You are on page 1of 57

CITY OF CARMEL-BY-THE-SEA

CITY COUNCIL
Staff Report
SR 2017-113
August 8, 2017
Consent Agenda

TO: Honorable Mayor and City Council Members

SUBMITTED BY: Robert M. Harary, P.E., Director of Public Works

APPROVED BY: Chip Rerig, City Administrator

SUBJECT: Consideration of the adoption of a resolution authorizing the City Administrator to


execute a Professional Services Agreement with Kasavan Architects for design and
construction support of the Police Building Renovation Project for a total fee, including
contingency, of $122,815.

RECOMMENDATION

Adopt a resolution authorizing the City Administrator to execute a Professional Services Agreement with
Kasavan Architects for design and construction support services for the Police Building Renovation project with
a fee not-to-exceed $111,650, and authorizing the City Administrator, or designee, to expend up to an additional
10% of the fee, $11,165, for unforeseen additional technical services which may be required.

BACKGROUND / SUMMARY

The Police Department Building was constructed in 1967. Now at 50 years old, this facility requires modernization
to accommodate current police technology and improvements to maintain functionality. Specifically, the facility
needs to be expanded by enlarging the dispatch room and adding property, evidence-processing, and utility
rooms. The electrical system requires upgrades due to significantly-increased demands by computers, radios,
communications, and 911 systems, and the air handling and plumbing systems require repairs and upgrades to
protect employee health.

On May 5, 2017, the City issued a Request for Qualifications (RFQ) for architectural, engineering, and
construction support services for the renovation and expansion of the Police Building. Legal notices were
published in the Carmel Pine Cone, and courtesy notices were mailed to 42 related firms that have current City
business licenses. In addition, notices were posted on the Monterey Bay Chapter of the American Institute of
Architects website.

The City received Statements of Qualifications (SOQs) from eight (8) firms: Calpo, Hom, & Dong Architects, Inc.,
Congleton Architect AIA, Fletcher + Hardoin with Nichols, Melburg, & Rossetto Architects, Indigo, Kasavan
Architects, Paul Byrne Architect, SIM-PBK, and Wald, Ruhnke, & Dost Architects. All submittals were deemed
responsive.
A Selection Committee comprised of the City Administrator, Director of Public Safety, Planning and Building
Director, and two Project Managers, independently evaluated and ranked all SOQs based on criteria noted in
the RFQ including: understanding the projects objectives, qualifications of key staff, related project experience,
capabilities of their team with subconsultants, references and familiarity with Carmel and the Monterey peninsula.
The committee unanimously determined that Kasavan Architects was the best qualified firm for this project.

Founded in Salinas in 1949, Kasavan Architects is one of the most established architectural firms in the Monterey
Bay Area. They specialize in Public Works projects and designed over 1,000 projects for federal, state, county,
and municipal agencies.

This Police Building Renovation Project consists of two distinct components. Inside the building, the dispatch
room will be reconfigured and modernized. Outside, the building will be extended to the south to provide more
space for evidence and storage. This expansion is contingent on the existing concrete roof slab of the Public
Works garage being structurally capable of supporting this expansion, as anticipated. Until the architect
completes the schematic design phase, it is unknown if the project will be constructed under two separate
construction contracts, the first to complete the interior portion sooner, or for all work to be constructed under
one contract at reduced cost. Design and permitting is anticipated to take approximately four to six months from
issuance of the Notice to Proceed.

FISCAL IMPACT

The Police Department Renovation is a capital improvement project with an initial budget or $250,000 in account
13-74907. While the architects fees for design and construction support for both portions of the project may
appear high in comparison with the available budget, they are reasonable due to the many technical specialties
involved, including a structural seismic evaluation, hazardous materials investigation, engineering services, etc.
Should the City decide to bid and construct the project under one combined construction contract, the architects
fees may be reduced. A 10% contingency is normal and customary for architectural services associated with
building renovation projects.

When the design nears completion, we will have a more accurate cost estimate for construction of the project.
At this time, it appears that additional funds will be required. This matter will be considered during the mid-year
budget process.

PRIOR CITY COUNCIL ACTION

On May 2, 2017, the City Council adopted the Fiscal Year 2017/18 Capital Improvement Program Budget which
allocated $250,000 from Measure D revenue for the Police Department Renovation Project.

ATTACHMENTS

1. Resolution ____ 17-


2. Professional Service Agreement with Kasavan Architects
CITY OF CARMEL-BY-THE-SEA
CITY COUNCIL

RESOLUTION NO. 2017 - ___

A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARMEL-BY-THE-SEA


AUTHORIZING THE CITY ADMINISTRATOR TO EXECUTE A PROFESSIONAL
SERVICES AGREEMENT WITH KASAVAN ARCHITECTS FOR DESIGN AND
CONSTRUCTION SUPPORT SERVICES OF THE POLICE DEPARTMENT
RENOVATION PROJECT FOR A TOTAL FEE, INCLUDING CONTINGENCY, OF
$122,815.

WHEREAS, the Carmel-by-the-Sea Police Department Building is an essential, but 50


year old facility in need of modernization and improvements to maintain functionality; and

WHEREAS, the City desires to retain an architectural firm for design of the renovation
and expansion of the building; and

WHEREAS, pursuant to Municipal Code Section 3.12.160, the City issued a Request for
Qualifications (RFQ) for design and construction support services, published legal notices in the
Carmel Pine Cone in addition to other outreach methods, and received eight Statements of
Qualifications (SOQs); and

WHEREAS, a Selection Committee comprised of five City staff members independently


evaluated and ranked all SOQs based on criteria noted in the RFQ; and

WHEREAS, the Selection Committee unanimously recommends awarding a


Professional Services Agreement to Kasavan Architects; and

WHEREAS, the detailed scope of work, fees, and schedule were successfully negotiated
with Kasavan Architects resulting in a total fee not-to-exceed $111,650; and

WHEREAS, on May 2, 2017, the City Council adopted the Fiscal Year 2017/18 Capital
Improvement Program Budget which allocated $250,000 from Measure D revenue for the Police
Department Renovation Project;

NOW, THEREFORE, BE IT RESOLVED THAT THE CITY COUNCIL OF THE CITY OF


CARMEL-BY-THE-SEA DOES HEREBY:

Authorize the City Administrator to execute a Professional Services Agreement with


Kasavan Architects for design and construction support services for the Police
Department Building Renovation Project with a fee not-to-exceed $111,650.

BE IT FURTHER RESOLVED THAT THE CITY COUNCIL OF THE CITY OF CARMEL-BY-


THE-SEA DOES HEREBY:

Authorize the City Administrator, or designee, to expend up to an additional 10% of the


fee, $11,165, for unforeseen technical services which may be required.
PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF CARMEL-BY-
THE-SEA this 8th day of August, 2017, by the following roll call vote:

AYES: COUNCIL MEMBERS:

NOES: COUNCIL MEMBERS:

ABSENT: COUNCIL MEMBERS

SIGNED: ATTEST:

_______________________
Steve Dallas, Mayor Ashlee Wright
City Clerk
AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES

Kasavan Architects
Architectural Design and Construction Support Services
Agreement Number

THIS AGREEMENT is executed this ___ day of August, 2017 by and between the CITY
OF CARMEL-BY-THE-SEA, a municipal corporation (hereinafter CITY), and Kasavan Architects
(hereinafter "CONSULTANT").

IT IS HEREBY MUTUALLY AGREED AS FOLLOWS:

1. Scope. CONSULTANT hereby agrees to provide to CITY architectural and


engineering design, and public bidding and construction support services as the scope of services
under this Agreement as set forth in the proposal for services dated July 26, 2017 (Exhibit A),
attached hereto and incorporated herein by this reference.

CONSULTANT is bound by the contents of CITY'S Request for Qualifications,


attached as Exhibit "B" and incorporated herein by this reference, and the contents of the proposal
submitted by CONSULTANT (Exhibit "C"). In the event of conflict, the requirements of CITY'S
Request for Qualifications and this Agreement shall take precedence over those contained in
CONSULTANT'S proposal.

2. Timely Work. CONSULTANT shall perform all duties incidental or necessary in a


timely fashion; and shall be performed diligently, competently, and in accordance with
professional standards of performance. Failure to so perform is hereby deemed a material breach
of this Agreement, and CITY may terminate this Agreement with no further liability hereunder. City
may agree in writing with CONSULTANT to an extension of time. It is expressly agreed and
understood that CONSULTANT shall not be held responsible for delays occasioned by factors
beyond their control, nor by factors that could not reasonably have been foreseen at the time of
execution of this AGREEMENT.

3. Term. The work under this Agreement shall commence on August 9, 2017 and
terminate on December 31, 2019. The parties may agree to extend or amend this Agreement
prior to its expiration.

4. Compensation. CITY shall pay CONSULTANT in an amount not to exceed


$111,650, which said sum shall include all costs, as presented in the proposal dated July 26, 2017
(Exhibit A), and in accordance with this Agreement.

Compensation under this Agreement shall become due and payable thirty (30)
days after CITYs approval of CONSULTANTS submission of monthly written invoices. Written
invoices shall clearly itemize each charge. The payment of any compensation to CONSULTANT
hereunder shall be contingent upon performance of the terms and conditions of this Agreement
to the reasonable satisfaction of the City Administrator.

If the City Administrator determines that the work set forth in the written invoice
has not been performed in accordance with the terms of this Agreement, CITY shall not be
responsible for payment until such time as the work has been performed to the reasonable
satisfaction of the City Administrator.

5. Additional Services. In the event that CITY should request additional services
not covered by the terms of this Agreement, said additional services and compensation shall be
agreed upon in advance and in writing by CONSULTANT and the City Administrator.
CONSULTANT shall not be compensated for any additional services unless such additional
1

services and compensation are approved by the City Council inasmuch as all Agreements
exceeding $24,999.00 require City Council approval to be valid.

6. Meet and Confer. CONSULTANT agrees to meet and confer with CITY or its
agents or employees with regard to services as set forth herein as may be required by City
Administrator to insure timely and adequate performance of this Agreement.

7. Suspension or Termination of Agreement Without Cause. CITY may at any


time, for any reason, with or without cause, suspend or terminate this Agreement, or any portion
hereof, by serving upon the CONSULTANT at least ten (10) business days prior written notice.
Upon receipt of said notice CONSULTANT shall immediately cease all work under this Agreement
unless the notice provides otherwise. If CITY suspends or terminates a portion of this Agreement
such suspension or termination shall not make void or invalidate the remainder of this Agreement.

In the event this Agreement is terminated pursuant to this section CITY shall pay
CONSULTANT the actual value of the work performed up to the time of termination provided that
the work performed is of value and approved by CITY. Upon termination of this Agreement
pursuant to this section CONSULTANT will submit an invoice to CITY pursuant to section 4 of
this Agreement.

8. Default of CONSULTANT. CONSULTANT'S failure to comply with the provisions


of this Agreement shall constitute a default. In the event that CONSULTANT is in default for
cause under the terms of this Agreement, CITY shall have no obligation or duty to continue
compensating CONSULTANT for any work performed after the date of default and can terminate
this Agreement immediately by written notice to CONSULTANT. If such failure by CONSULTANT
to make progress in the performance of work hereunder arises out of causes beyond
CONSULTANT'S control, and without fault or negligence of CONSULTANT, it shall not be
considered a default.

9. Indemnification. CONSULTANT hereby agrees to the following indemnification


clause:

To the fullest extent permitted by law (including, without limitation, California Civil
Code Sections 2782 and 2782.6, if applicable), CONSULTANT shall defend (with legal counsel
reasonably acceptable to designated agents, departments, officials, representatives, and
employees, collectively Indemnitees) from and against claims, loss, cost, damage, injury expense
and liability (including incidental and consequential damages, court costs, reasonable attorneys
fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection
therewith and costs of investigation) to the extent they arise out of, pertain to, or relate to, the
negligence, recklessness, or willful misconduct of CONSULTANT, any sub-consultant, anyone
directly or indirectly employed by them, or anyone that they control (collectively Liabilities). Such
obligations to defend, hold harmless and Indemnify any Indemnitee shall not apply to the extent
that such Liabilities are caused in part by the negligence, or willful misconduct of such Indemnitee.

Notwithstanding the provisions of the above paragraph, CONSULTANT agrees to


indemnify and hold harmless CITY from and against any and all claims, demands, defense costs,
liability, expense, or damages arising out of or in connection with damage to or loss of any property
belonging to CONSULTANT or CONSULTANTS employees, Agreementors, representatives,
patrons, guests or invitees.

CONSULTANT further agrees to indemnify CITY for damage to or loss of CITY OF


CARMEL-BY-THE-SEA property to the proportionate extent they arise out of CONSULTANTS
negligent performance of the work associated with this Agreement or to the proportionate extent
they arise out of any negligent act or omission of CONSULTANT or any of CONSULTANTS
2

employees, agents, Agreementors, representatives, patrons, guests or invitees; excepting such


damage or loss arising out of the negligence of CITY.

10. Insurance. CONSULTANT shall submit and maintain in full force insurance as
described herein. Without altering or limiting CONSULTANTS duty to indemnify, CONSULTANT
shall maintain in effect throughout the term of this Agreement, a policy or policies of insurance
with the following minimum limits of liability:

Commercial general liability insurance including but not limited to premises,


personal injuries, bodily injuries, products, and completed operations, with a combined single limit
of not less than $1,000,000 per occurrence and $2,000,000 in the aggregate.

Professional liability insurance CONSULTANT shall maintain in effect


throughout the term of this Agreement professional liability insurance with limits of not less than
$1,000,0000 per claim and $2,000,000 in the aggregate. CONSULTANT will either maintain or
cause to be maintained professional liability coverage in full force or obtain extended reporting (tail
coverage with the same liability limits) for at least five (5) years following CITYs acceptance of
work.

Commercial automobile liability insurance covering all automobiles, including


owned, leased, non-owned and hired automobiles, used in providing services under this
Agreement, with a combined single limit of not less than $1,000,000 per occurrence.

Workers Compensation Insurance If CONSULTANT employs others in the


performance of this Agreement, CONSULTANT shall maintain workers compensation insurance
in accordance with California Labor Code section 3700 and with a minimum of $1,000,000 per
occurrence for employers liability.

Other Insurance Requirements

A. All insurance required under this Agreement must be written by an


insurance company either:

1) Admitted to do business in California with a current A.M. Best rating


of no less that A:VI;

Or

2) An insurance company with a current A.M. Best rating of no less


that A: VII

Exception may be made for the State Compensation Insurance Fund when
not specifically rated.

B. Each insurance policy required by this Agreement shall be endorsed to


state that CITY shall be given notice in writing at least thirty (30) days in
advance of any cancellation thereof, except CITY shall be given TEN (10)
days notice for nonpayment of the premium.

C. The general liability and auto policies shall:

1) Provide an endorsement naming CITY, its officers, officials, and


employees as additional insureds under an ISO CG 20 10 07 04 and ISO
20 37 07 04 or their equivalent.

2) Provide that such insurance is primary and non-contributing


insurance to any insurance or self-insurance maintained by CITY.

3) Contain a Separation of Insureds provision substantially


equivalent to that used in the ISO form CG 00 01 10 01 or their equivalent.

4) Provide for a waiver of any subrogation rights against CITY via an


ISO CG 24 01 10 93 or its equivalent.

