3rd Floor, Council Chambers and City Hall

From: Baldwin Park(City)

Basic Details

started - 26 Oct, 2021 (about 2 years ago)

Start Date

26 Oct, 2021 (about 2 years ago)
due - 09 Nov, 2024 (in 6 months)

Due Date

09 Nov, 2024 (in 6 months)
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Baldwin Park

Customer / Agency

City of Baldwin Park
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR PROPOSALS Architectural Programming, Planning and Design, Interior/exterior Design and Related Services for the City Hall Third Floor, and Council Chambers Improvements Project October 26, 2021 Task Description Tentative Due Date Mandatory Pre- Job Walk November 4, 2021, at 2:30pm 1 RFP questions must be submitted no later than November 9, 2021 2 RFP Submittal November 16, 2021 3 Award of Contract January 5, 2022 4 Notice to Proceed January 20, 2022 5 Design Completion April 20, 2022 Page 2 3rd Floor, Council Chambers and City Hall RFP October 26, 2021 To Architecture/Engineering Firms: SCOPE OF WORK The City of Baldwin Park requires the services of a professional architecture/engineering consultant firm for programming, planning and technical design for the aforementioned project areas under Section I. I. The professional architecture/engineering consultant firm shall prepare construction plans, specifications and estimates (PS&E) for the project. The proposal shall
identify tasks to be included as part of the project. At a minimum, these tasks shall include: A. Meet with the City staff (various departments) and City Council for AP of the project prior to the beginning of work to discuss background, scope, objectives, and other pertinent details of the project. The Consultant shall attend periodic meetings with City staff at various stages of the project as needed. B. Perform a complete field review and inventory of repairs required and review all existing building conditions and information pertaining to this project. Provide a report of findings to the City. C. The Consultant shall prepare complete sets of plans and specifications for the project. The improvement plans shall be prepared on 24”x 36” sheets. The bid specifications shall be submitted via e-mail in Microsoft Word format. The consultant will be required to prepare the entire specification document using the City’s standard boilerplate that is edited accordingly for the project. The Consultant shall prepare and submit a cost estimate in tabular form for each construction item showing quantity, unit price and total cost. D. It is the City’s intention to use the Standard Specifications for Public Works Construction (latest edition) and the Standard Plans for Public Works Construction (latest edition), in conjunction with the City standard specifications and plans. The Consultant shall provide copies of referenced standard plans from other sources. E. Revise and/or change plans and related materials as required as a result of review of the signed plans because of errors or omissions in the plans and specifications. Such revisions shall be completed in a timely manner so as to avoid or minimize construction delays and shall not result in any increase in compensation from the City. Page 3 3rd Floor, Council Chambers and City Hall RFP October 26, 2021 F. Provide assistance during the bidding period. The Consultant shall provide technical assistance to staff and clarification to bidders should any questions arise during the bidding period. Should any changes be required to the plans and/or specifications during this phase, the Consultant shall make the necessary changes and provide those changes in the specifications or plans in a timely manner so that the City can issue an addendum. G. Provide assistance during construction to respond to Request for information RFI’s and submittals. The proposals shall identify the following tasks: City Hall 3rd Floor The objectives are to create more office space, technology upgrades, lighting upgrades, repainting, replace flooring, installing security system, upgrade office furniture, upgrade restrooms, conference rooms, utilize any unused space, and redesign the layout of the front lobby. 1. Investigate and explore the departments’ goals and list their ideas. 2. Develop a program and planning to address needs and wants of each department. 3. Create a rational and functional decision-making process to identify the scope of work to be designed. 4. Floor plan analysis of the existing building floor plan for efficient use of space. 5. Based on the outcomes of the architectural program, provide recommendations to relocate and adjust the offices for each department. i.e. HR department is currently at the front counter, they would like to relocate their office for the additional privacy. 6. Provide evacuation plan for the entire third floor. 7. Interior design of the public countertop, elevator hall lobby entrance, room 307 conference room, executive board room, kitchen, restrooms, office spaces, common areas and filing areas, etc. 8. Conference rooms upgrade and introduction of new communications technology for presentations and tools for collaborating group ideas including secure virtual assistant technology as recommended by an Audio Video specialist. Need to upgrade exterior access. 9. Develop ADA assessments and provide ADA enhancements for full floor access for staff and visitors. 