Loading...
HomeMy WebLinkAboutPW RTSE Design AssistanceAgenda Item No: 3, k Meeting Date: February 18, 2014 Department: Public Works Prepared by : ova ity Manager Appr ll/#W Director of Public Works File No.: 18.01.76 SUBJECT: A Resolution accepting a proposal from Kimley-Horn and Associates, Inc. for design assistance on the Regional Transportation System Enhancements Project and authorizing the Public Works Director to enter into a Professional Services Agreement with Kimley- Horn and Associates, Inc. in the amount of $356,877.00 '160 fl Me BACKGROUND: Sonoma Marin Area Rail Transit (SMART) is constructing a new commuter rail train to downtown San Rafael with operations beginning in 2016. Ultimately, the rail will continue through San Rafael to Larkspur. The new rail station in downtown San Rafael is to be located between 3rd and 4th Streets. The new rail system in downtown San Rafael will have a profound impact on traffic patterns. The existing rail has not been in service for more than 35 years. The City's infrastructure has built up around this area making it one of the busiest local areas in the County. In anticipation of SMART's operation of the rail line and construction of a station within this heavily traveled local area, the Public Works Department has initiated the Regional Transportation System Enhancements project to prepare San Rafael's downtown transportation system for upcoming rail operations. Currently, the City's traffic signal system is not equipped to work together with the future SMART rail system. Upgrading the majority of the system to include rail pre-emption is essential for bicycle, pedestrian and vehicular safety as well as overall efficiency of the downtown roadway network. Staff applied for and received Conizestion Mitigation and Air Quality (CMAQ.) funds through the One Bay Area Grant (OBAG) program for this project which involves two major components, traffic signal upgrades and civil improvements. This project was specifically identified in the City of San Rafael's 2012 Downtown Station Area Plan as agh"' priority. Traffic signal improvements include the following: Install traffic signal interconnect and/or fiber optic cables to increase the reliance and speed at which the traffic signal controllers communicate Upgrade 7 traffic signal controllers and cabinets to allow cross communication between traffic signal controllers and rail signal controllers. Council Meeting: HI DilspositionS Install count -down pedestrian signal heads at 13 signalized intersections Upgrade and relocate traffic signal equipment at 3 intersections to achieve ADA compliance Upgrade service enclosures at 7 signalized intersections Install extinuishable message signs (EMS) and traffic operations video surveillance equip gment I R lilll`� • Install 19 Americans with Disabes Act (ADA) compliant curb ramps • Widen the sidewalk on Hetherton Street between 4 th Street and 3 rd Street • Widen the sidewalk on 4 1h St between Hetherton Street & Tamalpais Avenue aa.�� The Department of Public Works solicited design proposals and received three proposals from qualified firms on January 14, 2014. All proposals were evaluated by City staff based on criteria speced in the request •for proposals (RFP), including but not limited tounderstanding of the work to be done, previous experience with similar projects completed on time and within budget, qualified and experienced personnel on the project team, familiarity with state and federal procedures and commitment to adhering to the project schedule and budget. All three firms were selected for interviews, which were conducted on January 30, 2014 with panel members consisting of City staff. Since all applicants were well qualified, it was exceptionally difficult to narrow down a preferred design firm for this project. However, after some deliberation, the panel selected Kimley-Hom and Associates as the most quaed consultant for this project. FISCAL IMPACT: At this time SMART is moving forward with their work to have an active rail service in place in 2016. The City of San Rafael has applied for grant funding to support our Regional Transportation System Enhancement Project but we have only received grant funding for the construction portion and not the design. Since the new rail system will dramatically impact the downtown area of San Rafael, proceeding with the design and implementing the construction before the rail service is active will minimize adverse impacts to the area on day one SMART operations. Policy C-6 of the City's General Plan 2020 identifies Major Planned Circulation Improvement projects for the City of San Rafael as shown in Exhibit 21 of that document. Item 22 Upgrade "Traffic Signal System", Item 23 "Install Traffic Monitoring Sensors and Camera Systems", and Item 24 "Install Fiber Optic Network throughout the Traffic System" all relate to the work proposed for this project such that Traffic Mitigation Funds may be utilized to support this project. The City of San Rafael has been approved to receive CMAQ grant for construction of this project in the amount of $1,900,000. Federal funding requires anlocal match which equates to $217,930. At this time, the exact construction cost for the project is not known; however, due to complexity of the project, the grant amount plus the local match may not be sufficient to cover the construction cost. A more detailed cost breakdowns will be provided as the design of the new system is completed. . I I The original estimate for the design of the project consistect of utilizing Traffic Mitigation Funds and Vehicle Impact Funds in the amount of $775,000. Portions of these will be utilized as the local match for construction as well as supporting the design expense. The 877 proposal from Kimley-Hom and I Associates falls within the estimated budget amount for the design of this project. A summary of the current budget is as follows-, Funding Source Amount Note(s) Traffic Mitigation Funds $528,835 May be used for Design and Construction (*) Vehicle Impact Fee $246,165 May be used for Design and Construction (*) Federal CMAQ Grant Funds (Funds acquired through OBAG) $1,900,000 Construction Only { } Total Available Funds $296759000 etc. (assume approx. 10%) Expenses Category -Eden Expense Code Amount Note(s) Design -01 $356,877 Kimley-Dorn & Associates Miscellaneous -07 $3 6,123 Estimated Document Reproduction, Exhibit B Community Outreach Documentation, etc. (assume approx. 