Loading...
HomeMy WebLinkAboutStaff Report 160-08TO: FROM: DATE: SUBJECT: City of Palo Alto C ty Manager’s Report HONORABLE CITY COUNCIL CITY r~ANAGER DEPARTMENT: PUBLIC MARCH 10, 2008 CMR: 160:08 APPROVAL OF CONTRACT *vVITH ALFATECH CAMBRIDGE GROUP IN TI~ TOTAL AMOUNT OF $569,280 FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE CIVIC CENTER 1NFRASTRUCTIYRE IMPROVEMENTS - CAPITAL IMPROVEMENT PROGRAM PROJECT PF-01002 RECOMMENDATION Staff recommends that Council: Approve and authorize the City Manager or his designee to execute the attached contract with Alfatech Cambridge Group in the amount of $517,280 for Construction Management Services for the Civic Center Infrastructure Improvements Project- Capital Improvement Program Project PF-01002; o Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Alfatech Cambridge Group for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $52,000; and Authorize the furore retention of Alfatech Cambridge Group for phases 2 and 3 of the Civic Center project, subject to Council approval of the additional compensation amount and satisfactory performance in Phase 1. BACKGROUND The Civic Center was built in 1969. It houses City offices, the police station, and three levels of parking. Major electrical and mechanical systems are approaching the end of their useful lives and are in need of replacement in order to maintain uninterrupted services. As part of the on- going capital infrastructure maintenance program, a complete building system study of the Civic Center was completed in fiscal year 2002-03. An elevator upgrade was completed in 2005. Design services were awarded in 2005 (CMR:282:05) for the remainder of the work which includes electrical system upgrades, generator replacement, mechanical system upgrades, and exterior sealing and painting. Mechanical and electrical systems serving the police wing are excluded from the project at this time. Due to the cost of the project, estimated at $12M, construction of this remaining work has been broken into 3 phases and will be bid in three stages. Work in Phase 1, to which this contract applies, will include replacement of the main building generator, boiler, and refurbishment or replacement of major garage and building mechanical and electrical systems. This phase is CMR:160:08 Page 1 of 4 estimated at $6M. Future phases will upgrade the balance of the mechanical systems; electrical systems, including transformers, panels, etc.; and exterior painting and sealing. Future phases are expected to be completed over the next four to five years. Timing of specific items may shift due to condition assessment and availability of funding. DISCUSSION Renovation of the Civic Center’s mechanical and electrical systems requires specific technical experience and knowledge of mechanical and electrical systems; coordination of multiple prime contract management; and 24 hour/7 days per week oversight of the work. The limited project staffing available in-house will not allow for the required management of a project of this size and complexity. Given the need to keep the facility open during the construction phase, the logistics of this project will require a hi~da degree of off- hours work and coordination w-ith each of the p~qme contractors and City departments. Mechanical and electrical systems serving the police wing are excluded from the project at this time. If and when the City decides to lease the police wing, these upgrades would be discussed as part of any lease negotiations. Proposal Description/Number Summary of Solicitation Process Construction Management Services for Civic Center Infrastructure Improvements RFP# 1243 ! 0 12 months 6 45 days October 16, 2007 14 firms 8 Location (City, State) Pleasanton, CA Palo Alto, CA Oakland, CA San Francisco, CA San Jose, CA San Jose, CA San Francisco, CA San Francisco, CA $437,368 to $829,760 Selected for Proposed Length of Project Number of Proposals Mailed Total Days to Respond to Proposal Pre-proposal Meeting Date Number of Company Attendees at Pre- proposal Meeting Number of Proposals Received: Company Name !. 4Leaf, Inc. 2. Alfa Tech Cambridge Group, Inc. 3. Consolidated CM 4. Cooper Pugeda Management, Inc. 5. Kitchell CEM 6. Salas O’Brien En~neers, Inc. 7. Swinerton Mgmt. and Consulting 8. Zatm Group Range of Proposal Amounts Submitted oral interview? No Yes Yes No Yes No Yes No A Request for Proposal (RFP) for construction management services for the Civic Center Infrastructure Improvements was posted on the City website and sent to six consulting firms on September 20, 2007~ Firms were given 45 days to respond to the request. A pre-proposal meeting was held on October 16, 2007; fourteen firms attended the meeting. A total of eight firms submitted proposals. Proposals costs ranged from $437,368 to 829,760. An evaluation committee consisting of staff from the Public Works Engineering and Facilities Management Divisions reviewed all proposals and four firms were invited to participate in oral interviews on December 5, 2007. The committee carefully reviewed each firm’s qualifications and submittals in response to the criteria identified in the RFP. CMR:160:08 Page 2 of 4 The proposals were judged by the following principle criteria: quality and effectiveness of proposed solutions, qualifications and experience of the staff to be assigned to the project, including knowledge of electrical and mechanical systems and multiple prime delivery method, proposal quality and completeness, perceived response time and ability to perform the work, and proposal cost. Alfatech Cambridge Group (ATCG) was selected because it demonstrated superior knowledge of construction management, has extensive experience with infrastructure projects of this type, and experience with coordination of multiple prime contractors. In addition to being highly technically