D. Prior to the start of work under this Agreement CONSULTANT shall file
certificates of insurance and endorsements evidencing the coverage
required by this Agreement with the City Administrator. CONSULTANT
shall file a new or amended certificate of insurance promptly after any
change is made in any insurance policy which would alter the information
on the certificate then on file.

E. Neither the insurance requirements hereunder, nor acceptance or approval


of CONSULTANTS insurance, nor whether any claims are covered under
any insurance, shall in any way modify or change CONSULTANTS
obligations under the indemnification clause in this Agreement, which shall
continue in full force and effect. Notwithstanding the insurance
requirements contained herein, CONSULTANT is financially liable for its
indemnity obligations under this Agreement.

F. Any deductible or self-insured retentions must be declared to and approved


by CITY. At the option of CITY either: the insured shall reduce or eliminate
such deductibles or self-insured retentions as respects CITY, its officers,
officials, employees, and volunteers; or CONSULTANT shall provide a
financial guarantee satisfactory to CITY guaranteeing payment of losses
and related investigations, claim administration, and defense expenses.

11. Ownership of Work. Upon completion of the work under this Agreement,
ownership and title to all materials and deliverables produced as part of this Agreement will
automatically be vested in CITY and no further Agreement will be necessary to transfer ownership
to CITY. CONSULTANT shall not be held liable for any modification or re-use of CITY-owned
materials and deliverables for purposes outside their original intent.

12. Licensing. CONSULTANT represents that it is properly licensed to perform the


work specified under this Agreement, including but not limited to, possession of a current city
business license.

13. Termination. This Agreement may be terminated by either party upon thirty (30)
calendar days written notice to the other party. In the event of such termination, CITY shall pay
CONSULTANT for all services performed in accordance with this Agreement to the date of receipt
of notice of termination. An itemized statement of the work performed to the date of termination
shall be submitted to CITY. In ascertaining the services actually rendered hereunder up to the date
of termination of this Agreement, consideration shall be given to both completed work and work in
process of completion, and to complete and incomplete drawings and other documents whether
delivered to CITY or in the possession of the CONSULTANT.

14. Agency. In performing the services specified under this Agreement,


CONSULTANT is hereby deemed to be an independent CONSULTANT and not an agent or
employee of CITY.

15. Authority of the City Administrator. CONSULTANT shall perform all necessary
services provided under this Agreement and outlined in the proposal and shall do, perform, and
carry out said work in accordance with this Agreement as determined by and to the reasonable
satisfaction of the City Administrator. The City Administrator reserves the right to make changes,
additions or deletions, to the scope of work as deemed necessary or advisable to implement and
carry out the purposes of this Agreement. The City Administrator is authorized to execute change
orders.

16. Responsibility of Consultant. By executing this CONSULTANT represents and


state to CITY that he/she possesses, or will arrange to secure from others, all necessary
professional capabilities, experience, resources and facilities necessary to provide to city the
services contemplated under this Agreement. CONSULTANT further represents that he/she will
follow the current generally accepted practices of the profession to make findings, render opinions,
prepare factual presentations, and provide professional advice and recommendations regarding
the project for which services are rendered under this Agreement.

17. Materials and Equipment. CONSULTANT shall furnish at his/her own expense,
all materials and equipment necessary to carry out the terms of this Agreement.

18. Digital Files. CONSULTANT shall furnish copies of all deliverables in digital
format.

19. Audit Authority. CONSULTANT shall keep full and detailed accounts and
exercise such controls as may be necessary for proper financial management under this
Agreement; the accounting and control systems shall be satisfactory to CITY. CITY and CITYs
auditor shall be afforded access to CONSULTANTs records, books, correspondence and other
data relating to this Agreement. CONSULTANT shall preserve these records, books,
correspondence and other data relating to this Agreement for a period of four (4) years after final
payment or for such longer period as may be required by law. In addition, CONSULTANT agrees
to make said records, books, correspondence and other data relating to this Agreement available
to CITY at CITYs principle place of business upon seventy-two (72) hours advance written notice.
The City Administrator, or his or her designee, shall at all times have the right to inspect the work,
services, or materials. CONSULTANT shall furnish all reasonable aid and assistance required by
CITY for the proper examination of the work or services and all parts thereof. Such inspection shall
not relieve CONSULTANT form any obligation to perform said work or services strictly in
accordance with the specifications of any modifications thereof and in compliance with the law.

20. Notices. All notices herein provided to be given, or which may be given by either
party to the other, shall be considered fully received when made in writing and deposited in the
United States mail, certified and postage prepaid, and addressed to the respective parties as
follows:

CITY: Robert M. Harary, P.E.


Director of Public Works
City of Carmel-by-the-Sea
P.O. Box CC
Carmel-By-The-Sea, CA 93921

CONSULTANT: Peter Kasavan, FAIA


President
60 W. Market Street, Suite 300
Salinas, CA 93901

21. Entire Agreement. This Agreement constitutes the entire Agreement between
the parties hereto and supersedes any and all prior Agreements, whether oral or written, relating
to the subject matter thereof. Any modification of this Agreement will be effective only if it is in
writing signed by both parties hereto.

22. Validity. If any provision in this Agreement is held by a court of competent


jurisdiction to be invalid, void or unenforceable, the remaining provisions will continue in full force
without being impaired or invalidated in any way.

23. Assignment of Interest. The duties under this Agreement shall not be
assignable, delegable, or transferable without the prior written consent of CITY. Any such
purported assignment, delegation, or transfer shall constitute a material breach of this Agreement
upon which CITY may terminate this Agreement and be entitled to damages.

24. Conflict of Interest/Political Reform Act. CONSULTANT shall at all times avoid
conflicts of interest, or the appearance of conflicts of interest, in the performance of this
Agreement.

During the term of this Agreement CONSULTANT shall not directly or indirectly,
either as a partner, employer, employee, consultant, principal, and agent or in any individual or
representative capacity, engage or participate in any business or voluntary activity on behalf of
any other party on any property located within the City of Carmel-by-the-Sea without notification
to City Administrator.

If CITY determines CONSULTANT comes within the definition of CONSULTANT


under the Political Reform Act (Government Code Sections 87100 et seq.) CONSULTANT shall
complete and file, and shall require any other person doing work under this Agreement, to
complete and file a "Statement of Economic Interest" with CITY disclosing CONSULTANT'S
and/or such other person's financial interests.

25. Non-discrimination/Affirmative Action. CONSULTANT will not discriminate


against any employee or applicant for employment because of race, creed, color, sex, age,
national origin, marital status, physical or other motor handicap, unless based upon bonafide
occupational disqualification.

CONSULTANT will take affirmative action to ensure that applicants are employed
and that employees are treated during employment without regard to their race, creed, color, sex,
age, national origin, marital status, physical or other motor handicap.

26. Counterparts. This Agreement may be executed in multiple originals, each of


which is deemed to be an original, and may be signed in counterparts.

27. Laws. CONSULTANT agrees that in the performance of this Agreement it will
reasonably comply with all applicable state, federal and local laws and regulations. This
Agreement shall be governed by and construed in accordance with the laws of the State of
California and the City of Carmel-by-the-Sea.

28. Attorneys Fees and Court Venue. Should either party to this Agreement bring
legal action against the other, (formal judicial proceeding, mediation or arbitration), the case shall
be handled in Monterey County, California, and the party prevailing in such action shall be entitled
to a reasonable attorneys fee which shall be fixed by the judge, mediator or arbitrator hearing the
case and such fee shall be included in the judgment, together with all costs.

29. Severability. If any term of this Agreement is held invalid by a court of competent
jurisdiction, the remainder of this Agreement shall remain in effect.

IN WITNESS WHEREOF, this Agreement is entered into by the parties hereto in Carmel,
California, on the day and year first written above.

CITY OF CARMEL-BY-THE-SEA:

By: _____________________________ Date: ___________________


Chip Rerig, CITY Administrator

CONSULTANT:

By: _____________________________ Date: ______________________


Peter Kasavan, FAIA, President

ATTEST:

By: _____________________________ Date: ______________________


Ashlee Wright, CITY Clerk

APRROVED AS TO FORM:

By: _____________________________ Date: ______________________


Glen Mozingo, CITY Attorney


City of Carmel-by-the-Sea Police Station
July 7, 2017
Rev. July 26, 2017

Exhibit A - Scope of Work, Fees, and Schedule for the Police Department Building Renovation Project

A/E basic services effort consists of design services for Two Phases of construction. The First phase is to
accommodate the relocation of existing electrical and communication equipment near the dispatch room into
the basement communications room. The dispatch room will incorporate the old electrical closet and receive
new floor, wall finishes, and light fixtures as necessary. The Second phase includes a new building addition
including new property room, evidence room, and associated storage rooms located in the existing raised
planter area. As well as, a new egress corridor and doors from the basement level, and ADA upgrades to the
main accessible entrance and one main restroom. Services include normal structural, mechanical, plumbing,
electrical and data/communications to support equipment and workflow requirements as approved by the
owner and equipment vendor, and as required by applicable codes and regulations per the agreement &
attached plans Exhibit A. We have engaged and included the following sub consulting services Structural
Engineer- Urfer & Associates (Aptos, CA), Electrical Engineer- Aurum Consulting Engineers (Monterey, CA),
Mechanical Engineer- Axiom Engineers (Monterey, CA) and Hazardous Material Consultant M3
Environmental Engineering (Monterey, CA).

The goal of our effort will be to secure City approval of the tenant improvements as indicated above in a set of
biddable construction documents and to provide normal construction administration.

Part 1 Scope of Work (PHASE I & PHASE II)

PHASE I:

Dispatch center including plan revisions to (E) dispatch room and relocation of equipment and electrical panels
to the (E) communications room in the basement, finishes, electrical, communications, data, and fire alarm.

A. Schematic design:
1. Two site visits to verify existing conditions to the extent necessary to accomplish design.
2. Prepare schematic design plans for review with Owner/Users for approval.
3. Make one revision per City of Carmel-by-the-Sea review comments.

B. Construction Documents Permit Set:


1. Architectural & Electrical drawings.
2. Structural anchorage details and Calculations.
3. Demolition plans.
4. Floor and Ceiling Plans.
5. Power and lighting plans.
6. Provisions for Telephone & Data System (conduits, cables and outlets).
7. Fire Alarm System Design.
8. Title 24 Lighting Calculations (indoor).
9. Green Building Standards Code required measures.
City of Carmel-by-the-Sea Police Station
July 7, 2017
Rev. July 26, 2017

10. Project manual.


11. Coordination with Owners consultants (i.e. radio systems, IT, security, 911 vendors).
12. Hazardous Materials reports, testing, monitoring and/or clearances for area of work,
coordinated with Hazmat Consultant.
13. Included are 2 review meetings with the City of Carmel-by-the-Sea project manager.
14. Prepare application and plans necessary to secure City approval.
15. Prepare Construction cost opinion for Phase I A/E scope of work.
16. Make revisions per City review comments & re-submit for approval.
17. Work Plan: includes 3 meetings (2 hours each), development of work restrictions and
incorporation into construction documents.

C. Bid
1. Response to bid RFIs.
2. Issue addenda as necessary.

D. Construction Administration:
1. 5 construction meetings & minutes (based on estimated 10 week project duration.)
2. Review of Submittals
3. Respond to RFIs
4. Provide ASIs, CCDs as necessary.
5. Revisions or design changes due to owner request or resulting from unforeseen existing
conditions will be provided as an additional service on a T&M basis.
6. Punchlist walk and Final walk to verify the completed work.
7. Record drawings of project scope in AutoCad format.

PHASE II:
Police station addition including new property room, evidence room, and associated storage rooms. New
egress from basement level, ADA upgrades to accessible entrance and main restroom.

A. Schematic design:
1. Site visit to verify existing conditions to the extent necessary to accomplish design.
2. Analyze the existing structural system to insure the new work will not require strengthening of
the existing structure.
3. Prepare schematic design plans for review with Owner/Users for approval.
4. Make one revision per City of Carmel-by-the-Sea review comments.

B. Construction Documents Permit Set:


1. Architectural, Structural, Mechanical, Electrical & Plumbing drawings.
2. Structural plans and Calculations.
3. Demolition plans.
4. Floor and Ceiling Plans.
5. Interior elevations.
6. Exterior elevations (limited to the area of work).
7. Mechanical and plumbing plans.
8. Power and lighting plans.
9. Provisions for Telephone & Data System (conduits, cables and outlets).
10. Fire Alarm System Design.
11. Title 24 Lighting Calculations (indoor).
City of Carmel-by-the-Sea Police Station
July 7, 2017
Rev. July 26, 2017

12. Green Building Standards Code required measures.


13. Project manual.
14. Coordination with Owners consultants (i.e. radio systems, IT, security, 911 vendors).
15. Included are 2 review meetings with the City of Carmel-by-the-Sea project manager.
16. Prepare Construction cost opinion for Phase II A/E scope of work.
17. Prepare application and plans necessary to secure City approval.
18. Make revisions per City review comments & re-submit for approval.

C. Bid
1. Response to bid RFIs.
2. Issue addenda as necessary.

D. Construction Administration:
1. 13 construction meetings & minutes (based on estimated 26 week project duration.)
2. Review of Submittals
3. Respond to RFIs
4. Provide ASIs, CCDs as necessary.
5. Revisions or design changes due to owner request or resulting from unforeseen existing
conditions will be provided as an additional service on a T&M basis.
6. Punchlist walk and Final walk to verify the completed work.
7. Record drawings of project scope in AutoCad format.

Part 2 Assumptions

A. These documents will be used by the City of Carmel-by-the-Sea project manager to bid the overall
scope of work as traditional design-bid-build project delivery method.
B. The City of Carmel-by-the-Sea has confirmed this may be a One- or Two-Phase project.
C. The Existing Record Drawings provided by the Owner may be relied on as accurate basis for design.
D. The included A&E Fee for architectural services shall be limited to the area of work indicated on
Exhibit A Attached that is required for a building permit from City of Carmel-by-the-Sea.
E. Kasavan Architects to lead the effort to create a phased workplan to minimize operational disruption
to the facility, with Owner input. See proposal for scope.
F. Additional efforts, as requested, will be billed on a T&M basis.
G. This proposal includes travel & other incidental reimbursable expenses. All correspondence, meeting
notes, reports, etc. shall be sent electronically. City submittal presentation materials, Bid documents
(drawing sets, project manuals, boards, handouts, graphics, models, etc.) will be billed at our regular
reimbursable rate of cost plus 10%.
H. Consoles/workstations for the Dispatch Room were acquired separately by the Owner. These items
are an FF&E item, installed and connected by Owners consultants.

