Loading...
HomeMy WebLinkAbout2017-11-08 e-packet@6:00Wednesday, November 8, 2017 6:00 PM City of South San Francisco P.O. Box 711 (City Hall, 400 Grand Avenue) South San Francisco, CA Municipal Services Building, Council Chambers 33 Arroyo Drive, South San Francisco, CA Special City Council Special Meeting Agenda November 8, 2017Special City Council Special Meeting Agenda NOTICE IS HEREBY GIVEN, pursuant to Section 54956 of the Government Code of the State of California, the City Council of the City of South San Francisco will hold a Special Meeting on Wednesday, November 8, 2017, at 6:00 p.m., in the City Council Chambers, Municipal Services Building, 33 Arroyo Drive, South San Francisco, California. Purpose of the meeting: Call to Order. Roll Call. Agenda Review. Public Comments - comments are limited to items on the Special Meeting Agenda. ADMINISTRATIVE BUSINESS Report regarding a resolution authorizing the City Manager to approve on-call consulting services agreements with CSG Consulting, Inc., Swinerton Management & Consulting and West Coast Code Consultants, Inc., for multi-disciplinary engineering services for the City of South San Francisco’s Capital Improvement Program in an amount not to exceed $1,700,000 for each firm, for a total amount of $5,100,000 for a three year term. (Matthew Ruble, Senior Civil Engineer) 1. Resolution authorizing the City Manager to approve on-call consulting services agreements with CSG Consulting, Inc., Swinerton Management & Consulting, and West Coast Code Consultants, Inc., for multi-disciplinary engineering services for the City of South San Francisco’s Capital Improvement Program in an amount not to exceed $1,700,000 for each firm, for a total amount of $5,100,000 for a three year term. 1a. Report regarding a resolution approving a consulting services agreement with e-Builder Inc. of Plantation, Florida, for a five year term in a total not to exceed amount of $616,316 for capital project management software, amending the Fiscal Year 2017-18 Capital Improvement Program, appropriating a project budget of $249,166, and approving budget amendment 18.012. (Justin Lovell, Public Works Administrator) 2. Resolution approving a consulting services agreement with e-Builder Inc. of Plantation, Florida, for a five year term in a total not to exceed amount of $616,316 for capital project management software, amending the Fiscal Year 2017-18 Capital Improvement Program, appropriating a project budget of $249,166, and approving budget amendment 18.012. 2a. CLOSED SESSION Page 2 City of South San Francisco Printed on 12/7/2017 November 8, 2017Special City Council Special Meeting Agenda Closed Session: (Pursuant to Government Code Section 54957) PUBLIC EMPLOYEE PERFORMANCE EVALUATION Title: City Attorney 3. Adjournment. Page 3 City of South San Francisco Printed on 12/7/2017 City of South San Francisco Legislation Text P.O. Box 711 (City Hall, 400 Grand Avenue) South San Francisco, CA File #:17-761 Agenda Date:11/8/2017 Version:1 Item #:1. Report regarding a resolution authorizing the City Manager to approve on-call consulting services agreements with CSG Consulting,Inc.,Swinerton Management &Consulting and West Coast Code Consultants,Inc.,for multi-disciplinary engineering services for the City of South San Francisco’s Capital Improvement Program in an amount not to exceed $1,700,000 for each firm,for a total amount of $5,100,000 for a three year term.( Matthew Ruble, Senior Civil Engineer) RECOMMENDATION It is recommended that the City Council adopt a resolution authorizing the City Manager to approve on- call consulting services agreements with CSG Consultants,Inc.,Swinerton Management &Consulting and West Coast Code Consultants,Inc.for multi-disciplinary engineering services for the City of South San Francisco’s Capital Improvement Program in a total amount not to exceed $1,700,000 for each firm with a total amount of $5,100,000 for a three year term. BACKGROUND/DISCUSSION The City of South San Francisco (“City”)Public Works Department is responsible for developing, implementing and delivering the Capital Improvement Program (CIP)on a timely basis and within the approved budgets.The CIP projects vary in scope and breadth from street improvements,parks,playgrounds, bicycle and pedestrian improvements,utilities,Water Quality Control Plant (WQCP)improvements,grant- funded projects and studies,and various City-owned building/facility improvements.The adopted two-year CIP,Fiscal Years (FY)2017-18 is one of the largest and most diverse CIPs in City’s history with eighty-one (81)projects and a total value of $83.5 million,which does not include the Oyster Point Development and construction costs of the Measure W-Civic Center Projects.FY 2018-19 is projected to have a value of $151.7 million,nearly doubling in value compared to FY 2017-18.Delivery of a large CIP will require consultant support for the management,delivery and implementation the projects on a timely basis.The following table shows the last six fiscal years and the increasing value and complexity of the Capital Improvement Program: Fiscal Year # of Projects Amount Total CIP Appropriations 2012-13 71 $ 13.5M $ 33.5M 2013-14 63 $ 9.8M $ 37.3M 2014-15 88 $ 9.2M $ 43.8M 2015-16 53 $ 21.1M $ 40.4M 2016-17 89 $ 44.2M $ 44.2M 2017-18 81 $ 49.8M $ 83.5M 2018-19 83 $ 68.2M $151.7M The Engineering Division currently has four (4)licensed engineers,with one vacancy,managing the CIP.Each City of South San Francisco Printed on 11/2/2017Page 1 of 4 powered by Legistar™ File #:17-761 Agenda Date:11/8/2017 Version:1 Item #:1. The Engineering Division currently has four (4)licensed engineers,with one vacancy,managing the CIP.Each engineer is overseeing a minimum of ten (10)CIP projects,as well as accommodating the needs of the public and other City departments,such as plan checking from the Planning and Building Divisions,staff support for the Oyster Point Development and Measure W Projects,additional non-CIP projects assigned to Engineering Division,and addressing public traffic calming requests.It is difficult for staff to solely concentrate on the CIP. As a comparison,the City of San Mateo’s CIP for Fiscal Year 2017-18 is $134M;however,they have twenty- two (22) engineers working on projects. Over the past three years,due to the growing number of CIP projects,the City has used Swinerton Management &Consulting (Swinerton)for program management purposes.Swinerton was assigned twenty-six projects,of which nineteen projects have been delivered as complete and seven projects are in progress.The contract with Swinerton will expire June 30,2018.The work with Swinerton has been successful,but as a good business practice staff elected to re-bid the contract rather than seek further extension of the existing contract. In developing a new Request for Qualifications (RFQ)to replace the Swinerton contract;however,staff reviewed performance over the past three years and concluded a more efficient and effective model would be to contract not just for program management work,but instead to include all aspects of engineering required to deliver a CIP project;project management,structural and civil engineering,surveying,geotechnical, construction management,inspection,etc.Currently Public Works staff coordinates all these different elements for each CIP project,taking significant staff time to coordinate the work of the various consultants without a single point of contact. By moving to a model whereby a consultant has the capability to handle all engineering aspects of project delivery in conjunction with staff oversight,Public Works will be able to more efficiently deliver the eighty-one CIP projects approved by Council.City staff will still manage the projects and provide direction,but using one- stop-shopping consultants will provide better overall coordination and accountability from one consultant team rather the current approach of using multiple consultants through separate contracts on each project.Without augmenting City engineering staff as proposed,CIP projects will be delayed as existing City staff cannot effectively manage the required volume of work.The alternative to using outside contractors would be to issue request for proposals for the various services needed for each individual project,significantly delaying the CIP project delivery process,increasing the coordination complexity of each project while not generating any savings in time or money. THE RFQ PROCESS The CIP projects have competing priorities and require an extensive amount of engineering and management resources over and above the existing staffing.In order to move a majority of the projects from preliminary studies and design to construction within a 12-18 month period,staff sought proposals from firms to provide a well-qualified,multi-disciplinary and success-oriented team to deliver comprehensive municipal engineering services to support the City’s CIP.Municipal engineering services encompass multi-disciplinary engineering design and construction services to match each project’s specific requirements. Staff issued a Request for Qualifications (RFQ)for municipal engineering services on May 4,2017,on the City of South San Francisco Printed on 11/2/2017Page 2 of 4 powered by Legistar™ File #:17-761 Agenda Date:11/8/2017 Version:1 Item #:1. Staff issued a Request for Qualifications (RFQ)for municipal engineering services on May 4,2017,on the eBidboard website.Three proposals were received on the due date of June 6,2017.After reviewing the submitted proposals,interviews were held for the three proposing consultant teams on July 17,2017 and July 19,2017.The panel consisted of members from Public Works:Sam Bautista,Principal Engineer;Richard Cho, Senior Civil Engineer; and Patrick Caylao, Associate Civil Engineer. Based on the interviews and qualifications submitted,all three multi-disciplinary consultant teams demonstrated staffing availability and expertise to provide the municipal engineering services that the Engineering Division needs for an effective CIP project delivery.Due to the large volume of projects,staff recommends that all three teams --CSG Consultants,Inc.(CSG),Swinerton Management &Consulting (SMC),and West Coast Code Consultants,Inc.(WC3)--undertake the municipal engineering services based upon the firms’experience,resources,familiarity of South San Francisco and positive references.All three teams currently provide services to the City. City staff reviewed the current CIP and created a list of projects for the three consulting teams to manage, deliver,and provide engineering support services.The sixty-nine (69)selected projects consist of a variety of CIP projects,such as facilities,park,sanitary sewer and traffic.Staff will issue individual task orders for the various CIP projects and related tasks assigned to the consultant based on each firms’strengths and ability to deliver projects.The list of projects is attached to this staff report as Attachment 1.All three consultant teams have dedicated the resources to perform multi-disciplinary engineering design and construction services throughout design and construction period,as well as inspection services during construction in order to deliver all projects on the list in a timely manner.Based on the anticipated workload,staff recommends executing a consultant agreement with each consultant firm in an amount not to exceed $1,700,000 over the three year length of the contract.Firms will be paid based upon the work assigned and completed,not on any retainer basis or guarantee of work or payment. Selection of consulting services is not based on the lowest bidder,but on the firm’s expertise,experience and references.Once the most qualified firm is determined for a particular project,staff will negotiate a fee proposal and any changes deemed necessary to obtain a reasonable cost for the scope of work.Because these projects are locally funded,there are no Disadvantaged Business Enterprise (DBE)requirements.The overall length of the consultant agreements is three years, from November 8, 2017 to November 7, 2020. The total amount of consultant work to be requested and performed during the term for each consultant cannot be well defined at the outset.However,the consultants will work on an on-call basis as defined by the City on a project-by-project basis.Accordingly,all work performed under the agreements will be pursuant to individual work orders that will have a specifically defined scope and schedule that will be negotiated on a project-by- project basis.Further,the individual agreements will acknowledge that the individual work orders will dictate the work done under each agreement,up to the not to exceed amount.These costs would be charged against the various projects through their sources of funding.There is no city obligation to expend any funds under these agreements. City of South San Francisco Printed on 11/2/2017Page 3 of 4 powered by Legistar™ File #:17-761 Agenda Date:11/8/2017 Version:1 Item #:1. FUNDING There are sufficient funds allocated in each of the projects listed in Attachment 1 to cover the engineering design and construction costs.The Council approved all costs associated with the proposed consultant contracts as part of the annual CIP budget adoption on June 28,2017.Costs for engineering services will be paid out of each CIP project.Each CIP project has budget for design and project management.There is no new expenditure required beyond the existing CIP budget. No compensation beyond the not to exceed amount will be authorized without a mutually agreed upon level of effort and corresponding contract amendment approved by City Council.The Engineering Division will be overseeing the program management,and the cost of administration will be charged to each corresponding CIP project. The proposed cost is shown below: Municipal Engineering Services (CSG)$ 1,700,000 Municipal Engineering Services (Swinerton)$ 1,700,000 Municipal Engineering Services (WC3)$ 1,700,000 Total $ 5,100,000 CONCLUSION Staff recommends the City Council adopt a resolution authorizing the City Manager to execute consulting services agreements with multi-disciplinary consultant teams lead by CSG Consultants,Inc.,Swinerton Management &Consulting,and West Coast Code Consultants,Inc.based on their qualifications,experience, references and understanding of the projects.Award of this agreement will allow for the delivery of a variety of CIP projects listed for FY 2017-18. Attachments: 1.List of Program Management Projects 2.Interview Evaluation Rating Summary 3.CSG Profile and Project Team Sheet 4.Swinerton Profile and Project Team Sheet 5.WC3 Profile and Project Team Sheet City of South San Francisco Printed on 11/2/2017Page 4 of 4 powered by Legistar™ #CATEGORY PROJECT # PROJECT NAME 1Public Facilitiespf1609 Magnolia Center & Siebecker Center Parking Lot Resurfacing (merged with pf1610) 2Public Facilitiespf1703Energy Savings Program 3Public Facilitiespf1704Training Tower Maintenance 4Public Facilitiespf1705 City Hall Security Upgrades (Formerly City Hall Modernization) 5Public Facilitiespf1801Parking Garage Number 2 6Public Facilitiespf1802Brentwood Parking Lot Improvements 7Public Facilitiespf1803Upgrades to Main Library Auditorium Exit 8Public Facilitiespf1804City Hall Roof Replacement 9Public Facilitiespf1805Fire Station 64 Dormitory and Bathroom Remodel 10Public Facilitiespf1806Orange Memorial Park Aquatic Center 11Parkspk1402 Orange Memorial Park Sports Field Renovation (formerly Grandstand Conversion) 12Parkspk1601Adult Fitness Equipment Installation 13Parkspk1701 Gateway Monument Signs (Combined with pk1503) 14Parkspk1702Sign Hill Improvements 15Parks pk1803Sellick Park Renovation Project 16Parks pk1804 Buri Buri Park Baseball and Basketball Court Improvements 17Parks pk1805Avalon Park Improvements 18Parks pk1806Gardiner Park Playground Replacement 19Parks pk1807Hillside School Soccer Field Renovations 20Storm Drainsd1401Storm Water Trash Capture Devices 21Storm Drainssd1602Shaw Road Storm Line By-Pass 22Storm Drainsd1701Francisco Terrace Storm Drain 23Storm Drainssd1801 OMP Storm Capture Project 24Sanitary Sewerss1205WQCP Solar Photovoltaic System 25Sanitary Sewerss1301WQCP Digester Design and Construction 26Sanitary Sewerss1307 WQCP Plant-Wide Painting Program (Corrosion Study) 27Sanitary Sewerss1502 Pump Station #4 Force Main Pipes Under Utah Ave 28Sanitary Sewerss1503 Vactor Sweeper Waste Receiving Station Improvements 29Sanitary Sewerss1601Sodium Hypochlorite Tank Replacement 30Sanitary Sewerss1602Sewer Pump Station No. 9 VFD Replacement 31Sanitary Sewerss1701WQCP Maintenance Building Roof Replacement 32Sanitary Sewerss1702Pump Station No. 2 Upgrade 33Sanitary Sewerss1703WQCP Secondary Clarifiers #1 and #2 Rehab ATTACHMENT 1 ‐ Projects needing Engineering Services Attachment 1Page 1 of 3 #CATEGORY PROJECT # PROJECT NAME 34Sanitary Sewerss1704WQCP Effluent Storage Basin Liner Replacement 35Sanitary Sewerss1705WQCP Switchgear & Cogen Controls Upgrade 36Sanitary Sewerss1801Sewer Master Plan 37Sanitary Sewerss1802Sea Level Rise Study and Planning at WQCP 38Streetsst1301South Airport Boulevard Bridge Replacement 39Streetsst1403 SSF Grand Boulevard Project (Chestnut to Arroyo) (Phase I) 40Streetsst1502 SSF Grand Boulevard Project (Kaiser Way to BART) (Phase II) 41Streetsst1601 Linden Ave. Complete Streets (California to Aspen) Phase 1 42Streetsst1602 Linden Ave. Complete Streets (Aspen to Miller) Phase 2 Spruce Ave (Lux Ave to Maple Ave) 43Streetsst1603Caltrain Plaza Improvements 44Streetsst1604Paint Restriping of City Streets 45Streetsst1605 Spruce Avenue Pedestrian Improvements (Lux to Miller) 46Streetsst17012016 ADA Ramps 47Streetsst1703Bridge Preventative Maintenance Program 48Streetsst1704East of 101 Public Amenities & ROW Study 49Streetsst1705 2016 Street Rehabilitation Program & Slurry Seal Project 50Streetsst1706Grand Avenue Pedestrian Crossing Improvements 51Streetsst1707 Demolition of Pedestrian Bridges (Mid Year Request) 52Streetsst1801Grand Avenue Streetscape 53Streetsst1804 Bridge Preventative Maintenance Program - Grand Avenue Overpass 54Streetsst1805 El Camino Real Gateway Sign and Median Improvement (Noor to Spruce) 55Streetsst1806 North Access Road Bike and Pedestrian Improvements 56Streetsst1807 Grand Boulevard Project Phase 3 (Arroyo Drive to Kaiser Way) 57Traffictr1402 West Orange Avenue/Centennial Way Pedestrian Xing Improvements 58Traffictr1404US 101 Produce Avenue Interchange 59Traffictr1501 Junipero Serra and King Drive Intersection Improvements 60Traffictr1503 SR2T Bike Lane Striping (Formerly SSF Caltrain Tunnel Study) Attachment 1Page 2 of 3 #CATEGORY PROJECT # PROJECT NAME 61Traffictr1601Hickey/Junipero Serra Pedestrian Improvements 62Traffictr1602E. Grand, Gateway & Forbes Intersections 63Traffictr1603Oyster Point/Gateway/Veterans Intersections 64Traffictr1701 Sunshine Gardens Safety and Connectivity Improvement Project 65Traffictr1702East of 101 Traffic Model Update 66Traffictr1703Avalon-Brentwood Park Neighborhood Traffic 67Traffictr1704Miscellaneous Traffic Improvements 68Traffictr1705Update Pedestrian and Bicycle Master Plan 69Traffictr1801Commerical and Spruce Signalized Intersection Attachment 1Page 3 of 3 Mu l t i ‐di s c i p l i n a r y  En g i n e e r i n g  Se r v i c e s   Co n s u l t a n t  In t e r v i e w s Ra t i n g  Su m m a r y CR I T E R I A MA X   PO I N T S Rater 1 Rater 2 Rater 3 Total Rater 1 Rater 2 Rater 3 TotalRater 1 Rater 2 Rater 3 Total Un d e r s t a n d i n g  of  co o r d i n a t i o n  se r v i c e s  ob j e c t i v e s  an d  re q u i r m e n t s 15 1 5 1 5 1 5 4 5 1 5 1 5 1 5 4 5 1 5 1 5 1 5 4 5 Ca p a b i l i t i e s  an d  ex p e r i e n c e s  wi t h  th e  Fe d e r a l  Ai d  an d  Ca l t r a n s  de l i v e r y   pr o c e s s  an d  re g i o n a l  an d  st a t e  pr o g r a m m i n g  pr o c e s s e s 30 2 8 2 8 2 5 8 1 2 9 3 0 2 5 8 4 2 7 2 5 2 0 7 2 Te c h n i c a l  pr o j e c t  ap p r o a c h  to  co m p l e x  in s t i t u t i o n a l  pr o j e c t s  an d / o r   de l i v e r i n g  pr o j e c t s  un d e r  Fe d e r a l  an d / o r  St a t e  De p a r t m e n t a l  (C a l t r a n s )   re g u l a t i o n s 20 1 6 2 0 2 0 5 6 1 8 2 0 1 5 5 3 1 7 2 0 2 0 5 7 Pr o j e c t / P r o g r a m  Co o r d i n a t i o n  ap p r o a c h .  Co m p a t i b i l i t y  wi t h  en g i n e e r s ,   de s i g n  te a m s ,  pr o j e c t  sp o n s o r s ,  an d  st a k e h o l d e r s  an d  de m o n s t r a t e d  ab i l i t y   to  de v e l o p  an d  fo s t e r  a te a m ‐ba s e d  ap p r a c h  to  pr o j e c t  de l i v e r y 15 1 3 1 5 1 5 4 3 1 4 1 5 1 5 4 4 1 4 1 5 1 5 4 4 Co m p a r a b l e ,  de m o n s t r a t e d  ex p e r i e n c e  an d  su c c e s s  in  pr o v i d i n g  si m i l a r   se r v i c e s  wi t h  pu b l i c  or  pr i v a t e  ag e n c i e s 20 1 7 2 0 1 5 5 2 1 6 1 8 2 0 5 4 1 6 2 0 1 5 5 1 To t a l 1 0 0 89 9 8 9 0 2 7 7 9 2 9 8 9 0 2 8 0 8 9 9 5 8 5 2 6 9 Sw i n e r t o n C S G W C 3 Project Team / Staffing Organizational Chart As elaborated on in the organizational chart below and on the following pages, CSG’s team will be led by Dave Bishop, PE, Principal Engineer. Our team will include highly qualified staff that have all performed work on projects of similar scope and size. Resumes of key personnel are provided in Section 8. Key personnel are labeled with an asterisk (*). Dave Bishop, PE* PROJECT MANAGER 3 SECTION Cyrus Kianpour, PE, PLS Ron Marquez, TE Ed Slintak, PE QA/QC TEAM Hatem Ahmed, PE, PMP PRINCIPAL IN CHARGE LAND DEVELOPMENT INSPECTION Bassam Badr Mojtaba Nahrvar, EIT Joseluis Gonzales Gaetano Cosentino Ramon Bernardo Curtis Brian PERMIT TECHNICIAN Georgina Diaz Maria Lara Greg Matszal DEVELOPMENT REVIEW Mark Lander, PE* Sophie Truong, PE, PLS, QSD/P Frank Navarro, PE, CFM, QSD/P Mehdi Sharifi, PE Eric Gonzales, PE, QSD/P Rambod Hakhamaneshi, PE, QSD Katherine Sheehan, PE, QSD/P Babak Kedari Catherine Chan, EIT Chad Havens (MBI) CAPITAL IMPROVEMENT PROJECTS CIP UPDATES / STAFF REPORTING Mohinder Sharma, TE* Son Hoang, EIT Kathy Kim Derek Wong (MBI) PS&E REVIEW Michael Fisher, PE, QSD/P* Nabaz Saeeid, PE (MBI)* Lawrence Lau, PE, PLS, QSD/P Ed Slintak, PE ENVIRONMENTAL REVIEW Darcy Kremin, AICP (MBI)* Katrina Kardt-Holoch, AICP (MBI) CIP MANAGEMENT Dave Bishop, PE* Ferd Del Rosario, PE Kevin O’Connell, PE CONSTRUCTION & ADMINISTRATION Ferd Del Rosario, PE* Nourdin Khayata, PE* Daniel Gonzales, PE Joseluis Gonzales AT T A C H M E N T 3 Pa g e 1 of 3 Key Personnel Dave Bishop, PE, Principal Engineer, will serve as the Project Manager for this contract and will serve as the single point of contact with the City, ensuring the appropriate staff and expertise are provided. Mr. Bishop has over 20 years of municipal engineering experience, with a strong focus in capital improvement project management for agencies throughout San Mateo County. He has served as the Assistant City Engineer for the Town of Hillsborough, Project Manager for the City of San Mateo, and capital improvement project manager for the Town of Colma. His experience includes identifying scoping, planning, budgeting, and managing capital improvement projects. Mr. Bishop is committed to his role and will be available to perform services either onsite or offsite, at 20 hours per week for the duration of the contract. Michael Fisher, PE, QSD/P, will perform PS&E reviews. Mr. Fisher has over 24 years of experience in managing and designing street and municipal improvement projects. He has managed 6 federally-funded projects in the past several years as is very familiar with Local Assistance Procedures Manual and Caltrans Local Assistance staff. He has recently served as the project manager for the Junipero Serra at King Drive Intersection Improvements project. Mo Sharma, TE, Principal Engineer, has over 40 years of engineering experience. Mr. Sharma has spent over 31 years serving as City Engineer for the Cities of Martinez, Daly City, Monte Sereno, and Half Moon Bay. He has assisted in securing grant funding from state, federal, and regional agencies. He supervised timely completion of design, environmental/right-of-way certifications, permits, construction inspections, and contract administration of various capital improvement projects. Ferdinand “Ferd” Del Rosario, PE, has experience coordinating with Caltrans, FHWA and other regulatory agencies such as CTC, MTC, and County Agencies on the acquisition of federal funds and permits, and processing of E-76, invoices, and agreements. He has served the cities of Millbrae, Albany, Milpitas, and Marina with the management of their Capital Improvement Programs. Nourdin Khayata, PE, Construction Manager, brings over 25 years of municipal and construction management experience, and has served as the coordinator on multiple on-call contracts. He is a detailed and thorough manager with great communication skills. He is familiar with the LAPM as many of his projects were federally-funded. Mark Lander, PE, Principal Engineer, will serve as the lead for development review services. Mr. Lander has over 30 years of professional engineering experience with a focus on municipal engineering, land development, and stormwater compliance. Mr. Lander previously served as City Engineer of the City of Dublin, where his duties included oversight of new development compliance measures for the Municipal Regional Permit for stormwater issued by the San Francisco Bay Regional Water Quality Control Board. Subconsultant Michael Baker International, Inc. (MBI) is a leader in engineering, consulting, planning, and technical and professional services with a local focus and global expertise. We offer a full continuum of innovative solutions in planning, engineering, survey, architectural, environmental, construction management, and GIS/GIT. The company provides a comprehensive range of services and solutions in support of federal, state, and municipal governments, foreign allied governments, and a wide range of commercial clients. Additionally, MBI has provided support services in the Bay Area for on-call services to agencies such as: Oakland, San Ramon, Orinda, Sunnyvale, Concord, Livermore, Contra Costa County, Santa Clara County, Alameda County, Marin County, Caltrans District 4, and many others. Nabaz Saieed will provide utility coordination and review, and bid document preparation assistance for this contract. Mr. Saieed is an Associate Vice President for Michael Baker and will manage the MBI staff associated with this contract. ATTACHMENT 3 Page 2 of 3 Familiarity with City of South San Francisco CSG Consultants, Inc. (CSG) is a California company with our corporate office located in Foster City, less than 13 miles from South San Francisco City Hall. CSG has performed consulting services to the City of South San Francisco since the early 1990s. CSG has assisted the City with Federal Grant Administration for several transportation related projects. The HSIP funded projects included the “Grand/Magnolia Traffic Signal” project, the “Evergreen/Mission Traffic Signal” project, and the “Junipero Serra Boulevard at King Drive” project. Each of these HSIP funded projects required CSG to complete the E76 process for both design and construction. The “Los Cerritos School Crossing Improvements” project was a SRTS funded project, the “SSF Grand Blvd Project” is a CMAQ-OBAG funded project, and the “El Camino High School Pedestrian Crossing” is a TDA grant funded project. In addition to developing the documents and coordinating with Caltrans Local Assistance to secure grant funding, CSG has assisted in developing RFPs, staff reports, and council resolutions. CSG currently assists the City with stormwater program management and construction inspection. CSG also served as the design consultant for the Junipero Serra Boulevard at King Drive Improvement project. CSG has also provided building plan review and inspection services to the City for over 24 years. MICHAEL BAKER INTERNATIONAL EXPERIENCE WITH SOUTH SAN FRANCISCO MBI staff has South San Francisco and Bay Area experience in preparing civil engineering, environmental analyses, planning, urban design, GIS/GIT, water/wastewater, and surveying/mapping projects. They have the unique experience of providing extension of staff services in the processing of projects on behalf of cities and counties. Projects specific to the City of South San Francisco have included Oyster Point Phase II Municipal Services; the Community Development Block Grant (CDBG) Program On-Call Assistance; Community Civil Campus; Greenhouse Gas (GHG) Emissions Inventory, Strategic Growth Council Grant Application, Climate Action Plan and Pedestrian Master Plan; and Storm Drain Master Plan. Team members understand the City of South San Francisco’s staff, policies, and procedures and can provide efficient on-call staff augmentation services. 