HomeMy WebLinkAboutPW Architectural, Engineering and Interior Design Services; L8.0005.A2
v. Feb 2025 Page 1
AMENDMENT TO CONTRACT
BY AND BETWEEN
THE CITY OF SAN RAFAEL AND ________________________________
FOR ________________________________________________________
Original Contract Execution Date: ________________,
Contract No._______________________
Amendment No. ___
THE ABOVE-NAMED CONTRACT is hereby amended by the parties as set
forth herein by the checked boxes below and is effective on _____________________.
☐ SCOPE OF WORK: The Scope of Work is hereby amended in Exhibit A-__,
attached hereto and incorporated by reference.
☐ COMPENSATION: The parties agree to increase the not-to-exceed amount by
$____________, and to increase the total not-to-exceed amount under the Contract to
$_________________.
☐ TERM OF CONTRACT: For Contractor to perform the additional or amended
work described herein, the term of this Contract shall be extended to
______________________.
Except as specifically amended herein, all other provisions, terms and obligations
of the Contract between the parties shall remain valid and shall be in full force.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
2
439,371
ARCHITECTURAL, ENGINEERING, AND INTERIOR DESIGN SERVICES
2
January 17, 2023
X
March 1, 2026
NOLL & TAM ARCHITECTS
47,640
X
N/A
X
May 7, 2025
L8.0005.A2
v. Feb 2025 Page 2
IN WITNESS WHEREOF, the parties have executed this Amendment on the day,
month, and year first specified below.
CITY OF SAN RAFAEL:
_________________________________
________________________________,
_________________________________
Executed on:_______________________
APPROVED AS TO FORM:
Office of the City Attorney
_________________________________
________________________________,
_________________________________
ATTEST:
City Clerk
_________________________________
________________________________,
_________________________________
CONTRACTOR:
__________________________________
By: ____________________________
Name: ____________________________
Title: ____________________________
[If Contractor is a corporation, second
corporate officer signature required]
__________________________________
By: ____________________________
Name: ____________________________
Title: _____________________________
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Noll & Tam Architects
Christopher Noll
Principal
Janet Tam
Noll & Tam Architects
CEO, principalChief Assistant City Attorney
Andrea Visveshwara
City Manager
Cristine Alilovich
May 7, 2025
City Clerk
Lindsay Lara
EXHIBIT A - 2
SCOPE OF WORK AMENDED
The Parties hereby agree to amend the Scope of Work to add the following work:
1. Additional or Amended Services:
Based on the Contractor’s proposals submitted on March 14, 2023 and February
25, 2025, Contractor shall perform the following:
1.1 Task 1 – Noll & Tam will engage Capital Engineers to perform site
investigation and review existing HVAC systems in order to provide existing
conditions memorandum, final conditions memorandum, and provide a list of
required improvements for the buildings including anticipated timeline required to
make improvements. Capital Engineers to provide associated cost estimates to
complete proposed improvements and prepare Final Facility Evaluation Report for
the City
1.2 Task 2 – Noll & Tam Architects to provide additional construction
administration services including: One Noll & Tam representative to attend each
weekly OAC meetings for a total of 20 additional meetings. Three (3) months of
construction administration at 12 hours/month for project manager and 48
hours/month for designer.
DELIVERABLES
The Scope of Work is amended to add the following:
2. Project Deliverables:
2.1 Existing mechanical conditions assessment.
2.2 Mechanical systems improvements cost estimate.
2.3 Final Facility Evaluation Report.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown
below.
All following documents are attached as reference material.
RESPONSIBLE PARTY DESCRIPTION COMPLETED
City Attorney’s Office Review, revise as needed, and approve agreement as to
form
Department Director Review and approve agreement
Risk Management
Email PINS insurance request to Contractor
Confirm insurance documentation is complete
Finance Review and sign off on funding availability
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department:
Project Manager:
Contractor Name:
Contractor’s Contact: Contact’s Email:
Noll & Tam
Shannon Mackle
Public Works
alyson.yarus@nollandtam.comAlyson Yarus
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Public Works
Alyson Yarus alyson.yarus@nollandtam.com
Shannon Mackle (for Andrew Powell)
Noll & Tam Architects
729 Heinz Avenue #7 | Berkeley CA 94710 | 510 -542 -2200 | www.nollandtam.com Page 1 of 2
San Rafael Downtown Library Revitalization
ADDITIONAL SERVICE REQUEST NO. 1
March 14, 2023
Attn: Fabiola Guillen
Fabiola Guillen
Project Manager
Department of Public Works
City of San Rafael
Re: Downtown Public Library Modernization Project
1100 E Street, San Rafael, CA 94901
Dear Ms. Guillen,
Noll & Tam Architects has amended our proposal for architectural consulting services, dated January 17, 2023,
to include a scope of work have Capital Engineers review existing mechanical systems and make recommendations
in line with project goals and budget. The proposal is based upon our call dated 3/9/23. Our understanding of the
scope of work and proposed fees is summarized below.
Scope of Work:
• One site investigation visit
• Mechanical Narrative and ROM cost estimate (See attached mechanical scope document)
• Coordination with consultant team
Exclusions:
Services or work products not noted above can be provided upon request as an additional service.
Fees:
Noll & Tam Architects $1,540
Capital Engineering $5,280
Total $6,820
Our basic fee for this scope shall be lump sum fixed fee as listed above, billed monthly on a percent
complete basis. Services rendered beyond the agreed scope of work will be billed at our hourly rates.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Noll & Tam Architects | March 14, 2023 | San Rafael Downtown Library Revitalization | SA No. 1 Page 2 of 2
Sincerely, Approved:
Chris Noll Fabiola Guillen date
Principal Project Manager, Public Works
Faby
Guillen
Digitally signed by Faby Guillen
DN: cn=Faby Guillen, o=COSR,
ou=DPW,
email=fabiolag@cityofsanrafael.or
g, c=US
Date: 2023.03.16 08:13:44 -07'00'
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
3.7.2023
Page 1 of 5
11020 Sun Center Drive, Suite 100 | Rancho Cordova, CA 95670
Office: 916.851.3500 | office@capital-engineering.com | www.capital-engineering.com
March 13, 2023
Ms. Amy B. Watson, AIA
Senior Associate
Noll & Tam Architects
729 Heinz Ave. Suite #7
Berkeley, CA 94710
PROJECT: SAN RAFAEL MAIN LIBRARY FACILITIY – HVAC ASSESSMENT
SUBJECT: PROPOSAL FOR MECHANICAL ASSESSMENT SERVICES
Dear Amy,
We are pleased to offer this fee proposal for mechanical engineering assessment
services for the subject project.
Project Description: The project is located at 1100 E Street, San Rafael, CA. As we
understand the San Rafael Public Library was originally constructed in 1909. The
library has undergone two expansions since this time, in the 1960’s when an addition
was added and the most recent in 2008 with a major HVAC system renovation
project. The intent of this study is to determine what improvements are necessary to
sustain the facility in its present operating routine.
A. Scope of Basic Services:
Review of the various systems and elements within the library and determine
“life expectancy” of each system.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
3.7.2023
Page 2 of 5
11020 Sun Center Drive, Suite 100 | Rancho Cordova, CA 95670
Office: 916.851.3500 | office@capital-engineering.com | www.capital-engineering.com
1. Perform site investigation; Review existing mechanical HVAC systems.
2. Review existing mechanical drawings including original plans and
applicable remodels and other recent space improvement projects.
3. Interview maintenance personnel, if available, during the site visit
regarding mechanical systems condition and system types and
preferences, review past studies and building maintenance reports if
available.
4. Review 2008 HVAC improvements plans to the original mechanical
systems to meet heating and cooling loads, and to improve mechanical
systems performance and occupant comfort. Review and gather
information on the noted “erratic HVAC conditions”. Review any
HVAC/Controls commissioning reports.
5. Draft existing conditions memorandum with description of major
mechanical and plumbing elements and their expected life.
6. Draft Final Conditions Memorandum addressing any City concerns
present as part of the review of the draft memorandum.
7. Based up on the field assessments, provide a list of require
improvements for the buildings including an anticipated timeline
required to make these improvements. List of improvements shall be
prioritized in a table format.
8. Provide associated cost estimates to complete the proposed
improvements.
9. Consider planned Future Building expansion and other projects based
on the City’s input for additions and renovations, in the final
recommendations.
10. Prepare Draft Facility Evaluation Report to the City.
11. Prepare Final Facility Evaluation Report incorporating all comments
from previous City reviews.
B. Proposed Engineering Teams:
1. Michael Minge, Principal + Joel Valencia PE, Plumbing Engineer.
C. Materials and Services Furnished by Architect or City of San Rafael:
1. Record Drawings of existing plans including work of all trades.
2. Reproduction and distribution of report documents.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
3.7.2023
Page 4 of 5
11020 Sun Center Drive, Suite 100 | Rancho Cordova, CA 95670
Office: 916.851.3500 | office@capital-engineering.com | www.capital-engineering.com
Capital Engineering Consultants, Inc.
2023 Billing Rates
Sr. Principal $240.00 / hour
Principal $220.00 / hour
Director $210.00 / hour
Sr. Project Manager $203.00 / hour
Project Manager $195.00 / hour
Field Services $190.00 / hour
Senior Engineer $172.00 / hour
Engineer $158.00 / hour
Senior Designer $148.00 / hour
Designer $135.00 / hour
Technician / CADD $125.00 / hour
Intern $117.00 / hour
Project Administrator $105.00 / hour
Capital Engineering Consultants, Inc.
