← Back to Albany, NY

Document Albany_doc_c8c0667731

Full Text

CITY OF ALBANY DIVISION OF ENGINEERING REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES PROPOSALS DUE: WEDNESDAY NOVEMBER 6, 2019 AT 12:00 NOON STREET & SIDEWALK CONSTRUCTION PROJECT FOR WOODLAWN AVENUE AND SPRING STREET ALBANY, NEW YORK RFP 2019-32 OCTOBER 16, 2019 ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 2 of 19 STREET & SIDEWALK CONSTRUCTION PROJECT FOR WOODLAWN AVENUE AND SPRING STREET ALBANY, NEW YORK RFP 2019-32 IMPORTANT NOTICE: A restricted period is currently in effect for this Procurement and it will remain in effect until approval of the Contract. Bidders are prohibited from contact related to this procurement with any City of Albany employee other than the designated contacts listed below refer to: Designated Contacts for this Procurement: For Project Specific Clarifications: William J. Lecuyer P.E. For Public Procurement Process Clarifications Laura M. Gulfo, Esq. SECTION 1: PURPOSE 1.1 The City of Albany hereby requests proposals from qualified engineering firms to provide professional engineering services related to street and sidewalk enhancements to Woodlawn Avenue and Spring Street in the City of Albany. Minority Business Enterprises and Women's Business Enterprises are encouraged to submit proposals. SECTION 2: PROJECT DESCRIPTION 2.1 This project consists of street and pedestrian improvements to two streets in the City of Albany. The first area is a one thousand (1,000) foot section of Woodlawn Avenue between West Erie and Partridge Street. The second is a seven hundred and fifty (750) foot section of Spring Street between Lark Street and Henry Johnson Boulevard. 2.2 Potential improvements for this area may include, but not be limited to the following: Woodlawn Avenue  New granite curbing and sidewalks.  New ADA compliant pedestrian curb ramps.  Milling and paving the project limits.  Corridor approach traffic improvements  Pedestrian safety improvements.  Storm water collection system improvements ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 3 of 19 Spring Street  Replace granite curbing and sidewalks.  New ADA compliant pedestrian curb ramps.  Milling and paving the project limits.  Removal and replacement of street trees. 2.3 The total project budget is $850,000 including all construction, engineering, administration, and a 10% construction contingency. SECTION 3: RECEIPT OF PROPOSALS 3.1 Three copies of the Proposal, accompanied by one copy on CD, must be received in a sealed envelope marked “Proposal Enclosed – Engineering Services – Street & Sidewalk Construction Project for Woodlawn Avenue and Spring Street” no later than 12:00 noon on Wednesday November 6, 2019 at the following address (late proposals will not be accepted): City of Albany Office of Corporation Counsel 24 Eagle Street Albany, New York 12207 ATTN: Laura M. Gulfo, Esq. 3.2 The cost proposal shall be included in a separately sealed envelope within the proposal submittal such that it may be reviewed independent of the remainder of the proposal. 3.3 Each proposal submitted will be the document upon which the City of Albany will make its initial judgment regarding each proposer's qualifications, methodology, and ability to provide the requested services. 3.4 Those submitting proposals do so entirely at their own expense. There is no expressed or implied obligation by the City to reimburse any firm or individual for any costs incurred in preparing or submitting proposals, preparing or submitting additional information requested by the City, or participating in any selection interviews. 3.5 Submission of any proposal indicates an acceptance of the conditions contained in this Request unless the submitted proposal clearly and specifically states otherwise. 3.6 The City of Albany reserves the right to accept or reject any and all proposals in whole or in part, to waive any and all informalities, require supplemental statements or information from any responsible party, negotiate potential contract terms with any respondent to this RFP, have discussions with any respondent to this RFP to correct and/or clarify responses which do not conform to the ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 4 of 19 instructions contained herein and to disregard all non-conforming, non- responsive or conditional proposals. 3.7 The City of Albany reserves the right to award the work, in whole or in part, to one or more firms and individuals. 3.8 Any award of the consulting services work shall be conditioned on the later execution of a formal written contract. The City of Albany reserves the right to revoke or rescind any award at any time prior to the full execution of a formal written contract. 3.9 Respondents shall avoid submission of marketing materials. 3.10 All information submitted in response to this RFP is subject to the Freedom of Information Law (FOIL), which generally mandates the disclosure of documents in the possession of the City upon the request of any person unless the content of the document falls under a specific exemption to disclosure. SECTION 4: QUALIFICATIONS OF PROPOSER 4.1 Each proposer shall provide a statement of qualifications including: a. A brief history and description of the firm submitting the proposal. b. Identification of a project team manager or point of contact for all management issues. c. Identification of the firm’s professional staff members who will be assigned to this project if the firm's proposal is selected. Include a resume for each such professional staff member that details qualifications, years and types of experience, education, accomplishments, etc. Specify the extent of the availability and commitment of each such professional staff member who will be assigned to this project if the firm's proposal is selected. d. At least three references, including contact names, addresses, and telephone numbers. e. A signed cover letter from a person within the firm who is authorized to make representations on behalf of the firm and to bind the firm. f. A comprehensive description of the firm’s experience in similar projects. g. Any additional information which would serve to distinguish the firm from other firms submitting proposals such as examples of work on projects similar to the project contemplated by this RFP, any special expertise or experience of the firm, etc. ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 5 of 19 4.2 The City of Albany may make such inquiries it deems necessary to determine the ability of each proposer to perform the services contemplated by this RFP. Proposers shall furnish all information and data subsequently requested by the City of Albany for this purpose. SECTION 5: SCOPE OF SERVICES 5.1 Site Survey: a. The selected consultant shall complete a planimetric and topographical field survey of the project area. The survey shall include all above and below grade features including, but not limited to the following: 1. All above grade features including, but not limited to curbs, building faces, bollards, trees, light poles, manholes, catch basins and CDTA bus stop locations. 