qualified and experienced, ATCG representatives demonstrated knowledge of the importance of the off-hours work and minimal disruption to City operations as key to successfully completing this project. The RFP provided that the selected consultant could be awarded all phase of construction management if their work was found to be satisfactory. The work that Alfatech Cambridge Group will manage under this contract is Phase 1. Construction of the next two phases will be accomplished in subsequent fiscal years for which Alfatech may also be retained. Any contract amendment for furore phases will be brought back to Council for approval. Following is the current project schedule (for Phase 1 only): March 2008 July 2008 August 2008 June 2009 Start of pre-constmction activities Award of construction contracts Construction begins Construction ends RESOURCE IMPACT Funds for this contract are available in Capital Improvement Program Project PF-01002, Civic Center Infrastructure Improvements. POLICY IMPLICATIONS This recommendation does not represent any change in existing City policies. ENVIRONMENTAL REVIEW This project is categorically exempt from California Environmental Quality Act (CEQA) under Section 15301 of the CEQA Guidelines. ATTACHMENTS Attachment A: Contract (including Scope of Services and Certificate of Non-Discrimination) CMR:160:08 Page 3 of 4 PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: KAREN SMITI~~/ Man~agerof Facilfities Maintenance and Projects Director of Public Works ~EMILY HARRISON Assistant City Manager CMR:160:08 Page 4 of 4 ATTACHMENT A ...............:~= CITY OF PALO ALTO FOR PROFESSIONAL SERVICES Construction P,~::=g~,~nc Services for Civic Center infrastructure Improvements") This AGREEMENT is entered into February 18, 2008, by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and A!fa Tech Cambridge Group, a California General Partnership located at 345 California Avenue, Suite 3, Pa!o Alto, CA 94306 ("CONSULTANT") . RECITALS The fol!owing recitals are a sumstanumv~ portion of this Agreement A. CITY intends to execute infrastructure improvements to the Civic Center, !ocated at 250 Hamilton Avenue, Palo Alto ("Project") and desires to engage a consultant to provide construction management (CM) services in connection with the Project ("Services") . B. CONSU~T~-T has represented that it and any subconsu!tants have the necessary professional expertise, qualifications, and capability, and al! required licenses and/or certifications to provide the Services. ~h seC. CITY in reliance on ~__e representations desires to engage CONSULTg_b-T to ~rovide the Services as more fully described in =xn_m~t attached to and made a part of this Agreement. D. CONSULT~_NT has agreed to perform the Se:~ices on the terms and conditions contained in this Agreement. NOW, mum~==as= in consideration of the recitals covenants, terms, and conditions, this Agreement, ~ -~n~ ~art~es’ agree: AGREEMENT SECTION I. SCOPE OF SERVICES. CONSU%T~-T shall perform the Sem~ices described in Exhibit "A" in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM.The term of this Agreement shall be from the d ~a~e of its fu!~ex~u~ion through comb!-~’~ n-=~mo~_ of the services Professional Se~sices Revised 10/18/07 1 080131 ..... _=~,n 2~ of t~is Ammeemenm T!me is o~ the essence ~n the performance of Services under this Agreement como!ete_ the Services w~_zmmn ~ne term of this accordance -"~,l~m the s~o=~l .... ~- set ___ ~-~m=~. A:nV Se~zices for which times forand made a mart of t~n~ s =_= .........._ oerformance are not specified in this Agreement shall be commenced and completed by CONSULT~2,JT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULT~-T. CITY’ s agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULT~NT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTanT for performance of the Services described in E~uibit "A", including both payment for professional services and reimbursable expenses, shal! not exceed Five Hundred Seventeen Thousand Two Hundred Eighty Dollars ($517,280). in the event Additiona! Services are authori zed, the total ~ ~’compe~sa~!on for services and reimbursable expenses shal! not exceed Fifty Two Thousand Dollars ($52,000). The applicable rates and schedule of payment are set out in Exhibit "C", entitled "COMPENSATION," which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit "C". CONSULTanT shall not receive any compensation for Additiona! Services performed without the prior written authorization of CITY. Additional Services shal! mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit "A". SECTION 5. INVOICES. in order to request pa?~.ent, CONSULT~_NT shal! submit monthly_.__ invoices to t~e .... CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reim~ursab!e expenses), based upon the CONSULT:~4T’s billing rates (set forth in Exhibit "C") . If applicable, the invoice shall a!so describe the percentage of completion of each task. The information in CONSULT.’~-~NT’s payment requests shall be subject to verification by CITY. SECTION 6. QUALIFICATIONS/STa!qDARD OF CARE. Al! of the Services shall be performed by CONSULT~_NT or under CONSULT~}~T’s super~’ision. CONSULTanT represents that it possesses the professiona! and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULT~-T represents that it, its emp!oyees and subconsultants have and shall Professiona! Se~4ices Revised 10/18/07 080131 maintain ~ " ’ al! ]ip=nses mermits,~ur!ng the term of ~x:s , qualifications,_~:~u~:~_~<’"~ ....= and aoorova!s__ of w~. ~___=~=~ ......nature that are legally remuired to ........ the m~ao~. Services. All of the services to be furnished by CONSULT:~iNT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skil! engaged in related work throughout California under the same or similar circumstances. SECTION 7. COHPLI~CE WiTH LAWS. CONSULT~INT shall keep itself informed of and in compliance with al! federa!, state and loca! laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Serm-ices under this Agreement. CONSU~T~’T shal! procure al! permits and licenses,, pay all charges and fees, and give all notices required by law in the performance of the Services CONSULTr~NT shall report immediately to the CITY’s project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and/or guidelines in relation to the Project of the performance of the Services. All documentation prepared by CONSULTanT shall provide for a completed project ...._~ -__ ’ ~,_ ~n=~ conforms to al~ ~mm!~cam!e codes, rules regulations and guidelines that are in force at ~_~ time ~SUC_. documentation is prepared. SECTION 8. ERRORS/OHiSSIONS. CONSULT.<NT shal! correct, at no cost to CITY, any and al! errors, omissions, or ambiguities in the work product submitted to CITY, provided CITY gives notice to CONSULT3~NT. If CONSUL~9~T has prepared plans and specifications or other design documents to construct the Project, CONSULT~_NT shall be obligated to correct any and all errors, omissions or ambiguities discovered prior to and during the course of construction of the Project.This obligation shall survive termination of the Agreement. SECTION 9.NOT APPLICABLE. SECTION I0. INDEPENDENT CONTRACTOR. it is understood and agreed that in performing the Services under this Agreement CONSULT.~T, and any person emp!oyed by or contracted with CONSU~T:~NT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or emp!oyee of the CITY. The manner and means of conducting the Services are the responsibility of and under the contro! of CONSULT~NT, except to the extent they are limited by applicable law and the express terms of this Agreement. Professional Services Revised 10/18/07 3 080131 ~ON~umT~_N! will be res~ons{b!= for employing or =~gam{ng al~ persons necessary to ~_.erform the Services. All contractors and employees of CONSULT~£NT are deemed to be under CONSULT~]T’ S exclusive direction and control. CONSULTP-L.NT shall be responsible for their performance. SECTION II. ASSIGNmENt. The parties agree that the expertise and experience of CONSULTANT are materia! considerations for this Agreement. CONSU%T~NT shal! not assign or transfer any interest in this Agreement nor the performance of any of CONSUL%~NT’s obligations hereunder without the prior written consent of the city manager. Consent to one assignment wil! not be deemed to be consent to any subsequent assignment. ~:ny assignment made without the approva! of the city manager wil! be void. SECTION 12. SUBCO~KT~ACTING. CONSULTanT shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of the city manager or designee. CONSULTANT shal! be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning such comnensation~ . CONSULT.~NT sha!l be fully resmonsible~ to CITY ~o~ ~ ~ all acts and omissions of a subconsultant. CONSULTANT shall change or add subconsu!tants only with the prior approva! of the city manager or his designee. SECTION 13. PROJECT MANAGEMENT. CONSULT~_NT wil! assign as John Olsson as the Principal-In-Charge to have over=l,_ responsibility for the performance of theconu_=~,~ .... Joe ~u]ho!l. __ and as the Senior Project Manager responsible for oversight of the project; and Mike Boyle as the Project Superintendent who wil! act s the Resident Project Representative If c!_cums~ances or conditions subsecuent to the execution of this Agreement cause the substitution of the project director, project coordinator, or any o~ne~ key personne! for any reason, the amDointment~ of a subs~’~-,~u~e ....p~o3ect’ d~ecto~__ _ and the assignment of any key new or replacement personne! will be subject to the prior written approval of the CITY’s project manager CONSULT~}.~T, at C_IY’ s request, shall promptly ._~mo~e personnel who CITY finds do not perform the Services in an acceptam_e manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a uh:eat to the safety of persons or property. The project manager wil! represent CiTY for al! purposes under this Agreement. "’ma~en~ Smith is designated as the mroject_ manager ror~ the CITY and will be assisted by Padmakar M. Chaobal, the Project Professional Services Revised 10/18/07 080131 Engineer.’-Pi~,e ~.4 ....,...,.~,~ou,~_.:-_.,.~z S DO_,.:,’_,... of___p:~gect manager w:,11 be ca~’~’~:<~’~’= .... wit]~__to p e-~ =.._ o. ~,,=_..c ~ ......,progress and execution of the c.....-; =The~=~_v_c~s CiTY may Se~cnat~ an alternate project manager from L!me to t!me. SECTION !4. DUTIES OF CITY. To assist CONSULTz~NT in the performance of the Services, CITY will furnish or cause to be furnished the snecified services and/or documents described in Exhibit "A" and such other available information as may be reasonably requested by CONSULT~SIT. SECTION 15. OWqqERSH!P OF M~.TERIALS. 15.1. All drawings, plans, reports, specifications, calculations, documents,o~ner~ materials and copyright interests (including al! copyrightable interests arising under the 1990 Architectura! Works Copyright Protection Act) developed or discovered by CONSULTANT or any other person engaged d±ruculy or indirectly by CONSU%T~_NT to perform the services re_cuired hereunder shall be and remain the property of CITY without res~_~_ limitation upon their use Neither CONSULT:~NT nor its co~trac~o_s, if any, shall make any of such materials available to any -~~~_ , written aDDrova! ofindividua! or organiz=~ion w_thou~ the prior " ’ ~__ ~.e city manager or designee. 15.2. in addition to the provisions of Subsection 15.1., above, the following sha!l apply to all plans, drawings, specifications, and related reports and documents, and electronic equivalents (collectively "Plans")~v~loped pu~u=~_~ to this Agreement: 15.1.1. CITY shall have the right to reproduce and use the Plans forpurposes of the Project that is the subject of this Agreement, including, but not limited to, any use associated with construction, reconstruction, modification, management, maintenance, and renovation of the Project. 