Part 3 Fee

We propose the following Stipulated Sum to accomplish the Scope of Work and tasks as described below:

PHASE I:
City of Carmel-by-the-Sea Police Station
July 7, 2017
Rev. July 26, 2017

Schematic Design: $7,672


Design Development: $4,604
Construction Documents: $9,207
Bidding: $1,535
Construction Administration: $9,327
(includes record drawings of project scope in AutoCAD format)
Hazmat: $16,900
Hazardous Materials Inspection: $3,990
Hazardous Materials Abatement Specification: $2,875
Hazardous Material Abatement Oversight: $10,035

Total Stipulated Sum for PHASE I Architectural Services:


Forty-Nine Thousand Two Hundred Forty-Five Dollars and NO/100 ($49,245.00)

PHASE II:
Schematic Design: $14,688
Design Development: $8,808
Construction Documents: $17,625
Bidding: $2,938
Construction Administration: $16,346
(includes record drawings of project scope in AutoCAD format)

Total Stipulated Sum for PHASE II Architectural Services:


Sixty Thousand Four Hundred Five Dollars and NO/100 ($60,405.00)

Part 4 Schedule

Estimated schedules:

Phase I:
Schematic City Const. City Bid and Award: Construction (preliminary):
Design: Review: Documents: Review/ 7 weeks 10 weeks
4 weeks 2 weeks 4 weeks Permit:
2 weeks

Phase II:
Schematic City Const. Documents: City Bid and Award:
Design: Review: 8 weeks Review/ 7 weeks
4 weeks 2 Weeks Permit:
2 weeks
City of Carmel-by-the-Sea Police Station
July 7, 2017
Rev. July 26, 2017

Construction (preliminary):
26 weeks

Note: SD for Phase I and Phase II will be concurrent.

Part 5 Exclusions

A. Additional consultants and design not listed above (i.e. communications systems, radio systems, IT,
security, 911 vendors).
B. FFE design
C. Fire Alarm Voice Evacuation System Design.
D. CCTV, security
E. Green Building Code (Cal Green) voluntary measures.
F. As built drawings by Contractor.
G. Value Engineering Reviews.
H. Destructive testing to confirm concealed existing conditions
I. Fire Sprinkler deferred approval by Sub-contractor
J. Civil engineering, Landscape and Irrigation, Interior Design services
K. Erosion control and construction plan, SWPPP to be done by Contractor during Phase II.
L. Bid Administration.
M. Permits, plan review / submittal fees
N. Special Testing/Inspection fees
O. LEED Certification.
P. Meetings beyond those listed above.
Q. Other efforts not specifically listed above.
R. Services associated with unforeseen, hidden or unknown existing conditions will be provided on a
T&M basis with owner authorization.
S. Bid announcement preparation or advertising.

Part 6 Owner Requested Changes

A. Should the Owner choose to modify the Scope of Work, the Architect will cooperate with the Owner to
accomplish the owners goal if or when so directed. Services associated with Owner requested changes
will be provided on a T&M basis with owner authorization.
City of Carmel-by-the-Sea
REQUEST FOR QUALIFICATIONS (RFQ)
RFQ 16-17-013

THE CITY OF CARMEL-BY-THE-SEA IS INVITING CONSULTANTS TO SUBMIT


"STATEMENTS OF QUALIFICATIONS" (SOQs) FOR
ARCITECTURAL AND ENGINEERING DESIGN SERVICES
FOR THE POLICE DEPARTMENT RENOVATION

RFQ Release Date:


Friday, May 5, 2017

Recommended Meeting and Job Site Tour:


Wednesday, May 17, 2017 at 2 PM
Police Department at Junipero and Fourth Avenues, Carmel-By-The-Sea

Questions Due by:


Monday, May 22, 2017 at 12:00 PM

Responses to Questions to be Posted on City Website by:


Friday, May 26, 2017 at 5:00 PM

SOQs Submittal Due Date and Time:


Wednesday, June 7, 2017 at 10:00 AM

Public Opening of SOQs:


Wednesday, June 7, 2017 at 10:00 AM
Carmel City Hall Council Chambers on the east side of Monte Verde Street between
Ocean and Seventh Avenues, Carmel-by-the-Sea

DELIVER OR MAIL THE ORIGINAL SOQs AND FOUR (4) COPIES IN A SEALED
ENVELOPE CLEARLY MARKED RFQ-16-17-013 ARCHITECTURAL AND ENGINEERING
DESIGN SERVICES FOR THE POLICE DEPARTMENT RENOVATION TO THE ADDRESS
LISTED BELOW:

Mail or deliver sealed SOQs to:

City of Carmel-by-the-Sea
US Mail: City Clerk
P.O. Box CC
Carmel-by-the-Sea, CA 93921
City of Carmel-by-the-Sea
City Clerk
FedEx / UPS / Hand Delivery: east side of Monte Verde
Between Ocean and Seventh Avenues
Carmel-by-the-Sea, CA 93921

Page 1 of 10 RFQ 16-17-013


I. Introduction

The City of Carmel-by-the-Sea (City) is requesting SOQs from qualified architectural,


engineering, and consulting firms for providing professional architectural and
engineering design services for the renovation and expansion of the Police Department.
The successful respondent will enter into a Professional Services Agreement (PSA) to
assist the City in designing and constructing the project in the most timely and cost-
effective manner.

II. Synopsis of Scope of Services

The Carmel Police Department was constructed in 1967. Now, at fifty years old, this
facility requires specific improvements to enhance the work environment and its
functionality. The facility needs to be slightly expanded, enlarging the dispatch room
and adding a property room, an evidence processing room and a utility room to meet
the Departments personnel and storage needs. These renovations need to allow for
up-to-date police technology and computer hardware to better function with an
improved, ergonomic workspace. For example, the electrical demands, which have
been increasing with the need for more computers, monitors, radios, public works and
police communication phones, the 911 system, and uninterrupted power supplies to
protect all electrical components, must be considered in the redesign. In addition to the
electrical demands, the air handling system, plumbing and any associated abatement
may all need to be addressed during the renovation and expansion of the facility with
regard to employee health, law enforcement needs, and the upgrading of all systems.

The City is seeking candidates who can provide comprehensive full-service consulting
as defined by the American Institute of Architects:

1. Pre-Design Services
2. Schematic Design Services
3. Design Development
4. Preparation of Construction Documents
5. Bid Administration
6. Construction Administration

These services may include but are not limited to the following Scope of Services:

1. Project design which may include; planning, estimating, and preparation of


phased designs (schematic, design development and construction documents
including creation of a Scope of Work for the construction bid phase).
2. Participation during bidding, which may include; pre-bid meetings, bid questions,
addendums, evaluation of bids, etc.
3. Construction administration which may include; Requests for Information, project
meetings, close-out reports, etc.

Page 2 of 10 RFQ 16-17-013


If your firm is interested, please submit one original and four (4) copies of your
SOQs by June 7, 2017 at 10:00 AM, which includes the following information:

1. Cover letter of interest: Identify the location of the key individuals who will
be assigned to work on this project and include your California Architect
License number.
2. Background: Provide a brief description of your firms history, capabilities,
and target markets.
3. Organizational Chart: Provide a detailed organizational chart of the entire
project team, and describe relevant experience and qualifications of your
proposed key personnel (including resumes)
4. Experience: Describe at least 3 similar Public Works projects that your key
personnel have worked on within the past five years and demonstrate
successful completion of those projects (including information on project
estimates versus final cost and data on change orders with associated costs).
If your firm has completed similar projects without the involvement of the
proposed key personnel, please note this in your proposal.
5. Sub-Consultants: Identify sub-consultants to be used, if any, their
role/expertise, and prior teaming projects (for example Electrical, Mechanical,
Civil and/or Structural Engineers)
6. References: Include at least 3 references.
The SOQs shall not exceed 20 single-sided pages.

III. Schedule to Select Consultants:

The tentative schedule for selecting consultants is as follows:


SOQs submitted to City by 10:00 AM on June 7, 2017.
Optional interviews of candidates during the month of June
Notify selected consultants within one (1) month after the July City Council
Meeting

IV. Inquiries:

Only the following individual may be contacted during the RFQ process and this
individual must only be contacted via email:

Questions Pertaining to Scope of Name: Trevor Forster,


Services, Agreement for Professional
Public Works Project Manager
Consulting Services, and/or Insurance
Email address: tforster@ci.carmel.ca.us

Page 3 of 10 RFQ 16-17-013


V. Consultants Selection Policy & Process:

Consultant selection shall be made by an Evaluation Committee comprised of City Staff


who will review and evaluate SOQs based on the following criteria:

1. Understanding of the Citys Goals: Does the respondent demonstrate an


understanding of public works projects and public works design and the
functional requirements for essential services building projects in their SOQs?
2. Key Staff: Do the key personnel to be assigned to this project have the
requisite education, qualifications, and experience?
3. Experience: Has the firm demonstrated the ability to successfully provide
services for projects of similar complexity and nature? What is the firms
experience with designing public building renovation projects and/or
specifically police department renovation projects?
4. Services Offered: Does the firm and sub-consultants, if any, offer the breadth
and quality for all services required for the project?
5. Reputation: Are the firms references from past clients and associates
favorable, and does the firm show financial and operational stability?
6. Familiarity with Locality: Does the firm have familiarity and experience
working on projects on the Monterey Peninsula? Does the firm have a local
office?

The City reserves the right to make the consultant selection based on any
factors, whether quantitatively and/or qualitatively identifiable or not.
The City reserves the right to choose the Scope of Services which may be
assigned to the consultant.
The City reserves the right to define and/or redefine the Scope of Services
through amendments to an Agreement.
The City reserves the right to select consultants and /or assemble selected
consultants into implementation teams as it sees fit.
This solicitation for SOQs does not commit the City to enter into a contract.
This solicitation for SOQs does not commit the City to pay any costs incurred by
a consultant in the preparation of their SOQs.
The City reserves the right to accept or reject any SOQs, or to cancel in part or in
its entirety this solicitation for SOQs.
The City reserves the right to re-advertise for consulting services at any time in
this process.

VI. Award of an Agreement


A City of Carmel-by-the-Sea Professional Services Agreement (PSA) will be
developed and administered for the base Agreement. Refer to the example PSA
in the Exhibit A attachment.
A base Agreement will typically be executed once negotiations have been
successful and a consultant is approved for award of the Agreement.

Page 4 of 10 RFQ 16-17-013


Exhibit A

AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES


Vendor Name
Type of Service
Insert Agreement Number

THIS AGREEMENT is executed this_________2017 by and between the CITY OF


CARMEL-BY-THE-SEA, a municipal corporation (hereinafter CITY), and X (hereinafter
"CONSULTANT").
IT IS HEREBY MUTUALLY AGREED AS FOLLOWS:
1. Scope. CONSULTANT hereby agrees to provide to CITY X services as the
scope of services under this Agreement as set forth in the proposal for services dated
_____2017 (Exhibit A), attached hereto and incorporated herein by this reference.

CONSULTANT is bound by the contents of CITY'S Request for Qualifications,


attached as Exhibit "B" and incorporated herein by this reference, and the contents of the
proposal submitted by CONSULTANT (Exhibit "A"). In the event of conflict the requirements of
CITY'S Request for Qualifications and this Agreement shall take precedence over those
contained in CONSULTANT'S proposal.

2. Timely Work. CONSULTANT shall perform all duties incidental or necessary in a


timely fashion; and shall be performed diligently, competently, and in accordance with
professional standards of performance. Failure to so perform is hereby deemed a material
breach of this Agreement, and CITY may terminate this Agreement with no further liability
hereunder. City may agree in writing with CONSULTANT to an extension of time. It is expressly
agreed and understood that CONSULTANT shall not be held responsible for delays occasioned
by factors beyond their control, nor by factors that could not reasonably have been foreseen at
the time of execution of this AGREEMENT.

3. Term. The work under this Agreement shall commence on _____ and terminate
on ______. The parties may agree to extend or amend this Agreement prior to its expiration.

4. Compensation. CITY shall pay CONSULTANT in an amount not to exceed


$xxx, xxx, which said sum shall include all costs, as presented in the proposal dated
______2017 (Exhibit A), and in accordance with this Agreement.

Compensation under this Agreement shall become due and payable thirty (30)
days after CITYs approval of CONSULTANTS submission of monthly written invoices. Written
invoices shall clearly itemize each charge. The payment of any compensation to CONSULTANT
hereunder shall be contingent upon performance of the terms and conditions of this Agreement
to the reasonable satisfaction of the City Administrator.
If the City Administrator determines that the work set forth in the written invoice
has not been performed in accordance with the terms of this Agreement, CITY shall not be
responsible for payment until such time as the work has been performed to the reasonable
satisfaction of the City Administrator.
5. Additional Services. In the event that CITY should request additional services
not covered by the terms of this Agreement, said additional services and compensation shall be
agreed upon in advance and in writing by CONSULTANT and the City Administrator.
CONSULTANT shall not be compensated for any additional services unless such additional
services and compensation are approved by the City Council inasmuch as all Agreements
exceeding $24,999.00 require City Council approval to be valid.

Page 5 of 10 RFQ 16-17-013


6. Meet and Confer. CONSULTANT agrees to meet and confer with CITY or its
agents or employees with regard to services as set forth herein as may be required by City
Administrator to insure timely and adequate performance of this Agreement.

7. Suspension or Termination of Agreement Without Cause. CITY may at any


time, for any reason, with or without cause, suspend or terminate this Agreement, or any portion
hereof, by serving upon the CONSULTANT at least ten (10) business days prior written notice.
Upon receipt of said notice CONSULTANT shall immediately cease all work under this
Agreement unless the notice provides otherwise. If CITY suspends or terminates a portion of
this Agreement such suspension or termination shall not make void or invalidate the remainder
of this Agreement.

In the event this Agreement is terminated pursuant to this section CITY shall pay
CONSULTANT the actual value of the work performed up to the time of termination provided
that the work performed is of value and approved by CITY. Upon termination of this Agreement
pursuant to this section CONSULTANT will submit an invoice to CITY pursuant to section 4 of
this Agreement.

8. Default of CONSULTANT. CONSULTANT'S failure to comply with the


provisions of this Agreement shall constitute a default. In the event that CONSULTANT is in
default for cause under the terms of this Agreement, CITY shall have no obligation or duty to
continue compensating CONSULTANT for any work performed after the date of default and can
terminate this Agreement immediately by written notice to CONSULTANT. If such failure by
CONSULTANT to make progress in the performance of work hereunder arises out of causes
beyond CONSULTANT'S control, and without fault or negligence of CONSULTANT, it shall not
be considered a default.

9. Indemnification. CONSULTANT hereby agrees to the following indemnification


clause:
To the fullest extent permitted by law (including, without limitation, California Civil
Code Sections 2782 and 2782.6, if applicable), CONSULTANT shall defend (with legal counsel
reasonably acceptable to designated agents, departments, officials, representatives, and
employees, collectively Indemnitees) from and against claims, loss, cost, damage, injury
expense and liability (including incidental and consequential damages, court costs, reasonable
attorneys fees, litigation expenses and fees of expert consultants or expert witnesses incurred in
connection therewith and costs of investigation) to the extent they arise out of, pertain to, or
relate to, the negligence, recklessness, or willful misconduct of CONSULTANT, any sub-
consultant, anyone directly or indirectly employed by them, or anyone that they control
(collectively Liabilities). Such obligations to defend, hold harmless and Indemnify any
Indemnitee shall not apply to the extent that such Liabilities are caused in part by the negligence,
or willful misconduct of such Indemnitee.
Notwithstanding the provisions of the above paragraph, CONSULTANT agrees to
indemnify and hold harmless CITY from and against any and all claims, demands, defense costs,
liability, expense, or damages arising out of or in connection with damage to or loss of any
property belonging to CONSULTANT or CONSULTANTS employees, Agreementors,
representatives, patrons, guests or invitees.
CONSULTANT further agrees to indemnify CITY for damage to or loss of CITY
OF CARMEL-BY-THE-SEA property to the proportionate extent they arise out of
CONSULTANTS negligent performance of the work associated with this Agreement or to the
proportionate extent they arise out of any negligent act or omission of CONSULTANT or any of
CONSULTANTS employees, agents, Agreementors, representatives, patrons, guests or
invitees; excepting such damage or loss arising out of the negligence of CITY.