10. Selection and design of artwork and interior decorations including wall art, furniture, etc. 11. Provide design of signage (wayfinding, ADA, exit, fire, AEDs, network screens for staff availability, inspirational) throughout the 3rd floor including name plates, wall art, quotes from famous people, etc. Page 4 3rd Floor, Council Chambers and City Hall RFP October 26, 2021 12. Presentation of recommended finishes, paintings, pops of colors, materials, fixtures, lights, and furniture including conference room details. 13. Provide (3) vendor options for specified interior items including prices/costs. 14. A multi-layered floor plan with dimensions of the new or existing space. 15. Architectural design and interior design including finishes of the flooring, walls, cubicles, office furniture, storage cabinets, front counters, etc. 16. Structural design changes if any to conform to the latest standards 17. Electrical and controls design for energy efficiency while providing ample lighting 18. Design Plumbing upgrade as needed. 19. Design HVAC mechanical system as needed. 20. Provide cost estimate for Interior Design for each discipline. 21. Include innovative designs for improving productivity. 22. Full restroom facility remodel for ease of cleaning while providing a fresh and clean design including addressing any ADA issues. Total of 17 restrooms for all city hall floors. 23. Address any maintenance/repair solutions prior to applying finishes. 24. Relocate departments adjusting the lighting and moving HR. 25. Expansion of 3rd floor offices including the converting of existing balconies to the office space. 26. Provide a multi-purpose room (i.e. Lactation) located in the 3rd floor, permanent vs temporary included in 3rd floor layout. 27. Design a new security camera system. 28. Conference room spaces and the AV equipment therein must have Network visibility to other conference room spaces and be controlled by a single app, web service, or other unified platforms Council Chambers The objectives are to create more welcoming and contemporary design for the Council Chambers, technology upgrades, lighting upgrades, repainting, replace flooring, installing security system, upgrade office furniture, upgrade restrooms, conference rooms. 1. Interview the City Council, Executive Team and list their ideas. 2. Floor plan analysis of the existing building floor plan for efficient use of space. 3. Interior design of the council chambers, restrooms (2), storage needs, etc. 4. Council Chambers upgrade and introduction of new communications technology for presentations and tools for collaborating group ideas as recommended by an Audio Video specialist. 5. ADA access enhancements for full floor access for staff and visitors. 6. Selection and design of artwork and interior decorations including wall art, furniture, etc. 7. Architectural design of interior design including finishes-Present and provide samples recommended finishes, flooring, walls, paintings, materials, fixtures, lights, and furniture including conference room details. 8. Provide (3) vendor options for specified interior items including prices/costs. Page 5 3rd Floor, Council Chambers and City Hall RFP October 26, 2021 9. A multi-layered floor plan with dimensions of the new or existing space. 10. Structural design changes if any to conform to the latest standards. 11. Electrical and controls design for energy efficiency while providing ample lighting. 12. Design enhanced/energy efficient Council Chambers bright clean lighting plan. 13. Design Plumbing upgrade as needed. 14. Design HVAC mechanical system upgrades as needed. 15. Provide cost estimate for Interior Design for each discipline. 16. Remodel Restroom facility for bright modern features while providing a fresh and clean design. 17. Address any maintenance/repair solutions prior to applying finishes. 18. Design a new security camera system. 19. Conference room spaces and the AV equipment therein must have Network visibility to other conference room spaces and be controlled by a single app, web service, or other unified platforms Exterior Design 1. Address exterior planters’ removals and replacement with a zero maintenance modern facade. 2. Extend the interior office space toward the exterior patios including air- conditioning, lighting, etc. 3. Replace single pane windows with modern dual pane windows and frames. 4. Design window covering features in conference rooms. 5. Replace patio roofs with proper insulated, waterproofed roofs. 6. Design a paint pallet for the building before window replacements. 7. Upgrade all PCC existing cobble-stone simulated walkways and remove off set sections of existing cobble simulated walkways and replace with non-slip decorative walkway surfaces, seal joints to prevent water intrusion to basement. 8. Design of a new digital display kiosk outside the Council Chambers. 9. Design audio and visual for outdoor transmission of meetings. 10. Design a new security camera system. Audio, Video, and Sound System Upgrade The objectives are to improve video display and recording capabilities, improve audio capabilities, improved reliability, improve ease of use, ability to host hybrid meetings where the council members and/or public may participate in meetings in‐person or over video conferencing (Zoom) or any combination thereof and ability to receive phone calls from the public and feed the call through the Council Chambers audio system while preventing any audio feedback. 