4 SECTION ATTACHMENT 3 Page 3 of 3 MANAGEMENT &CONSULTING SWINERTON MANAGEMENT & CONSULTING - 4. PROJECT TEAM / STAFFING 4. Project Team / Staffing  Integrity  Leadership  Passion  Excellence SUSTAINING ENVIRONMENTS FOR CIVIC EXCELLENCE TEAM DESCRIPTION / ROLES Our proposed Team comes to City of South San Francisco with outstanding experience providing program, project, construction management and municipal engineering services on large complex development programs, including residential building, public areas, community facilities, infrastructure and transportation improvements. Our goal is to become part of your team, provide quality services and excellent customer service, and strive to become part of our client’s family; your goals for this project will become our goals! The candidates we are proposing possess these qualities and will work closely to meet your expectations of service. They will apply proven procedures leading to quality and cost-effective delivery. We will support and work closely with your Staff to ensure the successful completion of all project activities. JEFFREY GEE, PRINCIPAL-IN-CHARGE. Mr. Gee has over 25 years of experience leading and directing design, construction and development projects in the public sector and is a licensed Architect. Mr. Gee has provided senior leadership management on over $1.8 billion of projects in the Bay Area. Mr. Gee is a strategic problem-solver and clear communicator, who has developed strong working relationships with various state and local agencies, utility companies and consultants. He will ensure that our team has all the resources of the Swinerton family of companies available in the successful delivery of this Program. GREG ARMENDARIZ, P.E. QSD/QSP, PROJECT EXECUTIVE. Mr. Armendariz has over 30 years of experience in civil and structural engineering analysis & design, project and construction management of public infrastructure projects and is a licensed Professional Engineer and is QSD/QSP certified. He has extensive experience with planning, design and construction of infrastructure type projects and has a proven track record of managing projects of similar type and scale. As Program Executive he will provide operational and senior management support to ensure the success of your program. He will be responsible for providing additional resources and any technical expertise required. He will attend key meetings, participate in partnering sessions and ensure that we commit the full attention of Swinerton’s senior management to guarantee the success of our services. PETER VORAMETSANTI, P.E., SENIOR PROJECT MANAGER. Mr. Vorametsanti has over 33 years of engineering and construction management experience, is a licensed Professional Engineer and is a certified Traffic Operations Engineer. Mr. Vorametsanti spent 20 years with the City of Redwood City in numerous roles including Supervising Civil Engineer, Acting Engineer Manager and Civil Engineer. In this capacity he managed a multiple of projects including municipal buildings, parks, sports fields, infrastructure and transportation projects including roadway interchanges, waste water, storm water, street and levee improvements. Mr. Vorametsanti has also managed the land development section responsible for planning and entitlement process, map approvals, plan check and permitting of private development projects. Mr. Vorametsanti is a highly skilled communicator and analyst, adept at streamlining processes, managing an efficient program team and developing constructive working relationships with multiple program constituents. Mr. Vorametsanti’s well-rounded industry experience includes working as a practicing civil engineer, not just designing complex facilities, but also managing and representing client’s with program and construction management expertise. He understands the challenges and complexities of managing programs within a public environment and customizes his strategies and approach to ensure the success of each project from its inception through close-out. Mr. Vorametsanti will work as an extension of the City staff, overseeing the ProjectTeam and consultants, participating in all key meetings, assisting in the establishment of the program including setting goals MANAGEMENT &CONSULTING SWINERTON MANAGEMENT & CONSULTING - 4. PROJECT TEAM / STAFFING 4. Project Team / Staffing  Integrity  Leadership  Passion  Excellence SUSTAINING ENVIRONMENTS FOR CIVIC EXCELLENCE and managing expectations, cost modeling, program definition documentation, assisting the City in establishing any standards, and establishing communication protocols. He is our designated Senior Project Manager, overseeing the day-to-day activities and will be our primary point-of-contact, resolving issues and coordinating with the City project staff on a daily basis. He will be responsible for overall performance of our staff, and will work closely with all team members to ensure the highest level of communication, coordination and quality of work takes place. JORGE BERMUDEZ, PROJECT MANAGER. Mr. Bermudez has over 20 years of experience in design and construction of public infrastructure, while employed in both the public and private sectors. Mr. Bermudez excels in project and construction management and construction contract administration and has strong field skills in construction and project management including the utilization of the latest project management tools to track and analyze project schedules, construction costs, design revisions, changer orders, field work orders and contractor performance. Mr. Bermudez will be focused on quality control and assurance, assuring the work complies with the construction plans and specifications, has excellent forward vision, anticipating construction problems and working with the entire team to resolve them, averting delays and extra costs. Mr. Bermudez will support our team with project management expertise. JEFF NEUENBURG, INSPECTOR. Mr. Neuenburg has over six years of experience as a Staff Engineer and Field Technician in the practice of pavement inspection, soils observation and testing and concrete testing. His variety of experience includes major public sector projects including transportation, infrastructure, zoned embankment dams and water resources structure and educational facilities. Mr. Neunburg brings specific experience inspecting projects for the City of South San Francisco. He will continue to be focused on quality control and quality assurance, and confirming the contractor’s work complies with the construction plans and specifications. SUPPORT SPECIALISTS KATHLEEN PHALEN, P.E. QSD/QSP, ENGINEERING SUPPORT. Ms. Phalen has over 30 years of experience in civil and structural engineering analysis & design, project and construction management of public infrastructure projects, is a licensed Professional Engineer and is QSD/ QSP certified. She has experience managing projects for the City of South San Francisco and has extensive experience with planning, design and construction of infrastructure and building projects, and has a proven track record of managing projects of similar type and scale to those in the City’s CIP Program. Ms. Phalen will be available to lend engineering support services and expertise to our Project team as required. DALE MOLYNEUX, ESTIMATING MANAGER. Mr. Molyneux has over 30 years of experience in project management and estimating. He has specialized in preconstruction services for the past 15 years. His construction management services have included conceptual estimating, bid estimating and bid analysis , constructability reviews, sequencing and value engineering for a wide range of projects, including infrastructure, public facility projects, high and low rise apartment/condo structures and large site developments. Mr. Molyneux has also been a guest lecturer at San Jose State and UC Berkeley to discuss conceptual estimating. Mr. Molyneux will support the Project Team with estimating services at all phases of design including: schematic, conceptual, design development and plan set document (90% construction documents). MANAGEMENT &CONSULTING SWINERTON MANAGEMENT & CONSULTING - 4. PROJECT TEAM / STAFFING 4. Project Team / Staffing  Integrity  Leadership  Passion  Excellence SUSTAINING ENVIRONMENTS FOR CIVIC EXCELLENCE MICHAEL MURPHY, SCHEDULE MANAGER. Mr. Murphy has over 27 years supporting program and project teams in developing and/or reviewing schedules, analyzing project delays and productivity impacts. Responsibilities include guidance in overall corporate scheduling practices, as well as conducting job start-up reviews and ongoing project reviews. Performs entitlement and/or damages reviews related to claim demands, as well as prepares comprehensive analysis which include developing opinions for negotiations and/or alternative dispute resolution procedures. Mr. Murphy will work closely with our Project Team in developing, managing and monitoring the master and project schedules on this Program. TOBI FENN, FINANCIAL CONTROLS MANAGER. Ms. Fenn is our “gate keeper” on program and project budgets, and works very closely with Clients developing cash flow projections Ms. Fenn is available to support our team with any financial control responsibilities that can include tracking all costs against their funding sources and projects, reconciling project costs tracked in the project management software program to actual City of South San Francisco costs. Ms. Fenn’s financial work is impeccable, earning the praise and confidence of many of our clients including cities, schools and community college business officers. She understands the importance of accounting for every single dollar and is relentless in her pursuit to reconcile every financial report. ADDITIONAL RESOURCES Behind our Core Team are the resources of Swinerton, experts are available to answer and address any need that may develop for this Project. The following expertise is available to our Project Team:  Procurement  Information Technology (IT)  Project Labor Agreement / Project Stabilization Agreement (PLA/PSA)  Sustainability/CalGreen / Alternative Energy  Estimating and Scheduling  Building Information Modeling  Alternative Delivery Methods  Insurance  Legal / Risk Management  Industrial Hygiene  Storm Water Protection Plan (SWPPP)  Quality Control BEST PRACTICES / LESSONS LEARNED We have formed an internal “Project Advisory Committee” comprised of Program and Project / Construction Managers who are currently working on public facilities. The Advisory Committee will be a resource to our Project Team on such issues as best practices, lessons learned, collaboration, operational reviews and audits. We will hold periodic roundtables with the committee and the project team to share experiences and exchange ideas and/or solutions, and consult on a variety of issues and challenges. SWINERTON MANAGEMENT & CONSULTING - 4. PROJECT TEAM / STAFFING Greg Armendariz, P.E., QSD/QSP Project Executive Mr. Armendariz has over 30 years of experience in engineering, design, project management and construction management of Capital Improvement Projects, including freeway grade-separations and in- terchanges, public building facilities, parking garages, bridges, roadways, parks and trails, water, storm, recycled water and sewer utilities, pump stations, reservoirs, and Light Rail Transit facilities. His experi- ence includes civil and structural engineering analysis and design, cost estimating, project scheduling and design manager. His construction management experience includes construction contract admin- istration, constructability reviews, analysis and authorization of extra work and contract change orders, quality control, progress payment review and approval, coordination of phased projects, construction CPM schedule preparation, schedule delay analysis and schedule recovery; administration of Project Labor Agreements, project inspection, punchlist coordination, project commissioning, closeout and war- ranty period monitoring/coordination. Mr. Armendariz also has experience as a City Engineer and Public Works Director, responsible for the engineering, operations and maintenance, and planning of the City’s public works infrastructure, parks and trails, public building and fleet operations. This includes development of asset management systems for aging infrastructure, master planning, financing strategies to renovate and replace aging infrastructure. Interchange Improvements Experience Mr. Armendariz has worked on the planning, design and management of several major highway interchange improvements while working as City Engineer & Project Engineer for the City of Milpitas, including the following projects:  Interstate 880/Tasman Drive Overcrossing, Milpitas, CA, $10 Million  Hwy 237/I-880 Interchange, Milpitas, CA, $75 Million  Interstate 880/Dixon Landing Road, Milpitas, CA, $30 Million Professional Experience BUILDINGS City of Milpitas, Public Library and Parking Garage, Milpitas, CA Comprehensive project management of a new 60,000 square, two story library and 4 story parking garage. $50 Million. City of Milpitas, Senior Center, Milpitas, CA Comprehensive project management of a new 22,000 square-feet Senior Center. This green project involved the “adaptive re-use” of the old City library building. $12 Million. City of Milpitas, City Hall, Milpitas, CA Construction Project Manager of a four story City Hall (60,000 square-feet) and an underground parking garage. Project included Civic Center site improvements - parking lots and circulation improvements, landscaping, pond, waterfall and water fountains and off-site street improvements. $50 Million. City of Milpitas Fire Stations, Milpitas, CA Comprehensive project management of Fire Station No. 2 and Fire Station No. 3 kitchen, restroom and ADA improvements. $1 Million. YEARS OF EXPERIENCE 30+ EDUCATION B.S., Civil Engineer- ing, San Jose State University REGISTRATION Registered Professional Engineer California License # C40283 CERTIFICATION QSD/QSP Certification #23717 SWINERTON MANAGEMENT & CONSULTING - 4. PROJECT TEAM / STAFFING Greg Armendariz, P.E., QSD/QSP Project Executive UTILITY IMPROVEMENTS City of Milpitas, Gibraltar Water Pump Station and Reservoir, Milpitas, CA Managed project staff through the project conceptual and final design, and re-construction of a new water pump station controls building, and replacement of aging pump station infrastructure. $20 Million. City of Milpitas, Main Sewage Pump Station, Milpitas, CA Comprehensive project management of a new Main Sewage Pump Station and an operator building with offices and pump station controls. $20 Million. BRIDGES, GRADE SEPARATIONS AND INTERCHANGES Santa Clara County Transportation Agency, Multiple Bridges, Santa Clara County, CA Project Manager for the Santa Clara County Transportation Agency, Responsibilities included structural analysis, design and construction management of new bridge projects and bridge rehabilitation. Responsible for the design and construction of a bridge replacement project on Buena Vista Road over Llagas Creek in Gilroy, California. $50 Million. BRIDGES - SEISMIC RETROFIT AND REHABILITATION Mr. Armendariz performed seismic analyses, design and construction of seismic retrofit and repair work to bridge foundations, columns, bridge railings, bridge abutments and superstructure. Design Engineer and Resident Engineer on the following Bridges:  Wrights Station Bridge over Los Gatos Creek (historic bridge)  San Antonio Road bridge over Central Expressway, ramps, and UPRR overhead  San Tomas Expressway bridge over Winchester Boulevard  Whisman Road bridge over Central Expressway  Arques Road Bridge over Central Expressway  Lincoln Avenue on ramp over Almaden Expressway STREET PAVEMENT / RESURFACING City of Milpitas, CA Responsible for annual Street Pavement Resurfacing Program, including annual pavement condition assessment, programming projects, development of program funding and obtaining grants, design and construction of annual projects, and Public Works street maintenance and operations. $2 Million annually. PUBLIC WORKS / CAPITAL IMPROVEMENT PROGRAM City of Milpitas, CA Five Year Capital Improvement Program: Responsible for the development of a comprehensive Capital Improvement Program, which identifies and prioritizes capital needs, develops a financing plan, and an implementation plan. The Capital Improvement Program included all of the City’s buildings, Parks, Water, Storm, Sewer and Street facilities. Coyote Creek Trail A Two (2 ) mile long, 12 foot wide, multi-use Class 1 trail placed on the east Coyote Creek levee. $2.5 Million. SWINERTON MANAGEMENT & CONSULTING - 4. PROJECT TEAM / STAFFING Greg Armendariz, P.E., QSD/QSP Project Executive Berryessa Creek Trail and Pedestrian Bridge A 2,500 linear foot - 12 foot wide Class 1 Pedestrian Trail placed on Berryessa Creek levee, and a 125 foot single span truss pedestrian bridge (12’ wide.) $1 Million. Calaveras Road Pedestrian Tail A One (1) mile long, 10 foot wide Class 1 pedestrian trail along side Calaveras Road. Improvements included Creek slope protection, vehicle guard rail, pathway paving and trail signage. $0.5 Million. Hetch Hetchy Trail A ½ mile long, 12 foot wide Class 1 trail placed on Hetch Hetchy right-of-way, through the City of Milpitas. Other improvements included park benches, and trail heads, irrigation and landscaping. $0.5 Million. ROADWAY AND UTILITY IMPROVEMENTS Mr. Armendariz worked on the planning, design and construction management of several major roadway improvements including Federal and State grant administration, contract administration in accordance with Caltrans LAPM and Caltrans Construction Manuals, Claim avoidance/mitigation, multiple agency administration, coordination of utility relocation and undergrounding of overhead utilities, public outreach, streetscape including bio-swales, and contract closeout. Projects include:  Montague Expressway Widening, including R/W Acquisition, Utilities & Landscaping, $20 Million.  Landess Ave. & Park Victoria Boulevard Reconstruction (all night work due to traffic), $5 Million.  Piedmont Road Realignment, $4 Million.  Abel Street Reconstruction, including Undergrounding & Upsizing all Utilities, including a 24” Sewer Line. $15 Million.  Main Street Reconstruction (multiple phases) including Undergrounding, $10 Million.  Alder Street (new construction), $5 Million.  Barber Street Widening, including Utility Relocations and a new 12” Sewer Pipeline, $6 Million.  First Street Reconstruction, including Utility Undergrounding and a new 18” Sewer Line, $40 Million.  Hwy 237/I-880 Interchange, including Utilities, R/W Acquisition,a 48” Sewer Line and Landscaping $75 Million SWINERTON MANAGEMENT & CONSULTING - 4. PROJECT TEAM / STAFFING Peter Vorametsanti, P.E., PTOE, CCM Senior Project Manager Mr. Vorametsanti has over 33 years of engineering and construction management experience, is a licensed Professional Engineer and is a certified Traffic Operations Engineer. Mr. Vorametsanti spent 20 years with the City of Redwood City in numerous roles including Supervising Civil Engineer, Acting Engineer Manager and Civil Engineer. In this capacity he managed a multiple of projects including municipal buildings, parks, sports fields, infrastructure and transportation projects including roadway interchanges, waste water, storm water, street and levee improvements. Mr. Vorametsanti has also managed the land development section responsible for planning and entitlement process, map approvals, plan check and permitting of private development projects. Professional Experience City of San Bruno, Staff Augmentation Services, San Bruno, CA Staff augmentation services, providing management oversight, technical advise and support of implementation of assigned tasks. City of Daly City, Staff Augmentation Services - Interim City Engineer, Millbrae, CA Interim City Engineer. Staff Augmentation services, providing management oversight, technical advise and administration of the City’s Capital Improvement Program, as the City recruits for a permanent City Engineer. City of Millbrae, Staff Augmentation Services - Interim Public Works Director, Millbrae, CA Interim Public Works Director. Staff augmentation services, providing management oversight, technical advise and administration of the City’s Capital Improvement Progra, as the City recruits for a permanent Public Works Director. Manage the overall operation of the engineering, Capital improvements, infrastructure maintenance, wastewater treatment and tnterdepartmental support. Managed and participated in the recruitment of personnel including the permanent Public Works Director. Assisted in the General Plan Update and the BART Station Specific Plan development review and negotiation. Formulated the Capital Improvement Program and the Operational Budgets for Fiscal Year 2016-17. Initiated the Park Master Plan. Participated in the wastewater collection system inflow and infiltration reduction strategic plan to comply with the Baykeeper’s Consent Decree. Responded to utility emergencies and managed media coverages. Managed public and media inquiries during the contract extension of the Red Light Camera Detection Program. City of South San Francisco, Capital Improvement Program Management Services, South San Francisco, CA Project Manager. Program Management services on over 26 projects including park improvements, sewer and stormwater drain utilities, traffic system improvements, bike lanes, roadway and sidewalks, public facilities including: Citywide ADA improvements, restroom renovations, library entrance and yard stockpile shelter. Working with the City staff on all aspects of the Capital Improvement Program delivery, from project definition and feasibility studies to estimating, obtaining permits, project coordination with City departments, design management, RFP preparation, schedule and budget management, bid management including bid marketing, solicitation and award, writing staff reports, meeting with stakeholders, managing the construction and inspections, grant administration and project close-out. $43 Million. Projects include:  Various Sewer and Storm Drain Utilities - $2.5 Million  Multiple Streets and Traffic System Improvements - $1.9 Million  Parks and Playground Renovations - $1.2 Million  Numerous Public Facilty Renovations - $1.3 Million YEARS OF EXPERIENCE 33+ EDUCATION B.S., Civil Engineering, University of California Berkeley M.B.A., San Francisco State University REGISTRATION Registered Professional Engineer California License # C35630 CERTIFICATION Profesional Traffic Operation Engineer (PTOE) Certification No. 2615 Certified Construction Manager (CCM) REFERENCES Mr. Bradley McCulley City Librarian City of Burlingame Burlingame, CA (650) 558-7474 mcculley@plsinfo.org Ms. Marcia Raines City Manager City of Millbrae Millbrae, CA (650) 259-2460 mraines@ci.millbrae. ca.us SWINERTON MANAGEMENT & CONSULTING - 4. PROJECT TEAM / STAFFING Peter Vorametsanti, P.E., PTOE, CCM Senior Project Manager City of East Palo Alto, Project Development Services for the East Palo Alto Pedestrian Overcross, Palo Alto, CA Project Manager. Coordinated consultants and subconsultants to achieve timely deliveries of Environmental Documents and Design Packages to meet constraint schedules. Managed State Grant Funding request extension for approval by the California Transportation Commission. $9 Million. Wetland and Endangered Species Habitat Restoration, Redwood City, CA Project Manager/Owner’s Representative. Restored or established wetland and endangered species habitat associated with projects along the bay front (Levee Improvement Projects, Police Facility Project, Fifth Avenue Flood Plain Management, etc.) Worked with Federal and State agencies to obtain permits in compliant with the Clean Water Act. Coordinated with US Fish and Wildlife Services, US Corp of Engineers, State Fish and Game, EPA, FEMA, and Bay Conservation and Development Commission. Sewer District and Other Assessment Districs Administration and Formation, Redwood City, CA Project Manager/Owner’s Representative. Establish and administered special districts including sewer districts within Redwood City’s Sphere of Influence. Identified and administered modifications to district boundaries. Established district budgets and set assessments. Managed district revenues and expenses. Water / Wastewater / Recycled Water Main Extensions and Replacements, Redwood City, CA Owner’s Representative. Reviewed and approve water and sewer main extensions associated with new developments in the City. Over saw the annual replacement and evaluation of water and sewer systems. Oversaw the preparation of Water and Wastewater master plans and recycled water system performance review. Pavement Management for Various Projects, Redwood City, CA Owner’s Representative. Over saw the annual paving projects. Collaborated the strategic use of funding to maximize the life of pavements, utilizing different paving treatments. Projects included cape sealing, chip sealing, slurry sealing, overlaying, on to complete reconstruction. Coordinated paving projects with utility projects to ensure that newly treated pavements do not get trenched for utility projects. Fifth Avenue Flood Plain Management, Redwood City, CA Project Manager/Owner’s Representative. Developed a multi-jurisdictional project to alleviate flooding frequency along the bay front. Started a project that would bring storm water originating from Woodside/Atherton which normally flood the low land in Redwood City and San Mateo County and redirect it into a Federal wetland restoration project in Menlo Park. Water quality and right of way were two major challenges that the project encountered. This project is still in development. San Francisco Unified School District, San Francisco, CA Construction Manager. Swinerton Management & Consulting was one of four firms selected by the San Francisco Unified School District to provide project and construction management services for the District’s 2011 Bond Program. The scope of work includes more than 60 new construction, modernization and renovation projects. $561 Million.  Lowell High School - Managed Phases 4 and 5 of the seismic improvements including move management, project schedule, construction activities and coordination with the Division of State Architect’s office. $3.5 Million. SWINERTON MANAGEMENT & CONSULTING - 4. PROJECT TEAM / STAFFING Peter Vorametsanti, P.E., PTOE, CCM Senior Project Manager Redwood Shore Lagoon Management and Maintenance, Redwood City, CA Owner’s Representative. Over saw the dredging and maintenance of the Redwood Shores Lagoon which also serve as storm retention basin. The operation and circulation of this water body is challenged by the silting of the slough connecting the lagoon to the Bay. As the sloughs silt up, the bottom of the sloughs become higher than the bottom of the lagoon thereby promoting silt to flow into the lagoon. Reconfiguring the intake and discharge facilities and adding pumps were strategies to combat this situation. Parking District Administration and Management, Redwood City, CA Project Manager/Owner’s Representative. Over saw the management of the parking district to efficiently utilizing parking facilities of an ever growing community. Administered a newly installed parking meter system utilizing high technology wireless network. Recommended parking fees strategy to elected officials to promote proper distribution and management of parking demand. City of Burlingame Main Library Renovation, Burlingame, CA Project Manager/Owner’s Representative. Major renovation and repurposing of existing spaces to accommodate modern uses of a vintage library. Managed the design consultant and the final design of the project. Managed the budget and the day-to-day construction activities through project close-out. Provided crucial guidance on the phasing plan so that the library was able to remain open throughout the construction period and staff did not have to move into trailers as originally planned. Delivered the project ahead of schedule and on budget. $3.5 Million. Redwood City Main Library Renovation, Redwood City, CA Project Manager/Owner’s Representative. Major renovation of the main library to update the Children’s room, the Teen Center and the project READ area. Performed similar roles as above. Installed a new computer lab. $1 Million. Redwood City Schaberg Branch Library, Redwood City, CA Project Manager/Owner’s Representative. Seismic retrofit the book stacks and renovate the branch library to optimize the use of space. $1 Million. Red Morton / Hoover Park / Fairoaks Sport Fields, Redwood City, CA Project Manager/Owner’s Representative. Renovated and Updated City parks to fit modern day uses of public parks. ADA compliance retrofit of play structures. Added water features, restrooms. Redesign parks for better security. Each designed involved extensive public outreach to establish local ownership. $5 Million. Stafford, Spinas, Fleishman and Stulsaft Park, Redwood City, CA Project Manager/Owner’s Representative. Renovated and Updated City parks to fit modern day uses of public parks. ADA compliance retrofit of play structures. Added water features, restrooms. Redesign parks for better security. Each designed involved extensive public outreach to establish local ownership.$6 Million. City of Redwood Ralston / 191 Interchange Reconfiguration and Island Parkway Overpass, Redwood Shores / Belmont, CA Project Manager/Owner’s Representative. Construction administration services in the reconfiguration to Partial Cloverleaf of an existing interchange. Design development through Caltrans process and environmental clearance. Seek funding with San Mateo Transportation Authority and City/County Association of Governments. Managed the establishment of a local Assessment District. Coordinated with Caltrans, local business, residents and Belmont including Right of way acquisitions. $21 Million. SWINERTON MANAGEMENT & CONSULTING - 4. PROJECT TEAM / STAFFING Peter Vorametsanti, P.E., PTOE, CCM Senior Project Manager Redwood Shores Street Improvements, Redwood City, CA Project Manager. Widen and lengthen turn lanes on major atrial in Redwood Shores to function efficiently with the reconfigured interchange and to accommodate major increase in the workforce in Redwood Shores. $3 Million. . City of Redwood City Levee Improvement and Flood Zone Management, Redwood City, CA Project Manager/Owner’s Representative. Managed to keep Redwood Shores from becoming classified as a flood zone by FEMA. Improved and certified the levee around the Redwood shores peninsula including portions in the County of San Mateo and the City of San Carlos. Worked through an EIR/EIS including endangered species issues. $10 Million. Waste Water Pump Station Rehabilitation, Redwood City, CA Project Manager/Owner’s Representative. Rehabilitate and modernize pump stations including remote operation management and control panels. Flow bypass strategy was a major challenge. $5 Million. Traffic Signal Interconnect from City of San Mateo to Redwood City, CA Project Manager/Owner’s Representative. Installed interconnection between traffic signals on El Camino Real (SR 82) through the cities of Redwood City, San Carlos, Belmont and San Mateo. Installed centralized control for each city and master control by CalTrans. $2 Million. Fair Oaks / 5th Avenue Storm Drain, Redwood City, CA Project Manager/Owner’s Representative. Flood plain management of this low lying area of the drainage basin. Upstream contributor includes Menlo Park and Woodside. Affected communities include those in the County of San Mateo jurisdiction. $15 Million. LAND DEVELOPMENT City of Redwood City, New Development and Subdivisoin Review and Approval, Development Section Manager, Redwood City, CA Responsible for the management and review of new developments including the Subdivision Maps, SWPPP, CEQA and related State and local regulatory requirements. Reviewed Subdivision maps to ensure compliance with the Subdivision Map Act. Improvement Plans typically include civil site improvements, off-site improvements in the public right-of-way, underground utility plans, drainage plans, traffic control plans and landscaping plans. Planning process included assuring that the new development fit in the larger context of the City of Redwood City’s infrastructure, storm drainage basin ,water and traffic master plans. Responsible for timely plan checking and project permitting. SWINERTON MANAGEMENT & CONSULTING - 4 . PROJECT TEAM / STAFFING Jorge I. Bermudez Project Manager Mr. Bermudez has over 20 years of management experience in design and construction of public infrastructure, including roadwork, parks and trials, while employed in both the public and private sectors. Mr. Bermudez excels in construction management, inspections and contract administration. In addition to his strong field skills, he provides strong quality control and highly technical capabilities on major public works and building projects. His construction and project management skills include the utilization of the latest tools such as Microsoft Project, Prolog, Constructware and Primavera Suretrak, to track and analyze project schedules, inspections, construction costs, design revisions, change orders, field work orders and contractor performance. Mr. Bermudez is versed in AutoCAD to review, revise and prepare design details as required to coordinate between the designer and contractor. Lastly, Mr. Bermudez is highly effective as a Construction Manager and contract administrator because he has excellent communication skills with the ability to work well with contractors through fair and honest implementation of the construction contract documents. Professional Experience University of West Indies, Jamaica Provided program and construction management services to North Star Development Jamaica Limited, who is under contract with the University of West Indies to design and construct a clean potable underground water system to the University’s Mona Campus in Kingston, Jamaica. Scope of services for Phase One included the management of design and construction of one production well 10” in diameter with capacity of 500,000 gallon per day, approximately 820 feet deep and 3,000 feet horizontal infrastructure to deliver the water to the University campus water system. Part of phase one consisted in the design and construction of a permanent electrical system, permanent booster system and the construction of a temporary water storage tank and disinfection system, design of two 750,000 gallon permanent storage tanks. SMC’s role was to be North Star Development “boots on the ground” in Jamaica providing construction management services in Jamaica. SMC also managed the project design team in San Francisco and coordinated the various logistical issues with all stakeholders and the University staff. Phase II consist on the construction of a second production well and the installation of the 1.5 million gallon storage tanks with their associated water level monitoring, water quality monitoring, revenue monitoring and treatment facilities. $5 Million. City of San Carlos, East Side Connect and Old County Road Undergrounding Project, San Carlos, CA Project Manager. Comprehensive construction management services improvements that included undergrounding of overhead utilities, completion of continuous and consistent sidewalks along both sides of Old Country Road, addition of pedestrian bulb outs to shorten crossing distances and slow traffic, completion of wheelchair ramps at all corners, widening of sidewalks to 7 feet, installation of decorative pavement at crossworks, planting of new street trees, installation of decorative, high- efficiency street lights, planting areas to treat storm water, bicycle improvements on East San Carlos Avenue and Old County Road, relocation and signalization of existing pedestrian crossing. This project included funding sources from the Metropolitan Transportation Commission and from the Transportation Development Act Article 3 Grant. $5.9 Million. YEARS OF EXPERIENCE 20+ EDUCATION B.S., Civil Engineer- ing, San Francisco State University REFERENCES Mr. Kamal Fallaha City Engineer City of East Palo Alto (650) 853-3118 Mr. Mario Camorongan CIP Manager City of Concord (925) 671-3021 Mr. Tawfic N. Halaby, P.E. Associate Civil Engineer City of Richmond Engineering Services Department, (510) 621-1612 tawfic_halaby@ci.richmond. ca.us Mr. Sam Bautista, P.E. Principal Civil Engineer City of South San Francisco (650) 829-6668 Ms. Azalea Mitch Engineering Service Manager/City Engineer City of Menlo Park (650) 330-6742 aamitch@menlopark.org Mr. Rene Punsalan Associate Engineer City of Menlo Park 650) 330-6758 rapunsalan@menlopark.org Mr. Andrew Ramirez Project Manager North Star Development Jamaica Limite (415) 450-1762 aramirez@berkelypartners. com SWINERTON MANAGEMENT & CONSULTING - 4 . PROJECT TEAM / STAFFING Jorge I. Bermudez Project Manager East Side Union High School District, Districtwide Projects, San Jose, CA Project Manager. Comprehensive project/construction management services for districtwide projects that affect all 23 school sites, including: swimming pool reconstruction, energy services contracts (ESCO), security camera systems, fire alarm systems replacement, mechanical (HVAC, Electrical (Switchgear and Electrical Panels) wireless network upgrades and roof replacements, utilizing the design/build delivery method. Scope of services also includes project coordination with stakeholders, school administrators, Division of the State Architect, Board of Trustees, replacement of portable classrooms, building interior renovations, replacements and upgrades of domestic waterlines, exterior painting, site lighting, ADA compliance upgrades to restrooms and interim housing. $75 Million. Key projects include:  Fire Alarm Upgrades, $19 Million  Security Cameras, $9 Million  Swimming Pools, $22 Million  HVAC Improvements $11 Million  Photovoltaics and Energy Management Systems, $6 Million  Electrical Switchgear Improvements, $4 Million  Roof Replacements, $8.2 Million City of Concord 2013 / 2014 Annual Slurry Maintenance Program, Concord, CA Construction management services for the Annual Slurry Maintenance Program. Scope of work consists of HMA digouts, slurry seal, concrete curb, gutter and sidewalk replacements, shoulder backing, and striping on multiple streets, requiring coordination with utility company projects in the work area, coordination of public notification and handling special access needs of certain residents. Scope of work also included reviewing a parking lot at a municipal golf course which considered slurry and overlays. Also coordinated with golf course operations. $1.5 Million. City of Concord, Progam and Construction Management Services, Concord, CA Providing ongoing comprehensive program and construction management services to the City of Concord for various roadways, infrastructure, parks and building projects. Scope of services are comprehensive and includes pre-planning, programming, project implementation and prioritization, development of budgets and schedule, community outreach, design management, coordination with City and regulatory agencies, prequalification, CalTrans, permitting, bid management, preparation of RFQ’s and RFP’s to initiate environmental studies and design, construction management and project close-out. The program involves roadways, building improvements, parks, trails and pathway improvements, sewer rehabilitation, annual paving and street resurfacing program, ADA improvements, sewer repairs, utilities, pavement resurfacing and restroom modifications. $25Million.  