Loading...
RFP - Construction Management & Inspection Services LQ Village Complete Streets Project No. 2015-03 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES LA QUINTA VILLAGE COMPLETE STREETS – A ROAD DIET PROJECT CITY PROJECT: 2015-03 STATE PROJECT: ATP03AL-5433(020) The City of La Quinta is requesting proposals from qualified construction management firms to provide construction management, inspection, survey, and material testing services for the La Quinta Village Complete Streets – A Road Diet Project, City Project No. 2015-03, State Project No. ATP03AL-5433(020). Project Description The City of La Quinta successfully received Active Transportation Program (ATP) funding from the Cycle 3 call for projects to reimagine the transportation network around the La Quinta Village. The La Quinta Village is generally located between Eisenhower Drive to the west, Calle Tampico to the north, Washington Street to the east, and Calle Sinaloa/Avenue 52 to the south. The Project will consist of road diet improvements along the following streets: x Calle Tampico from Washington Street to Eisenhower Drive x Eisenhower Drive from just north of Calle Tampico to Calle Sinaloa x Calle Sinaloa/Avenue 52 from Eisenhower Drive to Desert Club Drive Currently, these streets have four lanes of traffic with signalized intersections. To promote a more pedestrian and bicycle friendly atmosphere, the Project will reduce the number of through travel lanes from four to two and provide bicycle/golf cart lanes, by way of installing roundabouts at the following five intersections: x Calle Tampico at Desert Club Drive x Calle Tampico at Avenida Bermudas x Calle Tampico at Eisenhower Drive x Eisenhower Drive at Avenida Montezuma x Calle Sinaloa/Avenue 52 at Avenida Bermudas Along Calle Tampico, the Project will reduce the roadway width by placing new curb and gutter, landscaping and/or bioretention facilities between the back of new curb and the old back of curb. Along Eisenhower Drive and Calle Sinaloa, the existing curb and gutter will remain and the width reduction will be done by striping only. In addition, four new midblock crossings with flashing beacons and median refuges will be installed at the following locations: x Calle Tampico between Seasons Way and Washington Street x Calla Tampico between Desert Club Drive and Avenida Bermudas x Calle Tampico between Avenida Bermudas and Eisenhower Drive x Calle Sinaloa between Eisenhower Drive and Avenida Bermudas The Project will also include drainage and water quality improvements including bio filtration facilities, basins and underground pipe networks which connect to dry well and/or existing underground systems; as well as improvements to the Tampico Trunk Line, a separate drainage system that runs along Calle Tampico to add capacity to the City’s storm drain system. An overall project and anticipated construction staging exhibit is provided as Attachment 1. The Project plans and specifications have been prepared by GHD and are available for review using this link: https://naiconsulting.sharefile.com/d-sc1c3720df8146508 Careful consideration was taken to develop a construction schedule based on the approved Stage Construction plans. The construction staging and schedule was developed to minimize impacts to the businesses and school during the season (November to April) and to minimize detours and closures to keep traffic flowing at all times. As such, the Project will be broken down into three phases: x Phase 1: Calle Tampico (excluding the roundabout at Eisenhower Drive) x Phase 2: Calle Sinaloa/Avenue 52 x Phase 3: Eisenhower Drive The City is open to changes in the staging plans, but the Project phasing must not change as it has been shown to the public and business owners throughout the design of the Project. The environmental document associated with the Project was tiered off the Environmental Impact Report for the La Quinta Village Build-Out Plan and approved on September 18, 2017. As a result of the analysis, nesting bird surveys may be required depending on the timing of construction activities. The Construction Management Team shall include a professionally qualified Biologist to perform any nesting bird surveys. If feasible, removal of any appropriate vegetation located on the Project site should be conducted outside of avian nesting season. The avian nesting season is defined as February 1 through August 31. For removal of vegetation in the Project site within the avian nesting season a preconstruction nesting bird survey shall be conducted within seven (7) days prior to any ground disturbing activities. If at any time birds are found to be nesting, construction activities within 250 feet of the nest must not occur until it is determined by a qualified Biologist that the nest is no longer active. All necessary property rights have been acquired to construct the Project as indicated on the Plans. There were four types of right of way impacts: 1) fee take, 2) temporary construction easement (TCE), 3) encroachment permit, 4) permit to enter and construct (PTEC). The Right-Of-Way Impact Exhibits are provided as Attachment 2. All utility impacts have been identified and coordinated through each owner as necessary. The identified impacts include: x Coachella Valley Water District CVWD facilities, both water and sewer, exist within the project limits and require relocation and/or adjustment due to the proposed project improvements. A portion of the CVWD relocations will be done prior to construction and some will occur during construction. CVWD is currently in active construction of a new irrigation line, a portion of which is being put along Calle Tampico in the project area. CVWD has indicated to the City that the construction of the line will be completed prior to the construction of this Project. x Frontier Communications Frontier Communications (Frontier) facilities exist with the project limits and require relocation and/or adjustment due to the proposed project improvements. Relocation is scheduled to occur with construction. x Southern California Gas Southern California Gas (SCG) facilities exist within the project limits and require relocation and/or adjustment due to the proposed project improvements. Relocation is scheduled to occur with construction. x Spectrum/Charter Communications Spectrum/Charter Communications (Spectrum) facilities exist within the project limits and require relocation and/or adjustment due to the proposed project improvements. Relocation is scheduled to occur with construction. There is one overhead pole that is in conflict with the proposed improvements. There is only a cable line on this pole and it is no longer active. The pole and inactive overhead line will be removed by Spectrum with construction at Spectrums cost and with their own forces. This work will need to be conducted as part of Phase 1. x Imperial Irrigation District There are no conflicts with IID facilities. The only involvement with IID will be new electrical connections for the lighting and landscaping meters. The consultant will be responsible for providing construction management, inspection, survey, and material testing services. The project is partially funded with State Only Active Transportation Funds, as such, the consultant shall document the Project construction and progress payments in sufficient detail to comply with Caltrans Local Assistance requirements and as directed by the City Engineer. Consultant shall be responsible for developing their own work plan in order to monitor the construction work in sufficient detail. The construction cost is estimated to be $10M with 360 working days and the City is anticipating a level of effort for the construction management on the order of 10% - 15% of the total construction cost. Scope of Services Services and products to be rendered in performing all work associated with this request may include, but may not be limited to: • Construction Management o Obtain a field office for the duration of construction. o Perform a “third” party constructability review of the project plans and specifications prior to the preconstruction conference and identify potential problems that may need attention before construction starts. o Review project right of way and permit requirements. o Schedule and attend a field walk with inspector(s), design engineer, and City representatives. o Schedule and chair a kick off meeting with the City to discuss the proposed work plan and special concerns to be presented at the preconstruction meeting and be present at the Pre-Construction meeting. o Provide a preconstruction agenda to the City for concurrence, schedule a preconstruction meeting and notify attendees. It is envisioned that the preconstruction meeting will include all interested parties, including utilities, sub-contractors, etc. o Coordinate the activities of on-site inspectors and administrators such that appropriate coverage of all contractor activities is provided. o Coordinate with Biologist and have them conduct nesting bird surveys as required. o Prepare reports and documents, as necessary, for City review and action. o Maintain at the project site, on a current basis: a record copy of all contracts, drawings, specifications, addenda, change orders, and other modifications, in good order and marked to record all changes made during construction; shop drawings, product data; samples; submittal; purchases; materials; equipment; applicable handbooks; maintenance and operating manuals and instructions; other related documents and revisions which are relevant to the contract work. o Provide weekly status reports to the City as required. o Prepare and send a Weekly Statement of Working Days, noting the controlling operations, to the contractor. o Monitor contractor and sub-contractor compliance with State labor laws and paperwork requirements including: monitor Contractor’s certified payroll; spot check payrolls for prevailing wage compliance; conduct employee interviews; maintain evidence of apprentices employed on the project; and ensure that the contractor has posted all required posters, notices, and wage determinations at the job site. o Prepare daily/weekly Resident Engineer reports listing the type of work done, controlling operation, weather conditions, important discussions/agreements with the Contractor, and any other important facts pertaining to the project that are not specifically covered elsewhere in the contract records. o Coordinate, monitor and document utility relocations as necessary. o Administer the construction contract in conformance with the requirements set forth in the project plans and specifications including applicable requirements from Caltrans’ Standard Plans and Specifications, Local Assistance Procedures, Standard Specifications for Public Works Construction and the City of La Quinta. o Receive, log, and respond to contractor Request for Information (RFI). o Conduct weekly construction progress meetings with the Contractor, Sub- contractors, City Staff, Design Engineer, Sub-consultants, affected outside agencies, etc. to discuss matters such as procedures, progress, problems, and scheduling. Prepare and distribute meeting minutes. o Review and approve Subcontracting Request forms. o Coordinate and monitor all inspection activities. o Maintain an open-door policy and meet with general public as needed regarding the street construction and make recommendations to address their concerns. o Submit Requests for Information as required on any items that should be coordinated with the design engineer(s). o Receive and process all shop drawings, project data, samples, and other submittals to the design engineer for review. Establish and implement procedures for expediting the processing and approval of submittal. o Review and approve laboratory, shop, and mill test reports of materials and equipment. o Coordinate submittal review with the design engineer on an as-needed basis. o Coordinate with the City Engineer and other City Departments. o Document all potential claims and maintain for account records. Provide all necessary documentation and support to the City in settling claims. o Verify that the contractor’s traffic control implementation is consistent with the approved Traffic Control Plan. Take contractually-stipulated action in the event of deviations from the approved Plan. o Coordinate and provide construction surveying. o Coordinate and perform all required materials testing. o Review and analyze the Contractor’s schedule (weekly), including activity sequences and duration, schedule of submittal and schedule of delivery for products with long lead times. Review the Contractor’s weekly scheduled for compliance with project specifications. Note any contractual non- compliances and request remedial action plan from Contractor. Include contractor schedule as an agenda item at each weekly meeting. o Recommend necessary or desirable changes in the Construction Contractor’s scope of work to the City. Review and evaluate the contractor’s request for changes. Negotiate with the Contractor and submit recommendations to the City supported by field data related to any additional work. If change orders are accepted by the City, prepare change orders for signature and authorization by the city. Maintain a log of change requests. o Create and maintain “As-Built” project schedule with Microsoft Project or equivalent program. o Review pay requests and provide recommendation for contractor payments. o Coordinate the Transition of the project to City Maintenance. o Coordinate any training sessions required for City Staff. o Coordinate with the Contractor to ensure the construction video monitoring is maintained. Provide information as needed to the City’s Marketing Group on the progress of construction to be posted on the City’s website. o Construction Closeout ƒAdminister and coordinate final inspections. ƒCoordinate the correction and the completion of the work. ƒAssist the City in determining when the project, or a designated portion thereof, is substantially complete. Prepare for the City, a summary of the status of the work of the Contractor, listing changes in the previously issued certificates of substantial completion of the work, and recommending the times within which the Contractor shall complete uncompleted items on the certificate of substantial completion of the work. ƒCalculate the amount of final payment due to the prime Contractor and prepare the proposed final estimate. ƒObtain evidence of certification of all lien releases after the City files their notice of completion. ƒSecure from the contractor and transmit to the City, required guarantees. ƒCoordinate any startup requirements. ƒDeliver all equipment manuals, special equipment, spare parts, catalogs, and other materials required by specifications. ƒCollect all “As-Built” data from all contractors and consultants. ƒMake recommendation for the release of retention. o Provide construction management documents and records to the City within 60 days of the filing of the notice of completion. o As necessary, prepare Caltrans Local Assistance Pre-Construction, Mid- Construction, and Post-Construction review checklists. Attend meetings scheduled by Caltrans Local Assistance. Represent the City in providing answers to Caltrans regarding procedures, processes, documentation, payments, etc. •Inspection o Review contract documents, plans, and permits. o Attend field walks and kick off meetings. o Attend the pre-construction meeting. o Monitor and enforce construction noticing requirements, including but not limited to, PM-10 and SWPPP requirements. o Maintain field diary (bound workbook) during construction, including a cumulative record of quantities constructed, daily and weekly reports, working day reports, change order documentation, photographs and other documentation. Maintain a separate field diary for change order work. o Monitor the Contractor’s fugitive dust control plan and ensure that the Contractor uses approved haul routes and that they are kept clean. o Verify compliance with the construction contract by monitoring, evaluating, approving or rejecting the Contractor’s work in accordance with the approved construction contract documents. o Determine that the Contractor’s work is being performed in accordance with the requirements of the contract documents. Endeavor to guard the City against defect and deficiencies in the work. As appropriate, require special inspection or testing, or make recommendations to the City regarding special inspection or testing of work not in accordance with the provisions of the contract documents, whether or not such work is fabricated, installed, or completed. o Provide and maintain a digital photographic history of the progress of the project. Photos will also be taken of the following: ƒShowing existing conditions prior to construction. ƒDisputed work items. ƒWork that has to be duplicated, replaced, or removed. ƒCompleted work. ƒExtra work. o Record the progress of the project. Maintain a daily log containing a record of weather, the Contractor and Sub-contractors’ work on-site, the Contractor and Sub-contractors’ equipment on site, number of workers, work accomplished, problems encountered, and other relevant data. Provide copies of daily logs to the City as requested. Include information on the Contractor and the entire project, showing percentages of completion. o During the course of construction, maintain one set of plans, with markings and dimensions in red ink, to denote field changes or other corrections. o Inspect for ADA compliance. o Maintain copies of all permits needed to construct the project and enforce special requirements of each. • Material Testing o Perform the materials testing services in accordance with the City’s approved Quality Assurance Program (QAP), California Department of Transportation, Construction Manual, “Chapter 3 – Control of Materials” and Chapter 6 – Sample Types and Frequencies.” o Provide for initial “Samples and Tests” on materials proposed for use in the project. o Provide for “Acceptance Tests” on materials that will be incorporated into the work. Sampling should begin as soon as material is delivered or is in place and shall continue as work progresses. o All testing shall be conducted in a Caltrans Certified Laboratory, or equivalent. All sampling and testing shall be done by personnel and laboratory with the appropriate accreditation for the testing and sampling designated to perform. Proof of the appropriate accreditation shall be maintained in the project files. o Provide a qualified technician as necessary to conduct density tests on roadway sub-grade, aggregate base, asphalt concrete, slope fill and trench backfill placement as required. o Provide an ACI-certified technician as necessary to check gradations and make sets of concrete cylinders as-needed and perform slump tests for the curb, gutter, concrete drainage devices, channel slope paving and other minor concrete. o Perform extraction/gradation tests on the asphalt concrete placed. o Keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, must be documented in the project files also. Test results shall cite applicable contract requirements, test and/or analytical procedures used. Provide actual results and include a statement that the item tested or analyzed conforms or fails to conform to specified requirements. Test results shall be signed by a testing laboratory representative authorized to sign certified documentation and forwarded to the City and maintained in the project files. o Testing Plan and Log shall be maintained. The QC Manager shall record on the “Test Plan and Log” the date the test was conducted, the date test results were forwarded to the Engineer, remarks and acknowledgement that an accredited, or Engineer approved, testing laboratory was used. Attach a copy of the updated “Test and Log” to the last daily Contract Quality Control Report of each month. o Consultant shall maintain a list of items to be reworked that do not comply with the contract. Include this Rework Items List as an agenda items at each weekly meeting. o Maximum density tests shall be performed at the job-site, unless otherwise approved by the City Engineer. o The Consultant shall use the most economical mode of transportation available consistent with the time element involved. o Project Certification – The Consultant shall send a materials certification memorandum to the Resident Engineer upon the completion of the project; File a copy of the memorandum in the job files; Note all non-conforming materials on the memorandum. This includes materials accepted at reduced pay factors. o A California licensed engineer shall sign the materials certification memorandum. o Any non-compliance results of materials shall be reported to the City’s Construction Administrator and the City Project Inspector within twenty-four (24) hours from the time of sampling. • Construction Staking o The Construction Surveyor shall perform services in accordance with the California Department of Transportation, Survey Manual, Chapter 12. o The Construction Surveyor shall establish “control stakes” for basic line and grade for construction. o The Construction Inspector shall check the work for contract compliance using the control stakes. o The Construction Surveyor shall use the tolerances established in the Caltrans Survey Manual. Contract requirements, regarding lines and grades and construction stakes and marks, are included in the Contract Standard Specifications. Additional contractual requirements may be shown on the plans or included in the special provisions for the work. o Accuracy. The Consultant shall use appropriate surveying methods to obtain the following standards: ƒFor fixed works (i.e. cast-in-place concrete; asphalt pavement, pipes and drains; and other items determined by the Engineer) the following survey standards shall be used. The absolute horizontal accuracy, in relationship to the Engineer’s control, shall be such that the semi- major axis of its 95% error ellipse is ±0.015 foot or less. The absolute vertical accuracy, in relationship to the Engineer’s control, shall be such that its standard deviation is ±0.015 foot or less. The relative horizontal accuracy of survey points within the project shall be such that the semi-major axis of its 95% error ellipse is ±0.015 foot or less. The relative vertical accuracy of survey points within the project shall be such that its standard deviation is ±0.015 foot or less. ƒFor excavation purposes, the following standards shall be used. The absolute horizontal accuracy, in relationship to the Engineer’s control, shall be such that the semi-major axis of its 95% error ellipse is ±0.1 foot or less. The absolute vertical accuracy, in relationship to the Engineer’s control, shall be such that its standard deviation is ±0.1 foot or less. The relative horizontal accuracy of survey points within the project shall be such that the semi-major axis of its 95% error ellipse is ±0.1 foot or less. The relative vertical accuracy of survey points within the project shall be such that its standard deviation is ±0.1 foot or less. o Survey Control: Will be sufficiently marked and will be preserved and protected. o Slope Stakes: (A) One set of offset / slope stakes set at intervals established by the Resident Engineer and at all horizontal and vertical curves for areas requiring site grading and slope construction marked with cut or fill to proposed elevation. (B) One set of sub-grade line and grade stakes for roadway improvements at stations established by the Resident Engineer. o Intermediate Slope Stakes: The resident Engineer in cooperation with the Construction Contractor’s Surveyor will determine the requirements. o Toe of Slope Stakes: One set of top of sub-grade line and grade stakes at same intervals required for toe of slope stakes. o Final Grade Stakes: One set of final grade stakes shall be provided for each grading plane. This one set of final grade stakes will control all elements of the structural section (the grading plane, sub-base, base, and pavement). o Curb Stakes: One set of stakes may be used for several purposes, such as slopes, final grades, and curbs. o Utility Stakes: Stakes set for sewer, water, and minor drainage structures; pipes and similar facilities. o Minor Structure Stakes: Minor structure stakes shall be set for sign bases, lighting and signal foundations, other foundations, and similar miscellaneous structures. o Miscellaneous Stakes: The Resident Engineer shall in coordination with the Construction Survey Contractor to determine the requirements for the City to provide stakes for contour grading, channels, dikes, ditches, signs, subsurface drains, over-side drains, markers, railings, barriers, AC dikes, box culverts, and pavement markers. o Monument Ties and Replacement: Ties to existing survey monuments of record which may be lost due to new construction shall be performed for preservation and shall be replaced pursuant to California State Law. Prepare and file with Riverside County Surveyor’s Office and the Caltrans Survey Department, the necessary documentation required in association with preserving and replacing any destroyed survey monuments. o Corner Record Preparation: Prepare and file with the Riverside County Surveyor’s Office the necessary documentation required in association with preserving and replacing any destroyed survey monuments. o Office Calculations and Supervision: Calculations shall be prepared as necessary to provide the field survey crews with data as needed for staking and supervision as required. • Public Outreach o The project calls for two construction cameras to be provided by the contractor with specific capabilities such as live streaming of videos and time lapse photos in accordance with Article 8 of Section 4000-Technical Specifications. The CM firm is to manage the camera data, footage, capabilities per the specifications, website link, etc. and make sure that all the data is being collected and stored for the City’s instant use and future use. o Post Cards ƒThe City intends to put together and distribute post cards, however, the Construction Manager should be prepared to provide pertinent project information to City Staff throughout the project duration. The City is intending to send 3-4 mailers to ALL La Quinta households. o Rack Cards ƒThe City intends to put together and distribute Rack Cards, however, the Construction Manager should be prepared to provide pertinent project information throughout the project duration. These cards will be for posting at La Quinta Businesses, especially in the Village area and at ALL City locations/events. o Signage ƒThe City will be making five (5) Project Information Signs and four (4) businesses open during construction signs which the contractor will need to pick up and install. The intent of these signs is to let the community know about the project and to make sure it is clear that businesses are open during construction. It is the intent of these signs to be placed along the routes people will be coming in to access the project or the businesses. Construction Manager shall work with the City’s marketing team to determine final placement. ƒThere are six (6) portable changeable message signs included in the contract. Four of them are to be used for standard construction and detour information. However, two of them must be dedicated to marketing purposes only. The City will provide language and locations, which will vary by stage. Construction Manager shall coordinate this information between the City and Contractor. o Website ƒThe City will be creating a dedicated project