• Tax ID No. 94-1492674
• CA Business License # C0398323
• DIR # 100020121
• Small Business Certification ID 35757
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
729 Heinz Avenue #7 | Berkeley CA 94710 | 510 -542 -2200 | www.nollandtam.com Page 1 of 2
San Rafael Downtown Library Revitalization
ADDITIONAL SERVICE REQUEST NO. 3
February 25, 2025
Attn: Andrew Powell, EIT
Andrew Powell, EIT
Junior Engineer
Department of Public Works
City of San Rafael
Re: Downtown Public Library Modernization Project, ASR 03 Revision 2 (R2)
1100 E Street, San Rafael, CA 94901
Dear Mr. Powell,
Noll & Tam Architects has amended our first amendment for architectural consulting services, signed November
1, 2023, to include additional meetings and schedule extension over those specified. Our understanding of the
scope of work and proposed fees is summarized below and based on the construction schedule provided by Unger
Construction entitled 2024.10.18 BASELINE 24.0015 San Rafael Library Schedule. R1 and R2 based on conversations
with Andrew in consideration for slow down of RFIs and nearing completion of submittals along with having Ella as
solo NT representative at weekly OACs as of March 11, 2025.
Ref: First Amendment to the Contract, III Construction Administration, Item C Other Meetings
• Included bi-weekly meetings (18). As of 1/14/25 we have used 16 of 18 included.
• Accounted for 6 months of construction. Actual Schedule: 9/24/24 - 6/20/25, 9 months
• If the construction schedule extends beyond this time frame, and additional construction progress
meetings are needed, or if additional meetings are required within the estimated time frame, they will be
provided as an additional service.
Scope of Work:
• 20 Additional OAC Meetings: February 4th – June 24th, 2025
(6 hours PM x $230 + 20 hours x $190 = $5,180)
• 3 months of Construction at 12 hours/month for PM (36 hours x $230/hour = $8,280), 48 hours/month for
designer (144 hours x $190/hour = $27,360)
Exclusions:
Services or work products not noted above can be provided upon request as an additional service.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Noll & Tam Architects | February 25, 2025 | San Rafael Downtown Library Revitalization | SA No. 3 Page 2 of 2
Fees:
Noll & Tam – OAC Meetings $5,180
Noll & Tam – Schedule Extension (3 months) $35,640
Total $40,820
Our basic fee for this scope shall be lump sum fixed fee of $40,820, Forty Thousand Eight Hundred
Twenty dollars, billed monthly on a percent complete basis. Services rendered beyond the agreed scope of
work will be billed at our hourly rates.
Sincerely, Approved:
Chris Noll Andrew Powell, EIT date
Principal Junior Engineer, Public Works
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
1
FIRST AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT WITH
NOLL & TAM ARCHITECTS FOR ARCHITECTURAL, ENGINEERING AND
INTERIOR DESIGN SERVICES
THIS FIRST AMENDMENT to the Professional Services Agreement by and between
the CITY OF SAN RAFAEL (hereinafter “CITY”), and NOLL & TAM ARCHITECTS,
(hereinafter “CONSULTANT”), is made and entered into as of the ______ day of
________________, 2023.
RECITALS
WHEREAS, the CITY and CONSULTANT entered into a Professional Services
Agreement dated January 17, 2023 to perform professional services in connection with CITY’S
Downtown Library Improvement Project, City Project No. 11413-01, for an amount not to
exceed $67,905 (the “Agreement”); and
WHEREAS, CITY requires additional professional services from the CONSULTANT,
and the CONSULTANT is willing to provide such services.
AMENDMENT TO AGREEMENT
NOW, THEREFORE, the parties hereby agree to amend the Agreement as follows:
1. Article I of the Agreement, entitled “SERVICES TO BE PROVIDED” is hereby
amended to include the additional services set forth in CONSULTANT’s
proposal dated August 30, 2023, attached to this First Amendment as Exhibit A
and incorporated herein by reference.
2. Article II of the Agreement, entitled “COMPENSATION” is hereby amended to
include additional compensation payable to CONSULTANT for the services
described in Exhibit A to this First Amendment, on a fixed fee basis in
accordance with the Exhibit A, in a not-to-exceed amount of $323,826, and to
change the total not-to-exceed amount under the Agreement to $391,731.
3. Article III of the Agreement, entitled “TERM OF AGREEMENT” is hereby
amended to extend the Agreement term by 12 months through January 17, 2025.
3. Except as specifically amended herein, all of the other provisions, terms and
obligations of the Agreement between the parties shall remain valid and shall be
in full force.
Nov 1, 2023
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
2
IN WITNESS WHEREOF, the parties have executed this First Amendment on the day,
month, and year first above written.
CITY OF SAN RAFAEL CONSULTANT
______________________________ By:______________________________
CRISTINE ALILOVICH, City Manager
Name:____________________________
Title:_____________________________
ATTEST:
[If Contractor is a corporation, add signature
of second corporate officer]
______________________________
LINDSAY LARA, City Clerk
By:_____________________________
APPROVED AS TO FORM: Name:____________________________
Title:_____________________________
______________________________
ROBERT F. EPSTEIN, City Attorney
Christopher Noll (Oct 26, 2023 19:08 PDT)
Christopher Noll
Christopher Noll
Principal
anet Ta(
Principal, CO
Cristine lilo1ich (No1 1, 2023 21:фц PDT)
CristiQe 'liloYiFh
renna N0r(i (!or) (No1 2, 2023 0ц:ф3 PDT)
(reQQD NXrPi Ior
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
729 Heinz Avenue #7 | Berkeley CA 94710 | 510 -542 -2200 | www.nollandtam.com Page 1 of 3
San Rafael Downtown Library Modernization
ADDITIONAL SERVICE REQUEST NO. 2
August 30, 2023
Attn: Fabiola Guillen
Fabiola Guillen
Project Manager
Department of Public Works
City of San Rafael
Re: Downtown Public Library Modernization Project
1100 E Street, San Rafael, CA 94901
Dear Ms. Guillen,
Noll & Tam Architects has amended our proposal for architectural consulting services, dated March 14, 2023, to
include conclusion of the concept phase of work as well as Construction Documents and Construction
Administration and Close-out Services as outlined in the attached Exhibit A and consultant proposals.
Project Description:
Downtown Public Library Modernization Project
Building Size: Approx. 15,000 SF
Client Construction Budget: $2.2M
Design Schedule: Construction Documents (Sept 2023 – Dec 2023), Permit (Jan – March 2024), Bidding/Negotiation
(March – April 2024), Construction Administration (May – October 2024)
NOLL
&TAM
ARCHITECTS
Exhibit A
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Noll & Tam Architects | August 30, 2023 | San Rafael Downtown Library Modernization | SA No. 2 Page 2 of 3
Our basic fee for this scope shall be lump sum fixed fee as listed above of Three Hundred Twenty-three
Thousand Eight Hundred Twenty-six dollars $323,826, billed monthly on a percent complete basis.
Services rendered beyond the agreed scope of work will be billed at our hourly rates.
!
" #$ %$%#
!&
'
!
(
&
&
!
'
)
*(
(
+
,
)
+
&
(
(
&
!&
'
!
(
&
(
(
(
&
,
&
-
)
!
!
&
)
.
&
'
& /
)
&
* 0 !
! "## $ " $ "# # " " %#
&' ( ) ) * " " "+ %$ " "%
( ! ) , "% %$ " " " "% %$
( -, -. ) ) * "% $ # " % "$ " " +
* 0 123$ 3$# 14 5%# 156 437 1$ 1%24 47#
88 0 !
/ 0 !! ) * " #% " " " " #%
1 - 22 ( ! " " "$ " "
* ' 3 (4 !" " " "%+ "%+
) ) 5 " "## " # " " %
88 0 139 29# 12% 99$ 12$ 79$ 1#5 $$$ 12$3 39#
* 88 0 1249 995 1%2 27# 14$ 967 1#5 $$$ 1#%# #%5
" " " " "#
8 : 1#%# 4%5
);8
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Noll & Tam Architects | August 30, 2023 | San Rafael Downtown Library Modernization | SA No. 2 Page 3 of 3
Sincerely, Approved:
Chris Noll Fabiola Guillen date
Principal Project Manager, Public Works
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Noll & Tam Architects | August 17, 2023 | San Rafael Downtown Library Modernization Page 1 of 7
EXHIBIT A
SCOPE OF WORK
For A/E Services for the
SAN RAFAEL DOWNTOWN LIBRARY MODERNIZATION
VERSION: August 17, 2023
I. CONCEPT PHASE EXTENSION
This scope includes the additional time spent aligning the concept scope and the project budget from
May – July 2023 as well as the following:
• Electrical Site Visit – 7/18/2023
II. CONSTRUCTION DOCUMENT PHASE
1. Architectural
a. Site Plan showing location of building and proposed changes to streets, curb, gutters, sidewalks,
and the location of exterior utilities and service lines
b. Floor Plans / Roof Plans / Reflected Ceiling Plans
c. Selected Interior Elevations
d. Technical Specifications documenting all building systems and materials required for the
construction of the project. Consultant shall review and provide comments regarding City front
end documents (Division 00 and 01) including, but not necessarily limited to: Invitation to Bid,
Instructions to Bidders, Proposal Format, Contract Agreement, General Conditions, and
Construction Administration Procedures. Consultant is responsible to incorporate City front end
documents with the Consultant's Project Manual that includes the Contract Specifications as part
of the Bid Set.