Page 6 of 10 RFQ 16-17-013


10. Insurance. CONSULTANT shall submit and maintain in full force insurance as
described herein. Without altering or limiting CONSULTANTS duty to indemnify,
CONSULTANT shall maintain in effect throughout the term of this Agreement, a policy or
policies of insurance with the following minimum limits of liability:
Commercial general liability insurance including but not limited to premises,
personal injuries, bodily injuries, products, and completed operations, with a combined single
limit of not less than $1,000,000 per occurrence and $2,000,000 in the aggregate.
Professional liability insurance CONSULTANT shall maintain in effect
throughout the term of this Agreement professional liability insurance with limits of not less than
$1,000,0000 per claim and $2,000,000 in the aggregate. CONSULTANT will either maintain or
cause to be maintained professional liability coverage in full force or obtain extended reporting
(tail coverage with the same liability limits) for at least five (5) years following CITYs acceptance
of work.
Commercial automobile liability insurance covering all automobiles, including
owned, leased, non-owned and hired automobiles, used in providing services under this
Agreement, with a combined single limit of not less than $1,000,000 per occurrence.
Workers Compensation Insurance If CONSULTANT employs others in the
performance of this Agreement, CONSULTANT shall maintain workers compensation insurance
in accordance with California Labor Code section 3700 and with a minimum of $1,000,000 per
occurrence for employers liability.
Other Insurance Requirements
A. All insurance required under this Agreement must be written by an
insurance company either:

1) Admitted to do business in California with a current A.M. Best


rating of no less that A:VI;

Or
2) An insurance company with a current A.M. Best rating of no less
that A: VII
Exception may be made for the State Compensation Insurance Fund
when not specifically rated.
B. Each insurance policy required by this Agreement shall be endorsed to
state that CITY shall be given notice in writing at least thirty (30) days in
advance of any cancellation thereof, except CITY shall be given TEN (10)
days notice for nonpayment of the premium.

C. The general liability and auto policies shall:

1) Provide an endorsement naming CITY, its officers, officials, and


employees as additional insureds under an ISO CG 20 10 07 04 and ISO
20 37 07 04 or their equivalent.

2) Provide that such insurance is primary and non-contributing


insurance to any insurance or self-insurance maintained by CITY.

3) Contain a Separation of Insureds provision substantially


equivalent to that used in the ISO form CG 00 01 10 01 or their
equivalent.

4) Provide for a waiver of any subrogation rights against CITY via an


ISO CG 24 01 10 93 or its equivalent.

Page 7 of 10 RFQ 16-17-013


D. Prior to the start of work under this Agreement CONSULTANT shall file
certificates of insurance and endorsements evidencing the coverage
required by this Agreement with the City Administrator. CONSULTANT
shall file a new or amended certificate of insurance promptly after any
change is made in any insurance policy which would alter the information
on the certificate then on file.
E. Neither the insurance requirements hereunder, nor acceptance or
approval of CONSULTANTS insurance, nor whether any claims are
covered under any insurance, shall in any way modify or change
CONSULTANTS obligations under the indemnification clause in this
Agreement, which shall continue in full force and effect. Notwithstanding
the insurance requirements contained herein, CONSULTANT is
financially liable for its indemnity obligations under this Agreement.
F. Any deductible or self-insured retentions must be declared to and
approved by CITY. At the option of CITY either: the insured shall reduce
or eliminate such deductibles or self-insured retentions as respects CITY,
its officers, officials, employees, and volunteers; or CONSULTANT shall
provide a financial guarantee satisfactory to CITY guaranteeing payment
of losses and related investigations, claim administration, and defense
expenses.
11. Ownership of Work. Upon completion of the work under this Agreement,
ownership and title to all materials and deliverables produced as part of this Agreement will
automatically be vested in CITY and no further Agreement will be necessary to transfer
ownership to CITY. CONSULTANT shall not be held liable for any modification or re-use of
CITY-owned materials and deliverables for purposes outside their original intent.
12. Licensing. CONSULTANT represents that it is properly licensed to perform the
work specified under this Agreement, including but not limited to, possession of a current city
business license.
13. Termination. This Agreement may be terminated by either party upon thirty (30)
calendar days written notice to the other party. In the event of such termination, CITY shall pay
CONSULTANT for all services performed in accordance with this Agreement to the date of
receipt of notice of termination. An itemized statement of the work performed to the date of
termination shall be submitted to CITY. In ascertaining the services actually rendered hereunder
up to the date of termination of this Agreement, consideration shall be given to both completed
work and work in process of completion, and to complete and incomplete drawings and other
documents whether delivered to CITY or in the possession of the CONSULTANT.
14. Agency. In performing the services specified under this Agreement,
CONSULTANT is hereby deemed to be an independent CONSULTANT and not an agent or
employee of CITY.
15. Authority of the City Administrator. CONSULTANT shall perform all
necessary services provided under this Agreement and outlined in the proposal and shall do,
perform, and carry out said work in accordance with this Agreement as determined by and to the
reasonable satisfaction of the City Administrator. The City Administrator reserves the right to
make changes, additions or deletions, to the scope of work as deemed necessary or advisable to
implement and carry out the purposes of this Agreement. The City Administrator is authorized to
execute change orders.
16. Responsibility of Consultant. By executing this CONSULTANT represents
and state to CITY that he/she possesses, or will arrange to secure from others, all necessary
professional capabilities, experience, resources and facilities necessary to provide to city the
services contemplated under this Agreement. CONSULTANT further represents that he/she will
follow the current generally accepted practices of the profession to make findings, render
opinions, prepare factual presentations, and provide professional advice and recommendations

Page 8 of 10 RFQ 16-17-013


regarding the project for which services are rendered under this Agreement.
17. Materials and Equipment. CONSULTANT shall furnish at his/her own expense,
all materials and equipment necessary to carry out the terms of this Agreement.
18. Digital Files. CONSULTANT shall furnish copies of all deliverables in digital
format.
19. Audit Authority. CONSULTANT shall keep full and detailed accounts and
exercise such controls as may be necessary for proper financial management under this
Agreement; the accounting and control systems shall be satisfactory to CITY. CITY and CITYs
auditor shall be afforded access to CONSULTANTs records, books, correspondence and other
data relating to this Agreement. CONSULTANT shall preserve these records, books,
correspondence and other data relating to this Agreement for a period of four (4) years after final
payment or for such longer period as may be required by law. In addition, CONSULTANT agrees
to make said records, books, correspondence and other data relating to this Agreement available
to CITY at CITYs principle place of business upon seventy-two (72) hours advance written
notice. The City Administrator, or his or her designee, shall at all times have the right to inspect
the work, services, or materials. CONSULTANT shall furnish all reasonable aid and assistance
required by CITY for the proper examination of the work or services and all parts thereof. Such
inspection shall not relieve CONSULTANT form any obligation to perform said work or services
strictly in accordance with the specifications of any modifications thereof and in compliance with
the law.
20. Notices. All notices herein provided to be given, or which may be given by either
party to the other, shall be considered fully received when made in writing and deposited in the
United States mail, certified and postage prepaid, and addressed to the respective parties as
follows:
CITY: City Administrator
City of Carmel-by-the-Sea
P.O. Box CC
Carmel-By-The-Sea, CA 93921

CONSULTANT:

21. Entire Agreement. This Agreement constitutes the entire Agreement between
the parties hereto and supersedes any and all prior Agreements, whether oral or written, relating
to the subject matter thereof. Any modification of this Agreement will be effective only if it is in
writing signed by both parties hereto.

22. Validity. If any provision in this Agreement is held by a court of competent


jurisdiction to be invalid, void or unenforceable, the remaining provisions will continue in full
force without being impaired or invalidated in any way.
23. Assignment of Interest. The duties under this Agreement shall not be
assignable, delegable, or transferable without the prior written consent of CITY. Any such
purported assignment, delegation, or transfer shall constitute a material breach of this
Agreement upon which CITY may terminate this Agreement and be entitled to damages.
24. Conflict of Interest/Political Reform Act. CONSULTANT shall at all times
avoid conflicts of interest, or the appearance of conflicts of interest, in the performance of this
Agreement.
During the term of this Agreement CONSULTANT shall not directly or indirectly,
either as a partner, employer, employee, consultant, principal, and agent or in any individual or
representative capacity, engage or participate in any business or voluntary activity on behalf of
any other party on any property located within the City of Carmel-by-the-Sea without notification

Page 9 of 10 RFQ 16-17-013


to City Administrator.
If CITY determines CONSULTANT comes within the definition of CONSULTANT
under the Political Reform Act (Government Code Sections 87100 et seq.) CONSULTANT shall
complete and file, and shall require any other person doing work under this Agreement, to
complete and file a "Statement of Economic Interest" with CITY disclosing CONSULTANT'S
and/or such other person's financial interests.
25. Non-discrimination/Affirmative Action. CONSULTANT will not discriminate
against any employee or applicant for employment because of race, creed, color, sex, age,
national origin, marital status, physical or other motor handicap, unless based upon bonafide
occupational disqualification.
CONSULTANT will take affirmative action to ensure that applicants are employed
and that employees are treated during employment without regard to their race, creed, color,
sex, age, national origin, marital status, physical or other motor handicap.
26. Counterparts. This Agreement may be executed in multiple originals, each of
which is deemed to be an original, and may be signed in counterparts.
27. Laws. CONSULTANT agrees that in the performance of this Agreement it will
reasonably comply with all applicable state, federal and local laws and regulations. This
Agreement shall be governed by and construed in accordance with the laws of the State of
California and the City of Carmel-by-the-Sea.
28. Attorneys Fees and Court Venue. Should either party to this Agreement bring
legal action against the other, (formal judicial proceeding, mediation or arbitration), the case
shall be handled in Monterey County, California, and the party prevailing in such action shall be
entitled to a reasonable attorneys fee which shall be fixed by the judge, mediator or arbitrator
hearing the case and such fee shall be included in the judgment, together with all costs.
29. Severability. If any term of this Agreement is held invalid by a court of
competent jurisdiction, the remainder of this Agreement shall remain in effect.

IN WITNESS WHEREOF, this Agreement is entered into by the parties hereto in


Carmel, California, on the day and year first written above.

CITY OF CARMEL-BY-THE-SEA:

By: _____________________________ Date: ___________________


Chip Rerig, CITY Administrator

CONSULTANT:

By: _____________________________ Date: ______________________

ATTEST:

By: _____________________________ Date: ______________________


Ashlee Wright, CITY Clerk

APRROVED AS TO FORM:

By: _____________________________ Date: ______________________


Donald G. Freeman, CITY Attorney

Page 10 of 10 RFQ 16-17-013


City of Carmel-by-the-Sea
REQUEST FOR QUALIFICATIONS (RFQ)
RFQ 16-17-013

THE CITY OF CARMEL-BY-THE-SEA IS INVITING CONSULTANTS TO SUBMIT


"STATEMENTS OF QUALIFICATIONS" (SOQs) FOR
ARCITECTURAL AND ENGINEERING DESIGN SERVICES
FOR THE POLICE DEPARTMENT RENOVATION

RFQ Release Date:


Friday, May 5, 2017

Recommended Meeting and Job Site Tour:


Wednesday, May 17, 2017 at 2 PM
Police Department at Junipero and Fourth Avenues, Carmel-By-The-Sea

Questions Due by:


Monday, May 22, 2017 at 12:00 PM

Responses to Questions to be Posted on City Website by:


Friday, May 26, 2017 at 5:00 PM

SOQs Submittal Due Date and Time:


Wednesday, June 7, 2017 at 10:00 AM

Public Opening of SOQs:


Wednesday, June 7, 2017 at 10:00 AM
Carmel City Hall Council Chambers on the east side of Monte Verde Street between
Ocean and Seventh Avenues, Carmel-by-the-Sea

DELIVER OR MAIL THE ORIGINAL SOQs AND FOUR (4) COPIES IN A SEALED
ENVELOPE CLEARLY MARKED RFQ-16-17-013 ARCHITECTURAL AND ENGINEERING
DESIGN SERVICES FOR THE POLICE DEPARTMENT RENOVATION TO THE ADDRESS
LISTED BELOW:

Mail or deliver sealed SOQs to:

City of Carmel-by-the-Sea
US Mail: City Clerk
P.O. Box CC
Carmel-by-the-Sea, CA 93921
City of Carmel-by-the-Sea
City Clerk
FedEx / UPS / Hand Delivery: east side of Monte Verde
Between Ocean and Seventh Avenues
Carmel-by-the-Sea, CA 93921

Page 1 of 10 RFQ 16-17-013


I. Introduction

The City of Carmel-by-the-Sea (City) is requesting SOQs from qualified architectural,


engineering, and consulting firms for providing professional architectural and
engineering design services for the renovation and expansion of the Police Department.
The successful respondent will enter into a Professional Services Agreement (PSA) to
assist the City in designing and constructing the project in the most timely and cost-
effective manner.

II. Synopsis of Scope of Services

The Carmel Police Department was constructed in 1967. Now, at fifty years old, this
facility requires specific improvements to enhance the work environment and its
functionality. The facility needs to be slightly expanded, enlarging the dispatch room
and adding a property room, an evidence processing room and a utility room to meet
the Departments personnel and storage needs. These renovations need to allow for
up-to-date police technology and computer hardware to better function with an
improved, ergonomic workspace. For example, the electrical demands, which have
been increasing with the need for more computers, monitors, radios, public works and
police communication phones, the 911 system, and uninterrupted power supplies to
protect all electrical components, must be considered in the redesign. In addition to the
electrical demands, the air handling system, plumbing and any associated abatement
may all need to be addressed during the renovation and expansion of the facility with
regard to employee health, law enforcement needs, and the upgrading of all systems.

The City is seeking candidates who can provide comprehensive full-service consulting
as defined by the American Institute of Architects:

1. Pre-Design Services
2. Schematic Design Services
3. Design Development
4. Preparation of Construction Documents
5. Bid Administration
6. Construction Administration

These services may include but are not limited to the following Scope of Services:

1. Project design which may include; planning, estimating, and preparation of


phased designs (schematic, design development and construction documents
including creation of a Scope of Work for the construction bid phase).
2. Participation during bidding, which may include; pre-bid meetings, bid questions,
addendums, evaluation of bids, etc.
3. Construction administration which may include; Requests for Information, project
meetings, close-out reports, etc.

Page 2 of 10 RFQ 16-17-013


If your firm is interested, please submit one original and four (4) copies of your
SOQs by June 7, 2017 at 10:00 AM, which includes the following information:

1. Cover letter of interest: Identify the location of the key individuals who will
be assigned to work on this project and include your California Architect
License number.
2. Background: Provide a brief description of your firms history, capabilities,
and target markets.
3. Organizational Chart: Provide a detailed organizational chart of the entire
project team, and describe relevant experience and qualifications of your
proposed key personnel (including resumes)
4. Experience: Describe at least 3 similar Public Works projects that your key
personnel have worked on within the past five years and demonstrate
successful completion of those projects (including information on project
estimates versus final cost and data on change orders with associated costs).
If your firm has completed similar projects without the involvement of the
proposed key personnel, please note this in your proposal.
5. Sub-Consultants: Identify sub-consultants to be used, if any, their
role/expertise, and prior teaming projects (for example Electrical, Mechanical,
Civil and/or Structural Engineers)
6. References: Include at least 3 references.
The SOQs shall not exceed 20 single-sided pages.