webpage. The Construction Manager will be responsible for developing, maintaining and providing material to City staff throughout the project duration for inclusion on this webpage. These materials shall be prepared for the website but also be able to be clearly shown on a standard website, mobile website, and the City’s mobile App. It is assumed that duplicate materials will not be needed for the webpage and widget. ƒThe content of the webpage should reflect the construction activities and address any issues with construction. The content of the webpage will need to be agreed upon by the Construction Manager and the City, however at a minimum should include: x A construction hotline number as the first thing the user sees. o The Construction Manager is responsible for providing, maintaining and monitoring the hotline 24 hours a day / 7 days a week. o The number must be toll free. o All calls received on the hotline and the responses provided must be documented in writing by the person manning the phone line and provided to the City within 24 hours of receiving the call. o All calls received must be responded to within 24 hours during the work week or on the next business day if the call was received on a weekend or holiday. Responses should be vetted by the City. x A dedicated email address where people can ask questions o Responses to the emails will be the Construction Manager’s responsibility but all responses should be vetted with the City o All emails received must be responded to within 24 hours during the work week or on the next business day if the call was received on a weekend or holiday. x Map which shows the current work locations, traffic impacts and alternative routes x The map should be updated as construction changes, with any major change that impacts traffic or work location, or every two weeks at a minimum ƒA map with business open information. ƒProject Updates/Construction Status. ƒLive Video feed from the two cameras that are provided by contractor, but available to be linked to the website. ƒTime lapse video from the construction cameras. ƒFrequently Asked Questions updated regularly. o Mobile Application ƒThe Construction Manager will be responsible for developing, maintaining and providing material for an application that can be accessed by the public. Any platform for the App, like Pingstreet or similar, can be used but the public must be directed to the City App and then you can auto redirect from there to the App used. The content of the App will need to be agreed upon by the Construction Manager and the City, however at a minimum should include: x Widget (pingstreet or similar) – with two tiles on existing City App x Pull the following data from City’s website and make it available on the City’s App: o Map – with traffic impacts and alternative routes o Map with business open information x Integrates with current City app o Communication with Stakeholders ƒMonthly meetings will need to be held at City Hall to answer questions and provide status updates. It is assumed that at a minimum four meetings will be held. o Communication with Emergency Responders ƒThe Construction Manager should communicate regularly with the emergency responders including but not limited to the Fire Department and Police. The emergency responders should be notified prior to construction and given advance notice, ideally two weeks, of any work that may impact traffic or response routes. The emergency responders should be given look ahead schedules and information regarding construction areas so they can make choices on how to respond to emergencies. Quality Control The Consultant shall have a Quality Control Plan in effect to assist quality assurance during the entire time work is in effect. The Consultant has responsibility for the accuracy and completeness of the calculations, related documents, and all other work furnished and shall meet that responsibility through the implementation of a Quality Control Plan. The Consultant’s Quality Control Plan shall remain in effect throughout the entire Contract and, at a minimum, shall ensure that all work is completed in accordance with good engineering practice and that it meets the standards set forth herein. Specifically: • The Quality Control Plan shall establish a process whereby all work is independently checked, corrected and back-checked, in accordance with accepted practice, by a person qualified and appropriately registered in the State of California. All original drawings and calculations shall be maintained for the duration of the Contract. • Coordination and checks shall be performed to ensure that conflicts and misalignment do not occur between different design documents (i.e. plans coordinated with specifications). Evidence the Quality Control Plan is functioning may be periodically confirmed by the City. Proposal Format Proposals (work proposal and cost proposal) are to be submitted in separate envelopes clearly marked with the consultant’s name, address and phone number. Only one proposal per consultant will be considered. Due Date and Time: Proposals submitted after the due date and time, may, at the sole discretion of the City, be rejected as non-responsive and returned without review. For a proposal to be considered on time, it must be date stamped by City staff upon receipt. At the discretion of the City, a “late” proposal may be considered only if a selection cannot be determined from among proposals received on time. The City shall not be responsible for, nor accept any as a valid excuse, any delay in mail service, or any other method of delivery used by the proposer. All proposals shall be enclosed in a sealed envelope with the words clearly written on the front, “SEALED BID LA QUINTA VILLAGE COMPLETE STREETS CONSTRUCTION MANAGEMENT SERVICES - DO NOT OPEN WITH REGULAR MAIL.” The One-Step RFP method is being used for consultant selection. All proposals shall be firm offers subject to acceptance by the City and may not be withdrawn for a period of 180 calendar days following the last day to accept proposals. Proposals may not be amended after the due date except by consent of the City. All proposals must clearly address all of the requirements outlined in this RFP. Proposal packages are to be submitted to the City on/or before April 11, 2019 at/or before 5:00 p.m. Proposals received after the stated deadline shall not be accepted. Proposal packages are to be delivered to: Bryan McKinney, P.E., City Engineer City of La Quinta Design and Development 78-495 Calle Tampico La Quinta, CA 92253 All questions must be submitted in writing to the City via email at bmckinney@laquintaca.gov on/or before April 4, 2019 at/or before 5:00 p.m. You are requested to include “Complete Streets CM Services” in the subject line. All prime consultants that intend to submit a proposal shall notify Julie Mignogna, at jmignogna@laquintaca.gov, by April 4, 2019, at/or before 5:00 p.m., of the intent to submit a proposal. The subject line for the email shall read “Complete Streets CM Services: Intent to Submit Proposal”. The email shall include the consultant’s name and email address that should be used for any RFP addenda. Consultants are encouraged to keep their proposals brief and relevant to the specific work required. Each proposal shall be limited to forty (40) pages with a minimum 10pt font and must include a minimum of three (3) references, which include the address, telephone number, and email address of each reference. The page limit shall be limited to Forty (40) single-sided or twenty (20) double-sided sheets of paper. Resumes and brochures may be added to the proposal, provided they are located in the appendix at the back of the proposal. Should the proposer have concerns about meeting any noted requirements, the proposer shall include a clearly labeled subsection in the appendices with individual statements specifically identifying the concerns and exceptions. The following are NOT included in the 40-page count: (1)Transmittal letter (2)Table of contents (3)Appendices (4)Signed Non-Collusion Affidavit Form (5)Insurance Acknowledgement Proposals shall include the following items: 1. Work Proposal (envelope 1) - submit 4 bound copies and 1 electronic PDF via USB drive $Cover Letter  The name, address and phone number of the consultant’s contact person for the remainder of the selection process.  Any qualifying statements or comments regarding the consultant’s proposal, the information provided in the RFP or the proposed Agreement for Contract Services.  Identification of sub-consultants and their responsibilities. %Statement of Qualifications  A listing of proposed project personnel, including personal experiences and individual resumes for prime and sub-consultants.  Consultant’s and sub-consultant experience with similar work,including names and current phone numbers of reference for listedprojects. &Project Understanding and Approach - A description of your project understanding and how you will approach the project. 'Scope of Work Program - A description of the tasks, sub-tasks, and deliverablesthat will be provided. The Scope of Work Program should be presented in a logical format that can be easily attached to the Agreement for Contract Services. (Project Schedule - A comprehensive Gantt Chart schedule is to be submitted describing the construction progress, phases, and stages using June 18, 2019 as the notice to proceed with construction. )Appendices  Signed Non-Collusion Affidavit Form (See Attachment 3)  Insurance Acknowledgement - signed acknowledgement(s) through which each insurance carrier that will issue any policy required in the Insurance Provisions, shall acknowledge, warrant and represent that it possesses the ability to and shall furnish all the insurance endorsements prescribed in the Insurance Provisions  $Q\DGGLWLRQDOVupporting documentation 2. Cost Proposal (envelope 2) – Submit two (2) copies Task Based Detailed Cost Estimate The method of payment will be Actual Cost-Plus-Fixed Fee with a not to exceed value. The consultant is to submit a detailed cost proposal for all services and materials anticipated in completing the project. Person-hours and extended billing rates per classification of personnel will be indicated for each task and/or sub-task defined. Rate Based Detailed Cost Estimate In support of the Task Based Detailed Cost Estimate, the consultant shall include a detailed breakdown of the direct labor costs including personnel, classification/title, hours, and actual hourly rates. For public works prevailing wage contracts, all workers must be paid the prevailing wage rate determined by the Director of the Department of Industrial Relations according to the type of work and location. This should include anticipated salary increases. In addition, the cost proposal shall include the consultant’s audited indirect cost rates including fringe benefits, overhead, general and administrative rates. A sample Cost Proposal (LAPM Form 10H1 and 10H4) is included as Attachment 4. Certification of Indirect Cost Rates Consultant shall fill out and include the LAPM Form 10K – Consultant Annual Certification of Indirect Costs and Financial Management System. This form is included as Attachment 5. The certification shall indicate which fiscal period was used to develop the Indirect Cost Rates and the certified rate must match the rate specified on the Rate Based Detailed Cost Estimate. The consultant should include a statement to the affect on whether the consultant has a Caltrans Acceptance ID Number or Cognizant Approval Letter for the proposed indirect cost rate. Selection Process Work Proposals will be reviewed by the City’s Consultant Selection Committee. Consultants will be selected for possible contract negotiations based upon the materials submitted within the Work Proposal. A copy of the Proposal Evaluation Form is provided in Attachment 6. The Committee may choose to interview two or more closely-rated firms but will not expect or schedule time for elaborate presentations. The City will open contact negotiations with the top ranked firm. The successful consultant will be expected to enter into the City of La Quinta Agreement for Contract Services. The City’s Agreement for Contract Services is presented in Attachment 7. Should negotiation with the top-ranked firm dissolve, the City of La Quinta will open the Cost Proposal and begin contract negotiations with the second ranked firm, and so forth until an agreement is reached. The successful consultant will be expected to enter into the attached Agreement for Contract Services (Attachment 7). Anticipated consultant selection schedule shall be as follows: • April 15 - 19, 2019: Proposal Review/Evaluation • April 22 - 26, 2019: Interviews (If necessary) • April 29 – May 3, 2019: Cost Negotiation • May 6 -20, 2019: Caltrans Audit/Review • May 21, 2019: Contract Award Special Requirements This contract will be reimbursed with State Only Funded Active Transportation Program Funds. As such, all consultants must comply with 48 Code of Federal Regulations (CFR) Part 31: Contract Cost Principles and Procedures. In addition, consultants must comply with 2 CFR Part 200: Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, excluding sections §200.318-200.326 Procurement Standards. This contract is subject to audit or review by Caltrans’ Independent Office of Audits and Investigations (IOAI), other state audit organizations, or the federal government. Depending on the final negotiated contract value, the City may request, and the Consultant shall provide, documentation justifying the audited indirect cost rates being certified. This includes but is not limited to FAR compliant indirect cost rate schedules, CPA audited indirect cost rate report, prior year indirect cost rate schedule, AASHTO Internal Control Questionnaire Appendix B, post-closing trial balance, vacation/sick policy, bonus policy, executive compensation analysis, and prevailing wage policy. City Rights and Options This solicitation does not commit the City of La Quinta to award a contract, to pay any cost incurred with the preparation of a qualifications statement, or to procure or contract for services or supplies. The City of La Quinta reserves the right to accept or reject any or all submittals received in response to this request, to negotiate with any qualified source, or cancel in whole or part this process if it is in the best interest of the City to do so. Subsequent to negotiations, prospective consultants may be required to submit revisions to their qualification statements. All proposers should note that any contract pursuant to this solicitation is dependent upon the recommendation of the City staff and the approval of the City Council. The City of La Quinta reserves the right to postpone selection for its own convenience, to withdraw this Request for Proposal at any time, and to reject any and all submittals without indicating any reason for such rejection. As a function of the RFP process, the City of La Quinta reserves the right to remedy technical errors in response to the RFP and to modify the published scope of services. The City of La Quinta will reserve the right to request that specific personnel with specific expertise be added to the team, if the City determines that specific expertise is lacking in the project team. Statements and other materials submitted will not be returned. The City of La Quinta reserves the right to abandon this RFP process and/or change its procurement process for the contract at any time if it is determined that abandonment and/or change would be in the City’s best interest. In the event of an abandonment or change, the City will not be liable to any contractor for any costs or damages arising out of its response to the RFP. Conflict of Interest Requirements Throughout the term of the awarded contract, any person, firm or subsidiary thereof who may provide, has provided or is currently providing Design Engineering Services and/or Construction Engineering Services under a contractual relationship with a construction contractor(s) on any local project listed in this Scope of Work must disclose the contractual relationship, the dates and the nature of the services. The prime consultant and its subconsultants shall also disclose any financial or business relationship with the construction contractor(s) who are working on the projects that are assigned for material Quality Assurance services through task orders on the contract. Similar to the disclosures regarding contractors, all firms are also required to disclose throughout the term of the awarded contract, any Design Engineering services including claim services, Lead Project Management services and Construction Engineering Services provided to all other clients on any local project listed in this Scope of Work. In addition to the disclosures, the Consultant shall also provide possible mitigation efforts, if any, to eliminate or avoid any actual or perceived conflicts of interest. The Consultant shall ensure there is no conflict before providing services to any construction contractor on any of the agency’s projects’ listed in this Scope of Work. The submitted documentation will be used for determining potential conflicts of interest. If a Consultant discovers a conflict during the execution of an assigned task order, the Consultant must immediately notify the Contract Manager regarding the conflicts of interest. The Contract Manager may terminate the Task Order involving the conflict of interest and may obtain the conflicted services in any way allowed by law. Failure by the Consultant to notify the Contract Manager may be grounds for termination of the contract. Some examples of conflict of interest are the following: • Certified Materials Tester(s) or Plant Inspector(s) from the same company that performs Quality Control for the Contractor and Quality Assurance for the City of Alturas on the same project. • Providing services to construction contractor’s subcontractors, fabricators, equipment installer, material suppliers and other firms associated with the projects listed in the Contract can be a potential conflict of interest when such contractor teams are identified. Attachments: Attachment 1: Overall Project and Construction Staging Exhibit Attachment 2: Right of Way Impacts Exhibit Attachment 3: Non-Collusion Affidavit Form Attachment 4: LAPM Forms 10H1 and 10H4 – Sample Cost Proposal Attachment 5: LAPM Form 10K – Consultant Annual Certification of Indirect Costs and Financial Management System Attachment 6: Proposal Evaluation Form Attachment 7: City of La Quinta Draft Agreement for Contract Services ATTACHMENT 1 OVERALL PROJECT AND CONSTRUCTION STAGING EXHIBIT 01 inch = ft.2040 40 80 12040943 Reserve Drive, Suite 100Roseville, CA 95678 USA7 1 916 782 8688: www.ghd.comGHD Inc.PRELIMINARY, NOTFOR CONSTRUCTION 01 inch = ft.2040 40 80 12040943 Reserve Drive, Suite 100Roseville, CA 95678 USA7 1 916 782 8688: www.ghd.comGHD Inc.PRELIMINARY, NOTFOR CONSTRUCTION 01 inch = ft.2040 40 80 12040943 Reserve Drive, Suite 100Roseville, CA 95678 USA7 1 916 782 8688: www.ghd.comGHD Inc.PRELIMINARY, NOTFOR CONSTRUCTION 01 inch = ft.2040 40 80 12040943 Reserve Drive, Suite 100Roseville, CA 95678 USA7 1 916 782 8688: www.ghd.comGHD Inc.PRELIMINARY, NOTFOR CONSTRUCTION 01 inch = ft.2040 40 80 12040943 Reserve Drive, Suite 100Roseville, CA 95678 USA7 1 916 782 8688: www.ghd.comGHD Inc.PRELIMINARY, NOTFOR CONSTRUCTION 01 inch = ft.2040 40 80 12040943 Reserve Drive, Suite 100Roseville, CA 95678 USA7 1 916 782 8688: www.ghd.comGHD Inc.PRELIMINARY, NOTFOR CONSTRUCTION 01 inch = ft.2040 40 80 12040943 Reserve Drive, Suite 100Roseville, CA 95678 USA7 1 916 782 8688: www.ghd.comGHD Inc.PRELIMINARY, NOTFOR CONSTRUCTION Anticipated Construction ScheduleExhibit Key MapSACRAMENTO REGION943 Reserve Drive, Suite 100Roseville, CA 95677(916) 782-8688www.omnimeans.com; GHD.COMalso in:REDDINGVISALIACONCORDSAN LUIS OBISPO & NAPANORTHJULY 24, 2018 2337EX026.dwgPRELIMINARY, NOTFOR CONSTRUCTION ATTACHMENT 2 RIGHT OF WAY IMPACTS Overall Project ExhibitsExhibit Key MapSACRAMENTO REGION943 Reserve Drive, Suite 100Roseville, CA 95677(916) 782-8688www.omnimeans.com; GHD.COMalso in:REDDINGVISALIACONCORDSAN LUIS OBISPO & NAPANORTHJanuary, 2019 2337EX001.dwgPRELIMINARY, NOTFOR CONSTRUCTION Preliminary Right of Way ImpactsAvenue 52 and Avenida BermudasSACRAMENTO REGION943 Reserve Drive, Suite 100Roseville, CA 95677(916) 782-8688www.omnimeans.com; GHD.COMalso in:REDDINGVISALIACONCORDSAN LUIS OBISPO & NAPANORTHJanuary, 2019 2337EX001.dwgPRELIMINARY, NOTFOR CONSTRUCTION0SCALE: feet30' 60'90'1" = 30'0SCALE: feet20' 40' 60'1" = 20' Preliminary Right of Way ImpactsEisenhower Drive and Avenida MontezumaSACRAMENTO REGION943 Reserve Drive, Suite 100Roseville, CA 95677(916) 782-8688www.omnimeans.com; GHD.COMalso in:REDDINGVISALIACONCORDSAN LUIS OBISPO & NAPA0SCALE: feet20' 40' 60'1" = 20'January, 2019 2337EX001.dwgPRELIMINARY, NOTFOR CONSTRUCTION Preliminary Right of Way ImpactsEisenhower Drive and Calle TampicoSACRAMENTO REGION943 Reserve Drive, Suite 100Roseville, CA 95677(916) 782-8688www.omnimeans.com; GHD.COMalso in:REDDINGVISALIACONCORDSAN LUIS OBISPO & NAPA0SCALE: feet20' 40' 60'1" = 20'January, 2019 2337EX001.dwgPRELIMINARY, NOTFOR CONSTRUCTION Preliminary Right of Way ImpactsCalle Tampico and Avenida BermudasSACRAMENTO REGION943 Reserve Drive, Suite 100Roseville, CA 95677(916) 782-8688www.omnimeans.com; GHD.COMalso in:REDDINGVISALIACONCORDSAN LUIS OBISPO & NAPANORTH0SCALE: feet20' 40' 60'1" = 20'January, 2019 2337EX001.dwgPRELIMINARY, NOTFOR CONSTRUCTION ATTACHMENT 3 NON-COLLUSION AFFIDAVIT FORM NON-COLLUSION AFFIDAVIT FORM Must be executed by proposer and submitted with the proposal I, __________________________________ (name) hereby declare as follows: I am ______________________________ of _________________________, (Title) (Company) the party making the foregoing proposal, that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the proposer has not directly or indirectly induced or solicited any other proposer to put in a false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham proposal, or that anyone shall refrain from proposing; that the proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of the proposer or any other proposer, or to fix any overhead, profit, or cost element of the proposal price, or of that of any other proposer, or to secure any advantage against the public body awarding the agreement of anyone interested in the proposed agreement; that tall statements contained in the proposal are true; and, further, that the proposer has not, directly or indirectly, submitted his or her proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative hereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham proposal. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Proposer Signature: _______________________________________ Proposer Name: _______________________________________ Proposer Title: ______________________________________ Company Name: _______________________________________ Address: _______________________________________ ATTACHMENT 4 LAPM FORMS 10H1 AND 10H4 – SAMPLE COST PROPOSAL Local Assistance Procedures Manual EXHIBIT 10-H1 Cost Proposal Page 1 of 9 January 2018 EXHIBIT 10-H1COST PROPOSAL Page 1 of 3 ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE)CONTRACTS (DESIGN,ENGINEERING AND ENVIRONMENTAL STUDIES) Note: Mark-ups are Not Allowed ܆ Prime Consultant ܆ Subconsultant ܆ 2nd Tier Subconsultant Consultant __________________________________________________________ Project No. _______________________ Contract No. ____________________ Date ____________________ DIRECT LABOR Classification/Title Name Hours Actual Hourly Rate Total (Project Manager)*____________________________ ________ $ _____________ $ _____________ (Sr. Civil Engineer)____________________________ ________ $ _____________ $ _____________ (Envir. Scientist)____________________________ ________ $ _____________ $ _____________ (Inspector)**____________________________ ________ $ _____________ $ _____________ LABOR COSTS a) Subtotal Direct Labor Costs $ _______________ b) Anticipated Salary Increases (see page 2 for calculation) $ _______________ c)TOTAL DIRECT LABOR COSTS [(a) + (b)] $ _______________ INDIRECT COSTS d) Fringe Benefits (Rate: _____%) e) Total Fringe Benefits [(c) x (d)] $_______________ Overhead (Rate: _____%) g) Overhead [(c) x (f)] $ _______________ h) General and Administrative (Rate: _____%) i) Gen & Admin [(c) x (h)] $ _______________ j)TOTAL INDIRECT COSTS [(e) + (g) + (i)]$ _______________ FIXED FEE k)TOTAL FIXED FEE [(c) + (j)] x fixed fee ______%]$ ______________ l)CONSULTANT’S OTHER DIRECT COSTS (ODC) – ITEMIZE (Add additional pages if necessary) Description of Item Quantity Unit Unit Cost Total Mileage Costs $ $ Equipment Rental and Supplies $ $ Permit Fees $ $ Plan Sheets $ $ Test $ $ l)TOTAL OTHER DIRECT COSTS $ m)SUBCONSULTANTS’ COSTS (Add additional pages if necessary) Subconsultant 1: $ Subconsultant 2:$ Subconsultant 3:$ Subconsultant 4:$ m)TOTAL SUBCONSULTANTS’ COSTS $ n)TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)] $ ___________________ TOTAL COST [(c) + (j) + (k) + (n)] $ _____________________ NOTES: 1. Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs must comply with the Federal cost principles. Subconsultants will provide their own cost proposals. 2. The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant’s annual accounting period and established by a cognizant agency or accepted by Caltrans. 3. Anticipated salary increases calculation (page 2) must accompany. Local Assistance Procedures Manual EXHIBIT 10-H1 Cost Proposal Page 2 of 9 January 2018 EXHIBIT 10-H1COST PROPOSAL Page 2 of 3 ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE)CONTRACTS (CALCULATIONS FOR ANTICIPATED SALARY INCREASES) 1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours) Direct Labor Subtotal per Cost Proposal Total Hours per Cost Proposal Avg Hourly Rate 5 Year Contract Duration $250,000.00 5000 =$50.00 Year 1 Avg Hourly Rate 2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation %) Avg Hourly Rate Proposed Escalation Year 1 $50.00 + 2% = $51.00 Year 2 Avg Hourly Rate Year 2 $51.00 + 2% = $52.02 Year 3 Avg Hourly Rate Year 3 $52.02 + 2% = $53.06 Year 4 Avg Hourly Rate Year 4 $53.06 + 2% = $54.12 Year 5 Avg Hourly Rate 3. Calculate estimated hours per year (Multiply estimate % each year by total hours) Estimated % Completed Each Year Total Hours per Cost Proposal Total Hours per Year Year 1 20.0% * 5000 = 1000 Estimated Hours Year 1 Year 2 40.0% * 5000 = 2000 Estimated Hours Year 2 Year 3 15.0% * 5000 = 750 Estimated Hours Year 3 Year 4 15.0% * 5000 = 750 Estimated Hours Year 4 Year 5 10.0% * 5000 = 500 Estimated Hours Year 5 Total 100% Total = 5000 4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours) Avg Hourly Rate (calculated above) Estimated hours (calculated above) Cost per Year Year 1 $50.00 *1000 =$50,000.00 Estimated Hours Year 1 Year 2 $51.00 *2000 =$102,000.00 Estimated Hours Year 2 Year 3 $52.02 *750 =$39,015.00 Estimated Hours Year 3 Year 4 $53.06 *750 =$39,795.30 Estimated Hours Year 4 Year 5 $54.12 *500 =$27,060.80 Estimated Hours Year 5 Total Direct Labor Cost with Escalation =$257,871.10 Direct Labor Subtotal before Escalation =$250,000.00 Estimated total of Direct Labor Salary Increase = $7,871.10 Transfer to Page 1 NOTES: 1. This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase, the # of years of the contract, and a breakdown of the labor to be performed each year. 2. An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable. (i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology) 3. This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted. 4. Calculations for anticipated salary escalation must be provided. Local Assistance Procedures Manual EXHIBIT 10-H1 Cost Proposal Page 3 of 9 January 2018 EXHIBIT 10-H1COST PROPOSAL Page 3 of 3 Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual, reasonable, allowable,and allocable to the contract in accordance with the contract terms and the following requirements: 1. Generally Accepted Accounting Principles (GAAP) 2. Terms and conditions of the contract 3.Title 23 United States Code Section 112 - Letting of Contracts 4.48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures 5.23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related Service 6.48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement. Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s). Prime Consultant or Subconsultant Certifying: Name: Title *: Signature : Date of Certification (mm/dd/yyyy): Email: Phone Number: Address: *An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the contract. List services the consultant is providing under the proposed contract: /RFDO$VVLVWDQFH3URFHGXUHV0DQXDO([KLELW+(;+,%,7+&267352326$/)25&2175$&76:,7+35(9$,/,1*:$*(63OHDVH1RWH&RQVXOWDQWFRPSOHWHVDOOLWHPVLQ\HOORZKLJKOLJKW&2168/7$17BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB 35,0(BBBBBB 68% BBBBBB&2175$&77<3(BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB(LIST ONE OF THE ABOVE LISTED CONTRACT TYPES)352-(&712BBBBBBBBBBBBBBBBBBBBBBBBBBB&2175$&712BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB'$7(BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB3ULPH&RQVXOWDQW V3DUWLFLSDWLRQ$PRXQWBBBBBBBBBBBBBBBBBBBBBBB)ULQJH%HQHILW 2YHUKHDG *HQHUDO$GPLQLVWUDWLRQ &RPELQHG          )ULQJH%HQHILW 2YHUKHDG *HQHUDO$GPLQLVWUDWLRQ &RPELQHG           )URP 7RStraight 1.5 OT 2.0 OT Straight 1.5 OT 2.0 OT Straight 1.5 OT 2.0 OT Straight 1.5 OT 2.0 OT Straight 1.5 OT 2.0 OT Straight 1.5 OT 2.0 OT Straight 1.5 OT 2.0 OT Straight 1.5 OT 2.0 OT Straight27 [ 27 [ -RKQ'RH%6&(&RQVWUXFWLRQ,QVSHFWRU),(/'                                                                                  3UHYDLOLQJ:DJH:RUN                              QRQ([HPSW -RKQ'RH%6&(&RQVWUXFWLRQ,QVSHFWRU),(/'        1$ 1$ 1$ 1$ 1$ 1$ 1$ 1$ 1$       1RQ3UHYDLOLQJ:DJH:RUN       QRQ([HPSW   -DQH6PLWK%6&(3($VVW5(,QVSHFWRU),(/'                                                                                    3UHYDLOLQJ:DJH:RUN                              ([HPSW 3UHYDLOLQJ:DJHVVSHFLILHGDUHEDVHGRQFXUUHQW',5GHWHUPLQDWLRQ$Q\IXWXUH',5HVFDODWLRQRISUHYDLOLQJZDJHUDWHVZLOOEHUHIOHFWHGLQWKHORDGHGUDWHV1&GHQRWHV1R&KDUJHIRUZRUNPRUHWKDQKRXUVSHUGD\DQGIRUZHHNHQGVDQGKROLGD\VIRUWKLVFRQWUDFWRQO\& 6WUDLJKW7LPHRU;RU;2YHUWLPH $FWXDO+RXUO\5DWH  )LHOG2+   )HH 'HOWD%DVH  $SSOLFDEOH0XOWLSOLHU'HOWD%DVH 'HOWD)ULQJH  $SSOLFDEOH0XOWLSOLHU'HOWD)ULQJH )LHOG2IILFH3HUVRQQHO% ;RU;2YHUWLPH  $FWXDO+RXUO\5DWH   )LHOG2+   )HH ;RU; $FWXDO+RXUO\5DWH 'HOWD%DVH  $SSOLFDEOH0XOWLSOLHU'HOWD%DVH 'HOWD)ULQJH  $SSOLFDEOH0XOWLSOLHU'HOWD)ULQJH 1250$/Exempt Employee Loaded Billing Rates29(57,0($SSOLFDEOH0XOWLSOLHU)ULQJH )LHOG  1DPH&ODVVLILFDWLRQ+RPH2IILFH3HUVRQQHO)LHOG2IILFH3HUVRQQHO3UHYDLOLQJ:DJH5DWHHVWDEOLVKHGE\6WDWH',5 RQO\DSSOLFDEOHIRUSUHYDLOLQJZDJHZRUN (PSOR\HH$FWXDO5DWH IULQJHEHQHILWVYDU\\HDURYHU\HDU '(/7$ 727$/  (PSOR\HH7RWDO5DWH',55DWH$SSOLFDEOH'(/7$ 727$/ '(/7$ %$6(  (PSOR\HH%DVH',5%DVHBase Salary FringeBenefitsTotal Base Salary + Fringe Benefits(IIHFWLYH'DWHRI+RXUO\5DWH&RVW3URSRVDOIRU&RQWUDFWVZLWK3UHYLDOLQJ:DJHV$&78$/&2673/86),;(')((63(&,),&5$7(62)&203(16$7,21$1'&2673(581,72):25.&2175$&76Base Salary EstimateFringeTotal = Base + Fringe$SSOLFDEOH'(/7$%DVH ',55DWH(PSOR\HH%DVH5DWH$SSOLFDEOH'(/7$)5,1*( '(/7$727$/'(/7$%$6( (PSOR\HH',5 )HH/RDGHG5DWH&DOFXODWLRQ+RPH2IILFH3HUVRQQHO1250$/Non Exempt Employee Loaded Billing Rates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– ANNUAL CERTIFICATION OF INDIRECT COSTS AND FINANCIAL MANAGEMENT SYSTEM Local Assistance Procedures Manual Exhibit 10-K Consultant Annual Certification of Indirect Costs and Financial Management System Page 1 of 2 March 2018 EXHIBIT 10-KCONSULTANT ANNUAL CERTIFICATIONOF INDIRECT COSTSAND FINANCIAL MANAGEMENT SYSTEM (Note: If a Safe Harbor Indirect Cost Rate is approved, this form is not required.) Consultant’s Full Legal Name: Important: Consultant means the individual or consultant providing engineering anddesignrelated services as a party of a contract with a recipient or sub-recipient of Federal assistance. Therefore, the Indirect Cost Rate(s) shall not be combined with its parent company or subsidiaries. Indirect Cost Rate: Combined Rate %OR Home Office Rate % and Field Office Rate (if applicable) % Facilities Capital Cost of Money % (if applicable) Fiscal period * * Fiscal period is annual one year applicable accounting period that the Indirect Cost Rate was developed (not the contract period). The Indirect Cost Rate is based on the consultant’s one-year applicable accounting period for which financial statements are regularly prepared by the consultant. I have reviewed the proposal to establish an Indirect Cost Rate(s) for the fiscal period as specified above and have determined to the best of my knowledge and belief that: x All costs included in the cost proposal to establish the indirect cost rate(s) are allowable in accordance with the cost principles of the Federal Acquisition Regulation (FAR) 48, Code of Federal Regulations (CFR), Chapter 1, Part 31 (48 CFR Part 31); x The cost proposal does not include any costs which are expressly unallowable under the cost principles of 48 CFR Part 31; x The accounting treatment and billing of prevailing wage delta costs are consistent with our prevailing wage policy as either direct labor, indirect costs, or other direct costs on all federally- funded A&E Consultant Contracts. x All known material transactions or events that have occurred subsequent to year-end affectingthe consultant’s ownership, organization, and indirect cost rates have been disclosed as of the date of this certification. I am providing the required and applicable documents as instructed on Exhibit 10-A. Financial Management System: Our labor charging, job costing, and accounting systems meet the standards for financial reporting, accounting records, and internal control adequate to demonstrate that costs claimed have been incurred, appropriately accounted for, are allocable to the contract, and comply with the federal requirements as set forth in Title 23 United States Code (U.S.C.) Section 112(b)(2);48 CFR Part 31.201-2(d); 23 CFR, Chapter 1, Part 172.11(a)(2); and all applicable state and federal rules and regulations. Our financial management systemhas the following attributes: x Account numbers identifying allowable direct, indirect, and unallowable cost accounts; x Ability to accumulate and segregate allowable direct, indirect, and unallowable costs into separate cost Local Assistance Procedures Manual Exhibit 10-K Consultant Annual Certification of Indirect Costs and Financial Management System Page 2 of 2 March 2018 accounts; x Ability to accumulate and segregate allowable direct costs by project, contract and type of cost; x Internal controls to maintain integrity of financial management system; x Ability to account and record costs consistently and to ensure costs billed are in compliance with FAR; x Ability to ensure and demonstrate costs billed reconcile to general ledgers and job costing system; and x Ability to ensure costs are in compliance with contract terms and federal and state requirement Cost Reimbursements on Contracts: I also understand that failure to comply with 48 CFR Part 16.301-3 or knowingly charge unallowable costs to Federal-Aid Highway Program(FAHP) contracts may result in possible penalties and sanctions as provided by the following: x Sanctions and Penalties -23 CFR Part 172.11(c)(4) x False Claims Act -Title 31 U.S.C.Sections 3729-3733 x Statements or entries generally -Title 18 U.S.C.Section 1001 x Major Fraud Act -Title 18 U.S.C.Section 1031 All A&E Contract Information: x Total participation amount $___________________ on all State and FAHP contracts for Architectural & Engineering services that the consultant received in the last three fiscal periods. x The number of states in which the consultant does business is . x Years of consultant’s experience with 48 CFR Part 31 is . x Audit history of the consultant’s current and prior years (if applicable) I, the undersigned, certify all of the above to the best of my knowledge and belief and that Ihave reviewed the Indirect Cost Rate Schedule to determine that any costs which are expressly unallowable under the Federal cost principles have beenremoved and comply with Title 23 U.S.C. Section 112(b)(2), 48 CFRPart 31,23 CFRPart172,and all applicable state and federal rules and regulations.Ialso certifythat Iunderstand that all documentation of compliance must be retained by the consultant. I hereby acknowledge that costs that are noncompliant with the federal and state requirements are not eligible for reimbursement and must be returned to Caltrans. Name**:_ Title**: Signature: Email**: Date of Certification (mm/dd/yyyy): Phone Number**: **An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President, a Chief Financial Officer, or equivalent, who has authorityto represent the financialinformation used to establish the indirect cost rate. Note:Both prime and subconsultants as parties of a contract must complete their own Exhibit 10-K forms. Caltrans will not process local agency’s invoices until a complete Exhibit 10-Kform is accepted and approved by Caltrans Audits and Investigations. Distribution:1) Original - Local AgencyProject File 2) Copy- Consultant 3) Copy- Caltrans Audits and Investigations ܆Cognizant ICR Audit ܆Local Gov’t ICR Audit ڧ Caltrans ICR Audit ܆CPA ICR Audit ܆Federal Gov’t ICR Audit ATTACHMENT 6 PROPOSAL EVALUATION FORM REQUEST FOR QUALIFICATIONS EVALUATION Project Name: Consultant:___________________________________________________________ Reviewer: Date:_______________ Refer to Scoring Breakdown on next sheet. Understanding of work to be done 30 Experience with similar kinds of work 25 Quality of staff for work to be done 20 Familiarity with State and Federal procedures 15 Format/Organization 10 Total 100 Unique Qualities (Intangibles): (Explanation)___________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ Comments:____________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ TOTAL ______ Reviewer’s Signature _______________________________________________ Contract Administrator's Initials ____________ Date ________________ Scoring Breakdown: Understanding of work to be done - 30 points maximum 0-15: Scope of work is off topic or is missing more than 5 key elements. 16-25: Scope of work is understandable but missing a few key elements. 26-30: Scope of work well justified and most or all key elements are included. Experience with similar kinds of work - 25 points maximum 0-10 points: Consultant does not include previous experience or has very minimal experience. 16-20 points: Consultant lists previous experience, but experience is not relevant or similar. 21-25 points: Consultant lists relevant previous experience with similar work. Quality of staff for work to be done - 20 points maximum 0-8 points: Resumes not included or staff has little to no experience with similar project. 9-15 points: Staff list includes resumes but experience is not relevant or similar. 16-20 points: Staff has relevant experience and is competent to perform scope requested. Familiarity with State and Federal Procedures - 15 Points Maximum 0-4 points: Zero to little previous Federal and State project experience 5-10 points: Federal and State experience but not on similar work. 11-15 points: Relevant Federal and State Experience. Format/Organization - 10 points maximum 0-4: Scope of work is not or barely organized into tasks and subtasks, does not flow clearly. 5-7: Scope of work is organized into tasks and subtasks, but not in a clear logical order. 8-10: Scope of work is well organized into logical tasks and subtasks to complete a project. ATTACHMENT 7 CITY OF LA QUINTA DRAFT AGREEMENT FOR CONTRACT SERVICES AGREEMENT FOR CONTRACT SERVICES THIS AGREEMENT FOR CONTRACT SERVICES (the “Agreement”) is made and entered into by and between the CITY OF LA QUINTA, (“City”), a California municipal corporation, and Name[insert the type of business entity, e.g. sole proprietorship, CA Limited Liability Corp, an S Corp.] (“Contracting Party”). The parties hereto agree as follows: 1. SERVICES OF CONTRACTING PARTY. 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contracting Party shall provide those services related to Construction Management, Inspection, Material Testing, and Survey Services for the La Quinta Village Complete Streets – A Road Diet Project, as specified in the “Scope of Services” attached hereto as “Exhibit A” and incorporated herein by this reference (the “Services”). Contracting Party represents and warrants that Contracting Party is a provider of first-class work and/or services and Contracting Party is experienced in performing the Services contemplated herein and, in light of such status and experience, Contracting Party covenants that it shall follow industry standards in performing the Services required hereunder, and that all materials, if any, will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase “industry standards” shall mean those standards of practice recognized by one or more first-class firms performing similar services under similar circumstances. 1.2 Compliance with Law. All Services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, regulations, and laws of the City and any Federal, State, or local governmental agency of competent jurisdiction. 1.3 Wage and Hour Compliance, Contracting Party shall comply with applicable Federal, State, and local wage and hour laws. 1.4 Licenses, Permits, Fees and Assessments. Except as otherwise specified herein, Contracting Party shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the Services required by this Agreement, including a City of La Quinta business license. Contracting Party and its employees, agents, and subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required for the performance of the Services required by this Agreement. Contracting Party shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the Services required by this Agreement, and shall indemnify, defend (with DRAFTTractinractin all terms and conditions ofall terms and conTe those services related e those services rela FTal Testing, and Survey Serv FTA Road Diet P as specifiespecifi eto as “to as Exhibit Abit A” and incorp”oraoraFTs”). Contracting Party represenContracting P rovider of firstfirst--class work and/orcla ed in performing the Services coed in performing the s and experience, Contracting Pas and experience, Contract standards in performing the Sendards in performing the aterials, if any, will be of good , if any, will be of good purposes of this Agreement, tof this Agreement, those standards of practice records of practice reco forming similar services under siforming similar services mpliance with Lawmpliance with L . All ServicesServRAaccordance with all ordinanceaccordance with all ordinanc s, and laws of the City and any Felaws of the City and any Fe of competent jurisdiction.ent jurisdiction. 1.31.3 Wage and Hour CompliaWage and Hour C DRpplicablpplicabe Federal, State, and loceral, State, and lo 1.4 Licenses, Permitses, Dspecified herein, Contractispecified herein, Cont ch licenses, permits, ch licenses, permit rmance of the Srmance of the S ta business ta business ctors shctors sh erer -2- counsel selected by City), and hold City, its elected officials, officers, employees, and agents, free and harmless against any such fees, assessments, taxes, penalties, or interest levied, assessed, or imposed against City hereunder. Contracting Party shall be responsible for all subcontractors’ compliance with this Section. 1.5 Familiarity with Work. By executing this Agreement, Contracting Party warrants that (a) it has thoroughly investigated and considered the Services to be performed, (b) it has investigated the site where the Services are to be performed, if any, and fully acquainted itself with the conditions there existing, (c) it has carefully considered how the Services should be performed, and (d) it fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. Should Contracting Party discover any latent or unknown conditions materially differing from those inherent in the Services or as represented by City, Contracting Party shall immediately inform City of such fact and shall not proceed except at Contracting Party’s risk until written instructions are received from the Contract Officer, or assigned designee (as defined in Section 4.2 hereof). 1.6 Standard of Care. Contracting Party acknowledges and understands that the Services contracted for under this Agreement require specialized skills and abilities and that, consistent with this understanding, Contracting Party’s work will be held to an industry standard of quality and workmanship. Consistent with Section 1.5 hereinabove, Contracting Party represents to City that it holds the necessary skills and abilities to satisfy the industry standard of quality as set forth in this Agreement. Contracting Party shall adopt reasonable methods during the life of this Agreement to furnish continuous protection to the Services performed by Contracting Party, and the equipment, materials, papers, and other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Services by City, except such losses or damages as may be caused by City’s own negligence. The performance of Services by Contracting Party shall not relieve Contracting Party from any obligation to correct any incomplete, inaccurate, or defective work at no further cost to City, when such inaccuracies are due to the negligence of Contracting Party. 1.7 Additional Services. In accordance with the terms and conditions of this Agreement, Contracting Party shall perform services in addition to those specified in the Scope of Services (“Additional Services”) only when directed to do so by the Contract Officer, or assigned designee, provided that Contracting Party shall not be required to perform any Additional Services without compensation. Contracting Party shall not perform any Additional ment, Contment, and consideredand c ite where the Servicite where tself with the conditionstself with the ow the Services should be ow the Services sh e facilities, difficulties, and e facilities, difficulties, ervices under this Agreemervices under this Agreement. t or unknown conditions materiat or unknown conditions materia ervices or as represented by rvices or as rep nform City of such fact and shCity of suc rty’s risk until written instrucuntil w erer, or, assignedd designeedes (as Care. Contracting Party a Contracting Party aAervices contracted for under thitracted for under th abilities and that, consistent wthat, consistent w work will be held to an industrwork will be held to an Consistent with SectionConsistent with Section 1.5 her1 City that it holds the necessary sCity that it holds the necessar ndard of quality as set forth in thard of quality as set forth in th pt reasonable methods during thonable methods during th ous protection to the Services peon to the Services pe pment, materials, papers, and othment, materials, paper damages, and shall be respondamages, and shall be res property, until acceptance of tproperty, until acceptance of damages as may be caused damages as may be caused Services by Contracting PaServices by Contracti bligation to correct anbligation to correct her cost to City, wher cost to City, cting Party. cting Party. AddAddD -3- Services until receiving prior written authorization (in the form of a written change order if Contracting Party is a contractor performing the Services) from the Contract Officer, or assigned designee, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of Contracting Party. It is expressly understood by Contracting Party that the provisions of this Section shall not apply to the Services specifically set forth in the Scope of Services or reasonably contemplated therein. It is specifically understood and agreed that oral requests and/or approvals of Additional Services shall be barred and are unenforceable. Failure of Contracting Party to secure the Contract Officer’s, or assigned designee’s written authorization for Additional Services shall constitute a waiver of any and all right to adjustment of the Contract Sum or time to perform this Agreement, whether by way of compensation, restitution, quantum meruit, or the like, for Additional Services provided without the appropriate authorization from the Contract Officer, or assigned designee. Compensation for properly authorized Additional Services shall be made in accordance with Section 2.4 of this Agreement. 1.8 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in “Exhibit D” (the “Special Requirements”), which is incorporated herein by this reference and expressly made a part hereof. In the event of a conflict between the provisions of the Special Requirements and any other provisions of this Agreement, the provisions of the Special Requirements shall govern. 2. COMPENSATION. 2.1 Contract Sum. For the Services rendered pursuant to this Agreement, Contracting Party shall be compensated based on actual cost plus a fixed fee in accordance with “Exhibit B” (the “Schedule of Compensation”). The total amount payable by City including the Fixed Fee, as provided in Section 2.2, shall not exceed _________Dollars ($_____.00)(the “Contract Sum”), except as provided in Section 1.7. The City will reimburse Contracting Party for actual costs (including labor costs, employee benefits, travel, equipment rental costs, overhead and other direct costs) incurred by Contracting Party in performance of the work, provided the payment of those costs does not result in an amount exceeding the Contract Sum. Contracting Party will not be reimbursed for actual costs that exceed the estimated wage rates, employee benefits, travel, equipment rental, overhead, and other estimated costs set forth in the Schedule of Compensation, except as provided in Section 1.7. In no event will Contracting Party be reimbursed for overhead costs at a rate that exceeds City’s approved overhead rate set forth in the Schedule of Compensation. The Contract Sum shall include the attendance of DRAFTn n g Partyg Part ecifically seecifica ein. It is specifiein. I pprovals of Additionpprovals o ilure of Contracting Party ilure of Contrac gneegnee’s’s written authorization autho iver of any and all right to iver of any and all rig erform therformis Agreement, whether wheth uantum meruit, or the like, uantum meruit, or the like, e appropriate authorization fromappropriate aut signee. Compensation for p Compe be made in accordance with Sn acco mentss. Additional terms and c. Additional terms and Aare made a part hereof are set de a part hereof are set ents”), which is inch is incorporated heorporated he a part hereof. In the event ofpart hereof. In the event of Special Requirements and anySpecial Requirements provisions of the Special Requireprovisions of the Special R ENSSATION.ATIO RDR1 ct Sum For the rthe DRement, Contracting Party shall bement, Contracting Par xed fee xed fee in accordance with “in accordance with ExhRThe total amount payable by The total amount payable by CDRSectionSec2.2, shall notnot d Sum”), except as provided iSum”), except as prov artyarty for actual costs (for actual cost pment rental cospment rental co cting Party cting Party in in es not reses not res ot beot be -4- Contracting Party at all project meetings reasonably deemed necessary by City; Contracting Party shall not be entitled to any additional compensation for attending said meetings. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, transportation expense, telephone expense, and similar costs and expenses when and if specified in the Schedule of Compensation. Contracting Party’s overall compensation shall not exceed the Contract Sum, except as provided in Section 1.7 of this Agreement. 2.2 Allowable Costs. The indirect cost rate established for this Agreement is extended through the duration of this specific Agreement. Contracting Party’s agreement to the extension of the 1-year applicable period shall not be a condition or qualification to be considered for the work or Agreement award. Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the Schedule of Compensation. When milestone cost estimates are included in the Schedule of Compensation, Contracting Party shall obtain prior written approval for a revised milestone cost estimate from the Contract Officer before exceeding such cost estimate. Salary increases will be reimbursable if the new salary is within the salary range identified in the Schedule of Compensation and is approved by City’s Contract Officer and does not result in an amount exceeding the Contract Sum. For personnel subject to prevailing wage rates as described in the California Labor Code, all salary increases, which are the direct result of changes in the prevailing wage rates are reimbursable and subject to the not to exceed amount of the Contract Sum. In addition to the allowable incurred costs, City will pay Contracting Party a fixed fee of _______ Dollars ($_______.00) (the “Fixed Fee”), provided the payment of the Fixed Fee does not result in an amount exceeding the Contract Sum. The Fixed Fee is nonadjustable for the term of the Agreement, except as provided for in Section 1.7. 