2. Underground utilities. The selected consultant shall show underground infrastructure based upon above grade features, record mapping and utility layout. 3. Contour interval of one foot. Elevations shall be based upon a datum provided by the City. b. The selected consultant shall set a minimum of two bench marks for future reference at each project site. 5.2 Concept Development Phase: a. Attend a project kick-off meeting with the City of Albany to review the project objective, goals, and schedule. b. Review the following issues with respect to pedestrian safety: 1. Existing traffic signal at Woodlawn Avenue and Partridge Street 2. Roadway approach along the west bound section of Woodlawn where it transitions to a one way roadway. c. Develop conceptual layouts for the new street improvements to each corridor. Prepare a conceptual rendering for Woodlawn Avenue concept. The alternative will be accompanied by a narrative. Provide a construction cost estimate (including engineering costs) for both streets. Under no circumstances shall a concept be developed or presented which exceeds the project budget. ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 6 of 19 d. Meet with the City to present the alternative layouts. Provide a recommendation for street improvements. e. Attend a meeting with local neighborhood stakeholders and the local community to present the proposed concept. f. Assume a total of six meeting during this phase of the project, one public meeting and five meetings with City staff. 5.3 Design Development Phase: a. Prepare 75% completed drawings and specifications, defining all street layout, construction materials, components, and details, for the project. b. Prepare a detailed cost estimate for the project, including all associated contingency and soft costs. If the cost estimate is not within the project budget, modify the scope of work prior to completing the design development phase. c. The proposed design shall utilize City of Albany Bid Items lieu of NYSDOT bid items. A summary of the bid items has been included for prospective consultants to review. The summary is not inclusive of all items to be included in this project, some may be deleted, others may be added. d. A maintenance and protection of traffic plan shall be provided to address the requirements to maintain vehicular traffic during construction. e. Attend meetings with City representatives to review the design development phase submittal and revise the design in accordance with City comments. f. Assume a total of four meeting during this phase of the project 5.4 Contract Document Phase: a. Prepare final construction drawings and technical specifications for the improvements. Drawings shall include all necessary layout information and construction details. b. All plans are to be signed and sealed by a New York State Professional Engineer. Corporate stamps are not acceptable for certification of the contract documents. c. Final contract documents shall include the standard City boiler plate which will be prepared by the City. d. It is anticipated that this project will be bid on a unit price basis utilizing City of Albany payment items. ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 7 of 19 e. Prepare a final cost estimate. f. Submit copies of the 100% completed Contract Documents to the City for review, attend meetings with City representatives to review the documents and make any necessary modifications prior to bidding the project. g. Assume a total of two meeting during this phase of the project. 5.5 Bid Phase: a. Provide the City with Final Contract Documents for distribution to prospective bidders and for the City’s use. b. Assist the City in answering bidders questions and in the preparation of any necessary addendum(s) to clarify any questions related to the Contract Documents. c. Assist in the evaluation of the bids as requested. 5.6 Construction Administration Phase: a. Attend and preside over a pre-construction meeting. b. Coordinate, review, and approve all shop drawing submittals and samples. c. Coordinate the selection of all material colors and finishes. d. Quantity tracking and tabulation. e. Provide interpretation of the Contract Documents and respond to Contractors’ Requests for Information. f. Assist the City in issuing a punch list of all items that are not satisfactorily completed. g. Assist the Owner with project close-out, including final inspection and follow- up of the punch list items. h. The City of Albany will review and process all contractor payment applications. 5.7 Construction Observation a. Selected consultant shall provide a maximum of 200 hours of construction observation services over the course of the project. It shall be the responsibility of the consultant to budget their hours accordingly. In no case shall the selected consultant be paid for more than 200 hours without written ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 8 of 19 consent from the City of Albany. Construction observation services shall include the following: 1. The selected consultant shall be onsite for the duration of all paving and milling operations to review maintenance and protection of traffic, reviewing the quality of work for conformance to the contract documents, and collecting material quantity slips from the contractor. 2. During all other construction operations, the balance of the 200 hours shall be utilized for part time construction observation services. Work scope will include tabulating installed quantities, reviewing the quality of work for conformance to the contract documents, and resolving construction issues. b. During construction, the City of Albany representatives will also be making daily site visits to the project site and will be available on an on-call basis as necessary 5.8 Project Administration: a. The City of Albany Department of General Services, Engineering Division will administer the project under the direction of Randall J. Milano, P.E. City Engineer. William J. Lecuyer P.E. will be the Project Manager. Any questions concerning the submittal should be directed to Bill Lecuyer at (518) 434-5490, faxed to (518) 434-5696 or emailed to [EMAIL REDACTED] 5.9 Project Schedule:  Proposal Submission November 6, 2019  Executed Contract November 22, 2019  Project Kickoff Meeting November 25, 2019  Site Survey Completed January 6, 2020  Concept Development Phase Complete January 24, 2020  Design Development Phase Complete February 21, 2018  Construction Documents Complete March 6, 2018  Advertise for Bids March 17, 2020  Open Bids April 7, 2020  Award Contract April 21, 2020  Construction Start May 4, 2020  Project Complete June 19, 2020 ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 9 of 19 5.10 Project Deliverables: The following deliverables shall be submitted to the City of Albany for review:  Concept Development Phase Three hard copies with one digital copy in PDF format.  