III. Schedule to Select Consultants:

The tentative schedule for selecting consultants is as follows:


SOQs submitted to City by 10:00 AM on June 7, 2017.
Optional interviews of candidates during the month of June
Notify selected consultants within one (1) month after the July City Council
Meeting

IV. Inquiries:

Only the following individual may be contacted during the RFQ process and this
individual must only be contacted via email:

Questions Pertaining to Scope of Name: Trevor Forster,


Services, Agreement for Professional
Public Works Project Manager
Consulting Services, and/or Insurance
Email address: tforster@ci.carmel.ca.us

Page 3 of 10 RFQ 16-17-013


V. Consultants Selection Policy & Process:

Consultant selection shall be made by an Evaluation Committee comprised of City Staff


who will review and evaluate SOQs based on the following criteria:

1. Understanding of the Citys Goals: Does the respondent demonstrate an


understanding of public works projects and public works design and the
functional requirements for essential services building projects in their SOQs?
2. Key Staff: Do the key personnel to be assigned to this project have the
requisite education, qualifications, and experience?
3. Experience: Has the firm demonstrated the ability to successfully provide
services for projects of similar complexity and nature? What is the firms
experience with designing public building renovation projects and/or
specifically police department renovation projects?
4. Services Offered: Does the firm and sub-consultants, if any, offer the breadth
and quality for all services required for the project?
5. Reputation: Are the firms references from past clients and associates
favorable, and does the firm show financial and operational stability?
6. Familiarity with Locality: Does the firm have familiarity and experience
working on projects on the Monterey Peninsula? Does the firm have a local
office?

The City reserves the right to make the consultant selection based on any
factors, whether quantitatively and/or qualitatively identifiable or not.
The City reserves the right to choose the Scope of Services which may be
assigned to the consultant.
The City reserves the right to define and/or redefine the Scope of Services
through amendments to an Agreement.
The City reserves the right to select consultants and /or assemble selected
consultants into implementation teams as it sees fit.
This solicitation for SOQs does not commit the City to enter into a contract.
This solicitation for SOQs does not commit the City to pay any costs incurred by
a consultant in the preparation of their SOQs.
The City reserves the right to accept or reject any SOQs, or to cancel in part or in
its entirety this solicitation for SOQs.
The City reserves the right to re-advertise for consulting services at any time in
this process.

VI. Award of an Agreement


A City of Carmel-by-the-Sea Professional Services Agreement (PSA) will be
developed and administered for the base Agreement. Refer to the example PSA
in the Exhibit A attachment.
A base Agreement will typically be executed once negotiations have been
successful and a consultant is approved for award of the Agreement.

Page 4 of 10 RFQ 16-17-013


Exhibit A

AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES


Vendor Name
Type of Service
Insert Agreement Number

THIS AGREEMENT is executed this_________2017 by and between the CITY OF


CARMEL-BY-THE-SEA, a municipal corporation (hereinafter CITY), and X (hereinafter
"CONSULTANT").
IT IS HEREBY MUTUALLY AGREED AS FOLLOWS:
1. Scope. CONSULTANT hereby agrees to provide to CITY X services as the
scope of services under this Agreement as set forth in the proposal for services dated
_____2017 (Exhibit A), attached hereto and incorporated herein by this reference.

CONSULTANT is bound by the contents of CITY'S Request for Qualifications,


attached as Exhibit "B" and incorporated herein by this reference, and the contents of the
proposal submitted by CONSULTANT (Exhibit "A"). In the event of conflict the requirements of
CITY'S Request for Qualifications and this Agreement shall take precedence over those
contained in CONSULTANT'S proposal.

2. Timely Work. CONSULTANT shall perform all duties incidental or necessary in a


timely fashion; and shall be performed diligently, competently, and in accordance with
professional standards of performance. Failure to so perform is hereby deemed a material
breach of this Agreement, and CITY may terminate this Agreement with no further liability
hereunder. City may agree in writing with CONSULTANT to an extension of time. It is expressly
agreed and understood that CONSULTANT shall not be held responsible for delays occasioned
by factors beyond their control, nor by factors that could not reasonably have been foreseen at
the time of execution of this AGREEMENT.

3. Term. The work under this Agreement shall commence on _____ and terminate
on ______. The parties may agree to extend or amend this Agreement prior to its expiration.

4. Compensation. CITY shall pay CONSULTANT in an amount not to exceed


$xxx, xxx, which said sum shall include all costs, as presented in the proposal dated
______2017 (Exhibit A), and in accordance with this Agreement.

Compensation under this Agreement shall become due and payable thirty (30)
days after CITYs approval of CONSULTANTS submission of monthly written invoices. Written
invoices shall clearly itemize each charge. The payment of any compensation to CONSULTANT
hereunder shall be contingent upon performance of the terms and conditions of this Agreement
to the reasonable satisfaction of the City Administrator.
If the City Administrator determines that the work set forth in the written invoice
has not been performed in accordance with the terms of this Agreement, CITY shall not be
responsible for payment until such time as the work has been performed to the reasonable
satisfaction of the City Administrator.
5. Additional Services. In the event that CITY should request additional services
not covered by the terms of this Agreement, said additional services and compensation shall be
agreed upon in advance and in writing by CONSULTANT and the City Administrator.
CONSULTANT shall not be compensated for any additional services unless such additional
services and compensation are approved by the City Council inasmuch as all Agreements
exceeding $24,999.00 require City Council approval to be valid.

Page 5 of 10 RFQ 16-17-013


6. Meet and Confer. CONSULTANT agrees to meet and confer with CITY or its
agents or employees with regard to services as set forth herein as may be required by City
Administrator to insure timely and adequate performance of this Agreement.

7. Suspension or Termination of Agreement Without Cause. CITY may at any


time, for any reason, with or without cause, suspend or terminate this Agreement, or any portion
hereof, by serving upon the CONSULTANT at least ten (10) business days prior written notice.
Upon receipt of said notice CONSULTANT shall immediately cease all work under this
Agreement unless the notice provides otherwise. If CITY suspends or terminates a portion of
this Agreement such suspension or termination shall not make void or invalidate the remainder
of this Agreement.

In the event this Agreement is terminated pursuant to this section CITY shall pay
CONSULTANT the actual value of the work performed up to the time of termination provided
that the work performed is of value and approved by CITY. Upon termination of this Agreement
pursuant to this section CONSULTANT will submit an invoice to CITY pursuant to section 4 of
this Agreement.

8. Default of CONSULTANT. CONSULTANT'S failure to comply with the


provisions of this Agreement shall constitute a default. In the event that CONSULTANT is in
default for cause under the terms of this Agreement, CITY shall have no obligation or duty to
continue compensating CONSULTANT for any work performed after the date of default and can
terminate this Agreement immediately by written notice to CONSULTANT. If such failure by
CONSULTANT to make progress in the performance of work hereunder arises out of causes
beyond CONSULTANT'S control, and without fault or negligence of CONSULTANT, it shall not
be considered a default.

9. Indemnification. CONSULTANT hereby agrees to the following indemnification


clause:
To the fullest extent permitted by law (including, without limitation, California Civil
Code Sections 2782 and 2782.6, if applicable), CONSULTANT shall defend (with legal counsel
reasonably acceptable to designated agents, departments, officials, representatives, and
employees, collectively Indemnitees) from and against claims, loss, cost, damage, injury
expense and liability (including incidental and consequential damages, court costs, reasonable
attorneys fees, litigation expenses and fees of expert consultants or expert witnesses incurred in
connection therewith and costs of investigation) to the extent they arise out of, pertain to, or
relate to, the negligence, recklessness, or willful misconduct of CONSULTANT, any sub-
consultant, anyone directly or indirectly employed by them, or anyone that they control
(collectively Liabilities). Such obligations to defend, hold harmless and Indemnify any
Indemnitee shall not apply to the extent that such Liabilities are caused in part by the negligence,
or willful misconduct of such Indemnitee.
Notwithstanding the provisions of the above paragraph, CONSULTANT agrees to
indemnify and hold harmless CITY from and against any and all claims, demands, defense costs,
liability, expense, or damages arising out of or in connection with damage to or loss of any
property belonging to CONSULTANT or CONSULTANTS employees, Agreementors,
representatives, patrons, guests or invitees.
CONSULTANT further agrees to indemnify CITY for damage to or loss of CITY
OF CARMEL-BY-THE-SEA property to the proportionate extent they arise out of
CONSULTANTS negligent performance of the work associated with this Agreement or to the
proportionate extent they arise out of any negligent act or omission of CONSULTANT or any of
CONSULTANTS employees, agents, Agreementors, representatives, patrons, guests or
invitees; excepting such damage or loss arising out of the negligence of CITY.

Page 6 of 10 RFQ 16-17-013


10. Insurance. CONSULTANT shall submit and maintain in full force insurance as
described herein. Without altering or limiting CONSULTANTS duty to indemnify,
CONSULTANT shall maintain in effect throughout the term of this Agreement, a policy or
policies of insurance with the following minimum limits of liability:
Commercial general liability insurance including but not limited to premises,
personal injuries, bodily injuries, products, and completed operations, with a combined single
limit of not less than $1,000,000 per occurrence and $2,000,000 in the aggregate.
Professional liability insurance CONSULTANT shall maintain in effect
throughout the term of this Agreement professional liability insurance with limits of not less than
$1,000,0000 per claim and $2,000,000 in the aggregate. CONSULTANT will either maintain or
cause to be maintained professional liability coverage in full force or obtain extended reporting
(tail coverage with the same liability limits) for at least five (5) years following CITYs acceptance
of work.
Commercial automobile liability insurance covering all automobiles, including
owned, leased, non-owned and hired automobiles, used in providing services under this
Agreement, with a combined single limit of not less than $1,000,000 per occurrence.
Workers Compensation Insurance If CONSULTANT employs others in the
performance of this Agreement, CONSULTANT shall maintain workers compensation insurance
in accordance with California Labor Code section 3700 and with a minimum of $1,000,000 per
occurrence for employers liability.
Other Insurance Requirements
A. All insurance required under this Agreement must be written by an
insurance company either:

1) Admitted to do business in California with a current A.M. Best


rating of no less that A:VI;

Or
2) An insurance company with a current A.M. Best rating of no less
that A: VII
Exception may be made for the State Compensation Insurance Fund
when not specifically rated.
B. Each insurance policy required by this Agreement shall be endorsed to
state that CITY shall be given notice in writing at least thirty (30) days in
advance of any cancellation thereof, except CITY shall be given TEN (10)
days notice for nonpayment of the premium.

C. The general liability and auto policies shall:

1) Provide an endorsement naming CITY, its officers, officials, and


employees as additional insureds under an ISO CG 20 10 07 04 and ISO
20 37 07 04 or their equivalent.

2) Provide that such insurance is primary and non-contributing


insurance to any insurance or self-insurance maintained by CITY.

3) Contain a Separation of Insureds provision substantially


equivalent to that used in the ISO form CG 00 01 10 01 or their
equivalent.

4) Provide for a waiver of any subrogation rights against CITY via an


ISO CG 24 01 10 93 or its equivalent.

Page 7 of 10 RFQ 16-17-013


D. Prior to the start of work under this Agreement CONSULTANT shall file
certificates of insurance and endorsements evidencing the coverage
required by this Agreement with the City Administrator. CONSULTANT
shall file a new or amended certificate of insurance promptly after any
change is made in any insurance policy which would alter the information
on the certificate then on file.
E. Neither the insurance requirements hereunder, nor acceptance or
approval of CONSULTANTS insurance, nor whether any claims are
covered under any insurance, shall in any way modify or change
CONSULTANTS obligations under the indemnification clause in this
Agreement, which shall continue in full force and effect. Notwithstanding
the insurance requirements contained herein, CONSULTANT is
financially liable for its indemnity obligations under this Agreement.
F. Any deductible or self-insured retentions must be declared to and
approved by CITY. At the option of CITY either: the insured shall reduce
or eliminate such deductibles or self-insured retentions as respects CITY,
its officers, officials, employees, and volunteers; or CONSULTANT shall
provide a financial guarantee satisfactory to CITY guaranteeing payment
of losses and related investigations, claim administration, and defense
expenses.
11. Ownership of Work. Upon completion of the work under this Agreement,
ownership and title to all materials and deliverables produced as part of this Agreement will
automatically be vested in CITY and no further Agreement will be necessary to transfer
ownership to CITY. CONSULTANT shall not be held liable for any modification or re-use of
CITY-owned materials and deliverables for purposes outside their original intent.
12. Licensing. CONSULTANT represents that it is properly licensed to perform the
work specified under this Agreement, including but not limited to, possession of a current city
business license.
13. Termination. This Agreement may be terminated by either party upon thirty (30)
calendar days written notice to the other party. In the event of such termination, CITY shall pay
CONSULTANT for all services performed in accordance with this Agreement to the date of
receipt of notice of termination. An itemized statement of the work performed to the date of
termination shall be submitted to CITY. In ascertaining the services actually rendered hereunder
up to the date of termination of this Agreement, consideration shall be given to both completed
work and work in process of completion, and to complete and incomplete drawings and other
documents whether delivered to CITY or in the possession of the CONSULTANT.
14. Agency. In performing the services specified under this Agreement,
CONSULTANT is hereby deemed to be an independent CONSULTANT and not an agent or
employee of CITY.
15. Authority of the City Administrator. CONSULTANT shall perform all
necessary services provided under this Agreement and outlined in the proposal and shall do,
perform, and carry out said work in accordance with this Agreement as determined by and to the
reasonable satisfaction of the City Administrator. The City Administrator reserves the right to
make changes, additions or deletions, to the scope of work as deemed necessary or advisable to
implement and carry out the purposes of this Agreement. The City Administrator is authorized to
execute change orders.
16. Responsibility of Consultant. By executing this CONSULTANT represents
and state to CITY that he/she possesses, or will arrange to secure from others, all necessary
professional capabilities, experience, resources and facilities necessary to provide to city the
services contemplated under this Agreement. CONSULTANT further represents that he/she will
follow the current generally accepted practices of the profession to make findings, render
opinions, prepare factual presentations, and provide professional advice and recommendations

Page 8 of 10 RFQ 16-17-013


regarding the project for which services are rendered under this Agreement.
17. Materials and Equipment. CONSULTANT shall furnish at his/her own expense,
all materials and equipment necessary to carry out the terms of this Agreement.
18. Digital Files. CONSULTANT shall furnish copies of all deliverables in digital
format.
19. Audit Authority. CONSULTANT shall keep full and detailed accounts and
exercise such controls as may be necessary for proper financial management under this
Agreement; the accounting and control systems shall be satisfactory to CITY. CITY and CITYs
auditor shall be afforded access to CONSULTANTs records, books, correspondence and other
data relating to this Agreement. CONSULTANT shall preserve these records, books,
correspondence and other data relating to this Agreement for a period of four (4) years after final
payment or for such longer period as may be required by law. In addition, CONSULTANT agrees
to make said records, books, correspondence and other data relating to this Agreement available
to CITY at CITYs principle place of business upon seventy-two (72) hours advance written
notice. The City Administrator, or his or her designee, shall at all times have the right to inspect
the work, services, or materials. CONSULTANT shall furnish all reasonable aid and assistance
required by CITY for the proper examination of the work or services and all parts thereof. Such
inspection shall not relieve CONSULTANT form any obligation to perform said work or services
strictly in accordance with the specifications of any modifications thereof and in compliance with
the law.
20. Notices. All notices herein provided to be given, or which may be given by either
party to the other, shall be considered fully received when made in writing and deposited in the
United States mail, certified and postage prepaid, and addressed to the respective parties as
follows:
CITY: City Administrator
City of Carmel-by-the-Sea
P.O. Box CC
Carmel-By-The-Sea, CA 93921

CONSULTANT:

21. Entire Agreement. This Agreement constitutes the entire Agreement between
the parties hereto and supersedes any and all prior Agreements, whether oral or written, relating
to the subject matter thereof. Any modification of this Agreement will be effective only if it is in
writing signed by both parties hereto.