2.3 Method of Billing & Payment. Progress payments will be made monthly in arrears based on services provided and allowable incurred costs. A pro rata portion of the Fixed Fee will be included in the monthly progress payments. Any month in which Contracting Party wishes to receive payment, Contracting Party shall submit to City no later than the tenth (10th) working day of such month, in the form approved by City’s Finance Director, an invoice for Services rendered prior to the date of the invoice. Invoices shall be submitted no later than thirty (30) calendar days after the performance of work for which Contracting Party is billing. Invoices shall detail the work performed on each milestone and each project as applicable. Invoices shall follow the format stipulated in the Schedule of Compensation and shall reference this Agreement number (or City project number for which this Agreement applies) and project title. Invoices shall contain a certification by DRAFTww Party’Party pt as provipt as ate established for thisate establishe f this specific Af this specific Agreementgr. of the 1of the -year applicable period cable p be considered for the work orbe considered for the work nsportation and subsistence cosnsportation and subsistence cos e Schedule of CompensationSchedule of Com . W d in the the Schedule of CompenSchedu written approval for a revised proval OfficerOffic before exceeding such coceedin ursable if the new salary is witrsable if the new salary i dule of Compensationof Compensatio and is apd is a s not result in an amount excesult in an amount exce ubject to prevailing wage ratesrevailing wage rates e, all salary increases, which a, all salary increases, which a vailing wage rates are reimbursavailing wage rates are re nt of the Contract Sumnt of the Contract Sum.. In additInAwill pay will pa Contracting Partyracting Party a aR(the “Fixed Fee”)(the “Fixed Fee”), provided t, provided t t in an amount exceeding theamount exceeding the ustable for the term of thee term Agree 2.3 Method of Billing & hod of Billing &DRmonthly in arrears based on smonthly in arrears based on s pro rata portion of pro rata portion of the Fthix yments.yment Any month inonth racting Party shalracting Party sha such month, isuch month, ces rendces rend no lano la -5- a principal member of Contracting Party specifying that the payment requested is for Services performed in accordance with the terms of this Agreement. Upon approval in writing by the Contract Officer, or assigned designee, and subject to retention pursuant to Section 8.3, City will pay Contracting Party for all items stated thereon which are approved by City pursuant to this Agreement no later than thirty (30) days after invoices are received by the City’s Finance Department. If Contracting Party fails to submit the required deliverable items according to the schedule set forth in Section 3.2, City shall have the right to delay payment or terminate this Agreement. No payment will be made prior to approval of any work, nor for any work performed prior to approval of this Agreement. The final invoice must contain the final cost and all credits due City including any equipment purchased under the provisions of Section 12.6. Except as provided for Section 10.3, the final invoice should be submitted within sixty (60) calendar days after completion of Contracting Party’s work. 2.4 Compensation for Additional Services. Additional Services approved in advance by the Contract Officer, or assigned designee, pursuant to Section 1.7 of this Agreement shall be paid for in an amount agreed to in writing by both City and Contracting Party in advance of the Additional Services being rendered by Contracting Party. Any compensation for Additional Services amounting to five percent (5%) or less of the Contract Sum may be approved by the Contract Officer, or assigned designee. Any greater amount of compensation for Additional Services must be approved by the La Quinta City Council, the City Manager, or Department Director, depending upon City laws, regulations, rules and procedures concerning public contracting. Under no circumstances shall Contracting Party receive compensation for any Additional Services unless prior written approval for the Additional Services is obtained from the Contract Officer, or assigned designee, pursuant to Section 1.7 of this Agreement. 3. PERFORMANCE SCHEDULE. 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. If the Services not completed in accordance with the Schedule of Performance, as set forth in Section 3.2 and “Exhibit C”, it is understood that the City will suffer damage. 3.2 Schedule of Performance. All Services rendered pursuant to this Agreement shall be performed diligently and within the time period established in “Exhibit C” (the “Schedule of Performance”). Extensions to the time period specified in the Schedule of Performance may be approved in writing by the Contract Officer, or assigned designee. DRAFTovov ter invter in artyarty fails to fa set forth in set fo Se minate this Aminate this greemen work, nor for any work work, nor for e fe final invoice must contain inal invoice must ny equipment purchased under ny equipment purchased u ovided for ovided Section 10.3, tthe finahe f 60) calendar days after complet60) calendar days after complet ditional Servicesrvices. Additional AFact Officeract O , or assignedsigned designe nt shall be paid for in an amount shall be paid for in an am Contracting Party in advance oracting Party in advance by Contracting Party. Any ntracting Party. Any ounting to five percent (5%) orfive percent (5%) o ed by the Contract Officer by the Contract Office , or as compensation for Additional Servcompensation for Additio City Council, the City ManageCity Council, the City M on City laws, regulations, rules anon City laws, regulations, rules Under no circumstances Under no circumstances ation for any Additional Services any Additional Services nal Services is is obtained fromobt gneegnee,,pursuant to Sectionpursuant to Secti 1.7 o 3.3.PERFORMANCE SCHEDULEANCE SCHEDULDR3.1 Time of Essencef EsDhis Agreement. If thehis Agreement. If edule of Performanedule of Performa stood that the stood that the ScheScheD -6- 3.3 Force Majeure. The time period specified in the Schedule of Performance for performance of the Services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Contracting Party, including, but not restricted to, acts of God or of the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, acts of any governmental agency other than City, and unusually severe weather, if Contracting Party shall within ten (10) days of the commencement of such delay notify the Contract Officer, or assigned designee, in writing of the causes of the delay. The Contract Officer, or assigned designee, shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the forced delay when and if in the Contract Officer’s judgment such delay is justified, and the Contract Officer’s determination, or assigned designee, shall be final and conclusive upon the parties to this Agreement. Extensions to time period in the Schedule of Performance which are determined by the Contract Officer, or assigned designee, to be justified pursuant to this Section shall not entitle the Contracting Party to additional compensation in excess of the Contract Sum. 3.4 Term. Unless earlier terminated in accordance with the provisions in Article 8 of this Agreement, the term of this agreement shall commence on ______, contingent upon approval by City, and Contracting Party shall commence work after notification to proceed by City’s Contract Officer. The Agreement shall terminate on _____ unless extended by an Amendment to this Agreement. Contracting Party is advised that any recommendation for Agreement award is not binding on City until the Agreement is fully executed and approved by City. 4. COORDINATION OF WORK. 4.1 Representative of Contracting Party. The following principals of Contracting Party (“Principals”) are hereby designated as being the principals and representatives of Contracting Party authorized to act in its behalf with respect to the Services specified herein and make all decisions in connection therewith: (a)[NAME] Tel No. E-mail: (b)[NAME] Tel No. Email:DRAFTuu , riots, riot er than Citer tha hin ten (10)hin te day t Officert Officer,,or assigne The Contract OfficerThe Contract O , or d the extent of delay, d the extent of del and the period of the forced delay the period of the forced nt such delay is justified, and thent such delay is justified, and t nedned designeedesignee,,shall be final aal a ement. Extensions to time periment. Extension e determined by the Contract Offmined by th d pursuant to this Section shall no this S nal compenal co nsation in excess of t in ex earlier terminated in accordanceerminated in accordance ement, the term of this agreemeerm of this agreeme upon approval by City, and upon approval by City, and fter notification to proceed by Cfter notification to proce terminate terminate on on _____unless extunle ntnt. . Contracting Party is advisedContracting Party is advis award is not binding on Cityard is not binding on City untunt oved by City.City. COORDINATION OF WORKCOORDINATION OF W . DR4.14 Representative of Copresentative of CDRContracting Party (“Principals”Contracting Party (“Principals” and representatives of Coand representatives o nt espect to the Services spespect to the Service ewith:ewith D(a)a) -7- It is expressly understood that the experience, knowledge, capability, and reputation of the foregoing Principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing Principals shall be responsible during the term of this Agreement for directing all activities of Contracting Party and devoting sufficient time to personally supervise the Services hereunder. For purposes of this Agreement, the foregoing Principals may not be changed by Contracting Party and no other personnel may be assigned to perform the Services required hereunder without the express written approval of City. 4.2 Contract Officer. The “Contract Officer”, otherwise known as the [ENTER NAME OF DEPARTMENT MANAGER OR DIRECTOR] or assigned designee may be designated in writing by the City Manager of the City. It shall be Contracting Party’s responsibility to assure that the Contract Officer, or assigned designee, is kept informed of the progress of the performance of the Services, and Contracting Party shall refer any decisions, that must be made by City to the Contract Officer, or assigned designee. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer, or assigned designee. The Contract Officer, or assigned designee, shall have authority to sign all documents on behalf of City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability, and reputation of Contracting Party, its principals, and its employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Contracting Party shall not contract or subcontract with any other entity to perform in whole or in part the Services required hereunder without the express written approval of City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered, voluntarily or by operation of law, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contracting Party, taking all transfers into account on a cumulative basis. Any attempted or purported assignment or contracting or subcontracting by Contracting Party without City’s express written approval shall be null, void, and of no effect. No approved transfer shall release Contracting Party of any liability hereunder without the express consent of City. 4.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode, or means by which Contracting Party, its agents, or its employees, perform the Services required herein, DRAFTsusu going going personnel mperson without the expwithou er”er”, , otherwise known as otherwise kn FTNAGER OR DIRECTOR or iting by the City Manager of iting by the City Manager of the sibility to assure that the Contrasibility to assure that the Contra pt informed of the progress ofinformed of th tracting Party shall refer any decg Party sha Contract Officerfficer, , or assigned d n, any approval of City requiredn, any approval of City Contract OfficerContract Off , or assignedassign d ed designee, designee, shall have authshall have aut ty required hereunder to carry ored hereunder to carry o ion Against Subcontracting ion Against Subcont RAwledge, capability, and reputatiwledge, capability, and re its emploits em yees were a substanties were a substa eement. Except as set forth in tment. Except as set forth in t contract or subcontract with anyt or subcontract with any the Services required hereunders required hereunder ty. In addition, neither this Agry. In addition, neithe ansferred, assigned, conveyed, hnsferred, assigned, conveye by operation of law, without thby operation of law, without t restricted hereunder shall inrestricted hereunder shall in persons acting in concert persons acting in con esent ownership and/oesent ownership and unt on a cumulatiunt on a cumula cting or subccting or subc pproval spproval s e Coe Co -8- except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision, or control of Contracting Party’s employees, servants, representatives, or agents, or in fixing their number or hours of service. Contracting Party shall perform all Services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contracting Party in its business or otherwise or a joint venture or a member of any joint enterprise with Contracting Party. Contracting Party shall have no power to incur any debt, obligation, or liability on behalf of City. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. Except for the Contract Sum paid to Contracting Party as provided in this Agreement, City shall not pay salaries, wages, or other compensation to Contracting Party for performing the Services hereunder for City. City shall not be liable for compensation or indemnification to Contracting Party for injury or sickness arising out of performing the Services hereunder. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Contracting Party and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (“PERS”) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. Contracting Party agrees to pay all required taxes on amounts paid to Contracting Party under this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Contracting Party shall fully comply with the workers’ compensation laws regarding Contracting Party and Contracting Party’s employees. Contracting Party further agrees to indemnify and hold City harmless from any failure of Contracting Party to comply with applicable workers’ compensation laws. City shall have the right to offset against the amount of any payment due to Contracting Party under this Agreement any amount due to City from Contracting Party as a result of Contracting Party’s failure to promptly pay to City any reimbursement or indemnification arising under this Section. 4.5 Identity of Persons Performing Work. Contracting Party represents that it employs or will employ at its own expense all personnel required for the satisfactory performance of any and all of the Services set forth herein. Contracting Party represents that the Services required herein DRAFTii with twith epresent theprese f City. City shalf City ed to be a partner ed to be oint venture or a oint venture or member ontracting Party shall have ontracting Party sh liability on behalf of City. liability on behalf of any manner represent that it orany manner represent that it s or employees of City. Except s or employees of City. Except Party as provided in this Agreemty as provided other compensation to Contractinmpensatio nder for City.City shall not beCity to Contracting Party for injuryto Contracting Party f ervices hereunder. Notwithstanrvices hereunder. Notwith cy, rule, regulation, law, or orule, regulation, law, or arty and any of its employd any of its employ g services under this Agreemenunder this Agreemen to any compensation, benefto any compensation ty, including but not limity, including but not li ted to Employees Retirement System Employees Retirement Sy tlement to any contribution to lement to any contribution t ns and/or employee contributionnd/or employee contribution rees to pay all required taxes onay all required taxes on this Agreement, and to indemnifis Agreement, and axes, assessments, penalties, anaxes, assessments, pena f the independent contf the independent contractor racto Contracting Party shall fully cContracting Party shall fully c regarding Contracting Party regarding Contracting Party further agrees to indParty further agrees t ntracting Party to comntracting Party to c have the right have the right ting Party ting Party g Partyg Party mbmb -9- will be performed by Contracting Party or under its direct supervision, and that all personnel engaged in such work shall be fully qualified and shall be authorized and permitted under applicable State and local law to perform such tasks and services. 4.6 City Cooperation. City shall provide Contracting Party with any plans, publications, reports, statistics, records, or other data or information pertinent to the Services to be performed hereunder which are reasonably available to Contracting Party only from or through action by City. 5. INSURANCE. 5.1 Insurance. Prior to the beginning of any Services under this Agreement and throughout the duration of the term of this Agreement, Contracting Party shall procure and maintain, at its sole cost and expense, and submit concurrently with its execution of this Agreement, policies of insurance as set forth in “Exhibit E” (the “Insurance Requirements”) which is incorporated herein by this reference and expressly made a part hereof. 5.2 Proof of Insurance. Contracting Party shall provide Certificate of Insurance to Agency along with all required endorsements. Certificate of Insurance and endorsements must be approved by Agency’s Risk Manager prior to commencement of performance. 6. INDEMNIFICATION. 6.1 Indemnification. To the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officers, employees, agents, and volunteers as set forth in “Exhibit F” (“Indemnification”) which is incorporated herein by this reference and expressly made a part hereof. 7. RECORDS AND REPORTS. 7.1 Reports. Contracting Party shall periodically prepare and submit to the Contract Officer, or assigned designee, such reports concerning Contracting Party’s performance of the Services required by this Agreement as the Contract Officer, or assigned designee,shall require. Contracting Party’s Project Manager shall meet with City as necessary to discuss progress on the Agreement. Contracting Party hereby acknowledges that City is greatly concerned about the cost of the Services to be performed pursuant to this Agreement. For this reason, Contracting Party agrees that if Contracting Party becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Services contemplated herein or, if Contracting Party is providing design services, the cost of the DRAFTPartyParty ta or inforta or hich are reasonhich a on by City.on by Cit ng of any Services under this ng of any Services under of the term of this Agreemenof the term of this Agreeme ntain, at its sole cost and expentain, at its sole cost and expen cution of tn of this Agreement, policis Ag (the “Insurance Requirements”)rance R nce and expressly made a part hnce and expressly ma . Contracting Party shall providContracting Party shall proAg with all required endorsemen all required endorsemen ments must be approved by Agest be approved by A nt of performance.ance ATIONATION. . Rdemnificationdemn. To the fulles. To the fulRAParty shall indemnify, protect, rty shall indemnify, protect, d hold harmless City and any harmless City and any , and volunteers as set forth in “and volunteers as rporated herein by this referencerporated herein by this r 7.7.RECORDS AND REPORTSAND REPORTSDR7.1 Reportss. Contr. Dthe Contract Officerthe Contract Offic tracting Party’s petracting Party’s p Contract OffiContract Off roject Maroject Ma emeeme -10- project being designed, Contracting Party shall promptly notify the Contract Officer, or assigned designee,of said fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Contracting Party is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.2 Records. Contracting Party shall keep, and require any subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports (including but not limited to payroll reports), studies, independent certified public accountant (CPA) “Audited Indirect Cost Rate” workpapers, or other documents relating to the disbursements charged to City and the Services performed hereunder (the “Books and Records”), as shall be necessary to perform the Services required by this Agreement and enable the Contract Officer, or assigned designee, to evaluate the performance of such Services. Any and all such Books and Records, including those of the Contracting Party’s independent CPA, shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer, California Department of Transportation (Caltrans) Auditor, Federal Highway Administration (FHWA) or any duly authorized representative of the Federal government having jurisdiction under Federal laws or regulations (including the basis of Federal Funding in whole or in part), or assigned designee, shall have full and free access to such Books and Records at all times during normal business hours of City, including the right to inspect, copy, audit, and make records and transcripts from such Books and Records. Such Books and Records shall be maintained for a period of three (3) years following completion of the Services hereunder, and City shall have access to such Books and Records in the event any audit, examination, workpaper review, excerpt, or transaction is required. In the event of dissolution of Contracting Party’s business, custody of the Books and Records may be given to City, and access shall be provided by Contracting Party’s successor in interest. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds Ten Thousand Dollars ($10,000.00), this Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of City, for a period of three (3) years after final payment under this Agreement. 7.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents, and other materials plans, drawings, estimates, test data, survey results, models, renderings, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings, digital renderings, or data stored digitally, magnetically, or in any other medium prepared or caused to be prepared by DRAFTnd requirnd r invoices, voucinvoic yroll reports), studieyroll repo ited Indirect Cost Rateited Indirect bursements charged to City bursements charge oks and Records”), as shall be oks and Records”), as sh y this Agreement and enable they this Agreement and enable o evaluate the performance of suo evaluate the performance of su nd RecordsReco, including thincluose of shall be maintained in accordane maintaine ciples and shall be complete ahall be nd Department of TransportationDepartment of Tran ministration (inistration FHWA) or any duor an al government having jurisdictiovernment having jurisdicti ing the basis of Federal Funding basis of Federal Funding ,shall have full and free accese full and free acces during normal business hours of uring normal business hours of udit, and make records and tudit, and make records ra uch Books and Records shall beuch Books and Records s s following completion of the Sers following completion of the S s to such Books and Records in tsuch Books and Records in t er review, excerpt, or transactw, excerpt, or transact tion of Contracting Party’s businacting P be given to City, and access sbe given to City, and ccessor in interest. Under Caliccessor in interest. Under f the amount of public funds exthe amount of public funds ex Thousand Dollars ($10,000.Thousand Dollars ($ examination and audit of texamination and audit any audit of City, for any audit of City, fo Agreement.Agreem OwneOwneDotogotog -11- Contracting Party, its employees, subcontractors, and agents in the performance of this Agreement (the “Documents and Materials”) shall be the property of City and shall be delivered to City upon request of the Contract Officer, or assigned designee, or upon the expiration or termination of this Agreement, and Contracting Party shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the Documents and Materials hereunder. Any use, reuse or assignment of such completed Documents and Materials for other projects and/or use of uncompleted documents without specific written authorization by Contracting Party will be at City’s sole risk and without liability to Contracting Party, and Contracting Party’s guarantee and warranties shall not extend to such use, revise, or assignment. Contracting Party may retain copies of such Documents and Materials for its own use. Contracting Party shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any Documents and Materials prepared by them, and in the event Contracting Party fails to secure such assignment, Contracting Party shall indemnify City for all damages resulting therefrom. 7.4 In the event City or any person, firm, or corporation authorized by City reuses said Documents and Materials without written verification or adaptation by Contracting Party for the specific purpose intended and causes to be made or makes any changes or alterations in said Documents and Materials, City hereby releases, discharges, and exonerates Contracting Party from liability resulting from said change. The provisions of this clause shall survive the termination or expiration of this Agreement and shall thereafter remain in full force and effect. 7.5 In the event of Termination under Article 8, immediately upon termination, City shall be entitled to, and Contracting Party shall deliver to City, reports, investigations, appraisals, inventories, studies, analyses, drawings and data estimates performed to that date, whether completed or not, and other such materials as may have been prepared or accumulated to date by Contracting Party in performing this Agreement which is not Contracting Party’s privileged information, as defined by law, or Contracting Party’s personnel information, along with all other property belonging exclusively to City which is in Contracting Party’s possession. 7.6 Licensing of Intellectual Property. This Agreement creates a non- exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, rights of reproduction, and other intellectual property embodied in the Documents and Materials. Contracting Party shall require all subcontractors, if any, to agree in writing that City is granted a non-exclusive and perpetual license for the Documents and DDRAFTee of its fof its nts and Mants an eted Documentseted D ed documents withoed docum will be at City’s sole risk will be at City’s ntracting Party’s guarantee ntracting Party’s gu use, revise, or assignment. use, revise, or assignm Documents and Materials for itsDocuments and Materials for an unrestricted right to use tan unrestricted right to use t tractors shall provide for assignctors shall prov als prepared by them, and in thared by th such assignment, Contracting Pment, sulting therefrom.sulting therefrom. y or any person, firm, or corporany person, firm, or corpo ments and Materials without wrnd Materials without wr ng Party for the specific purposer the specific purpose es any changes or alterations any changes or alterations eby releases, discharges, and exoeby releases, discharges ulting from said change. The pulting from said change. rmination or expiration of this Armination or expiration of thi ll force and effect.orce and effect. 5 In the event of Terminatioevent of Terminatio ination, City shall be entitled tonation, City shall be e ty, reports, investigations, apty, reports, investigations, drawings and data estimates pedrawings and data estimates p not, and other such materialsnot, and other such materials date by date Contracting Partng ontracting Party’s privilontracting Party’s pr yy’s personnel inf’s personnel in vely to City wvely to City w LiceLiceD -12- Materials the subcontractor prepares under this Agreement. Contracting Party represents and warrants that Contracting Party has the legal right to license any and all of the Documents and Materials. Contracting Party makes no such representation and warranty in regard to the Documents and Materials which were prepared by design professionals other than Contracting Party or provided to Contracting Party by City. City shall not be limited in any way in its use of the Documents and Materials at any time, provided that any such use not within the purposes intended by this Agreement shall be at City’s sole risk. Publication of the information derived from work performed or data obtained in connection with services rendered under this Agreement must be approved in writing by City. Additionally, it is agreed that the Parties intend this to be an Agreement for services and each considers the products and results of the services to be rendered by Contracting Party hereunder to be work made for hire. Contracting Party acknowledges and agrees that the work (and all rights therein, including, without limitation, copyright) belongs to and shall be the sole and exclusive property of City without restriction or limitation upon its use or dissemination by City. 7.7 Release of Documents. The Documents and Materials shall not be released publicly without the prior written approval of the Contract Officer, or assigned designee, or as required by law. Contracting Party shall not disclose to any other entity or person any information regarding the activities of City, except as required by law or as authorized by City. Contracting Party shall not issue any news release or public relations item of any nature for any media, whatsoever, regarding the Records and Materials and work performed or to be performed under this Agreement, without the City’s prior written consent. 