2. Mechanical / Plumbing
a. See attached Capital Engineering Proposal
3. Electrical/Telecommunications / Data / Security / AV / Paging / Acoustics
a. See attached Capital Engineering Proposal
4. Interior Design and Finishes
a. Consultant shall refine and develop all design items and finalize the selection of colors, materials,
fabrics, and furniture. Consultant shall refine, develop, and detail any custom millwork and update
the interiors’ budget and schedule. Consultant shall prepare presentation boards showing final
furniture and fabric selections/designs for City written approval.
b. Consultant shall prepare the following deliverables: plans of standard furniture items and office
systems furniture reflecting the concept plan scope, working drawings and specifications for any
other special millwork items, written technical specifications for standard furniture items and
NOLL
&TAM
ARCHITECTS
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Noll & Tam Architects | August 17, 2023 | San Ra f ael Downtown L ibrar y Modernization Page 2 of 7
office system furniture, duplicate record binders of fabrics, furniture cuts and finishes. The
furniture selected by this contract is for furniture only and does not include procurement of
computers, copiers or other technology equipment. Nor do the services include the selection of
incidental items such as trash cans, pencil sharpeners, etc. The professional services for the office
furniture include assistance with the selection of a furniture manufacture’s system, finishes,
electrical needs and space plan. They do not include a parts and pieces order which will be
provided by the vendor, as is standard in the industry.
c. Furniture shall be specified from negotiated contracts to preclude a bidding process. Furniture
bidding services can be provided as an additional service.
5. Signage
a. See attached Matthew Williams proposal.
6. Retro Commissioning
a. See attached Capital Engineering Proposal
7. Cost Estimate
a. Cost Estimate of 65% Construction Documents
b. Consultant shall meet with City as necessary to reconcile any cost differences between the project
budget and the statement of probable construction cost. Based on the final review comments by
City and its other consultants, the Consultant shall provide a Final Statement of Probable
construction cost prior to the start of the Bidding Phase of the 95% Construction Documents Set.
8. Client Direction:
a. Consultant shall review and provide a written response to all comments generated by City, which
are generated from the review of the deliverables provided by the Consultant at 65% and 95%
Construction Documents. City shall prepare and present all comments for this phase to the
Consultant in a single response within the designated time period defined by the Project Schedule.
b. Consultant’s response to out-of-sequence City comments shall be compensated as an additional
service.
9. Constructability Review:
a. When the 95% Construction Documents are complete, City shall have the option to engage a third
party to perform a constructability review and provide their comments to City for the Consultant's
review. The third party review shall be completed within 14 calendar days and would include a
written report to City. The Consultant shall meet with City and the third party to review the
comments and the Consultant shall provide a response prior to the start of the Bidding Phase to
all comments indicating what action, if any, was taken by the Consultant. Any review by City or a
third party does not relieve the Consultant of its design responsibility and the design is and
remains the sole responsibility of the Consultant.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Noll & Tam Architects | August 17, 2023 | San Ra f ael Downtown L ibrar y Modernization Page 3 of 7
10. Meetings:
Consultant shall prepare and attend the following meetings at locations specified by City:
a. “Client Staff” 3
b. "Public Presentations" 1
Additional meetings, if required, will be considered Additional Services
11. Plan Check Process and Permitting: [Authority Having Jurisdiction]
a. Consultant shall coordinate with Authorities as required to develop documents meeting
regulatory requirements for the State / County and City. The Consultant shall submit the
construction documents to the Building Department for a Building Permit and shall make revisions
to the plans as necessary in order for the Authority to issue required building permits.
b. Consultant shall provide number of sets of the Construction Documents required by the AHJ for
Building Department Plan Check. Following Building Department Back Check, Consultant shall
provide four (4) sets of the Bid Set of the Construction Documents to City and an additional set to
an outside printing agency for distribution by City as needed for Permitting.
12. Deferred Design Build Portions of the Work
Portions of the Work will be described as design build, or deferred approval elements, of the design,
including, but not limited to, the following:
a. Fire Alarm
II. BIDDING / NEGOTIATION PHASE
A. Assistance with Bidding:
Consultant shall assist City in identifying and evaluating potential bidders, including rendering
interpretations and clarifications of the Drawings and Specifications in appropriate written form.
B. Addenda:
Prepare any required Addenda to the Bid Package.
C. Pre-Bid Conference:
The Consultant and its key sub-consultants shall attend the Pre-bid Conference and provide a technical
overview of the design intent and answer questions from prospective bidders. The Pre-bid Conference will
be held at the project site. Consultant shall attend up to two (2) additional meetings as necessary during
this phase.
D. Respond to Bidder Questions:
Prepare written answers to questions, addenda, interpretations and clarifications in a timely manner; and
obtain written approval from City
E. Deliverables: Consultant shall provide digital pdfs of Conformed Construction Documents containing any
and all changes issued by addenda during the bidding period. These documents shall be prepared and
delivered two weeks after the bid date.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Noll & Tam Architects | August 17, 2023 | San Ra f ael Downtown L ibrar y Modernization Page 4 of 7
III. CONSTRUCTION ADMINISTRATION PHASE
A. CONSTRUCTION ADMINISTRATION PHASE
The scope of services provided by the Consultant in this phase shall be coordinated with such construction
management services as City may elect to obtain, and the scope of Consultant's services for this phase
shall be separately negotiated, including compensation.
B. Observation:
Consultant shall visit the site at intervals appropriate to the stage of construction to become generally
familiar with the progress and quality of the Work and to determine and to advise City in general if the
Work is proceeding in accordance with the Contract Documents. This includes special site visits by
Consultant on a timely basis appropriate for approvals required of Consultant as specified in the
Construction Documents. However, Consultant shall not be required to make exhaustive or continuous on-
site inspections to check the quality or quantity of the work.
C. Other Meetings:
The Consultant shall attend bi-weekly virtual job construction progress meetings during the course of
construction with minimum monthly in-person site visits, additional on an as-needed basis. The
Consultant's structural, mechanical and electrical sub-consultants shall visit the site as appropriate when
work related to their engineering discipline is in progress. The estimated length of the construction phase
is 6 months, and this proposal includes 18 construction progress meetings noted above. If the construction
schedule extends beyond this time frame, and additional construction progress meetings are needed, or if
additional meetings are required within the estimated time frame, they will be provided as an additional
service.
D. Construction Responsibility:
Consultant shall not be responsible for construction means, methods, techniques, sequences or
procedures, or for safety precautions and programs in connection with the Project, and shall not be
responsible for the Contractor's failure to carry out work in accordance with the Contract Documents.
Consultant shall be available on site to the Contractor as reasonably required to provide timely
interpretations of the Drawings and Specifications to avoid critical project delay.
E. Requests for Information:
The Consultant shall be required to respond to Contractor generated RFI’s in a timely manner to avoid
critical project delay.
F. Access:
Consultant shall at all times have access to the work wherever it is in preparation or progress.
G. Extent of Assistance by Consultant:
Consultant shall assist City in ascertaining that, to the best of their knowledge, information and belief, the
quality of the work is in accordance with the Contract Documents (subject to an evaluation of the work) for
conformance with the Contract Documents upon substantial completion, to the results of any subsequent
tests required by or performed under the Contract Documents, to minor deviations from the Contract
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Noll & Tam Architects | August 17, 2023 | San Ra f ael Downtown L ibrar y Modernization Page 5 of 7
Documents correctable prior to completion; and that the Contractor is entitled to payment in the amount
certified upon delivery of the appropriate lien waivers.
H. Rejection of Work:
Consultant may recommend that City reject work of the Contractor, which does not conform to the
Contract Documents. Whenever, in Consultant's reasonable opinion, it is necessary or advisable for the
implementation of the intent of the Contract Documents, Consultant may recommend special inspection or
testing of the work in accordance with the provisions of the Contract Documents, whether or not such
work is then fabricated, installed or completed.
I. Inspection and Tests:
The Consultant shall review special inspection and test reports and make written recommendations to the
City.
J. Submittals and Shop Drawings:
Consultant shall receive submittals, including shop drawings, product data and samples from the
Contractor and shall review and a take appropriate action, but only for conformance with the design
concept of the Project and with the provisions and intent of the Contract Documents. Consultant's review
and approval shall not relieve the Contractor of its obligation to comply with the Contract Documents.
Consultant shall be entitled to additional services for the third and subsequent reviews of any submittal
(typically back-charged to Contractor, at client’s option).
K. Substitutions:
Consultant shall review substitution requests as an additional service (typically back-charged to
Contractor, at client’s option).
L. Change Order Entitlement and Cost Estimate Review:
The Consultant shall review entitlement and the scope of work included in Contractor-generated Request
for Changes and provide written recommendations to City. City shall be responsible for preparing the cost
estimate and negotiating the change with the Contractor. Extensive review and negotiation over specific
change requests will be considered an additional service.
M. Certificates of Payment
The Consultant shall review and approve Certificates of Payment submitted by the Contractor for payment
by City.