15.2.2. CITY shall have the right to reproduce, use and modify the P~iN-S, or portions thereof, in the design and construction of any other future CITY project. CITY acknowledges that CONSULT~_NT does not warrant the suitability of the P~NS for reuse other than as needed for the Project that is the subject of this AGREEMENT. 15.2.3. The right of the CITY to modify and reuse the PL~_b’S pursuant to this Subsection 15.2. is subject to the provisions of California Business and Professions Code Sections 5536.25, 6735, 6735.3 or 6735.4, whichever is applicable. SECTION 16. AUDITS. 080131 CONSULT.~NT wil! permit CITY to audit, at any Professiona! Services Revised _u/_~z07 reasonam±e time cur!rim the term of this Agreement and zor ~,__..~_=~ ) ve=-~s ~ne_ea:~er, CONSULT?-_,~T ’ s records mertaininm to ma<_zers covered by this..~m._~._~- .....=~. CONSULTP-_’..NT =ur~_~_=._= ~- ~--~- agrees to maintain and retain such records for at least three (3) v=-~‘-~ after the expiration or ear!ier termination of this SECTION 17. I~E~qITY. To the fullest extent permitted by law, CONSULTg:N~T shall protect, indemm_ify, defend and hold harmless CITY, its Counci! members, officers, employees and agents (each an "Indemnified Party~) from and against any and al! demands, claims, or liability of any nature, including death or injury to any person, property damage or any other !oss, including all costs and expenses of whatever nature including attorneys fees, experts fees] court costs and disbursements ("Claims") that arise out of, pertain to, or relate to the negligence, recklessness, or willfu! misconduct of the CONSU-mT~_NT, its officers, emp!oyees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. Notwithstanding the above, nothing in this Section 17 shall be construed to requi~e CONSULTanT to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an indemnified Party. The acceptance of CONSULT~_NT’s services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section i7 shal! su~-vive the expiration or early termination of this Agreement. SECTION 18. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition orm~o~_o~_~ "~ .... of ~n~s Agreement, or of the provisions of any ordinance or law, wil! not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 19. INSURANCE. 19.1.CONSU~T~_NT, at its sole cost and expense, shal! obtain and maintain, in ful! force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULT.~N-T and its contractors, if any, shall obtain a policy endorsement naming the City of Pa!o Alto as an additiona! insured under any genera! l~am~lity or au~omom~le policy or policies. 19 2 Al! insurance coverage re_c!uired hereunder sna_! be provided through carriers with Best’s Key Rating Guide ratings of m-:ViI or higher which are adm_uued to transact insurance 0$0131 Professiona! Services Revised i0/IS/07 business in the State of California. Any and all contractors of CONSULT.~T retained to merform Services under this Agreement will -~ ’ ~-’ in ful! force and =~=~ during the term ofobtain =:.e maln~!n, ...... <__!s Agreement, identica! {nsu’~n~= coverage, naming CIT’~ as =~ aee=~o~al insured under suc~ policies as required amove. ~ 3 Certificates evidencing suc~ insurance shal! be £i!ed w{t~ CYTY concurrently with ~ - execution of this......~_~. The certificates wil! be subject to the approva! of CITY’s Risk Manager and wil! contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by ~- insurer except after filing with the Purchasing Manager thirty (30) days’ prior written notice of the cancellation or modification, CONSULT~:NT shall be responsible for ensuring that current -~’~’" hc~:~:~cates evidencing z_.e insurance are provided to CITY’s Purchasing Manager during the entire term of this Agreement. 19.4.The procuring of such required policy or policies of insurance wil! not be construed to limit CONSULT~INT’s liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULT~-T will be obligated for the ful! and tota! amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or !oss arising after the Agreement is terminated or the term has expired. SECTION 20. WORKERS’ COMPENSATION. CONSULT~NT, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of California which require every emp!oyer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and cerZifies that it wil! comply with such provisions, as applicable, before commencing and during the performance of the Services. SECTION 21.TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES° 21.1.The city manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (I0) days’ prior written notice thereof to CONSULT~NT. Upon receipt of such notice, CONSULT~_NT wil! immediately discontinue its performance of the Services. : ~ ~ ’ ~ this21.2.CONSULTANT may ~e:m~na~e Agreement or suspend its performance of the Services by giving ten (!0) days prior wri~e:_~ notice thereof to CITY, but on~y_.__ __.~n the =~°=~v~ of a substantial failure of performance by CITY. Professiona! Services Revised _~/~8/0, 7 080131 _suc.._ suspens!on or ~=~m{ n=tl ~n, CON<TTT m~ shal! de!