Loading...
HomeMy WebLinkAboutCD Contract Planning ServicesAGREEMENT FOR PROFESSIONAL SERVICES FOR CONTRACT PLANNING SERVICES TO FILL TEMPORARY VACANCY IN PLANNING DIVISION This Agreement is made and entered into this day of Aee- , 20 -,-'Ay and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and MIG, INC. (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the San Rafael Planning Division ("Planning Division") is committed to providing timely and effective planning services to the public; and WHEREAS, given the current workload of Planning Division staff, the CITY has determined that Planning Division is faced with a temporary gap in services and that on-call professional planningand environmental services are needed to supplement existing staffing through temporary assignment of projects on an as -needed on-call basis; and WHEREAS, at the CITY'S request, CONTRACTOR has submitted a proposal to the CITY, to provide on-call contract planning services with the option of using journey level planners as well as experienced contract planners that can be used on a project by project basis. In addition, CONTRACTOR has submitted a proposal for work to be done for a specific project. Said proposals are attached to this Agreement marked "Exhibit 1" and "Exhibit 2" and incorporated herein by reference; and WHEREAS, the CITY has determined that CONTRACTOR proposes a unique on-call approach to contract planning services which would provide the most qualified contract planner at the appropriate level thus providing a cost-effective solution; and WHEREAS, CONTRACTOR has demonstrated through its statement of qualifications and prior work for other Cities, on other similar projects that it would be able to take on the responsibilities as a Contract Planner to fill the temporary vacancy for the CITY. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: PROJECT COORDINATION. A. CITY'S Project Manager. Leslie Mendez, Planning Manager, is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR'S Project Director. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Scott Davidson is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 2. DUTIES OF CONTRACTOR. CONTRACTOR shall perform as -needed, contract planning services to fill a temporary vacancy in the Planning Division with the duties as described in Exhibit 1 and Exhibit 2 attached. CONTRACTOR shall work up to an average of 12-20 hours/week, but actual hours worked each week shall be based on the number of hours needed to manage project workload or deadlines for that week as determined by the CITY. DUTIES OF CITY. CITY shall pay the compensation as provided in Paragraph 4 and shall provide CONTRACTOR with a work space and materials and information necessary for CONTRACTOR to perform the services required by this Agreement. 4. COMPENSATION. CONTRACTOR shall perform duties and bill for services on a "time and material" basis, as work is needed by CITY, at the billing rates as presented in Exhibit 1 and the time estimate detail set forth in Exhibit 2 hereto, provided that total compensation paid to CONTRACTOR pursuant to this Agreement shall not exceed Two Hundred Seventeen Thousand Dollars ($217,000). Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. TERM OF AGREEMENT. The term of this Agreement shall commence on the date of this Agreement and shall terminate on June 30, 2023. Upon mutual agreement of the parties, and subject to the approval of the City Manager the term of this Agreement may be extended for an additional period of up to six (6) months. 6. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance forance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 9. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 10. INSURANCE. A. Scope of Coverage. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence. 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. Where CONTRACTOR is a professional not required to have a professional license, CITY reserves the right to require CONTRACTOR to provide professional liability insurance pursuant to this section. 4. If it employs any person, CONTRACTOR shall maintain worker's compensation insurance, as required by the State of California, with statutory limits, and employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. CONTRACTOR's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required of the CONTRACTOR in subparagraph A of this section above shall also meet the following requirements: 1. Except for professional liability insurance or worker's compensation insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additional insureds (for both ongoing and completed operations) under the policies. 2. The additional insured coverage under CONTRACTOR'S insurance policies shall be "primary and noncontributory" with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in CONTRACTOR'S policies shall be at least as broad as ISO form CG20 01 04 13. 