7.8 Confidential or Personal Identifying Information. Contracting Party covenants that all City data, data lists, trade secrets, documents with personal identifying information, documents that are not public records, draft documents, discussion notes, or other information, if any, developed or received by Contracting Party or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Contracting Party to any person or entity without prior written authorization by City or unless required by law. City shall grant authorization for disclosure if required by any lawful administrative or legal proceeding, court order, or similar directive with the force of law. Permission to disclose the aforementioned City confidential information on one occasion, or public hearing held by City relating to the Agreement, shall not authorize Contracting Party to further disclose such information, or disseminate the same on any other occasion. Contracting Party shall not comment publicly to the press or any other media regarding the aforementioned City confidential information except to City’s staff, at public hearings when raised by the City’s staff or City Council, or in response DRAFTinin d in and in a ded that anded th shall be at City’s shall b ork performed or daork perform this Athis Agreementeemen must be reed that the Preed that the Parties intend artie h considers the products and h considers the products ntracting Partyntract hereunder to beder to owledges and agrees that the woowledges and agrees that the wo t limitation, copyright) belongs tomitation, copyri y of City without restriction or limy without r ty. nts. The Documents and Materiats. The Documents and MAprior written approval of the Cor written approval of the Co as required by law. Contractiired by law. Contracti tity or person any information reon any information r uired by law or as authorized byired by law or as authorized by news release or public news release or public relations ver, regarding the Records and Mver, regarding the Records ormed under this ormed under thi Agreement,ment,w 8 Confidential or Personal Intial or Personal I DRy covenants that all City data, dcovenants that all Cit rsonal identifying information, drsonal identifying informatio documents, discussion notes, documents, discussion notes, received by Contracting Pareceived by Contractin rty are deemed confidential andare deemed confidenti erson or entity without erson or entity witho aw. City shall granaw. City shall gra strative or legstrative or le law. law. PePe on on -13- to questions from a Legislative committee. All City data, data lists, trade secrets, documents with personal identifying information, documents that are not public records, draft documents, discussions, or other information shall be returned to City upon the termination or expiration of this Agreement. Contracting Party’s covenant under this section shall survive the termination or expiration of this Agreement. 8. ENFORCEMENT OF AGREEMENT. 8.1 California Law. This Agreement shall be interpreted, construed, and governed both as to validity and to performance of the parties in accordance with the laws of the State of California without regard to conflict of law principles. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Contracting Party covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Disputes; Right to Cure; Meet and Confer. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefore. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the Contract Officer, or assigned designee; provided that if the default is an immediate danger to the health, safety, or general welfare, City may take such immediate action as City deems warranted. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party’s right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City’s right to terminate this Agreement without cause pursuant to this Article 8. During the period of time that Contracting Party is in default, City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, City may, in its sole discretion, elect to pay some or all of the outstanding invoices during any period of default. During the period allowed for cure in this Section, and prior to either party commencing any legal action under Section 8.1 and other provisions in this Agreement, the parties may meet and confer in good faith to settle a dispute amicably between them. The injured party shall have the right to commence the good-faith meet and confer negotiations by written notice thereof to the injuring party. If a dispute has not been resolved after forty-five (45) days of good-faith negotiations (commencing from the date the injured party delivers notice to e e interpreted, construed,interpreted, rmance of the parties inrmance of the p niania without wi regard to conflict rd to c any dispute, claim, or matter any dispute, claim, or ma t shall be instituted in the Superit shall be instituted in the Super f California, or any other appropCalifornia, or any other approp Party covenants and agrees to covenants a ourt in the event of such action.event Cure; Meet and ConferCure; Meet and Confer. In the . AFeement, the injured party shall noment, the injured party shall ntions by submitting a claim therby submitting a claim ther rforming its obligations hereunts obligations hereu nces to cure such default within tuch default within t d completes the cure of such completes the cure service of the notice, or such service of the notice, o he Contract Officerhe Contract Offic ,or assignedsign immediate danger to the healthmmediate danger to the health such immediate action as City dmmediate action as City d visions of this Section shall be a his Section shall be a Agreement for cause and to any greement for cause a t be a waiver of any party’s right be a waiver of any party’s dispute is not cured, provided tdispute is not cured, provided terminate this Agreement withterminate this Agreement with period of time that Contractperiod of time that Co nd shall, when the defand shall, when the d he alternative, Cityhe alternative, Cit tstanding invotstanding inv for cure ifor cure i n undn und -14- participate in good-faith meet and confer negotiations) or the expiration of the cure period provided in this Section, whichever date is earlier, then either party may commence legal action against the other. As part of the good-faith meet and confer negotiations, any dispute, other than audit, concerning a question of fact arising under this Agreement that is not disposed of by agreement shall be decided by a committee consisting of City’s Contract Administrator and City Manager (or authorized designee), who may consider written or verbal information submitted by Contracting Party. If a dispute is not resolved by good-faith meet and confer negotiations, and a legal action has not commenced by the time all work under this Agreement is alleged to have been completed, then not later than thirty (30) calendar days after alleged completion of all work under the Agreement, Contracting Party may request review by the La Quinta City Council of unresolved claims or disputes, other than audit; such a request for review shall be submitted in writing; neither the pendency of a dispute nor its consideration by the City committee or City Council will excuse Contracting Party from full and timely performance in accordance with the terms of this Agreement; and, notwithstanding any of the alternative dispute resolution provisions in this Section, neither party waives or releases any rights or remedies the party has under this Agreement or at law or in equity when using the alternative dispute resolution provisions in this Section. Furthermore, any audit disputes shall be considered as provided for Article 10. 8.3 Retention of Funds. City may withhold from any monies payable to Contracting Party sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by City due to the default of Contracting Party in the performance of the Services required by this Agreement. 8.4 Waiver. No delay or omission in the exercise of any right or remedy of a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. City’s consent or approval of any act by Contracting Party requiring City’s consent or approval shall not be deemed to waive or render unnecessary City’s consent to or approval of any subsequent act of Contracting Party. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 8.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. DRAFTspsp CityCity’s ’s who may cowho m artyarty.. If a dispu ons, andons, and a legal actioa s Agreement is alleged to Agreement is y (30) calendar days after y (30) calendar day ementement, Contracting Party Party may of unresolved claimsof unr or disputes,disput ew ew shallsh be submitted in writinsubmitted in writin s consideration by onsideration by the City comm Party from full and timely perforom full an s Agreement; and, notwithstand; and, on provisions in this Section, non provisions in this Se r remedies the party has under tremedies the party has und using the alternative dispute resothe alternative dispute res more, any any audit ddisputes shalisputes shal on of Funds. City may withholdon of Funds. City may RAarty sufficient funds to compensaarty sufficient funds to com amages it reasonably believes wamages it reasonably believes Contracting Party in the performtracting Party in the perform ement. 8.48.4 WaiverWaiv. No delay or omNo de DRmedy of a nonmedy of a non--defaulting party defaulting p remedy or be construed as a waremedy or be construed as a wa Contracting Party requiring CiContracting Party requiring Ci waive or render unnecessarwaive or render unnec t of Contracting Party. t of Contracting Part ng and shall not bng and shall not her provision her provision RighRighD -15- 8.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, at law or at equity, to cure, correct, or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7 Termination Prior To Expiration of Term. This Section shall govern any termination of this Agreement, except as specifically provided in the following Section for termination for cause. City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days’ written notice to Contracting Party. Upon receipt of any notice of termination, Contracting Party shall immediately cease all Services hereunder except such as may be specifically approved by the Contract Officer, or assigned designee. Upon termination, City shall be entitled to all work, including but not limited to, reports, investigations, appraisals, inventories, studies, analyses, drawings and data estimates performed to that date, whether completed or not, and in accordance with Section 7.5. Contracting Party shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services authorized by the Contract Officer, or assigned designee, thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, or assigned designee, except amounts held as a retention pursuant to this Agreement. 8.8 Termination for Default of Contracting Party. If termination is due to the failure of Contracting Party to fulfill its obligations under this Agreement, Contracting Party shall vacate any City-owned property which Contracting Party is permitted to occupy hereunder and City may, after compliance with the provisions of Section 8.2, take over the Services and prosecute the same to completion by contract or otherwise, and Contracting Party shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the compensation herein stipulated (provided that City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to Contracting Party for the purpose of setoff or partial payment of the amounts owed City. 8.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorneys’ fees; provided, however, that the attorneys’ fees awarded pursuant to this Section shall not exceed the hourly rate paid by City for legal services multiplied by the reasonable number of hours spent by the prevailing party in the conduct of DRAFTAA ction shall ction s ally provided inally pr reserves the right reserves hout cause, upon thirtyhout cause, u pon receipt of any notice of pon receipt of any n y cease all Services herey cease all Services hereunder ed by the Contract Officered by the Contract Officer, ,or CityCity shall be entitled to all worshall be entitled to all wo vestigations, appraisals, inventostigations, appr a estimates performed to thamates perf accordance with with Section 7.5S. Co ensation for all Services renderensation for all Servic ation and for any Services authtion and for any Services ed designeeesignee,,thereafter in accothereafter in acc n or such as may be approvech as may be approve signee, except amounts held ascept amounts held as ination for Default of Contractingination for Default of ContRAf Contracting Party to fulfill its obf Contracting Party to fulfill its Party shall vacate any Cityarty shall vacate any City--owow ermitted to occupy hereunder ad to occupy hereunder a visions of Sectionection 8.2, take over8.2, take over mpletion by contract or otherwimpletion by contract o the extent that the total costthe extent that the total hereunder exceeds the compenhereunder exceeds the compe shall use reasonable efforts toshall use reasonable efforts to any payments to Contractinany payments to Contr the amounts owed Citythe amounts owed 8.98.9 AttorneyAttorneyDr defend r defend withwith -16- the litigation. Attorneys’ fees shall include attorneys’ fees on any appeal, and in addition a party entitled to attorneys’ fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery, and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. The court may set such fees in the same action or in a separate action brought for that purpose. 8.10 Suspension of Work. City may temporarily suspend this Agreement, at no additional cost to City, provided that Contracting Party is given written notice (delivered by certified mail, return receipt requested) of temporary suspension. If City gives such notice of temporary suspension, Contracting Party shall immediately suspend its activities under this Agreement. A temporary suspension may be issued concurrent with the notice of termination provided for in this Article 8. 9. CITY OFFICERS AND EMPLOYEES; NONDISCRIMINATION. 9.1 Non-liability of City Officers and Employees. No officer, official, employee, agent, representative, or volunteer of City shall be personally liable to Contracting Party, or any successor in interest, in the event or any default or breach by City or for any amount which may become due to Contracting Party or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. Contracting Party covenants that neither it, nor any officer or principal of it, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Contracting Party’s performance of the Services under this Agreement. Contracting Party further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent, or subcontractor without the express written consent of the Contract Officer, or assigned designee. Contracting Party agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. During the term of this Agreement, the Contracting Party shall disclose any financial, business, or other relationship with City that may have an impact upon the outcome of this Agreement or any ensuing City construction project. The Contracting Party shall also list current clients who may have a financial interest in the outcome of this Agreement or any ensuing City construction project which will follow. No officer or employee of City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee DRAFTaa her orher o fees in the fees mporarily suspend thismporarily sus d that d that Contracting Partyacting is , return receipt requested) of , return receipt requeste otice of temporary suspension,otice of temporary suspensi spend its activities under thspend its activities under t y be issued concurrent with the nbe issued concur cle 8. YEES; NONDISCRIMINATIONYEES; NONDISCRIMIN . AFty Officers and Employees.Officers and Employees. NoNAFtative, or volunteer of City shall bor volunteer of City shall b any successor in interest, in the ssor in interest, in the or any amount which may becont which may beco essor, or for breach of any obligessor, or for breach of a onflict of Interestonflict of Interest. Contracting ctingRAficer or principal of it, has or shor principal of it, has or sh y, which would conflict in any mwould conflict in any m would in any way hinder Cowould in any way vices under this Agreement. Covices under this Agreeme he performance of this Agreemehe performance of this Agreem be employed by it as an officebe employed by it as an office the express written consentthe express written co ontracting Party agreesontracting Party agr earance of any coearance of any c mance of this mance of this ing Partying Party hat mhat m -17- participate in any decision relating to this Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. Contracting Party warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. Contracting Party certifies that it has disclosed to City any actual, apparent, or potential conflicts of interest that may exist relative to the services to be provided pursuant to this Agreement. Contracting Party agrees to advise City of any actual, apparent or potential conflicts of interest that may develop subsequent to the date of execution of this Agreement. Contracting Party further agrees to complete any statements of economic interest if required by either City ordinance or State law. 9.3 Covenants against Discrimination. The Contracting Party’s signature affixed herein and dated shall constitute a certification under penalty of perjury under the laws of the State of California that the Contracting Party has, unless exempt, complied with the nondiscrimination program requirements of California Government Code Section 12990 and Title 2, Section 11102 (former Section 8301) of the California Code of Regulations (CCR). During the performance of this Agreement, Contracting Party and its subcontractors shall not deny the Agreement’s benefits to any person on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status, nor shall they unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status. Contracting Party and subcontractors shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. Contracting Party and subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Cal. Gov. Code § 12990 et seq.), the applicable regulations promulgated there under (2 CCR § 11000 et seq.), the provisions of California Government Code §§ 11135-11139.5, and the regulations or standards adopted by City to implement such article. The applicable regulations of the Fair Employment and Housing Commission implementing California Government Code § 12990(a)-(f), set forth Title 2, DRAFTfofo to to CityCi any ac exist relative to texist re CContracting Party ontracting Pa agrees al conflicts of interest that al conflicts of inter xecution of this xecutio AgreementAgree. te any statements of economicte any statements of econo or State law.or State law. minationion. . The The Contracting AFhall constitute a certification undeute a ce tate of California that the tate of California that Contra ied with the nondied with the nondiscriminatscri Government Code Sectionvernment Code Section 12912 ction 8301)301)of the California Cothe California Co erformance of this erformance of this AgreementAgre, hall not deny thehall not deny Agreement’seem be religious creed, color, nationreligious creed, color, na ental disability, medical conditintal disability, medical condit ex, gender, gender identity, ender, gender identity, ion, or military and veteran ilitary and veteran minate, harass, or allow harassmminate, harass, or allo employment because of raceemployment because of ncestncestry, physical disability, mical disability, m information, marital status, seinformation, marital status, se age, sexual orientation, or mage, sexual orientation ubcontractorubconts shall insall ployees and applicaployees and applic arassment.arassment. ractinractin -18- Section 11099-11124 (former sections 8100-8504) of the CCR, are incorporated into this Agreement by reference and made a part hereof as if set forth in full. Contracting Party shall permit access by representatives of the Department of Fair Employment and Housing and the City upon reasonable notice at any time during the normal business hours, but in no case less than twenty-four (24) hours’ notice, to such of its books, records, accounts, and all other sources of information and its facilities as said Department or City shall require to ascertain compliance with this clause. Contracting Party and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement. Contracting Party shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under this Agreement. The Contracting Party, with regard to the work performed under this Agreement, shall act in accordance with Title VI of the Civil Rights Act of 1964 (42 U.S.C. §2000d et seq.). Title VI provides that the recipients of federal assistance will implement and maintain a policy of nondiscrimination in which no person in the United States shall, on the basis of race, color, national origin, religion, sex, age, disability, be excluded from participation in, denied the benefits of or subject to discrimination under any program or activity by the recipients of federal assistance or their assignees and successors in interest. The Contracting Party shall comply with regulations relative to non- discrimination in federally-assisted programs of the U.S. Department of Transportation (Title 49, Part 21 of the Code of Federal Regulations (CFR) - Effectuation of Title VI of the Civil Rights Act of 1964). Specifically, the Contracting Party shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR § 21.5, including employment practices and the selection and retention of Subcontractors. 10. AUDIT REVIEW PROCEDURES. 10.1 Audit Disputes. Any dispute concerning a question of fact arising under an interim or post audit of this Agreement that is not disposed of by agreement provided for in Article 8, shall be reviewed by City’s Chief Financial Officer. Not later than thirty (30) calendar days after issuance of the final audit report, Contracting Party may request a review by City’s Chief Financial Officer of unresolved audit issues. The request for review will be submitted in writing. Neither the pendency of a dispute nor its consideration by City will excuse Contracting Party from full and timely performance, in accordance with the terms of this Agreement. DRAFTasas ccountccoun ment or ment Cit ive written notice of theirive written not ns with which they have a ns with which they nondiscrimination and compliancnondiscrimination and complian tracts to pacts t erform work under erform work under regard to the work performed regard to the work nce with Title VI of the Civil Rightnce with Title VI of the Civ Title VI provides that the reciple VI provides that the rec and maintain a policy of nondiscrintain a policy of nondiscr tates shall, on the basis of race, c, on the basis of race, sability, be excluded from partixcluded from parti ct to discrimination under any pct to discrimination und ral assistance or their assignees ral assistance or their ass ontracting Partyntracting Party shall comply wshall comply w tion in federallyn federally--assisted passisted progrrogr rtation (Titletle 4949, Part 21 of the , Part 21 of the uation of Title VI of the Civil ation of Title VI of ntracting Partyntracting Party shall not particl not iscrimination prohibited by 49 Ciscrimination prohibited by 49 and the selection and retentionand the selection and retention 10.10.AUDIT REVIEW PROAUDIT REVIEW D10.110.1 Audit t DispDisDn interim on interim o tt providprovid lala -19- 10.2 Audit Review Procedures. Contracting Party and subcontractor agreements, including Schedule of Compensation, cost proposals and Indirect Cost Rates (ICR), may be subject to audits or reviews such as, but not limited to, an agreement audit, an incurred cost audit, an ICR Audit, or a CPA ICR audit work paper review. If selected for audit or review, this Agreement, cost proposal and ICR and related work papers, if applicable, will be reviewed to verify compliance with 48 CFR Part 31 and other related laws and regulations. In the instances of a CPA ICR audit work paper review it is Contracting Party’s responsibility to ensure federal, state, City, or local government officials are allowed full access to the CPA’s work papers including making copies as necessary. The Agreement, cost proposal, and ICR shall be adjusted by Contracting Party and approved by City Contract Officer to conform to the audit or review recommendations. Contracting Party agrees that individual terms of costs identified in the audit report shall be incorporated into this Agreement by this reference if directed by City at its sole discretion. Refusal by Contracting Party to incorporate audit or review recommendations, or to ensure that the federal, state, City or local governments have access to CPA work papers, will be considered a breach of Agreement terms and cause for termination under Article 8 of the Agreement and disallowance of prior reimbursed costs. 