N. Interior Contract Administration/Installation:
Consultant shall provide the following services: review delivery/installation schedules, answer dealer’s
questions, review dealer’s submittals, and prepare a final punch list on furniture items. Consultant shall also
be available to solve problems that might arise during the installation period and assist City with close out
of all vendors and work performed by contractors. Evaluating substitutions can be provided as an
additional service.
O. Project Close-Out
When the Contractor indicates in writing that work or a portion thereof, has reached Substantial
Completion, the Consultant shall visit the site and review and edit the punch list prepared by the
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Noll & Tam Architects | August 17, 2023 | San Ra f ael Downtown L ibrar y Modernization Page 6 of 7
Contractor. Once the Contractor indicates all items on the punch list have been completed, the Consultant
shall return to the site as needed to review and confirm the work has been completed to the Consultant's
satisfaction. Additional site visits to review incomplete work shall be an extra service (typically back-
charged to Contractor, at client’s option).
P. Final Completion:
After instruction from City, Consultant shall visit the Site to determine the Dates of Substantial Completion
and Final Completion and shall issue appropriate certificates as set forth in the General Conditions.
Q. Warranties and Manuals:
Consultant shall review the operation and maintenance manual on all systems to be provided by the
Contractor for completeness.
R. Record Drawings:
The Contractor shall maintain an up-to-date set of drawings reflecting construction conditions of the work
by the Contractor and the subcontractors, including all changes to the documents. Consultant's review of
the as-built drawings and annotated specifications shall be based upon Consultant's observations at the
site and its knowledge of the contract documents. Upon completion of the work, the Contractor shall
forward the as-built drawings and annotated specifications to Consultant with its certificate as to their
accuracy. Consultant shall receive and review for accuracy and completeness the Contractor's submission
of as-built drawings, and annotated specifications and operation and maintenance manuals. The
Consultant will then update the electronic documents accordingly and provide CAD as-built drawings and
specifications, which will serve as the “Record Documents” for the project.
S. Fundamental Commissioning:
Consultant shall provide the following basic commissioning, see attached engineering proposals.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Noll & Tam Architects | August 17, 2023 | San Ra f ael Downtown L ibrar y Modernization Page 7 of 7
IV. EXCLUSIONS
The following items are excluded from the current Scope of Work:
2. Architectural:
a. Preparation of any Environmental or CEQA Reports
b. Value Engineering Services may be provided as an additional service
c. Life cycle cost analysis
3. Civil Design
4. Structural Design
5. Electrical:
a. Emergency generator
b. Photovoltaic system design
6. Fire Protection
a. Design of Fire Sprinkler System
7. Elevators:
a. Modification of existing elevators
8. LEED Certification
9. Acoustic:
a. Environmental noise survey may be provided as an additional service
10. Telecommunications:
a. Relocation of IDF/MDF
11. Interior Design:
a. Move coordination services
b. Owner Purchasing Department to manage bid process and bid packages for furniture if
negotiated contracts not selected or otherwise required.
c. Selection and specification of library automation systems (we will provide infrastructure and
design to accommodate what the Library selects)
12. Public Art:
a. Public Art/Artist selection and coordination with artists and artwork in the building may be
provided as an additional service
13. Fundraising and Donor Recognition:
a. Assistance with fundraising or grant applications, and the preparation of any donor recognition
materials may be provided as an additional service.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
7.19.2023
Page 2 of 5
11020 Sun Center Drive, Suite 100 | Rancho Cordova, CA 95670
Office: 916.851.3500 | Fax: 916.631.4424 | office@capital-engineering.com | www.capital-engineering.com
A. Project Description:
1. The project is located at 1100 E Street, San Rafael Ca. 94901.
2. The project was originally constructed in 1906 (5,000sf) and a subsequent
addition was built in 1959 (11,000sf). The building was remodeled 1995.
3. The existing building has no fire sprinklers, and we believe the current CBC will
not require them. The City of San Rafael may require at their discretion, that
Fire Sprinklers may be desired. Generally for Design-Assist Projects we see a FP
Contractor coming on board during the design process. To that end our
proposal excludes any Fire Sprinkler Design Services.
B. Scope of Services:
1. The scope of basic services shall include heating, ventilating and air
conditioning design services, and plumbing design.
2. Construction Documents Phase: Prepare construction drawings and technical
specifications for tenant plumbing systems and components as outlined
under Design Development Phase above.
3. Bidding/Contract Award Phase: Prepare plumbing addenda and clarification
documents, interpret plumbing drawings and specifications where required to
clarify the intent of construction documents
4. Construction Phase: Review shop drawings and submittal data for general
compliance with mechanical contract documents, respond to RFI’s, prepare
change order documents where required to meet existing job conditions, and
provide 3 periodic site visits during the course of construction.
5. Seismic Anchorage and Restraint Systems: Pre-approved restraint systems are
assumed as the predominance of the piping and ductwork supp ort systems.
Any deviations from the pre-approved systems or specialty restraints and
anchors for equipment or piping will require structural calculations and
associated documentation. CECI will not assume the responsibility for the
calculations but will provide the drawing documentation based on mark-ups
provided by the Structural Engineer of record.
C. Extra Services: The following services are not included in the basic proposal. The
Engineer shall be additionally compensated for work hereunder when the Architect
requests such services in writing.
1. Design services to provide alternate bid items, and descriptions of phased
construction except as identified in Paragraphs A and B above.
2. Employment of special sub consultants at the request of the Architect.
3. Preparation of owning or operating cost studies.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
7.19.2023
Page 3 of 5
11020 Sun Center Drive, Suite 100 | Rancho Cordova, CA 95670
Office: 916.851.3500 | Fax: 916.631.4424 | office@capital-engineering.com | www.capital-engineering.com
4. Life cycle cost analyses, energy effectiveness studies and preparation of
maintenance or operating manuals, except as listed otherwise in this proposal.
5. Design services related to landscape sprinklers, site drainage, site sewer, or
special piping systems.
6. Work outside the five feet line of the building.
7. Detailed itemized cost estimates.
8. Fire Sprinkler Design Services.
D. Materials and Services Furnished by the Architect:
1. Base sheets of architectural floor plans and site plan with drawing files in
AutoCAD or compatible format, along with full-size PDF files of the working
drawings. Half-size prints of all of the construction drawings shall be provided
at time of first DSA submission and at time of release of bid documents to the
Bidders.
2. All reproduction, including drawings, specifications and reports.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
SAN RAFAEL MAIN LIBRARY
OP#: 23-0240 04/20/2023
Commissioning Page 2 of 10
11020 Sun Center Drive, Suite 100 | Rancho Cordova, CA 95670
Office: 916.851.3500 | Fax: 916.631.4424 | office@capital-engineering.com | www.capital-engineering.com
A. Project Description: The project is located at 1100 E Street, San Rafael, CA. As we
understand the San Rafael Public Library was originally constructed in 1909. The
Library has undergone two expansions since this time, in the 1960’s when an addition
was added and the most recent in 2008 with a major HVAC system renovation
project. The intent of this proposed Retro-Cx effort is to functionally test the HVAC
and related controls and recommend corrections, and enhancements to retune the
performance of the system as close as possible to its original design intent.
B. Assumptions:
1. General:
a. The scope of work will be documented in no more than one phase of
construction.
b. The project delivery method is xxx.
C. Scope of Services:
1. Commissioned Systems
a. HVAC and Related Controls
2. Sampling strategy during the functional tests per the list below:
a. 100% HVAC and Related Controls
3. Retro-Commissioning Scope of work:
a. Assessment Phase
1) Review any available As-built drawings, Test and Balance
reports, Control documents/sequences and O&Ms.
b. Investigation Phase
1) Interview with the facility operator to discuss any known
ongoing, operational or comfort issues.
2) If trends are available, then we will perform a 2 weeks trend data
review analysis prior to the functional testing.
3) Functional Testing:
(1) Development: Write functional tests for commissioned
systems and distribute them to the owner for review and
comments. Revise and finalize the test procedures
accordingly.
(2) Witnessing: Attend functional testing of commissioned
systems executed by the owner or the owner’s
contractor.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
SAN RAFAEL MAIN LIBRARY
OP#: 23-0240 04/20/2023
Commissioning Page 3 of 10
11020 Sun Center Drive, Suite 100 | Rancho Cordova, CA 95670
Office: 916.851.3500 | Fax: 916.631.4424 | office@capital-engineering.com | www.capital-engineering.com
(3) Recording: Commissioning Agent to complete the
functional test forms and maintain a commissioning
issues log indicating any test failures.
4) Commissioning Corrective Action Matrix (CCAM) – Document
and track Cx issues found during this and previous phases.
5) Add Alt#2: Issues Back-check: When the Commissioning Agent
is notified that noted corrections have been made, CxA will
back-check the corrections and update the CCAM log. Test and
issues log will be provided to the owner.
c. Hand Off Phase
1) Commissioning Report: CxA will assemble content provided by
self and others and provide a Cx Report summarizing the Cx
Activites and Results including the as-built Sequence of
operations.