3. Except for professional liability insurance or worker's compensation insurance, the insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. By execution of this Agreement, CONTRACTOR hereby grants to CITY a waiver of any right to subrogation which any insurer of CONTRACTOR may acquire against CITY by virtue of the payment of any loss under such insurance. CONTRACTOR agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not CITY has received a waiver of subrogation endorsement from the insurer. 5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to CITY or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the 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 CONTRACTOR under this agreement. C. Deductibles and SIR's. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the STR may be satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT MANAGER or CITY'S City Attorney all of the following: (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. CITY reserves the right to obtain a full certified copy of any insurance policy and endorsements from CONTRACTOR. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. 11. INDEMNIFICATION. A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by CITY, and hold harmless CITY, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of CONTRACTOR'S performance of its obligations or conduct of its operations under this Agreement. The CONTRACTOR's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the CONTRACTOR's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the CONTRACTOR's work or work product by the CITY or any of its directors, officers or employees shall not relieve or reduce the CONTRACTOR's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding 5 arising from CONTRACTOR'S performance of or operations under this Agreement, CONTRACTOR shall provide a defense to the City Indemnitees or at CITY'S option reimburse the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in defense of such claims. B. Where the services to be provided by CONTRACTOR under this Agreement are design professional services to be performed by a design professional as that term is defined under Civil Code Section 2782.8, then, to the extent permitted by law including without limitation, Civil Code sections 2782, 2782.6 and 2782.8, CONTRACTOR shall indemnify and hold harmless the CITY and its officers, officials, and employees (collectively City Indemnitees) from and against damages, liabilities or costs (including incidental damages. Court costs, reasonable attorney's fees as may be determined by the Court, litigation expenses and fees of expert witnesses incurred in connection therewith and costs of investigation) to the extent they are caused by the negligence, recklessness, or willful misconduct of CONTRACTOR, or any subconsultants, or subcontractor or anyone directly or indirectly employed by them, or anyone for whom they are legally liable (collectively Liabilities). Such obligation to hold harmless and indemnify any indemnity shall not apply to the extent that such Liabilities are caused in part by the negligence or willful misconduct of such City Indemnitee. C. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or completion of this Agreement for the full period of time allowed by law. 12. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 13. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communications required or permitted to be given wider 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: Leslie Mendez, Planning Manager City of San Rafael 1400 Fifth Avenue San Rafael, CA 94901 TO CONTRACTOR's Project Director: Scott Davidson, Director of Contract Planning Services 800 Hearst Avenue Berkeley, CA 94710 16. INDEPENDENT CONTRACTOR. For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 17. ENTIRE AGREEMENT -- AMENDMENTS. A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 18. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 19. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 21. CITY BUSINESS LICENSE / OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed under this Agreement, until CONTRACTOR has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. SURVIVAL OF TERMS. Any terms of this Agreement that by their nature extend beyond the term (or termination) of this Agreement shall remain in effect until fulfilled, and shall apply to both Parties' respective successors and assigns. 23. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. 24. COUNTERPARTS AND ELECTRONIC SIGNATURE. This Agreement may be executed by electronic signature and in any number of counterparts, each of which shall be deemed an original, but all of which together shall constitute one document. Counterpart signature pages may be delivered by telecopier, email or other means of electronic transmission. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year fust above written. CITY OF SAN RAFAEL ATTEST: LINDSAY LARA, City Clerk APPROVED AS TO FORM: I., M" 1� Aaaq'_ 14 yROBERT F. EPSTEIN, City omey CONTRACTOR [If Contractor is a corporation, add signature of second corporate officer] By: Name: —= op Title: �� C�vF�tj/ Exhibit 1 MIG, INC. Approach/Scope of Work MIG will provide on-call and contract planning services that will be coordinated by Shawna Brekke-Read, the MIG Project Coordinator. Shawna would be supported by a team of three Project Associates and one Senior Planner who have between 1 and 30 years of experiencing working on a broad range of development and long-range projects. To ensure MIG is assigning appropriate resources to match project needs, Shawna would work in conjunction with City staff to assign projects to individual planners and oversee their work. Unless otherwise directed by the City, MIG assumes City staff will provide project supervision and quality control for assigned projects. This proposal anticipates MIG contract planners will handle the full array of project review and entitlements. The following lists typical tasks that will be associated with our work: • Analyze development applications for compliance with the General Plan, Zoning Ordinance, Subdivision Map Act, Design Review Criteria, and other applicable plans, policies, and regulations. • Compile and analyze data on economic, social, environmental, and physical factors affecting land use and systemic or long-range tools that are available to address development implications. • Successfully manage projects from submittal to decision in a manner that is consistent with the Permit Streamlining Act, CEQA timeline requirements, and other "shot clock" requirements for housing and telecommunication projects. • Physical site planning to identify issues and explore alternatives for addressing issues based on a site visit(s). • Collaborate and work with City staff, the applicant, property owners, community groups, engineers, architects, and stakeholders, to discuss and advise on project issues, explain procedures, and provide interpretations and recommendations. • Maintain open communication with the designated City Planner, Community Development Department staff, other City departments, divisions or other jurisdictions, and the public. • Write staff reports, resolutions, ordinances, and conditions of approval for presentation to decision -makers. • Prepare for and make PowerPoint and oral presentations at public hearings and community meetings. • Prepare CEQA determinations and/or work closely with on-call CEQA consultants to ensure compliance with CEQA. • Coordinate condition and mitigation compliance throughout permit review and construction. MIG will also provide other services as needed, including but not limited to the following: • Facilitate processing development applications that are at -cost. • Prepare environmental analyses. Availability Staff identified in this proposal will be available to support City needs for the next 6 - 12 months. In aggregate, we expect to be able to provide staffing support comparable to approximately 12 - 20 hours a week during this time frame. Budget MIG proposes to provide services on a time/materials (T/M) basis. If needed for individual projects, MIG can prepare a project specific staffing plan, scope and budget estimate for use by the City. Project costs will be based on the following: Principal T $210/hour Project Coordinator I $170/hour Senior Planner I $155/hour Associate Planner 1 $110/hour Planner ; $90/hour Administrative Support I $85/hour I Reimbursable Costs MIG is prepared to provide services at City offices using City equipment and facilities or at MIG offices. To the extent that tasks require MIG employees to produce documents, facilitate communication, or travel, the following costs would be reimbursed as indicated: Direct costs or project expenses such as photocopying (large quantity); plotting; and printing (B & W or color) are charged at cost plus 10%. The cost of communications including long-distance (excluding cell phones), fax, postage, courier, and other delivery costs are charged at cost, plus 10%. Excluding miles associated with commuting to and from San Rafael, the mileage charge for personal auto use will be the currently applicable mileage rate established by the Internal Revenue Service. to Alicia Giudice from Tricia Stevens, MIG re #ZC21-001 5800 Northgate Dr. date 05/04/2021 Project Understanding The City of San Rafael would like MIG to provide planning services for the redevelopment of Northgate Mall. MIG understands the project will include a comprehensive redevelopment of Northgate Mall to an open-air'main street experience' surrounded by high-density multifamily housing within two (2) phases. Project proposes to reduce the existing commercial retail, from 775,677 sq. ft. to 246,677 sq. ft., and construct six (6), five (5) -story high-density multifamily residential buildings with a combined 1,356 living units. The project requests 24' height bonuses for the new residential buildings with a total height of 60' each. The project proposes to provide 5% affordable housing plus an additional unspecified affordable component (either additional low-income units, an increased number of moderate -income units, or an in -lieu fee). The project is located in the GC Zone and is designated GC in the General Plan, and is in a Priority Development Area (PDA). The requested entitlement include: • Rezone to the PD (Planned Development) Overlay Zone • Master Use Permit • Height Bonus • Affordable Housing Plan • Design Review Permit • Tentative Map • Development Agreement • Certification of an EIR The San Rafael General