~’-~r to the __=v=_City Manager immediately any and a!l copies of studies, sketches, e_aw!ngs, com~utatlons, and other data, ~,~=~" =-~ or not completed, prepared by CONSULT_~NT or its contractors, if any, or given to CONSULT~_NT or its contractors, if any, in connection with this Agreement. Such materials will become ~ ~ property of CITY. 21.4.Upon such suspension or termination by CITY, CONSULT~N-T will_ be _paid ~o~ ~ t~e__ Services rendered or materials delivered to CITY in accordance with the scope of services on or e~ore the effective d~t= (i e !0 days a~ter giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSU%T~’T, CITY wil! be obligated to co~mensate CONSULT~_NT only for that portion of CONSULT~NT’s services which are of direct and immediate benefit to CITY as such ~^~ r ’ ~ ¯e=~e_m~na~_on may be made by the City Manager acting in the reasonable exercise of his/her discretion 21.5. No payment, partial payment, acceptance, or partia! acceptance by CITY wil! operate as a waiver on the part of CITY of any~of its rights under this Agreement. SECTION 22.NOTICES. Al! no<ices hereunder will be given in writing and mailed,postage prepaid, by certified mail, addressed as fol!ows: To CITY:Office of ~-un~ City Clerk City of Palo Alto Post Office Box 10250 Pa!o Alto,_ CA 9~303 With a copy to the Purchasing Manager. To CONSULT~INT: Attention of the project director at the address of CONSU%Tg~ recited above SECTION 23. CONFLICT OF INTEREST. 23.1.In accepting this Agreement, CONSULT~iNT covenants that it presently has.no interest, and wil! not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 23.2.CONSULT~INT further covenants that, in the performance of this Agreement, it wil! not employ subconsu!tants, contractors or persons having such an interest. CONSULTg_NT certifies that no person who has or will have any financia! Professiona! Services Revised 10/!8/07 officer or --r~ i-~- ~._o~:=ion wi]~ be ~n~=-- ~=~ , cordance with the mrovisions of the Oa]o ~ ~o w~<~ Code and Code of ~h- Star= of California 23.3. <~: the m~ ’ =~=.... o3~ Manager determines that CO!,~SULT~=NT is a Co:~ul~=:.< as that term ~s defined bv ~*~.e ~-.-~-~{~- of the Fa~_r Political_ Practices Commission, CO:.~So=~:n_N_ shall ~ remus_red and ~mr=--s to file the amDroDriat= financia~, S~sclosu~= documents required by the Pa!o Alto Municipa! Code and the Political Reform Act. SECTION 24. NOndISCRIMINATION. As set forth in Pa!o Alto Municipal Code section 2.30.510, CONSU%T.~N~T agrees that. in the performance of this Agr=em=~, it shall not disc_lm~na~e in the emplo_yment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexua! orientation, housing status, marita! status, familia! status, weight or height of such person. CONSULTgMT acknowledges that it has read and understands the provisions of Chapter 2.28 of the Pa!o Alto Municlma]_ _ Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet al! requirements of Chapter 2.28 pertaining to nondiscrimination in emp!o!/ment, including completing the form furnished by CITY and set forth in E~nibit "E" SECTION 25. MISCELLANEOUS PROVISIONS. 25 ~This ~ r== = ~~ ~-- of..... g_~m~n~ will be governed by z.~e =~w= the State of California. 25.2.in the event that an action is brought, the p ~ ~-~!--a~t~s agree that ~’a! of such action w~i be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California ~ the County of Santa Clara, State of California. 25.3.The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys’, zees~ exoen~ed~ ~ in connection with that a~__o..~ ~. 25.4.This document represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 25 5 The covenants, terms cona~zzo~_s and orovisions of this Agreement will apply to, and will bind, the heirs, successors, executors, ad~n~scrauors, assignees, and CONSULT~_NTs, as the case may be, of the parties. Professiona! Se~zices Revised 10/18/07 25 ....6 7{ a court of compet--~_~,_~ jurisdiction finds o:-_ -ru7_ _es znaz an~./_ _provision of thi__s ___._~c~-eemenE_ or any amenemenE ,_:~=r-~ 0 is void or unenforceable, the unaffected provisions of this ~m-~....n~ and any amendments thereto wi77 remain in full force and effect. 25.7.Al! exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and wil! be deemed to be a part of this Agreement. 25.8.This Agreement is subject to the fisca! provisions of the Charter of the City of ~a!o Alto and the Palo Alto Municipa! Code. This Agreement wil! terminate without any penalty (a) at the end of any fisca! year in the event that funds are not appropriated for the fol!owing fisca! year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fisca! year and funds for this Agreement are no !onger available. This Section 25.8 shal! take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. IN WITNESS 9Z£EREOF, the parties hereto have by ~ =~n~=: duly aut~or~zed~_ __ _~~.~:~~=~n~-~,~=~ executed th~s_ Agreement on the date first above ’~~- . 080131 10 Professional Services Revised 10/18/07 ~mDROVED AS TO FORM: Senior Asst_ . City_ Atto<n=,- CTTY OF PALO ALTO ALFA By: GROUP :~sslstant City Manager AP P.~O~ .=D : Director of =.dm!n~su~azmv~ Services Director of Public Works Attachments: EX_H]]BIT "A": EXitIB IT "B": EXHIBIT "C": EXHIBIT "D": EXHIBIT "E": SCOPE OF WORK SCHEDULE OF PERFORMP~NCE CONIPENSATION ENSL~IR_~NCE KE QD~,_EMENT S CERTIi=ICATION OF NONDIS CRB’I~ATtON Professional Services Revised 10/18/07 11 080131 CONST~U~ ~ ION M.~ ,.~G~, SERVICES 1. ~TRODUCTiON ~~I-lamll to!.The City" of Palo Alto is up~ading the Civic Center building_, located at 250 " ’:~- ~ Ave, Palo Alto, CA. The scope of work includes replacement or retrofit of the building venti!ation systems, garage venti!ation systems, boiler, bui!ding emergency generator, electplca! systems and distribution wi,dng, life safety system, and accessibili:y improvements. The Consultant’s services shal! include ful! Construction Management Services as required to accomplish the above project using a multiple prime delivery method. 