10%) Total Anticipated Design Costs $3939000 Construction $2,28200 Estimated Construction Cost Total Expenses $21675,000 Agreement * The exact construction cost is not known at this time. We therefore request that the City Council authorize the Public Works Director to approve the professional services contract with Kimley-Horn & Associates. The Council may choose to not authorize the Director of Public Works to enter into a Professional Services Agreement with Kimley-Horn and Associates and require reissuance of the request for proposals. Doing so will result in the postponement of the design and construction of this project. Adopt the resolution allowing the Public Works Director to enter into a Professional Services Agreement with Kimley-Horn and Associates for design of the Regional Transportation System Enhancements Project. Enclosures 1. Resolution 2. Agreement 3. Exhibit A 4. Exhibit B A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 1 RAFAEL ACCEPTING l PROPOSALKIMLEY-HORN AND ASSOCIATES, DESIGN ASSISTANCE REGIONAL TRANSPORTATION ENHANCEMENTS AND AUTHORIZING DIRECTOR TO ENTER INTO 1 PROFESSIONAL AGREEMENT AND ASSOCIATES, $356,877 WHEREAS, Sonoma Marin Are Rail Transit (SMART) begin operations in downtown « « « « 1 WHEREAS, the Regional Transportation System Enhancements Project will install Americans with Disabilities (AICA) compliant pedestrian facilities and upgrade existing traffic• «l equipment preparatory ti the implementationof i « Marin Area Rail Transit commuter train in 2016; and WHEREAS, i of «Rafaeli i i Resolution No. 13482 of local support and authorization to submit an application to the Metropolitan Transportation Commission for funding through the one Bay Area grant program for construction of the City's Regional Transportation System Enhancements Project; and WHEREAS,` City of « « has been awarded Ci •` i and Air Quality Imi • $1,900,000 i construction of project;and 1 M « • « i i i i « � « Administrationi• i allocation of ` construction fundson i! and ` cost fordesign and remainder of i i be allocated i i amount of $528,835 and from Vehicli Impact Pees in the amount of $246,1 and WHEREAS, City staff found that design services from qualified consultants will be required for this project and WHEREAS, City staff followed the federal standard procedures for selection of the most qualified consultant; and WHEREAS, the most qualified consultant team is Kimley-Horn and Associates, Inc., with a fee in the amount of $356,877 (technical proposal attached as Exhibit A); 11111111111 ��1111 loom ;lqi 1 A MLA 'j J'j a 0 tj W 4 I I . The Professional Scope of Services for Kimley-Horn & Associates, a:g V Council does hereby authorize the Public Works Director to enter into Professional Services Agreement with Kimley-Horn & Associates for professional services listed in Exhibit "A", in a form approved by the City Attorney and in an amount not to exceed $356,877. 3. The Director of Public Works is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. IN001 owl N ammNill iii I foregoing resolution was duly and regularly 'Introduced and adopted at a regular meeting of the Council of said City on the I 8th day of February, 2014, by the following vote,, to wit: AYES: COUNCILMEMBERS.- Bushey, Colin, Connolly, McCullough & Mayor Phillips NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None ESTHER C. BEIRNE, City Clerk File No.: 18.01.76 AGREEMENT FOR PROFESSIONAL SERVICES WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR THE REGIONAL TRANSPORTATION SYSTEM ENHANCEMENTS PROJEC71 A. This contract is between the following named, hereinafter referred to as, CONSULTANT and the following named, hereinafter referred to as, LOCAL AGENCY: The name of the CONSULTANT is as follows: KIMLEY-HORN AND ND ASSOCIATES, INC. Incorporated in the State of CALIFORNIA U The Project Manager for the "CONSULTANT" will be KEVIN AGUIG]U The name of the "LOCAL AGENCY" is as follows: CITY OF SAN RAFAEL The Contract Manager for the LOCAL AGENCY will be NADER MANSOURIAN, Public Works Director. B. The work to be performed under this contract is described'in Article 11 entitled Statement of Work and the approved CONSULTANT's Scope of Work dated January 14, 2014. C. Except as otherwise provided in Paragraph B., CONSULTANT shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by LOCAL AGENCY, and hold harmless LOCAL AGENCY, its officers, agents, employees and volunteers (collectively, the "LOCAL AGENCY Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of CONSULTANT'S performance of its obligations or conduct of its operations under this Agreement. The CONSULTANT's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the LOCAL AGENCY Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the LOCAL AGENCY Indemnitees, the CONSULTANT's indemnification obligation shall be reduced in proportion to the LOCAL AGENCY Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the CONSULTANT's work or work product by the LOCAL AGENCY or any of its directors, officers or employees shall not relieve or reduce the CONSULTANT's indemnification obligations. In the event the LOCAL AGENCY Indemnitees are made a party to any action,, lawsuit, or other adversarial proceeding arising from CONSULTANT'S performance of or operations under this Agreement, CONSULTANT shall provide a defense to the LOCAL AGENCY Indemnitees or at LOCAL AGENCY'S option reimburse the LOCALAGENCY Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in defense of such claims. D. Where the services to be provided by CONSULTANT under this Agreement are design professional services to be performed by a design professional as that term is defined under Civil Code Section 278 2.8, CONSULTANT shallto the fullest extent permitted by law, indemnify, release, defend and hold harmless the LOCAL AGENCY Indemnitees from and against any CLAIMS that arise out of, pertain to, or relate to the negligencerecklessnessor willful misconduct of CONSULTANT in the performance of its duties and obligations under this Agreement or its failure to comply with any of its obligations containea in this Agreement, except such CLAIM- which is caused by the sole negligence 'llful misconduct of LOCAL AGENCY. or wi Page I of 17 E. The defense and indemnification obligations of this Agreement are undertaken in addition to, and I not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or completion of this Agreement for the full period of time allowed by law. F. The CONSULTANT and the aents and employees of CONSULTANT, in the performance gof this agreement, shall act in an Independent Contractor capacity and not as officers or employees or agents of the LOCAL AGENCY. G. The LOCAL AGENCY may terminate this agreement with CONSULTANT should CONSULTANT fIil to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, the LOCAL AGENCY may proceed with the work in any manner deemed proper by the LOCAL AGENCY. -If the LOCAL AGENCY terminates this agreement with the CONSULTANT!, LOCAL AGENCY shall pay CONSULTANT the sum due the CONSULTANT under this agreement prior to termination, unless the cost of completion to the LOCAL AGENCY exceeds the funds remaining in the contract. In which case the overage shall be deducted