Plan 2020, the City's Municipal Code, and the draft 2040 General Plan authorize the proposed residential, commercial and retail mixed land use contemplated by the project. With the addition of housing to the project, the project directly advances General Plan policies aimed at revitalizing the Northgate Town Center area. It is anticipated that the project will be PLANN ING I D ESIG N I COM MUNI CATIONS I MANAG EMENT I S C I E N C E I TECHNOLOGY 800 Hearst Avenue • Berke ev, CA 94710 • USA • 510-845-7549 • FAX 510-845-8750 • www migcorn corn Offices in California • Coiorado • New York • Oregon • Texas • Washington L_ni IILai I i evaluated against the 2040 General Plan as the project will likely not be deemed complete until after the adoption of the new General Plan. Because of the size and scope of this project, and the inclusion of both market - rate and affordable housing, MIG will ensure that the requirements of the State Housing Accountability Act will be followed. MIG recognizes that the design and mix of uses needs additional review in order to meet the City's objectives. MIG anticipates a robust early design review process involving qualified urban design professionals, the Design Review Board, the Planning Commission, and the community. In particular, we understand that the mix of commercial uses and the design of pedestrian amenities needs additional scrutiny. Tricia Stevens, AICP, will serve as the overall project manager. Chris Beynon, AICP, will provide urban design and architectural expertise for the design review portion of the project. Both have extensive experience with housing developments. Chris' urban design expertise with mixed use, retail, and housing development is summarized in the attachment. Scope of Work MIG will coordinate with City of San Rafael Staff to complete the following tasks: Task 1 - Application Processing/Initial Project Review: MIG will undertake the following as part of the application processing. - Review the application and technical reports and documents to understand project scope and issues; - Conduct field review to understand the project setting and context; - Participate in meetings (in person and/or by phone) with the applicant and City Staff, to coordinate related to project needs and issues. This will include bi-monthly check -ins with the Development Coordinating Committee; - Review and analyze re -submitted application materials to determine whether adequate information has been provided by the applicant and to understand project issues; - Provide an initial analysis of General Plan and zoning consistency to determine areas of inconsistency at early project stages. This initial consistency analysis will be provided within two weeks of contract `OA 1 11 4.Y 1 / i approval. A complete consistency analysis will be provided within 60 days after the application is deemed complete. - Coordinate with other agencies that have jurisdiction over the application; - Coordinate with other City Departments as needed to address project needs; and - Provide public information and coordinate with interested community members and groups. Task 1 Deliverables: - Memorandum outlining initial project consistency with General Plan and zoning requirements. - Completeness letter in compliance with the Permit Streamlining Act if necessary, after second submittal. - Meeting minutes as needed - Collateral materials (e.g. public notice, memos) if necessary Task 2 - Early Design Review: MIG proposes a robust early design review process to provide design direction to the applicant to ensure the project meets City objectives for a superior mixed-use center. Please see separate letter for a detailed description of this task. Task 3 (Optional) - Preparation of a Master Plan for the site and a more in- depth critique. This task would result in a comprehensive Master Plan to guide development over a 20 -year period. This Master Plan would have chapters on Overall Vision, Design, Development Standards, Transportation, and Infrastructure. MIG would engage the services of sub -consultants on marketing/economics and transportation. MIG would rely on the applicant to provide architectural and landscaping plans, and renderings. Deliverables - Production of a Master Plan document for city review and adoption. Task 4 - Coordination on Environmental Analysis: MIG will coordinate the preparation of an EIR, to be prepared by others. - Coordinate with EIR preparers on EIR initiation. Review project description. - Ongoing coordination with EIR preparers as EIR is underway; - Review Admin Draft EIR on behalf of the City. Coordinate review by other City Departments; - Review Responses to Comments to DEIR on behalf of the City. - Ensure proposed mitigation measures are incorporated into project conditions of approval. S—lr%I IILaI 1 AL. - This scope of work anticipates two -three meetings on EIR coordination. Task 4 Deliverables: - Memorandum with comments on Admin Draft EIR. Task 5 - Staff Report Preparation and Decision -Making: Working from City templates, MIG will prepare analysis and recommendations by undertaking the following tasks. - Draft a decision-making document for