Monte Gardens Sewer Rehabilitation  Monument Trail  Sewer Rehabilitation Projects - Various Locations  2014 Annual Street Pavement and Resurfacing Program  Pine Hollow Retaining Wall  Cowell Road Sewer Repairs near BART  Purchaing Building Renovation  Farm Bureau Road Safe Routes to School  Cowell Smoke Stack  Utilities Coordination SWINERTON MANAGEMENT & CONSULTING - 4 . PROJECT TEAM / STAFFING Jorge I. Bermudez Project Manager City of South San Francisco, Capital Improvement Program Management Services, South San Francisco, CA Project Manager. Program Management and construction management services on over 20 projects including park improvements, utility undergrounding, sewer and stormwater utilities, traffic system improvements, bike lanes, roadway and sidewalks, public facilities including: Citywide ADA improvements, restroom renovations, library entrance and corporation yard stockpile shelter. Working with the City staff on all aspects of the Capital Improvement Program delivery, from project definition and feasibility studies to estimating, obtaining permits, project coordination with City departments, design management, RFP preparation, schedule and budget management, bid management including bid marketing, solicitation and award, writing staff reports, meeting with stakeholders, managing the construction and inspections, grant administration and project close-out. $12 Million. Projects include:  Various Sewer and Storm Drain Utilities - $2.5 Million  Multiple Streets and Traffic System Improvements - $1.9 Million  Parks and Playground Renovations - $1.2 Million  Numerous Public Facility Renovations - $1.3 Million City of Menlo Park Sharon Heights Pump Station, Menlo Park, CA Project management services for the complete reconstruction of a Pump Station that provides potable water to the Stanford Linear Accelerator and approximately 20% of the residential community in the City of Menlo Park. The project involved complete pump station reconstruction, including replacement of new underground steel reinforced piping, construction of new pump station CMU block building, replacement of three pumps and motor assemblies rated at 250 hp, all automatic controls and instrumentation, new PG&E electrical services, control and pressure reduction valves and appurtenances. $3 Million. City of Menlo Park US 101 Highway Interchange at Willow, Menlo Park, CA Project Manager. Project and Construction Management Services for the City of Menlo Park and East Palo Alto for the replacement of State Route 101 at Willow Road Interchange. Interagency coordination with CalTans, cities, utility companies, West Bay Sanitation District and San Mateo County Transportation Authority. Scope of services included construction inspection services and project coordination with various agencies for various utilities relocation work within local streets. The liaison for the City during the construction phase. $60 MIllion. City of Menlo Park 2014 - 2015 Street Reconstruction, Menlo Park, CA Project management and inspection services for the 2014 - 2015 street reconstruction program. Scope of work included complete street reconstructions, ADA ramps installation and modifications, new sidewalks, curb and gutter replacements, construction of storm drainage facilities, construction and installation of speed bumps, utility adjustments and valley gutter replacements. $4.5 Million. City of Concord Monte Garden Sewer Replacement, Concord, CA Construction management services for the construction of a 8” PVC sewer mainline in a residential neighborhood. A total of 2,700 LF with 70 laterals of sewer main was installed. Extensive public outreach was necessary to coordinate service interruptions. Scope of work also included traffic control and asphalt concrete pavement. Scope of services includes management and inspection of the general contractor’s work, construction administration including documentation of the CalTrans Local Procedures Manual and CalTrans Construction Manual, change order reviews, submittals, field inspections, photographic documentation, utility coordination including QSP/QSD quality assurance services to monitor general contractor’s implementation of the SWPPP plus SMARTS logging after storm events, including documentation and draft of the SWPPP Plan review prior to bidding. $0.95 Million. SWINERTON MANAGEMENT & CONSULTING - 4 . PROJECT TEAM / STAFFING Jorge I. Bermudez Project Manager City of Menlo Park, On-Call Services, Menlo Park, CA Construction management Services for various projects including street resurfacing, sidewalk and storm drainage replacement, construction of new underground water well and pump station, water line replacements, and water storage tank roof replacement. Worked with City Staff on all aspects of the Capital Improvement Program through various phases including project definition, project coordination with various City departments, design and budget management, bid management, managing construction and inspections. $12 Million. Projects Included:  Santa Cruz Avenue Sidewalk Project - $3.5 Million  2016-2017 Resurfacing Project - $4.0 Million  Corporation Yard Well Project - $0.5 Milli  Warner Range Water Line Replacement - $1.2 Million  Sand Hill Reservoir Roof Replacement - $1.5 Million  Independence Water Line Replacement - $1.5 Million City of Milpitas, Milpitas, CA Served 11 years with the City of Milpitas as an Assistant Civil Engineer with increasing levels of project and construction management experience during that time. Managed major capital improvement projects serving as Project Lead, from design through construction, implementing quality control opportunities every step of the way for street improvement projects, buildings, sewer and water pump station projects with SCADA, hazardous material abatement and site restoration, solar panel installations, park improvements, audio visual rehabilitation, and many more. He was responsible for development projects from concept phase, to design, through construction, and during contract initiation, change order negotiation and documentation , review and approval of progress payments and project close-out administration and document. He served as liaison with the Department of Public Works to ensure improvement projects were consistent with city standards and satisfied future maintenance functions and was responsible for coordinating with inspectors and contractors. Projects with the City of Milpitas included:  City of Milpitas City Hall, $50 Million  City of Milpitas Main Library Improvements, $50 Million  McCarthy & Gibraltar Pump Stations Improvements with SCADA, $20 Million  City of Milpitas City Hall Audio Visual Upgrades, $1.5 Million  Solar Panels Design and Installation of 1.0 Megawatt at Three City Pump Station Facilities  Abel Street Utility Rehabilitation, $6 Million  Community Center HVAC Upgrade, $0.5 Million.  Jacklin Road Improvements, $1 Million  Windsor Street Realignment, $2.5 Million  Milpitas Boulevard Water Main Project, $6 Million  Annual Street Resurfacing Program, $5 Million  Ayer Water Pump Station Reconstruction, $2 Million  Cracolice Building HVAC and Re-roofing City of Richmond’s Via Verdi Road Repair and San Pablo Creek Restoration, Richmond, CA Construction Administrator and Inspector on the Via Verdi Repair and San Pablo Creek Culvert Replacement Project. This project includes the restoration of a failed large diameter culvert pipe, reconstruction of a new roadway, new utilities including PG&E gas and electric, water, storm and sewer infrastructure. This project was funded entirely by Federal and State grants. Specific responsibilities included assuring that all the documentation was in compliance with CalTrans Local Procedures Manual and claims management. This project was performed on an accelerated schedule due to permit restrictions on construction work that took place in navigable waterways of the US. $8 Million. SWINERTON MANAGEMENT & CONSULTING - 4 . PROJECT TEAM / STAFFING Jorge I. Bermudez Project Manager City of Concord Monument Trail, Concord, CA Construction management services for the construction of a Class 1, Federally funded 2400- feet Bicycle trail that parallels State Route 242. Scope of works includes traffic control, concrete pavement and asphalt concrete pavement over lime-treated sub-base including bicyle trail markings and signage, concrete curb and gutters, drainage facilities, landscape and irrigation, electrical power pedestal and electrical lighting. Trail was constructed on top of an existing high risk utility (Kinder Morgan Fuel Line) that runs the entire length of the trail project. Scope of services includes management of the general contractor’s work, construction administration including documentation of the CalTrans Local Procedures Manual and CalTrans Construction Manual, change order reviews, submittals, field inspections, photographic documentation, utility coordination including QSP/QSD quality assurance services to monitor general contractor’s implementation of the SWPPP plus SMARTS logging after storm events, including documentation and draft of the SWPPP Plan review prior to bidding. $0.5 Million. Highway 101 and Highway 280 Seismic Retrofits on Multiple Projects, San Francisco, CA Construction Engineer for Kiewit Pacific providing construction engineering, field support and inspection services for the seismic retrofit of Highway 101, Highway 280 and Highway 4 in the Bay Area. He was responsible for cost estimates, designing falsework, producing trend charts to identify schedule impact and correction, inspection and for purchasing construction materials for three major projects. $32 Million. OTHER PROJECTS INCLUDE:  San Mateo Sewer Treatment Plant Rehabilitation Projects, $20 Million  Several Highway 101 and Highway 280 Improvement Projects, $25 Million  Highway 4 Widening Project, $17 Million SWINERTON MANAGEMENT & CONSULTING - 4. PROJECT TEAM / STAFFING Jeffrey Neuenburg, E.I.T. Inspector Mr. Neuenburg has over five years of experience as a Staff Engineer and Field Technician in the practice of pavement inspection, soils observation and testing and concrete testing. His variety of experience includes major transportation infrastructure projects as well as zoned embankment dams and water resources structures. In addition, he has worked on educational and public works projects throughout the San Francisco Bay. His focus of work experience is in the construction quality control arena with an emphasis on earthwork. Professional Experience City of San Bruno, Jenevein Avenue Sewer Replacement, San Bruno, CA Construction Inspector. Construction management and inspection services a sewer replacement project including horizontal directional drilling, over 2,000 feet of open trench sewer construction, manhole replacement and roadway milling and overlay. $1.5 Million. City of San Bruno, Trenton Sewer Replacement, San Bruno, CA Construction Inspector. Construction management and inspection services sewer construction and cure-in-place lining. Project included over 2,000 feet of open trench sewer construction, CIPP lining, top-hat installation at re-instated sewer laterals, manhole rehabilitation and slurry seal of roadway. $1.3 Million. County of Santa Cruz, Various Street Projects, Santa Cruz, CA Primary Technician providing observation and testing services for quality assurance during slurry seal and chip seal for various locations in Santa Cruz County. Monitored the surface preparation receiving chip seal before spraying emulsion, monitored spray rate and aggregate distribution for uniformity. Provided sampling of the emulsion and aggregates for laboratory testing. $2 Million. City of Concord, Concord Various Streets Preservation, Concord, CA Pavement Inspector. Scope of work consisted of mobilization, traffic control, cold planing asphalt concrete pavement, full depth reclamation (FDR), rubberized hot mix asphalt (RHMA) and hot mix asphalt (HMA) paving, dig-outs, signing, striping and pavement delineation. This is a CalTrans Local Assistance project. $1.2 Million. City of Concord, Fiscal Year-End Pavement Rehabilitation, Concord, CA Construction management and Inspection Services on a highly visible paving project that consisted of Rubberized Hot Mix Asphalt (RHMA) and Cold-in-Place Recycling on two separate important roadways in the City. The work included Community Outreach and close coordination with local residents and businesses. The scope of work included installation of a new underground RCP storm drain line, new underground fiber optic conduit, interconnect conduit and traffic loops. The work on Salvio Street also included new ADA curb ramps, milling of existing pavement, and new RHMA. The work on Oak Grove Road, included coordination with another City project to install a traffic signal at Sierra Street, new ADA curb ramps, CIR (pavement removal and recycling onsite) and placement of new Hot Mix Asphalt (HMA) pavement. New signage and pavement striping were also included on both streets. Construction value: $1.8 Million. City of South San Francisco, Capital Improvement Program Management Services, South San Francisco, CA Construction Inspector. Program Management and construction management services on over 20 projects including park improvements, utility undergrounding, sewer and stormwater utilities, traffic system improvements, bike lanes, roadway and sidewalks, public facilities including: Citywide ADA improvements, restroom renovations, library entrance and corporation yard stockpile shelter. Working with the City staff on all aspects of the Capital Improvement Program delivery, from project definition and feasibility studies to estimating, obtaining permits, project YEARS OF EXPERIENCE 5+ EDUCATION B.S. Civil Engineering, Uni- versity of the Paciific May 2011 California Certified Engineer-In-Training October 2010 CERTIFICATION ACI Grade 1 Radiation Safety and Use of Nuclear Gauge REFERENCES Mr. Robert T. Hahn, P.E. Senior Civil Engineer City of South San Francisco South San Francisco, CA (650) 829-6660 robert.hahn@ssf.net Mr. Wing Wong Senior Civil Engineer City of San Bruno San Bruno, CA (650) 740-7368 WWong@sanbruno.ca.gov SWINERTON MANAGEMENT & CONSULTING - 4. PROJECT TEAM / STAFFING Jeffrey Neuenburg, E.I.T. Inspector coordination with City departments, design management, RFP preparation, schedule and budget management, bid management including bid marketing, solicitation and award, writing staff reports, meeting with stakeholders, managing the construction and inspections, grant administration and project close-out. $12 Million. Projects include:  Various Sewer and Storm Drain Utilities - $2.5 Million  Multiple Streets and Traffic System Improvements - $1.9 Million  Parks and Playground Renovations - $1.2 Million  Numerous Public Facility Renovations - $1.3 Million Contra Costa County, Upper Sand Creek Basin, Antioch, CA Field Representative and Onsite Lab Manager for the quality assurance testing for the Division of Safety of Dams Jurisdictional project. As part of the construction management team, was responsible for performing observation and testing of each materials for the embankment construction, cement treated base weir construction, obtaining structural concrete test specimens and oversaw the onsite laboratory testing operations. Also responsible for data acquisition and organization, engineering calculations, analysis and presentation. Field duties include sand cone and nuclear gauge density testing, concrete and soils sampling. $10 Million. SMART, Sonoma Marin Area Transit District, Sonoma, CA Primary Earthwork Technician for the initial stages of the track and structure development for the 70-mile long diesel mechanical unit railway project. Responsible for quality control testing and monitoring of various railroad components, including railroad drainage systems in wetland areas, railway bedding, retaining walls, structure backfill, AC testing and sampling at on-grade crossings. . $690 Million. City of Foster City, Lakeside Drive Improvements, Foster City, CA Periodic nuclear gauge testing. Provided earthwork observation and testing services. City of Berkeley, West Street Improvements, Berkeley, CA Periodic nuclear gauge testing. Provided earthwork observation and testing services. City of Berkeley, Ashby Avenue, Sewer Rehabilitation, Berkeley, CA Periodic nuclear gauge testing. Provided earthwork observation and testing services. City of Berkeley, Adeline Street, Sewer Rehabilitation, Berkeley, CA Periodic nuclear gauge testing. Provided earthwork observation and testing services. City of Berkeley, Ceder Street, Sewer Rehabilitation, Berkeley, CA Periodic nuclear gauge testing. Provided earthwork observation and testing services. City of Berkeley, Safe Routes to Transit, Berkeley, CA Periodic nuclear gauge testing. Provided earthwork observation and testing services. PROVIDING SEAMLESS SERVICE AND OUTSTANDING SOLUTIONS FOR YOUR COMMUNITY’S ENGINEERING DIVISION 4 C. Project Team / Staffing Organizational Structure West Coast Code Consultants, Inc. Chris Rose Project Manager Nader Dahu, PE Senior Civil Engineer Jim Diggins, PE DeBolt Civil Engineering Civil Plan Review Engineer/Civil Engineer Nanda Gottiparthy, PE S&G Associates, Inc. Civil Plan Review Engineer/Civil Engineer Eric Schneiderjohn, PE, QSD Stormwater Specialist Marty Olsen Inspector Dennis McGowen Inspector As-Needed Support Additional Staffing and/or Services is Available On-Call Giyan Senaratne, PE, SE, LEED, CASp Principal in Charge | Q/A Q/C C. Project Team Staffing ATTACHMENT 5 Page 1 of 3 PROVIDING SEAMLESS SERVICE AND OUTSTANDING SOLUTIONS FOR YOUR COMMUNITY’S ENGINEERING DIVISION C. Project Team / Staffing (continued) Giyan Senaratne, PE, SE, CASp, LEED AP, will serve as Principal-in-Charge. He has experience working with some of the most complex mixed-use buildings and industrial facili1es throughout the State. His knowledge of all codes adopted by the State of California is sought by many building officials and design professionals to assist in resolving difficult code issues. He is highly experienced in successfully managing municipal departments and agency projects from top to boGom including oversight of licensed engineers, architects and cer1fied professionals holding excep1onal qualifica1ons and experience in assis1ng government agencies in ensuring code compliance. We propose the services of Mr. Chris Rose, Project Manager, as the main point of contact for engineering support. Mr. Rose has over 17 years of experience in construc1on, spanning from construc1on of residen1al and commercial projects, to plan review of the on-site and off-site improvement plans, budge1ng, value engineering, construc1on management and inspec1ons. He will carry the overall responsibility to ensure an open and efficient line of communica1on between City staff, WC3 staff and the City’s clients. He will maintain the workflow and oversee quality to meet the needs of the City. His comprehensive resume is included within the Appendix. Nader Dahu, PE is a licensed civil engineer with over twenty seven years of Municipal Government experience in Civil engineering, Streets, Storm Drain, Water, Wastewater, Traffic, Transporta1on, Construc1on, and Structural engineering. He has experience managing mul1-million-dollar Capital Improvement Program (CIP) (Planning, Budge1ng, Designing, Inspec1ng and Managing Construc1on and Close-Out) as well as worked as a Project Manager of General CIP, Streets, Storm Drain, Water, Wastewater, Traffic, Transporta1on, and Local, State, Federal Funded Projects from Incep1on through Construc1on and Close-Out. His high level of experience allows him to provide senior level management skills, and act as a staff liaison between West Coast Code Consultants, Inc., city personnel, and other (Private and Public) agencies. His comprehensive resume is included within the Appendix. 5 C. Project Team Staffing ATTACHMENT 5 Page 2 of 3 PROVIDING SEAMLESS SERVICE AND OUTSTANDING SOLUTIONS FOR YOUR COMMUNITY’S ENGINEERING DIVISION C. Project Team / Staffing (continued) Additional Support & Staff Collaboration For this proposal, we have addi1onal support provided by DeBolt Civil Engineering and S&G Associates, Inc. (SNG). DeBolt Civil Engineering, delivers professional people with the exper1se and prac1cal knowledge necessary for any size project. The diversity and variety of projects ranges from solar power plants to single-family residences, with the ability to meet aggressive schedules. Key personnel have all worked directly with jurisdic1ons, contractors and developers and understand the importance of providing superior engineering services in a 1mely manner. Debolt Civil Engineering services cover all aspects of engineering review, design, and land surveying. The following page contains a matrix lis1ng of projects on which WC3 and DeBolt Civil Engineering have successfully partnered. A comprehensive resume is included within the Appendix. S&G Associates, Inc. (SNG) was established in 1999, and assists agencies in municipal engineering with a primary focus on land development, capital improvement project design and project management, and construc1on management. SNG services cover all aspects of engineering review, design, project management and administra1on, bid services, construc1on inspec1ons, and construc1on management for local agencies. A comprehensive resume is included within the Appendix. WC3 Team Our employees are well known in the construc1on industry and have developed long-standing rela1onships with not only our clients but also project owners, architects, engineers, and contractors. We earn the confidence of all project stakeholders by going the extra mile to resolve code issues, delivering services on 1me, and assis1ng in ensuring projects will be designed and constructed in accordance with the mul1ple codes, regula1ons, and ordinances. Complete resumes are provided in the Appendix. 6 C. Project Team Staffing ATTACHMENT 5 Page 3 of 3 City of South San Francisco Legislation Text P.O. Box 711 (City Hall, 400 Grand Avenue) South San Francisco, CA File #:17-762 Agenda Date:11/8/2017 Version:1 Item #:1a. Resolution authorizing the City Manager to approve on-call consulting services agreements with CSG Consulting,Inc.,Swinerton Management &Consulting,and West Coast Code Consultants,Inc.,for multi- disciplinary engineering services for the City of South San Francisco’s Capital Improvement Program in an amount not to exceed $1,700,000 for each firm, for a total amount of $5,100,000 for a three year term. WHEREAS,the City of South San Francisco (“City”)Public Works Department is responsible for developing, implementing and delivering the Capital Improvement Program (CIP)on a timely basis and within the approved budgets; and WHEREAS,the CIP projects vary in scope and breadth from street improvements,parks,playgrounds,bicycle and pedestrian improvements,utilities,Water Quality Control Plant improvements and various City-owned building/facility improvements; and WHEREAS,the Fiscal Year (FY)2017-18 CIP is one of the largest and most diverse CIPs in the City’s history with eighty-one (81) projects and a total value of $83.5 million; and WHEREAS,the CIP projects have competing priorities and require an extensive amount of engineering and management resources over and above the existing staffing; and WHEREAS,in order to deliver a majority of the CIP projects in this FY,staff sought proposals from firms to provide a well-qualified,multi-disciplinary and success oriented team to deliver comprehensive engineering services to support the City’s CIP; and WHEREAS,on May 4,2017,City staff issued a Request for Qualifications (RFQ)for the selection of firms to undertake the municipal engineering services; and WHEREAS, on June 6, 2017, staff received proposals from three (3) firms; and WHEREAS,after reviewing the proposals,staff selected three (3)firms for interviews on July 17,2017,and July 19, 2017; and WHEREAS,the panel consisted of members from the Public Works Department:Sam Bautista,Principal Engineer; Richard Cho, Senior Civil Engineer and Patrick Caylao, Associate Civil Engineer; and City of South San Francisco Printed on 11/14/2017Page 1 of 3 powered by Legistar™ File #:17-762 Agenda Date:11/8/2017 Version:1 Item #:1a. WHEREAS,after reviewing and scoring the interviews of said three (3)firms,CSG Consultants,Inc.(CSG), Swinerton Management &Consulting (SMC),and West Coast Code Consultants,Inc.(WC3),all three (3)were selected based upon their experience, resources, familiarity of South San Francisco and positive references; and WHEREAS,the selection of consulting services is not based on the lowest bidder,but on the firm’s expertise, experience and references; and WHEREAS,all three consultants have dedicated resources to perform municipal services in multi-disciplinary engineering design and construction services throughout design and construction as well as inspection during construction in order to deliver all projects in a timely manner; and WHEREAS,the consultants will work on an on-call basis as defined by the City on a project-by-project basis and all work performed under the agreements will be pursuant to individual work orders that will have a specifically defined scope and schedule that will be negotiated on a project-by-project basis; and WHEREAS,the individual agreements will acknowledge that the individual work orders will dictate the work done under each agreement, up to the not to exceed amount; and WHEREAS,these costs would be charged against the various projects through their sources of funding and there is no City obligation to expend any funds under these agreements. NOW,THEREFORE,BE IT RESOLVED,by the City Council of the City of South San Francisco that the City Council hereby approves a consulting services agreement,attached herewith as Exhibits A,B,and C for multi- disciplinary engineering services for the City of South San Francisco’s Capital Improvement Program in a total amount not to exceed $5,100,000 conditioned on CSG Consulting,Inc.,Swinerton Management &Consulting, and West Coast Code Consultants,Inc.timely execution of the consultant services agreement and submission of all required documents,including but not limited to,certificates of insurance and endorsements,in accordance with the Project documents. BE IT FURTHER RESOLVED that the City Council of the City of South San Francisco authorizes the Finance Department to establish the Project Budget consistent with the information contained in the staff report. BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the agreements and any other related documents on behalf of the City upon timely submission by CSG Consulting,Inc.,Swinerton Management &Consulting,and West Coast Code Consultants,Inc.signed contracts and all other documents, subject to approval by the City Attorney. ***** City of South San Francisco Printed on 11/14/2017Page 2 of 3 powered by Legistar™ File #:17-762 Agenda Date:11/8/2017 Version:1 Item #:1a. City of South San Francisco Printed on 11/14/2017Page 3 of 3 powered by Legistar™ Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and CSG Consultants, Inc. Page 1 of 16 ON CALL CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF SOUTH SAN FRANCISCO AND CSG CONSULTANTS, INC. THIS AGREEMENT for on-call consulting services is made by and between the City of South San Francisco (“City”) and CSG Consultants, Inc. (“Consultant”) (together sometimes referred to as the “Parties”) as of November 8, 2017 (the “Effective Date”). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide consulting services on an on-call basis to City as described in the Scope of Work attached hereto and incorporated herein as Exhibit A, at the time and place and in the manner specified by the respective executed Task Orders, a sample of is attached hereto and incorporated herein as Exhibit B. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, and/or and any executed Task Orders, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on November 8, 2020, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City’s right to terminate the Agreement, as provided for in Section 8. 1.2 Task Order. Prior to execution of a Task Order, the City shall request a Task Order Scope Proposal from the Consultant. Consultant shall provide the City with a Task Order Scope Proposal, and if satisfactory, the City and Consultant shall execute a Task Order. Upon an executed Task Order, Consultant shall perform the services listed in the Task Order and in a manner consistent with this Agreement. 1.3 Standard of Performance. Consultant shall perform all work required by this Agreement in a substantial, first-class manner and shall conform to the standards of quality normally observed by a person practicing in Consultant's profession. 1.4 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.5 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Section 1.3 above and to satisfy Consultant’s obligations hereunder. 1.6 Public Works Requirements. Because the services described in Exhibit A may include “work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work,” the services may constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, EXHIBIT A Page 1 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and CSG Consultants, Inc. Page 2 of 16 Consultant is required to comply with the provisions set forth in Exhibit E, which is attached hereto and incorporated herein. Section 2. COMPENSATION. This On-call Services Agreement does not guarantee any amount of work for the Consultant. Task Orders will be developed and executed as needed and provided for in this Agreement. The Consultant shall be paid by the City only for completed services rendered under each approved individual Task Order. Such payment shall be full compensation for payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work stated in the Task Order. Notwithstanding the foregoing, Consultant shall not receive total compensation under this Agreement in an amount over One Million Seven Hundred Thousand Dollars ($1,700,000). In the event of a conflict between this Agreement and Consultant’s proposal, regarding the amount of compensation, the Agreement shall prevail. The payments for completed work under an executed Task Order shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant’s estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once per month during the term of this Agreement, based on the cost for all services performed and reimbursable costs incurred prior to the invoice date. Invoices shall contain all the following information:  Serial identifications of progress bills (i.e., Progress Bill No. 1 for the first invoice, etc.);  The beginning and ending dates of the billing period;  A task summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion;  At City’s option, for each work item in each task, a copy of the applicable time entries or time sheets shall be submitted showing the name of the person doing the work, the hours spent by each person, a brief description of the work, and each reimbursable expense;  The total number of hours of work performed under the Agreement by each employee, agent, and subcontractor of Consultant performing services hereunder;  Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds eight hundred (800) hours within a twelve (12)- month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete EXHIBIT A Page 2 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and CSG Consultants, Inc. Page 3 of 16 work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Consultant and City, if applicable.  The amount and purpose of actual expenditures for which reimbursement is sought;  The Consultant’s signature. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have thirty (30) days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. Each invoice shall include all expenses and actives performed during the invoice period for which Consultant expects to receive payment. 2.3 Final Payment. City shall pay the five percent (5%) of the total sum due pursuant to this Agreement within sixty (60) days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto and incorporated herein as Exhibit C. 2.6 Reimbursable Expenses. Reimbursable expenses, as specified in Exhibit D, attached hereto and incorporated herein, shall not exceed Five Thousand Dollars ($5,000). Expenses not listed below are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. Contractor represents and warrants that Contractor is a resident of the State of California in accordance with California Revenue & Taxation Code Section 18662, as it may be amended, and is exempt from withholding. Contractor accepts sole responsible for verifying the residency status of any subcontractors and withhold taxes from non-California subcontractors. EXHIBIT A Page 3 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and CSG Consultants, Inc. Page 4 of 16 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. 