4. Summary of major activities provided in this fee proposal:
a. Three Virtual Team meetings during the Assessment and Investigation
phase.
b. One Trend review analysis of 2 weeks data is included.
c. No TAB Sample verification / Startup Witnessing / Duct leakage Testing
/ Piping Pressure testing site visits.
d. Up to Two days of Functional Testing site visits. (Limited to Two person-
days)
e. Add Alt#2: Up to One day of Issues Back-check site visits. (Limited to
One person-day)
D. Clarifications:
1. This proposal is assuming only one round of functional testing on existing
equipment
E. Extra Services: The following services are not included in this proposal.
1. Energy Audit
2. Implementation of recommendations or Back-check of issues found during
the functional tests. (See Add Alt#2)
3. Employment of special sub-consultants at the request of the Client.
4. Life cycle cost analyses, owning or operating cost studies, and energy
effectiveness studies.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
08.08.2023
Page 1 of 5
11020 Sun Center Drive, Suite 100 | Rancho Cordova, CA 95670
Office: 916.851.3500 | Fax: 916.631.4424 | office@capital-engineering.com | www.capital-engineering.com
DATE: 8.8.2023
Ms. Amy B. Watson, AIA
Senior Associate
Noll & Tam Architects
729 Heinz Avenue #7
Berkeley CA. 94710
PROJECT: SAN RAFAEL LIBRARY RENOVATION
CITY OF SAN RAFAEL
SAN RAFAEL, CA
SUBJECT: PROPOSAL FOR MECHANICAL AND PLUMBING SERVICES –
CONSTRUCTION DOCUMENTS THROUGH CONSTRUCTION ADMINISTRATION
Dear Amy,
We are pleased to offer this fee proposal for engineering services for the subject project.
Please reach out if you have any questions, comments, or concerns.
A. Project Description:
1. The project is located at 1100 E Street, San Rafael Ca. 94901.
2. The project was originally constructed in 1906 (5,000sf) and a subsequent
addition was built in 1959 (11,000sf). The building was remodeled 1995.
B. Scope of Services:
1. The scope of basic services shall include electrical, fire alarm, and low voltage
design as described in the Project Description.
a. Provide LED lighting and controls in Carnegie Building.
b. Provide emergency lighting and illuminated exit signage.
c. Relocate existing main building panels. Reconnect existing circuits.
d. Relocate existing panel in Circulation. Reconnect existing circuits.
e. Provide receptacles through building.
f. Provide new power panels for connection of receptacles and
equipment. Extend power from existing switchboard on exterior of
building.
g. Provide data outlets. Connect to existing MDF with CAT 6 cables.
h. Provide intrusion detectors or relocate as necessary.
i. Provide manual fire alarm system.
-
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
08.08.2023
Page 2 of 5
11020 Sun Center Drive, Suite 100 | Rancho Cordova, CA 95670
Office: 916.851.3500 | Fax: 916.631.4424 | office@capital-engineering.com | www.capital-engineering.com
2. Construction Documents Phase: Prepare construction drawings and technical
specifications for electrical systems and components as outlined under Design
Development Phase above.
3. Bidding/Contract Award Phase: Prepare electrical, fire alarm, and low voltage
addenda and clarification documents, interpret electrical, and low voltage
drawings and specifications where required to clarify the intent of
construction documents
4. Construction Phase: Review shop drawings and submittal data for general
compliance with electrical contract documents, respond to RFI’s, prepare
change order documents where required to meet existing job conditions, and
provide 3 periodic site visits during the course of construction.
5. Seismic Anchorage and Restraint Systems: Pre-approved restraint systems are
assumed as the predominance of the piping and ductwork support systems.
Any deviations from the pre-approved systems or specialty restraints and
anchors for equipment or piping will require structural calculations and
associated documentation. CECI will not assume the responsibility for the
calculations but will provide the drawing documentation based on mark-ups
provided by the Structural Engineer of record.
C. Extra Services: The following services are not included in the basic proposal. The
Engineer shall be additionally compensated for work hereunder when the A rchitect
requests such services in writing.
1. Design services to provide alternate bid items, and descriptions of phased
construction except as identified in Paragraphs A and B above.
2. Employment of special sub consultants at the request of the Architect.
3. Preparation of owning or operating cost studies.
4. Life cycle cost analyses, energy effectiveness studies and preparation of
maintenance or operating manuals, except as listed otherwise in this proposal.
5. Design services related to landscape architectural fountains, water features or
water displays, landscape sprinklers, site drainage, site utilities, or special
piping systems not specifically noted in proposal .
6. Work outside the five feet line of the building unless noted otherwise.
7. Detailed itemized cost estimates.
8. The modification of electrical drawings (AutoCAD files) to show final
mechanical and electrical ceiling devices that will be used directly by Architect
to show locations of ceiling devices on Architectural drawings by the means of
directly referencing or linking the mechanical and electrical files or model.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
08.08.2023
Page 3 of 5
11020 Sun Center Drive, Suite 100 | Rancho Cordova, CA 95670
Office: 916.851.3500 | Fax: 916.631.4424 | office@capital-engineering.com | www.capital-engineering.com
9. Partnering sessions, value engineering sessions or review of Contractor or
Construction Manager proposed cost cutting recommendations.
10. Work involved in securing utility company rebates.
11. Additional time over and above the normal and customary to clarify, negotiate,
or otherwise respond to unreasonable or inaccurate interpretations of the
code by the code officials including circumstances where we become “caught
in the middle” between code interpretations of office reviewers and field
reviewers.
12. Non-Title 24 commissioning of building systems, services related to the
development of commissioning plans and services related to support third
party commissioning of the building, other than as described above.
13. Title-24 required Division 01 specifications, functional testing, development of
the systems manual, operational training, and the commissioning report.
14. Design services related to LEED certification or other sustainability (WELL,
Green Guide for Health Care, etc.) of building, studies necessary to determine
feasibility of certification and the preparation or coordination of the
documentation necessary for certification.
15. Design services related to CHPS certification of building, studies necessary t o
determine feasibility of CHPS certification and the preparation or coordination
of the documentation necessary for CHPS certification.
16. Changes to Basis of Design if the Owners Project Requirements are changed
following completion of the Schematic Design phase or significant changes in
physical configuration after Design Development, significant changes in Revit
or AutoCAD project setup such as but not limited to, change in coordinates,
changes in or additional phasing.
17. Redesign required due to a construction cost guarantee by the prime design
professional or for other reasons that are not the responsibil ity of the
Consulting Engineer is not included.
18. Review of submittals beyond described above.
19. Engineering work caused from construction that is installed differently from
the permitted drawings if work could be installed as shown and permitted.
20. Engineering rework resulting from other trades not coordinating or installing
work different from approved coordination drawings.
D. Materials and Services Furnished by the Architect:
1. Base sheets of architectural floor plans and site plan with drawing files in
AutoCAD or compatible format, along with full-size PDF files of the working
drawings. Half-size prints of all of the construction drawings shall be provided
at time of first DSA submission and at time of release of bid documents to the
Bidders.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Project Management | Construction Cost Management
93 Moraga Way
Suite 206
Orinda, CA
94563
Phone 415 981 9430
Direct 415 872 0999
Mobile 415 205 6460
abeyer@tbdconsultants.com
www.tbdconsultants.com
August 3, 2023 rev2
Amy Watson
Noll & Tam Architects
729 Heinz Ave. #7
Berkeley, CA 94710
Re: San Rafael Carnegie Library Renovation – CD Phase
Fee Proposal for Cost Consulting Services
Dear Amy,
We are pleased to offer Cost Consulting services for the above project.
We understand the project occurs at the existing Carnegie Library at 1100 E Street, San
Rafael, CA. The project includes a renovation focused on upgrades for accessibility,
building MEPFS systems, life safety, operations, reconfiguration, and interior finishes
The project occurs in both the 5,000 gsf original 2 story wing, as well as the 6,000 gsf 2
story addition wing.
Scope of Services
Our fee proposal is based on providing the following:
i. 65% CD: 1 Estimate draft + 1 revision per estimate review comments.
ii. 95% CD: 1 Estimate draft (limited to an update of the 65% estimate) + 1 revision
per estimate review comments.
iii. Allowance for mtgs for design coordination (4 hrs) and estimate reviews (4 hrs).
The estimates will identify the total cost of construction based on the quantities or allowances
with composite unit rates where applicable reflecting the scope of work and the current market
conditions. The estimate will utilize TBD’s standard format, Uniformat II (a systems format), and
not via the shopping list style provided in the prior project phase. We will not obtain any bids or
opinions of cost from subcontractors unless the work is of such a unique nature that no other cost
information is available. Noll & Tam and their design consultants shall provide design docs for
our use. Should additional work be required, our standard hourly billing rate of $225 in 2023 /
$235 in 2024 will apply, in the absence of an Add Service Proposal.
Notable Exclusions:
The following items are excluded from the scope in this fee proposal:
- Reconciliation with estimates by others.
- Attending in-person meetings.
- Site visits.
- Estimating soft costs.
- Estimating design options.
- Estimating design changes when providing the estimate revision of each estimate draft.
- Estimating complex alternates, or estimating lots of alternates.
- Value analysis / value engineering, or other cost studies.
- Design & estimate ‘churning’ to reach a budget.
- Estimating 100% CD design documents
consultants
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
1
Matthew Williams Design
1450 Fourth Street, Studio 9
Berkeley, CA 94710 USA
510.559.1830 desk
415.205.0412 mobile
mw@matthewwilliamsdesign.com
www.matthewwilliamsdesign.com Proposal
Chris Noll
Amy Watson
Kari Holmquist
Noll & Tam Architects
729 Heinz Avenue #7
Berkeley, CA 94710
9 August 2023 San Rafael Downtown Library
Revitalization
Signage Design and Consulting
1: Overview
Project Description
The following proposal outlines the Scope of Work, sets forth estimated costs and working conditions, and defines specifications
for exterior and interior signage design and consulting services for the renovation and revitalization of the San Rafael Downtown Library
located at 1100 E Street in San Rafael, California. Matthew Williams Design (MWD) will provide design and consulting services for the
development of exterior and interior wayfinding, area identification, and code-required signage for the newly-renovated library.