consideration by City Staff for Planning Commission and City Council hearings, including conditions of project approval. Based on feedback from Staff, MIG will complete final decision-making documents with conditions of approval for use by the City. - Working from City templates for PowerPoint presentations for similar projects, MIG will prepare PowerPoint presentations for the project, and attend up to four public hearings to make presentations on the project. - Support project completion by reviewing meeting minutes, drafting NODS and updating tracking information to document project close-out. Task 5 Deliverables: - Draft decision document for Planning Commission Hearing (electronic submittal, in Word and PDF formats) - Final decision document for Planning Commission Hearing (electronic submittal, in Word and PDF formats) - Draft decision document for City Council Public Hearing (electronic submittal, in Word and PDF formats) -- Final decision document for City Council Public Hearing (electronic submittal, in Word and PDF formats) Draft and Final PowerPoint Presentations (electronic submittals) Budget MIG will complete the above -noted scope of work for an estimated cost of $83,448as broken down by task in Table 1. Table 1: Budget Estimate Estimated ESTIMATED MIG CONSULTANT BUDGET ESTIMATE HOURS COSTS N1 i G ic. L./%1 I I L.01 1 i Administration Project Initiation and Setup 7 $1,120 Post Approval Processing (NOD, Resolutions, File Closure, Etc.) 6 $960 Project Management (7%) 30 $4,738 Administration Subtotal 43 $6,818 Task 1 Application Processing/Initial Review Review Application and Technical Reports 25 $6,050 Interdeptment/Interagency coordination 15 $2,400 Client Meetings 20 $3,200 Consistency Review 25 $4,000 Site Visit 8 $1,280 Task 1 Subtotal 93 $16,930 Task 2 Design Review Vision and Goals Setting 25 $6,325 Opportunities and Constraints Analysis 25 $6,325 Design Parameters and Direction 25 $6,325 Preparation of Staff Materials for DRB and PC workshop 25 $6,325 Task 2 Subtotal 100 $25,300 Task 3 (Optional) Marketing/Economics Subconsultant Transportation Subconsultant Additonal design charrettes City and community Draft Master Plan Final Master Plan Task 4 Subtotal TBD Task 4 Coordination on EIR 45 $7,200 Task 4 Subtotal 45 $7,200 Task 5 Staff Report Preparation and Decision-making PC staff reports and meeting materials 90 $14,400 City Council staff reports and meeting materials 50 $8,000 Public Hearing Preparation, attendance, follow-up 30 $4,800 Task 5 Subtotal 170 $27,200.00 Total 451 $83,448 Assumptions: — MIG staff will visit the property and attend public hearings, all other meetings will occur by phone or zoom. — Direct expenses, such as for any significant copying costs, will be billed at cost, and will be in addition to the above total; this would first be discussed with the City. - Notice and agenda preparation and similar administrative tasks would be the responsibility of City — MIG staff will attend a total of five Public Hearings. MIG staff will attend 4-5 client/applicant meetings. Assumes one round of review for each deliverable. — Attendance at any additional meetings, changes to the project description, or expansion of this scope of work or level of analysis required would require additional fees. RAF61 q�� 1 s 2 5 /ry WITH P tf CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: Community Development Project Manager: Leslie Mendez Extension: 3095 Contractor Name: MIG Contractor's Contact: Scott Davidson Contact's Email: scottd@migcom.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DESCRIPTION COMPLETED REVIEWER DEPARTMENT DATE Check/Initial 1 Project Manager a. Email PINS Introductory Notice to Contractor Click ...;re to ❑ enter a date. ❑ b. Email contract (in Word) and attachments to City Click here to OMG Attorney c/o Laraine.Gittens@cityofsanrafael.org enter a date. 10/11/2021 2 City Attorney a. Review, revise, and comment on draft agreement 10/19/2021 ❑x LG and return to Project Manager 10/19/2021 ❑X LG b. Confirm insurance requirements, create Job on PINS, send PINS insurance notice to contractor 3 Department Director Approval of final agreement form to send to 10/20/2021 ❑X MG contractor 4 Project Manager Email original of final agreement to contractor for 10/20/2021 ❑X MG their signature 5 Project Manager When necessary, contractor -signed agreement ❑ N/A agendized for City Council approval * *City Council approval required for Professional Services ❑X MG Agreements and purchases of goods and services that exceed Or $75,000; and for Public Works Contracts that exceed $175,000 11/1/2021 Date of City Council approval PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 6 Project Manager Forward signed original agreements to City 11/23/2021 Attorney with printed copy of this routing form MG 7 City Attorney Review and approve hard copy of signed agreement �13 8 City Attorney Review and approve insurance in PINS , and bonds l 130 (for Public Works Contracts) D h� 9 City Manager/ Mayor Agreement executed by City Council authorized f I official 10 City Clerk Attest signatures, retains original agreement and forwards copies to Project Manager