from any sum due the CONSULTANT under this agreement and the balance, if any, shall be paid the CONSULTANT upon demand. H. Without the written consent of the LOCAL AGENCY, this agreement is not assignable by CONSULTANT either in whole or in part. I. No alteration or variation of the terms of this contract shall be valid,, unless made in writing and signed by the parties hereto; and no oral understanding or agreement not incorporated herein, shall be binding on any of the parties hereto. J. The consideration to be paid to CONSULTANT as provided herein, shall be in compensation for all of CONSULTANT's expenses incurred in the performance hereof, including travel and per diem, unless otherwise expressly so provided. ARTICLE 11 STATEMENT OF WORK The approved CONSULTANT's Scope of Work is attached hereto (Exhibit A) and incorporated by reference. If there is any conflict between the approved Cost Proposal and this contract, this contract shall take precedence. A. The CONSULTANT shall submit progress reports at least once a month with the progress invoice. The report should be sufficiently detailed for the Contract Manager to determine, if the CONSULTANT is performing to expectations,, or is on schedule; to provide communication of interim findings, and to sufficiently address any difficulties or special problems encountered, so remedies can be developed. B. The CONSULTANT"s Project Manager shall meet with the LOCAL AGENCY's Contract Manager,, as needed, to discuss progress on the contract. A. This contract shall go into effect upon execution by both parties, and the CONSULTANT shall commence work after notification to proceed by the LOCAL AGENCYS Contract Manager. The Page 2 of 17 contract shall end upon completion of the work to the satisfaction of the LOCAL AGENCY'S Contract Manager. B. The CONSULTANT is advised that any recommendation. for contract award is not binding on the LOCAL AGENCY until the contract is fully executed and approved by the LOCAL AGENCY. A. The LOCAL AGENCY will reimburse the CONSULTANT based on a time and materials basis with a maximum "not to exceed" fee as set forth in the CONSULTANT's Cost Proposal attached hereto as Exhibit B and incorporated herein, as being the maximum cost to perform all work. Tasks identified in the CONSULTANT's Scope of Work as "optional(i.e. Extended Phase I Archaeological Survey, Air Quality Impact Assessment, Acoustical Screening Assessment, and Construction Support) shall only be performed after receipt of LOCAL AGENCY approval in writing. The Cost Proposal fee shIll include all direct costs and overhead such as, but not limited totransportation,, communications, subsistence and materials, and any subcontracted items of work. B. The CONSULTANT will not be reimbursed for actual costs (direct or overhead costs) that exceed the approved CONSULTANT'S Cost Proposal fee, unless additional reimbursement is provided for by contract amendment. In the event that the LOCAL AGENCY determines that a chane to the gwork from that specified in the Cost Proposal and contract is required, the contract time and/or actual costs reimbursable by the LOCAL AGENCY shall be adjusted by contract amendment to accommodate the changed work. The maximum total cost as specified in the approved CONSULTANT'S Cost Proposal shall not be exceeded, unless authorized by contract amendment. C. Progress payments will be made monthly based on actual hours, hourly costs,, and support service costs char•ged to •the project. Progress payments will only be processed upon receipt of itemized invoice and progress report submitted to the LOCAL AGENCY. If CONSULTANT fails to submit the required deliverable items accordin•g to the schedule set forth in the Statement of Workthe LOCAL AGENCY shall have the right to delay payment and/or terminate this Agreement in accordance with the provisions of Article VI Termination. D. No payment will be made prior to approval of any work, nor for any work performed prior to approval of this contract. E. The CONSULTANT will be reimbursed,, as promptly as fiscal procedures will permit upon receipt by the LOCAL AGENCY's Contract Manager of an itemized invoice. Invoices and progress reports shall be submitted no later than 45 -calendar days after the performance of work for which the CONSULTANT is billing. Invoices shall detail the work performed on each milestone and each project as applicable. Invoices shall reference this contract number and project title. Final invoice must contain the final cost and all credits due the LOCAL AGENCY including any equipment purchased under the provisions of Article XVI Equipment Purchase of this contract. The final invoice should be submitted within 60 -calendar days after completion of the CONSULTANT's work. Invoices shall be mailed to the LOCAL AGENCY's Contract Manager at the following address: City of San Rafael Attention: Nader Mansourian I I I Morphew Street San Rafael,, CA 94901 F. All subcontracts in excess of $25,000 shall contain the above provisions. G. CONSULTANT agrees that LOCAL AGENCY may deduct from any payment due to CONSULTANT under this Agreement, any monies which CONSULTANT owes LOCAL AGENCY under any ordinance, agreement contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other MA -M 9-114 A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of terminationneither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all LOCAL AGENCY documents or materials provided to CONSULTANT and any and all of CONSULTANT's documents and materials prepared for or relating to the perfon-nance of its duties under this Agreement, shall be delivered to LOCAL AGENCY as soon as possible, but not later than thirty (30) days after termination. A. It is mutually understood between the parties that this contract may have been written before ascertaining the availability of funds or appropriation of funds, for the mutual benefit of both parties, in order to avoid program and fiscal delays that would occur if the agreement were executed after that determination was made. agreement is valid and enforceable only, if sufficient funds are made available to the LOCAL AGENCY for the purpose of this contract. In addition, this agreement is subject to any additional restrictions,, limitations,, conditions, or any statute enacted by the Congress, State Legislature, or LOCAL AGENCY governing board that may affect the provisions, terms, or funding of this contract in any manner. C. It is mutually agreed that if sufficient funds are not appropriated, this contract may be amended to reflect any reduction in funds. D. The LOCAL AGENCY has the option to void the contract under the 30 -day cancellation clause, or by mutual agreement to amend the contract to reflect any reduction of funds. A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. FOL. This written Agreement shall