Design Development Phase Three hard copies with one digital copy in PDF format.  Contract Document Phase Three hard copies with one digital copy in PDF format. SECTION 6: WORK PROPOSAL 6.1 Address the Scope of Services referenced in Section 5 above, including a detailed work plan and project approach that includes task definitions and methodology, milestones, and project schedule. SECTION 7: COST PROPOSAL 7.1 Provide the individual proposed cost for each of the services set forth in Section 5. Subsections 5.1 through 5.10. 7.2 Clearly set forth in detail any and all additional expenses for which you expect to be reimbursed. The proposal must, however, provide a guarantee that no additional fees will be charged to the City of Albany without prior written consent by the City. 7.3 As identified in Section 3.2, the cost proposal shall be included in a separately sealed envelope within the proposal submittal such that it may be reviewed independently. 7.4 Consultant project costs shall be broken down as follows: 7.4.1 Lump sum cost for project design, including Site Survey, Concept Design, Design Development and Final Project Documents. Billing shall be by percent complete. 7.4.2 Lump sum cost for Bid Phase Services. Billing shall be by percent complete. 7.4.3 Lump sum cost for Project Administration. Billing shall be by percent complete. 7.4.4 Hourly rate for construction observation services. Fee for this service shall be the hourly rate multiplied by 200 hours. This service shall be billed on an hourly basis. Provide separate lump sum cost for all expenses. ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 10 of 19 SECTION 8: DESIGN DELEGATION 8.1 Unless noted otherwise, the selected proposer will be responsible for the design and certification of all components of this project. Design delegation to the contractor of any component of this project is strictly prohibited without prior written consent from the City of Albany. It is critical that the Consultant takes complete responsibility for the design of the work and avoids delegation of design to others. 8.2 If the Consultant desires to delegate design, he/she will request in a letter to the City Engineer that delegation be authorized, explain specifically why for each case, and state that the work is ancillary to the project. The City Engineer will review the request and provide a written reply. In the event the request is denied, no additional compensation will be paid to the Consultant. 8.3 In all cases when design is delegated, the Consultant shall provide the layout, loading, performance requirements, geometry, referenced standards and all other design parameters required so the Contractor’s design professional is able to design the components or systems. The Consultant shall be responsible to review and approve the contractor's submittal for conformance with the design concept. SECTION 9: CONTRACT: 9.1 The contract period for the services contemplated by the RFP will be for a maximum of one year. 9.2 The selected proposer(s) will be required to execute a contract with the City of Albany. A sample of the Professional Services Agreement has been included with this RFP. The City will have the right to terminate the contract at any time, with or without cause, upon thirty (30) days written notice. SECTION 10: PROPOSAL EVALUATION: 10.1 Proposals shall remain valid until the execution of a contract by the City of Albany. 10.2 Proposals shall be examined and evaluated by the City of Albany Division of Engineering and the Corporation Counsel's Office to determine whether each proposal meets the requirements of this RFP. A recommendation will be made City of Albany Division of Engineering for a contract award based on the following criteria: a. Proposer’s demonstrated capabilities and professional qualifications. b. The wherewithal of the proposer(s) to render the requested services to the City in a timely fashion. ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 11 of 19 c. Total proposed cost. d. Completeness of the proposal. 10.3 The selection of a proposal will not be based solely on a monetary evaluation. Considerable weight will be given to experience in the areas required and the track record of the proposer(s) SECTION 11: ALTERNATIVES: 11.1 Proposals may include alternative matters or items not specified or requested in this RFP. However, all such alternatives matters or items must be listed separately from the proposal and the cost(s) thereof must be separate and itemized. SECTION 12: INDEMNIFICATION: 12.1 The selected proposer will be required to defend, indemnify, and save harmless the City of Albany, its employees and agents, from and against all claims, damages, losses and expenses (including without limitations, reasonable attorney’s fees) arising out of, or in consequence of any intentional act or omission of the selected proposer, its employees or agents, to the extent of its or their responsibility for such claims, damages, losses, and expenses. SECTION 13: REQUEST FOR PROPOSAL CLARIFICATION: 13.1 All inquiries with respect to this Request for Proposals shall be directed to Bill Lecuyer at the following address: For project specific clarifications: William J. Lecuyer P.E. Division of Engineering One Conners Blvd. Albany, NY 12204 Phone: (518) 434-5490 Fax: (518) 434-5696 E-mail: [EMAIL REDACTED] For public procurement process clarifications: Laura M. Gulfo, Esq. Assistant Corporation Counsel Department of Law City Hall, Room 106 24 Eagle Street Albany, New York 12207 Phone: (518) 434-5050 ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 12 of 19 13.2 All questions about the meaning or intent of the specifications shall be submitted in writing. Replies will be posted via the City’s website: http://www.albanyny.gov/NewsandEvents/RFPs.aspx, along with the electronic version of this RFP. Questions received less than four business days prior to the date of submission of proposals will not be answered. Only questions answered by formal written addenda will be binding. Oral or other interpretations or clarifications will be without legal effect. 