1. Complete AV and Broadcast system detailed engineering 2. Equipment coordination and supply 3. Review existing systems, functionality, interfaces, and integration points. System production 4. Determine which of the existing AV devices should be retained and which should be replaced or eliminated. Page 6 3rd Floor, Council Chambers and City Hall RFP October 26, 2021 5. Recommend and design an optimal design for in-Chamber AV equipment including TVs/monitors, cameras, dais monitors, speakers, microphones, and centralized control panel. 6. Recommend and design an optimal design for 3 digital displays kiosk including TVs/monitors, centralized control panel and the ability to be controlled from the city clerk office. 7. Recommend and design an optimal design and identify components for conducting hybrid meetings that include in-Chambers participants and remote participants using video conferencing platforms such as Zoom, Microsoft Teams, etc. 8. Recommend and design an optimal design to incorporate and integrate in- Chambers computers for presentation and meeting management. Include the ability to conduct presentations from staff and guest laptops. 9. Recommend and design an optimal design to incorporate and integrate 3rd floor conference rooms computers for presentation and meeting management. Include the ability to conduct presentations from staff and guest laptops. 10. Recommend and design translation services/mechanisms for the content broadcast from the Council Chambers. 11. Recommend and design closed captioning services/mechanisms for the content broadcast from the Council Chambers. 12. Recommend and design a system to accommodate hearing impaired participants with headphones. 13. Provide a backup audio recorder. 14. Evaluate the lighting in the Council Chamber, so that the cameras inside the Council Chambers can provide optimum quality of videos for the broadcasts. 15. Documentation Technical Documentation Operational Procedures and Documentation • 3D rendering a. Provide a maximum of (4) renderings of the conceptual design. City Council Presentations • Up to 3 City Council presentations to provide updates of the project. Presentations may be in person and televised to the public. Task includes materials, visual and models to communicate the ideas of the architectural designs. Deliverable • Full plans and specifications package for the entire design of City Hall’s third floor and Council Chambers. • Provide max (4) 3D renderings of the conceptual design. Page 7 3rd Floor, Council Chambers and City Hall RFP October 26, 2021 • Provide (3) PowerPoint Presentations. The total budget for the project is $2,080,000 which includes design, construction and construction administration services. PROPOSAL FORMAT AND CONTENT Consultants shall limit their proposal up to 20 pages, excluding cover and resumes. The proposal shall provide all the information requested. The Consultant’s proposal shall contain the following information and shall be organized as follows: A. Project Team An organization chart indicating principals and key project team members together with an indication of their involvement in the project. Also provide resumes of the key personnel involved with this project including personnel from sub-Consultants. For the project engineer and project manager, include information for three (maximum) recent projects on his/her record of completion compared to the original project schedule. B. Firm’s Experience List a maximum of three (3) projects of similar size and scope that your firm has performed design services for other public agencies. For each project, provide the following information: location, owner, construction cost, year the design was completed, year the construction was completed, your project manager, engineer, and inspector’s name. If any portion of the project is sub-contracted, provide similar information for a maximum of three projects. Include the conceptual design and final pictures of the projects. C. Project Design Discuss the methods and procedures that will be used in the design of the project. Provide a list of construction drawings that will be prepared for the project. Also identify any potential concerns or problems in the design of this project. D. Project Scheduling Provide a schedule identifying milestones for the major tasks in the design of the project, beginning with the Notice to Proceed. The City is seeking a quick time frame for design and construction. It is intended that the project be fully constructed by June 30, 2022. E. Resource Requirements Page 8 3rd Floor, Council Chambers and City Hall RFP October 26, 2021 Provide a man-hour and fee estimate for the proposed scope of work. Please state all assumptions upon which the estimates are based. F. Fee Schedule The fee proposal shall include a not-to-exceed (NTE) figure and hourly billing rates for typical staff classifications and cost breakdown per task. These rates will be used to negotiate any additional work the City may request. All assumptions upon which the costs are based shall be stated. G. Agreement Exhibit “B” is a copy of the City’s professional services agreement. A copy shall be completed and signed as part of the proposal package. Completion of this agreement will be your statement that all terms and conditions are acceptable. This completed agreement made part of the proposal is by no means to be interpreted as acceptance by the City or