supersede any and all prior agreementsoral or writtenregarding the subject matter between the CONSULTANT and the LOCAL AGENCY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The ten -ns and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONSULTANT and the LOCAL AGENCY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. F. There shall be no change in the CONSULTANT's Project Manager or members of the project team, as listed in the approved Scope of Work, which is a part of this contract without prior written approval by the LOCAL AGENCY's Contract Manager. G. The CONSULTANT shall only commence work covered by an amendment after the amendment is executed and notification to proceed has been provided by the LOCAL AGENCY's Contract Manager. ARTICLE IX DISADVANTAGED BUSINESS ENTERPRISES (DBE) PARTICIPATION A. The Agency has established a DBE goal for this Agreement of 7.71 %. B. DBEs and other small businesses are strongly encouraged to participate in the performance o - Agreements financed in whole or in part with federal funds (See 49 CFR 26, "Participation b) Disadvantaged Business Enterprises in Department of Transportation Financial Assistanc( Programs"). The CONSULTANT should ensure that DBEs and other small businesses have th( opportunity to participate in the performance of the work that is the subject of this solicitation an( should take all necessary and reasonable steps for this assurance. The CONSULTANT shall no discriminate on the basis of race,color, national origin, or sex in the award and performance o' subcontracts. C. CONSULTANTs are encouraged to use services offered by financial institutions owned and controlled by DBEs. W. It is the CONSULTANT's responsibility to be fully informed regarding the requirements of 49 CFF, - Part 26,, and the Department's DBE program developed pursuant to the regulations. Particular attention is directed to the following: 1. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified through the California Unified Certification Program (CUCP). 2. A certified DBE may participate as a prime contractor,, subcontractor,, joint venture partner,, as vendor of material or supplies, or as a trucking company. 3. A DBE proposer not proposing as a joint venture with a non -DBE, will be required to document one or a combination of the following: i. The proposer is a DBE and will meet the goal by performing work with its own forces. ii. The proposer will meet the goal through work performed by DBE subcontractors, suppliers or trucking companies. iii. The proposer, prior to proposing, made adequate good faith efforts to meet the goal. 4. A DBE joint venture partner must be responsible for specific contract items of work or clearly defined portions thereof. Responsibility means actually performing, managing, and supervising the work with its own forces. The DBE joint venture partner must share in the capital contributioncontrot, management, risks and profits of the joint venture commensurate with its ownership interest. 5. A DBE must perform a commercially useful function pursuant to 49 CFR 26.55, that is, a DBE firm must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work. 6. The proposer shall list only one subcontractor for each portion of work as defined in their proposal and all DBE subcontractors should be listed in the bid/cost proposal list of subcontractors. 7. A prime contractor who is a certified DBE is eli•gible to claim all of the work in the Agreement toward the DBE participation except that portion of the work to be performed by non -DBE subcontractors. I Nothing contained in this Agreement or otherwise, shall create any contractual relation between the LOCAL AGENCY and any subconsultant, and no subcontract shall relieve the CONSULTANT of his/her responsibilities and obligations hereunder. The CONSULTANT agrees to be as fully responsible to the LOCAL AGENCY for the acts and omissions of its subconsultants and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by the CONSULTANT. The CONSULTANT's obligation to pay its subconsultants is an independent obligation from the LOCAL AGENCY's obligation to make payments to the CONSULTANT. 2. Any subcontract in excess of $25,000, entered into as a result of this Agreement, shall contain all the provisions stipulatedin this Agreement to be applicable to subconsultants. 3. CONSULTANT shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to the CONSULTANT by the LOCAL AGENCY. 4. Any substitution of subconsultants must be .ii rovedin writing by the LOCAL AGENCY's Contract Manager in advance of assigning work to a substitute subconsultant. F. The following shall pertain to the performance of DBE consultants and other DBE Subconsultants/Suppliers: Page 6 of 17 3. If a DBE does not perform or exercise responsibility for at least 30 percent of the total cost of its ARreement with its own work force or the DBE subcontracts a greater portion of the work of the A•greement than would be expected on the basis of normal industry practice for the type of work involved , it will be presumed that it is not performing a commercially useful function. 1;1111111111m. i # • i i` i i i i ` # i i i •# f # 1. No retainage will be held by the LOCAL AGENCY from progress payments due the prime CONSULTANT. Any retainage held by the prime CONSULTANT or subconsultants from progress payments due subconsultants shall be promptly paid in full to subconsultants within 30 days after the subconsultant's work is satisfactorily completed. Federal law (49 CFR26.29) requires that any delay or postponement of payment over the 30 days may take place only for good cause and with the LOCAL AGENCY's prior written approval. Any violation of this provision shall subject the violating prime CONSULTANT or subconsultant to the penalties, sanctions and other remedies specified in Section 7108.5 of the Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the prime CONSULTANT or subconsultant in the event of a dispute involving late payment or nonpayment by the prime CONSULTANT, deficient subconsultant performance, or noncompliance by a subconsultant. This provision applies to both DBE and non -DBE prime CONSULTANT and subconsultants. 2. Any subcontract entered into as a result of this Agreement shall contain all of the provisions of this section. H. Thefollowing shall pertain to DBE Records: I The CONSULTANT shall maintain records of materials purchased and/or supplied from all subcontracts entered into with certified DBEs. The records shall show the name and business address of each DBE or vendor and the total dollar amount actually paid each DBE or vendor, regardless of tier. The records shall show the date of payment and the total dollar figure paid to all firms. DBE prime consultants shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. 