13.3 In addition, any changes, additions or deletions to this RFP will also be posted on the City’s website: http://www.albanyny.gov/NewsandEvents/RFPs.aspx, along with the electronic version of this RFP. Respondents are urged to check the City’s website frequently for notices of any clarification of or changes, additions, or deletions to this RFP. OTHER THAN THE CONTACT IDENTIFIED ABOVE, PROSPECTIVE RESPONDENTS SHALL NOT APPROACH THE CITY’S EMPLOYEES DURING THE RESTRICTED PERIOD OF THIS RFP PROCESS ABOUT ANY MATTERS RELATED TO THIS RFP OR ANY QUALIFICATIONS SUBMITTED PURSUANT THERETO. SECTION 14: MODIFICATION AND WITHDRAWAL OF PROPOSALS: 14.1 Proposals may be modified or withdrawn by an appropriate document duly executed (in the manner that a proposal must be executed) and delivered to the place where proposals are to be submitted at any time prior to the opening of proposals. 14.2 If within twenty-four (24) hours after the proposals are opened, any proposer files a duly signed written notice with the City and thereafter demonstrates to the reasonable satisfaction of the City that there was a material and substantial mistake in the preparation of its proposal, that proposer may withdraw its proposal and the proposal security will be returned. Thereafter, that proposer will be disqualified from further proposal on the work. SECTION 15: INSURANCE REQUIREMENTS: 15.1 The selected proposer will be required to procure and maintain at it’s own expense the following insurance coverage: a. Workers' Compensation and Employer’s Liability Insurance: Must show evidence of Worker’s Compensation insurance at State statutory limits, a policy or policies providing protection for employees in the event of job-related injuries. ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 13 of 19 b. General Liability Insurance: A policy or policies of comprehensive general liability insurance of general liability limits of $1,000,000 per occurrence/$2,000,000 aggregate. c. Errors and Omissions Insurance: A policy or policies of errors and omissions insurance with limits of $2,000,000. Said insurance must be issued by an insurer licensed to do business in the State of New York and must have an A.M. Best rating of not less than d. Automobile Liability Insurance: In the event that Respondent is using a vehicle in business, a policy or policies with limits of not less than $1,000,000 for each accident because of bodily injury, sickness, or disease, including death at any time, resulting therefrom, sustained by any person caused by accident; and a policy or policies with limits of not less than $1,000,000 for damage because of injury to or destruction of property, including the loss of use thereof, caused by accident and arising out of the ownership, maintenance, or use of any vehicles including owned, non-owned and hired. e. Excess/Umbrella Insurance: A policy or policies of insurance with limits of $2,000,000 per occurrence / $2,000,000 aggregate. 15.2 Each policy of insurance required shall be in form and content satisfactory to the City of Albany, and shall provide that: a. The City of Albany is named as an additional named insured on a primary and non-contributing basis. b. The insurance policies shall not be changed or cancelled until the expiration of thirty (30) days after written notice to the City of Albany Corporation Counsel's Office. c. The insurance policies shall be automatically renewed upon expiration and continued in force unless the City of Albany Corporation Counsel's Office is given sixty (60) days written notice to the contrary. 15.3 No work shall commence under the contract until the selected proposer has delivered to the City or its designee proof of issuance of all policies of insurance required by the Contract to be procured by the selected proposer. If at any time, any of said policies shall be or become unsatisfactory to the City, the selected proposer shall obtain a new policy and submit proof of insurance of the same to the City for approval. Upon failure of the selected proposer to furnish, deliver, and maintain such insurance as above provided, the contract may, at the election of the City, be declared suspended, discontinued or terminated. Failure of the selected proposer to procure and maintain any required insurance shall not relieve the selected proposer from any liability under the contract, nor shall the insurance requirements be ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 14 of 19 constructed to conflict with the obligations of the selected proposer concerning indemnification. SECTION 16: NON-COLLUSIVE PROPOSAL CERTIFICATE & ACKNOWLEDGMENT: 16.1 Each proposer shall complete and submit with the proposal the “Non-Collusive Proposal Certificate” and the “Acknowledgment” found at the end of this RFP. SECTION 17: PROCUREMENT FORMS AND REQUIREMENTS: 17.1 Additional requirements for this RFP are described below. Relevant statements, where required to be submitted, must be executed and included in the submission in the following order: 1. Iran Divestment Act Statement, 2. Non- Discrimination and Diversity Requirements. 17.2 Iran Divestment Act: By submission of a bid in response to this Bid request, “each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each bidder is not on the list created pursuant to paragraph of subdivision 3 of section 165-a of the State Finance Law.” The list in question is maintained by the New York State Office of General Services. For further information and to view this list please go to: If in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefor. A political subdivision may award a bid to a bidder who cannot make the certification pursuant to paragraph of N.Y. General Municipal Law § 103-g on a case-by-case basis. 17.3 Non-Discrimination and Diversity Requirements: Pursuant to Federal laws and regulations, the New York State Executive Law Article 15-A and the City of Albany General Code Chapter 48, Article III Omnibus Human Rights Law, the City recognizes its obligation under the law to prevent discrimination on the grounds of race, sex, creed, color, religion, national origin, sexual orientation, gender, age, disability, marital or domestic partner, or English proficiency and to promote opportunities for maximum feasible participation of certified minority-and women-owned business enterprises and the employment of minority group members and women in the performance of City contracts. In furtherance of these rules and principles, the City of Albany highly encourages the participation of certified minority- and women–owned business enterprises (“MWBE”) at the City’s goal levels and the employment of minority groups’ members and women in the performance of its contracts. The City of Albany hereby notifies all Consultants submitting a proposal that it will affirmatively ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 15 of 19 ensure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, sex, creed, color, religion, national