2.10 False Claims Act. Presenting a false or fraudulent claim for payment, including a change order, is a violation of the California False Claims Act and may result in treble damages and a fine of five thousand ($5,000) to ten thousand dollars ($10,000) per violation. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant’s use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before beginning any work under this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work to the City. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s). Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers’ Compensation. Consultant shall, at its sole cost and expense, maintain Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self- insurance program to meet those requirements, but only if the program of self-insurance EXHIBIT A Page 4 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and CSG Consultants, Inc. Page 5 of 16 complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the Labor Code shall be solely in the discretion of the Contract Administrator, as defined in Section 10.9. The insurer, if insurance is provided, or the Consultant, if a program of self-insurance is provided, shall waive all rights of subrogation against the City and its officers, officials, employees, and volunteers for loss arising from work performed under this Agreement. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General requirements. Consultant, at its own cost and expense, shall maintain commercial general and automobile liability insurance for the term of this Agreement in an amount not less than One Million Dollars ($1,000,000) per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non- owned automobiles. 4.2.2 Minimum scope of coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 or GL 0002 (most recent editions) covering comprehensive General Liability Insurance and Services Office form number GL 0404 covering Broad Form Comprehensive General Liability on an “occurrence” basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (most recent edition). No endorsement shall be attached limiting the coverage. 4.2.3 Additional requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. b. Any failure of Consultant to comply with reporting provisions of the policy shall not affect coverage provided to City and its officers, employees, agents, and volunteers. 4.3 Professional Liability Insurance. EXHIBIT A Page 5 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and CSG Consultants, Inc. Page 6 of 16 4.3.1 General requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than One Million Dollars $1,000,000 covering the licensed professionals’ errors and omissions. Any deductible or self-insured retention shall not exceed one hundred fifty thousand dollars ($150,000) per claim. 4.3.2 Claims-made limitations. The following provisions shall apply if the professional liability coverage is written on a claims-made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims-made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of five (5) years after completion of work under this Agreement or the work. The City shall have the right to exercise, at the Consultant’s sole cost and expense, any extended reporting provisions of the policy, if the Consultant cancels or does not renew the coverage. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Additional Requirements. A certified endorsement to include contractual liability shall be included in the policy 4.4 All Policies Requirements. 4.4.1 Acceptability of insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A: VII. 4.4.2 Verification of coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all policies delivered to Consultant by the insurer, including complete copies of all endorsements attached to those policies. All copies of policies and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, this shall not waive the Consultant’s obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. EXHIBIT A Page 6 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and CSG Consultants, Inc. Page 7 of 16 4.4.3 Notice of Reduction in or Cancellation of Coverage. A certified endorsement shall be attached to all insurance obtained pursuant to this Agreement stating that coverage shall not be suspended, voided, canceled by either party, or reduced in coverage or in limits, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. In the event that any coverage required by this section is reduced, limited, cancelled, or materially affected in any other manner, Consultant shall provide written notice to City at Consultant’s earliest possible opportunity and in no case later than ten (10) working days after Consultant is notified of the change in coverage. 4.4.4 Additional insured; primary insurance. City and its officers, employees, agents, and volunteers shall be covered as additional insureds with respect to each of the following: liability arising out of activities performed by or on behalf of Consultant, including the City’s general supervision of Consultant; products and completed operations of Consultant, as applicable; premises owned, occupied, or used by Consultant; and automobiles owned, leased, or used by the Consultant in the course of providing services pursuant to this Agreement. The coverage shall contain no special limitations on the scope of protection afforded to City or its officers, employees, agents, or volunteers. A certified endorsement must be attached to all policies stating that coverage is primary insurance with respect to the City and its officers, officials, employees and volunteers, and that no insurance or self-insurance maintained by the City shall be called upon to contribute to a loss under the coverage. 4.4.5 Deductibles and Self-Insured Retentions. Consultant shall disclose to and obtain the approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. Further, if the Consultant’s insurance policy includes a self-insured retention that must be paid by a named insured as a precondition of the insurer’s liability, or which has the effect of providing that payments of the self-insured retention by others, including additional insureds or insurers do not serve to satisfy the self- insured retention, such provisions must be modified by special endorsement so as to not apply to the additional insured coverage required by this agreement so as to not prevent any of the parties to this agreement from satisfying or paying the self- insured retention required to be paid as a precondition to the insurer’s liability. Additionally, the certificates of insurance must note whether the policy does or does not include any self-insured retention and also must disclose the deductible. During the period covered by this Agreement, only upon the prior express written authorization of Contract Administrator, Consultant may increase such deductibles or self-insured retentions with respect to City, its officers, employees, agents, and volunteers. The Contract Administrator may condition approval of an increase in deductible or self-insured retention levels with a requirement that Consultant EXHIBIT A Page 7 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and CSG Consultants, Inc. Page 8 of 16 procure a bond, guaranteeing payment of losses and related investigations, claim administration, and defense expenses that is satisfactory in all respects to each of them. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.4.7 Wasting Policy. No insurance policy required by Section 4 shall include a “wasting” policy limit. 4.4.8 Variation. The City may approve a variation in the foregoing insurance requirements, upon a determination that the coverage, scope, limits, and forms of such insurance are either not commercially available, or that the City’s interests are otherwise fully protected. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant’s breach: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; b. Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or c. Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT’S RESPONSIBILITIES. Consultant shall, to the fullest extent allowed by law, with respect to all Services performed in connection with this Agreement, indemnify, defend with counsel selected by the City, and hold harmless the City and its officials, officers, employees, agents, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance (“Claims”), to the extent caused, directly or indirectly, in whole or in part, by the willful misconduct or negligent acts or omissions of Consultant or its employees, subcontractors, or agents. The foregoing obligation of Consultant shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises wholly from the gross negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Consultant or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to property, or violation of law. EXHIBIT A Page 8 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and CSG Consultants, Inc. Page 9 of 16 5.1 Insurance Not in Place of Indemnity. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Consultant from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Consultant acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 5.2 PERS Liability. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. 5.3 Third Party Claims. With respect to third party claims against the Consultant, the Consultant waives any and all rights of any type of express or implied indemnity against the Indemnitees. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subparagraph 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. EXHIBIT A Page 9 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and CSG Consultants, Inc. Page 10 of 16 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all federal, state and local laws and regulations applicable to the performance of the work hereunder. Consultant’s failure to comply with such law(s) or regulation(s) shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals, including from City, of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person’s race, religion, color, national origin, age, physical or mental handicap or disability, medical condition, marital status, sex, or sexual orientation, against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall comply with all applicable federal, state, and local laws, policies, rules, and requirements related to equal opportunity and nondiscrimination in employment, contracting, and the provision of any services that are the subject of this Agreement, including but not limited to the satisfaction of any positive obligations required of Consultant thereby. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. 7.6 Contractor’s Residency and Tax Withholding Contractor declares that Contractor is a resident of the State of California in accordance with the California Franchise Tax Board form 590 (“Form 590”), as may be amended, attached hereto and incorporated herein as Exhibit F. Unless provided with valid, written evidence of an exemption or waiver from withholding, City may withhold California taxes from payments to Contractor as required by law. Contractor shall obtain, and maintain on file for three (3) years after the termination of the Contract, Form 590s from all subcontractors. Contractor accepts sole responsibility for withholding taxes from any non-California resident subcontractor and shall submit written documentation of compliance with Contractor's withholding duty to City. EXHIBIT A Page 10 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and CSG Consultants, Inc. Page 11 of 16 Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement for cause upon thirty (30) days’ written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of notice of termination; City, however, may condition payment of such compensation upon Consultant delivering to City all materials described in Section 9.1. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require Contractor to execute a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant’s unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not assign or subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City’s remedies shall include, but not be limited to, the following: 8.6.1 Immediately terminate the Agreement; EXHIBIT A Page 11 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and CSG Consultants, Inc. Page 12 of 16 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant’s Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties except as required by law. 9.2 Consultant’s Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of three (3) years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Section 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds ten thousand ($10,000.00), the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of three (3) years after final payment under the Agreement. 9.4 Records Submitted in Response to an Invitation to Bid or Request for Proposals. All responses to a Request for Proposals (RFP) or invitation to bid issued by the City become the exclusive property of the City. At such time as the City selects a bid, all proposals EXHIBIT A Page 12 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and CSG Consultants, Inc. Page 13 of 16 received become a matter of public record, and shall be regarded as public records, with the exception of those elements in each proposal that are defined by Consultant and plainly marked as “Confidential,” "Business Secret" or “Trade Secret." The City shall not be liable or in any way responsible for the disclosure of any such proposal or portions thereof, if Consultant has not plainly marked it as a "Trade Secret" or "Business Secret," or if disclosure is required under the Public Records Act. Although the California Public Records Act recognizes that certain confidential trade secret information may be protected from disclosure, the City may not be in a position to establish that the information that a prospective bidder submits is a trade secret. If a request is made for information marked "Trade Secret" or "Business Secret," and the requester takes legal action seeking release of the materials it believes does not constitute trade secret information, by submitting a proposal, Consultant agrees to indemnify, defend and hold harmless the City, its agents and employees, from any judgment, fines, penalties, and award of attorneys’ fees awarded against the City in favor of the party requesting the information, and any and all costs connected with that defense. This obligation to indemnify survives the City's award of the contract. Consultant agrees that this indemnification survives as long as the trade secret information is in the City's possession, which includes a minimum retention period for such documents. Section 10 MISCELLANEOUS PROVISIONS. 10.1 Attorneys’ Fees. If a Party to this Agreement brings any action, including arbitration or an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing Party shall be entitled to reasonable attorneys’ fees in addition to any other relief to which that Party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either Party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of San Mateo or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. EXHIBIT A Page 13 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and CSG Consultants, Inc. Page 14 of 16 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a “conflict of interest,” as that term is defined in the Political Reform Act, codified at California Government Code Section 81000, et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Sections 1090, et seq. Consultant hereby warrants that it is not now, nor has it been in the previous twelve (12) months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous twelve (12) months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of Government Code §1090, et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of Government Code § 1090 and, if applicable, will be disqualified from holding public office in the State of California. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by Eunejune Kim, City Engineer/Public Works Director ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. Further, the Contract Administrator has authority to approve Task Orders under this Agreement. 10.10 Notices. All notices and other communications which are required or may be given under this Agreement shall be in writing and shall be deemed to have been duly given (i) when received if personally delivered; (ii) when received if transmitted by telecopy, if received during normal business hours on a business day (or if not, the next business day after delivery) provided that such facsimile is legible and that at the time such facsimile is sent the sending Party receives written confirmation of receipt; (iii) if sent for next day delivery to a domestic address by recognized overnight delivery service (e.g., Federal Express); and (iv) upon receipt, if sent by certified or registered mail, return receipt requested. In each case notice shall be sent to the respective Parties as follows: EXHIBIT A Page 14 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and CSG Consultants, Inc. Page 15 of 16 Consultant CSG Consultants, Inc. 550 Pilgrim Drive Foster City, CA 94404 City NOTICES INVOICES City Clerk Engineering City of South San Francisco City of South San Francisco 400 Grand Avenue 315 Maple Ave South San Francisco, CA 94080 South San Francisco, CA 94080 10.11 Professional Seal. Where applicable in the determination of the contract administrator, the first page of a technical report, first page of design specifications, and each page of construction drawings shall be stamped/sealed and signed by the licensed professional responsible for the report/design preparation. The stamp/seal shall be in a block entitled "Seal and Signature of Registered Professional with report/design responsibility," as in the following example. _________________________________________ Seal and Signature of Registered Professional with report/design responsibility. 10.12 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, C, D, E, and F represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral pertaining to the matters herein. Exhibit A Scope of Services Exhibit B Task Order Exhibit C Compensation Schedule Exhibit D Reimbursable Expenses Exhibit E Public Works Requirements Exhibit F Form 590 10.13 Counterparts. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. 10.14 Construction. The headings in this Agreement are for the purpose of reference only and shall not limit or otherwise affect any of the terms of this Agreement. The parties have had EXHIBIT A Page 15 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and CSG Consultants, Inc. Page 16 of 16 an equal opportunity to participate in the drafting of this Agreement; therefore any construction as against the drafting party shall not apply to this Agreement. 10.15 No Third Party Beneficiaries. This Agreement is made solely for the benefit of the Parties hereto with no intent to benefit any non-signatory third parties. The Parties have executed this Agreement as of the Effective Date. CITY OF SOUTH SAN FRANCISCO CONSULTANT ____________________________ ______________________________ Mike Futrell, City Manager Cyrus Kianpour, PE, PLS President CSG Consultants, Inc. Attest: ____________________________ Krista Martinelli, City Clerk Approved as to Form: ____________________________ City Attorney EXHIBIT A Page 16 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and CSG Consultants, Inc. -Exhibit A- Page 1 of 2 EXHIBIT A SCOPE OF SERVICES 1) Program Management 1.1 Program Management Plan 1.2 Monthly Project Progress Meetings 1.3 Monthly Memorandum Reports 2) Design Management 2.1 Prepare RFP’s for design services 2.2 Prepare staff reports on Council items 2.3 Manage design consultants 2.4 Conduct design coordination meetings with designer and City staff 2.5 Manage project budgets and schedules 2.6 Assist with obtaining permits regional & building permits 2.7 Utility coordination 2.8 Grant funding management & coordination 2.9 Document management 2.10 Public Outreach & City Department stakeholder coordination 3) Preconstruction Services 3.1 Constructability Reviews (Including bid ability reviews) 3.2 Bidding Assistance before and during bid period 3.3 Construction Management Work Plan 3.4 Storm Water Pollution Prevention Plan (SWPPPP) 3.5 Pre-bid walk through and meetings 3.6 Bid Review 3.7 Cash Flow Projections 3.8 Document Review 4) Construction Management 4.1 Pre-construction Conferences 4.2 Communications and Correspondence 4.3 Change Management 4.4 Monthly Construction Progress Reports 4.6 Schedule Monitoring 4. 7 Cost Monitoring 4.8 Progress I Coordination Meetings 4.9 Progress Payment Recommendations 4.10 Enforce Contractors Safety Plans 4.11 Environmental Coordination 4.12 Neighborhood Communication (Public Notices) 4.13 Submittal Management and Review 4.14 Request for Information (RFI) Management EXHIBIT A Page 17 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and CSG Consultants, Inc. -Exhibit A- Page 2 of 2 4.15 Document Management 4.16 Construction Change Order Assistance 4.17 Review Certified Payrolls 4.18 Falsework, Temporary Work Platform & Shoring Review 5) Construction Inspection Activities 5.1 Inspection and Documentation 5.3 Safety 5.4 Review and Maintain "As Constructed Schedule" 5.5 Maintain Photographic and Video Records of Construction Progress 5.6 Review and maintain "As Built" Drawings 5.7 Punchlist and Final Inspection 5.9 Final Acceptance 6) Construction Closeout Activities 6.1 Contract Closeout 6.2 Project Record Drawings 6.3 Final Project Report 6.4 Final Payment EXHIBIT A Page 18 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and CSG Consultants, Inc. -Exhibit B- Page 1 of 1 EXHIBIT B TASK ORDER On-Call Consulting Services Agreement TASK ORDER ## This Task Order pertains to the On-Call Consulting Services Agreement by and between the City of South San Francisco ("City"), and [CONSULTANT FIRM NAME] ("CONSULTANT"), dated [AGREEMENT EFFECTIVE DATE] ("the Agreement"). Task Order ## is generally described as: 1. Sub-task 1. 2. Sub-task 2. 3. Sub-task 3, etc. Consultant shall perform the Consulting Services on the Project described below as provided herein and in the On-Call Consulting Services Agreement. This Task Order shall not be binding until it has been properly signed by both parties. Upon execution, this Task Order shall supplement the Agreement as it pertains to the Project described below. PROJECT NAME: Project Name TASK ORDER NUMBER: #:# Project Budget: $ Amount - numbers Task Order Scope: See attached, Attachment 1. [attach specific task scope and cost] This Task Order is executed this ____ day of ____________, YEAR. CONSULTANT FIRM NAME Approved: _________________________________________ Date: _________________________ Name Title CITY OF SOUTH SAN FRANCISCO Approved: _________________________________________ Date: _________________________ Eunejune Kim, City Engineer/Public Works Director EXHIBIT A Page 19 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and CSG Consultants, Inc. -Exhibit C - Page 1 of 2 EXHIBIT C COMPENSATION SCHEDULE Services are billed on a time and materials basis according to our Standard Rates, shown below. Professional Engineering Services Hourly Rate Analyst $115 Engineering Designer $125 Construction Inspector $125 Senior Analyst $135 Assistant Resident Engineer $150 Assistant Engineer $135 Associate Engineer $155 Senior Construction Inspector $145 Senior Engineer $180 Resident Engineer $180 Structure Representative $180 Senior Structural Engineer $185 Senior Project Manager $185 Principal Engineer $200 Senior Principal Engineer $225 Two-Person Survey Crew $300 All hourly rates reflect overhead costs including but not limited to salaries, benefits, Workers Compensation Insurance and administrative costs such as local mileage, copying, fax, telephone, mail, in-house printing, software, and computer usage. Reproduction and any subconsultants (if required) are billed at cost plus 15%. Rates will remain effective through June 30, 2018. Rates are subject to a 3% annual increase based on CPI.   EXHIBIT A Page 20 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and CSG Consultants, Inc. -Exhibit D - Page 1 of 1 EXHIBIT D REIMBURSABLE EXPENSES Reimbursable Expenses. The following constitute reimbursable expenses authorized by this Agreement: mileage, parking, tolls, printing, out of area travel, conference calls, postage, express mail, and delivery. Reimbursable expense shall be attached by the Consultant for approval by the City and shall not exceed Five Thousand Dollars ($5,000). Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. EXHIBIT A Page 21 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and CSG Consultants, Inc. -Exhibit E - Page 1 of 2 EXHIBIT E PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS I. HOURS OF WORK: A. In accordance with California Labor Code Section 1810, eight (8) hours of labor in performance of the services described in Exhibit A shall constitute a legal day’s work under this contract. B. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to eight (8) hours during any one (1) calendar day, and forty (40) hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of eight (8) hours during any one (1) calendar day and forty (40) hours during any one calendar week is permitted upon compensation for all hours worked in excess of eight (8) hours during any one (1) calendar day and forty (40) hours during any one (1) calendar week at not less than one-and- one-half (1.5) times the basic rate of pay. C. The Consultant and its subcontractors shall forfeit as a penalty to the City twenty five dollars ($25) for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than eight (8) hours in any one (1) calendar day, or more than forty (40) hours in any one (1) calendar week, in violation of the provisions of California Labor Code Section 1810, et seq.. II. WAGES: A. In accordance with California Labor Code Section 1773.2, the Contractor and any subcontractors shall pay not less than the general prevailing wages for each craft or type of work needed for completion of the services described in Exhibit A, as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research. A copy of this publication is on file in the City Public Works Office and shall be made available on request. B. Pursuant to Labor Code Section 1775, Contractor may be subject to a penalty of up to two hundred dollars ($200) per day for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the specified prevailing wage. The Consultant or subcontractor shall also pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. C. Consultant shall comply with all of the following requirements: 1. contracts between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. EXHIBIT A Page 22 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and CSG Consultants, Inc. -Exhibit E - Page 2 of 2 2. The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor’s certified payroll records. 3. Upon becoming aware of a subcontractor’s failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4. Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. D. In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 1. The information contained in the payroll record is true and correct. 2. The employer has complied with the requirements of Sections 1771, 1811, and 1815 for any work performed by the employer’s employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be available for inspection by the City and its authorized representatives, the Division of Labor Standards Enforcement, the Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. E. In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. EXHIBIT A Page 23 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and CSG Consultants, Inc. -Exhibit F - Page 1 of 1 EXHIBIT F FORM 590 EXHIBIT A Page 24 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and Swinerton Management & Consulting Page 1 of 16 ON CALL CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF SOUTH SAN FRANCISCO AND SWINERTON MANAGEMENT & CONSULTING THIS AGREEMENT for on-call consulting services is made by and between the City of South San Francisco (“City”) and Swinerton Management & Consulting (“Consultant”) (together sometimes referred to as the “Parties”) as of November 8, 2017 (the “Effective Date”). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide consulting services on an on-call basis to City as described in the Scope of Work attached hereto and incorporated herein as Exhibit A, at the time and place and in the manner specified by the respective executed Task Orders, a sample of is attached hereto and incorporated herein as Exhibit B. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, and/or and any executed Task Orders, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on November 7, 2020, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City’s right to terminate the Agreement, as provided for in Section 8. 1.2 Task Order. Prior to execution of a Task Order, the City shall request a Task Order Scope Proposal from the Consultant. Consultant shall provide the City with a Task Order Scope Proposal, and if satisfactory, the City and Consultant shall execute a Task Order. Upon an executed Task Order, Consultant shall perform the services listed in the Task Order and in a manner consistent with this Agreement. 1.3 Standard of Performance. Consultant shall perform all work required by this Agreement in a substantial, first-class manner and shall conform to the standards of quality normally observed by a person practicing in Consultant's profession. 1.4 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.5 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Section 1.3 above and to satisfy Consultant’s obligations hereunder. 1.6 Public Works Requirements. Because the services described in Exhibit A may include “work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work,” the services may constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, EXHIBIT B Page 1 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and Swinerton Management & Consulting Page 2 of 16 Consultant is required to comply with the provisions set forth in Exhibit E, which is attached hereto and incorporated herein. Section 2. COMPENSATION. This On-call Services Agreement does not guarantee any amount of work for the Consultant. Task Orders will be developed and executed as needed and provided for in this Agreement. The Consultant shall be paid by the City only for completed services rendered under each approved individual Task Order. Such payment shall be full compensation for payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work stated in the Task Order. Notwithstanding the foregoing, Consultant shall not receive total compensation under this Agreement in an amount over One Million Seven Hundred Thousand Dollars ($1,700,000.00). In the event of a conflict between this Agreement and Consultant’s proposal, regarding the amount of compensation, the Agreement shall prevail. The payments for completed work under an executed Task Order shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant’s estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once per month during the term of this Agreement, based on the cost for all services performed and reimbursable costs incurred prior to the invoice date. Invoices shall contain all the following information:  Serial identifications of progress bills (i.e., Progress Bill No. 1 for the first invoice, etc.);  The beginning and ending dates of the billing period;  A task summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion;  At City’s option, for each work item in each task, a copy of the applicable time entries or time sheets shall be submitted showing the name of the person doing the work, the hours spent by each person, a brief description of the work, and each reimbursable expense;  The total number of hours of work performed under the Agreement by each employee, agent, and subcontractor of Consultant performing services hereunder;  Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds eight hundred (800) hours within a twelve (12)- month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete EXHIBIT B Page 2 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and Swinerton Management & Consulting Page 3 of 16 work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Consultant and City, if applicable.  The amount and purpose of actual expenditures for which reimbursement is sought;  The Consultant’s signature. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have thirty (30) days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. Each invoice shall include all expenses and actives performed during the invoice period for which Consultant expects to receive payment. 2.3 Final Payment. City shall pay the five percent (5%) of the total sum due pursuant to this Agreement within sixty (60) days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto and incorporated herein as Exhibit C. 2.6 Reimbursable Expenses. Reimbursable expenses, as specified in Exhibit D, attached hereto and incorporated herein, shall not exceed Five Thousand Dollars ($5,000). Expenses not listed below are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. Contractor represents and warrants that Contractor is a resident of the State of California in accordance with California Revenue & Taxation Code Section 18662, as it may be amended, and is exempt from withholding. Contractor accepts sole responsible for verifying the residency status of any subcontractors and withhold taxes from non-California subcontractors. EXHIBIT B Page 3 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and Swinerton Management & Consulting Page 4 of 16 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. 