MWD will work closely with Noll & Tam Architects (N&T) and designated staff to provide clearly understandable, aesthetically pleasing,
and cost-effective signage and wayfinding which will reflect the architectural character of the newly-renovated library, and be designed
in accordance with the City of San Rafael’s LEED requirements where applicable. MWD will coordinate with N&T, designated San Rafael
Library staff, and designated staff from the City of San Rafael and the Marin County Planning Department as required during the course
of the project. All signage will comply with California Title 24/ADAAG, Title 19, and the CBC as applicable. The Scope of Work will be
divided into four phases as described in Section 2: Project Development.
MWD will be responsible for programming and schematic design, design development, preparation of construction documents for competitive
bid, and contract administration. The construction documents will include a sign schedule and sign location plans, annotated design intent
drawings, and performance specifications.
MWD anticipates addressing the following signage components:
Interior Signage
Self-checkout Counter information/Service desks
Basement staff area Children’s Storytime
Memory Lab Directional, informational, and operational signage
Visitor, administrative, and staff-oriented signage Directory and/or orientation display
Room identification Stack, section, and area identification
ADA and Title 24 signage Fire/Life safety
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
2
Matthew Williams Design
1450 Fourth Street, Studio 9
Berkeley, CA 94710 USA
510.559.1830 desk
415.205.0412 mobile
mw@matthewwilliamsdesign.com
www.matthewwilliamsdesign.com Proposal
2. Project Development
Phase 1: Programming, Concept, and Schematic Design (SD):
• Review and establish scope of project; develop design criteria for interior and exterior signage with N&T.
• Review SD drawings, including plans from engineers and Architectural narratives.
• Review and establish operational requirements for the signage.
• Review site plan, floor plan, and circulation patterns.
• Identify all exterior and interior sign types to be utilized.
• Develop preliminary sign location plans and sign schedule.
• Develop schematic drawings for representative elements of the interior and exterior sign families, showing approximate size, shape,
and typography, with preliminary color and material recommendations.
• Review preliminary sign location plans, sign schedule, and schematic design options with N&T for comment and selection
of a design option. Incorporate comments.
• Ensure all exterior signage complies with the requirements of the City of San Rafael Sign Ordinance.
• Ensure code compliance throughout the system.
• Develop submittal with selected schematic design option, sign schedule, sign location plans, and specifications for preliminary
fabrication/installation estimate for client review.
• Review all details of the schematic design phase with N&T and designated San Rafael Library staff for comments and approval.
Consultant Deliverables
• Preliminary sign schedule and sign location plans.
• Schematic design options.
• Submittal for fabrication/installation estimate (95% Arch. CD).
Phase 2: Design Development (DD):
• Incorporate comments from schematic design phase.
• Develop and refine all sign types including graphic layout, colors, recommended materials, and finishes.
• Review and coordinate all sign types with N&T and designated San Rafael Library staff.
• Review site plan, architectural, structural, electrical, and reflected ceiling plans with respect to proposed placement of signage
to identify and resolve potential conflicts.
• Obtain “over the counter” review and approval of exterior signage from the planning department, if necessary.
• Continue development of sign location plans and sign schedule.
• Present design development drawings to N&T and library staff for review and approval.
Consultant Deliverables
• Approved design development package: sign schedule, sign location plans, design development drawings, preliminary specifications.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
3
Matthew Williams Design
1450 Fourth Street, Studio 9
Berkeley, CA 94710 USA
510.559.1830 desk
415.205.0412 mobile
mw@matthewwilliamsdesign.com
www.matthewwilliamsdesign.com Proposal
Phase 3: Construction Documents (CD):
• Incorporate comments from design development review.
• Finalize sign schedule and sign location plans.
• Continue coordination with N&T and designated San Rafael Library staff.
• Prepare annotated design intent drawings and performance specifications, including qualified sign vendors, for all sign types.
• Specify all interior sign types from the Standards. The design intent drawings will indicate graphic layouts, materials, finishes,
colors, and relevant dimensions. Methods of fabrication will be suggested, but not shown in detail.
• Submit 90% complete package for permit, coordination, review and comments. Incorporate comments.
• Submit 100% construction documents suitable for competitive bid.
Consultant Deliverables:
• 90% Submittal for final review and permit.
• 100% Submittal for bid.
Included in Phase 3 are three meetings:
• Kickoff meeting.
• Coordination meeting with N&T.
• Coordination meeting with designated San Rafael Library staff.
Phase 4: Construction Administration (CA):
• Attend prefabrication conference with the selected sign subcontractor to confirm project conditions, specifications, submittals,
and schedule prior to start of fabrication.
• Review shop drawings, samples, and prototypes to ensure compliance with design intent.
• Provide clarification to the sign subcontractor for drawings and specifications. Respond to RFIs.
• Continue coordination with N&T and designated San Rafael Library staff.
• Conduct a pre-installation walkthrough with the signage fabricator.
• Conduct a punchlist walkthrough and prepare a punchlist of all items requiring corrections. Backpunch the work.
Consultant Deliverables:
• Completed and punched work.
Included in Phase 4 are:
• One prefabrication conference.
• One pre-installation walkthrough.
• One site visit for punchlist.
• One site visit for backpunch.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
Step RESPONSIBLE
DEPARTMENT
DESCRIPTION COMPLETED
DATE
REVIEWER
Check/Initial
1 Project Manager
a. Email PINS Introductory Notice to Contractor
b. Email contract (in Word) and attachments to City
Attorney c/o Laraine.Gittens@cityofsanrafael.org
Click here to
enter a date.
N/A
☐
☒
2 City Attorney
a. Review, revise, and comment on draft agreement
and return to Project Manager
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
10/23/2023
10/23/2023
☒ NT
☒ NT
3 Department Director Approval of final agreement form to send to
contractor
10/23/2023 ☒ AM
4 Project Manager
Forward three (3) originals of final agreement to
contractor for their signature
10/25/2023 ☒
5 Project Manager When necessary, contractor-signed agreement
agendized for City Council approval *
*City Council approval required for Professional Services
Agreements and purchases of goods and services that exceed
$75,000; and for Public Works Contracts that exceed $175,000
Date of City Council approval
☐ N/A
Or
9/18/2023
☒
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
8 City Attorney Review and approve insurance in PINS , and bonds
(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
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Public Works
Project Manager: Nataly Torres (for Fabiola Guillen-Urfer) Extension: 3353
Contractor Name: Noll & Tam Architects
Contractor’s Contact: Amy Watson Contact’s Email: amy.watson@nollandtam.com
☐ FPPC: Check if Contractor/Consultant must file Form 700
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
First Amendment - Noll & Tam - Downtown
Library Modernization
Final Audit Report 2023-11-02
Created:2023-10-25
By:Nataly Torres (nataly.torres@cityofsanrafael.org)
Status:Signed
Transaction ID:CBJCHBCAABAAva--PruindkF4VFFYuZAB6rPp_urfTnb
"First Amendment - Noll & Tam - Downtown Library Modernizati
on" History
Document created by Nataly Torres (nataly.torres@cityofsanrafael.org)
2023-10-25 - 11:37:28 PM GMT
Document emailed to chris.noll@nollandtam.com for signature
2023-10-25 - 11:52:31 PM GMT
Email viewed by chris.noll@nollandtam.com
2023-10-26 - 6:43:55 AM GMT
Signer chris.noll@nollandtam.com entered name at signing as Christopher Noll
2023-10-27 - 2:08:51 AM GMT
Document e-signed by Christopher Noll (chris.noll@nollandtam.com)
Signature Date: 2023-10-27 - 2:08:53 AM GMT - Time Source: server
Document emailed to Janet Tam (janet.tam@nollandtam.com) for signature
2023-10-27 - 2:08:54 AM GMT
Email viewed by Janet Tam (janet.tam@nollandtam.com)
2023-10-27 - 2:10:00 AM GMT
Document e-signed by Janet Tam (janet.tam@nollandtam.com)
Signature Date: 2023-10-27 - 2:13:11 AM GMT - Time Source: server
Document emailed to Laraine Gittens (laraine.gittens@cityofsanrafael.org) for approval
2023-10-27 - 2:13:13 AM GMT
Email viewed by Laraine Gittens (laraine.gittens@cityofsanrafael.org)
2023-10-27 - 5:09:11 AM GMT
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Document approved by Laraine Gittens (laraine.gittens@cityofsanrafael.org)
Approval Date: 2023-10-27 - 3:55:30 PM GMT - Time Source: server
Document emailed to Genevieve Coyle (genevieve.coyle@cityofsanrafael.org) for signature
2023-10-27 - 3:55:32 PM GMT
Email viewed by Genevieve Coyle (genevieve.coyle@cityofsanrafael.org)
2023-10-27 - 3:55:38 PM GMT
Email viewed by Genevieve Coyle (genevieve.coyle@cityofsanrafael.org)
2023-11-01 - 10:45:11 PM GMT
Document e-signed by Genevieve Coyle (genevieve.coyle@cityofsanrafael.org)
Signature Date: 2023-11-01 - 10:45:34 PM GMT - Time Source: server
Document emailed to city.clerk@cityofsanrafael.org for approval
2023-11-01 - 10:45:36 PM GMT
Email viewed by city.clerk@cityofsanrafael.org
2023-11-01 - 10:45:52 PM GMT
Signer city.clerk@cityofsanrafael.org entered name at signing as Brenna Nurmi
2023-11-01 - 10:46:06 PM GMT
Document approved by Brenna Nurmi (city.clerk@cityofsanrafael.org)
Approval Date: 2023-11-01 - 10:46:08 PM GMT - Time Source: server
Document emailed to cristine.alilovich@cityofsanrafael.org for signature
2023-11-01 - 10:46:09 PM GMT
Email viewed by cristine.alilovich@cityofsanrafael.org
2023-11-01 - 11:29:17 PM GMT
Signer cristine.alilovich@cityofsanrafael.org entered name at signing as Cristine Alilovich
2023-11-02 - 4:57:27 AM GMT
Document e-signed by Cristine Alilovich (cristine.alilovich@cityofsanrafael.org)
Signature Date: 2023-11-02 - 4:57:29 AM GMT - Time Source: server
Document emailed to city.clerk@cityofsanrafael.org for signature
2023-11-02 - 4:57:30 AM GMT
Email viewed by city.clerk@cityofsanrafael.org
2023-11-02 - 2:52:44 PM GMT
Signer city.clerk@cityofsanrafael.org entered name at signing as Brenna Nurmi (for)
2023-11-02 - 2:53:03 PM GMT
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Document e-signed by Brenna Nurmi (for) (city.clerk@cityofsanrafael.org)
Signature Date: 2023-11-02 - 2:53:05 PM GMT - Time Source: server
Agreement completed.