origin, sexual orientation, gender, age, disability, marital or domestic partner, or English proficiency in consideration for award. Further, by submission of a bid in response to this Bid request, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that: “The respondent/contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, sex, creed, color, religion, national origin, sexual orientation, gender, age, disability, marital or domestic partner, or English proficiency in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The respondent/contractor will not participate directly or indirectly in the discrimination prohibited by the federal, state and local laws and regulations, including employment practices. In all solicitations, either by competitive bidding, or negotiation made by the respondent/contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the respondent/contractor of the respondent/contractor’s obligations under this Statement and the federal, state and local laws and regulations relative to Non-discrimination on the grounds of race, sex, creed, color, religion, national origin, sexual orientation, gender, age, disability, marital or domestic partner, or English proficiency.” 17.4 Living Wage: When providing the services contemplated by this RFP, the entity/firm must comply with section 42-161 of the City of Albany Code, which requires payment of a living wage to all of the entity/firm’s employees working on the service contract. A Living Wage Compliance Form must be completed and submitted with each proposal. ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 16 of 19 SECTION 18: SUBMISSION REQUIREMENTS: 18.1 All Proposers shall be required to submit a complete proposal. As outlined in this RFP, all proposals shall include the following: a. Statement of Qualifications as outlined in Section 3. b. Work Proposal as outlined in Section 6. c. Cost Proposal as outlined in Section 7. d. Non-Collusive Proposal Certificate and Acknowledgment Form as outlined in Section 16 e. An acknowledgment of understanding that by submitting a bid the proposer certifies under penalty of perjury the above Iran Divestment Act statement, as outlined in Section 17.2 and the Non-Discrimination and Diversity statement, as outlined in Section 17.3. f. Living Wage Compliance Form as outlined in Section 17.4. 18.2 Failure to include all of the above items may result in the proposal being considered nonresponsive. ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 17 of 19 NON-COLLUSIVE PROPOSAL CERTIFICATE PURSUANT TO NEW YORK STATE GENERAL MUNICIPAL LAW SECTION 103-D By submission of this proposal, each proposer and each person signing on behalf of any proposer certifies, and in the case of a joint proposal each party thereto, certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: The prices in the proposal have been arrived at independently, without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other proposer or with any competitor; Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to the opening, directly or indirectly, to any other proposer or to any competitor; and No attempt has been made or will be made by the proposer to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. (Signature) (Print Name and Title) (Name of Partnership or Corporation) (Date) ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 18 of 19 ACKNOWLEDGMENT BY PROPOSER If Individual or Individuals: STATE OF ) COUNTY OF ) SS.: On this day of 20__, before me personally appeared to me known and known to me to be the same person(s) described in and who executed the within instrument, and he/she/they severally acknowledged to me that he/she/they executed the same. Notary Public, State of Qualified in Commission Expires If Corporation: STATE OF ) COUNTY OF ) SS.: On this day of 20__, before me personally appeared to me known, who, being by me sworn, did say that he/she is the (give title) of the (name of corporation) the corporation described in and which executed the above instrument; that he/she knows the seal of the corporation, and that the seal affixed to the instrument is such corporate seal; that it was so affixed by order of the board of directors of the corporation, and that he/she signed his/her name thereto by like order. Notary Public, State of Qualified in Commission Expires If Partnership: STATE OF ) COUNTY OF ) SS.: On this day of 20__, before me personally came to me known to be the individual who executed the foregoing, and who, being duly sworn, did depose and say that he/she is a partner of the firm of and that he/she has the authority to sign the same, and acknowledged that he/she executed the same as the act and deed of said partnership. Notary Public, State of Qualified in Commission Expires ---PAGE BREAK--- Request for Proposals October 16, 2019 Street & Sidewalk Construction Project Page 19 of 19 Living Wage Compliance City Code § 42-161 requires a living wage be paid to employees by any contractors awarded a contract by the City primarily for furnishing services to or for the City (excluding the purchase of goods or other property, the leasing of property or the development, redevelopment or rehabilitation of real property) and that involves an expenditure by the City to the contractor of at least $20,000, or the retention by the contractor of fees of at least $30,000, during a period of one year. The current Living Wage, as defined by the ordinance is as follows: If at least 70% of health care benefits are covered by employer: $13.27 Other: $15.42 Pursuant to the law, every proposal shall include a written commitment by the applicant to pay all covered employees a living wage and shall include a list of job titles and wage levels of all covered employees. Please provide titles and wage levels below for each employee who directly expends his/her time on a contract with the City. Company Name: Job Title Wage Range By signing below you are agreeing to pay all covered employees a Living Wage as set forth above for the duration of the contract with the City. Title: Date: Office Use Only Contract No: Dates: ---PAGE BREAK--- SAMPLE INDEX OF ITEMS 206.03 CONDUIT EXCAVATION AND BACKFILL, INCLUDING SURFACE RESTORATION LF 304.12 SUBBASE COURSE - TYPE 2 CY 402.017903 TRUE & LEVELING F9, SUPERPAVE HMA, 70 SERIES COMPACTION TON 402.097203 9.5 F2 TOP COURSE HMA, 70 SERIES COMPACTION TON 402.197903 19 F9 BINDER COURSE HMA, 70 SERIES COMPACTION TON 407.0102 DILUTED TACK COAT GAL 490.10 PRODUCTION COLD MILLING OF BITUMINOUS CONCRETE SY 503.1010 PCC FOUNDATION FOR PAVEMENT , CLASS C CY 604.070101 ALTERING MANHOLES EA 604.070102 ALTERING CATCH BASINS EA 608.0101 CONCRETE SIDEWALKS AND DRIVEWAYS SF 608.020102 HMA SIDEWALKS, DRIVEWAYS, AND BICYCLE PATHS, AND VEG. CONTROL STRIPS TON 608.03 