2.SCOPE OF SERVICES All work described below wi!! be done in conjunction with the CiD’ of Pa!o Al*o’s ongoing review and approval. A. General Requirements The Construction Manager shall provide a construction professional or professionals to represent the City on-site. This Resident Project Representative (RPR) shall be approved by the City as having appropriate work experience for the position. If at any time, the City is not satisfied with.the performance of the RPR, the City reserves the right to request ’&e services of a different individual. If for any reason the Consultant, Alfa Tech Cambridge Group (ATCG), proposes a change of the R_PR during the course of the project, the City reserves the right of approva! of the new RPR. Office space and equpment for Consultant’s staff shall be provided by Consultant. B. Preconstruetion Document and Constructabilitv review: ATCG wil! review the plans and specifications. ATCG will provide a constructability review for the project documents and make appropriate recommendations to the City. ATCG wilt work with and coordinate with the Architect~%ngineers who have provided desig-n services and will be providing Construction Administration services (under separate contracts) to avoid duplication of services. ATCG will write up the "Instructions to Bidders" which will define the scope of work that must be included in each of the multiple prime contractor trade bid packages. ATCG will prepare the documentation required to ensure all the required work is included in the multiple prime contractor request bid packages and contracts. ATCG wi!! prepare bid sheet breakdown for each bid package. ATCG will become familiar with the various City department functions and requirements for project coordination. <,-]~a~,!=- ~ ~ will develop a m~s~el construction sc~H~le ~o~ ~e prO]~C~ ,,,m~ l~OUt ~om_ the City. Th~s schedule wi11 be inco~ormed ~n the muidp!e prime contrsctors~ I~B pscksges and be re~ned with the muidple prime courT=cross selected to per~o~ the work. The schedub w~l]_ _ tak~ 1too" ~ ~ccouzz~ .... #h~.. neoessitv~ to m~immin sl] the buildinZ zunc~ons ~ ~" including the emergency ca!l center, the City’s centra! computer room, and Police Depa~ment. ATCG will take into account the fact that the building must remain 5~tly occupied and functional a~ a!l times. A!I constn~cdon r~!ated activities will be plap~ed to ensure scheduling of disruptive work is kep~ to a minimum and is perfo~ed off hours. w~.lt orgamze and ,~-~r~ ....."B:~dm,.;~. " ~" ACTG -’~"~._~s,~ bid ad.~ert~seme~,_t and cont_,~c~,~ participation. ATCG will review the multiple prime contractor bids for completeness and compliance with the teclm_ical potions of the bid requirements as set forth in the specifications and make a recommendation for award or rejection. ATCG will assist mad manage the bid period work items including clarifications, bid evaluations, and bid compliance with contract documents. ATCG will review the prime subcontractor list for completeness and compliance with the bid documents. Budget: ATCG wi11 work with the City to develop a budget format and tracking system. ATCG will review the c_urrent budget and offer an opinion to the projected cost of work. Hazardous Material Abatement: ATCG will propose and manage a program to ensure proper hazardous materials investigations and reports are generated and followed. ATCG will assist the City to manage the abatement process to ensure compliance with a!l applicable laws. C. Construction ~,1anagement Daily Construction Mana_~ement: ATCG will coordinate and manage the day-to-day construction work performed by the multiple prime contractors and their subcontractors. ATCG will manage the process to see that City services are not disrupted and there is minimum impact to the City operations and staff. ATCG will ensure that coordination is maintained between all parties that must be made aware of daily construction activities and that good communication is maintained. ATCG will implement expeditious methods for resolving conflicts. ATCG will handle all coordination with City staff. Buildin~ Insoections and Permit: ATCG will coordinate all building inspections with the prime contractors prior to calling for inspections by the City Building Inspection division. Documentation: ATCG will prepare and/or review all necessary documentation for the project including, but not limited to, daily logs and inspection prog-ress reports, photos/videos, Requests for Information (RFI), correspondence, shop dra~vings, and other contractor submittals. ATCG wili maintain all files and documentation for properly managing the project. ATCG will track all RFI correspondence and submittal status. ATCG will review and comment on any project-related correspondence as requested by the Project Manager. Routine correspondence that is related to product information or minor desi_~.~ Issues may be ~,r .....~%,on itsl~,.~.crneaa.~. ~._.~ and ~nswered ’ ,’ ATCG ’~+~ coy ~,~ ~ the. response directed to the Pr@ect M~~ ....... and me Desi~ Architect. .... CoKespondence requiting City response shall be reviewed, approved, and si~ed by on!y the Project Manager. Schedule Updates and mo,itofin~: ATCG wilt work with the City’s Project Manager to prepare milestone dates and overall schedules for the work for use by the individual contractors to prepare individual CPM schedules. ATCG wi!l analyze, moitor and update the master schedule as the project progesses. ATCG wi!l analyze the schedule for lo~.ical_ construction,_ constraints., level of critical a",~th-i.