2023-11-02 - 2:53:05 PM GMT
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Rev. 08.22 1
AGREEMENT 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 ________________________ (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.”
RECITALS
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
1. 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.
Jan 17, 2023
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
v 08.22 2
2. 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.
3. 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 of the progress
and execution of this Agreement.
B. CONSULTANT’S Project Director. CONSULTANT shall assign a single
PROJECT DIRECTOR to have overall responsibility for the progress and execution of this
Agreement for CONSULTANT. 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.
5. 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
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
v 08.22 3
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
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
v 08.22 4
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
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
v 08.22 5
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
To CONSULTANT’s Project Director:
Alyson Yarus
729 Heinz Avenue
Berkeley, CA 94710
15. INDEPENDENT CONTRACTOR.
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.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
v 08.22 6
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 of this 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,
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
v 08.22 7
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 following page.]
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
v 08.22 8
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
_________________________________
LINDSAY LARA, City Clerk
CONSULTANT:
__________________________________
By: ____________________________
Name: ____________________________
Title: ____________________________
[If CONSULTANT is a corporation, add
signature of second corporate officer]
__________________________________
By: ____________________________
Name: ____________________________
Title: ____________________________
Christopher Noll (Jan 12, 2023 11:33 PST)
Christopher Noll
Noll & Tam Architects
Christopher Noll
Principal
Noll & Tam Architects
Janet Tam
Principal
Jim Sch0t5 (Jan 1ц, 2023 1ц:30 PST)
0iP 9FhXt]
renna N0rmi (!or) (Jan 1ц, 2023 1ц:уц PST)
(reQQD NXrPi Ior
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Rev. 08.22 A-1
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.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
N oll & Tam Architects | December 21, 2022 | San Rafael Downtown Library Modernization Page 1 of 3
December 21, 2022
Joanna Kwok
Senior Civil Engineer
Department of Public Works
City of San Rafael
Re: Downtown Public Library Modernization Project
1100 E Street, San Rafael, CA 94901
Dear Joanna,
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.)
Exhibit A
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Noll & Tam Architects | December 21, 2022 | San Rafael Downtown Library Modernization Page 2 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)
· I 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.)
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Noll & Tam Architects | December 21, 2022 | San Rafael Downtown Library Modernization Page 3 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
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Noll & Tam Architects
729 Heinz Avenue
Berkeley, CA 94710
Downtown Public Library Modernization Project
San Rafael, CA
December 21, 2022
TOTALS
Basic Service Consultant
Architectural Services Noll & Tam $58,000
Cost Estimating tbd consultants $9,405
Subtotal Basic Services for Preliminary Design $67,405
$500
Total Proposed Fee for Preliminary Design $67,905
Reimbursable Expense Allowance
Conceptual Planning, Scope Definition, and ROM Cost Estimates
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
San Rafael Downtown Library: NOLL & TAM FEE BREAKDOWN
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 mee%ngs 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
Options and Cost 2 2 2 0 $1,540
Meeting with Library Board of Trustees - zoom 2 2 0 0 $1,080
Meeting 4: with Project Committee -Zoom - Selection of
preferred scope - Cost Updates 2 2 2 0 $1,540
5. Project Management 0 14 0 0 $3,220
Subtotal 31 87 35 107 $58,000
TOTAL NOLL & TAM PROFESSIONAL FEE $58,000
Total Hours Per Staff 31 87 35 107
Total Project Hours
Hours/Rate
12/21/2022
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
2023 SCHEDULE OF BILLING RATES
Noll & Tam Architects
Professional Billing Rates:
Principal -
Associate Principal -
Project Manager / Senior Technical Architect/PM -
Senior Technical Staff -
Designer " -
Project Assistant -
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
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Rev. 08.22 B-1
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
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
v 08.22 B-2
ISO form CG20 01 04 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
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
v 08.22 B-3
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.
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
Step RESPONSIBLE
DEPARTMENT
DESCRIPTION COMPLETED
DATE
REVIEWER
Check/Initial
1 Project Manager
a. Email PINS Introductory Notice to Contractor
b. Email contract (in Word) and attachments to City
Attorney c/o Laraine.Gittens@cityofsanrafael.org
Click here to
enter a date.
1/3/2023
☐
☒NT
2 City Attorney
a. Review, revise, and comment on draft agreement
and return to Project Manager
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
1/11/2023
1/11/2023
☒ _GC_
☒ _GC_
3 Department Director Approval of final agreement form to send to
contractor
1/11/2023 ☒ AM
4 Project Manager
Forward three (3) originals of final agreement to
contractor for their signature
1/12/2023 ☒
5 Project Manager When necessary, contractor-signed agreement
agendized for City Council approval *
*City Council approval required for Professional Services
Agreements and purchases of goods and services that exceed
$75,000; and for Public Works Contracts that exceed $175,000
Date of City Council approval
☒ N/A
Or
Click here to
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
8 City Attorney Review and approve insurance in PINS , and bonds
(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
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
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
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:CBJCHBCAABAAOEbsvxUUkdudAKKjPLCchkxlyBHtxgmV
"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
Email viewed by chris.noll@nollandtam.com
2023-01-12 - 7:32:14 PM GMT
Signer chris.noll@nollandtam.com entered name at signing as Christopher Noll
2023-01-12 - 7:33:11 PM GMT
Document e-signed by Christopher Noll (chris.noll@nollandtam.com)
Signature Date: 2023-01-12 - 7:33:13 PM GMT - Time Source: server
Document emailed to Janet Tam (janet.tam@nollandtam.com) for signature
2023-01-12 - 7:33:15 PM GMT
Email viewed by Janet Tam (janet.tam@nollandtam.com)
2023-01-12 - 9:11:08 PM GMT
Document e-signed by Janet Tam (janet.tam@nollandtam.com)
Signature Date: 2023-01-13 - 1:46:52 AM GMT - Time Source: server
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
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
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
Document e-signed by Genevieve Coyle (genevieve.coyle@cityofsanrafael.org)
Signature Date: 2023-01-18 - 1:03:01 AM GMT - Time Source: server
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
Signer city.clerk@cityofsanrafael.org entered name at signing as Brenna Nurmi
2023-01-18 - 1:08:58 AM GMT
Document approved by Brenna Nurmi (city.clerk@cityofsanrafael.org)
Approval Date: 2023-01-18 - 1:09:00 AM GMT - Time Source: server
Document emailed to jim.schutz@cityofsanrafael.org for signature
2023-01-18 - 1:09:02 AM GMT
Email viewed by jim.schutz@cityofsanrafael.org
2023-01-18 - 1:29:21 AM GMT
Signer jim.schutz@cityofsanrafael.org entered name at signing as Jim Schutz
2023-01-18 - 1:30:07 AM GMT
Document e-signed by Jim Schutz (jim.schutz@cityofsanrafael.org)
Signature Date: 2023-01-18 - 1:30:09 AM GMT - Time Source: server
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
Signer city.clerk@cityofsanrafael.org entered name at signing as Brenna Nurmi (for)
2023-01-18 - 1:47:13 AM GMT
Document e-signed by Brenna Nurmi (for) (city.clerk@cityofsanrafael.org)
Signature Date: 2023-01-18 - 1:47:15 AM GMT - Time Source: server
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Agreement completed.