RESET BRICK PAVED SIDEWALKS AND DRIVEWAYS SF 608.21 EMBEDDED DETECTABLE WARNING UNITS SF 609.0201 STONE CURB, GRANITE, (TYPE A) LF 609.15 RESETTING EXISTING CURB LF 610.1403 TOPSOIL - LAWNS CY 610.160201 ESTABLISH TURF - LAWNS - MANUAL SEED SY 610.160202 ESTABLISH TURF - LAWNS - HYDROSEED SY 611.015101 MAJOR DECIDUOUS TREE PLANTING - LONDON PLANE - 2" CALIPER EA 611.015102 MAJOR DECIDUOUS TREE PLANTING - AMERICAN ELM (DED RESISTANT) - 2" CALIPER EA 611.015103 MAJOR DECIDUOUS TREE PLANTING - SWEET GUM - 2" CALIPER EA 611.015104 MAJOR DECIDUOUS TREE PLANTING - TULIP TREE - 2" CALIPER EA 611.015105 MAJOR DECIDUOUS TREE PLANTING - CATALPA - 2" CALIPER EA 611.015106 MAJOR DECIDUOUS TREE PLANTING - REGAL PRINCE HYBRID OAK - 2" CALIPER EA 611.015107 MAJOR DECIDUOUS TREE PLANTING - RED OAK - 2" CALIPER EA 611.015108 MAJOR DECIDUOUS TREE PLANTING - SWAMP WHITE OAK - 2" CALIPER EA 611.020101 MINOR DECIDUOUS TREE PLANTING - ACCOLADE FLOWERING CHERRY - 2" CALIPER EA 611.020102 MINOR DECIDUOUS TREE PLANTING - TUPELO- 2" CALIPER EA 611.020103 MINOR DECIDUOUS TREE PLANTING - GOLDEN RAIN TREE - 2" CALIPER EA 611.020104 MINOR DECIDUOUS TREE PLANTING - SERVICEBERRY - 2" CALIPER EA 611.020105 MINOR DECIDUOUS TREE PLANTING - REDBUD - 2" CALIPER EA 611.020106 MINOR DECIDUOUS TREE PLANTING - THORNLESS HAWTHORN - 2" CALIPER EA 611.020107 MINOR DECIDUOUS TREE PLANTING - MALUS SPP. - 2" CALIPER EA 614.060104 TREE REMOVAL OVER 4" TO 6" AT BREAST HEIGHT - STUMP REMOVED EA 614.060204 TREE REMOVAL OVER 6" TO 12" AT BREAST HEIGHT - STUMP REMOVED EA 614.060304 TREE REMOVAL OVER 12" TO 18" AT BREAST HEIGHT - STUMP REMOVED EA 614.060404 TREE REMOVAL OVER 18" TO 24" AT BREAST HEIGHT - STUMP REMOVED EA 614.060504 TREE REMOVAL OVER 24" TO 36" AT BREAST HEIGHT - STUMP REMOVED EA 614.060604 TREE REMOVAL OVER 36" TO 48" AT BREAST HEIGHT - STUMP REMOVED EA 614.060704 TREE REMOVAL OVER 48" TO 60" AT BREAST HEIGHT - STUMP REMOVED EA Item No. Description Unit 1 of 2 ---PAGE BREAK--- SAMPLE INDEX OF ITEMS Item No. Description Unit 614.060804 TREE REMOVAL OVER 60" TO 72" AT BREAST HEIGHT - STUMP REMOVED EA 619.01 BASIC WORK ZONE TRAFFIC CONTROL LS 619.0901 TEMPORARY PAVEMENT MARKINGS, STRIPES (TRAFFIC PAINT) LF 619.110513 PORTABLE VARIABLE MESSAGE SIGN (PVMS) STANDARD SIZE EA 621.04 CLEANING DRAINAGE STRUCTURES EA 635.0103 CLEANING AND PREPARATION OF PAVEMENT SURFACES-LINES LF 645.8102 RETROREFLECTIVE SIGN POST STRIP EA 655.1201 MANHOLE FRAME AND GRATE EA 655.1202 MANHOLE FRAME AND COVER EA 663.26 NEW WATER SERVICE BOX EA 663.33 ADJUST EXISTING VALVE BOX ELEVATION EA 663.35 ADJUST EXISTING CURB BOX ELEVATION EA [PHONE REDACTED] ALTER ELEVATION OF PULLBOX, TYPE 2 EA 680.510501 PULLBOX, RECTANGULAR 26" x 18", REINFORCED CONCRETE EA [PHONE REDACTED] JUNCTION BOX, CAST ALUMINUM EA 680.520104 CONDUIT, METAL STEEL, ZINC COATED, 1.25" NPS LF 680.520508 TRAFFIC SIGNAL CONDUIT, RIGID PLASTIC CLASS 1, 3" NPS LF 680.54 INDUCTANCE LOOP INSTALLATION LF 680.72 INDUCTANCE LOOP WIRE LF 680.77 ALLOWANCE FOR MODIFIED TRAFFIC SIGNAL EQUIPMENT AL 685.11 WHITE EPOXY REFLECTORIZED PAVEMENT STRIPES LF 685.12 YELLOW EPOXY REFLECTORIZED PAVEMENT STRIPES LF 685.13 WHITE EPOXY REFLECTORIZED PAVEMENT LETTERS EA 685.14 WHITE EPOXY REFLECTORIZED PAVEMENT SYMBOLS EA 688.01 WHITE PREFORMED REFLECTORIZED PAVEMENT STRIPES LF 688.02 YELLOW PREFORMED REFLECTORIZED PAVEMENT STRIPES LF 688.03 WHITE PREFORMED REFLECTORIZED PAVEMENT LETTERS EA 688.0401 WHITE PREFORMED REFLECTORIZED PAVEMENT "SHARROW" SYMBOLS EA [PHONE REDACTED] WHITE PREFORMED REFLECTORIZED PAVEMENT YIELD LINE SYMBOLS - LARGE EA 688.0403 WHITE PREFORMED REFLECTORIZED PAVEMENT ARROW SYMBOLS EA AL 202 CORRUGATED POLYETHYLENE PIPE LF AL 204 UNDERDRAIN LF AL 206 TRENCH CULVERT EXCAVATION AND BACKFILLING CY AL 525 DRAINAGE STRUCTURE LF AL 621.05 CLEANING WATER VALVES EA AL 645 STREET SIGNS SF AL 690 DRIVEWAY APRON REMOVAL SY AL 820 REBUILDING CATCH BASIN AND MANHOLE STRUCTURES LF 697.03 FIELD CHANGE PAYMENT ITEM ALLOWANCE AL 699.040001 MOBILIZATION - NOT TO EXCEED 4.00% OF THE SUBTOTAL SHOWN ABOVE. (SEE NYSDOT SPECIFICATION FOR DETAILS ON THIS ITEM.) LS 2 of 2 ---PAGE BREAK--- 1 AGREEMENT BY AND BETWEEN THE CITY OF ALBANY AND FOR THE PROVISION OF PROFESSIONAL ENGINEERING SERVICES This Agreement made 2019 (hereinafter referred to as the “EFFECTIVE DATE”) by and between the CITY OF ALBANY, a New York municipal corporation with its principal offices at 24 Eagle Street, Albany, New York, 12207 (hereinafter referred to as “CITY”) and a New York with its principal offices located at New York, (hereinafter referred to as “CONSULTANT”). WITNESSETH WHEREAS, the CITY issued a Request for Proposals dated 2019 (hereinafter referred to as “RFP”, which is incorporated herein and made a part of this Agreement) for the provision of professional engineering services in connection with the Street & Sidewalk Construction Project; and WHEREAS, the CONSULTANT submitted a Proposal dated 2019 (hereinafter referred to as the “Proposal”, which is incorporated herein and made a part of this Agreement) for the provision of said professional engineering services; and WHEREAS, the CITY has selected CONSULTANT to provide the said professional engineering services, NOW, THEREFORE, THE PARTIES HERETO, IN CONSIDERATION OF THE MUTUAL COVENANTS SET FORTH IN THIS AGREEMENT, AGREE AS FOLLOWS: ARTICLE I. SCOPE OF SERVICES CONSULTANT agrees to provide the Scope of Services for the Street & Sidewalk Construction Project as forth in the CITY’s RFP numbered 2019-32 and dated October 16, 2019 2019, a copy of which is incorporated herein, and the Scope of Services as more specifically set forth on pages of CONSULTANT’s Proposal, a copy of which is incorporated herein. All services and deliverables shall be provided within the time period set forth in Section 5 of the CITY’s RFP. ---PAGE BREAK--- 2 ARTICLE II. FEES In consideration of the terms and obligations of this Agreement, the CITY agrees to pay, and the CONSULTANT agrees to accept, fees as follows: Any task description that does not have a cost associated must be approved by the City Engineer, or his designated representative, upon the submission of a task order by CONSULTANT. Task orders that do not include a “not to exceed” quote for that task will not be accepted. The CONSULTANT shall submit to the CITY itemized bills, properly executed claim forms, vouchers, and such other necessary information or supporting documentation as may be required by the CITY in order to process payment. ARTICLE III. TERM OF THE AGREEMENT The term of this AGREEMENT will be one year, and will commence on EFFECTIVE DATE and expire after a one year. The CITY will, however, have the right to terminate the agreement at any time, with or without cause. The CITY shall also have the option to extend the contract for