22. Validity. If any provision in this Agreement is held by a court of competent


jurisdiction to be invalid, void or unenforceable, the remaining provisions will continue in full
force without being impaired or invalidated in any way.
23. Assignment of Interest. The duties under this Agreement shall not be
assignable, delegable, or transferable without the prior written consent of CITY. Any such
purported assignment, delegation, or transfer shall constitute a material breach of this
Agreement upon which CITY may terminate this Agreement and be entitled to damages.
24. Conflict of Interest/Political Reform Act. CONSULTANT shall at all times
avoid conflicts of interest, or the appearance of conflicts of interest, in the performance of this
Agreement.
During the term of this Agreement CONSULTANT shall not directly or indirectly,
either as a partner, employer, employee, consultant, principal, and agent or in any individual or
representative capacity, engage or participate in any business or voluntary activity on behalf of
any other party on any property located within the City of Carmel-by-the-Sea without notification

Page 9 of 10 RFQ 16-17-013


to City Administrator.
If CITY determines CONSULTANT comes within the definition of CONSULTANT
under the Political Reform Act (Government Code Sections 87100 et seq.) CONSULTANT shall
complete and file, and shall require any other person doing work under this Agreement, to
complete and file a "Statement of Economic Interest" with CITY disclosing CONSULTANT'S
and/or such other person's financial interests.
25. Non-discrimination/Affirmative Action. CONSULTANT will not discriminate
against any employee or applicant for employment because of race, creed, color, sex, age,
national origin, marital status, physical or other motor handicap, unless based upon bonafide
occupational disqualification.
CONSULTANT will take affirmative action to ensure that applicants are employed
and that employees are treated during employment without regard to their race, creed, color,
sex, age, national origin, marital status, physical or other motor handicap.
26. Counterparts. This Agreement may be executed in multiple originals, each of
which is deemed to be an original, and may be signed in counterparts.
27. Laws. CONSULTANT agrees that in the performance of this Agreement it will
reasonably comply with all applicable state, federal and local laws and regulations. This
Agreement shall be governed by and construed in accordance with the laws of the State of
California and the City of Carmel-by-the-Sea.
28. Attorneys Fees and Court Venue. Should either party to this Agreement bring
legal action against the other, (formal judicial proceeding, mediation or arbitration), the case
shall be handled in Monterey County, California, and the party prevailing in such action shall be
entitled to a reasonable attorneys fee which shall be fixed by the judge, mediator or arbitrator
hearing the case and such fee shall be included in the judgment, together with all costs.
29. Severability. If any term of this Agreement is held invalid by a court of
competent jurisdiction, the remainder of this Agreement shall remain in effect.

IN WITNESS WHEREOF, this Agreement is entered into by the parties hereto in


Carmel, California, on the day and year first written above.

CITY OF CARMEL-BY-THE-SEA:

By: _____________________________ Date: ___________________


Chip Rerig, CITY Administrator

CONSULTANT:

By: _____________________________ Date: ______________________

ATTEST:

By: _____________________________ Date: ______________________


Ashlee Wright, CITY Clerk

APRROVED AS TO FORM:

By: _____________________________ Date: ______________________


Donald G. Freeman, CITY Attorney

Page 10 of 10 RFQ 16-17-013


Monterey County 911/EEOC Facility and Site Selection Santa Cruz County Superior Courts, Watsonville

Rancho Cielo Youth Campus Master Plan

Request for Qualifications


City of Carmel-by-the-Sea
Architectural and Engineering Design Services
for the Police Department Renovation
June 7, 2017
COMPANY PROFILE

Kasavan Architects, Inc


June 7, 2017
Established in Salinas, CA in 1949
Years in Business: 67
Att. Mr. Trevor Forster
Public Works Project Manager
60 W. Market Street, Ste. 300
City of Carmel-by-the-Sea
Salinas, CA 93901
c/o City Clerk
Ph: (831) 424-2232
P.O. Box CC
Fx: (831) 424-2501
Carmel-by-the-Sea, CA 93921
www.kasavanarch.com
Subject: Request for Qualifications, RFQ 16-17-013
PRINCIPAL CONTACT
Peter Kasavan, FAIA, President
Dear Mr. Forster,
License# C14814
pk@kasavanarch.com
We are pleased to have the opportunity to present our Statement of Qualifications
for Architectural Services to the City of Carmel-by-the-Sea
TYPE OF FIRM:
CALIFORNIA CORPORATION, #2485406
Founded in Salinas in 1949, Kasavan Architects is the oldest Architectural firm in the
Monterey Bay area. From our earliest years our firm has specialized in Public Works California Certified
projects. We have worked for Federal, State, County, Municipal Government and Small Business, #1747628
dozens of public school agencies on over 1000 publicly funded projects throughout
the region. Type of Services Provided:
Full Service Architectural Firm
Our work on facilities assessments and renovations for local City and County Master Planning
Government extends back over 50 years. We have successfully worked on scores of Project Management
such projects including: Feasibility Studies
Construction Management
Salinas Police Station, facility assessment and renovation budgets Expert Witness Services
City of Salinas, City Hall and Rotunda, facility assessment and renovation Interior Design
budgets Facilities Assessment
City of Salinas Municipal Stadium facility assessment and renovation budget Total Project Budgeting
Cit of ali as fa ilities assess e t a d re o atio s to histori Wo e s Construction Management
Club
City of Salinas historic Rail Road Station, facility assessments, seismic
upgrading and renovations to accommodate train service, Greyhound bus
and MST.
City of Salinas, Cesar Chavez Library renovations and additions. Certified LEED Gold.
City of Salinas, 2 Firehouses and training tower
County of Monterey, e Coro ers Fa ilit i heriffs Pu li afet Buildi g
911/EOC Site Selection Study, Due Diligence Analysis of 4 alternate sites including assessment of 2 existing
buildings and the new 911/EOC Facility
Santa Cruz County, New Court Facility in the Watsonville Civic Center, programming and design of 4 courts,
secure public entry control with x-ray and metal detectors, temporary inmate holding cells, secure inmate
elevators to courts, vehicular sally port, secure parking for judges and jury.
Energy Efficiency Measures, Monterey County Public Safety Building, County Jail, Youth Center and Animal
Shelter
East Garrison Facilities Assessment and Re-purposing Budgets, 21 buildings of 7 types at former Fort Ord
Monterey County District Attorney Offices & Training Center Tenant Improvements
Monterey County IT Department Remodel
Monterey County Administration Building in Salinas, new Jury Assembly Room and Holding Cells and new
"campus"-wide Primary Electric Service, North, West and East Wings
Monterey County Facility assessments and renovations for New County Counsel Offices, Tax Assessor's Office,
and Recorder's Office
Monterey Bay Aquarium, facilities assessment, programming and master-pian, Admin 1.

Our experience includes facility assessments and renovations to essential facilities including public safety projects and
clinical care environments in the Natividad Medical Center and the Salinas Valley Memorial Hospital. In the private
sector, we have extensive experience in high-security facilities with many projects for credit card companies using
digital turnstiles, bio-metrics, high-security access control portals and card reader access and monitoring throughout.

It should be comforting to the City to know that our positive attitude and solutions-based approach has resulted in over
90% of our work being done for repeat customers who have come to trust and rely on Kasavan Architects for quality
planning, design and construction services based on three main considerations:

1. Knowledge and Experience in Public Design and Construction.


2. High Quality Innovative Design Solutions.
3. Accurate Cost Prediction, Effective Cost Control and ability to meet tight timelines.

With experience that includes over 65 years of claims-free practice focused on Public Works Design and Construction,
we have an uncommonly well-grounded approach to understanding our customers vision and program and how to
work collaboratively with Owner Representatives to deliver plans that support this vision within the available
resources. Based on the quality of our services, our clients benefit from projects that maximize utility, economy and
function in service of their vision within the resources available.

My personal experience includes over 5 years as a union carpenter and journeyman including serving as construction
superintendent on public works projects. This experience contributes to our cost-control, high-quality construction
documents and practical constructible designs that are respected by local contractors who typically bid public projects.

With offices.located only 22 miles from your police department we provide a qualified local resource with rapid
response time and ready access within a 35- 40-minute drive to your project site.

Our staff includes long-term employees who understand and share our commitment to providing the highest quality
services throughout the life of the project and beyond. Key staff members stay with the project from the beginning
through the completion of the project.

I look fo rwar to the possibility of assisting you on your project.

PeterJ . sava n, FAIA


Preside
Kasava Architects
Firm Organization, Background and Credentials

Founded in Salinas in November of 1949, Kasavan Architects is a full-service Architecture and Planning firm. For over 67
years, our mission has been to deliver functional, efficient, aesthetically pleasing, and durable school facilities that meet
educatio al a d p og a e ui e e ts ithi the lie ts a aila le esou es. Kasa a A hite ts is a lo al fi a d a
integral part of this community. We are committed to providing the highest quality services based on more than six
decades of public school design experience. We work closely with our clients and are constantly focused on the realistic
integration of project scope, budget, and schedule throughout the course of the project.
Founder Jerome Kasavan moved to Salinas as a boy with his parents in 1924 and attended Salinas High School and
Hartnell College before graduating from UC Berkeley. After military service in Europe in WWII, he returned home and
established his firm as Jerome Kasavan Associates. His son Peter attended the same local schools then earned an
Undergraduate Degree from the California College of Arts and Crafts, a Journeyman Carpenter Certificate from Local
Union 925 a d fi all a Maste of A hite tu e deg ee f o UC Be kele . Pete joi ed his fathe s fi afte g aduati g,
then bought the company in 1994 and revised the name to Kasavan Architects.

Over 90% of our work is for repeat customers for Educational, Governmental, and Healthcare projects.

1. Years in business: 67 Years

2. Office Location: 60 W. Market St., Ste. 300, Salinas, CA 93901


Telephone: (831) 424-2232
Fax: (831) 424-2501
Website: www.kasavanarch.com

3. Type of Organization: California Corporation, #2485406


Small Business: #1747628

4. Number of employees: 6-8

5. Joint venture: N/A

6. List of Architectural Services provided:


a. Basic Services, including Architectural, Structural, Mechanical, Electrical, and Civil Engineering and Landscape
Architecture:
Concept planning, Schematic Design, Design Development, Construction Documentation, Bid
Administration, Construction Administration, Closeout and Warrantee Period Services
b. Other Services:
Programming, Facilities Assessments, Facilities Studies, Master Planning, Total Development Budgeting
and Control, Acoustical & Theater Consultants, Food Service Consultants, Expert Witness Services, 3-D
Modeling and Presentation Graphics, etc.
c. Optional Services:
On many occasions, we have retained special consultants for our clients, including Land Surveyors, CEQA
consultants, Geo-Technical Engineers, Traffic Engineers, Hydrology & Storm water management, Hazardous
Materials, Location Services, etc. This provides some benefit as it simplifies the selection & procurement
procedure while accelerating access to these resources and utilizing our capabilities of effectively defining and
controlling their scope of work and efficiently managing and coordinating their performance.

In addition, we have experience with all the following which can be provided at the O e s request:
i. Pre-Design services such as site analysis and selection, needs assessments, scope development, and
master planning.
ii. Community Outreach
iii. Fundraising Support and Program Management
iv. Special Environmental Studies such as wind and solar access.

City of Carmel-by-the-Sea Kasavan Architects


Police Department Renovations
Firm Organization, Background and Credentials

v. Enhanced presentation including color renderings, and active fly-through 3-D modeling.
vi. Construction Management
vii. Furniture, fixture and equipment (FFE) specification, bidding and installation.
viii. Specialized security systems including CCTV, badge reader entry, ex-ray, metal detector and biometric
screening.
ix. Emergency power generation.
x. Many others as required by the specific job.
7. Applicable licenses:
Peter Kasavan FAIA: Architect-C14814
Cerisa Skinner AIA, LEED AP: Architect-C33563
Federal Tax ID No.: 33-1036098

Architecture is an art and a science that blends aesthetics, functionality, budget, codes, community needs, and the
Clie ts mission. Our designs are not pre-conceived, but are guided and developed from an understanding of the needs,
vision, and resources of our clients and their stakeholders. We approach every project as unique, and every project
benefits f o ou app e iatio of the lie ts eeds, spe ifi p oje t de a ds, a d the appli atio of ou oad e pe tise
and legacy in public work design.

We have an uncommonly well-g ou ded app oa h to u de sta di g ou usto e s isio a d p og a . We k o how


to work collaboratively with Agency Representatives to deliver facilities that maximize utility, economy and function that
support their vision, all within the available resources. Based on the quality of our services, our clients experience
favorable bid results, limited change orders, timely project delivery and a smoothly managed construction administration
phase.

The fi s renovation work includes facility assessment, budgeting, prioritization of scope, new roofing and fencing of all
types, hazardous materials abatement, decay and corrosion repair, building demolition, modernized energy management,
security system, fire alarm, technology infrastructure upgrades, accessibility upgrades, and low voltage systems.

We are direct and forthcoming in our approach and dedicated to rigorous attention to detail, a high level of knowledge
and expertise in construction, and a commitment to effective listening and clear communication with our clients,
consultants, and the contractor. This greatly enhances the effectiveness of our recommendations, reports and
assessments.

Kasavan Architects has been recognized with many architectural design awards, including local, state, national, and
international awards. Combining our recognized design excellence, innovative practical solutions, and proven track record
of effective cost prediction and control, we have earned our clients trust and confidence, time and again.

With a long-standing reputation for honesty, integrity, and effective problem-solving, our firm has gained the respect of
not only our customers, but the construction industry. We are committed to supporting our community in all regards, and
many of our staff are dedicated volunteers for a wide variety of non-profit organizations.

Our firm has no litigation or threatened litigation against our firm or its owners that may affect our ability to perform and
complete the work of the proposed program. In fact, we have never been involved with litigation related to our
architectural services.