2023-01-18 - 1:47:15 AM GMT
Docusign Envelope ID: 3CBB6FC2-E399-449D-88E4-632D50D0641A
Certificate Of Completion
Envelope Id: 3CBB6FC2-E399-449D-88E4-632D50D0641A Status: Completed
Subject: DocuSign: Amendment with Noll & Tam for Downtown Library Modernization
Source Envelope:
Document Pages: 61 Signatures: 5 Envelope Originator:
Certificate Pages: 5 Initials: 4 Shannon Mackle
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-08:00) Pacific Time (US & Canada)
shannonm@cityofsanrafael.org
IP Address: 199.88.113.8
Record Tracking
Status: Original
3/17/2025 3:24:06 PM
Holder: Shannon Mackle
shannonm@cityofsanrafael.org
Location: DocuSign
Signer Events Signature Timestamp
Nataly Torres
NatalyT@cityofsanrafael.org
Administrative Analyst
City of San Rafael
Signing Group: City Attorney's Office
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 199.88.113.8
Sent: 4/8/2025 9:00:08 AM
Viewed: 4/17/2025 2:36:14 PM
Signed: 4/17/2025 2:46:41 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
April Miller
aprilm@cityofsanrafael.org
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 12.75.215.72
Signed using mobile
Sent: 4/17/2025 2:46:46 PM
Viewed: 4/17/2025 4:59:00 PM
Signed: 4/17/2025 4:59:20 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Van Bach
vanb@cityofsanrafael.org
Accounting Manager
City of San Rafael
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 199.88.113.8
Sent: 4/17/2025 2:46:46 PM
Viewed: 4/23/2025 8:43:28 AM
Signed: 5/1/2025 3:15:48 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Christopher Noll
chris.noll@nollandtam.com
Principal
Noll & Tam Architects
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 76.126.103.61
Sent: 5/1/2025 3:15:51 PM
Viewed: 5/1/2025 5:02:33 PM
Signed: 5/1/2025 5:05:28 PM
Electronic Record and Signature Disclosure:
Accepted: 5/1/2025 5:02:33 PM
ID: c18c5353-5bcd-487a-8685-fc171a964bd9
Signer Events Signature Timestamp
Janet Tam
janet.tam@nollandtam.com
CEO, principal
Noll & Tam Architects
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 108.216.156.64
Sent: 5/1/2025 5:05:31 PM
Viewed: 5/3/2025 9:56:22 PM
Signed: 5/3/2025 9:57:58 PM
Electronic Record and Signature Disclosure:
Accepted: 5/3/2025 9:56:22 PM
ID: 7273537d-1deb-46f1-a09f-05ea0285d24e
Andrea Visveshwara
andreav@cityofsanrafael.org
Chief Assistant City Attorney
City of San Rafael
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 98.37.248.133
Sent: 5/3/2025 9:58:01 PM
Viewed: 5/5/2025 8:51:39 AM
Signed: 5/5/2025 8:52:58 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Nataly Torres
natalyt@cityofsanrafael.org
Administrative Analyst
City of San Rafael
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 199.88.113.8
Sent: 5/5/2025 8:55:06 AM
Viewed: 5/5/2025 10:07:50 AM
Signed: 5/5/2025 10:11:26 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Cristine Alilovich
cristinea@cityofsanrafael.org
City Manager
City of San Rafael
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 199.88.113.8
Sent: 5/5/2025 10:11:29 AM
Viewed: 5/7/2025 5:52:39 PM
Signed: 5/7/2025 5:52:55 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Lindsay Lara
city.clerk@cityofsanrafael.org
City Clerk
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 24.5.253.74
Sent: 5/7/2025 5:52:58 PM
Viewed: 5/12/2025 1:24:18 PM
Signed: 5/12/2025 1:26:17 PM
Electronic Record and Signature Disclosure:
Accepted: 5/12/2025 1:24:18 PM
ID: a7f1df6a-9dac-4f47-a9d6-5461e73f5722
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Nataly Torres
natalyt@cityofsanrafael.org
Administrative Analyst
City of San Rafael
Security Level: Email, Account Authentication
(None)
Using IP Address: 75.168.141.176
Sent: 3/25/2025 9:53:41 AM
Viewed: 3/26/2025 3:00:17 PM
Completed: 3/26/2025 3:21:18 PM
Editor Delivery Events Status Timestamp
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Nataly Torres
NatalyT@cityofsanrafael.org
Administrative Analyst
City of San Rafael
Signing Group: City Attorney's Office
Security Level: Email, Account Authentication
(None)
Using IP Address: 199.88.113.8
Sent: 4/17/2025 2:46:46 PM
Viewed: 4/17/2025 2:53:03 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Carbon Copy Events Status Timestamp
Witness Events Signature Timestamp
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 3/25/2025 9:53:41 AM
Envelope Updated Security Checked 3/25/2025 10:26:49 AM
Envelope Updated Security Checked 3/25/2025 10:26:49 AM
Envelope Updated Security Checked 3/25/2025 10:26:49 AM
Envelope Updated Security Checked 3/25/2025 10:26:49 AM
Envelope Updated Security Checked 3/25/2025 10:26:49 AM
Envelope Updated Security Checked 4/9/2025 2:13:03 PM
Envelope Updated Security Checked 4/9/2025 2:13:03 PM
Envelope Updated Security Checked 4/9/2025 2:13:03 PM
Envelope Updated Security Checked 4/9/2025 2:13:03 PM
Envelope Updated Security Checked 4/9/2025 6:00:46 PM
Envelope Updated Security Checked 4/9/2025 6:00:46 PM
Envelope Updated Security Checked 4/9/2025 6:00:46 PM
Envelope Updated Security Checked 4/9/2025 6:00:46 PM
Envelope Updated Security Checked 4/9/2025 6:00:46 PM
Envelope Updated Security Checked 4/9/2025 6:00:46 PM
Envelope Updated Security Checked 4/9/2025 6:24:35 PM
Envelope Updated Security Checked 4/17/2025 2:07:52 PM
Envelope Updated Security Checked 4/17/2025 2:07:52 PM
Envelope Updated Security Checked 4/17/2025 2:07:52 PM
Envelope Updated Security Checked 4/17/2025 2:07:52 PM
Envelope Updated Security Checked 4/17/2025 2:07:52 PM
Envelope Updated Security Checked 4/17/2025 2:07:52 PM
Envelope Updated Security Checked 4/17/2025 2:07:52 PM
Envelope Updated Security Checked 4/17/2025 2:44:34 PM
Certified Delivered Security Checked 5/12/2025 1:24:18 PM
Signing Complete Security Checked 5/12/2025 1:26:17 PM
Completed Security Checked 5/12/2025 1:26:17 PM
Payment Events Status Timestamps
Electronic Record and Signature Disclosure
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
From time to time, JONATHAN SCHELLIN (we, us or Company) may be required by law to provide to you certain
written notices or disclosures. Described below are the terms and conditions for providing to you such notices and
disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and
if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature
Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records
and signatures’ before clicking ‘CONTINUE’ within the DocuSign system.
Getting paper copies
At any time, you may request from us a paper copy of any record provided or made available electronically to you by us.
You will have the ability to download and print documents we send to you through the DocuSign system during and
immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a
limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to
send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may
request delivery of such paper copies from us by following the procedure described below.
Withdrawing your consent
If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us
that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your
decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and
disclosures electronically is described below.
Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can
complete certain steps in transactions with you and delivering services to you because we will need first to send the
required notices or disclosures to you in paper format, and then wait until we receive back from you your
acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the
DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from
us.
All notices and disclosures will be sent to you electronically
Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you
through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents
that are required to be provided or made available to you during the course of our relationship with you. To reduce the
chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and
disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the
disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with
this process, please let us know as described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures electronically from us.
How to contact JONATHAN SCHELLIN:
You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies
of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as
follows: To contact us by email send messages to: pwadmin@cityofsanrafael.org
To advise JONATHAN SCHELLIN of your new email address
To let us know of a change in your email address where we should send notices and disclosures electronically to you, you
must send an email message to us at pwadmin@cityofsanrafael.org and in the body of such request you must state: your
Electronic Record and Signature Disclosure created on: 12/6/2024 9:45:43 AM
Parties agreed to: Christopher Noll, Janet Tam, Lindsay Lara
previous email address, your new email address. We do not require any other information from you to change your email
address.
If you created a DocuSign account, you may update it with your new email address through your account preferences.
To request paper copies from JONATHAN SCHELLIN
To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically,
you must send us an email to pwadmin@cityofsanrafael.org and in the body of such request you must state your email
address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any.
To withdraw your consent with JONATHAN SCHELLIN
To inform us that you no longer wish to receive future notices and disclosures in electronic format you may:
i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box
indicating you wish to withdraw your consent, or you may;
ii. send us an email to pwadmin@cityofsanrafael.org and in the body of such request you must state your email, full
name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The
consequences of your withdrawing consent for online documents will be that transactions may take a longer time to
process..
Required hardware and software
The minimum system requirements for using the DocuSign system may change over time. The current system
requirements are found here: https://support.docusign.com/guides/signer-guide-signing-system-requirements.
Acknowledging your access and consent to receive and sign documents electronically
To confirm to us that you can access this information electronically, which will be similar to other electronic notices and
disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on
paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to
an email address where you will be able to print on paper or save it for your future reference and access. Further, if you
consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-
box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system.
By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that:
You can access and read this Electronic Record and Signature Disclosure; and
You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and
Disclosure to a location where you can print it, for future reference and access; and
Until or unless you notify JONATHAN SCHELLIN as described above, you consent to receive exclusively through
electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required
to be provided or made available to you by JONATHAN SCHELLIN during the course of your relationship with
JONATHAN SCHELLIN.