2.10 False Claims Act. Presenting a false or fraudulent claim for payment, including a change order, is a violation of the California False Claims Act and may result in treble damages and a fine of five thousand ($5,000) to ten thousand dollars ($10,000) per violation. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant’s use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before beginning any work under this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work to the City. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s). Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers’ Compensation. Consultant shall, at its sole cost and expense, maintain Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self- insurance program to meet those requirements, but only if the program of self-insurance EXHIBIT B Page 4 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and Swinerton Management & Consulting Page 5 of 16 complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the Labor Code shall be solely in the discretion of the Contract Administrator, as defined in Section 10.9. The insurer, if insurance is provided, or the Consultant, if a program of self-insurance is provided, shall waive all rights of subrogation against the City and its officers, officials, employees, and volunteers for loss arising from work performed under this Agreement. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General requirements. Consultant, at its own cost and expense, shall maintain commercial general and automobile liability insurance for the term of this Agreement in an amount not less than One Million Dollars ($1,000,000) per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non- owned automobiles. 4.2.2 Minimum scope of coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 or GL 0002 (most recent editions) covering comprehensive General Liability Insurance and Services Office form number GL 0404 covering Broad Form Comprehensive General Liability on an “occurrence” basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (most recent edition). No endorsement shall be attached limiting the coverage. 4.2.3 Additional requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. b. Any failure of Consultant to comply with reporting provisions of the policy shall not affect coverage provided to City and its officers, employees, agents, and volunteers. 4.3 Professional Liability Insurance. EXHIBIT B Page 5 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and Swinerton Management & Consulting Page 6 of 16 4.3.1 General requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than One Million Dollars $1,000,000 covering the licensed professionals’ errors and omissions. Any deductible or self-insured retention shall not exceed one hundred fifty thousand dollars ($150,000) per claim. 4.3.2 Claims-made limitations. The following provisions shall apply if the professional liability coverage is written on a claims-made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims-made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of five (5) years after completion of work under this Agreement or the work. The City shall have the right to exercise, at the Consultant’s sole cost and expense, any extended reporting provisions of the policy, if the Consultant cancels or does not renew the coverage. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Additional Requirements. A certified endorsement to include contractual liability shall be included in the policy 4.4 All Policies Requirements. 4.4.1 Acceptability of insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A: VII. 4.4.2 Verification of coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all policies delivered to Consultant by the insurer, including complete copies of all endorsements attached to those policies. All copies of policies and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, this shall not waive the Consultant’s obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. EXHIBIT B Page 6 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and Swinerton Management & Consulting Page 7 of 16 4.4.3 Notice of Reduction in or Cancellation of Coverage. A certified endorsement shall be attached to all insurance obtained pursuant to this Agreement stating that coverage shall not be suspended, voided, canceled by either party, or reduced in coverage or in limits, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. In the event that any coverage required by this section is reduced, limited, cancelled, or materially affected in any other manner, Consultant shall provide written notice to City at Consultant’s earliest possible opportunity and in no case later than ten (10) working days after Consultant is notified of the change in coverage. 4.4.4 Additional insured; primary insurance. City and its officers, employees, agents, and volunteers shall be covered as additional insureds with respect to each of the following: liability arising out of activities performed by or on behalf of Consultant, including the City’s general supervision of Consultant; products and completed operations of Consultant, as applicable; premises owned, occupied, or used by Consultant; and automobiles owned, leased, or used by the Consultant in the course of providing services pursuant to this Agreement. The coverage shall contain no special limitations on the scope of protection afforded to City or its officers, employees, agents, or volunteers. A certified endorsement must be attached to all policies stating that coverage is primary insurance with respect to the City and its officers, officials, employees and volunteers, and that no insurance or self-insurance maintained by the City shall be called upon to contribute to a loss under the coverage. 4.4.5 Deductibles and Self-Insured Retentions. Consultant shall disclose to and obtain the approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. Further, if the Consultant’s insurance policy includes a self-insured retention that must be paid by a named insured as a precondition of the insurer’s liability, or which has the effect of providing that payments of the self-insured retention by others, including additional insureds or insurers do not serve to satisfy the self- insured retention, such provisions must be modified by special endorsement so as to not apply to the additional insured coverage required by this agreement so as to not prevent any of the parties to this agreement from satisfying or paying the self- insured retention required to be paid as a precondition to the insurer’s liability. Additionally, the certificates of insurance must note whether the policy does or does not include any self-insured retention and also must disclose the deductible. During the period covered by this Agreement, only upon the prior express written authorization of Contract Administrator, Consultant may increase such deductibles or self-insured retentions with respect to City, its officers, employees, agents, and volunteers. The Contract Administrator may condition approval of an increase in deductible or self-insured retention levels with a requirement that Consultant EXHIBIT B Page 7 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and Swinerton Management & Consulting Page 8 of 16 procure a bond, guaranteeing payment of losses and related investigations, claim administration, and defense expenses that is satisfactory in all respects to each of them. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.4.7 Wasting Policy. No insurance policy required by Section 4 shall include a “wasting” policy limit. 4.4.8 Variation. The City may approve a variation in the foregoing insurance requirements, upon a determination that the coverage, scope, limits, and forms of such insurance are either not commercially available, or that the City’s interests are otherwise fully protected. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant’s breach: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; b. Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or c. Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT’S RESPONSIBILITIES. Consultant shall, to the fullest extent allowed by law, with respect to all Services performed in connection with this Agreement, indemnify, defend with counsel selected by the City, and hold harmless the City and its officials, officers, employees, agents, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance (“Claims”), to the extent caused, directly or indirectly, in whole or in part, by the willful misconduct or negligent acts or omissions of Consultant or its employees, subcontractors, or agents. The foregoing obligation of Consultant shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises wholly from the gross negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Consultant or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to property, or violation of law. EXHIBIT B Page 8 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and Swinerton Management & Consulting Page 9 of 16 5.1 Insurance Not in Place of Indemnity. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Consultant from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Consultant acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 5.2 PERS Liability. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. 5.3 Third Party Claims. With respect to third party claims against the Consultant, the Consultant waives any and all rights of any type of express or implied indemnity against the Indemnitees. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subparagraph 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. EXHIBIT B Page 9 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and Swinerton Management & Consulting Page 10 of 16 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all federal, state and local laws and regulations applicable to the performance of the work hereunder. Consultant’s failure to comply with such law(s) or regulation(s) shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals, including from City, of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person’s race, religion, color, national origin, age, physical or mental handicap or disability, medical condition, marital status, sex, or sexual orientation, against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall comply with all applicable federal, state, and local laws, policies, rules, and requirements related to equal opportunity and nondiscrimination in employment, contracting, and the provision of any services that are the subject of this Agreement, including but not limited to the satisfaction of any positive obligations required of Consultant thereby. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. 7.6 Contractor’s Residency and Tax Withholding Contractor declares that Contractor is a resident of the State of California in accordance with the California Franchise Tax Board form 590 (“Form 590”), as may be amended, attached hereto and incorporated herein as Exhibit F. Unless provided with valid, written evidence of an exemption or waiver from withholding, City may withhold California taxes from payments to Contractor as required by law. Contractor shall obtain, and maintain on file for three (3) years after the termination of the Contract, Form 590s from all subcontractors. Contractor accepts sole responsibility for withholding taxes from any non-California resident subcontractor and shall submit written documentation of compliance with Contractor's withholding duty to City. EXHIBIT B Page 10 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and Swinerton Management & Consulting Page 11 of 16 Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement for cause upon thirty (30) days’ written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of notice of termination; City, however, may condition payment of such compensation upon Consultant delivering to City all materials described in Section 9.1. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require Contractor to execute a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant’s unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not assign or subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City’s remedies shall include, but not be limited to, the following: 8.6.1 Immediately terminate the Agreement; EXHIBIT B Page 11 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and Swinerton Management & Consulting Page 12 of 16 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant’s Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties except as required by law. 9.2 Consultant’s Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of three (3) years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Section 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds ten thousand ($10,000.00), the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of three (3) years after final payment under the Agreement. 9.4 Records Submitted in Response to an Invitation to Bid or Request for Proposals. All responses to a Request for Proposals (RFP) or invitation to bid issued by the City become the exclusive property of the City. At such time as the City selects a bid, all proposals EXHIBIT B Page 12 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and Swinerton Management & Consulting Page 13 of 16 received become a matter of public record, and shall be regarded as public records, with the exception of those elements in each proposal that are defined by Consultant and plainly marked as “Confidential,” "Business Secret" or “Trade Secret." The City shall not be liable or in any way responsible for the disclosure of any such proposal or portions thereof, if Consultant has not plainly marked it as a "Trade Secret" or "Business Secret," or if disclosure is required under the Public Records Act. Although the California Public Records Act recognizes that certain confidential trade secret information may be protected from disclosure, the City may not be in a position to establish that the information that a prospective bidder submits is a trade secret. If a request is made for information marked "Trade Secret" or "Business Secret," and the requester takes legal action seeking release of the materials it believes does not constitute trade secret information, by submitting a proposal, Consultant agrees to indemnify, defend and hold harmless the City, its agents and employees, from any judgment, fines, penalties, and award of attorneys’ fees awarded against the City in favor of the party requesting the information, and any and all costs connected with that defense. This obligation to indemnify survives the City's award of the contract. Consultant agrees that this indemnification survives as long as the trade secret information is in the City's possession, which includes a minimum retention period for such documents. Section 10 MISCELLANEOUS PROVISIONS. 10.1 Attorneys’ Fees. If a Party to this Agreement brings any action, including arbitration or an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing Party shall be entitled to reasonable attorneys’ fees in addition to any other relief to which that Party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either Party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of San Mateo or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. EXHIBIT B Page 13 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and Swinerton Management & Consulting Page 14 of 16 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a “conflict of interest,” as that term is defined in the Political Reform Act, codified at California Government Code Section 81000, et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Sections 1090, et seq. Consultant hereby warrants that it is not now, nor has it been in the previous twelve (12) months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous twelve (12) months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of Government Code §1090, et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of Government Code § 1090 and, if applicable, will be disqualified from holding public office in the State of California. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by Eunejune Kim, City Engineer/Public Works Director ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. Further, the Contract Administrator has authority to approve Task Orders under this Agreement. 10.10 Notices. All notices and other communications which are required or may be given under this Agreement shall be in writing and shall be deemed to have been duly given (i) when received if personally delivered; (ii) when received if transmitted by telecopy, if received during normal business hours on a business day (or if not, the next business day after delivery) provided that such facsimile is legible and that at the time such facsimile is sent the sending Party receives written confirmation of receipt; (iii) if sent for next day delivery to a domestic address by recognized overnight delivery service (e.g., Federal Express); and (iv) upon receipt, if sent by certified or registered mail, return receipt requested. In each case notice shall be sent to the respective Parties as follows: EXHIBIT B Page 14 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and Swinerton Management & Consulting Page 15 of 16 Consultant Swinerton Management & Consulting 260 Townsend Street San Francisco, CA 94107 City NOTICES INVOICES City Clerk Engineering City of South San Francisco City of South San Francisco 400 Grand Avenue 315 Maple Ave South San Francisco, CA 94080 South San Francisco, CA 94080 10.11 Professional Seal. Where applicable in the determination of the contract administrator, the first page of a technical report, first page of design specifications, and each page of construction drawings shall be stamped/sealed and signed by the licensed professional responsible for the report/design preparation. The stamp/seal shall be in a block entitled "Seal and Signature of Registered Professional with report/design responsibility," as in the following example. _________________________________________ Seal and Signature of Registered Professional with report/design responsibility. 10.12 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, C, D, E, and F represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral pertaining to the matters herein. Exhibit A Scope of Services Exhibit B Task Order Exhibit C Compensation Schedule Exhibit D Reimbursable Expenses Exhibit E Public Works Requirements Exhibit F Form 590 10.13 Counterparts. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. 10.14 Construction. The headings in this Agreement are for the purpose of reference only and shall not limit or otherwise affect any of the terms of this Agreement. The parties have had EXHIBIT B Page 15 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and Swinerton Management & Consulting Page 16 of 16 an equal opportunity to participate in the drafting of this Agreement; therefore any construction as against the drafting party shall not apply to this Agreement. 10.15 No Third Party Beneficiaries. This Agreement is made solely for the benefit of the Parties hereto with no intent to benefit any non-signatory third parties. The Parties have executed this Agreement as of the Effective Date. CITY OF SOUTH SAN FRANCISCO CONSULTANT ____________________________ ______________________________ Mike Futrell, City Manager Jeffrey Gee, AIA Vice President / General Manager Attest: ____________________________ Krista Martinelli, City Clerk Approved as to Form: ____________________________ City Attorney EXHIBIT B Page 16 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and Swinerton Management & Consulting -Exhibit A- Page 1 of 2 EXHIBIT A SCOPE OF SERVICES 1) Program Management 1.1 Program Management Plan 1.2 Monthly Project Progress Meetings 1.3 Monthly Memorandum Reports 2) Design Management 2.1 Prepare RFP’s for design services 2.2 Prepare staff reports on Council items 2.3 Manage design consultants 2.4 Conduct design coordination meetings with designer and City staff 2.5 Manage project budgets and schedules 2.6 Assist with obtaining permits regional & building permits 2.7 Utility coordination 2.8 Grant funding management & coordination 2.9 Document management 2.10 Public Outreach & City Department stakeholder coordination 3) Preconstruction Services 3.1 Constructability Reviews (Including bid ability reviews) 3.2 Bidding Assistance before and during bid period 3.3 Construction Management Work Plan 3.4 Storm Water Pollution Prevention Plan (SWPPPP) 3.5 Pre-bid walk through and meetings 3.6 Bid Review 3.7 Cash Flow Projections 3.8 Document Review 4) Construction Management 4.1 Pre-construction Conferences 4.2 Communications and Correspondence 4.3 Change Management 4.4 Monthly Construction Progress Reports 4.6 Schedule Monitoring 4. 7 Cost Monitoring 4.8 Progress I Coordination Meetings 4.9 Progress Payment Recommendations 4.10 Enforce Contractors Safety Plans 4.11 Environmental Coordination 4.12 Neighborhood Communication (Public Notices) 4.13 Submittal Management and Review 4.14 Request for Information (RFI) Management EXHIBIT B Page 17 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and Swinerton Management & Consulting -Exhibit A- Page 2 of 2 4.15 Document Management 4.16 Construction Change Order Assistance 4.17 Review Certified Payrolls 4.18 Falsework, Temporary Work Platform & Shoring Review 5) Construction Inspection Activities 5.1 Inspection and Documentation 5.3 Safety 5.4 Review and Maintain "As Constructed Schedule" 5.5 Maintain Photographic and Video Records of Construction Progress 5.6 Review and maintain "As Built" Drawings 5.7 Punchlist and Final Inspection 5.9 Final Acceptance 6) Construction Closeout Activities 6.1 Contract Closeout 6.2 Project Record Drawings 6.3 Final Project Report 6.4 Final Payment EXHIBIT B Page 18 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and Swinerton Management & Consulting -Exhibit B- Page 1 of 1 EXHIBIT B TASK ORDER On-Call Consulting Services Agreement TASK ORDER ## This Task Order pertains to the On-Call Consulting Services Agreement by and between the City of South San Francisco ("City"), and [CONSULTANT FIRM NAME] ("CONSULTANT"), dated [AGREEMENT EFFECTIVE DATE] ("the Agreement"). Task Order ## is generally described as: 1. Sub-task 1. 2. Sub-task 2. 3. Sub-task 3, etc. Consultant shall perform the Consulting Services on the Project described below as provided herein and in the On-Call Consulting Services Agreement. This Task Order shall not be binding until it has been properly signed by both parties. Upon execution, this Task Order shall supplement the Agreement as it pertains to the Project described below. PROJECT NAME: Project Name TASK ORDER NUMBER: #:# Project Budget: $ Amount - numbers Task Order Scope: See attached, Attachment 1. [attach specific task scope and cost] This Task Order is executed this ____ day of ____________, YEAR. CONSULTANT FIRM NAME Approved: _________________________________________ Date: _________________________ Name Title CITY OF SOUTH SAN FRANCISCO Approved: _________________________________________ Date: _________________________ Eunejune Kim, City Engineer/Public Works Director EXHIBIT B Page 19 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and Swinerton Management & Consulting -Exhibit D - Page 1 of 1 EXHIBIT C COMPENSATION SCHEDULE EXHIBIT B Page 20 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and Swinerton Management & Consulting -Exhibit D - Page 1 of 1 EXHIBIT D REIMBURSABLE EXPENSES Reimbursable Expenses. The following constitute reimbursable expenses authorized by this Agreement: mileage, parking, tolls, printing, out of area travel, conference calls, postage, express mail, and delivery. Reimbursable expense shall be attached by the Consultant for approval by the City and shall not exceed Five Thousand Dollars ($5,000). Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. EXHIBIT B Page 21 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and Swinerton Management & Consulting -Exhibit E - Page 1 of 2 EXHIBIT E PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS I. HOURS OF WORK: A. In accordance with California Labor Code Section 1810, eight (8) hours of labor in performance of the services described in Exhibit A shall constitute a legal day’s work under this contract. B. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to eight (8) hours during any one (1) calendar day, and forty (40) hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of eight (8) hours during any one (1) calendar day and forty (40) hours during any one calendar week is permitted upon compensation for all hours worked in excess of eight (8) hours during any one (1) calendar day and forty (40) hours during any one (1) calendar week at not less than one-and- one-half (1.5) times the basic rate of pay. C. The Consultant and its subcontractors shall forfeit as a penalty to the City twenty five dollars ($25) for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than eight (8) hours in any one (1) calendar day, or more than forty (40) hours in any one (1) calendar week, in violation of the provisions of California Labor Code Section 1810, et seq.. II. WAGES: A. In accordance with California Labor Code Section 1773.2, the Contractor and any subcontractors shall pay not less than the general prevailing wages for each craft or type of work needed for completion of the services described in Exhibit A, as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research. A copy of this publication is on file in the City Public Works Office and shall be made available on request. B. Pursuant to Labor Code Section 1775, Contractor may be subject to a penalty of up to two hundred dollars ($200) per day for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the specified prevailing wage. The Consultant or subcontractor shall also pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. C. Consultant shall comply with all of the following requirements: 1. contracts between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. EXHIBIT B Page 22 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and Swinerton Management & Consulting -Exhibit E - Page 2 of 2 2. The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor’s certified payroll records. 3. Upon becoming aware of a subcontractor’s failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4. Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. D. In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 1. The information contained in the payroll record is true and correct. 2. The employer has complied with the requirements of Sections 1771, 1811, and 1815 for any work performed by the employer’s employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be available for inspection by the City and its authorized representatives, the Division of Labor Standards Enforcement, the Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. E. In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. EXHIBIT B Page 23 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and Swinerton Management & Consulting -Exhibit F - Page 1 of 1 EXHIBIT F FORM 590 EXHIBIT B Page 24 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. Page 1 of 16 ON CALL CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF SOUTH SAN FRANCISCO AND WEST COAST CODE CONSULTANTS, INC. THIS AGREEMENT for on-call consulting services is made by and between the City of South San Francisco (“City”) and West Coast Code Consultants, Inc. (“Consultant”) (together sometimes referred to as the “Parties”) as of November 8, 2017 (the “Effective Date”). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide consulting services on an on-call basis to City as described in the Scope of Work attached hereto and incorporated herein as Exhibit A, at the time and place and in the manner specified by the respective executed Task Orders, a sample of is attached hereto and incorporated herein as Exhibit B. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, and/or and any executed Task Orders, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on November 7, 2020, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City’s right to terminate the Agreement, as provided for in Section 8. 1.2 Task Order. Prior to execution of a Task Order, the City shall request a Task Order Scope Proposal from the Consultant. Consultant shall provide the City with a Task Order Scope Proposal, and if satisfactory, the City and Consultant shall execute a Task Order. Upon an executed Task Order, Consultant shall perform the services listed in the Task Order and in a manner consistent with this Agreement. 1.3 Standard of Performance. Consultant shall perform all work required by this Agreement in a substantial, first-class manner and shall conform to the standards of quality normally observed by a person practicing in Consultant's profession. 1.4 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.5 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Section 1.3 above and to satisfy Consultant’s obligations hereunder. 1.6 Public Works Requirements. Because the services described in Exhibit A may include “work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work,” the services may constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, EXHIBIT C Page 1 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. Page 2 of 16 Consultant is required to comply with the provisions set forth in Exhibit E, which is attached hereto and incorporated herein. Section 2. COMPENSATION. This On-call Services Agreement does not guarantee any amount of work for the Consultant. Task Orders will be developed and executed as needed and provided for in this Agreement. The Consultant shall be paid by the City only for completed services rendered under each approved individual Task Order. Such payment shall be full compensation for payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work stated in the Task Order. Notwithstanding the foregoing, Consultant shall not receive total compensation under this Agreement in an amount over One Million Seven Hundred Thousand Dollars ($1,700,000.00). In the event of a conflict between this Agreement and Consultant’s proposal, regarding the amount of compensation, the Agreement shall prevail. The payments for completed work under an executed Task Order shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant’s estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once per month during the term of this Agreement, based on the cost for all services performed and reimbursable costs incurred prior to the invoice date. Invoices shall contain all the following information:  Serial identifications of progress bills (i.e., Progress Bill No. 1 for the first invoice, etc.);  The beginning and ending dates of the billing period;  A task summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion;  At City’s option, for each work item in each task, a copy of the applicable time entries or time sheets shall be submitted showing the name of the person doing the work, the hours spent by each person, a brief description of the work, and each reimbursable expense;  The total number of hours of work performed under the Agreement by each employee, agent, and subcontractor of Consultant performing services hereunder;  Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds eight hundred (800) hours within a twelve (12)- month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete EXHIBIT C Page 2 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. Page 3 of 16 work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Consultant and City, if applicable.  The amount and purpose of actual expenditures for which reimbursement is sought;  The Consultant’s signature. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have thirty (30) days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. Each invoice shall include all expenses and actives performed during the invoice period for which Consultant expects to receive payment. 2.3 Final Payment. City shall pay the five percent (5%) of the total sum due pursuant to this Agreement within sixty (60) days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto and incorporated herein as Exhibit C. 2.6 Reimbursable Expenses. Reimbursable expenses, as specified in Exhibit D, attached hereto and incorporated herein, shall not exceed Five Thousand Dollars ($5,000). Expenses not listed below are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. Contractor represents and warrants that Contractor is a resident of the State of California in accordance with California Revenue & Taxation Code Section 18662, as it may be amended, and is exempt from withholding. Contractor accepts sole responsible for verifying the residency status of any subcontractors and withhold taxes from non-California subcontractors. EXHIBIT C Page 3 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. Page 4 of 16 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. 2.10 False Claims Act. Presenting a false or fraudulent claim for payment, including a change order, is a violation of the California False Claims Act and may result in treble damages and a fine of five thousand ($5,000) to ten thousand dollars ($10,000) per violation. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant’s use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before beginning any work under this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work to the City. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s). Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers’ Compensation. Consultant shall, at its sole cost and expense, maintain Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self- insurance program to meet those requirements, but only if the program of self-insurance EXHIBIT C Page 4 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. Page 5 of 16 complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the Labor Code shall be solely in the discretion of the Contract Administrator, as defined in Section 10.9. The insurer, if insurance is provided, or the Consultant, if a program of self-insurance is provided, shall waive all rights of subrogation against the City and its officers, officials, employees, and volunteers for loss arising from work performed under this Agreement. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General requirements. Consultant, at its own cost and expense, shall maintain commercial general and automobile liability insurance for the term of this Agreement in an amount not less than One Million Dollars ($1,000,000) per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non- owned automobiles. 4.2.2 Minimum scope of coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 or GL 0002 (most recent editions) covering comprehensive General Liability Insurance and Services Office form number GL 0404 covering Broad Form Comprehensive General Liability on an “occurrence” basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (most recent edition). No endorsement shall be attached limiting the coverage. 4.2.3 Additional requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. b. Any failure of Consultant to comply with reporting provisions of the policy shall not affect coverage provided to City and its officers, employees, agents, and volunteers. 4.3 Professional Liability Insurance. EXHIBIT C Page 5 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. Page 6 of 16 4.3.1 General requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than One Million Dollars $1,000,000 covering the licensed professionals’ errors and omissions. Any deductible or self-insured retention shall not exceed one hundred fifty thousand dollars ($150,000) per claim. 4.3.2 Claims-made limitations. The following provisions shall apply if the professional liability coverage is written on a claims-made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims-made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of five (5) years after completion of work under this Agreement or the work. The City shall have the right to exercise, at the Consultant’s sole cost and expense, any extended reporting provisions of the policy, if the Consultant cancels or does not renew the coverage. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Additional Requirements. A certified endorsement to include contractual liability shall be included in the policy 4.4 All Policies Requirements. 4.4.1 Acceptability of insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A: VII. 4.4.2 Verification of coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all policies delivered to Consultant by the insurer, including complete copies of all endorsements attached to those policies. All copies of policies and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, this shall not waive the Consultant’s obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. EXHIBIT C Page 6 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. Page 7 of 16 4.4.3 Notice of Reduction in or Cancellation of Coverage. A certified endorsement shall be attached to all insurance obtained pursuant to this Agreement stating that coverage shall not be suspended, voided, canceled by either party, or reduced in coverage or in limits, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. In the event that any coverage required by this section is reduced, limited, cancelled, or materially affected in any other manner, Consultant shall provide written notice to City at Consultant’s earliest possible opportunity and in no case later than ten (10) working days after Consultant is notified of the change in coverage. 4.4.4 Additional insured; primary insurance. City and its officers, employees, agents, and volunteers shall be covered as additional insureds with respect to each of the following: liability arising out of activities performed by or on behalf of Consultant, including the City’s general supervision of Consultant; products and completed operations of Consultant, as applicable; premises owned, occupied, or used by Consultant; and automobiles owned, leased, or used by the Consultant in the course of providing services pursuant to this Agreement. The coverage shall contain no special limitations on the scope of protection afforded to City or its officers, employees, agents, or volunteers. A certified endorsement must be attached to all policies stating that coverage is primary insurance with respect to the City and its officers, officials, employees and volunteers, and that no insurance or self-insurance maintained by the City shall be called upon to contribute to a loss under the coverage. 4.4.5 Deductibles and Self-Insured Retentions. Consultant shall disclose to and obtain the approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. Further, if the Consultant’s insurance policy includes a self-insured retention that must be paid by a named insured as a precondition of the insurer’s liability, or which has the effect of providing that payments of the self-insured retention by others, including additional insureds or insurers do not serve to satisfy the self- insured retention, such provisions must be modified by special endorsement so as to not apply to the additional insured coverage required by this agreement so as to not prevent any of the parties to this agreement from satisfying or paying the self- insured retention required to be paid as a precondition to the insurer’s liability. Additionally, the certificates of insurance must note whether the policy does or does not include any self-insured retention and also must disclose the deductible. During the period covered by this Agreement, only upon the prior express written authorization of Contract Administrator, Consultant may increase such deductibles or self-insured retentions with respect to City, its officers, employees, agents, and volunteers. The Contract Administrator may condition approval of an increase in deductible or self-insured retention levels with a requirement that Consultant EXHIBIT C Page 7 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. Page 8 of 16 procure a bond, guaranteeing payment of losses and related investigations, claim administration, and defense expenses that is satisfactory in all respects to each of them. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.4.7 Wasting Policy. No insurance policy required by Section 4 shall include a “wasting” policy limit. 4.4.8 Variation. The City may approve a variation in the foregoing insurance requirements, upon a determination that the coverage, scope, limits, and forms of such insurance are either not commercially available, or that the City’s interests are otherwise fully protected. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant’s breach: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; b. Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or c. Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT’S RESPONSIBILITIES. Consultant shall, to the fullest extent allowed by law, with respect to all Services performed in connection with this Agreement, indemnify, defend with counsel selected by the City, and hold harmless the City and its officials, officers, employees, agents, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance (“Claims”), to the extent caused, directly or indirectly, in whole or in part, by the willful misconduct or negligent acts or omissions of Consultant or its employees, subcontractors, or agents. The foregoing obligation of Consultant shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises wholly from the gross negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Consultant or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to property, or violation of law. EXHIBIT C Page 8 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. Page 9 of 16 5.1 Insurance Not in Place of Indemnity. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Consultant from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Consultant acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 5.2 PERS Liability. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. 5.3 Third Party Claims. With respect to third party claims against the Consultant, the Consultant waives any and all rights of any type of express or implied indemnity against the Indemnitees. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subparagraph 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. EXHIBIT C Page 9 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. Page 10 of 16 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all federal, state and local laws and regulations applicable to the performance of the work hereunder. Consultant’s failure to comply with such law(s) or regulation(s) shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals, including from City, of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person’s race, religion, color, national origin, age, physical or mental handicap or disability, medical condition, marital status, sex, or sexual orientation, against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall comply with all applicable federal, state, and local laws, policies, rules, and requirements related to equal opportunity and nondiscrimination in employment, contracting, and the provision of any services that are the subject of this Agreement, including but not limited to the satisfaction of any positive obligations required of Consultant thereby. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. 7.6 Contractor’s Residency and Tax Withholding Contractor declares that Contractor is a resident of the State of California in accordance with the California Franchise Tax Board form 590 (“Form 590”), as may be amended, attached hereto and incorporated herein as Exhibit F. Unless provided with valid, written evidence of an exemption or waiver from withholding, City may withhold California taxes from payments to Contractor as required by law. Contractor shall obtain, and maintain on file for three (3) years after the termination of the Contract, Form 590s from all subcontractors. Contractor accepts sole responsibility for withholding taxes from any non-California resident subcontractor and shall submit written documentation of compliance with Contractor's withholding duty to City. EXHIBIT C Page 10 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. Page 11 of 16 Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement for cause upon thirty (30) days’ written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of notice of termination; City, however, may condition payment of such compensation upon Consultant delivering to City all materials described in Section 9.1. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require Contractor to execute a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant’s unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not assign or subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City’s remedies shall include, but not be limited to, the following: 8.6.1 Immediately terminate the Agreement; EXHIBIT C Page 11 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. Page 12 of 16 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant’s Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties except as required by law. 9.2 Consultant’s Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of three (3) years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Section 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds ten thousand ($10,000.00), the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of three (3) years after final payment under the Agreement. 9.4 Records Submitted in Response to an Invitation to Bid or Request for Proposals. All responses to a Request for Proposals (RFP) or invitation to bid issued by the City become the exclusive property of the City. At such time as the City selects a bid, all proposals EXHIBIT C Page 12 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. Page 13 of 16 received become a matter of public record, and shall be regarded as public records, with the exception of those elements in each proposal that are defined by Consultant and plainly marked as “Confidential,” "Business Secret" or “Trade Secret." The City shall not be liable or in any way responsible for the disclosure of any such proposal or portions thereof, if Consultant has not plainly marked it as a "Trade Secret" or "Business Secret," or if disclosure is required under the Public Records Act. Although the California Public Records Act recognizes that certain confidential trade secret information may be protected from disclosure, the City may not be in a position to establish that the information that a prospective bidder submits is a trade secret. If a request is made for information marked "Trade Secret" or "Business Secret," and the requester takes legal action seeking release of the materials it believes does not constitute trade secret information, by submitting a proposal, Consultant agrees to indemnify, defend and hold harmless the City, its agents and employees, from any judgment, fines, penalties, and award of attorneys’ fees awarded against the City in favor of the party requesting the information, and any and all costs connected with that defense. This obligation to indemnify survives the City's award of the contract. Consultant agrees that this indemnification survives as long as the trade secret information is in the City's possession, which includes a minimum retention period for such documents. Section 10 MISCELLANEOUS PROVISIONS. 10.1 Attorneys’ Fees. If a Party to this Agreement brings any action, including arbitration or an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing Party shall be entitled to reasonable attorneys’ fees in addition to any other relief to which that Party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either Party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of San Mateo or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. EXHIBIT C Page 13 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. Page 14 of 16 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a “conflict of interest,” as that term is defined in the Political Reform Act, codified at California Government Code Section 81000, et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Sections 1090, et seq. Consultant hereby warrants that it is not now, nor has it been in the previous twelve (12) months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous twelve (12) months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of Government Code §1090, et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of Government Code § 1090 and, if applicable, will be disqualified from holding public office in the State of California. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by Eunejune Kim, City Engineer/Public Works Director ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. Further, the Contract Administrator has authority to approve Task Orders under this Agreement. 10.10 Notices. All notices and other communications which are required or may be given under this Agreement shall be in writing and shall be deemed to have been duly given (i) when received if personally delivered; (ii) when received if transmitted by telecopy, if received during normal business hours on a business day (or if not, the next business day after delivery) provided that such facsimile is legible and that at the time such facsimile is sent the sending Party receives written confirmation of receipt; (iii) if sent for next day delivery to a domestic address by recognized overnight delivery service (e.g., Federal Express); and (iv) upon receipt, if sent by certified or registered mail, return receipt requested. In each case notice shall be sent to the respective Parties as follows: EXHIBIT C Page 14 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. Page 15 of 16 Consultant West Coast Code Consultants, Inc. 2400 Camino Ramon, Suite 240 San Ramon, CA 94583 City NOTICES INVOICES City Clerk Engineering City of South San Francisco City of South San Francisco 400 Grand Avenue 315 Maple Ave South San Francisco, CA 94080 South San Francisco, CA 94080 10.11 Professional Seal. Where applicable in the determination of the contract administrator, the first page of a technical report, first page of design specifications, and each page of construction drawings shall be stamped/sealed and signed by the licensed professional responsible for the report/design preparation. The stamp/seal shall be in a block entitled "Seal and Signature of Registered Professional with report/design responsibility," as in the following example. _________________________________________ Seal and Signature of Registered Professional with report/design responsibility. 10.12 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, C, D, E, and F represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral pertaining to the matters herein. Exhibit A Scope of Services Exhibit B Task Order Exhibit C Compensation Schedule Exhibit D Reimbursable Expenses Exhibit E Public Works Requirements Exhibit F Form 590 10.13 Counterparts. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. 10.14 Construction. The headings in this Agreement are for the purpose of reference only and shall not limit or otherwise affect any of the terms of this Agreement. The parties have had EXHIBIT C Page 15 of 24 Consulting Services Agreement between [Rev:2.13.2014] November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. Page 16 of 16 an equal opportunity to participate in the drafting of this Agreement; therefore any construction as against the drafting party shall not apply to this Agreement. 10.15 No Third Party Beneficiaries. This Agreement is made solely for the benefit of the Parties hereto with no intent to benefit any non-signatory third parties. The Parties have executed this Agreement as of the Effective Date. CITY OF SOUTH SAN FRANCISCO CONSULTANT ____________________________ ______________________________ Mike Futrell, City Manager Giyan Senaratne, PE, SE, LEED AP, CASp Principal / CEO Attest: ____________________________ Krista Martinelli, City Clerk Approved as to Form: ____________________________ City Attorney EXHIBIT C Page 16 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. -Exhibit A- Page 1 of 2 EXHIBIT A SCOPE OF SERVICES 1) Program Management 1.1 Program Management Plan 1.2 Monthly Project Progress Meetings 1.3 Monthly Memorandum Reports 2) Design Management 2.1 Prepare RFP’s for design services 2.2 Prepare staff reports on Council items 2.3 Manage design consultants 2.4 Conduct design coordination meetings with designer and City staff 2.5 Manage project budgets and schedules 2.6 Assist with obtaining permits regional & building permits 2.7 Utility coordination 2.8 Grant funding management & coordination 2.9 Document management 2.10 Public Outreach & City Department stakeholder coordination 3) Preconstruction Services 3.1 Constructability Reviews (Including bid ability reviews) 3.2 Bidding Assistance before and during bid period 3.3 Construction Management Work Plan 3.4 Storm Water Pollution Prevention Plan (SWPPPP) 3.5 Pre-bid walk through and meetings 3.6 Bid Review 3.7 Cash Flow Projections 3.8 Document Review 4) Construction Management 4.1 Pre-construction Conferences 4.2 Communications and Correspondence 4.3 Change Management 4.4 Monthly Construction Progress Reports 4.6 Schedule Monitoring 4. 7 Cost Monitoring 4.8 Progress I Coordination Meetings 4.9 Progress Payment Recommendations 4.10 Enforce Contractors Safety Plans 4.11 Environmental Coordination 4.12 Neighborhood Communication (Public Notices) 4.13 Submittal Management and Review 4.14 Request for Information (RFI) Management EXHIBIT C Page 17 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. -Exhibit A- Page 2 of 2 4.15 Document Management 4.16 Construction Change Order Assistance 4.17 Review Certified Payrolls 4.18 Falsework, Temporary Work Platform & Shoring Review 5) Construction Inspection Activities 5.1 Inspection and Documentation 5.3 Safety 5.4 Review and Maintain "As Constructed Schedule" 5.5 Maintain Photographic and Video Records of Construction Progress 5.6 Review and maintain "As Built" Drawings 5.7 Punchlist and Final Inspection 5.9 Final Acceptance 6) Construction Closeout Activities 6.1 Contract Closeout 6.2 Project Record Drawings 6.3 Final Project Report 6.4 Final Payment EXHIBIT C Page 18 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. -Exhibit B- Page 1 of 1 EXHIBIT B TASK ORDER On-Call Consulting Services Agreement TASK ORDER ## This Task Order pertains to the On-Call Consulting Services Agreement by and between the City of South San Francisco ("City"), and [CONSULTANT FIRM NAME] ("CONSULTANT"), dated [AGREEMENT EFFECTIVE DATE] ("the Agreement"). Task Order ## is generally described as: 1. Sub-task 1. 2. Sub-task 2. 3. Sub-task 3, etc. Consultant shall perform the Consulting Services on the Project described below as provided herein and in the On-Call Consulting Services Agreement. This Task Order shall not be binding until it has been properly signed by both parties. Upon execution, this Task Order shall supplement the Agreement as it pertains to the Project described below. PROJECT NAME: Project Name TASK ORDER NUMBER: #:# Project Budget: $ Amount - numbers Task Order Scope: See attached, Attachment 1. [attach specific task scope and cost] This Task Order is executed this ____ day of ____________, YEAR. CONSULTANT FIRM NAME Approved: _________________________________________ Date: _________________________ Name Title CITY OF SOUTH SAN FRANCISCO Approved: _________________________________________ Date: _________________________ Eunejune Kim, City Engineer/Public Works Director EXHIBIT C Page 19 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. -Exhibit D - Page 1 of 1 EXHIBIT C COMPENSATION SCHEDULE EXHIBIT C Page 20 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. -Exhibit D - Page 1 of 1 EXHIBIT D REIMBURSABLE EXPENSES Reimbursable Expenses. The following constitute reimbursable expenses authorized by this Agreement: mileage, parking, tolls, printing, out of area travel, conference calls, postage, express mail, and delivery. Reimbursable expense shall be attached by the Consultant for approval by the City and shall not exceed Five Thousand Dollars ($5,000). Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. EXHIBIT C Page 21 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. -Exhibit E - Page 1 of 2 EXHIBIT E PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS I. HOURS OF WORK: A. In accordance with California Labor Code Section 1810, eight (8) hours of labor in performance of the services described in Exhibit A shall constitute a legal day’s work under this contract. B. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to eight (8) hours during any one (1) calendar day, and forty (40) hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of eight (8) hours during any one (1) calendar day and forty (40) hours during any one calendar week is permitted upon compensation for all hours worked in excess of eight (8) hours during any one (1) calendar day and forty (40) hours during any one (1) calendar week at not less than one-and- one-half (1.5) times the basic rate of pay. C. The Consultant and its subcontractors shall forfeit as a penalty to the City twenty five dollars ($25) for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than eight (8) hours in any one (1) calendar day, or more than forty (40) hours in any one (1) calendar week, in violation of the provisions of California Labor Code Section 1810, et seq.. II. WAGES: A. In accordance with California Labor Code Section 1773.2, the Contractor and any subcontractors shall pay not less than the general prevailing wages for each craft or type of work needed for completion of the services described in Exhibit A, as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research. A copy of this publication is on file in the City Public Works Office and shall be made available on request. B. Pursuant to Labor Code Section 1775, Contractor may be subject to a penalty of up to two hundred dollars ($200) per day for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the specified prevailing wage. The Consultant or subcontractor shall also pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. C. Consultant shall comply with all of the following requirements: 1. contracts between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. EXHIBIT C Page 22 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. -Exhibit E - Page 2 of 2 2. The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor’s certified payroll records. 3. Upon becoming aware of a subcontractor’s failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4. Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. D. In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 1. The information contained in the payroll record is true and correct. 2. The employer has complied with the requirements of Sections 1771, 1811, and 1815 for any work performed by the employer’s employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be available for inspection by the City and its authorized representatives, the Division of Labor Standards Enforcement, the Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. E. In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. EXHIBIT C Page 23 of 24 Consulting Services Agreement between November 8, 2017 City of South San Francisco and West Coast Code Consultants, Inc. -Exhibit F - Page 1 of 1 EXHIBIT F FORM 590 EXHIBIT C Page 24 of 24 City of South San Francisco Legislation Text P.O. Box 711 (City Hall, 400 Grand Avenue) South San Francisco, CA File #:17-955 Agenda Date:11/8/2017 Version:1 Item #:2. Report regarding a resolution approving a consulting services agreement with e-Builder Inc.of Plantation, Florida,for a five year term in a total not to exceed amount of $616,316 for capital project management software,amending the Fiscal Year 2017-18 Capital Improvement Program,appropriating a project budget of $249,166, and approving budget amendment 18.012.(Justin Lovell, Public Works Administrator) RECOMMENDATION It is recommended that the City Council adopt a resolution approving a consulting services agreement with e-Builder Inc.of Plantation,Florida,for a five year term in a total not to exceed amount of $616,316 for capital project management software,amending the Fiscal Year 2017-18 Capital Improvement Program, appropriating a project budget of $249,166, and approving budget amendment 18.012. BACKGROUND/DISCUSSION The Public Works Department is responsible for developing the annual Capital Improvement Program (CIP) and the successful implementation of its projects.The current CIP budget is more than $83 million,the largest and most diverse CIP in the City’s history.Current CIP projections anticipates the CIP growing in size and complexity over the next five years and staff is looking for a more efficient and collaborative project delivery process. The current process for project delivery includes numerous discrete processes that take place in unlinked databases and programs for each phase of a project from initial inception,budget establishment,design, construction,administration,and accounting.It is estimated that inefficiencies in this system currently represent a loss of 50 staff hours per month.While the current practices and staff facilitate successful completion of projects,the increased complexity and volume of projects (over 80)become difficult to manage in a paper, individual file-based fashion.Staff feels that it is necessary to utilize current software technology to help efficiently and accurately manage the CIP process from forecasting,scheduling,document control,workflow, and communication management. Needs Assessment Staff assessed the current practices and processes associated with the administration,management,and documentation of the current CIP project delivery system,and has determined that a software as a service (SaaS or internet-based software)would provide a great improvement in all aspects of the CIP project delivery system.Modern project management software increases accessibility to all users,allows for real-time updates via mobile devices in the field,tracks tasks,scheduling,and creates an organized system for all correspondences and documents for future reference.Additional needs include a platform that will allow for the incorporation of fund budgeting structure and mirror current accounting practices.Basic elements of the software include hosting a document repository with a single version of project documents,ability to track and City of South San Francisco Printed on 11/2/2017Page 1 of 5 powered by Legistar™ File #:17-955 Agenda Date:11/8/2017 Version:1 Item #:2. software include hosting a document repository with a single version of project documents,ability to track and store all communications,provide options for exporting documents,standardizing workflow processes, scheduling, program management, and providing integrated reporting and dashboards. Evaluation The research,evaluation,and selection process consisted of two phases.In phase one,staff used the needs assessment to research capital project management software platforms and performed an initial screening of nine firms to further evaluate based on City’s needs. ·Aconex ·Buildertrend ·CM Fusion ·e-Builder ·E Sub Construction Software ·Premier Construction Software ·Primavera by Oracle ·Procore ·ProjectWise by Bentley Upon review of the nine capital project management software firms,staff shortlisted three firms and invited the firms to provide a proposal and demonstration addressing the City’s requirements..On August 11,2017,the three firms presented their capital project management software product. The three shortlisted firms included: ·Procore Technologies, Incorporated of Carpinteria, CA; ·Bentley Systems, Incorporated (ProjectWise) of Exton, PA; and ·e-Builder of Plantation, FL There are not many comparable capital project management software available,as each capital project management software has a specialty niche.Staff invited a range of capital project management software firms in order to see if the Public Works Department’s needs could be met with any range of capital project management software.Each of the three shortlisted software firms that were selected had specialty niches with regards to capital project management.Procore Technologies specializes in the contractors’side construction management,focusing on the contractor/subcontractor relationship.Bentley Systems Project Wise specializes in document management and scheduling for the design consultant.e-Builder specializes in owner-centric capital project management including budget forecasting. In phase two,staff reviewed the functional capabilities,technical requirements,ease of use,support and maintenance practices for each of the software providers during the proposal presentations.The evaluation committee was comprised of eight members of staff from the following departments:Public Works,Parks and Recreation, and Finance Department: City of South San Francisco Printed on 11/2/2017Page 2 of 5 powered by Legistar™ File #:17-955 Agenda Date:11/8/2017 Version:1 Item #:2. ·Administrative Assistant I ·Administrative Assistant II ·Financial Services Manager ·Management Analyst I ·Parks Manager ·Principal Engineer ·Public Works Administrator ·Senior Civil Engineer Staff evaluated each software firm against the specific needs for managing and documenting capital projects (See Attachment 1).Selection of a software firm and consulting services is not based on the lowest bidder,but on the firm’s expertise,experience and references.Once the most qualified firm is determined,staff negotiated the scope and fee proposal and any changes deemed necessary to obtain reasonable cost for the scope of work. After the software demonstrations,staff asked the three firms to provide bids based on the City’s stated requirements.Bentley Systems Incorporated did not provide a quote and was deemed unresponsive.Procore Technologies quoted an annual software subscription of $53,000.Procore Technologies did not offer implementation and development services.e-Builder provided a quote for implementation,training and annual software subscription that staff negotiated to $166,775 for implementation and development services and a fixed price of $82,391 for the first three years of plus a five percent escalation for years four and five. The evaluation committee unanimously selected e-Builder as the capital project management software that could best address the needs for managing the Capital Improvement Program.Out of 100 possible points,the average cumulative score awarded to e-Builder was 91.75.The scores for the unselected providers were 73.5 and 75.5. Pursuant to South San Francisco