2. Upon completion of the Agreement, a summary of these records shall be prepared and submitted on the form entitled,, "Final Report -Utilization of Disadvantaged Business Enterprise (DBE), First -Tier Subcontractors. � 1 CEM -2402F (Exhibit 17-F, Chapter 17, of the LAPM), certified correct by the CONSULTANT or the CONSULTANT's authorized representative and shall be furnished to the Contract Manawith the final invoice. Failure to provide the summary o gerf DBE payments with the final invoice will result in 25% of the dollar value of the invoice being withheld from payment until the form is submitted. The amount will be returned to the CONSULTANT when a satisfactory "Final Report -Utilization of Disadvantaged Business Enterprises (DBE), First -Tier Subcontractors" is submitted to the Contract Manager. 1. The following shall pertain to DBE Certcation and Decertification Status.* I If a DBE subconsultant is decertified during the life of the Agreement, the decertified subconsultant shall notify the CONSULTANT in writing with the date of decertification. If a subconsultant becomes a certified DBE during the life of the Agreement. the subconsultant shall notify the CONSULTANT in writing with the date of certification. Any changes should be reported to the LOCAL AGENCY's Contract Manager within 30 days. Page 7 of 177 A. The CONSULTANT agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 3 1.000 et seq., shall be used to determine the allowability of cost individual items. B. The CONSULTANT also agrees to comply with federal procedures in accordance with 49 CFR, Pa 181, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Loc Governments. I C. Any costs for which payment has been made to CONSULTANT that are determined by subseque audit to be unallowable under 48 CFR, Federal Acquisition Regulations System, Chapter 1, Pa 1 3 1.000 et seq., are subject to repayment by CONSULTANT to the LOCAL AGENCY. I The CONSULTANT warrants, by execution of this contract that no person or selling agency has bee employed, or retained, to solicit or secure this contract upon an agreement or understanding, for commission,, percentage, brokerage, or contingent fee, excepting bona fide employees, or bona fid established commercial or selling agencies maintained by the CONSULTANT for the purpose of securin business. For breach or violation of this warranty, the LOCAL AGENCY has the right to annul thil contract without liability; pay only for the value of the work actually performed, or in its discretion t deduct from the contract price or consideration, or otherwise recover the full amount of such commissio percentage, brokerage, or contingent fee. For the purpose of determining compliance with Public Contract Code 10 115, et seq. and Title 2 1, Califomia Code of Re•gulations, Chapter 21, Section 2500 et seq., when applicable and other matters connected with the performance of the contract pursuant to Government Code 8546.7; the CONSULTANT, subcontractorsand the LOCAL AGENCY shall maintain all booksdocuments, papers, accounting records, and other evidence pertaining to the performance of the contract, including but not limited to, the costs of administering the contract. All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. The state, the State Auditor, LOCAL AGENCY, FHWA, or any duly authorized representative of the federal government shall have access to any books, records, d and documents of the CONSULTANT that are pertinent to the contract for audit, examinations, excerpts, an transactions,, and copies thereof shall be furnished if requested. v 1; 1 imi my w 1111151111!11ig w i F i I -wr ff#M= A. Any dispute, other than audit, concerning a question of fact arising under this contract that is not disposed of by agreement shall be decided by a committee consisting of the LOCAL AGENCY's Contract Manager and other LOCAL AGENCY representatives, who may consider written or verbal information submitted by the CONSULTANT. later than 30 days after completion of all deliverables necessary to complete the plans, specifications and estimate, the CONSULTANT may request review by the LOCAL AGENCY GOVERNING BOARD of unresolved claims or disputes, other than audit. The request for review will be submitted in writing. C. Neither the pendency of a dispute, nor its consideration by the committee will excuse the CONSULTANT from full and timely performance in accordance with the terms of this contract. A. Any dispute concerning a question of fact arising under an interim or post audit of this contract that is not disposed of by agreement, shall be reviewed by the LOCAL AGENCY'S FINANCE DIRECTOR. B. Not later than 30 days after issuance of the final audit report, the CONSULTANT may request a review by the LOCAL AGENCY'S FINANCE DIRECTOR of unresolved audit issues. The request for review will be submitted in writing. C. Neither the pendency of a dispute nor its consideration by the LOCAL AGENCY will excuse the CONSULTANT from full and timely performance, in accordance with the terms of this contract. A. The CONSULTANT shall perform the work contemplated with resources available within its own organization; and no portion of the work pertinent to this contract shall be subcontracted without written authorization by the LOCAL AGENCY'S Contract Manager, except that, which is expressly identified in the approved Cost Proposal. rL. Any subcontract in excess of $25,000 entered into as a result of this contract, shall contain all th4 provisions stipulated in this contract to be applicable to subcontractors. C. Any substitution of subconsultants must be approved in writing by the LOCAL AGENCY's Contract Manager. A. Prior authorization in writing, by the LOCAL AGENCY's Contract Manager shall be required before the CONSULTANT enters into any unbudgeted purchase order, or subcontract exceeding $5,000 for supplies, equipment, or CONSULTANT services. The CONSULTANT shall provide an evaluation of the necessity or desirability of incurring such costs. B. For purchase of any item, service or consulting work not covered in the CONSULTANT's Cos-] Proposal and exceeding $5,000 prior authorization by the LOCAL AGENCY"s Contract Manager; three competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified. C. Any equipment purchased as a result of this contract is subject to the following: "The CONSULTANT shall maintain an inventory of all nonexpendable property. Nonexpendable property is defined as having a useful life of at least two years and an acquisition cost of $5,000 or more. If the purchased equipment needs replacement and is sold or traded in, the LOCAL AGENCY shall receive a proper refund or credit at the conclusion of the contract, or if the contract is terminated, the CONSULTANT may either keep the equipment and credit the LOCAL AGENCY in an amount equal to its fair market value,, or sell such equipment at the best price obtainable at a public or private sale, in accordance with established LOCAL AGENCY procedures; and credit the LOCAL AGENCY in an amount equal to the sales price. If the CONSULTANT elects to keep the equipment, fair market value shall be determined at the CONSULTANT's expense, on the basis of a competent independent appraisal of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to by the LOCAL AGENCY and the CONSULTANT,, if it is determined to sell the equipment, the terms and conditions of such sale must be approved in advance by the LOCAL AGENCY." 49Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5000.00 is credited to the project. D. All subcontracts in excess $25,000 shall contain the above provisions. The CONSULTANT and any subcontractor shall permit the LOCAL AGENCY, the state, and the FHWA if federal participating funds are used in this contract; to review and inspect the project activities and files at all reasonable times during the performance period of this contract including review and inspection on a daily basis. A. The CONSULTANT shall comply with OSHAregulations applicable to CONSULTANT regarding necessary safety equipment or procedures. The CONSULTANT shall comply with safety instructions issued by the LOCAL AGENCY Safety Officer and other LOCAL AGENCY representatives. CONSULTANT personnel shall wear hard hats and safety vests at all times while working on the construction project site. B. Pursuant to the authority contained in Section 591 of the Vehicle Code, the LOCAL AGENCY has determined that such areas are within the limits of the project and are open to public traffic. The CONSULTANT shall comply with all of the requirements set forth in Divisions 11, 12, 13, 14, and 15 of the Vehicle Code. The CONSULTANT shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles. C. Any subcontract entered into as a result of this contract, shall contain all of the provisions of this Article. D. CONSULTANT must have a Division of Occupational Safety and Health (CAL -OSHA) permit(s), as outlined in California Labor Code Sections 6500 and 6705, prior to the initiation of any practices, work, methodl operation, or process related to the construction or excavation of trenches which are five feet or deeper. A. During the to of this Agreement, CONSULTANT shall maintain, at no expense to LOCAL AGENCY, the following insurance policies: I A commercial general liability insurance policy in the minimum amount of one million ($ 1,000,000) dollars per occurrence/two million dollarsaggregate for death, bodily injury, personal injury, or property damage. 2. An automobile liability insurance policy, for owned, non -owned, and hired vehicles, in the minimum amount of one million ($ 1,000,000) dollars per occurrence. 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of two million ($2,000,000) dollars per occurrence/four million dollars ($4,000,000) aggregate to cover any claims arising out of the CONSULTANT's performance of services under this Agreement. Where CONSULTANT is a professional not required to have a professional license, LOCAL AGENCY reserves the right to require CONSULTANT to provide professional liability insurance pursuant to this section. If it employs any person, CONSULTANT shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws andregulations, and as necessary to protect both CONSULTANT and LOCAL AGENCY against all liability for injuries to CONSULTANT's officers and employees. CONSULTANT'S worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against LOCAL AGENCY. B. The insurance coverage required of the CONSULTANT in Subparagraph A above, shall also meet the following requirements: I Except for professional liability insurance, the insurance policies shall be specificall endorsed to include the LOCAL AGENCY,., its officers, agents, employees, and volunteer I as additionally named insureds under the policies. 2. The . additional insured coverage under CONSULTANT'S insurance policies shall be primary with respect to any insurance or coverage maintained by LOCAL AGENCY ant shall not call upon LOCAL AGENCY's insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in CONSULTANT'S policies shIll be at least as broad as ISO form CG20 0104 13. 3. Except for professional liability insurance, the insurance policies shall include, in their tex) or by endorsement, coverage for contractual liability and personal injury. 4. The insurance policies shall be specifically endorsed to provide that the insurance carrier shIll not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon ten (10) days written notice to the LOCAL AGENCY Contrac) Manager. the insurance is written on a Claims MadeForm, thenfollowing termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. ii. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain -1 or be endorsed to,contain a provision that such coverage shall also apply on a primary anu noncontributory basis for the benefit of LOCAL AGENCY (if agreed to in a written contract it- * or agreement) before LOCAL AGENCY'S own insurance or se I it -insurance shall be called upon to protect it as a named insured. shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements ancuor limits shall be available to LOCAL AGENCY or any other additional insured party. Furthen-nore, the requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement-, or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. C. Deductibles and SIR's. Any deductibles or self-insured retentions in CONSULTANT's insurance policies must be declared to and approved by the LOCAL AGENCY's Contract Manager and LOCAL AGENCY's City Attorney, and shall not reduce the limits of liability. Policies containing any self- insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or LOCAL AGENCY or other additional insured party. At LOCAL AGENCY's option, the deductibles or self-insured retentions with respect to LOCAL AGENCY shall be reduced or eliminated to LOCAL AGENCY's satisfaction, or CONSULTANT shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. D. Subcontractors. CONSULTANT agrees to include with all subcontractors in their subcontract the same requirements and provisions of this Agreement regarding indemnity and insurance to the extent they apply to the scope of the subcontractor's work. Subcontractors hired by CONSULTANT agree to be bound to CONSULTANT and LOCAL AGENCY in the same manner and to the same extent as CONSULTANT is bound to LOCAL AGENCY under this Agreement. All subcontractors shall provide insurance with a blanket additional insured endorsement or coverage at least as broad as ISO form CB 20 38 04 13, and CONSULTANT shall provide a copy of such endorsement of policy provision to LOCAL AGENCY. E. Proof of Insurance. CONSULTANT shall provide to the LOCAL AGENCY's Contract Manager o LOCAL AGENCY'S City Attorney all of the