one year, upon Budget approval. ARTICLE IV. RELATIONSHIP The CONSULTANT is, and will function as, an independent contractor under the terms of the Agreement and shall not be considered an agent or employee of the CITY for any purposes, and the employees of the CONSULTANT shall not in any manner be, or be held out to be, agents or employees of the CITY. ARTICLE V. OWNERSHIP OF DOCUMENTS All documents, including original drawings, estimates, specifications, field notes, and data prepared and furnished by the CONSULTANT pursuant to this Agreement shall be the property of the CITY. ARTICLE VI. LICENSES The CONSULTANT shall at all times obtain and maintain all licenses required by the State of New York to perform the services contemplated by this Agreement. ---PAGE BREAK--- 3 ARTICLE VII. ASSIGNMENTS The CONSULTANT is, as per Section 109 of the New York General Municipal Law, prohibited from assigning, transferring, conveying, subcontracting or otherwise disposing of this Agreement, or of its right, title, or interest therein without the previous consent in writing of the CITY. ARTICLE VIII. INDEMNIFICATION To the fullest extent permitted by law, the CONSULTANT shall indemnify, defend and hold harmless the CITY and its officers, directors, boards, employees, and agents from and against any and all claims, damages, losses and expenses, including but not limited to attorney’s fees, for any actual or alleged injury to any person or persons, including death, or damage to or destruction of property arising out of any act or omission on the part of the CONSULTANT, its employees, agents or subcontractors for any work or services performed on behalf of the CITY. Both PARTIES shall notify each other in writing within thirty (30) days of any such claims or demands and shall cooperate in the defense of any such actions. ARTICLE IX. INSURANCE Notwithstanding the terms, conditions or provisions, in any other writing between the parties, the CONSULTANT hereby agrees to effectuate the naming of the CITY, its boards, officers and employees as additional insureds on a primary and non-contributory basis on the CONSULTANT’s insurance policies, with the exception of the Worker’s Compensation. A. All policies of insurance required shall be in the following form and content satisfactory to the CITY: i. Said insurances must be issued by an insurer licensed to do business in the State of New York and must have an A.M. Best rating of not less than ii. The insurance policies shall state that the CONSULTANT’s coverage shall be primary coverage for the municipality, its boards, officers and employees; iii. The insurance policies shall state the CONSULTANT agrees to indemnify the municipality for any applicable deductibles; iv. The insurance policies shall not be changed or cancelled until the expiration of thirty (30) days after written notice to the CITY; and v. The insurance policies shall be automatically renewed upon expiration and continued in force unless the CITY is given sixty (60) days written notice to the contrary. B. The CONSULTANT will be required to procure and maintain at its own expense the following insurance coverage: ---PAGE BREAK--- 4 i. Workers' Compensation and Employer’s Liability Insurance: Must show evidence of Worker’s Compensation insurance at State statutory limits, a policy or policies providing protection for employees in the event of job-related injuries; ii. Commercial General Liability Insurance: A policy or policies of comprehensive general liability insurance of general liability limits of $1,000,000 per occurrence/$2,000,000 aggregate; iii. Errors and Omissions/ Professional Liability Insurance: A policy or policies of errors and omissions insurance with limits of not less than one million dollars ($1,000,000.00). Said insurance must be issued by an insurer licensed to do business in the State of New York and must have an A.M. Best rating of not less than iv. Excess/Umbrella Insurance: A policy or policies of insurance with limits of $2,000,000 per occurrence/$2,000,000 aggregate; v. Pollution Liability Insurance: A policy or policies of pollution liability insurance of liability limits of $2,000,000 per occurrence/$2,000,000 aggregate; and vi. Automobile Liability Insurance: In the event that CONSULTANT is using a vehicle in business, a policy or policies of comprehensive automobile liability insurance with limits of not less than $1,000,000 for each accident because of bodily injury, sickness, or disease, including death at any time, resulting therefrom, sustained by any person caused by accident; and a policy or policies with limits of not less than $1,000,000 for damage because of injury to or destruction of property, including the loss of use thereof, caused by accident and arising out of the ownership, maintenance, or use of any automobiles, including owned, non-owned and hired. No work shall commence under the Agreement until CONSULTANT has delivered to the CITY or its designee proof of issuance of all policies of insurance required by the Agreement to be procured by CONSULTANT. If at any time, any of said policies shall be or become unsatisfactory to the CITY, CONSULTANT shall obtain a new policy and submit proof of insurance of the same to the CITY for approval. Upon failure of CONSULTANT to furnish, deliver, and maintain such insurance as above provided, the Agreement may, at the election of the CITY, be declared suspended, discontinued or terminated. Failure of CONSULTANT to procure and maintain any required insurance shall not relieve CONSULTANT from any liability under the Agreement, nor shall the insurance requirements be constructed to conflict with the obligations of CONSULTANT concerning indemnification. ARTICLE X. ACCOUNTING RECORDS Proper and full accounting records shall be maintained by the CONSULTANT. Said records shall clearly identify the services provided under this Agreement. Such records shall be subject to periodic and final audit by the CITY upon request. Such records shall be accessible to ---PAGE BREAK--- 5 the CITY for a period of six years following the date of final payment by the CITY to the CONSULTANT for the provision of the services contemplated herein. ARTICLE XI. CONFIDENTIALITY The CONSULTANT agrees to keep confidential and not to disclose to any person or entity, other than the CONSULTANT’s employees, subcontractors and the general contractor and subcontractors, if appropriate, any data or information not previously known to and generated by the CONSULTANT or furnished to the CONSULTANT and marked “CONFIDENTIAL” by the CITY. These provisions shall not apply to information in whatever form that is in the public domain, nor shall it restrict the CONSULTANT from giving notices required by law or complying with an order to provide