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 CONSULTANT'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 CONSULTANT'S policies shall be at least as broad as
Rev. 08,22 B-1
ISO form CG20 0104 13.
3. Except for professional liability insurance or workers' 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, CONSULTANT hereby grants to CITY
a waiver of any right to subrogation which any insurer of CONSULTANT may acquire against
CITY by virtue of the payment of any loss under such insurance. CONSULTANT 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. No representation is made that the minimum
insurance requirements of this Agreement are sufficient to cover the obligations of the
CONSULTANT under this Agreement.
9. CONSULTANT agrees to ensure that subcontractors, and any other party
involved with the Services, who is brought onto or involved in the performance of the Services by
CONSULTANT, provide the same minimum insurance coverage required of CONSULTANT,
except as with respect to limits. CONSULTANT agrees to monitor and review all such coverage
and assumes all responsibility for ensuring that such coverage is provided in conformity with the
requirements of this Agreement. CONSUTLANT agrees that upon request by CITY, all
agreements with, and insurance compliance documents provided by, such subcontractors and
others engaged in the performance of Services will be submitted to CITY for review.
10. CONSULTANT agrees to be responsible for ensuring that no contract used
by any party involved in any way with the Services reserves the right to charge CITY or
CONSULTANT for the cost of additional insurance coverage required by this Agreement. Any
08.22 B-2
such provisions are to be deleted with reference to CITY. It is not the intent of CITY to reimburse
any third party for the cost of complying with these requirements. There shall be no recourse
against CITY for payment of premiums or other amounts with respect thereto.
C. Deductibles and SIR'S. Any deductibles or self-insured retentions in
CONSULTANT's insurance policies must be declared to and approved by the CITY and shall not
reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall
provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY
or other additional insured party. At CITY's option, the deductibles or self-insured retentions with
respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONSULTANT shall
procure a bond guaranteeing payment of losses and related investigations, claims administration,
attorney's fees and defense expenses.
D. Proof of Insurance. CONSULTANT shall provide to the PROJECT MANAGER
all of the following: (1) Certificates of Insurance evidencing the insurance coverage required in this
Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all policy
endorsements for the commercial general liability policy, and (3) excerpts of policy language or
specific endorsements evidencing the other insurance requirements set forth in this Agreement.
CITY reserves the right to obtain a full certified copy of any insurance policy and endorsements from
CONSULTANT. Failure to exercise this right shall not constitute a waiver of the right to exercise it
later. The insurance shall be approved as to form and sufficiency by the CITY.
08.22 B-3
RAP
�7
A 2
y
H
CfPk WITH Pet,`
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: Nataly Torres (for Joanna Kwok) Extension: 3353
Contractor Name: Noll & Tam Architects
Contractor's Contact: Alyson Yarus Contact's Email: alyson.yarus@nollandtam.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
DATE
Check/Initial
1
Project Manager
a. Email PINS Introductory Notice to Contractor
Click here to
❑
enter a date.
b. Email contract (in Word) and attachments to City
1/3/2023
Attorney c/o Laraine.Gittens@cityofsanrafael.org
ENT
2
City Attorney
a. Review, revise, and comment on draft agreement
1/11/2023
and return to Project Manager
1/11/2023
❑X _GC_
b. Confirm insurance requirements, create Job on
L.
Department Director
PINS, send PINS insurance notice to contractor
® GC_
3
Approval of final agreement form to send to
1/11/2023
❑X AM
contractor
4
Project Manager
Forward three (3) originals of final agreement to
1/12/2023
contractor for their signature
5
Project Manager
When necessary, contractor -signed agreement
0 N/A
agendized for City Council approval
*City Council approval required for Professional Services
Agreements and purchases of goods and services that exceed
Or
$75,000; and for Public Works Contracts that exceed $175,000
Click here to
Date of City Council approval
enter a date.