10.3 Caltrans Audits and Investigations Work Paper Review. Contracting Party’s Schedule of Compensation may be subject to a CPA ICR “Audit Work Paper Review” and/or audit by Caltrans Audits and Investigation (A&I). Caltrans A&I, at its sole discretion, may review and/or audit and approve the CPA ICR documentation. The Schedule of Compensation shall be adjusted by the Contracting Party and approved by the City Contract Officer to conform to the Work Paper Review recommendations included in the management letter or audit recommendations included in the audit report. Refusal by the Contracting Party to incorporate the Work Paper Review recommendations included in the management letter or audit recommendations included in the audit report will be considered a breach of the Agreement terms and cause for termination under Article 8 of the Agreement and disallowance of prior reimbursed costs. During Caltrans A&I’s review of the ICR audit work papers created by the Contracting Party’s independent CPA, Caltrans A&I will work with the CPA and/or Contracting Party toward a resolution of issues that arise during the review. Each party agrees to use its best efforts to resolve any audit disputes in a timely manner. If Caltrans A&I identifies significant issues during the review and is unable to issue a cognizant approval letter, City will reimburse the Contracting Party at an “accepted rate” (defined below) until a Federal Acquisition Regulation (FAR)-compliant ICR (pursuant to, for example, 48 CFR Part 31; GAGAS (Generally Accepted Auditing Standards); CAS (Cost DRAFTee be revbe re s and reguls and s Contracting Pas Cont overnment officials aovernment uding making copies as uding making ICR shall be adjusted by ICR shall be adju act act OfficerO to conform to the form t ng Partyng Pa agrees that individuandivid ort shall be incorporated into ort shall be incorporated into tt by CityCity at its sole discretion. Reat its sole udit or review recommendationreview rec or local governments have acceernme a breach of a brea Agreementement terms a of the the AgreementAgree and disallownd disa udits and Investigations WInvestigations W RAchedule of Compensationhedule of Compensatio may bb ReviewReview” ” and/or audit by Caltranand/or audit by A&I, at its sole discretion, maA&I, at its sole discretio PA ICR documentation. The PA ICR documentation. The SchS the e Contracting PartyContracting Party and apprand appr rm to the Work Paper Review he Work Paper Review ement letter or audit recommeor aud sal by the sal by the Contracting PartyContracting commendations included in commendations included recommendations included in threcommendations included in t the Agreementthe terms and erm AgreementAgreem and disallowancallo During Caltrans During Caltrans ntracting Partntracting Part ontractinontractin h pah pa -20- Accounting Standards), if applicable; in accordance with procedures and guidelines of the American Association of State Highways and Transportation Officials (AASHTO) Audit Guide; and other applicable procedures and guidelines) is received and approved by A&I. “Accepted rates” will be as follows: A. If the proposed rate is less than one hundred fifty percent (150%) - the accepted rate reimbursed will be ninety percent (90%) of the proposed rate. B. If the proposed rate is between one hundred fifty percent (150%) and two hundred percent (200%) - the accepted rate will be eighty- five percent (85%) of the proposed rate. C. If the proposed rate is greater than two hundred percent (200%) - the accepted rate will be seventy-five percent (75%) of the proposed rate. If Caltrans A&I is unable to issue a cognizant letter per this Section 10.3, Caltrans A&I may require Contracting Party to submit a revised independent CPA-audited ICR and audit report within three (3) months of the effective date of the management letter. Caltrans A&I will then have up to six (6) months to review the Contracting Party’s and/or the independent CPA’s revisions. If the Contracting Party fails to comply with the provisions of this Section 10.3, or if Caltrans A&I is still unable to issue a cognizant approval letter after the revised independent CPA audited ICR is submitted, overhead cost reimbursement will be limited to the accepted ICR that was established upon initial rejection of the ICR and set forth this Section 10.3 for all rendered services. In this event, this accepted ICR will become the actual and final ICR for reimbursement purposes under this Agreement. Contracting Party may submit to City a final invoice only when all of the following items have occurred: (1) Caltrans A&I accepts or adjusts the original or revised independent CPA audited ICR; (2) all work under this Agreement has been completed to the satisfaction of City; and (3) Caltrans A&I has issued its final ICR review letter. The Contracting Party must submit its final invoice to City no later than sixty (60) calendar days after occurrence of the last of these items. The accepted ICR will apply to this Agreement and all other agreements executed between City and the Contracting Party, either as a prime or subcontractor, with the same fiscal period ICR. DRAFTy percent (150y perc percent (90%) of tpercent undred fifty percent (150%) undred fifty percent ( he accepted rate will be eightyhe accepted rate will be eig - d rate.d rate. r than two hundred percent (20an two hundre enty-five percentpercent (75%) of the p to issue a cognizant letter per issue a cognizant letter per th ontracting Partycting Party to submit a revto submit a rev t report within three (3) months within three (3) month ter. Caltrans A&I will then have uA&I will then have u ng Party’s and/or the independeng Party’s and/or the ind racting Partyracting Party fails to comply withfails to comply trans A&I is still unable to issue arans A&I is still unable to issue d independent CPA audited ICdependent CPA audited IC ement will be ill be limited to the accelimited to the acce rejection of the ICR and set foection of the ICR ices. In this event, this acceptedices. In this event, this a r reimbursement purposes under reimbursement purposes un Contracting PartyPart may s following items have occurrfollowing items have o revised independent Crevised independen been completed tobeen completed t ICR review ICR review o later tho later th .T.T -21- 11. STATE PREVAILING WAGE RATES 11.1 State Prevailing Wage Rates. No contractor (including Contracting Party) or subcontractor may be awarded an Agreement containing public work elements unless registered with the Department of Industrial Relations (DIR) pursuant to California Labor Code Section 1725.5. Registration with DIR must be maintained throughout the entire term of this Agreement, including any subsequent amendments. The Contract Party shall comply with all of the applicable provisions of the California Labor Code requiring the payment of prevailing wages. The General Prevailing Wage Rate Determinations applicable to work under this Agreement are available and on file with the Department of Transportation's Regional/District Labor Compliance Officer. These wage rates are made a specific part of this Agreement by reference pursuant to Labor Code Section 1773.2 and will be applicable to work performed at a construction project site. Prevailing wages will be applicable to all inspection work performed at City construction sites, at City facilities and at off-site locations that are set up by the construction contractor or one of its subcontractors solely and specifically to serve City projects. Prevailing wage requirements do not apply to inspection work performed at the facilities of vendors and commercial materials suppliers that provide goods and services to the general public. General Prevailing Wage Rate Determinations applicable to this project may also be obtained from the Department of Industrial Relations Internet site at http://www.dir.ca.gov. 11.2 Payroll Records. Contracting Party and each Subcontractor shall keep accurate certified payroll records and supporting documents as mandated by Labor Code Section 1776 and as defined in Title 8 Section 16000 of the CCR, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by the Contracting Party or a subcontractor in connection with the public work. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: A. The information contained in the payroll record is true and correct. B. The employer has complied with the requirements of Labor Code Sections 1771, 1811, and 1815 for any work performed by his or her employees on the public works project. The payroll records enumerated under this Section 11.2 shall be certified as correct by the Contracting Party under penalty of perjury. The payroll records and all supporting documents shall be made available for inspection and copying by City Contract Officer at all reasonable hours at the principal DRAFTwith with entent, incl, in udi mply with all ofmply w uiring the payment uiring the Determinations applicableDeterminations on file with the Department on file with the Dep mpliance Officer. These wage mpliance Officer. These mentment by reference pursursuant toan pplicable to workpplicable to wor performed ated at es will be applicable to all inspewill be applicab sites, atat City City facilities and at fac e construction contractor or oon co cally to serve cally City ty projects. Prevproj inspection work performed at tnspection work performed terials suppliers that provide gols suppliers that provide go eral Prevailing Wage Rate Determvailing Wage Rate Determ so be obtained from the Depained from the Dep e at http://www.dir.ca.govhttp://www.dir.ca.g . oll Records.oll Records. ContractingContracting Party aRAe certified payroll records ane certified payroll records y Labor Code SectionLabor Code Section 1776 and and a CR, showing the name, addreowing the name, addre cation, straight time and overtimght time and overtim the actual per diem wages paid the actual per diem wag other employee employed by tother employee employed connection with the public woconnection with the public wo verified by a written declaraverified by a written declara stating both of the followingstating both of the foll A.A.The informatioThe informat The emplThe empl ectionection ll -22- office of the Contracting Party. The Contracting Party shall provide copies of certified payrolls or permit inspection of its records as follows: A. A certified copy of an employee's payroll record shall be made available for inspection or furnished to the employee or the employee's authorized representative on request. B. A certified copy of all payroll records enumerated in this Section 11.2 shall be made available for inspection or furnished upon request to a representative of City, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the Department of Industrial Relations. Certified payrolls submitted to City, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards shall not be altered or obliterated by the Contracting Party. C. The public shall not be given access to certified payroll records by the Contracting Party. The Contracting Party is required to forward any requests for certified payrolls to the City Contract Officer by both email and regular mail on the business day following receipt of the request. Contract Party and all subcontractors shall submit a certified copy of the records enumerated in this Section 11.2, to the entity that requested the records within ten (10) calendar days after receipt of a written request. Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by City shall be marked or obliterated in such a manner as to prevent disclosure of each individual's name, address, and social security number. The name and address of the Contracting Party or subcontractor performing the work shall not be marked or obliterated. The Contracting Party shall inform City of the location of the records enumerated under this Section 11.2, including the street address, city and county, and shall, within five (5) working days, provide a notice of a change of location and address. The Contracting Party or subcontractor shall have ten (10) calendar days in which to comply subsequent to receipt of written notice requesting the records enumerated in this Section 11.2. In the event the Contracting Party or subcontractor fails to comply within the ten (10) day period, he or she shall, as a penalty to City, forfeit one hundred dollars ($100) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Such penalties shall be withheld by City from payments then due. Contracting Party DRAFTyy in in this this Section hed upon request tohed upon Standards EnforcementStandards En ards of the Department of ards of the Depar ubmitted to ubmit City, the Division the D d the Division of Apprenticeship d the Division of Apprentices bliterated by the Cbliterated by the ontracting Partg Par ccess to certifto certified payroll records ied p tracting Partyarty is required to forwis r yrolls to the yro Cityity Contract OfficCo on the business day following on the business day follo all subcontractorntracs shall submit ashall submit n this Sectionn 11.211.2, to the ent, to the ent 10) calendar days after receipt o10) calendar days after r of records made availablof records made availab e fo on request to the public or any n request to the public or an obliterated in such a manner terated in such a manner al's name, address, and social secaddress, and social sec Contracting PartyContracting Party or o subcontra ked or obliterated.ked or oblitera The Contracting Partyacting Party shsh enumerated under enumerated under this th Sect county, and shall, within ficounty, and shall, with location and address.location and addres he he ContractinContractin to compto comp meme -23- is not subject to a penalty assessment pursuant to this section due to the failure of a subcontractor to comply with this section. 11.3 Responsibility. When prevailing wage rates apply, the Contracting Party is responsible for verifying compliance with certified payroll requirements. Invoice payment will not be made until the invoice is approved by the City Contract Officer. 11.4 Penalty. The Contracting Party and any of its Subcontractors shall comply with Labor Code Sections 1774 and 1775. Pursuant to Labor Code Section 1775, the Contracting Party and any subcontractor shall forfeit to the City a penalty of not more than two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director of DIR for the work or craft in which the worker is employed for any public work done under the Agreement by the Contracting Party or by its subcontractor in violation of the requirements of the Labor Code and in particular, Labor Code Sections 1770 to 1780, inclusive. The amount of this forfeiture shall be determined by the Labor Commissioner and shall be based on consideration of mistake, inadvertence, or neglect of the Contracting Party or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of the Contracting Party or subcontractor in meeting their respective prevailing wage obligations, or the willful failure by the Contracting Party or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rates of prevailing wages is not excusable if the Contracting Party or subcontractor had knowledge of the obligations under the Labor Code. The Contracting Party is responsible for paying the appropriate rate, including any escalations that take place during the term of the Agreement. In addition to the penalty and pursuant to Labor Code Section 1775, the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contracting Party or subcontractor, as applicable. If a worker employed by a subcontractor on a public works project is not paid the general prevailing per diem wages by the subcontractor, the Contracting Party is not liable for the penalties described above unless the Contracting Party had knowledge of that failure of the subcontractor to pay the specified prevailing rate of wages to those workers or unless the Contracting Party fails to comply with all of the following requirements: A. The agreement executed between the Contracting Party and the subcontractor for the performance of work on public works projects DRAFTice is ice is s s SubcontractorSubcons sh PPursuant to Labor Codeursuant to ntractorntract shall forfeit to the all forf lars (lars ($200) for each calendar $200) for each ca ess than the prevailing rates asess than the prevailing rate ork or craft in which the worker ork or craft in which the worker r the the AgreementAgreement by the Contrac n of the requirements of the Laboe requireme ns 1770 to 1780, inclusive.1780, feiture shall be determined bfeiture shall be determ ased on consideration of mistaked on consideration of mista g Party or or ssubcontractorcontractor in failingin failing , or the prrevious record of theevious record of the ing their respective prevailing wective prevailing w Contracting PartyContract or or ssubcontractub es. A mistake, inadvertence, or es. A mistake, inadverten f prevailing wages is not excusaf prevailing wages is not exc r had knowledge of the obligathad knowledge of the obliga g Partyy is responsible for payingis responsible for paying ons that take place during the teke place during the te In addition to the penalty andIn addition to the penalt ifference between the prevailinifference between the prevaili worker for each calendar day worker for each calendar day paid less than the prevailingpaid less than the pre ontracting Partyontrac or or ssubco If a worker emIf a worker em d the gened the gene g Partg Part PaPa -24- shall include a copy of the requirements in Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. B. The Contracting Party shall monitor the payment of the specified general prevailing rate of per diem wages by the subcontractor to the employees by periodic review of the certified payroll records of the Subcontractor. C. Upon becoming aware of the subcontractor’s failure to pay the specified prevailing rate of wages to the Subcontractor’s workers, the Contracting Party shall diligently take corrective action to halt or rectify the failure, including but not limited to, retaining sufficient funds due the subcontractor for work performed on the public works project. D. Prior to making final payment to the subcontractor for work performed on the public works project, the Contracting Party shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor had paid the specified general prevailing rate of per diem wages to the subcontractor’s employees on the public works project and any amounts due pursuant to Labor Code Section 1813. Pursuant to Labor Code Section 1775, City shall notify the Contracting Party on a public works project within fifteen (15) calendar days of receipt of a complaint that a subcontractor has failed to pay workers the general prevailing rate of per diem wages. If City determines that employees of a subcontractor were not paid the general prevailing rate of per diem wages and if City did not retain sufficient money under this Agreement to pay those employees the balance of wages owed under the general prevailing rate of per diem wages, the Contracting Party shall withhold an amount of moneys due the subcontractor sufficient to pay those employees the general prevailing rate of per diem wages if requested by City. 11.5 Hours of Labor. Eight (8) hours labor constitutes a legal day's work. The Contracting Party shall forfeit, as a penalty to the City, twenty-five dollars ($25) for each worker employed in the execution of this Agreement by the Contracting Party or any of its subcontractors for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of the provisions of the Labor Code, and in particular Sections 1810 to 1815, inclusive, except that work performed by employees in excess of eight (8) hours per day, and forty (40) hours during any one week, shall be recorreco ’s failure to pay t’s failure ontractorontractor’s workers, the’s w orrective action to halt or orrective action to mited to, retaining sufficient mited to, retaining suf k performed on the public works k performed on the public wo ent to the to the ssubcontractorubc for orks project, the Contracting Pact, the ned under penalty of perjury ned under penalty ssubcontractorubcontr had paid the spepaid t r diem wages to the em wages to subcontracbcontr ks project and any amounts due ect and any amounts due 13. bor Code Sectionbor Code Section 1775, 1775 City sh works project within fifteen (15)works project within fifte at a at a subcontractorontra has failed s fa te of per diem wages. of per diem wa City determines that employees mines that employees al prevailing rate of per diem waprevailing rate of p ney unney under der thisthis Agreementeemen to pa wed under the general prevailinwed under the general prevai PartyParty shall withhold an amountold an amount pay those employees the pay those employees equested by equest City. 11.511.5 Hours of rs of Dhe Che Contractontract 25) for 25) for inging -25- permitted upon compensation for all hours worked in excess of eight (8) hours per day and forty (40) hours in any week, at not less than one and one-half (1.5) times the basic rate of pay, as provided in Section 1815. 11.6 Employment of Apprentices. Where either the prime contract or the subcontract exceeds thirty thousand dollars ($30,000), the Contracting Party and any subcontractors under him or her shall comply with all applicable requirements of Labor Code Sections 1777.5, 1777.6 and 1777.7 in the employment of apprentices. The Contracting Party and its subcontractors are required to comply with all Labor Code requirements regarding the employment of apprentices, including mandatory ratios of journey level to apprentice workers. Prior to commencement of work, Contracting Party and its subcontractors are advised to contact the DIR Division of Apprenticeship Standards website at https://www.dir.ca.gov/das/ for additional information regarding the employment of apprentices and for the specific journey-to- apprentice ratios for the work under this Agreement. The Contracting Party is responsible for all subcontractors’ compliance with these requirements. Penalties are specified in Labor Code Section 1777.7. 12. MISCELLANEOUS PROVISIONS. 12.1 Notice. Any notice, demand, request, consent, approval, or communication either party desires or is required to give the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail to the address set forth below. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated forty-eight (48) hours from the time of mailing if mailed as provided in this Section. To City: CITY OF LA QUINTA Attention: Insert Contract Officer 78495 Calle Tampico La Quinta, California 92253 To Contracting Party: VENDORS COMPANY NAME VENDORS CONTACT VENDORS STREET ADDRESS VENDORS CITY, STATE, ZIP 12.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. DRAFThe he CoC with all apwith a and 1777.7 inand 1 are required to comply with are required to com employment of apprentices,employment of appren to apprentice workers. Prior toto apprentice workers. Prio andand itsits subcontractoontrs are adviseadvis renticeship Standards websiteenticeship Standards website ditional information regardinal informat the specific journeyc journe -to- apprent ntnt. The . Contracting Partyting Pa is resp with these requirements. Penaltieth these requirements. Pe . ROVISIONSNS. . RAAny notice, demand, requestAny notice, demand, ther party desires or is requiredther party desires or is on shall be in writing and eitheron shall be in writing and e class mail to the address set class mail to the address set address by notiess by notifying the other fying the other Notice shall be deemed commhall be deemed comm me of mailing if mailed as providme of mailing if maile To City:To City CITY OF LA QUINTACITY OF LA QUINTA DAttention: Atten Con 8495 Calle Tampico8495 Calle Tampico Quinta, California Quinta, California -26- 12.3 Section Headings and Subheadings. The section headings and subheadings contained in this Agreement are included for convenience only and shall not limit or otherwise affect the terms of this Agreement. 12.4 Cost Principals. The Contracting Party agrees that Title 48 CFR Part 31, Contract Cost Principles and Procedures, shall be used to determine the allowability of individual terms of cost. The Contracting Party also agrees to comply with Federal procedures in accordance with Title 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. Any costs for which payment has been made to the Contracting Party that are determined by subsequent audit to be unallowable under Title 48 CFR Part 31 or 2 CFR Part 200 are subject to repayment by the Contracting Party to City. When Contracting Party or Subcontractor is a Non-Profit Organization or an Institution of Higher Education, the Cost Principles for Title 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards shall apply. 12.5 Subcontracting. Nothing contained in this Agreement or otherwise shall create any contractual relation between the City and any subcontractors, and no subcontracts shall relieve the Contracting Party of its responsibilities and obligations hereunder. The Contracting Party agrees to be as fully responsible to the City for the acts and omissions of its subcontractors 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 Contracting Party. The Contracting Party's obligation to pay its subcontractors is an independent obligation from the City’s obligation to make payments to the Contracting Party. The Contracting Party shall perform the work contemplated with resources available within its own organization and no portion of the work shall be subcontracted without written authorization by the City Contract Officer, except that which is expressly identified in the Schedule of Compensation. Any subcontract entered into as a result of this Agreement shall contain all the provisions stipulated in this entire Agreement to be applicable to subcontractors unless otherwise noted. Contracting Party shall pay its subcontractors within Fifteen (15) calendar days from receipt of each payment made to the Contracting Party by the City. Any substitution of subcontractors must be approved in writing by the City Contract Officer in advance of assigning work to a substitute Subcontractor. 12.6 Equipment Purchase. Prior authorization in writing by City Contract Officer shall be required before Contracting Party enters into any unbudgeted purchase order, or subcontract exceeding five thousand dollars ($5,000) for supplies, equipment, or services. Contracting Party shall provide an evaluation of the necessity or desirability of incurring such costs. For DRAFTd to dd to PartyParty also tle tle 2 CFR Part 2 nciples, and Aunciples, which payment has beenwhich payment d by subsequent audit to bed by subsequent au CFR Part 200 are subject to CFR Part 200 are subje yy.. WhWen Contracting Party Party or ion or an Institution of Highion or an Institution of High CFR Part 200, Uniform AdministrR Part 200, Unif udit Requirements for Federal Aequirement thing contained in this hing contained in this AgreemenAgre elation between the on between the City and anyand an relieve the the Contracting Partytracting Pa ofof der. The Contracting PartyContracting Party aga y for the acts and omissions of itnd omissions of it ctly or indirectly employed by actly or indirectly employ ns of persons directly empns of persons directly employed b artyarty's obligation to pay its 's obligation to pay its ssub rom the m the City’s obligation to maobligation to ma he Contracting Partyntracting Party shall pershall per es available within its own org within its own org be subcontracted without writbe subcontracted wit iceicerr, except that which is e, except that which CompensationComp. Any Any subcontracontra shall contain all the provisioshall contain all the provisio applicable to applic subcontractorontr y its y its ssubcontractortors ws ment made to thement made to th tractortractos muss mus of assignof assign -27- purchase of any item, service, or consulting work not covered in Schedule of Compensation and exceeding five thousand dollars ($5,000), with prior authorization by City Contract Officer, three competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified. Any equipment purchased with funds provided under the terms of this Agreement is subject to the following: Contracting Party 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 five thousand dollars ($5,000) or more. If the purchased equipment needs replacement and is sold or traded in, City shall receive a proper refund or credit at the conclusion of the Agreement, or if this Agreement is terminated as provided for in Article 8, Contracting Party may either keep the equipment and credit City 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 City procedures; and credit City in an amount equal to the sales price. If Contracting Party elects to keep the equipment, fair market value shall be determined at Contracting Party’s expense, on the basis of a competent independent appraisal of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to by City and Contracting Party, if it is determined to sell the equipment, the terms and conditions of such sale must be approved in advance by City. Title 2 CFR Part 200 requires a credit to State or Federal funds when participating equipment with a fair market value greater than five thousand dollars ($5,000) is credited to the project. 12.7 Rebates, Kickbacks or Other Unlawful Consideration. The Contracting Party warrants that this Agreement was not obtained or secured through rebates, kickbacks or other unlawful consideration either promised or paid to any City employee. For breach or violation of this warranty, City shall have the right, in its discretion, to terminate this Agreement without liability, to pay only for the value of the work actually performed, or to deduct from this Agreement price or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. 