notice to proceed. H. Insurance Proof of insurance requirements addressed in the professional services agreement of this Request for Proposal shall be submitted by the selected Consultant upon execution of the original contract for submittal to the City Council. All proposers shall submit a “Statement Certifying Insurance Coverage” certifying that the required insurance coverage will be obtained by the Consultant, and that the Consultant understands said coverage is prerequisite for entering into an agreement with the City. The Consultant is required to confirm with its insurance carrier that it can meet all the requirements for insurance. Failure to meet the insurance regulations as set forth shall result in the Consultant’s disqualification. I. References List of three (3) references for similar projects must be provided. Include contact person, address, and telephone number. Submittal of Proposals – Proposals shall be submitted via email to: Sam Gutierrez, Public Works Director: Sgutierrez@baldwinpark.com John Beshay, Engineering Manager: Jbeshay@baldwinpark.com David Lopez, Associate Engineer: Dlopez@baldwinpark.com mailto:Sgutierrez@baldwinpark.com mailto:Jbeshay@baldwinpark.com mailto:Dlopez@baldwinpark.com Page 9 3rd Floor, Council Chambers and City Hall RFP October 26, 2021 RIGHT TO REJECT ALL PROPOSALS The City reserves the right to reduce or revise elements of the scope of work prior to the award of any Contract. Furthermore, the City reserves the right to reject any or all proposals submitted; and no representation is made hereby that any Contract will be awarded pursuant to this Request for Proposal, or otherwise. All costs incurred in the preparation of the proposal, in the submission of additional information and/or in any other aspect of a proposal prior to the award of a written contract will be borne by the proposer. The City will provide only the staff assistance and documentation specifically referred to herein and will not be responsible for any other cost or obligation of any kind which may be incurred by a proposer. All proposals submitted to the City in response to this Request for Proposal shall become the property of the City. SELECTION PROCEDURE: Criteria for evaluation of proposals may include, but need not be limited to, the following: 1. Responsiveness and comprehensiveness of proposal. 2. Firm’s and assigned personnel’s experience with the City of Diamond Bar and other public agencies. 3. Quality of previous work performed by the firm. 4. Resources and fee required to perform the requested services. 5. The Consultant’s comments on the consulting services agreement. 6. References. The City reserves the right to reduce or revise elements of the scope of work prior to the award of a contract. Furthermore, the City reserves the right to reject any proposal and may elect to make a decision without further discussion or negotiation. This solicitation is not to be construed as a contract of any kind. The City is not liable for any costs or expenses incurred in the preparation of the proposals. The right to issue supplementary information or guidelines relating to this request is also reserved by the City. To be eligible for consideration, interested firms must submit proposals to the City of Baldwin Park no later than 5:00 p.m. Wednesday, November 16, 2021. QUESTIONS For any questions regarding this Request for Proposal, please contact Mr. David Lopez, Associate Engineer. Page 10 3rd Floor, Council Chambers and City Hall RFP October 26, 2021 Enclosures: Exhibits “A” – Existing Floor Plan Exhibit “B” - Consulting Services Agreement Consultant Services Agreement Page 1 of 5 CONSULTANT SERVICES AGREEMENT THIS AGREEMENT is made and entered into this __________________ by and between the City of Baldwin Park, ("City"), and _______________ ("Consultant"). In consideration of the following mutual covenants, provisions and agreements, and other valuable consideration, the receipt and sufficiency of which is hereby acknowledged, City and Consultant agree as follows: 1. SCOPE OF SERVICES. Consultant agrees to perform during the term of this Agreement, the tasks, obligations, and services set forth in the “Scope of Services” attached to and incorporated into this Agreement as Exhibit “A.” Duration of Scope of Services may be extended on a month-to-month basis but shall not exceed the total compensation. 2. COMPENSATION. City shall pay for the services performed by Consultant pursuant to the terms of this Agreement at the time and manner set forth in the “Scope of Services” attached to and incorporated into this Agreement as Exhibit “A.” 3. TIME FOR PERFORMANCE. Service Provider shall perform the services above described in a timely manner in accordance with the professional standard practices and the provisions of this agreement. This Agreement is effective as of the Commencement Date and shall terminate on the Expiration Date, unless sooner terminated as provided in Section 16 herein: A. Commencement Date: ____________ B. Expiration Date: _____________ C. Upon mutual agreement by the parties, this agreement may be extended for an additional two (2) one-year terms. 4. AUDIT OR EXAMINATION. Consultant shall keep all records of funds received from City and make them accessible for audit or examination for a period of three years after final payments are issued and other pending matters. 