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
6
Project Manager
Forward signed original agreements to City
Attorney with printed copy of this routing form
7
City Attorney
Review and approve hard copy of signed
agreement
Review and approve insurance in PINS, and bonds
8
City Attorney
(for Public Works Contracts)
9
City Manager/ Mayor
Agreement executed by City Council authorized
official
10
City Clerk
Attest signatures, retains original agreement and
forwards copies to Project Manager
PSA - Noll & Tam - Downtown Library
Modernization Design Services
Final Audit Report 2023-01-18
Created: 2023-01-12
By: Nataly Torres (nataly.torres@cityofsanrafael.org)
Status: Signed
Transaction ID: CBJCHBCAABAAOEbsvxUUkdudAKKjPLCchlorlyBHtxgmV
"PSA - Noll & Tam - Downtown Library Modernization Design Se
rvices" History
Document created by Nataly Torres (nataly.torres@cityofsanrafael.org)
2023-01-12 - 7:24:19 PM GMT
'. Document emailed to chris.noll@nollandtam.com for signature
2023-01-12 - 7:30:10 PM GMT
ii Email viewed by chris.noll@nollandtam.com
2023-01-12 - 7:32:14 PM GMT
do Signer chris.noll@nollandtam.com entered name at signing as Christopher Noll
2023-01-12 - 7:33:11 PM GMT
d© Document e -signed by Christopher Noll (chris.noll@nollandtam.com)
Signature Date: 2023-01-12 - 7:33:13 PM GMT - Time Source: server
y Document emailed to Janet Tam Oanet.tam@nollandtam.com) for signature
2023-01-12 - 7:33:15 PM GMT
Email viewed by Janet Tam Qanet.tam@nollandtam.com)
2023-01-12 - 9:11:08 PM GMT
d© Document e -signed by Janet Tam Qanet.tam@nollandtam.com)
Signature Date: 2023-01-13 - 1:46:52 AM GMT - Time Source: server
Ery Document emailed to Laraine Gittens (laraine.gittens@cityofsanrafael.org) for approval
2023-01-13 -1:46:53 AM GMT
Email viewed by Laraine Gittens (laraine.gittens@cityofsanrafael.org)
2023-01-17 -11:43:58 PM GMT
{ SAN RAFAEL I P --d by
Adobe
iH[.IiY tVITi�Mi55iO4 Acrobat Sign
60 Document approved by Laraine Gittens(laraine.gittens@cityofsanrafael.org)
Approval Date: 2023-01-17 -11:48:43 PM GMT -Time Source: server
�'-► Document emailed to Genevieve Coyle (genevieve.coyle@cityofsanrafael.org) for signature
2023-01-17 - 11:48:45 PM GMT
Email viewed by Genevieve Coyle (genevieve.coyle@cityofsanrafael.org)
2023-01-18 - 1:02:52 AM GMT
b© Document e -signed by Genevieve Coyle (genevieve.coyle@cityofsanrafael.org)
Signature Date: 2023-01-18 - 1:03:01 AM GMT - Time Source: server
El Document emailed to city.clerk@cityofsanrafael.org for approval
2023-01-18 - 1:03:03 AM GMT
Email viewed by city.clerk@cityofsanrafael.org
2023-01-18 - 1:08:42 AM GMT
60 Signer city.clerk@cityofsanrafael.org entered name at signing as Brenna Nurmi
2023-01-18 - 1:08:58 AM GMT
&0 Document approved by Brenna Nurmi (city.clerk@cityofsanrafael.org)
Approval Date: 2023-01-18 -1:09:00 AM GMT - Time Source: server
E-► Document emailed to jim.schutz@cityofsanrafael.org for signature
2023-01-18 - 1:09:02 AM GMT
,t Email viewed by jim.schutz@cityofsanrafael.org
2023-01-18 - 1:29:21 AM GMT
60 Signer jim.schutz@cityofsanrafael.org entered name at signing as Jim Schutz
2023-01-18 - 1:30:07 AM GMT
&G Document e -signed by Jim Schutz(jim.schutz@cityofsanrafael.org)
Signature Date: 2023-01-18 - 1:30:09 AM GMT - Time Source: server
E'4 Document emailed to city.clerk@cityofsanrafael.org for signature
2023-01-18 - 1:30:10 AM GMT
Email viewed by city.clerk@cityofsanrafael.org
2023-01-18 - 1:46:40 AM GMT
60 Signer city.clerk@cityofsanrafael.org entered name at signing as Brenna Nurmi (for)
2023-01-18 - 1:47:13 AM GMT
60 Document e -signed by Brenna Nurmi (for) (city.clerk@cityofsanrafael.org)
Signature Date: 2023-01-18 - 1:47:15 AM GMT - Time Source: server
SAN RAFAEL'—"Y
17- I Adobe
Acrobat Sign
4J° Agreement completed.
2023-01-18 - 1:47:15 AM GMT
by
SAN RAFAEL I Adobe
THE CITY WITH A MISSION Acrobat Sign