12.8 Prohibition of Expending City, State, or Federal Funds for Lobbying. The Contracting Party certifies, to the best of his or her knowledge and belief, that no State, Federal, or City appropriated funds have been paid or will be paid, by or on behalf of the Contracting Party, to any person for influencing or attempting to influence an officer or employee of any local, State, or Federal agency, a Member of the State Legislature or United States Congress, an officer or employee of the Legislature or Congress, or any DDRAFTtt all nonexpendall n having a useful life having a of five thousand dollarsof five thousa ent needs replacement and ent needs replacem proper refund or credit at the proper refund or credit a ss AgreementAgr is terminatedinated as ting Partyting P may either keep tmay either keep t mount equal to itount equal to its fair market vs st price obtainable at a public or e obtainable blished City procedures; and creproced es price. If es pr Contracting Party racting ele ket value shall be determined et value shall be determi e basis of a competent indepensis of a competent indepen Appraisals shall be obtained fs shall be obtained f e to by Cityy and Candontracting Parontracting Pa pment, the terms and conditionment, the terms and condition advance by advance by City. FR Part 200 requires a credit toFR Part 200 requires a credi pating equipment with a fair ting equipment with a fair usand dollars (ollars $5,000) is credite$5,000) is credite 12.712.7 Rebates, Kickbacks or Rebates, Kickb DRntracting Partyntracting Party warrants that thwarrants th through rebates, kickbacks or oththrough rebates, kickbacks or o paid to anpaidy City employee. Fomployee. Fo have the right, in its discrethave the right, in its d o pay only for the valueo pay only for the va AgreementAgree price oprice ck or other unck or other un ProhProhD -28- employee of a Member of the Legislature or Congress in connection with the awarding or making of this Agreement, or with the extension, continuation, renewal, amendment, or modification of this Agreement. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this Agreement, the Contracting Party shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Federal law (31 U.S.C. § 1352). Any person who fails to file the required certification shall be subject to a civil penalty of not less than ten thousand dollars ($10,000) and not more than one hundred thousand dollars ($100,000) for each such failure. The Contracting Party also agrees by signing this document that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed one hundred thousand dollars ($100,000), and that all such subrecipients shall certify and disclose accordingly. 12.9 Debarment and Suspension Certification. The Contracting Party’s signature affixed herein shall constitute a certification under penalty of perjury under the laws of the State of California, that the Contracting Party or any person associated therewith in the capacity of owner, partner, director, officer or manager is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. Any exceptions to this certification must be disclosed to City. Exceptions will not necessarily result in denial of recommendation for award but will be considered in determining responsibility. Disclosures must indicate the party to whom the exceptions apply, the initiating agency, and the dates of agency action. Exceptions to the Federal Government Excluded Parties List System maintained by the U.S. General Services Administration are to be determined by FHWA. 12.10Funding Requirements. It is mutually understood between the parties that this Agreement 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 DRAFToo CongreCongr ss AgreemeAgr ormorm--LLL, “DiscloL s instructions.s instruct Th which reliance was placed which reliance w into. Submission of this into. Submission entering into this transaction entering into this transa Any person who fails to file theAny person who fails to file t a civil penalty of not less than ta civil penalty of not less than t re than one hundred thousand dthan one hundr Contracting Pting Partyarty also agrees by shall require that the languag that ower tier ower subcontractsntracts, which 00,000), and that all such subr0,000), and that all such gly. and Suspension Certification.sion Certification. ThT RAein shall constitute a certification n shall constitute a certification the State of California, that thethe State of California, d therewith in the capacity of owd therewith in the capacity iis not currently under suspes not currently under sus r determination of ineligibility byetermination of ineligibility by d, debarred, voluntarily excluderred, voluntarily exclude agency within the past three hin the arment pending; andrment pending; and h has not b dgment rendered against it bydgment rendered against it matter involving fraud or officiamatter involving fraud or officia Any exceptions to this certificAny exceptions to this not necessarily result in dnot necessarily result nsidered in determininnsidered in determi hom the exceptionhom the exceptio Exceptions tExceptions d by thed by the -29- Agreement were executed after that determination was made. This Agreement is valid and enforceable only if sufficient funds are made available to City for the purpose of this Agreement. In addition, this Agreement is subject to any additional restrictions, limitations, conditions, or any statute, regulation, or law enacted by Congress, State Legislature, or La Quinta City Council, that may affect the provisions, terms, or funding of this Agreement in any manner. It is mutually agreed that if sufficient funds are not appropriated, this Agreement may be amended to reflect any reduction in funds. City has the option to terminate the Agreement pursuant to Article 8 or by mutual agreement to amend the Agreement to reflect any reduction of funds. 12.11Contingent Fee. Contracting Party warrants by execution of this Agreement that no person or selling agency has been employed, or retained, to solicit or secure this Agreement upon an agreement or understanding, for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees, or bona fide established commercial or selling agencies maintained by Contracting Party for the purpose of securing business. For breach or violation of this warranty, City has the right to annul this Agreement without liability; pay only for the value of the work actually performed, or in its discretion to deduct from the Agreement price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee. 12.12Inspection of Work. Contracting Party and any subcontractor shall permit City, the State, and the FHWA if federal participating funds are used in this Agreement; to review and inspect the project activities and files at all reasonable times during the performance period of this Agreement. 12.13Safety. Contracting Party shall comply with Federal and State Occupational Safety and Health Administration (OSHA) regulations applicable to Contracting Party regarding necessary safety equipment or procedures. Contracting Party shall comply with safety instructions issued by City Contract Officer and other City representatives. Contracting Party personnel shall wear hard hats and safety vests at all times while working on the construction project site. Pursuant to the authority contained in California Vehicle Code Section 591, City has determined that such areas are within the limits of the project and are open to public traffic. Contracting Party shall comply with all of the requirements set forth in Divisions 11, 12, 13, 14, and 15 of the Vehicle Code. Contracting Party 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. Contracting Party must have a Division of Occupational Safety and Health (CAL-OSHA) permit(s), as outlined in Labor Code Sections 6500 and 6705, prior to the initiation of any practices, work, DRAFTa a this this AgA nt funds ant fun ect any reductioect an ntnt pursuant to pursuan Article o reflect any reduction of o reflect any re tyty warrants by execution of thiswarrants by execution of t y has been employed, or retainey has been employed, or retaine an agreemn agre ent or understandingent or or contingent fee, excepting bontingent fee ished commercial or selling mercia for the purpose of securing bufor the purpose of se anty, nty, CityCity has the right to annul thas the right to an r the value of the work actually value of the work actually from the he AgreementAgreement price orprice or l amount of f such commission, pesuch commission, p ection of Work.ection of Work Contracting PartyactinRAe State, and the FHWA if federale State, and the FHWA if fede entt; to review and inspect the ; to review and inspect the e times during the performance during the performance 12.1312.13 Safety.Safet Contracting PartContra DRcupational Safety and Health Adcupational Safety and Healt oo Contracting PartyContracting Party regarding arding Contracting PartyCon shall complyshall comply Officer Office and other Cityity repres ard hats and safety veard hats and safety ect site.ect sit Pursuantrsuan nn 591, 591,Cityity haha nd are opnd are op remereme -30- method, operation, or process related to the construction or excavation of trenches which are five (5) feet or deeper. 12.14Claims Filed by City’s Construction Contractor. If claims are filed against the City or by the City Contract Officer relating to work performed by Contracting Party’s personnel, and additional information or assistance from Contracting Party’s personnel is required in order to evaluate or defend against such claims, Contracting Party agrees to make its personnel available for consultation with City staff and City Attorney’s Office, and for testimony, if necessary, at depositions and at trial or arbitration proceedings. Contracting Party’s personnel that City considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from City. Consultation or testimony will be reimbursed at the same rates, including travel costs that are being paid for Contracting Party’s personnel services under this Agreement. Services of Contracting Party’s personnel in connection with any 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. 12.15National Labor Relations Board Certification. In accordance with California Public Contract Code Section 10296, Contracting Party hereby states under penalty of perjury that no more than one final un-appealable finding of contempt of court by a federal court has been issued against Contracting Party, within the immediately preceding two-year period, because of Contracting Party’s failure to comply with an order of a federal court that orders Contracting Party to comply with an order of the National Labor Relations Board. 12.16Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument 12.17Integrated Agreement. This Agreement including the exhibits hereto is the entire, complete, and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements, and understandings, if any, between the parties, and none shall be used to interpret this Agreement. 12.18Amendment. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by Contracting Party and by the City Council of City. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. Contracting Party shall only commence work covered by an amendment after DRAFTpp assistaassist or defend or def sonnel availablesonne and for testimony,and for roceedings.roceedings. ContractingC assist in defending against assist in defending vailable on reasonable notice vailable on reasonable reimbursed at the same rates,reimbursed at the same rat for Contracting Partyfor Contracting ’s personnrsonn s of of Contracting PartyContracting P ’s personn rformed pursuant to a written cd pursuant g the termination date of this nation A n claims.n cl elations Board Certification.ons Board Certification. In InAFCode SectionSec 10296, 10296, ContracContrac perjury that no more than oneat no more than on of court by a federal court hafederal court ha within the immediately precedingwithin the immediately p arty’sarty’s failure to comply with an failure to comply wi cting Partycting to comply with anto comply with ard.d. 2.16 Counterpartsrparts. This Agreem. This Agreem DRof which shall be deemed to be of which shall be deem stitute one and the same instrustitute one and the same 12.17 Integrated Agreemrated AgreemDhereto is the entire, complethereto is the entire, co f the parties. It is undef the parties. It is u parties hereto affecparties hereto aff ancels any andancels any and erstandingerstanding his Aghis Ag -31- the amendment is executed and notification to proceed has been provided by City Contract Officer. 12.19Severability. In the event that any one or more of the articles, phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable, such invalidity or unenforceability shall not affect any of the remaining articles, phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 12.20Unfair Business Practices Claims. In entering into this Agreement, Contracting Party offers and agrees to assign to City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials related to this Agreement. This assignment shall be made and become effective at the time City renders final payment to Contracting Party without further acknowledgment of the parties. 12.21No Third-Party Beneficiaries. With the exception of the specific provisions set forth in this Agreement, there are no intended third-party beneficiaries under this Agreement and no such other third parties shall have any rights or obligations hereunder. 12.22Authority. The persons executing this Agreement on behalf of each of the parties hereto represent and warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) that entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors, and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] DRAFTh invh in articles, particle reement whichreeme to carry out the inteto carry o n is so material that itsn is so mater of their bargain or rendersof their bargain or . In entering into this Agreemen. In entering into this AgreemeFasssign to City all rights, title, sign to City all rights, title, n it may have under Sectionay have un 4 under the Cartwright Act (Che Cartw ) of Part) of 2 of Division 7 of the Bvision m purchases of goods, services purchases of goods, ser This assignment shall be mais assignment shall be m renders final payment to Contracfinal payment to Contrac t of the partties.ies. d-Party Beneficiaries.Party Beneficiaries. With the W RArth in this Agreement, there arth in this Agreement, nder this Agreement and no suchnder this Agreement and no s r obligations hereundobligations hereu er. .22 Authorityrity. The persons exe. The persons exe DRof the parties hereto represent f the parties hereto anized and existing, (ii)anized and existing, (ii)they art his Agreement on behalf of saidhis Agreement on behalf of sa such party is formally bound tosuch party is formally bound to entering into this Agreemeentering into this Ag greement to which said greement to which s n the heirs, executn the heirs, exec ss -32- IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA, a California Municipal Corporation FRANK J. SPEVACEK, City Manager City of La Quinta, California Dated: CONTRACTING PARTY: By: Name: Title: ATTEST: MONIKA RADEVA, City Clerk La Quinta, California By: Name: Title: APPROVED AS TO FORM: WILLIAM H. IHRKE, City Attorney City of La Quinta, California (DIRECTOR TO DETERMINE IF THE FOLLOWING IS TO BE FOLLOWED OR DELETED:) NOTE: (1) TWO SIGNATURES ARE REQUIRED IF A CORPORATION’S BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE STATE THAT TWO SIGNATURES ARE REQUIRED ON CONTRACTS, AGREEMENTS, AMENDMENTS, CHANGE ORDERS, ETC. (2) CONTRACTING PARTY’S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER DRAFT:: T T T AClerk By: AFName: AFTitle:Ti AFAS TO FORM:AS TO DRWILLIAM H. IHRKE, City AttorneWILLIAM H. IHRKE, City Atto City of La Quinta, CaliforniaCity of La Quinta, CaliforniaD(DIRECTOR TO DETEDELETEDD(TWODARTICDNS -33- RULES OR REGULATIONS APPLICABLE TO CONTRACTING PARTY’S BUSINESS ENTITY. DRAFT Exhibit A Page 1 of 5 Last revised summer 2017 Exhibit A Scope of Services 1. Services to be Provided: [TO BE PROVIDED BY STAFF (include location of work)] 2. Performance Standards: [TO BE PROVIDED BY STAFF] OR [See Attached] DRAFTworwor Exhibit A Page 2 of 5 ADDENDUM TO AGREEMENT Re: Scope of Services If the Scope of Services include construction, alteration, demolition, installation, repair, or maintenance affecting real property or structures or improvements of any kind appurtenant to real property, the following apply: 1.Prevailing Wage Compliance. If Contracting Party is a contractor performing public works and maintenance projects, as described in this Section 1.3, Contracting Party shall comply with applicable Federal, State, and local laws. Contracting Party is aware of the requirements of California Labor Code Sections 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Sections 16000, et seq., (collectively, the “Prevailing Wage Laws”), and La Quinta Municipal Code Section 3.12.040, which require the payment of prevailing wage rates and the performance of other requirements on “Public works” and “Maintenance” projects. If the Services are being performed as part of an applicable “Public works” or “Maintenance” project, as defined by the Prevailing Wage Laws, and if construction work over twenty-five thousand dollars ($25,000.00) and/or alterations, demolition, repair or maintenance work over fifteen thousand dollars ($15,000.00) is entered into or extended on or after January 1, 2015 by this Agreement, Contracting Party agrees to fully comply with such Prevailing Wage Laws including, but not limited to, requirements related to the maintenance of payroll records and the employment of apprentices. Pursuant to California Labor Code Section 1725.5, no contractor or subcontractor may be awarded a contract for public work on a “Public works” project unless registered with the California Department of Industrial Relations (DIR) at the time the contract is awarded. If the Services are being performed as part of an applicable “Public works” or “Maintenance” project, as defined by the Prevailing Wage Laws, this project is subject to compliance monitoring and enforcement by the DIR. Contracting Party will maintain and will require all subcontractors to maintain valid and current DIR Public Works contractor registration during the term of this Agreement. Contracting Party shall notify City in writing immediately, and in no case more than twenty-four (24) hours, after receiving any information that Contracting Party’s or any of its subcontractor’s DIR registration status has been suspended, revoked, expired, or otherwise changed. It is understood that it is the responsibility of Contracting Party to determine the correct salary scale. Contracting Party shall make copies of the prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at Contracting Party’s principal place of business and at the project site, if any. The statutory penalties for failure to pay prevailing wage or to comply with State wage and hour laws will be enforced. Contracting Party must forfeit to City TWENTY-FIVE DOLLARS ($25.00) per ollowinollowi Party is a contrParty i as described in tas desc cable Federal, State, andcable Federal, rements of California Labor rements of Californ as well as California Code of as well as California C ., (collectively, the “Prevailing ., (collectively, the “Prevai e Sectione Sect 3.12.040, which requi12.040, which requ s and the performance of oand the performance of o Maintenance” projects. If the Senance” proj pplicable “Public works” or “MainPublic w ng Wage Laws, and if constructiong Wage Laws, and if c ($25,000.00) and/or alterations$25,000.00) and/or alter over fifteen thousand dollars er fifteen thousand dollars on or after Janafter Januaryuary 1, 2015 b1, 2015 b es to fully comply with such Pcomply with such P mited to, requirements related irements related d the employment of apprentice the employment of ap onon 1725.5, no contractor or sub1725.5, no contractor public work on a “Public works”public work on a “Public wor a DeparDepartment of Industrial Relatitment of Industrial Relat d. If the Services are being pthe Services are being p works” or “Maintenance” projecMaintenance” projec , this project is subject to compli, this project is subject R. Contracting Party will mainR. Contracting Party will m maintain valid and current DIR Pmaintain valid and current DIR P term of this Agreement. Cterm of this Agreement. C immediately, and in no caseimmediately, and in no ny information that Cony information that stration status hastration status h ed. It is undeed. It is unde ee the corthe cor atesates Exhibit A Page 3 of 5 day for each worker who works in excess of the minimum working hours when Contracting Party does not pay overtime. In accordance with the provisions of Labor Code Sections 1810 et seq., eight (8) hours is the legal working day. Contracting Party also shall comply with State law requirements to maintain payroll records and shall provide for certified records and inspection of records as required by California Labor Code Section 1770 et seq., including Section 1776. In addition to the other indemnities provided under this Agreement, Contracting Party shall defend (with counsel selected by City), indemnify, and hold City, its elected officials, officers, employees, and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. It is agreed by the parties that, in connection with performance of the Services, including, without limitation, any and all “Public works” (as defined by the Prevailing Wage Laws), Contracting Party shall bear all risks of payment or non-payment of prevailing wages under California law and/or the implementation of Labor Code Section 1781, as the same may be amended from time to time, and/or any other similar law. Contracting Party acknowledges and agrees that it shall be independently responsible for reviewing the applicable laws and regulations and effectuating compliance with such laws. Contracting Party shall require the same of all subcontractors. 2.Retention. Payments shall be made in accordance with the provisions of Article 2 of this Agreement. In accordance with said Sections, City shall pay Contracting Party a sum based upon ninety-five percent (95%) of the Contract Sum apportionment of the labor and materials incorporated into the Services under this Agreement during the month covered by said invoice. The remaining five percent (5%) thereof shall be retained as performance security to be paid to Contracting Party within sixty (60) days after final acceptance of the Services by the City Council of City, after Contracting Party has furnished City with a full release of all undisputed payments under this Agreement, if required by City. In the event there are any claims specifically excluded by Contracting Party from the operation of the release, City may retain proceeds (per Public Contract Code § 7107) of up to one hundred fifty percent (150%) of the amount in dispute. City’s failure to deduct or withhold shall not affect Contracting Party’s obligations under the Agreement. 3.Utility Relocation. City is responsible for removal, relocation, or protection of existing main or trunk-line utilities to the extent such utilities were not identified in the invitation for bids or specifications. City shall reimburse Contracting Party for any costs incurred in locating, repairing damage not caused by Contracting Party, and removing or relocating such unidentified utility facilities. Contracting Party shall not be assessed liquidated oo seqseq., ., ovided undovided el selected by Cel sele employees, and agenemployees ng out of anng out of any failure or y e Laws. It is agreed by thee Laws. It is agreed e of the Services, including, e of the Services, inclu s” (as defined by the Prevailings” (as defined by the Prevail ll risks of payment or nonll risks of payme -paymeyme w and/or the implementation of Lnd/or the imple be amended from time to time,ended from Party acknowledges and agrees thledges reviewing the applicable laws andreviewing the applicable with such laws. Contracting Parth such laws. Contracting rs. Payments shall be madeshall be made in in of this Agreement. In accordament. In accorda racting Party a sum based upon racting Party a sum bas Sum apportionment of the laboSum apportionment of the ces under this Agreement durinces under this Agreement du he remaining five percent (5%remaining five percent (5% nce security to be paid to Conturity to be paid to Cont inal acceptance of the Servicence of racting Party has furnished Citracting Party has furni ayments under this Agreement, ayments under this Agreeme any claims specifically excluded any claims specifically excluded release, City may retain procrelease, City may reta one hundred fifty percent (one hundred fifty perc duct or withhold shallduct or withhold sh ement.ement UtilUtilityityDof exof ex Exhibit A Page 4 of 5 damages for delay arising from the removal or relocation of such unidentified utility facilities. 4.Trenches or Excavations. Pursuant to California Public Contract Code Section 7104, in the event the work included in this Agreement requires excavations more than four (4) feet in depth, the following shall apply: (a)Contracting Party shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: (1) material that Contracting Party believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law; (2) subsurface or latent physical conditions at the site different from those indicated by information about the site made available to bidders prior to the deadline for submitting bids; or (3) unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Agreement. (b)City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in Contracting Party’s cost of, or the time required for, performance of any part of the work shall issue a change order per Section 1.8 of the Agreement. (c) in the event that a dispute arises between City and Contracting Party whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in Contracting Party’s cost of, or time required for, performance of any part of the work, Contracting Party shall not be excused from any scheduled completion date provided for by this Agreement, but shall proceed with all work to be performed under this Agreement. Contracting Party shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting Parties. 