5. STATUS OF CONSULTANT. Consultant shah provide all necessary personnel, equipment and material, at its sole expense, in order to perform the services required of it pursuant to this Agreement. For the purpose of this Agreement, Consultant shah be deemed, for alt purposes, an independent contractor and shall have control of alt work and the manner in which it is performed. Consultant shah be free to contract for similar services to be performed for other entities while under contract with City. Consultant is not an agent or employee of City, and is not entitled to participate in any pension plan, insurance, bonus or similar benefits City provides for its employees. Consultant shall be responsible to pay and hold City harmless from any and alt payroll and other taxes and interest thereon and penalties, therefore, which may become due as a result of services performed hereunder. 6. ASSIGNMENT. This Agreement is for the specific services with Consultant as set forth herein. Any attempt by Consultant to assign the benefits or burdens of this Agreement without written approval of City is prohibited and shall be null and void; except that Consultant may assign payments due under this Agreement to a financial institution. 7. RIGHT TO UTILIZE OTHERS. City reserves the right to utilize others to perform work similar to the Services provided herein. 8. COMPLIANCE WITH LAW. Contract services shall be provided in accordance with the applicable laws and regulations of all governmental agencies that are in force at the time services are performed. Consultant shall be responsible for becoming aware of and staying Consultant Services Agreement Page 2 of 5 abreast of all such laws and ensuring that all services provided hereunder conform to such laws. The terms of this Agreement shall be interpreted according to the laws of the State of California. 9. LIABILITY. Consultant shall indemnify, and hold harmless City, its officials, officers, and employees against any and all actions, claims, damages, liabilities, losses or expenses of whatsoever kind, name or nature, including legal costs and reasonable attorneys’ fees, whether or not suit is actually filed, and any judgment rendered against City and/or its officials, officers, or employees that may be asserted or claimed by any person, firm, or entity arising out of Consultants' negligent performance, or the negligent performance of its agents, employees, subcontractors, or invitees, as well as, negligent acts or omissions of Consultant, it’s agents, employees, subcontractors or invitees, however, this indemnity clause shall not apply if there is concurrent passive or active negligence on the part of City, or its officials, officers, agents or employees. 10. INSURANCE. Consultant shall maintain insurance coverage in accordance with the following during the course of its performance hereunder: (A) Comprehensive General Liability Insurance (including premises and operations, contractual liability, personal injury and independent Consultants’ liability) with the following minimum limits of liability: (1) Personal or Bodily Injury -- $1,000,000, single limit, per occurrence; and (2) Property Damage -- $1,000,000, single limit, per occurrence; or (3) Combined single limits -- $2,000,000. (B) Comprehensive Automobile Liability Insurance including as applicable own, hired and non-owned automobiles with the following minimum limits of liability: (1) Personal or Bodily Injury -- $1,000,000, single limit, per occurrence; and (2) Property Damage -- $1,000,000, single limit, per occurrence; or (3) Combined single limits -- $2,000,000. (C) Professional Liability Insurance with annual aggregates of $1,000,000 or such other amount as may be approved in writing by the City. (D) Worker's Compensation Insurance that complies with the minimum statutory requirements of the State of California. (E) Prior to commencement of services hereunder, Consultant shall provide City with a certificate of Insurance reflecting the above, and an endorsement for each policy of insurance which shall provide: (1) The City, and its officials, officers, agents and employees are named as additional insured (with the exception of Professional Liability and Worker’s Compensation); (2) The coverage provided shall be primary (with the exception of Professional Liability and Worker’s Compensation) as respects to City, its officials, officers, agents or employees; moreover, any insurance or self-insurance maintained by City or its officials, officers, Consultant Services Agreement Page 3 of 5 agents or employees shall be in excess of Consultants’ insurance and not contributed with it. (3) The insurer shall provide at least thirty (30) days prior written notice to City of cancellation or of any material change in coverage before such change or cancellation becomes effective. (F) With respect to Workers’ Compensation Insurance, the insurer shall agree to waive all rights of subrogation against City and City personnel for losses arising from work performed by Consultant for City, and the insurer’s agreement in this regard shall be reflected in the Workers’ Compensation Insurance endorsement. 