following: (1) Certificates of Insurance evidencing th insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/o endorsement page listing all policy endorsements for the commercial general liability policy, and 3 exceEpts of policy,language or specific endorsements evidencing the other insurance requirements s forth in this Agreement. LOCAL AGENCY reserves the right to obtain a full certified copy of an, insurance policy and endorsements from CONSULTANT. Failure to exercise this right shall n constitute a waiver of the riht to exercise it later. The insurance shall be approved a gs to form an sufficiency by LOCAL AGENCY Contract Manager and the LOCAL AGENCY City Attorney. A. Upon completion of all work under this contract, ownership and title to all reports, documents, plans, specifications, and estimates produce as part of this contract will automatically be vested in the LOCAL AGENCY; and no further agreement will be necessary to transfer ownership to the LOCAL AGENCY. The CONSULTANT shall furnish the LOCAL AGENCY all necessary copies of data needed to complete the review and approval process. B. It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine-readable form,, are intended for one-time use in the construction of the project for which this contract has been entered into. C. The CONSULTANT is not liable for claimsliabilitiesor losses arising out of, or connected with the modification, or misuse by the LOCAL AGENCY of the machine-readable information and data provided by the CONSULTANT under this agreement-, further, the CONSULTANT is not liable for claims, liabilities,, or losses arising out of, or connected with any use by the LOCAL AGENCY of the project documentation on other projects for additions to this project,, or for the completion of this project by others, except only such use as many be authorized in writing, by the CONSULTANT. D. Applicable patent rights provisions described in 41 CFR 1-91, regarding rights to inventions shall be included in the Agreements as appropriate. E. The LOCAL AGENCY may permit copyrighting reports or other agreement products. If copyrights are permitted; the agreement shall provide that the FHWA shall have the royalty -free nonexclusive and irrevocable right to reproduce,, publish, or otherwise use; and to authorize others to use,, the work for government purposes. F. Any subcontract in excess of $25,000 entered into as a result of this contract, shall contain all of the provisions of this Article. ARTICLE XXI CLAIMS FILED BY LOCAL AGENCY's CONSTRUCTION CONTRACTOR A. If claims are filed by the LOCAL AGENCY's construction contractor relating to work performed by CONSULTANT's personnel, and additional information or assistance from the CONSULTANT's personnel is required in order to evaluate or defend against such claims; CONSULTANT agrees to make i available for consultation with the LOCAL AGENCY'S construction contract administration and legal staff and for testimony, if necessary, at depositions and at trial or arbitration proceedings. B. CONSULTANT's personnel that the. LOCAL AGENCY considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from the LOCAL AGENCY. Consultation or testimony will be reimbursed at the same rates, including travel costs that are being paid for the CONSULTANT's personnel services under this agreement. C. Services of the CONSULTANT's personnel in connection with the LOCAL AGENCY's construction contractor claims will be performed pursuant to a written contract amendment, if necessary, extending the termination date of this agreement in order to resolve the construction claims. D. Any subcontract in excess of $25,000 entered into as a result of this contract, shall contain all of the provisions of this Article. ARTICLE XXII CONFIDENTIALITY OF DATA A. All financial, statistical, personal, technical, or other data and information relative to. the LOCAL AGENCY's operations, which are designated confidential by the LOCAL AGENCY and made available to the CONSULTANT in order to carry out this contract, shall be protected by the CONSULTANT from unauthorized use and disclosure. B. Permission to disclose information on one occasion,, or public hearing held by the LOCAL AGENCY relating to the contract, shall not authorize the CONSULTANT to further disclose such information, or disseminate the same on any other occasion. C. The CONSULTANT shall not comment publicly to the press or any other media regarding the contract or the LOCAL AGENCY's actions on the same,, except to the LOCAL AGENCY's staff, CONSULTANT's own personnel involved in the performance of this contract, at public hearings or in response to questions from a Legislative committee. D. The CONSULTANT shall not issue any news release or public relations item of any nature, whatsoever,,, regarding work performed or to be performed under this contract without prior review of Page 13 of 17 the contents thereof by the LOCAL AGENCY, and receipt of the LOCAL AGENCY'S written permission. E. Any subcontract entered into as a result of this contract shall contain all of the provisions of this Article. F. All information related to the construction estimate is confidential, and shall not be disclosed by the CONSULTANT to any entity other than the LOCAL AGENCY. In accordance with Public Contract Code Section 10296, the CONSULTANT hereby states under penalty of perjury that no more than one final unappealable finding of contempt of court by a federal court has been issued against the CONSULTANT within the immediately preceding two-year period, because of the CONSULTANT's failure to comply with an order of a federal court that orders the CONSULTANT to comply with an order of the National Labor Relations Board. The CONSULTANT's performance will be evaluated by the LOCAL AGENCY. A copy of the evaluation will be sent to the CONSULTANT for comments. The evaluation together with the comments shall be retained as part of the contract record. •164 9 [ON a OW111 11! 