*:~ _~,~s and to verify pro~ess_ in conjunction with the analysis of pay applications. ATCG wi!l~ review contractors’ individual CPM schedules, monitor the contractor’s pro~ess, notify the City of an)" slippage and coordinate contractor recovery plans. ATCG will coordinate any construction logistics plans of the contractors. Pro~ess Payments: ATCG will review progess pa)~.ent requests submitted by multiple prime contractors, wit ;hin five (5) days of receipt and verify the accuracy and percentage of completion against the schedule, and resolve any discrepancies in the invoices. ATCG will revie~v the invoices and backup for completeness and compliance with contract documents and make a recommendation to the Project Manager for pa?Tnent of the pro~ess payment requests. Chan~e Order Monitorin~ and Processing: ATCG will review and evaluate all contractor extra work requests. ATCG wil! review the contract documents to determine entitlement, complete an independent estimate of the cost of the changes, and reconcile with the contractor’s change order request. ATCG will prepare extra scope of work authorizations for City approval and track all scope and schedule changes. Should there be disa~eements with change order validity, ATCG wil! implement expeditious methods for resolving conflicts. Meetings: Throughout the construction process, ATCG will be prepared to address comments and concerns of the construction contractors, the desi~-~ architect and engineers, and the City’s Project Manager on an as-needed basis. ATCG will set up and conduct weekly progess meetings and any other meetings necessary to facilitate the project work. ATCG wil! write and distribute the meeting agendas, and meeting minutes, including: City-CM meetings, reg~ular site meetings, and meetings with city staff, contractors, and various City departments. The meeting minutes will explicitly track who has the responsibility for each action item with expected completion dates. Miscellaneous: ATCG will review and comment on any project related correspondence if requested by the Project Manager. ATCG wi!l address comments and concerns of the multiple prime contractors and the Architect!Engineer as needed. Testin~ A~encies: Testing agency wil! be under contract with the City. ATCG will coordinate and schedule the testing agency serv’ices for materials testing and special inspections. ATCG will ensure that a!l required si~-offs are reviewed and distributed and are in compliance with the specifications. Ouaiitv Control and Assurance: ATCG wi!t monitor the contractors work for any deviations in scope, schedule or performance and keep tS_e City info~_ed of any issues that may arise. Record Drawings: ATCG will coordinate the preparation of record drawings with the contractors, .Architects, and Engineers on a regular basis, both during the construction and post construction phases, and review the drawings for "as-bui!t" accuracy. Trainin_~: ATCG will set up and coordinate contractor provided training of City staff as required by the contract documents and as necessary to ensure that the appropriate City personnel are adequately trained and familiar with the new and refurbished equipment. Commissioning: ATCG will manage and coordinate the commissioning of the new and refurbished equipment with the contractors and desig-n consultants to ensure that all new and refurbished equipment have been installed in accordance with the contract documents, are workin5 properly as stand-alone equipment, and are working properly as part of a complete system. D. Post Construction - Close Out Record Drawings: ATCG will coordinate the preparation of record drawings with the contractors, Architects, and Engineers on a regular basis, both during the construction and post construction phases, and review the drawings for "as-built" accuracy. Close Out: ATCG will ensure completion and delivery of all contractor required close out documentation including operation and maintenance manuals, record drawings, and warranties. ATCG will review all these materials for compliance with the contract documents and for completeness. Any deficiencies of discrepancies will be reported to the City Project Manager for her information and notice will be given to the Contractor for correction. ATCG will work under the direction of the City’s Project Manager to resolve any contract claim issues that may arise (stop work notices, bonding, delays, extra work, etc). Files to City: ATCG will consolidate and deliver all project flies and documentation maintained by the Construction Manager to be retained by the City. Warranty: ATCG will coordinate correction of all defective work items that are included in the projects warranty period to repair or replace defective work. 3. Dth&WLNGS AND SPECIFICATIONS Document t)pe and fo~at ~or the project are as ~c, ilows: Specifications in electronic ’~Word" document to.at, erawm~s on CD {n " ~; ~a~_~_ ___ Au~u~ ........r~ pJ 4 or PQuO0. Drawings shall be on a 3~" x 48" sheet size with a scale of !/4" = I’. Record Drawings to be submitted to the City: one hard copy set and soft copy on CD in Autocad Version K!4 or ~000. Karen Smith, Manager of Facilities Maintenance and Projects, wi!! be the City’s Project Manager, unless ~.-.-~-,~d~,. ~.,.~,~ otherwise by the City. Al! questions, correspondence and invoices will be addressed to the Project Manager at (650) 49~-6973. Fax number is (550) 496-6958. Al! correspondence shall be addressed to the City of Pa!o Alto, Facilities Management Division, P.O. Box 10250, Palo Alto, CA, 94303. 5. TE’vIE SCHEDULE The Consultant shall complete all Project and Construction Management services within the term period for this a~eement which shall be through the completion of the post construction and close opt phase. CM Services are awarded for Phase I only at this time. CM Services may be extended to Phase II and HI of the project pursuant to approval of funding for those phases, and the quality of the consultant’s work is acceptable during the previous phase of the contract. EXHIBIT C: COMPENSATION Basic Services: The fees for this work shall include all Consultant costs necessary for providing the desired services including sub-consultant costs, reimbursables, and meetings. Consultant shall provide all basic services for a not-to-exceed fee of five laundred t!