5.Safety. Contracting Party shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out the Services, Contracting Party shall at all times be in compliance with all applicable local, state, and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and lifesaving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, DRAFTall appall ap before the follobefore ny: (1)ny: (1)material t s hazardous waste, ass hazardous Code, that is required to be Code, that is requir posal site in accordance with posal site in accordanc atent physical conditions at the atent physical conditions at nformation about the site mnformation about the site mada for submitting bids; or (3)or submitting bid unkn nusual nature, different materiallnature, diff nerally recognized as inherent inognized Agreement.Agre romptly investigate the conditionmptly investigate the conditio erially so differ, or do involve hazo differ, or do involve haz crease in Contracting Party’s cContracting Party’s nce of any part of the work shaart of the work sha he Agreement.he Agree in the event that a disputin the event that a d Party whether the conditionsParty whether the condition waste, or cause a decrease or ie, or cause a decrease or i me required for, performance oed for, performance o shall not be excused from any sshall not be excused this Agreement, but shall proceethis Agreement, but shall p Agreement. Contracting Party sAgreement. Contracting Party by contract or by law which peby contract or by law which pe between the contracting Parbetween the contracti 5.5.Safetyy. Con. CDavoid injury or avoid injury or s, Contracts, Contract local,local, ee Exhibit A Page 5 of 5 bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 6.Liquidated Damages. Since the determination of actual damages for any delay in performance of the Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, Contracting Party shall be liable for and shall pay to City the sum of One Thousand dollars ($1,000.00) as liquidated damages for each working day of delay in the performance of any of the Services required hereunder, as specified in the Schedule of Performance. In addition, liquidated damages may be assessed for failure to comply with the emergency call out requirements, if any, described in the Scope of Services. City may withhold from any moneys payable on account of the Services performed by Contracting Party any accrued liquidated damages. DRAFTof actual daof actu extremely difficuextrem h of this Agreemenh of this to City the sum of to City the su One ges for each working day of ges for each workin vices required hereunder, as vices required hereunde n addition, liquidated damagesn addition, liquidated dama y with the emergency call oy with the emergency call o cope of Services. City may withpe of Services. ount of the Services performof the Ser dated damages.ges. Exhibit B Page 1 of 1 Exhibit B Schedule of Compensation With the exception of compensation for Additional Services, provided for in Section 2.4 of this Agreement, the maximum total compensation to be paid to Contracting Party under this Agreement is not to exceed ______________________ ($ __________) (“Contract Sum”). The Contract Sum shall be paid to Contracting Party in installment payments made on a monthly basis and in an amount identified in Contracting Party’s schedule of compensation attached hereto for the work tasks performed and properly invoiced by Contracting Party in conformance with Section 2.3 of this Agreement. DRAFTervices, providedervice ompensation to be paompensatio t is t is not to exceed ot to ntract Sum”ntract ). The Contract The C allment payments made on a allment payments made n Contracting Party’s schedule on Contracting Party’s schedule ork tasks performed and propeork tasks performed and prope nformance with Sectionrmance with S 2.3 of Exhibit C Page 1 of 1 Exhibit C Schedule of Performance Contracting Party shall complete all services identified in the Scope of Services, Exhibit A of this Agreement, in accordance with the Project Schedule, attached hereto and incorporated herein by this reference. in the Sin the with the Pwith his reference.his refer Exhibit D Page 1 of 1 Exhibit D Special Requirements NONE DRAFT Exhibit E Page 1 of 7 Exhibit E Insurance Requirements E.1 Insurance. Prior to the beginning of and throughout the duration of this Agreement, the following policies shall be maintained and kept in full force and effect providing insurance with minimum limits as indicated below and issued by insurers with A.M. Best ratings of no less than A-VI: Commercial General Liability (at least as broad as ISO CG 0001) $1,000,000 (per occurrence) $2,000,000 (general aggregate) Must include the following endorsements: General Liability Additional Insured General Liability Primary and Non-contributory Commercial Auto Liability (at least as broad as ISO CA 0001) $1,000,000 (per accident) Personal Auto Declaration Page if applicable Errors and Omissions Liability $1,000,000 (per claim and aggregate) Workers’ Compensation (per statutory requirements) Must include the following endorsements: Workers Compensation with Waiver of Subrogation Workers Compensation Declaration of Sole Proprietor if applicable Cyber Liability $1,000,000 (per occurrence) $2,000,000 (general aggregate) Contracting Party shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, Commercial General Liability insurance against all claims for injuries against persons or damages to property resulting from Contracting Party’s acts or omissions rising out of or related to Contracting Party’s performance under this Agreement. The insurance policy shall contain a severability of interest clause providing that the coverage shall be primary for losses arising out of Contracting Party’s performance hereunder and neither City nor its insurers shall be required to contribute to any such loss. An endorsement evidencing the foregoing and naming the City and its officers and employees as additional insured (on the Commercial General Liability policy only) must be submitted concurrently with DRAFTept inept i cated belcated VI:VI: s ISO CG 0001)s ISO CG 00 entsents: : nn--contributorycontributory st as broad as ISO CA 0001ad as ISO ) age if applicableage if ap iabilityy m and aggregate)greg nsationnsatio y requirements)y requirem ude the following endorsemeude the following endors orkers Compensation orkers Compens with WaiveWa Workers Compensation Declaratrkers Compensation Declarat yber Liability $1,000,000 (per occurrence)$1,000,000 (per occurre $2,000,000 (general aggrega$2,000,000 (general aggre Contracting Partyng ncurrently with its encurrently with its lity insurance agality insurance ag erty resultingerty resultin d to Cond to Con olicolic Exhibit E Page 2 of 7 the execution of this Agreement and approved by City prior to commencement of the services hereunder. Contracting Party shall carry automobile liability insurance of $1,000,000 per accident against all claims for injuries against persons or damages to property arising out of the use of any automobile by Contracting Party, its officers, any person directly or indirectly employed by Contracting Party, any subcontractor or agent, or anyone for whose acts any of them may be liable, arising directly or indirectly out of or related to Contracting Party’s performance under this Agreement. If Contracting Party or Contracting Party’s employees will use personal autos in any way on this project, Contracting Party shall provide evidence of personal auto liability coverage for each such person. The term “automobile” includes, but is not limited to, a land motor vehicle, trailer or semi-trailer designed for travel on public roads. The automobile insurance policy shall contain a severability of interest clause providing that coverage shall be primary for losses arising out of Contracting Party’s performance hereunder and neither City nor its insurers shall be required to contribute to such loss. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Contracting Party and “Covered Professional Services” as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must “pay on behalf of” the insured and must include a provision establishing the insurer’s duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Contracting Party shall carry Workers’ Compensation Insurance in accordance with State Worker’s Compensation laws with employer’s liability limits no less than $1,000,000 per accident or disease. Contracting Party shall procure and maintain Cyber Liability insurance with limits of $1,000,000 per occurrence/loss which shall include the following coverage: a. Liability arising from the theft, dissemination and/or use of confidential or personally identifiable information; including credit monitoring and regulatory fines arising from such theft, dissemination or use of the confidential information. b. Network security liability arising from the unauthorized use of, access to, or tampering with computer systems. DRAFTby Coby C ed by Conted by cts any of them cts any to Contracting Partyto Contra ng Party or Contractingng Party or C any way on this project, any way on this onal auto liability coverage for onal auto liability covera ncludes, but is not limited to, ancludes, but is not limited to esigned for travel on public roadesigned for travel on public road ntain a severability of interest clain a severabilit ary for losses arising out of Contlosses arisi d neither City nor its insurersCity no s. s. ty or Errors and Omissionsor Errors and Omission n on a policy form coverage specpolicy form coverage spec ors or omissions of the Contractinsions of the Contracti ” as designated in thed in the policy mm der this agreement. The policy der this agreement. Th claim and in the aggregate. Theclaim and in the aggregat and must include a provision es and must include a provision e policy retroactive date shall be olicy retroactive date shall be ment. Contracting Party shall carrContracting Party cordance with State Worker’s Cocordance with State Worke mits nomits n less than $1,000,000 phan $1,000,000 Contracting Partyng surance with limits of $surance with limits following coveragefollowing coverag a.a.LiabilLiabil concon Exhibit E Page 3 of 7 c. Liability arising from the failure of technology products (software) required under the contract for Contractor to properly perform the services intended. d. Electronic Media Liability arising from personal injury, plagiarism or misappropriation of ideas, domain name infringement or improper deep-linking or framing, and infringement or violation of intellectual property rights. e. Liability arising from the failure to render professional services. If coverage is maintained on a claims-made basis, Contracting Party shall maintain such coverage for an additional period of three (3) years following termination of the contract. Contracting Party shall provide written notice to City within ten (10) working days if: (1) any of the required insurance policies is terminated; (2) the limits of any of the required polices are reduced; or (3) the deductible or self-insured retention is increased. In the event any of said policies of insurance are cancelled, Contracting Party shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Exhibit to the Contract Officer. The procuring of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Contracting Party’s obligation to indemnify City, its officers, employees, contractors, subcontractors, or agents. E.2 Remedies. In addition to any other remedies City may have if Contracting Party fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under this Agreement. b. Order Contracting Party to stop work under this Agreement and/or withhold any payment(s) which become due to Contracting Party hereunder until Contracting Party demonstrates compliance with the requirements hereof. c. Terminate this Agreement. Exercise of any of the above remedies, however, is an alternative to any other remedies City may have. The above remedies are not the exclusive remedies for Contracting Party’s failure to maintain or secure appropriate DRAFTjury, pjury, ringement oringem gement or violatgemen nder professional servicender professional se s. e basis, Contracting Party shale basis, Contracting Party sh period of three (3) years followiperiod of three (3) years followi rovide written notice to City wten no he required insurance policies is he required insurance p uired polices are reduced; or (3)red polices are reduced; o increased. In the event any ofeased. In the event any o ontracting Party shall, prior to thng Party shall, prior to th f insurance in conformance wit in conformance wi e procuring of such insurance orprocuring of such insurance or encing the same shall not be coencing the same shall n ty’s obligation to indemnify City’s obligation to indemn ubcontractors, or agents.ubcontractors, o Remedieses. In addition to any . In addition to any DRcting Party fails to provide oails to pr r ma rsements to the extent and withrsements to the extent sole option:sole option: a.Obtain such insuain such insu premiums for such insurancpremiums for such ins b.Order Coder C r withhold anyr withhold any er until er until nts hents he Exhibit E Page 4 of 7 policies or endorsements. Nothing herein contained shall be construed as limiting in any way the extent to which Contracting Party may be held responsible for payments of damages to persons or property resulting from Contracting Party’s or its subcontractors’ performance of work under this Agreement. E.3 General Conditions Pertaining to Provisions of Insurance Coverage by Contracting Party. Contracting Party and City agree to the following with respect to insurance provided by Contracting Party: 1.Contracting Party agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees, and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Contracting Party also agrees to require all contractors, and subcontractors to do likewise. 2.No liability insurance coverage provided to comply with this Agreement shall prohibit Contracting Party, or Contracting Party’s employees, or agents, from waiving the right of subrogation prior to a loss. Contracting Party agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3.All insurance coverage and limits provided by Contracting Party and available or applicable to this Agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to City or its operations limits the application of such insurance coverage. 4.None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5.No liability policy shall contain any provision or definition that would serve to eliminate so-called “third party action over” claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6.All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contracting Party shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City’s protection without City’s prior written consent. DRAFTsurance Cosuranc To the following o the insurer endorse the thirdinsurer endorse ein to include as additional ein to include as add agents, using standard ISO agents, using standard prior to 1992. Contracting Parprior to 1992. Contracting Pa d subcontractors to do likewise.subcontractors t overage provided to comply wprovided ng Party, or Contracting Party’s eng Party, or Contract ht of subrogation priht of subrogation prior to a lossor to ogation rights against City regation rights against City r nce proceeds, and to require aoceeds, and to require a wise. ance coverage and limits providance coverage and limi pplicable to this Agreement are pplicable to this Agreem policies. Nothing contained in policies. Nothing contained elating to City or its operationating to City or its operation coverage.age. 4.None of the coverages reqNone of the co se requirements if they include ase requirements if they in as not been first submitted to Cias not been first submitted to 5.No liability policybility would serve to eliminate swould serve to elimina y exclusion for bodily exclusion for bo actor or subcontactor or subcont All coAll co anan Exhibit E Page 5 of 7 7.Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all the coverages required and an additional insured endorsement to Contracting Party’s general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contracting Party or deducted from sums due Contracting Party, at City option. 8.It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contracting Party or any subcontractor, is intended to apply first and on a primary, non-contributing basis in relation to any other insurance or self-insurance available to City. 9.Contracting Party agrees to ensure that subcontractors, and any other party involved with the project that is brought onto or involved in the project by Contracting Party, provide the same minimum insurance coverage required of Contracting Party. Contracting Party agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contracting Party agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 10.Contracting Party agrees not to self-insure or to use any self- insured retentions or deductibles on any portion of the insurance required herein (with the exception of professional liability coverage, if required) and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self-insure its obligations to City. If Contracting Party’s existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Contracting Party, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 11.The City reserves the right at any time during the term of this Agreement to change the amounts and types of insurance required by giving the Contracting Party ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contracting Party, DRAFTrere ent coent c nsurance it nsuran er agreement aner agre all be charged to anall be cha m sums due Contracting m sums due C ies of this agreement that allies of this agreement that ded by Contracting Party or aded by Contracting Party or a and on a primary, nonnd on a primary -contribu e or selflf--insurance available to Cinsurance ees to ensure that subcontractoees to ensure that su roject that is brought onto or inroject that is brought onto provide the same minimum insovide the same minimum in ty. Contracting Party agrees to mntracting Party agrees to m assumes all responsibility for all responsibility fo in conformity with the requirey with the require agrees that upon requestagrees that upon nd others engaged in the projectnd others engaged in the Contracting Party agrees not racting Party agrees not retentions or or deductibles on adeductibles on a n (with the exception of profess (with the exception ther agrees that it will not allowther agrees that it will not Engineer or other entity or persoEngineer or other entity or pers work on the project contemwork on the project contem obligations to City. If Coobligations to City. eductible or selfeducti-insuredinsu t be declared to tht be declared to t ontracting Parontracting Par e or selfe or self Exhibit E Page 6 of 7 the City will negotiate additional compensation proportional to the increased benefit to City. 12.For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 13.Contracting Party acknowledges and agrees that any actual or alleged failure on the part of City to inform Contracting Party of non- compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 14.Contracting Party will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 15.Contracting Party shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contracting Party’s insurance agent to this effect is acceptable. A certificate of insurance and an additional insured endorsement is required in these specifications applicable to the renewing or new coverage must be provided to City within five (5) days of the expiration of coverages. 16.The provisions of any workers’ compensation or similar act will not limit the obligations of Contracting Party under this agreement. Contracting Party expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials, and agents. 17.Requirements of specific coverage features, or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be limiting or all-inclusive. 18.These insurance requirements are intended to be separate and distinct from any other provision in this Agreement and are intended by the parties here to be interpreted as such. DRAFTpp of orof o es that any actual es that a ntracting Party of nonntracting Part way imposes any additional way imposes any a hereunder in this or any other hereunder in this or any the required coverage annuallythe required coverage annually s face an e an exposure from operatiexposur nt. This obligation applies obligatio whe ated for any reason. Terminatated for any reason ty executes a written statement ty executes a written state rty shall provide proof that polall provide proof that pol during the term of this Agreementterm of this Agreeme policies providing at least the viding at least the has been orderehas bee d shall be submd shall r or letter from Contracting Partr or letter from Contract table. A certificate of insurantable. A certificate of insu iss required in these specificatiorequired in these specificati age must be provided to City wimust be provided to City wi ages. 16.16.The provisions of any woThe provisions of mit the obligations of Contractinmit the obligations of Contract PParty expressly agrees not to usarty expressly agrees not to us laws with respect to City, its laws with respect to C 17.17.Requirementreme section are not section are not ments nor asments nor a pecific pecific onon Exhibit E Page 7 of 7 19.The requirements in this Exhibit supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Exhibit. 20.Contracting Party agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contracting Party for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. 21.Contracting Party agrees to provide immediate notice to City of any claim or loss against Contracting Party arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. DRAFTct resct re ditional insditiona ns are to be dens are mburse any third parmburse an here shall be no recoursehere shall be n ounts with respect thereto.ounts with respect de immediate notice to City de immediate notice to City of arising out of the work performearising out of the work perform obligation or liability by such nobligation or liability by such no monitor the handling of any suchor the handl City. Exhibit F Page 1 of 3 Exhibit F Indemnification F.1 Indemnity for the Benefit of City. a. Indemnification for Professional Liability. When the law establishes a professional standard of care for Contracting Party’s Services, to the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officials, employees, and agents (“Indemnified Parties”) from and against any and all claims, losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused in whole or in part by any negligent or wrongful act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. b. Indemnification for Other Than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Contracting Party shall indemnify, defend (with counsel selected by City), and hold harmless the Indemnified Parties from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses) incurred in connection therewith and costs of investigation, where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Contracting Party or by any individual or entity for which Contracting Party is legally liable, including but not limited to officers, agents, employees, or subcontractors of Contracting Party. c. Indemnity Provisions for Contracts Related to Construction (Limitation on Indemnity). Without affecting the rights of City under any DRAFTWhen When Party’s ServicParty’ all indemnify, proteall indem mless City and any andmless City a mnified Parties”) from and mnified Parties”) f of every kind, nature, and of every kind, nature ut limitation, injury to or death ut limitation, injury to or d of any subcontractor), costs anof any subcontractor), costs a alleged or threatened, includalleged or threatened, includ onsequential damages, court quential dam and fees of expert consultants oof exper therewith and costs of investigattherewith and costs o e or in part by any negligent or e or in part by any neglig cting Party, its officers, agentsg Party, its officers, agen tity or individual that Contractinindividual that Contractin f) in the performance of professerformance of profes h respect to the design of pubthe design of pub shall not be liable for any injuhall not be liable for a e reuse of the design at a locatie reuse of the design at a hout the written consent hout the written consent of the of t .Indemnification for Other Tndemnification for Other T DRthe performance of professionormance of profession tted by law, Contracting Party ted by law, Contrac ected by City), ected by City), and hold harmlessand hold ha ny liability (including liabilityny liability (including liabil proceedings, administrative pproceedings, administrative p expenses or costs of any expenses or costs o ncluding, without limitatncluding, without lim ts, attorneys’ fees, ts, attorneys’ fees t witnesses) inct witnesses) inc he same he same e to, e to, Exhibit F Page 2 of 3 provision of this agreement, Contracting Party shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City’s active negligence accounts for only a percentage of the liability involved, the obligation of Contracting Party will be for that entire portion or percentage of liability not attributable to the active negligence of City. d. Indemnification Provision for Design Professionals. 1. Applicability of this Section F.1(d). Notwithstanding Section F.1(a) hereinabove, the following indemnification provision shall apply to a Contracting Party who constitutes a “design professional” as the term is defined in paragraph 3 below. 2. Scope of Indemnification. When the law establishes a professional standard of care for Contracting Party’s Services, to the fullest extent permitted by law, Contracting Party shall indemnify and hold harmless City and any and all of its officials, employees, and agents (“Indemnified Parties”) from and against any and all losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses, including, without limitation, incidental and consequential damages, court costs, reimbursement of attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused by any negligent or wrongful act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. 3. Design Professional Defined. As used in this Section F.1(d), the term “design professional” shall be limited to licensed architects, registered professional engineers, licensed professional land surveyors and landscape architects, all as defined under current law, and as may be amended from time to time by Civil Code § 2782.8. F.2 Obligation to Secure Indemnification Provisions. Contracting Party agrees to obtain executed indemnity agreements with provisions DRAFTveve rcentagrcenta be for thatbe for active negligencactive ProfessionalsProfessionals. . FTtiontion F.1(d)F . Notwithstanding hstand FTdemnification provision shall appdemnification provision shall app “design professional” as the terdesign professional” as the ter mnification. When the law esmnification. When AFor Contracting Party’s Services, or Contracting Party’s Ser tracting Party shall indemnify ancting Party shall indemnify a s officials, employees, and ageals, employees, and age st any and all losses, liabilities o all losses, liabilities ages, injury (includincluding, without ng, without ee of Contracting Party or of any ee of Contracting Party o ding, without limitation, inciding, without limitation t costs, reimbursement of attornt costs, reimbursement of at expert consultants or expert wxpert consultants or expert w and costs of investigation, to thosts of investigation, to th nt or wrongful act, error or omisful act, error or omis ts, employees ors, employees or subcontractosu ntracting Party shall bear the lentracting Party shall bear t professional services under thisprofessional services under thi public improvements, the Conpublic improvements, the Con or property damage resultinor property damage re han that specified in han that specified in ExhDy.y. 3.3. (d), (d), Exhibit F Page 3 of 3 identical to those set forth herein this Exhibit F, as applicable to the Contracting Party, from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contracting Party in the performance of this Agreement. In the event Contracting Party fails to obtain such indemnity obligations from others as required herein, Contracting Party agrees to be fully responsible according to the terms of this Exhibit. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth in this Agreement are binding on the successors, assigns or heirs of Contracting Party and shall survive the termination of this Agreement. DRAFTtratra ExhibitExhib oses no addoses n ny rights hereunny rig h in this Agreement ah in this Ag ntracting Party and shall ntracting Party