Municipal Code section 4.04.080(a)(3)(A),agreements for professional services,personal services,and/or specialized,the skill,ability,and expertise of the entity performing the services is a key component of the selection criteria.Accordingly,theselection process for the new Capital Improvement Program management software was based on demonstrated competence,overall value to the city, and on the professional qualifications of the proposers.Cost was only one factor in determining the preferred vendor.Based on the results of the evaluation criteria described above,e-Builder received the highest evaluation score. As part of the evaluation,staff conducted a reference check with a local e-Builder user,the City of Sunnyvale. Public Works staff visited the City of Sunnyvale to hear firsthand the e-Builder implementation experience and how the software works for a local government agency.Sunnyvale staff recommended e-Builder for use in CIP management.Since Sunnyvale implemented e-Builder,they have been able to streamline internal process workflows,improve CIP project delivery productivity,more easily produce status updates and reports for their city council and the Sunnyvale community,and meet reporting requirements of various permitting agencies and City of South San Francisco Printed on 11/2/2017Page 3 of 5 powered by Legistar™ File #:17-955 Agenda Date:11/8/2017 Version:1 Item #:2. grant fund agreements. e-Builder e-Builder provides a fully-integrated,owner-centric,cloud-based capital project software focused exclusively on meeting the needs of facility owners and construction professionals.e-Builder is used in over 30 states with more than 400 clients and 20,000 users in the university,health care,and government sectors (see attachment 2 for a company profile). Staff recommends purchasing e-Builder capital project management software to provide a tool for the delivery of CIP projects.As consultants are hired to augment engineering staff and provide support for project delivery, it is important to have consistent documentation procedures as well as allow key staff the ability to access all project information real-time.e-Builder provides a cloud-based management tool including,document control, communications,workflow processes,reporting,and dashboards that will help staff better manage,deliver,and communicate the progress of the City’s large CIP internally to executive staff,the City Council,and South San Francisco community. FISCAL IMPACT e-Builder implementation,development,and ongoing annual licensing costs will paid from the Capital Improvement Program budget,and the funds already appropriated for capital project management software. The total not-to-exceed amount for a five year term is $616,316. The year one costs for e-Builder is as follows: One-time implementation & development services $166,775 Annual software subscription $ 82,391 Total Year One Costs:$249,166 Staff is proposing to add a CIP project to manage the implementation and development of e-Builder.By creating a unique CIP project for the e-Builder implementation,staff can draw remaining appropriation from completed projects and already budgeted funds for construction management software.Staff is recommending transferring funds from the following projects into the new Capital Improvement Program Software project: Project/Line Item Amount Funding Source Engineering Operating Budget $ 75,000 General Fund pf1702 FS63 Rollup Door $ 36,089 General Fund pf1406 Corp Yard Soil Stockpile Covers $ 15,346 Storm Water sd1401 Storm Drain Trash Capture Device $ 68,182 Solid Waste Fund ss1016 GIS Mapping $ 19,447 Sewer Fund ss1306 Flow Monitoring $ 5,383 Sewer Fund ss1501 Turbo Blower#2 $ 29,719 Sewer Fund Total $249,166 City of South San Francisco Printed on 11/2/2017Page 4 of 5 powered by Legistar™ File #:17-955 Agenda Date:11/8/2017 Version:1 Item #:2. The ongoing annual subscription fee will be applied and charged proportionally as a project management expense to active CIP projects.The average cost per project for e-Builder will be $500-$1,500,which equates to approximately 3-10 hours of staff time for project management.The costs for annual software subscription for years two through five is as follows: Year two: Annual Software Subscription $ 82,391 Year three: Annual Software Subscription $ 82,391 Year four: Annual Software Subscription $ 86,511 Year five: Annual Software Subscription $ 86,511 CONCLUSION Implementing capital project management software provides an additional management tool for staff to be more efficient,accurate and productive for CIP project delivery.Staff recommends that the City Council amend the Fiscal Year 2017-18 CIP and adopt a resolution approving an agreement with e-Builder of Plantation, Florida,in a not to exceed amount of $616,316 (including 5%contingency $26,346),for a term of five years, for Capital Improvement Program management software. Attachments: 1.Evaluation Score Sheet 2.e-Builder Information Sheet 3.PowerPoint Presentation e-Builder City of South San Francisco Printed on 11/2/2017Page 5 of 5 powered by Legistar™ Attachment 1  Construction Mangement Software Evaluations by City of South San Francisco Staff Category Rater 1Rater 2Rater 3Rater 4Rater 5Rater 6Rater 7Rater 8  Document Repository 101015915121413 Portfolio Management and Reporting 1510151217171715 Resource Management (time, cost, activity) 1010101015121410 Planning 1510201320232020 Communication and Collaboration 107121315141410 Ease of Use 7410888610 Total 6751826590868578 Cumulative Score Category Rater 1Rater 2Rater 3Rater 4Rater 5Rater 6Rater 7Rater 8  Document Repository 101281115131412 Portfolio Management and Reporting 1510121518181615 Resource Management (time, cost, activity) 512121015131210 Planning 1515201521232020 Communication and Collaboration 101210121414105 Ease of Use 56288965 Total 6067647191907867 Cumulative Score Category Rater 1Rater 2Rater 3Rater 4Rater 5Rater 6Rater 7Rater 8  Document Repository 1514151515151415 Portfolio Management and Reporting 1818181818202020 Resource Management (time, cost, activity) 1414131215151515 Planning 2020252322252022 Communication and Collaboration 1010131312151015 Ease of Use 108101010101010 Total 87849491921008997 Cumulative Score 91.75 Procore  Project Wise by Bentley Technologies, Inc E‐Builder 75.5 73.5 e-Builder.net The e-Builder Solution Capital Construction Management Software e-Builder.net 800.580.9322 info@e-builder.net CAPITAL CONSTRUCTION MANAGEMENT SOFTWARE INTRODUCTION TO E-BUILDER e-Builder is a construction program management solution that manages capital program cost, schedule, and documents through a world-class workflow with business intelligence. e-Builder is a complete solution designed at its core to deliver control and reduce surprises for owners of capital programs. Take a brief look at the videos in this document to learn how e-Builder can help you reduce costs, increase transparency, and reach top program performance. CAPITAL PROGRAM PLANNING Which construction projects best fit your strategic goals? Get insight on planning schedules, budgets, and staff to decide which projects are a go! e-Builder.net 800.580.9322 info@e-builder.net CAPITAL CONSTRUCTION MANAGEMENT SOFTWARE CONSOLIDATED DOCUMENT MANAGEMENT Tired of wasting time looking for the right documents? e-Builder makes it quick and easy to find what you need. PROCESS CONSISTENCY & PROJECT CONTROLS Lack of standardized processes killing your productivity and causing rework? e-Builder empowers you to take control of your projects using configurable forms and workflows to replace your disparate spreadsheets and documents. e-Builder.net 800.580.9322 info@e-builder.net CAPITAL CONSTRUCTION MANAGEMENT SOFTWARE COMPREHENSIVE COST & FINANCE MANAGEMENT Dealing with cost overruns? e-Builder combats this risk with complete life cycle cost management. REAL-TIME PERFORMANCE MEASUREMENT Just how well is your construction program performing? e-Builder delivers real-time business intelligence, dashboards, and reports to find problems and correct course before they hit your bottom line. e-Builder.net 800.580.9322 info@e-builder.net CAPITAL CONSTRUCTION MANAGEMENT SOFTWARE TRACK PROGRESS & STAY ON SCHEDULE Getting hit by schedule delays? e-Builder’s schedule planning and progress tracking keep you on time. IMPROVE STAKEHOLDER ENGAGEMENT Are stakeholders getting what they need? Leverage e-Builder’s CAD drawing and 3D BIM viewers to ensure design meets your organization’s requirements. e-Builder.net 800.580.9322 info@e-builder.net CAPITAL CONSTRUCTION MANAGEMENT SOFTWARE TOP PERFORMING PROGRAMS e-Builder has taken over 400 capital construction programs to the next level of performance. Watch firsthand testimonials of organizations like yourself. Visit our website at http://e-builder.net/videos to see more. Contact a Solution Executive at 800.580.9322 or visit us at e-builder.net REQUEST DEMO Ca p i t a l  Im p r o v e m e n t   Pr o g r a m  So f t w a r e Ci t y C o u n c i l No v e m b e r 8 , 2 0 1 7 $8 3 . 6  mi l l i o n  CI P  an d  gr o w i n g    Pu b l i c  Fa c i l i t i e s ,    12 , 1 6 5 , 0 0 0  Pa r k s ,    2, 1 6 2 , 0 0 0   St o r m  Dr a i n s ,   1,768,000  Sa n i t a r y  Se w e r ,    36 , 9 0 5 , 0 0 0   St r e e t s ,    23 , 6 5 1 , 0 0 0   Tr a f f i c ,    6, 9 9 6 , 0 0 0   Pr o j e c t  ma n a g e m e n t  pr o c e s s e s  ca n  im p r o v e • CI P i s g r o w i n g i n s i z e a n d c o m p l e x i t y • Co n s u l t a n t s s u p p l e m e n t E n g i n e e r i n g s t a f f i n g • Re m o v e i n f o r m a t i o n s i l o s • Fa c i l i t a t e a n d d o c u m e n t c o m m u n i c a t i o n sh a r i n g Qu a l i f i c a t i o n s  an d  ne e d s  ba s e d  pr o c u r e m e n t Id e n t i f y  ne e d s    Re v i e w   Qu a l i f i c a t i o n s  Sh o r t l i s t   fi r m s Ev a l u a t i o n   an d  Ra t i n g Fi r m   Se l e c t i o n Sc o p e  and  Ne g o t i a t i o n e‐Bu i l d e r  ow n e r ‐ce n t r i c   so f t w a r e Re c o m m e n d a t i o n • Am e n d F Y 2 0 1 7 - 1 8 C I P o $2 4 9 , 1 6 6 f o r i m p l e m e n t a t i o n a n d f i r s t y e a r s o f t w a r e su b s c r i p t i o n • Aw a r d f i v e - y e a r a g r e e m e n t t o e - B u i l d e r n o t to e x c e e d $ 6 1 6 , 3 1 6 Qu e s t i o n s City of South San Francisco Legislation Text P.O. Box 711 (City Hall, 400 Grand Avenue) South San Francisco, CA File #:17-956 Agenda Date:11/8/2017 Version:1 Item #:2a. Resolution approving a consulting services agreement with e-Builder Inc.of Plantation,Florida,for a five year term in a total not to exceed amount of $616,316 for capital project management software,amending the Fiscal Year 2017-18 Capital Improvement Program,appropriating a project budget of $249,166,and approving budget amendment 18.012. WHEREAS,the Department of Public Works is responsible for the delivery of the annual Capital Improvement Program (CIP); and WHEREAS,the CIP is increasing in size and complexity,requiring Public Works staff to improve project delivery efficiencies; and WHEREAS,an online based capital project management software is needed to better manage and efficiently deliver CIP projects to the City of South San Francisco; and WHEREAS,Public Works staff conducted and initial screening of qualifications from nine capital project management software firms; and WHEREAS,three capital project management software firms were shortlisted based on the software’s ability to meet the needs of the Public Works staff; and WHEREAS,staff members from Public Works,Finance,and Parks and Recreation Departments sought proposals from the three shortlisted capital project management software firms; and WHEREAS,staff members from Public Works,Finance,and Parks and Recreation Departments evaluated the demonstrations from the three shortlisted capital project management software firms; and WHEREAS,e-Builder of Plantation,Florida was selected by staff raters as the highest scored software and best demonstrated its ability to meet needs for capital project management software; and WHEREAS,staff recommends that the City approve a consulting services agreement with e-Builder of Plantation, Florida for capital project management software. NOW,THEREFORE,BE IT RESOLVED,by the City Council of the City of South San Francisco that the City Council hereby approves a consulting services agreement with e-Builder Inc.,of Plantation,Florida in an City of South San Francisco Printed on 11/15/2017Page 1 of 2 powered by Legistar™ File #:17-956 Agenda Date:11/8/2017 Version:1 Item #:2a. Council hereby approves a consulting services agreement with e-Builder Inc.,of Plantation,Florida in an amount not to exceed $616,316,conditioned on e-Builder’s timely execution of the contract,a draft attached herewith as Exhibit A,and submission of all required documents,including but not limited to,certificates of insurance and endorsements, in accordance with the contract requirements. BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the consulting services agreement with e-Builder Inc.of Plantation,Florida on behalf of the City upon timely submission by e-Builder Inc. the signed agreements and all other documents, subject to approval as to form by the City Attorney. BE IT FURTHER RESOLVED,that the City Council does hereby approve amending the Fiscal Year 2017-18 Capital Improvement Program,appropriating a project budget of $249,166,and Budget Amendment 18.012 and authorizes the Finance Department to establish the Project Budget consistent with the information contained in the staff report. ***** City of South San Francisco Printed on 11/15/2017Page 2 of 2 powered by Legistar™ Consulting Services Agreement between [Rev:11.14.2016] November 8, 2017 City of South San Francisco and e-Builder Inc. Page 1 of 16 CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF SOUTH SAN FRANCISCO AND E-BUILDER, INC. THIS AGREEMENT for consulting services is made by and between the City of South San Francisco (“City”) and e-Builder, Inc. (“Consultant”) (together sometimes referred to as the “Parties”) as of November 8, 2017 (the “Effective Date”). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement and Exhibit E, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A, attached hereto and incorporated herein, at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and any Exhibits, (unless otherwise provided below) the document higher on this list shall prevail: (1) This Agreement; (2) Exhibit A; (3) Exhibit B; (4) Exhibit C; and (5) Exhibit E. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on the sixty (60) month anniversary thereof, and Consultant shall complete the work described in Exhibit A prior to that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City’s right to terminate the Agreement, as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged in the geographical area in which Consultant practices its profession. Consultant shall prepare all work products required by this Agreement in a substantial, first-class manner and shall conform to the standards of quality normally observed by a person practicing in Consultant's profession. 1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Sections 1.1 and 1.2 above and to satisfy Consultant’s obligations hereunder. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed six hundred sixteen thousand three hundred sixteen dollars ($616,316.00), notwithstanding any contrary indications that may be contained in the Consultant’s proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant’s proposal, attached as Exhibit A, or Consultant’s compensation schedule attached as Exhibit B, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered Consulting Services Agreement between [Rev:11.14.2016] November 8, 2017 City of South San Francisco and e-Builder Inc. Page 2 of 16 pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for the milestones met pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant’s estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices in accordance with Exhibit B, not more often than once per month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. Invoices shall contain the following information:  Serial identifications of progress bills (i.e., Progress Bill No. 1 for the first invoice, etc.);  The beginning and ending dates of the billing period;  A task summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion;  The amount and purpose of actual expenditures for which reimbursement is sought;  The Consultant’s signature. 2.2 Payment of Exhibit B. City shall make payments in accordance with the milestone and instructions found in Exhibit B, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have thirty (30) days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Reserved. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. Consulting Services Agreement between [Rev:11.14.2016] November 8, 2017 City of South San Francisco and e-Builder Inc. Page 3 of 16 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto and incorporated herein as Exhibit B. 2.6 Reimbursable Expenses. The following constitute reimbursable expenses authorized by this Agreement: Travel and Expenses. Reimbursable expenses shall not exceed $20,700. Expenses not listed above are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under Section 2 of this Agreement that shall not be exceeded. 2.7 Payment of Taxes, Tax Withholding. Unless otherwise provided herein or by law, pricing provided in this Agreement and Exhibits does not include California state sales or use tax. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. To be exempt from tax withholding, Consultant must provide City with a valid California Franchise Tax Board form 590 (“Form 590”), as may be amended and such Form 590 shall be attached hereto and incorporated herein as Exhibit D. Unless Consultant provides City with a valid Form 590 or other valid, written evidence of an exemption or waiver from withholding, City may withhold California taxes from payments to Consultant as required by law. Consultant shall obtain, and maintain on file for three (3) years after the termination of this Agreement, Form 590s (or other written evidence of exemptions or waivers) from all subcontractors. Consultant accepts sole responsibility for withholding taxes from any non-California resident subcontractor and shall submit written documentation of compliance with Consultant’s withholding duty to City upon request. . 2.8 Payment upon Termination. See Termination provisions in Section 8. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until the execution of this Agreement by both Parties. 2.10 Reserved. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant’s use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Consulting Services Agreement between [Rev:11.14.2016] November 8, 2017 City of South San Francisco and e-Builder Inc. Page 4 of 16 Section 4. INSURANCE REQUIREMENTS. Before beginning any work under this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide Certificates of Insurance, attached hereto and incorporated herein as Exhibit C, indicating that Consultant has obtained or currently maintains insurance that meets the requirements of this section and under forms of insurance satisfactory, in all respects, to the City. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s). 4.1 Workers’ Compensation. Consultant shall, at its sole cost and expense, maintain Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance shall be provided with limits of not less than ONE MILLION DOLLARS ($1,000,000) per accident. In the alternative, Consultant may rely on a self-insurance program to meet those requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the Labor Code shall be solely in the discretion of the Contract Administrator (as defined in Section 10.9). The insurer, if insurance is provided, or the Consultant, if a program of self- insurance is provided, shall waive all rights of subrogation against the City and its officers, officials, employees, and volunteers for loss arising from work performed under this Agreement. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General requirements. Consultant, at its own cost and expense, shall maintain commercial general and automobile liability insurance for the term of this Agreement in an amount not less than ONE MILLION DOLLARS ($1,000,000.00) per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting there from, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non- owned automobiles. 4.2.2 Minimum scope of coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form Consulting Services Agreement between [Rev:11.14.2016] November 8, 2017 City of South San Francisco and e-Builder Inc. Page 5 of 16 CG 0001 or GL 0002 (most recent editions) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 8 and 9. No endorsement shall be attached limiting the coverage. 4.2.3 Additional requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. b. Any failure of Consultant to comply with reporting provisions of the policy shall not affect coverage provided to City and its officers, employees, agents, and volunteers. 4.3 Professional Liability Insurance. 4.3.1 General requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than ONE MILLION DOLLARS ($1,000,000) covering the licensed professionals’ errors and omissions. Any deductible or self-insured retention shall not exceed TWENTY FIVE THOUSAND DOLLARS $25,000 per claim. 4.3.2 Claims-made limitations. The following provisions shall apply if the professional liability coverage is written on a claims-made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least three (3) years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims-made policy form with a retroactive date that precedes the date of this Agreement, Consultant must provide extended reporting coverage for a minimum of three (3) years after completion of the Agreement or the work. The City shall have the right to exercise, at the Consultant’s sole cost and expense, any extended reporting provisions of the policy, if the Consultant cancels or does not renew the coverage. d. A copy of the claim reporting requirements must be submitted to the City prior to the commencement of any work under this Agreement. Consulting Services Agreement between [Rev:11.14.2016] November 8, 2017 City of South San Francisco and e-Builder Inc. Page 6 of 16 4.4 All Policies Requirements. 4.4.1 Acceptability of insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with ACCORD certificate of insurance. 4.4.3 Notice of Reduction in or Cancellation of Coverage. Consultant shall not be suspend, void, cancel , or reduce in coverage or in limits, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. In the event that any coverage required by this section is reduced, limited, cancelled, or materially affected in any other manner, Consultant shall provide written notice to City at Consultant’s earliest possible opportunity and in no case later than ten (10) working days after Consultant is notified of the change in coverage. 4.4.4 Additional insured; primary insurance. City and its officers, employees, agents, and volunteers shall be covered as additional insureds with respect to each of the following: liability arising out of activities performed by or on behalf of Consultant, including the insured’s general supervision of Consultant; products and completed operations of Consultant, as applicable; premises owned, occupied, or used by Consultant; and automobiles owned, leased, or used by the Consultant in the course of providing services pursuant to this Agreement. The coverage shall contain no special limitations on the scope of protection afforded to City or its officers, employees, agents, or volunteers. A certified endorsement must be attached to all policies stating that coverage is primary insurance with respect to the City and its officers, officials, employees and volunteers, and that no insurance or self-insurance maintained by the City shall be called upon to contribute to a loss under the coverage. 4.4.5 Deductibles and Self-Insured Retentions. Consultant shall disclose to and obtain the approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. Further, if the Consultant’s insurance policy includes a self-insured retention that must be paid by a named insured as a precondition of the insurer’s liability, or which has the effect of providing that payments of the self-insured retention by others, including additional insureds or insurers do not serve to satisfy the self- insured retention, such provisions must be modified by special endorsement so as to not apply to the additional insured coverage required by this agreement so as to not prevent any of the parties to this agreement from satisfying or paying the self- insured retention required to be paid as a precondition to the insurer’s liability. Consulting Services Agreement between [Rev:11.14.2016] November 8, 2017 City of South San Francisco and e-Builder Inc. Page 7 of 16 Additionally, the certificates of insurance must note whether the policy does or does not include any self-insured retention and also must disclose the deductible. During the period covered by this Agreement, only upon the prior express written authorization of Contract Administrator, Consultant may increase such deductibles or self-insured retentions with respect to City, its officers, employees, agents, and volunteers. The Contract Administrator may condition approval of an increase in deductible or self-insured retention levels with a requirement that Consultant procure a bond, guaranteeing payment of losses and related investigations, claim administration, and defense expenses that is satisfactory in all respects to each of them. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.4.7 Wasting Policy. No insurance policy required by Section 4 shall include a “wasting” policy limit. 4.4.8 Variation. The City may approve a variation in the foregoing insurance requirements, upon a determination that the coverage, scope, limits, and forms of such insurance are either not commercially available, or that the City’s interests are otherwise fully protected. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant’s breach: a. Reserved. b. Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or c. Terminate this Agreement. Section 5. INDEMNIFICATION, LIMITATION OF LIABILITY AND AND CONSULTANT’S RESPONSIBILITIES. To the fullest extent permitted by law, Consultant shall indemnify, defend with counsel selected by the City, and hold harmless the City and its officials, officers, employees, agents, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful Consulting Services Agreement between [Rev:11.14.2016] November 8, 2017 City of South San Francisco and e-Builder Inc. Page 8 of 16 misconduct or grossly negligent acts or omissions of Consultant or its employees, subcontractors, or agents, by acts for which they could be held strictly liable. The foregoing obligation of Consultant shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises wholly from the gross negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Consultant or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to property, or violation of law. It is understood that the duty of Consultant to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Consultant from liability under this indemnification and hold harmless clause. Only the limitation of liability provision found herein shall limit liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Consultant acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. EXCEPT FOR BREACH OF GROSS NEGLIGENCE OR WILLFUL MISCONDUCT, FOR ANY ONE OR MORE BREACHES OF THIS AGREEMENT OR DEFAULTS HEREUNDER, THE ENTIRE LIABILITY OF THE PARTY IN BREACH OR DEFAULT, AND THE EXCLUSIVE REMEDY OF THE OTHER PARTY, SHALL BE PAYMENT OF THE ACTUAL DAMAGES PROXIMATELY CAUSED BY SUCH BREACH OR DEFAULT, WHICH SHALL NOT EXCEED THE AMOUNT OF SIX (6) MONTH’S SUBSCRIPTION FEES PAID BY CUSTOMER FOR THE PRODUCT OR SERVICE GIVING RISE TO THE CLAIM. EXCEPT FOR GROSS NEGLIGENCE OR WILLLFUL MISCONDUCT, IN NO EVENT SHALL EITHER PARTY BE LIABLE FOR ANY SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL OR EXEMPLARY DAMAGES, LOSSES, OR EXPENSES INCLUDING, WITHOUT LIMITATION, LOST PROFITS, FAILURE TO REALIZE EXPECTED SAVINGS OR ANY OTHER COMMERCIAL OR ECONOMIC LOSS OF ANY KIND ARISING OUT OF OR RELATED TO THIS MSA. THESE LIMITATIONS ON THE LIABILITY OF EITHER PARTY SHALL APPLY TO ANY AND ALL CAUSES OF ACTION THAT EITHER PARTY MAY HAVE AGAINST THE OTHER, IRRESPECTIVE OF THE NATURE OF THE CAUSE OF ACTION UNDERLYING A CLAIM, DEMAND OR ACTION, INCLUDING, WITHOUT LIMITATION, WHETHER IT SOUNDS IN CONTRACT OR TORT. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of City, Consultant shall, subject to the Limitation of Liability provision found herein, indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subparagraph 1.3; however, otherwise City shall not have the right to control the means by which Consultant Consulting Services Agreement between [Rev:11.14.2016] November 8, 2017 City of South San Francisco and e-Builder Inc. Page 9 of 16 accomplishes services rendered pursuant to this Agreement. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant No Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent or to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws applicable to the performance of the work hereunder. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. Consultant will be afforded the opportunity to review the terms of the fiscal assistance, and provide City any change in price or schedule those terms may cause Consultant. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals, including from City, of what-so-ever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person’s race, religion, color, national origin, age, physical or mental handicap or disability, medical condition, marital status, sex, or sexual orientation, against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall comply with all applicable federal, state, and local laws, policies, rules, and requirements related to equal opportunity and nondiscrimination in employment, contracting, and the provision of any services that are the subject of this Consulting Services Agreement between [Rev:11.14.2016] November 8, 2017 City of South San Francisco and e-Builder Inc. Page 10 of 16 Agreement, including but not limited to the satisfaction of any positive obligations required of Consultant thereby. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination for Cause. Either Party may terminate this Agreement for cause on not less than thirty (30) days’ written notice to the other Party hereto. Upon a termination under this Paragraph for non-payment, Consultant may seek remedies for all sums earned but unpaid as of the date of termination. If City terminated this Agreement for cause, it shall be entitled to a refund of any prepaid, but unused fees. 8.2 Termination for Convenience. Either Party may terminate this Agreement for convenience on not less than sixty (60) days’ written notice to the other Party hereto. If City terminates this Agreement under this Paragraph, all previously paid subscription fees (both used and unused) for the current contract year shall be non-refundable and forfeited. Furthermore, all earned, but unpaid, fees for Professional Services must be paid in full before the termination becomes effective, however, the City may condition payment of such compensation upon Consultant delivering to City all materials described in Section 9.1. 8.3 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in the resulting Amendment. Similarly, unless authorized by the Contract Administrator via the resulting Amendment, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. Upon any Extension, Consultant has the right to increase Subscription Fees up to 5%. 8.4 Amendments. The parties may amend this Agreement only by a writing signed by all the parties. 8.5 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant’s unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written Consulting Services Agreement between [Rev:11.14.2016] November 8, 2017 City of South San Francisco and e-Builder Inc. Page 11 of 16 approval of the Contract Administrator. Consultant shall not assign or subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City’s remedies shall include, but not be limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, generated by the Consultant’s Software pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant. 8.6.4 Reserved. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant’s Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that the City inputs into Consultant’s system and/or are generated by the Consultant’s system pursuant to this Agreement shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both parties unless required by law. 9.2 Consultant’s Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of three (3) years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Section 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, Consulting Services Agreement between [Rev:11.14.2016] November 8, 2017 City of South San Francisco and e-Builder Inc. Page 12 of 16 and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds TEN THOUSAND DOLLARS ($10,000.00), the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of three (3) years after final payment under the Agreement. 