City of Carmel-by-the-Sea Kasavan Architects


Police Department Renovations
Organizational Chart

1. Kasavan Architects Project Team:


Peter Kasavan, AIA: Architect of Record
Jonathon Strnad: Principal in Charge/ Project Manager
Barbara Chagnon: Project Manager/ Close Out Manager
Cerisa Skinner: Architect

2. Proposed Consultants:
Structural Engineer Donald C Urfer & Associates, Aptos CA
Mechanical Engineer Axiom Engineers, Monterey CA
Electrical Engineer Aurum Consulting Engineers, Monterey CA
Landscape Architect SSA Landscape Architects, Santa Cruz, CA

3. Special Consultants, if Requested:


Hazmat M3 Environmental Consulting, Monterey CA
Surveys Underwood & Rosenblum, San Jose CA
CASp William M. Holl, AIA, Scotts Valley CA

4. Organizational Chart:

City of Carmel-by-the-Sea

President
Peter Kasavan, FAIA
Kasavan
Architects
Principal
Jonathon Strnad
Project Managers
Drafting and
Barbara Chagnon,
Technical Support
Cerisa Skinner, AIA

Structural Engineer Mechanical Electrical Special Consultants,


Engineer Engineer if requested

City of Carmel-by-the-Sea Kasavan Architects


Police Department Renovations
PETER KASAVAN, FAIA
PROJECT EXPERIENCE PRESIDENT
County
Monterey County: QUALIFICATIONS
- Salinas Police Department Facilities
Assessment (When considering
Peter Kasavan serves as principal in charge of all Kasavan Architects projects. His
purchase)
- Courts Master Plan father Jerome Kasavan, founded the firm in 1949 and upon his retirement, Peter
- District Attorney & Training bought the firm in 1994.
- Treasurer Tax Collector TI
- Coroners Facility Peter has 29 years of experience in developing client programs and budgets, site
- 911/ EOC planning, building design, cost estimation, and construction administration. He was
Santa Cruz County: a union journeyman carpenter and construction foreman for over 5 years before
- Santa Cruz Courts, Watsonville pursuing his architectural education and joining the profession. He has received
City numerous, local, state, national and international awards for his designs. His
Cesar E Chavez Library Addition: LEED Gold knowledge of the design construction industry is recognized in the legal field which
Certified has retained his services as expert witness on construction litigation cases of up to
Salinas Womens Center
$50 million in claims.
Salinas Train Station
Municipal Stadium, Facilities Assessment
Permit Center Tenant Improvement Peter has been recognized with the Robert Stanton Award for Contributions to the
Bread Box Tenant Improvement Field of Architecture by the American Institute of Architects, Monterey Bay Chapter
Municipal Stadium Facilities Assessment in 2014. He was elevated to the College of Fellows by the National American
Institute of Architects in 2017.
Non Profit
- Public Recreation Unlimited, Salinas
Sports Complex (Rodeo)
- Oasis Charter School
REGISTRATION EDUCATION
- Boy Scouts of America: Hayward Architect, State of California
Lodge at Camp Pico Blanco License #: C14814 Master of Architecture
- Housing Authority of Monterey University of California, Berkeley
County El Gin village (50 Units New 1982
Facility Housing)
- Rancho Cielo Masterplan,
Journeyman Carpenter
Amphitheater, Gym remodel, New UBC & J of A, Local 925
Ted Taylor Vocational Center
Bachelor of Fine Arts, Sculpture
- MidPen Housing Watsonville Offices
California College of Arts & Crafts,
Healthcare Oakland, CA
Salinas Valley Memorial Hospital:
- Master Plan Study
- Special Procedures Room COMMUNITY SERVICE
- Surgery Center Salinas Planning and Research Corporation (SPARC), President
- Sleep Medicine Center City of Salinas Economic Development Element
- Image Center Blue Ribbon Committee, 2010 City Budget, Mayoral Appointment, City of Salinas
- New Warehouse Study
Permit Advisory Committee, 2010, Mayoral Appointment, City of Salinas
- Out Patient Surgery
City of Salinas, Past Design Review Board Committee Member
Natividad Medical Center
Monterey County Sheriffs Memorial Design (pro bono)
- Special Procedures Rooms
- Security Office Remodel
Hartnell College, Environmental Management & Sustainable Design Advisory Group
Sutter Maternity and Surgery Center for the Center for Sustainable Construction Program, Member
Ave Maria Convalescent Hospital Hartnell College - Guest Lecturer for the Sustainable Construction Technology
Medical Office Building & Nuclear Program, 2008-2009
Medicine, Central Coast Cardiology Permit Streamlining Task Force, County of Monterey
Medical Office Building, German & Parker Salinas Valley Chamber of Commerce, Past Chairman of the Board. Honored as
Ortho. Surgery 2009 Member of the Year, 2013 Citizen of the Year
Medical Office Building, Phelps & Siminger Salinas Jaycees, Past President & Outstanding Young Citizen-National Award, Top 60
Physical Therapy Presidents
Salinas Valley Builders Exchange Construction Man of the Year
Public Schools
- Public Schools /Over 100 new and
Professional Advisor Monterey County Vietnam Veterans Memorial (pro bono)
200 alteration & modernization Salinas Valley Memorial Hospital Foundation, Executive Committee, Past Vice
projects President of Operations
JONATHON STRNAD
PROJECT EXPERIENCE PRINCIPAL
City Projects:
Womens Club QUALIFICATIONS
10 Soledad Street
Olivias Restaurant at the Train Station Jonathon Strnad has over fifteen years of experience in Sustainable Architecture,
County Projects: including a variety of work in Design, Construction, Project Management and
County of Monterey, Education. Having worked on a broad range of New Builds and Renovation Projects,
Monterey & Salinas, CA including LEED Educational, Commercial, Master Planning Schemes, Affordable
New Jail Corridor Housing and ECO Resort Facilities, Jonathon has obtained expert skills in all phases
EMS system of development from concept design through construction. He is proficient in Revit,
ADA upgrades AutoCad, Sketchup and is an excellent project manager.
OHSPD Projects:
Natividad Medical Center He is the Project Manager for the new Rancho San Juan High School in Salinas, a $95
Salinas, CA million project.
Security Room T.I.
Repair & FA
Conference Room T.I. EDUCATION
Birthing Center T.I.
Pharmacy Remodel Masters of Architecture,
Security Office Remodel
Carmel Hills Care Center
Rhode Island School of Design, Providence, Rhode Island
Pacific Grove, CA
New Emergency Generator Bachelor of Science, Environmental Studies
K-12 DSA Projects: University of California at Santa Barbara, Santa Barbara, CA
Salinas UHSD
Salinas, CA
New HS #5 RELEVANT EXPERIENCE
Farm Barn
Alisal USD City of Salinas
Salinas, CA Womens Club Facilities Assessment
Frank Paul ES Classrooms
Olivias Restaurant at Train Station Study
V.R.B ES Classrooms
Aromas San Juan USD 10 Soledad Street renovation
Aromas, CA Carmel Hills Care Center - Sr. Project Manager
Aromas School Classrooms New Emergency Generator
Anzar HS Classrooms Natividad Medical Center - Sr. Project Manager
Pajaro Valley USD
Aptos, CA Security Room T.I.
AHS Field Rated Wall Repair & FA device
Rio Del Mar ES - Mod Conference Room T.I.
Aptos JHS Gym Salinas Union High School District - sr. Project Manager
Other Projects: New High School #5, 240,000 SF, $95 Million
MTD Hollister/State St. University of California at Santa Barbara - Designer
Santa Barbara, CA Residential Life Resource Center
Santa Barbara Zoo
____________________________________________________
Santa Barbara, CA
Full-Time Lecturer
Bachelor of Science, Architectural Technology
Galway Mayo Institute of Technology, Ireland

COMMUNITY SERVICE
Youth Soccer Coach
CERISA SKINNER, AIA, LEED AP
PROJECT EXPERIENCE ARCHITECT
QUALIFICATIONS
Projects in the City of Salinas
Rancho Cielo Vocational Center Cerisa Skinner brings over thirteen years of experience in architecture to Kasavan
Salinas, CA
Architects. Throughout her career, she has worked on a wide range of project
CSUMB @ Salinas City Center
Salinas, CA types, including Educational, Medical, Restaurant, Commercial, and Custom
Portobellos II Restaurant Residential. This experience has allowed her to cultivate skills across all phases of a
Salinas, CA project from concept design through construction. She is proficient in Revit,
Harden Ranch Plaza T.I. AutoCad and Sketchup. Cerisa currently serves as Past President of the Board for
Salinas, CA the Monterey Bay Chapter of the American Institute of Architects (AIA).
El Charrito Faade and Parking Update
Salinas, CA
K-12 DSA Projects:
Salinas UHSD EDUCATION
Salinas, CA
Farm Barn Bachelor of Architecture,
San Lorenzo Valley USD California Polytechnic State University, San Luis Obispo, California
Boulder Creek, CA
Boulder Creek ES Shade
Minor in Sustainable Environments
Structures
East Side UHSD
San Jose, CA
Silver Creek HS New Multiuse RELEVANT EXPERIENCE
& Classroom Building
Silver Creek HS Sign
Rancho Cielo Vocational Center Project Manager
Oak Grove HS Art Classrooms
renovation
Overfelt HS Adult Education Natividad Medical Center - Project Manager
Center Security Room T.I.
Oak Grove SD
San Jose, CA
East Side Union High School District Assist. Project Manager
Herman IS New Gym
Silver Creek High School New Multiuse Building, 14,800 SF, $7.1
OHSPD Projects:
Million
Natividad Medical Center
Salinas, CA Overfelt High School New Adult Education Center, customized
Security Room T.I. modular, $7.9 Million
Other Projects:
New Private Residence Oak Grove School District Assist. Project Manager
Pebble Beach, CA New Gymnasium, 14,100 SF, $6.8 Million
Private Historic Residence
Remodel/Addition
Pebble Beach, CA
Private Residence Remodel
San Francisco, CA
COMMUNITY SERVICE
CBS Interactive Employee Lounge
San Francisco, CA AIA Monterey Bay Chapter Past President of the Board, AIACC Rep.
Splitbread Restaurant
Habitat for Humanity volunteer
San Francisco, CA
Good Samaritan Community Center
Santa Maria, CA
PICU and Clinic Support Renovation
Naval Medical Center, San Diego, CA
BARBARA CHAGNON
PROJECT EXPERIENCE SENIOR PLANNER & PROJECT MANAGER
City of Salinas Projects:
Womens Club Renovation Years with the Firm: 22
County Projects:
Monterey Courthouse Toilet Room Upgrades QUALIFICATIONS
Energy Efficiency Measures Phase 3
ADA toilet room upgrades at Jail
New Jail Corridor
Barbara Chagnon has served as the planner and project manager of
many public projects including: public schools, healthcare and
Planning Projects:
Salinas Union High School District, HS #5
governmental projects. She has over 23 years of experience as a
Carmel High School Performing Arts Theatre, planning & design professional, project manager, and construction
Carmel CA administrator.
Cabrillo College Green Tech Center, Watsonville
CA
Mission School, Soledad CA She has worked in all aspects of the field including programming,
Castroville School, Castroville CA planning, and the supervision and management of projects from
North Monterey County Middle School schematics through complete working drawings, specifications and
Washington Union School District, Salinas CA construction.
(3 Sites)
Alisal High School, Salinas CA
Prunedale School, Salinas CA She is adept at space planning and efficient layout of project FF&E.
King City High School, King City, CA
Aromas - San Juan Unified School District, With a highly detailed approach to understanding codes and
Aromas and San Juan Schools
regulations, Barbara is an organized project team leader and has an
King City Union School District, (3 Sites)
exceptional ability to manage and lead teams of diverse people and
New Construction Projects:
interests while balancing design, schedule, and budget to meet the
Salinas Union High School District, HS #5
Carmel High School Performing Arts Theatre, clients expectations.
Carmel CA
Mission School New Classroom Building,
Soledad, CA EDUCATION
San Benancio Middle School Science & Math
Center, Salinas CA Bachelor of Architecture
North Monterey County Middle School California Polytechnic State University, San Luis Obispo, 1992
(Gambetta) Gymnasium, Castroville CA
Modernization / Alteration Projects:
King City High School Gymnasium, King City CA
Alisal High School Counseling Center, Salinas CA
Mission School, Soledad CA
Alisal High School, Salinas CA
COMMUNITY SERVICE
Washington Middle School & El Sausal Middle
Big Sur International Marathon
School Toilet Room Upgrades, Salinas CA Salinas High School Track & Field Coach
King City High School & Greenfield High School
Track Renovations
San Benancio Middle School, Salinas CA
Washington Union School, Salinas CA
Aromas School, Aromas, CA
San Juan School, San Juan Bautista CA
Prunedale School, Salinas, CA
San Lorenzo Middle School, King City, CA
Spreckels Elementary School, Spreckels, CA
Buena Vista Middle School, Salinas, CA
North Monterey County High School,
Castroville, CA
Healthcare
Salinas Valley Memorial Hospital:
Ave Maria Convalescent Hospital
Relevant Experience
Relevant Experience (last 10 years)

The following projects were all completed under the direction and engagement of firm President, Peter Kasavan, FAIA
and, where required, included the services of appropriate consultants as listed in Tab C, Key Team Members. Current
employees Jonathan Strnad, Principal and/or Barbara Chagnon, Sr. Project Manager participated in planning or
implementation of many of these projects.

1. City of Salinas, Train Station 2016. Historic facility renovations and seismic upgrades for multiple users.
Coordinated programming and design among 4 agencies: City of Salinas, Union Pacific RR, Greyhound Bus and
Monterey Salinas Transit.
Project Estimate: $819,516
Contractor Bid: $754,690
Final Cost: $868,288
Change Orders: $113,598
AE Related: $ 16,850 (2.23%)
Owner Requested: $ 40,492 (5.37%)
Field Conditions: $ 66,747 (8.84%)
General Contractor: $ 700 (0.093%)

2. Cesar Chavez Library Renovations and Addition, 2013. City of Salinas, Certified LEED Gold.
A complete gut and reconstruction of 7,000 sf existing library including an 8,000 sf new addition. Project was
certified at the LEED Gold level and named 2013 Project of the Year by American Institute of Architects,
Monterey Bay Chapter.
Key personnel: included Jordan Daniels, LEED AP, and Brian Kimura, Interior Designer
Project Estimate: $3,319,000
Contractor Bid: $3,057,157
Contract Awarded: $2,924,546
Final Cost: $3,088,506
Change Orders: $ 163,960
AE Related: $ 53,073.79 (1.81%)
Owner Requested: $ 55,955.72 (1.91%)
Field Conditions: $ 53,880.00 (1.84%)
General Contractor: $ 1,050.70 (0.359%)

3. Center for the Performing Arts, Carmel High School: 20,000 square foot, 350 seat Performing Arts Center.
The Carmel High School campus is located on a State Highway that is highly visible to many thousands of
travelers and commuters on a daily basis. The building site provided an opportunity to construct a landmark
building to provide a permanent new identity for the campus and the Community. The deep roof overhangs,
wide entry stairs and full height glazing present a powerful arrival experience and sense of drama appropriate for
this building type. Entry and lobby materials include a rich palette of large limestone masonry units, cherry wood
pre-finished metal panels and slate pavers.
Awards:
2016 - The 40 Most Beautiful HS Campuses in California
2012 Califo ias Coalitio fo Ade uate S hool Housi g/the A e i a Institute of Architects, California Council
Leroy F. Greene Design Awards, Award of Excellence
2011 GraniteRock Signature of Excellence Awards Best of Show Award

City of Carmel-by-the-Sea Kasavan Architects


Police Department Renovations
Relevant Experience
Base Contract information shown below.