11. OWNERSHIP OF DOCUMENTS. All of the documents required to be prepared pursuant hereto shall, upon the completion thereof, be deemed for all purposes to be the property of City. City’s ownership of documents includes any and all analysis, computations, plans, correspondence and/or other pertinent data, information, documents, and computer media, including disks and other materials gathered or prepared by Consultant in performance of this Agreement. Such work product shall be transmitted to City within ten (10) days after a written request therefore. Consultant may retain copies of such products. Any re-use by City shall be at the sole risk of City and without liability to Consultant. 12. RECORDS AND INSPECTIONS. Consultant shall maintain full and accurate records with respect to all services and matters covered under this Agreement. City shall have free access at all reasonable times to such records, and the right to examine and audit the same and to make transcripts therefrom, and to inspect all program data, documents, proceedings and activities. Consultant shall maintain an up-to-date list of key personnel and telephone numbers for emergency contact after normal business hours. 13. TAXPAYER IDENTIFICATION NUMBER. Consultant shall provide City with a complete Request for Taxpayer Identification Number and Certification, Form W-9, as issued by the Internal Revenue Service. 14. CONFLICT OF INTEREST. Consultant agrees that any conflict or potential conflict of interest shall be fully disclosed prior to execution of contract and Consultant shall comply with all applicable federal, state and county laws and regulations governing conflict of interest. 15. POLITICAL ACTIVITY/LOBBYING CERTIFICATION. Consultant may not conduct any activity, including any payment to any person, officer, or employee of any governmental agency or body or member of Congress in connection with the awarding of any federal contract, grant, loan, intended to influence legislation, administrative rulemaking or the election of candidates for public office during time compensated under the representation that such activity is being performed as a part of this Agreement. 16. RIGHT TO TERMINATE. City may terminate this Agreement at any time, with or without cause, in its sole discretion, with thirty (30) days written notice. 17. EFFECT OF TERMINATION. Upon termination as stated in Paragraph “16” of this Agreement, City shall be liable to Consultant only for work performed by Consultant up to Consultant Services Agreement Page 4 of 5 and including the date of termination of this Agreement, unless the termination is for cause, in which event Consultant need be compensated only to the extent required by law. Consultant shall be entitled to payment for work satisfactorily completed to date, based on proration of the compensation set forth in Exhibit “B” attached hereto. Such payment will be subject to City’s receipt of a close-out billing. 18. LITIGATION FEES. Should litigation arise out of this Agreement for the performance thereof, the court shall award costs and expenses, including reasonable attorney’s fees, to the prevailing party. In awarding attorney’s fees, the court shall not be bound by any court fee schedule but shall award the full amount of costs, expenses and attorney’s fees paid and/or incurred in good faith. “Prevailing Party” shall mean the party that obtains a favorable and final judgment. Should litigation occur, venue shall be in the Superior Court of Los Angeles County. This paragraph shall not apply and litigation fees shall not be awarded based on an order or otherwise final judgment that results from the parties’ mutual settlement, arbitration, or mediation of the dispute. 19. COVENANTS AND CONDITIONS. Each term and each provision of this Agreement to be performed by Consultant shall be construed to be both a covenant and a condition. 20. INTEGRATED AGREEMENT. This Agreement represents the entire Agreement between the City and Consultant. No verbal agreement or implied covenant shall be held to vary the provisions of this agreement. This Agreement shall bind and inure to the benefit of the parties to this Agreement, and any subsequent successors and assigns. 21. MODIFICATION OF AGREEMENT. This Agreement may not be modified, nor may any of the terms, provisions or conditions be modified or waived or otherwise affected, except by a written amendment signed by all parties. 22. DESIGNATED REPRESENTATIVES. The Consultant Representative (A) designated below shall be responsible for job performance, negotiations, contractual matters, and coordination with the City. The City Representative (B) designated below shall act on the City’s behalf as Project Manager. (A) ______________ _______________ ______________ _______________ (B) City of Baldwin Park Att.: ____________ 14403 East Pacific Avenue Baldwin Park, CA 91706 (626) 960-4011 ex. 460 23 NOTICES. Notices pursuant to this Agreement shall be in writing and may be given by personal delivery or by mail. Notices shall be directed to City’s Designated Representative identified in Paragraph “21” of this Agreement. Consultant Services Agreement Page 5 of 5 IN WITNESS WHEREOF, the parties have executed this Agreement on the day first above written. CITY OF BALDWIN PARK By: Emmanuel J. Estrada Mayor Dated: Approved by By: Robert Tafoya City Attorney Dated: CONSULTANT: _____________________________ By: Name/Title Dated: dlopez Area Measurement 9,963 sf dlopez Area Measurement 257 sf dlopez Area Measurement 3,312 sf

14403 E. Pacific Avenue, Baldwin Park, CA 91706Location

Address: 14403 E. Pacific Avenue, Baldwin Park, CA 91706

Country : United StatesState : California

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.