9.4 Records Submitted in Response to an Invitation to Bid or Request for Proposals. All responses to a Request for Proposals (RFP) or invitation to bid issued by the City become the exclusive property of the City. At such time as the City selects a bid, all proposals received become a matter of public record, and shall be regarded as public records, with the exception of those elements in each proposal that are defined by Consultant and plainly marked as “Confidential,” "Business Secret" or “Trade Secret." The City shall not be liable or in any way responsible for the disclosure of any such proposal or portions thereof, if Consultant has not plainly marked it as a "Trade Secret" or "Business Secret," or if disclosure is required under the Public Records Act. Although the California Public Records Act recognizes that certain confidential trade secret information may be protected from disclosure, the City may not be in a position to establish that the information that a prospective bidder submits is a trade secret. If a request is made for information marked "Trade Secret" or "Business Secret," and the requester takes legal action seeking release of the materials it believes does not constitute trade secret information, by submitting a proposal, Consultant agrees to indemnify, defend and hold harmless the City, its agents and employees, from any judgment, fines, penalties, and award of attorneys fees awarded against the City in favor of the party requesting the information, and any and all costs connected with that defense. This obligation to indemnify survives the City's award of the contract. Consultant agrees that this indemnification survives as long as the trade secret information is in the City's possession, which includes a minimum retention period for such documents. Section 10 MISCELLANEOUS PROVISIONS. 10.1 Attorneys’ Fees. If a party to this Agreement brings any action, including arbitration or an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys’ fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the parties agree that trial of such action shall be vested exclusively in the state courts of California in the County San Mateo or in the United States District Court for the Northern District of California. Consulting Services Agreement between [Rev:11.14.2016] November 8, 2017 City of South San Francisco and e-Builder Inc. Page 13 of 16 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a “conflict of interest,” as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Sections 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous twelve (12) months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous twelve (12) months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of Government Code §1090 et.seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of Government Code § 1090 and, if applicable, will be disqualified from holding public office in the State of California. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by Justin Lovell ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. Consulting Services Agreement between [Rev:11.14.2016] November 8, 2017 City of South San Francisco and e-Builder Inc. Page 14 of 16 10.10 Notices. All notices and other communications which are required or may be given under this Agreement shall be in writing and shall be deemed to have been duly given (i) when received if personally delivered; (ii) when received if transmitted by telecopy, if received during normal business hours on a business day (or if not, the next business day after delivery) provided that such facsimile is legible and that at the time such facsimile is sent the sending Party receives written confirmation of receipt; (iii) if sent for next day delivery to a domestic address by recognized overnight delivery service (e.g., Federal Express); and (iv) upon receipt, if sent by certified or registered mail, return receipt requested. In each case notice shall be sent to the respective Parties as follows: Consultant: Jeanne Prayther CFO 1800 NW 69th Ave., Suite 201 Plantation, FL, 33313 City: City Clerk City of South San Francisco 400 Grand Avenue South San Francisco, CA 94080 10.11 Professional Seal. Where applicable in the determination of the contract administrator, the first page of a technical report, first page of design specifications, and each page of construction drawings shall be stamped/sealed and signed by the licensed professional responsible for the report/design preparation. The stamp/seal shall be in a block entitled "Seal and Signature of Registered Professional with report/design responsibility," as in the following example. Seal and Signature of Registered Professional with report/design responsibility. 10.12 Integration. This Agreement, including all Exhibits attached hereto, and incorporated herein, represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral pertaining to the matters herein. 10.13 Counterparts. This Agreement may be executed in counterparts and/or by facsimile or other electronic means, and when each Party has signed and delivered at least one such counterpart, each counterpart shall be deemed an original, and, when taken together with other signed counterpart, shall constitute one Agreement, which shall be binding upon and effective as to all Parties.. Consulting Services Agreement between [Rev:11.14.2016] November 8, 2017 City of South San Francisco and e-Builder Inc. Page 15 of 16 10.14 Construction. The headings in this Agreement are for the purpose of reference only and shall not limit or otherwise affect any of the terms of this Agreement. The parties have had an equal opportunity to participate in the drafting of this Agreement; therefore any construction as against the drafting party shall not apply to this Agreement. The Parties have executed this Agreement as of the Effective Date. Consulting Services Agreement between [Rev:11.14.2016] November 8, 2017 City of South San Francisco and e-Builder Inc. Page 16 of 16 CITY OF SOUTH SAN FRANCISCO e-Builder ____________________________ _____________________________________ City Manager NAME: TITLE: Attest: _____________________________ City Clerk Approved as to Form: ____________________________ City Attorney 2876765.1 EXHIBIT A [Rev:11.14.2016] November 8, 2017 Page 1 of 2 EXHIBIT A SCOPE OF SERVICES Phase & Deliverables Scope Comments Project Kickoff & Discovery Kick-off Meeting Included 2-4 weeks after contract execution Implementation Goals Included Defined during Kickoff Success Matrix Included Defined during Kickoff Initial Project Schedule Included Defined during Discovery Data Gathering Guide Included Defined during Discovery Project Design & Requirements Solution Document Included Requirements & Solution Design Project Configuration & Testing Core Modules Home Projects Calendar Contacts Setup Planning Module 1-Template Cost & Funding Module 1-Template Portfolio Level Cost Enhancement to Cost Module Process Module 5-Processes Structured Workflow(s) (TBD) Forms Module 1-Forms +60 Standard Forms Document Module 1-Template Dashboard Module 3-Dashboards 1- Program, 1- Project, 1- Admin Dashboard Reports Module 5-Reports 5 Workflow logs +120 Standard Reports Import Toolkit Standard +Use Training EZ File Transfer Tool Standard +Use Training Project Training & Adoption Admin Training 1- Session Onsite 3 days Duration/ 5 Users Maximum End User Training 2- Sessions Onsite 3 days Duration Each/15 Users Maximum Train-the-Trainer 1- Session Onsite 2-days Duration/8 Users Maximum Onsite Support Hands On 1- Session /4 Days Duration Adoption Calls 4-Calls EXHIBIT A [Rev:11.14.2016] November 8, 2017 Page 2 of 2 Easy File Transfer Tool (EZ-File) EZ File is a supported file transfer service built into the e-Builder Enterprise architecture. It provides a “doorway” into the folders and files stored on the e-Builder servers. Using the e-Builder EZ File, the City can upload and download files and folders between e-Builder and their computers without having to work directly within the e-Builder application in a browser. EZ File utilizes an industry standard file transfer method called WebDAV (Web-based Distributed Authoring and Versioning). WebDAV is commonly used to publish and manage files and directories on a remote web server. EZ File requires the client to use a 3rd party WebDAV user interface client to manage the upload and download process. For both manual uploads and automated using the EZ File, the folder location(s) is determined by the City. Customer Responsibilities & Implementation Assumptions The following responsibilities and assumptions are necessary for the successful completion of this implementation. In the event that an item below does not occur in the manner or time frame defined, Consultant may request to meet with the City and mutually agree upon an adjustment to the schedule, work activities and fees.  The City will make best efforts to ensure the committed participation of all appropriate technical and user personnel throughout the project, including but not limited to periodic status reviews. The City resources provided during the technical and functional sessions must be empowered to make decisions on project direction.  The Consultant’s implementation team will work jointly with the City team to resolve all issues including those impacting the scope and timeline. Issues that may impact the progress and the schedule will be documented. If the issue is critical, Consultant will present the issue to the City in writing as quickly as possible. Once the issue is presented in writing, the City is expected to respond within two (2) business days. If the issue cannot be resolved within two days, they will notify Consultant and arrange a meeting with all relevant personnel to resolve this issue. Failure to do so could impact the cost and schedule of the implementation project.  All necessary content (data, text and graphics) will be provided to Consultant prior to the creative processes (if applicable).  Unless specifically identified as deliverables within this document, the City will enter any historical data from past projects to enable historical analysis.  Unless specifically identified as deliverables within this document, data migration, system integrations or custom development of any kind is not included within the scope of the implementation project. These items can be included through the change management process if identified as required items.  All change requests received and approved will be listed on a contract Addendum or Work Order. Each Addendum or Work Order must be signed and accepted prior to initiating additional work by Consultant. EXHIBIT B [Rev:11.14.2016] November 8, 2017 Page 1 of 2 EXHIBIT B COMPENSATION SCHEDULE Annual Software Subscription Annual Item Scope Variable Annual Price Number of Users Unlimited $79,396.00 EZ File Transfer Tool Annual Maintenance $2,995.00 Total Annual Software Subscription $82,391.00 One-Time Implementation Services Item Scope Variable Price e-Builder Enterprise Implementation, Setup, Deployment & Training Per the Exhibit A Scope of Services $146,075.00 Travel Expenses Nine Trips at $2,300 per trip $20,700.00 Total Implementation Services $166,775.00 Total e-Builder Enterprise Investment – Year 1 Item Price Total Annual Software Subscription $82,391.00 Total Implementation Services $166,775.00 Total Year 1 Investment $249,166.00 Total e-Builder Enterprise Costs – Initial Term Item Price Year 1 Annual Software Subscription and Implementation $249,166.00 Year 2 Annual Software Subscription $82,391.00 Year 3 Annual Software Subscription $82,391.00 Year 4 Annual Software Subscription $86,510.00 Year 5 Annual Software Subscription $86,510.00 Five year Costs $586,968.00 Contingency 5% $29,348.00 Total Initial Term Costs $616,316.00 EXHIBIT B [Rev:11.14.2016] November 8, 2017 Page 2 of 2 Payment Terms  Payment of the first (1st) year’s Annual Software Subscription is due upon signing of this Agreement. Subsequent Annual Software Subscriptions will be invoiced thirty days prior to the anniversary date of the execution of this Agreement, and payment is due upon the anniversary date of the execution of this Agreement.  Payment for Implementation Services is as follows: (i) fifty (50%) percent on the Effective Date hereof; (ii) twenty-five (25%) percent within sixty (60) days of the Effective Date; and (iii) twenty-five (25%) percent upon commencement of training on use of the SaaS Service.  Travel and Expenses - Travel expenses and course material reproduction (if requested) are not included in the above investment. These expenses are billed as incurred as actuals and are not to exceed $ 20,700.00 Annual Subscription Includes  Unlimited Projects  Unlimited Document Storage  24x7 Technical Support  Quarterly Enhancement/Upgrades  Maintenance Releases Unlimited User License The proposed annual subscription fees for unlimited e-Builder Enterprise Users is based on the City’s estimated average annual capital construction spending of $35,000,000. e-Builder reserves the right to adjust the fee accordingly to align with the Customer’s actual average annual capital construction spending. Hourly Rate Any Amendment for additional work shall be performed by Consultant with the following hourly rates: Project Manager: $200.00 per hour Business Analyst: $175.00 per hour Development: $200.00 per hour EXHIBIT C [Rev:11.14.2016] November 8, 2017 Page 1 of 1 EXHIBIT C INSURANCE CERTIFICATES EXHIBIT D [Rev:11.14.2016] November 8, 2017 Page 1 of 1 EXHIBIT D FORM 590 EXHIBIT E [Rev:11.14.2016] November 8, 2017 Page 1 of 6 EXHIBIT E E-BUILDER MASTER SERVICES AND LICENSE AGREEMENT This MASTER LICENSE AND SERVICES AGREEMENT, ( the “MSA”), is made and entered by the City of South San Francisco ], (“Customer”); and e-BUILDER, INC., 1800 NW 69th Avenue, Suite 201, Plantation, Florida 33313 (“e-Builder”) Hereinafter, e-Builder or Customer may be referred to individually as a “Party,” or collectively as the “Parties.” All terms not in this MSA are governed by the terms of the main Consulting Services Agreement. 1. INTRODUCTION Under this MSA, e-Builder will provide Customer with access (over the internet) to its proprietary multi-user software and system developed, maintained and owned by e-Builder for use by customers including, without limitation, the architecture, databases, infrastructure, software, basic software support, technology and web services deployed by e-Builder. This MSA governs the terms of the relationship between e-Builder and Customer. 2. DEFINITIONS The following terms (used in this MSA) will have the meanings specified below: 2.1 “Confidential Information” means: (i) any non-public information of a Party; (ii) all information relating to the e-Builder Offerings, as well as e-Builder’s current or planned products and services, technology, techniques, know- how, research, engineering, designs, finances, accounts, procurement requirements, manufacturing, customer lists, business forecasts and marketing plans; (iii) Customer information received by e-Builder; (iv) other information of a Party that is disclosed in writing and is conspicuously designated or disclosed orally as “Confidential” at the time of disclosure; and (v) the terms and conditions of this MSA. Notwithstanding the foregoing, Confidential Information shall not include information that: (i) is or becomes generally known or available by publication, commercial use or otherwise through no fault of the receiving Party; (ii) was in the receiving party’s possession at the time of disclosure without violation of any confidentiality restriction and without any restriction on the receiving Party’s further use or disclosure; (iii) is required to be disclosed pursuant to law, including without limitation the California Public Records Act; or (iv) is independently developed by the receiving Party without use of the disclosing Party’s Confidential Information. For purposes of clarity, Confidential Information shall mean information in any median including hard copy, electronically stored or stored in any other means or manner. 2.2 “e-Builder Offerings” means the products and services provided by e-Builder to Customer as defined in Paragraph.9 and shall include, without limitation, any software or hardware configurations created by e-Builder for Customer. 2.3 “Effective Date” is as defined in the Consultant Services Agreement between e-Builder and Customer. 2.4 Reserved. 2.5 “Materials” means all manuals, specifications, instructions, training documents and content provided by e- Builder in connection with the e-Builder Offerings, whether in written form or on a URL. 2.6 “Order Form” means a form in which the specific services obtained from e-Builder will be identified, as well as the pricing thereof. The Order Form is Exhibit A and B of the Consultant Services Agreement. 2.7 “Professional Services” means services provided by e-Builder as defined in the Consultant Services Agreement and any Order Form as mutually agreed to by e-Builder and Customer for, among other things, consulting EXHIBIT E [Rev:11.14.2016] November 8, 2017 Page 2 of 6 services, technical assessment, system configuration, system setup, data conversion, data migration, interface development, user training and applicable travel-related expenses. 2.8 Reserved 2.9 “SaaS Service(s)” means software-as-a-service, consisting of e-Builder’s proprietary multi-user system developed, maintained and owned by e-Builder for use by customers including, without limitation, the architecture, databases, infrastructure, software, basic software support, technology and web services deployed by e-Builder. 2.10 “Term” means the duration of this MSA as inclusive of the Initial Term and each Renewal Term, as applicable. 3. EXHIBITS. Exhibits that are annexed hereto are incorporated by reference, and shall constitute a material part of the Agreement. 4. TERM, TERMINATION e-Builder will provide the e-Builder Offerings as described in an Order Form for the prices set forth therein. 4.1 Term. 4.1.1 Seat Subscription. Reserved. 4.1.2 Construction Capital. The Term shall be as set forth in the Consulting Services Agreement. e-Builder reserves the right to adjust the fee accordingly to align with the actual average annual capital spend. For purposes of clarity, annual capital spend are the expenses incurred to demolish, build, repair, remodel and furnish a building or site over a period of one year. The calculation of annual capital spend is the total net payments made from the e- Builder system. The Average annual capital spend is an average of the five previous and completed fiscal years of the customers annual capital spend. Any increase in fees is subject to the not to exceed amount specified in Section 2 of the Consultant Services Agreement. 4.1.3 Reserved. 4.2 Reserved. 4.3 Return of Data. After termination of this MSA, e-Builder shall export for Customer all Customer data in the e- Builder database format, along with all Customer files uploaded to the Customer’s document libraries. 5. PAYMENTS; SUSPENSION; FEE CHANGES 5.1 Pro-Rated Purchases: If Customer increases its usage of one or more of the e-Builder Offerings (including software licenses) during the Term, the increased usage fees shall be pro-rated for the remainder of the then current Term. 5.2 Disputed Amounts. If Customer objects to an item on an e-Builder invoice, it shall deliver a written objection thereof by no later than thirty (30) days after invoice transmission (the “Objection Notice”). If the Objection Notice is not timely delivered, Customer shall waive its right to object. Notwithstanding delivery of an Objection Notice, Customer will make payment of the undisputed invoice amount as specified in the invoice. If, after reasonable EXHIBIT E [Rev:11.14.2016] November 8, 2017 Page 3 of 6 investigation, e-Builder agrees (in whole or in part) with a dispute included within an Objection Notice, it shall credit such amount against subsequent invoices issued to Customer. The notice shall detail the dispute and explain what amounts owed are disputed and why. A hard copy shall be also be sent by overnight mail to the following address: e- Builder, Attn.: Billings and Collections, e-Builder, Inc., 1800 NW 69th Avenue, Suite 201, Plantation, Florida 33313. 5.3 Reserved. 5.4 Suspension of Service. e-Builder may suspend access to the e-Builder Offerings if Customer fails to timely remit payment or is otherwise in material default hereunder, and fails to timely cure such default. Any notices of default/termination and suspension may be combined. 5.5 5.6 Customer Delays. Any material failure to perform, or any material delays caused by Customer, in permitting or assisting e-Builder in the configuration or implementation of the Professional Services, shall be deemed to be a material breach of this MSA by Customer. e-Builder shall be excused from project deadline commitments if any delays are due to Customer’s failure to fulfill its obligations hereunder or under any exhibits hereto. E-Builder shall give customer ten days to fulfill its obligations. After ten days, e-Builder may suspend the SaaS Services and terminate this MSA . Notwithstanding any such delays, Customer shall continue to remit payment to e-Builder hereunder on a timely basis. For purposes of clarity, the delays covered by this Paragraph include only those for which Customer has discretion and control, and specifically excludes matters that are beyond Customer’s discretion and control. 5.6 No Pricing Options: e-Builder cannot provide pricing commitments for e-Builder Offerings that Customer may acquire in the future. Notwithstanding, when Customer determines to acquire additional e-Builder Offerings, e- Builder will attempt to provide Customer with favorable pricing based on Customer’s usage, purchasing history, purchasing needs and other factors. Notwithstanding, this Paragraph does not prohibit e-Builder and Customer from agreeing on phased purchases or acquisitions of e-Builder Offerings for which there is an initial purchase by Customer of an e-Builder Offering. 6. SYSTEM ACCESS AND USE; SUPPORT; UPDATES 6.1 License of Software. Customer’s use of the e-Builder Offerings includes a limited license to e-Builder software, subject to the restrictions contained herein. Customer acknowledges that title to and copyright in the software applications supplied by e-Builder (including but not limited to the e-Builder Enterprise™, e-Builder Professional ™, e-Builder mobile applications, and other e-Builder add on software) are reserved by e-Builder. Customer acquires no right in any software, copyrights, patents or any other intellectual property belonging to or licensed by e-Builder, other than the limited rights to use the e-Builder Offerings. e-Builder is and shall remain the sole owner of all copyrights, trademarks, patents and other proprietary rights in and to all aspects of the SaaS Offerings (including, without limitation, all software, code, business process and designs used in providing the SaaS Offerings). Customer acknowledges that the e-Builder software may be modified or upgraded from time to time, and that the e-Builder Offerings shall include the most recent version thereof. 6.2 Limited Rights. Customer’s use of the e-Builder Offerings is provided on a limited, non-exclusive, non- transferable basis during the Term. Except as authorized by e-Builder in writing, Customer will NOT: (i) access or use the e-Builder Offerings to provide any products or services to third parties; (ii) access or use the e-Builder Offerings, except through the terms hereof including only for the specific number of seats outlined in the Capital Spend Model or Subscription Seat Model; (iii) resell, sublicense, lease, encumber, copy, distribute, publish, exhibit, transmit, provide access to, or provide use of the e-Builder Offerings to any third party, nor use or allow them to be used in any public system, public electronic bulletin board (unless agreed by e-Builder), multiple computer or user arrangement or EXHIBIT E [Rev:11.14.2016] November 8, 2017 Page 4 of 6 network that includes access by any third party; (iv) derive specifications from, reverse engineer, reverse compile, disassemble, translate, record or create derivative works based on the e-Builder Offerings; or (v) use the e-Builder Offerings, or any part or aspect thereof, for any unlawful purpose or to mislead or harass anyone. Use of or access to the e-Builder Offerings in violation of the terms hereof is strictly prohibited. Permission to access or use the e-Builder Offerings may be limited or suspended immediately if, in e-Builder’s discretion, this Section has been violated. Customer agrees that a violation of this Section will cause e-Builder irreparable and immediate harm, and that e- Builder is entitled to injunctive relief to prevent such violation. For purposes of this Paragraph, a third party shall not include consultants, lawyers, accountants, and part-time or temporary workers. 6.3 Support: e-Builder maintains and staffs a customer service help desk (“Customer Care Team”) that provides 24x7 customer support from the e-Builder Customer Care Team. The Customer will also be assigned business and technical account managers within to ensure continued success. 6.4 SaaS License Updates. During the Term, e-Builder will provide Customer with the latest new releases, updates, patches, fixes and changes to the e-Builder Enterprisetm software used to operate the SaaS Offerings at no additional charge. The updates referenced herein do not include any new or different products provided by e-Builder to its customer base for which additional fees apply. 7. CONFIDENTIAL INFORMATION 7.1 General Confidentiality Terms. Each Party, to the extent that it receives Confidential Information of the other Party under this MSA, will take reasonable steps, and exercise reasonable care, to hold such Confidential Information in confidence, and to not use it or disclose it (or willingly allow it to be used or disclosed) to any other person or entity, except as may be required by law. 7.2 Customer Data. e-Builder collects data from clients and third parties in the course of delivering the SaaS Service (the “Customer Data”). e-Builder aggregates the Customer Data that it collects from clients (the “Aggregated Data”) to perform market analysis and to improve the SaaS Services (the “Data Purpose”). Customer authorizes e-Builder to incorporate any Customer Data obtained in providing the SaaS Service to Customer into the Aggregate Data, as long as the Customer Data and Aggregate Data are both in a de-identified and anonymized form, and provided further that: (i) no confidential information (including the identity of Customer or its suppliers, customers or employees) will be disclosed by e-Builder or be otherwise used or processed by e-Builder in a manner that enables the identity of Customer to be deduced or extracted; and (ii) the Customer Data shall be used exclusively for the incorporation into the Aggregate Data, which shall be used exclusively for the Data Purpose. 7.3 Press Releases. Customer acknowledges that e-Builder will market the solution to other organizations digitally and in print. Specific to a Press Release, e-Builder may request that the customer participate in a joint press release or case study and will seek mutual, written authorization before issuing a press release or case study containing a description of the implementation or any success metrics. 8. CUSTOMER NON-SOLICITATION During the Term and for a period of two (2) years thereafter, Customer will not, directly or indirectly, employ, offer employment to, or otherwise retain the services of, any officers, agents, representatives or employees of e-Builder, without the prior written consent of the Chief Executive Officer of e- Builder. USAGE, OWNERSHIP Except for the limited right to use the “e-Builder Offerings” subject to the terms and conditions contained herein, this MSA does not confer upon Customer a license or interest in, or ownership of, the e-Builder Offerings. The e-Builder Offerings were developed exclusively at private expense by e-Builder. Customer agrees EXHIBIT E [Rev:11.14.2016] November 8, 2017 Page 5 of 6 that the e-Builder Offerings include, without limitation, enhancements, edits, improvements, additions, modifications and derivations thereto, and will remain the exclusive property of e-Builder. e-Builder will have the unrestricted and permanent right to use and implement all ideas, advice, recommendations or proposals of Customer with respect to the e-Builder Offerings in any manner and in any media, which e-Builder shall own. . Should e-Builder provide Professional Services to Customer that results in the creation of derivative works from the e-Builder Offerings or any new technology, e-Builder shall own all right, title and interest therein, which Customer hereby assigns to e-Builder 9. REPRESENTATIONS, WARRANTIES AND LIMITATIONS 9.1 Reserved. 9.2 Customer Representations and Warranties. Customer represents, warrants and covenants the following to e-Builder, that: (i) it currently possesses all necessary licenses, permits, insurance and approvals required to execute, deliver and perform its duties under this MSA, and is qualified to do business in all jurisdictions where such qualification is required for Customer's performance of its duties under this MSA; (ii) to the best of its knowledge and ability, Customer will comply with, and will use its best efforts to cause each employee or subcontractor it may engage to comply with all applicable federal and state laws and regulations in performing its and their respective responsibilities under this MSA and any subcontracts; and (iii) no information provided to e-Builder or disseminated through its software or systems shall infringe on or violate any trademark, copyright, trade secret, right of publicity or privacy (including but not limited to defamation), patent or other proprietary right of any third party. 9.3 Joint Representations and Warranties. 9.3.1 No Disqualification. Customer and e-Builder each represent and warrant that neither they, nor any of their personnel: (i) has been convicted of any crime arising from claims or other transactions, financial relationships or financial dealings; or (ii) has been excluded from any federal or state program. Customer agrees to notify e-Builder immediately upon Customer’s receipt of notice regarding an impending audit or review by government agencies. 9.3.2 Laws and Regulations. Customer and e-Builder each represent and warrant that they and their agents, servants, employees, representatives and contractors, shall fulfill their obligations hereunder in compliance with all applicable laws, rules and regulations to which they are subject. 9.4 e-Builder Disclaimers. E-BUILDER DOES NOT AND CANNOT CONTROL THE FLOW OF DATA TO OR FROM ITS NETWORK AND OTHER PORTIONS OF THE INTERNET. SUCH FLOW DEPENDS IN LARGE PART ON THE PERFORMANCE OF INTERNET SERVICES PROVIDED OR CONTROLLED BY THIRD PARTIES. AT TIMES, ACTIONS OR INACTIONS OF SUCH THIRD PARTIES CAN IMPAIR OR DISRUPT CUSTOMER’S CONNECTIONS TO THE INTERNET (OR PORTIONS THEREOF). ALTHOUGH E-BUILDER WILL USE COMMERCIALLY REASONABLE EFFORTS TO TAKE ALL ACTIONS IT DEEMS APPROPRIATE TO REMEDY AND AVOID SUCH EVENTS, E-BUILDER CANNOT GUARANTEE THAT SUCH EVENTS WILL NOT OCCUR. ACCORDINGLY, E-BUILDER DISCLAIMS ANY AND ALL LIABILITY RESULTING FROM OR RELATED TO SUCH EVENTS. EXCEPT TO THE EXTENT CAUSED BY THE GROSS NEGLIGENCE OR WILLFUL MISCONDUCT OF E-BUILDER AND FOR THE WARRANTIES SPECIFICALLY AND EXPRESSLY MADE HEREIN, E-BUILDER MAKES NO WARRANTIES EITHER EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, WARRANTIES OF MERCHANTABILITY OR WARRANTIES OF FITNESS, AND ALL SUCH WARRANTIES ARE DISCLAIMED. EXHIBIT E [Rev:11.14.2016] November 8, 2017 Page 6 of 6 12. FORCE MAJEURE No failure, delay or default in performance of any obligation under this MSA will constitute a breach hereof if it is caused by strike, fire, shortage of materials, act of a public authority, unavoidable casualty, civil disorder, riot, insurrection, vandalism, war, severe weather, natural disaster or other act of God, failure of the Internet, failure or error of an Internet services provider or other provider of connectivity, any lines of transmission, any other third party equipment or software through which Internet transmissions occur, or any telecommunications carrier; hacking or electronic vandalism; terrorism; or other cause that is beyond the reasonable control of the Party otherwise chargeable, for so long as such cause continues and for a reasonable period of time thereafter. 13. AUDIT RIGHTS e-Builder will have the right, during normal business hours and upon at least five (5) days’ prior written notice, to have an independent firm audit the number of authorized users that the Customer has compared to the licenses contracted or in a construction capital spend model the amount of Annual Capital Spend that the customer has incurred. The audit will be conducted at e-Builder’s expense If the audit reveals that Customer has not complied with its authorized user requirements, Customer will pay e-Builder any annual license fee underpayment disclosed by the audit. 14. MISCELLANEOUS 14.1 Piggy-Back Rights. e-Builder does business with many government institutions whose state laws permit them to join an existing contract between another state agency and vendor to acquire goods and services thereunder. If applicable, e-Builder shall allow other agencies with whom Customer has a joint purchasing relationship to join this MSA and order e-Builder Offerings hereunder, subject to applicable pricing of the e-Builder Offerings. City of South San Francisco Legislation Text P.O. Box 711 (City Hall, 400 Grand Avenue) South San Francisco, CA File #:17-1103 Agenda Date:11/8/2017 Version:1 Item #:3. Closed Session: (Pursuant to Government Code Section 54957) PUBLIC EMPLOYEE PERFORMANCE EVALUATION Title: City Attorney City of South San Francisco Printed on 11/2/2017Page 1 of 1 powered by Legistar™