1.11 M MAI 111 The CONSULTANT's signature affixed herein, and dated, shall constitute a certification under penalty of perjury under the laws of the State of California that the CONSULTANT has, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. A. The CONSULTANT's signature affixed herein, shall constitute a certification under penalty o'l perjury under the laws of the State of California,, that the CONSULTANT has complied with Title 49 Code of Federal Regulations, Part 29, Debarment and Suspension Certificate, which certifies th he/she or any person associated therewith in the capacity of owner, partner, director, officer, ol manager, is not currently under suspension, debarment, voluntary exclusion, or determination o ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded, o', determined ineligible by any federal agency within the past three (3) years; does not have a propose debarment pending-, and has not been indicted, convicted, or had a civil judgment rendered against i by a court of competent jurisdiction in any matter involving fraud or official misconduct within th past three (3) years. Any exceptions to this certcation must be disclosed to the LOCAL AGENCY. B. Exceptions will not necessarily result in denial of recommendation for award, but will be considered in determining CONSULTANT responsibility. Disclosures must indicate to whom exceptions apply, initiating agency, and dates of action. Page 14 of 17 ARTICLE XXVII STATE PREVAILING WAGE RATES A. The CONSULTANT shall comply with the State of California's General Prevailing Wage Rate requirements in accordance with California Labor Code, Section 1771, and all federal, state, and local laws and ordinances applicable to the work. B. Any subcontract entered into as a result of this contract if for more than $25,000 for public works construction or more than $15,000 for the alteration,, demolition, repair, or maintenance of public works, shall contain all of the provisions of this Article. ARTICLE XXVIII CONFLICT OF INTEREST A. The CONSULTANT shall disclose any financial, business, or other relationship with LOCAL AGENCY that may have an impact upon the outcome of this contract, or any ensuing LOCAL AGENCY construction project. The CONSULTANT shall also list current clients who may have a financial interest in the outcome of this contract, or any ensuing LOCAL AGENCY construction project, which will follow. B. The CONSULTANT hereby certifies that it does not now have, nor shall it acquire any financial or business interest that would conflict with the performance of services under this agreement. C. Any subcontract in excess of $25,000 entered into as a result of this contract, shall contain all of the provisions of this Article. D. The CONSULTANT hereby certifies that neither CONSULTANT, nor any firm affiliated with the CONSULTANT will bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this contract. An affiliated firm is one, which is subject to the control of the same persons through j oint-ownership, or otherwise. E. Except for subcontractors whose services are limited to providing surveying or materials testing information, no subcontractor who has provided design services in connection with this contract shall be eligible to bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this contract. ARTICLE XXIX REBATES, KICKBACKS OR OTHER UNLAWFUL CONSIDERATION The CONSULTANT warrants that this contract was not obtained or secured through rebates, kickbacks or other unlawful consideration,, either promised or paid to any LOCAL AGENCY employee. For breach or violation of this warranty, LOCAL AGENCY shall have the right in its discretion; to terminate the contract without liability; to pay only for the value of the work actually performed; or to deduct from the contract price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. ARTICLE XXX NOTIFICATION All notices hereunder and communications regarding interpretation of the terms of this contract and changes thereto, shall be effected by the mailing thereof by registered or certified mail, return receipt requested,, postage prepaid, and addressed as follows: CONSULTANT: Page 15 of 17 Kevin Aguigui, Project Manager 1300 Clay Street, Suite 325 OaklandCA 94612 LOCAL AGENCY: City of San Rafael Nader Mansourian,, Contract Manager 111 Morphew Street P.O. Box 151560 San Rafael, CA 94915-1560 The two parties to this agreement, who are the before named CONSULTANT and the before name LOCAL AGENCY, hereby agree that this agreement constitutes the entire agreeme•nt which is made an concluded in duplicate between the two parties. Both of these parties for and in consideration of th payments to be made, conditions mentioned, and work to be performed; each agree to diligently perfo in accordance with the terms and conditions of this agreement as evidenced by the signatures below. During the performance of this Agreement, CONSULTANT and its subconsultantss shall not unlawfully discriminate,, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disabty, medical condition (e.g., cancer), age (over 40), marital status, and denial of family care leave. CONSULTANT and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. CONSULTANT and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code § 12990 (a -f) et seq.) and the applicable regulations promulgated thereunder (California Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 (a -f), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Agreement by reference and made a part hereof as if set forth in full. CONSULTANT and subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement. i CONSULTANT shall include the nondiscrimination and compliance provisions of this clause in al11 subcontracts to perform work under the Agreement. 0, � 1111iii, . LOCAL AGENCY and CONSULTANT do not intend, by any provision of this Agreement,, to create in any third party, any benefit or right owed by one party,, under the terms and conditions of this Agreement, to the other party. '', 11111111''1" 1 1 1 1 1 iiriiri-: 'I�I 1112911 � 111`1111 ... Fl Iii The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. i♦ I ii 1'�11- 112''111"11 1 M -WA C-IONSULTANT shall obtain and maintain during the duration of this Agreement, a LOCAL AGENC business license as required by the San Rafael Municipal Code. CONSULTANT shall pay any and all stat and federal taxes and any other applicable taxes. LOCAL AGENCY shall not be required to it for an I, work performed under this Agreement, until CONSULTANT has provided LOCAL AGENCY with completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number an Certification). a 40 The waiver by either party of any breach or violation of any term, covenant or condition of this Agreeme or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covena condition,, ordinance, law or regulation, or of any subsequent breach or violation of the same or other te covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fe I In n Fe performance, or other consideration which may become due or owing under this Agreement, shall not. br deemed to be a waiver of any preceding breach • violation by the other party • any term, conditio covenant of this Agreement or any applicable law, ordinance or regulation. ARTICLE XXXVII APPLICABLE LAW The laws of the State of California shall govern this Agreement. CONSULTANT shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONSULTANT shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONSULTANT shall release, defend, indemnify and hold harmless LOCAL AGENCY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. NADER MANSOUR Public Works Director ESTHER C. BEIRNE City Clerk ROBERT F. ESTE City Attorney Page 17 of 17