Project Estimate: $8,187,350


Contractor Bid: $7,955,000
Final Cost: $7,854,803
Change Orders: $ 4,044
AE Related: $ 66,026 (0.83%)
Owner Requested: <$171,925> (-2.16%) (Reallocated)
Field Conditions: $ 9,314 (0.12%)
General Contractor: <$ 7,578> (0.095%)

4. Center for Advance Technology, Hartnell Community College 2012


We were retained to replace an architectural firm who had contributed to significant delays. The State
Cha ello s offi e had th eate ed to es i d a $ illio g a t e ause of la k of p og ess a d the College felt
a new local firm would better serve their needs.
The project included a new 55,000 SF Center for Advance Technology on their approximately 142 acre campus.
The site chosen for this building by the previous designer was problematic in our view and greatly increased the
cost of infrastructure, reduced the value of the unused land, and failed to provide a sense of place and provide
for the needs of students and staff.
As local Architects we were also aware of City plans for developable property on the adjacent airport site.
Working with the College, City staff and consultants we developed a new Master Plan that not only better
accommodated the needs of the college and the City through a land swap but also maximized utility and value of
the remainder land for future development.
The project accommodates curricula in computers, ag science, construction, welding and diesel technology and a
NASA Science, Engineering, Mathematics and Aerospace Academy (SEMAA)
Project Estimate: $21,700,000
Contractor Bid: $19,340,000
Final Cost: $24,703,415
Change Orders: $ 5,366,415
AE Related: $ 430,033 (2.23%)
Owner Requested: $4,785,558 (24.74%)
Field Conditions: $ 1,428 (0.01%)
General Contractor: $ 34,036 (0.17%)
DSA: $ 16,470 (0.08%)
Elevator Inspector: $ 10,856 (0.05%)
PG&E: $ 88,034 (0.46%)

Other relevant examples:

1. New 911/EOC, Site Selection Analysis, County of Monterey, 1999


The County needed to identify a site for a new 911/EOC facility.
The County retained Kasavan Architects to analyze multiple sites to find the one that would best suit the needs
for access at all times and met the line of sight requirements to maximize communications coverage. Sites
considered included property in the former Fort Ord, private property and County owned property. We were also
retained to program and design the new facility on the selected site.

2. Master Plan for Courthouse and Administrative complex, County of Monterey Government Ctr., Salinas, 2002
Kasavan Architects was hired to create a master-plan to accommodate needs for new courts facilities and
upgrades, remodel or replacement of multiple users including the Chief Administrative Officer,
Auditor/Controller, Building and Planning, District Attorney, Public Defender, Assessor/Recorder Temporary
Holding Cells and other users housed at the government center in Salinas.

City of Carmel-by-the-Sea Kasavan Architects


Police Department Renovations
Relevant Experience
3. South County Courts Facility, Watsonville Civic Center, Santa Cruz County, 1999
The County collaborated with the City of Watsonville in the development of a new Civic Center to house new
courts, City government, City library, and mixed-use retail. The County retained Kasavan Architects to program
and design their part of the project and to represent their interests in this Public-Private Partnership project. The
County scope included 47,560 square feet of space on 2 floors and included a separate and distinct secure public
entry, 4 new courtrooms, administrative offices, jury assembly, temporary holding cells and secure sally port, and
secure dedicated parking for judges and jury.

4. Solari Green Technology Building, Cabrillo College Watsonville Campus 2010, Certified LEED Platinum.
We successfully balanced the interests of multiple agencies including the City of Watsonville, the Federal EDA
and multiple (occasionally competing) stakeholders from the College. A new 14,750 ft. facility supports
workforce development curricula in energy studies, construction and related trades and skills. Its location in an
urban setting and intended for use for industrial curricula presented the challenge of integrating industrial
building type into an urban context. While in the design phase the college also made a commitment to pursue
LEED certification initially at the Gold level but ultimately directing us to strive to meet the Platinum level of
certification by the US GBC.
We quickly responded by integrating energy-saving technologies into the design including alternate energy
sources, on-site stormwater management, use of native plants not requiring irrigation, photovoltaic panels, wind
turbines, solar assist water heating, daylighting and natural ventilation, use of recycled and rapidly renewing
materials, displacement cooling, green walls, electric vehicle charging stations, and incorporating self-cleaning
nano-technology materials.
We participated in creating exhibits featuring all the sustainable technologies integrated into the design for a
grant to the EDA for additional funding. We were told by the client that these graphics were compelling and the
EDA said it was the best presentation of LEED strategies that office had ever seen.
The project was successful and secured LEED certification at the Platinum level as well as an Award of Merit and
a Citation for Sustainability by the American Institute of Architects Monterey Bay chapter.

5. Master Plan, Rancho Cielo Youth Campus. 2001 - present


This is a 100 acre property owned by the County of Monterey which was used as their Boys Ranch.
The facilities had not been used for many years and retired Judge Hon. John Phillips, now on the Monterey
County Board of Supervisors called on us to do a facilities assessment so that he could fully understand the
condition and usability of the buildings to support alternative programs for at-risk youth. We contributed this
study as a pro bono effort and have supported the Rancho with additional volunteer services including the design
of their amphitheater and accommodations for donor recognition.
We worked closely with the Judge and his board and developed a site Master Plan including new utilities,
buildings, parking, play fields, and recreational assets as required to secure planning approvals from the County
of Monterey.
We now are designing the new Ted Taylor Vocational Center which is expected to be submitted to the County for
permitting this month.

6. Monterey County Vietnam Veterans Memorial, 1994 - 2013


In 1992, Principal Peter Kasavan volunteered to assist a group of veterans who were seeking a site to develop a
memorial in honor of the 75 Monterey County veterans killed in Vietnam. Kasavan Architects prepared the site
plan to develop the top of the memorial as well as the first improvements, which included a large podium for the
American, state, and POW flags. And later helped with the planning, construction, and installation of a large
granite American flag with the names of all lost Monterey County veterans on its base. The group continues to
host ceremonies on Veterans Day, Memorial Day, and Flag Day.

City of Carmel-by-the-Sea Kasavan Architects


Police Department Renovations
Relevant Experience
7. Mo te ey Cou ty She iffs Me o ial,

Mo te ey Cou ty She iffs deputies had a isio fo a memorial for fallen officers and contacted Principal Peter
Kasavan, who volunteered to design the memorial on a pro bono basis. He recommended a site and created a
highly symbolic design that has proved to be very powerful and well received by the community. The memorial
consists of a curving concrete wall around a large-scale, aised deputys adge o a pedestal i the shape of the
badge. The curve of the wall is part of a large outdoor plaza that supports ceremonies for more than 100 people.

Other Public Projects


1. City of Sali as, Wo e s Clu , Histo i Buildi g, Fa ility Assess e t & Phased Budgeti g, -2017
2. City of Salinas, Tennis Court Facility Assessment & Budgeting, 2017
3. New Secured Corridor, County Jail, 2015-2017
4. Energy Efficiency Measures Phase 3, County Jail, Youth Center, Animal Health 2017
5. ADA Toilet room upgrades at the Monterey Courthouse & County Jail, 2016
6. ADA Site upgrades Phase 2 Monterey Courthouse, 2015
7. Energy Efficiency Measures Phase 1, Public Safety Building, County Jail, Animal Health, 2015
8. County of Monterey, Monterey Courthouse Facility Assessment & Programming, 2014
9. Natividad Medical Center, 2011-Present
Security Office
Special Procedures Room
New Water Service
Radiology Upgrade
Pharmacy
10. Mechanical Upgrades, Probation Building, 2005
11. Facilities Assessments, HazMat Mitigation and Remodel, East & North wings, Government Center in Salinas, 2001
12. District Attorney Office remodel, 2001
13. Supe iso s Offi e Te a t I p o e e t Pla ,
14. County Council Tenant Improvement Plan, 2000
15. Government Center, New Roofing , Mechanical Penthouse and Roof Mounted Mechanical Equipment Upgrades,
in Salinas, 2000
16. Salinas Courthouse tenant improvements, 1999
17. Auditor Controller Offices, Facilities Assessment, Programming and Design 1999
18. New Campus wide Electrical Services, Government Center in Salinas, 1999
19. Planning and Building Inspection, Space Planning Study, 1999
20. Programming and Schematic Design Various County Buildings, 1999
21. Public Works Facility, New Employee Showers and Lockers, 1999
22. Social Services Facility, Remodel, Seaside, 1999
23. Due Diligence, Facilities Assessment for Reuse of CID building in former Fort Ord, 1999
24. Courtroom lighting study , Halon replacement, boiler replacement, Government Center in Salinas, 1999
25. Administration Building, Tenant Improvements, second floor North Wing, 1999
26. Tenant Improvements to Emergency Operations Center, Government Center in Salinas, 1999
27. County Jail, Sanitary Sewer Upgrades, 1999
28. Social Services Center, Salinas Health Clinic, Probation Department, Seaside, Reroofing, 1998
29. Information System Dept. Move to New Facility, Tenant Improvements, 1997
30. Relocation of X-Ray Equipment, 1997
31. Courthouse, Security upgrades, Salinas, 1997
32. Emergency Services Office, 1997
33. Park/Flood Central Building, 1997
34. GAIN, Seaside , Tenant Improvements ,1997
35. East Garrison, Former Fort Ord, Facilities Assessment, Repurposing Study, Concept Budgets for 32 buildings of 7
types, 1996
36. Dist i t Atto eys Offi e Re odel, 99
37. Jury Assembly Room, Monterey, 1995
38. She iffs Co o e Ne Fa ility, 99

City of Carmel-by-the-Sea Kasavan Architects


Police Department Renovations
Emergency Services Center - 911
Monterey County
Salinas, California

Kasavan Architects
Co u n t y o f M o n t e r e y
S h e r i f f s Co r o n e r Fa c i l i t y
Sa lin a s , Ca lif o rn ia

Ka s a v a n Arch it e ct s
Sa n t a Cru z Co u n t y Co u rt s
Wa ts o n v ille , Ca lif o rn ia

Kasavan Architects
Photos by Brett Drury Architectural Photography
Co a litio n fo r Ad e q u a te Sch o o l Ho u sin g & Am e rica n In stitu te o f Arch ite cts
2 0 1 2 Le ro y F. G re e n e De sig n Awa rd s
Aw a r d o f Ex c e l l e n c e AIA
P r o j e c t F e a t u r i n g M e d i a Ar t s a n d Br o a d b a n d C o m m u n i c a t i o n
N e w P e r f o r m i n g Ar t s Bu i l d i n g & M e d i a Ar t s C e n t e r
C a r m e l Un ifie d Sch o o l Dis tr ict
C a rm e l, C a lifo rn ia

Ka s a v a n Arch it e ct s
Photos by Brett Drury Architectural Photography
C a r e e r Te c h n i c a l E d u c a t i o n F a c i l i t y
G r e e n Te c h n o l o g y C e n t e r
Cabrillo Community College
Watsonville, California
Certified: LEED Platinum

S u s ta i n a b l e F e a t u r e s :
- Photovoltaic Panels (PV) - St o r m Wa t e r R e t e n t i o n
- W i n d Tu r b i n e s - N a n o - Te c h : s e l f c l e a n i n g c o a t i n g s
- Hydronic Heating - Rapidly Renewable & Recycled Materials
- Natural Daylighting - Irrigation Free Landscaping
- T h r o m b e Wa l l - L o w F l u s h / Wa t e r l e s s F i x t u r e s

Kas avan Architects


Sub-Consultants

STRUCTURAL ENGINEER
Donald C. Urfer & Associates
SELECT PROJECTS:
ADDRESS:
2715 Porter Street City of Salinas Cesar Chavez Library
Soquel, CA 95073
Monterey County Health Department,
Ph: (831) 476-3661
Fx: (831) 476-3721 Salinas Ca

Sheriffs Department Building


ELECTRICAL ENGINEERS
Aurum Consulting Engineers Monterey Bay, Inc. Monterey County Detention Facility,
Salinas, Ca
ADDRESS:
1900 Garden Road, Suite 120 Las Animas Elementary School
Monterey, CA 93940 School
Ph: (831) 646-3330
Fx: (831) 646-3336 New High School #5, Salinas USD
www.acemb.com
New Middle School, Soledad USD
MECHANICAL ENGINEERS
La Paz Middle School
Axiom Engineers
Ascencion Solorsano Middle School
ADDRESS:
2511 Garden Road, Suite A140
Brownell Middle School
Monterey, CA 93940
Ph: (831) 649-8000
Cabrillo College Watsonville Campus
Fx: (831) 649-8038
www.axiomengineers.com
Gilroy High School Modernization

CIVIL ENGINEERS & LAND SURVEYORS Buena Vista Middle School


Underwood & Rosenblum, Inc. (U&R)
Center for Advanced Technology,
ADDRESS: Hartnell College
1630 Oakland Road, STE A114
San Jose, CA 95131 Library LEED Platinum
P: (408) 453-1222
F: (408) 453-1207
http://www.UandR.com

LANDSCAPE ARCHITECTS
SSA Landscape Architects

ADDRESS:
303 Potrero St., Ste. 40-C
Santa Cruz, CA 95060
P: (831) 459-0455
F: (831) 459-0484
www.ssala.com

City of Carmel-by-the-Sea Kasavan Architects


Police Department Renovations
References
City of Salinas Santa Cruz County
Phavana Aramkul Honorable Heather D. Morse
Project Manager 831-420-2200
City of Salinas
831-758-7903 Health Care
Eda Herrera, PE Natividad Medical Center
Associate Engineer Brian Griffin
City of Salinas Project Manager
831-758-7438 Natividad Medical Center
831-783-2605
Monterey County
Salinas Valley Memorial Hospital
David Pratt David Sullivan, Construction Manager
Project Manager II Bogard Construction
Department of Public Works 831-246-2073
831-796-6091
Community Contacts
Florence Kabwasa-Green
Management Analyst II Alfred Diaz-Infante, President/CEO
Department of Public Works CHISPA
831-755-4805 831-757-6251
Honorable John Phillips
Schools
Monterey County Supervisor
Salinas Union High School District Past-President
Tim Vanoli, Superintendent Rancho Cielo Youth Campus
831-796-7000 831-444-3502
Karen Luna, Director of Facilities Contractors
831-796-7074
Vals Plu i g & Heati g, I .
Alisal Unified School District Claude Bastianelli
Jim Koenig, Business Services 831-424-1633
831-753-5700 x 2033
Tombleson Inc.
Pajaro Valley USD and Cabrillo College Steve Locke
Paul Anderson, Project Manager Mike Locke
831-901-4856 831-422-9696
Gilroy USD and Pajaro Valley USD Avila Construction
Steve Brinkman, Past Assistant Superintendent Mike Avila
408-465-6212 831-372-5580
Mission Union School District Ausonio Construction
Tim Ryan, Superintendent Andrew Ausonio
831-678-3524 831-633-3371
Hartnell Community College
Joseph Reyes, Dir. of Facilities, Operations
831-262-5599
Cabrillo Community College
Rock Pfotenhauer
Dean of Career Education & Economic Development
831-479-6482

City of Carmel-by-the-Sea Kasavan Architects


Police Department Renovations

You might also like