~ee thousand mvo hundred eighty dollars ($503,280). Pre-Construction $75,000 " 9Construction$_~98,_80 Closeout $30.000 Total Base Fee (Not-to-Exceed)$503,280 Reimbursable Allowance $14.000 Total Fee Not-to-Exceed $517,280 Reimbursable Allowance: Reimbursables sha!l include travel, document reproduction costs, mailing and courier services. Mileage shall be reimbursed at the City’ s current standard rate. Additional Services: Additional Services (Not-to-Exceed)$52,000 Consultant shall be paid on a time and material basis according to the hourly rates below, should any work be requested by the City which fails outside the basic services of this project. All additional services work must be authorized in advance in writing by the City’s Project Manager prior to accomplishment of the work. Principal Sr. Project Manager Estimator!Scheduler Project Superintendent Project Engineer $190 $160 $165 $140 $120 INSURANCE REQUiReMeNTS ru~, . Hc TER~vl OF THE CON.L;~.,l,l ~ ....,RA~ ~ ~,^ ~,S TO Tu=,, ,._ CITY OF PALO ALTO (CITY), AT THEIR SOLE EXP~NS~, SIH,~.LL ~ T’ ~’T OBTAIN AND MAINTAIN INSUR~.NCE ~1 THE A~iOUNTS FOR THE COVERAGE SPEC!RED B~LOW, A~FORDED BUS~N2SS ~N THE S%~TE O~ CAUFORNtA. A~]"#ARD iS CONT;NGENT ON COMPUANCE W~TH CITY’S iNSURANCE REQUIREMENTS, AS SPECiFiED, BELOW: REQUIRED TYPE OF COVEP~.GE REQUIREMENT MINIMUMLIMITS EACH OCCURRENCE AGGREGATE YES WORKER’S COMPENSATION YES ENPLOYER’S LIABILITY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY YES STATUTORY STATUTORY BODILYINJURY PROPERTY DAMAGE BQDtLYINJURY & PRQPERTY DAMAGE COMBINED. YES $1,000,000 $1,000,000 $1,000,000 AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE 0~HEN APPLICABLE), AND NEGLIGENT PERFORMANCE BQDILYINJURY EACH PERSON EACH OCCURRENCE PROPERTY DAMAGE BODILYINJURYANDPROPERTY DAMAGE, COMBINED $1,000,000 $1,000,000 $1,000,000 s!,ooo,ooo S1,000,000 ALL DAMAGES $1,000,000 $1,000,000 SI,000,000 S1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COSTAND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OFANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTORAND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSUP~ANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. INSURANCE COVERAGE MUST INCLUDE: A.A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVEP~GE CANCELLATION; AND B.A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY. C.DEDUCTIBLE Atv’IQUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSUREDS" A.PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTINGWITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT QF THE ADDITIONAL INSURED& B.CROSS LIABILITY Rev. 11/07 EXHiBiT "D;’ iNSURANCE REQUiReMeNTS THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS !NSUREDS UNDER THE POL!CY SHALL NOT, FOR THAT REASON ALONE, EXTiNGUiSH ANY RIGHTS OF THE li".iSURED AGA!NST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THiS POLICY. NOTICE OF CANCELLAT!ON IF THE POLICY iS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. IF THE POLICY IS CANCELED SEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CtI-P¢AT LEAST A TEN (10) DAY WRI]-I-EN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMiNIST~T1ON CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303. Rev. 11/07 iC I-EA288240245 Wl,~/2oov 5/~/2oo7 EACH OCCURRF~cE~AJ,,,.~GE TO RENq’~D PRE.ktISES (E.= o~o,x~ncs) MED EXP (Ar,~ one ~) PEFLSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG I$!,000,000 $300,000 $1o,ooo ~l,0OO,OOO =2,000,000 COMBINED S1NGL BODILY INJURY(~ ~) BODILY I~URY(~ ~) DAMAGE AUTO ONLY - EA ACCIO£~T OT~E~ T~AN EAACC ALrFO ONLY:AGG ~--ACH OCCURRENCE AGGREGATE $ $ $ $ $ $ $ $ ~E: All work perfo-~med under wriu~en con=tact by ~he named insured. City of Palo Alto, its council, members, officers, age~ns, and employees ar~ added as addiciona! insureds per the ~cLached endorsement. Yhis insurance is Primary. TORY LtM~, , ~R ~.L. ~CH ACC~OEm’,$ 1, 000, O 0 O E.L.D~SEA,SE*EAEMPLOYEE $ I , 000, O0O 5/1/200"8 Limits:"" 51,000,000 Each Claim $2,000,000 Aggregate CERTIFICATE HOLDER Purchasing and Contract Administration City of Palo Alto P. O. Box 10250 Palo AiLo, CA 94303 ACORD 25 (2001/08) CANCELLATIONTen Day Notice for ~on-Pa_vTnent .... ;HOULD A.N-Z OF THE A~OVE DESCRIBED POLICIES BE CANCELLED BEFOK~ THE EXPIRATION DATE THEREOF, THE ISSUING ZNSLrkER WILL ]~qDEAVOR TO MAIL 30 DAYS WRITq"EN NOTICE TO THE CERTIFICATE HOLDER NA~MED TO T~.~E LEFT, BUT FAILURE TO DO SO SKALL IMPOSE NO OBLIGATION OR LIABILITY OF A~NX K!ND UPON ~"q4E INSO~P~ER, ITS AGENTS OR ~EPRESENTATIVES. ©ACORD CORPORATION 1988 Susiness Auto Liabiiky CSL Hired Autos Non-Owned Autos r_ndorsements, Forms, Conditions: See A[tached Vehicle Schedule 1,000,000 Traveiers !nsurance Companies ~SBO-’.431L953TCT07 I As suppliers of goods or services to the City of Pa!o Alto, the firm and individuals listed below certify that they do not discriminate in employment of any person because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person; that they are in compliance with r’edu,=l, State and local directives and executive orders regarding nondiscrimination in employment. Date: If Proposer is iNDIVIDUAL, s~go~t-e 0o- Ii Pr~o~’er’s Signature John O,sson, Principal Proposer’s typed name and title If Proposer is PARTNERSHIP or JOINT VENTURE, at least (2) Partners or each of the Joint Venturers Shall sign. here: Alf~. Tech CEmbridge Group Partnership or Joint Venture Name (type or print) Uo-Nov-0iDate:’""~ Date: u6-Nov-O~ £,lember of the Partnership or Joint Venture signature ~-/tv~ember of the Partnership or Joint Venture signature 3. If Proposer is CORPORATION, the duly authorized officer(s) shall sign as follows: The undersigned certify that they are respectively: and Title Title Qf the corporation named below; that they are designated to sign the Proposal Cost Form By resolution (atlach a certified copy, with corporate seal, if applicable, notarized as to its authenticity or Secretary’s certificate of authorization) for and on behalf of the below named CORPORATION, and that they are authorized to execute same for and on behalf of said CORPORATION. Corporation Name (type or print) By: Title: By: Title: Date: Date: City of Palo Alto- RFP 124310