information or data when such order is issued by a court, administrative agency or other legitimate authority, or if disclosure is reasonably necessary for the CONSULTANT to defend itself from any legal action or claim. CONSULTANT shall notify the CITY in writing of such required disclosures. ARTICLE XII. TERMINATION OF AGREEMENT Notwithstanding any provisions of this agreement, the CITY shall have the right at any time, with or without cause, to terminate the services contemplated by this Agreement upon written notice of such termination. In the event of such termination of this Agreement, the CONSULTANT shall be entitled to prorated compensation for all services provided and authorized by the CITY pursuant to this Agreement prior to the written termination notice. Once such prorated compensation has been paid, the CITY shall have no further obligations to the CONSULTANT. ARTICLE XIII. MODIFICATIONS This Agreement may only be modified by a formal written amendment executed by the CITY and the CONSULTANT. ARTICLE XIV. PARTIAL INVALIDITY If any term, part, provision, section, subdivision, or paragraph of this Agreement shall be held unconstitutional, invalid, or ineffective, in whole or in part, such determination shall not be deemed to invalidate the remaining terms, parts, provisions, sections, subdivisions, or paragraphs thereof. ---PAGE BREAK--- 6 ARTICLE XV. CONTRACT DOCUMENTS It is understood and agreed by the parties hereto that the following documents are incorporated into this Agreement and become as fully a part of this Agreement as if fully set forth herein: A. The RFP dated October 16, 2019; and B. The Proposal dated 2019. In the event of any discrepancy, disagreement, or ambiguity among the documents referenced above, said documents shall be given preference in the following order to interpret and to resolve any such discrepancy, disagreement, or ambiguity: A. This Agreement; B. The RFP dated October 16, 2019; and C. The Proposal dated 2019. ARTICLE XVI. NO WAIVER The failure of either party to this Agreement to insist upon the performance of any of the terms and conditions of this Agreement, or the waiver of any breach of any of the terms and conditions of the Agreement, shall not be construed as thereafter waiving any such terms and conditions, but the same shall continue and remain in full force and effect as if no such forbearance or waiver had occurred. ARTICLE XVII. NOTICES Any notice required or contemplated herein shall be made upon the parties as follows: CITY: Division of Engineering Attn: Randall J. Milano P.E. City of Albany One Richard Conners Boulevard Albany, New York12204 CONSULTANT: [Name] [Address] [Address] With a copy to: Corporation Counsel Department of Law City Hall, Room106 Albany, New York 12207 ---PAGE BREAK--- 7 ARTICLE XVIII. NON-DISCRIMINATION REQUIREMENTS To the extent required by Article 15 of the Executive Law (also known as the Human Rights Law) and all other State and Federal statutory and constitutional non-discrimination provisions, the CONSULTANT will not discriminate against any employee, applicant or anyone in the performance of this Agreement because of race, creed, color, sex, national origin, sexual orientation, age, disability, genetic predisposition or carrier status, or marital status. Furthermore, in accordance with Section 220-e of the Labor Law, if this is a contract for the construction, alteration or repair of any public building or public work or for the manufacture, sale or distribution of materials, equipment or supplies, and to the extent that this Agreement shall be performed within the State of New York, CONSULTANT agrees that neither it nor its subcontractors shall, by reason of race, creed, color, disability, sex or national origin; discriminate in hiring against any New York State citizen who is qualified and available to perform the work; or discriminate against or intimidate any employee hired for the performance of work under this Agreement. If this is a building service agreement as defined in Section 230 of the Labor Law, then, in accordance with Section 230 thereof, CONSULTANT agrees that neither it nor its subcontractors shall by reason of race, creed, color, national origin, age, sex or disability; discriminate in hiring against any New York State citizen who is qualified and available to perform the work; or discriminate against or intimidate any employee hired for the performance of work under this Agreement. CONSULTANT is subject to fines of $50 per person per day for any violation of Section 220-e or Section 239 as well as possible termination of this Agreement and forfeiture of all monies due hereunder for a second or subsequent violation. ARTICLE XIX. LIVING WAGE When providing the services contemplated by this Agreement, the Consultant must comply with Sect 42-161 of the City of Albany Code, which requires payment of a living wage to all its employees working on a service contract. See Exhibit C: Living Wage Compliance Form. ARTICLE XX. EXECUTORY This Agreement shall be deemed executory only for the extent of monies available to the CITY for the performance of the terms hereof and no liability on account thereof shall be incurred by the CITY beyond monies available to or appropriated by the CITY for the purpose of the Agreement and, if applicable, that this Agreement shall automatically terminate upon the termination of State or Federal funding available for such contract purpose. ---PAGE BREAK--- 8 ARTICLE XXI. GOVERNING LAW This AGREEMENT shall be governed by and construed according to the laws of the State of New York and City of Albany. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be executed on the day and year first written above. CITY OF ALBANY CONSULTANT Katherine M. Sheehan [Name] Mayor [Title] Date: ---PAGE BREAK--- 9 NOTARY ACKNOWLEDGEMENT STATE OF NEW YORK ) COUNTY OF ) ss.: On this day of 2019, before me personally appeared to me known to be the individual who executed the foregoing instrument, and who, being duly sworn by me did say that he/she is of the architectural/engineering firm and that he/she has the authority to sign same, and acknowledged that he/she executed the same as the act and deed of the firm. Notary Public, State of New York Qualified in Commission Expires NOTARY ACKNOWLEDGEMENT STATE OF NEW YORK ) COUNTY OF ALBANY ) ss.: CITY OF ALBANY ) On this day of 2019, before me personally came Katherine M. Sheehan, to me known and known to me to be the Mayor of the City of Albany, New York and the same person who executed the foregoing instrument; and she acknowledged that she executed the foregoing instrument on behalf of the City of Albany, New York as said Mayor pursuant to the authority vested in her. Notary Public, State of New York Qualified in Commission Expires