HomeMy WebLinkAboutRFP - Heritage Park Renovation-signedREQUEST FOR PROPOSALS
Consulting Design Services for:
Heritage Park Renovation Project
FP24502
June 27, 2023
Page 2
RFP – Heritage Park Renovation Project
To Interested Architectural and Civil Engineering Firms:
The City of Diamond Bar (City) Public Works Department is requesting proposals
from qualified firms to provide design services and develop plans, specifications,
and estimates (PS&E) for the Heritage Park Renovation Project (project).
BACKGROUND
The renovation project is located at 2900 S. Brea Canyon Road (see the location
map below) and consists of three phases, as described below. However, this
project includes only phases 1 and 2 (description of phase 3 is shown for
informational purposes only):
Phase 1: Renovate the community center, restrooms, and ADA
improvements to increase accessibility for persons of all ages. And,
Phase 2: Update the playground, tot lot, picnic area and basketball courts
to provide a stimulating play experience for children and individuals with
disabilities.
Phase 3: Upgrade the ballfield (not part of this project).
Page 3
RFP – Heritage Park Renovation Project
The Heritage Park Community Center was last upgraded in 1998; the renovated
Heritage Park Community Center will meet the vital recreational needs of current
residents within a half-mile of the site.
CURRENT PARK AMENITIES:
Community Center with tiny tot program
Tot Lot w/ 2-5 Years & 5-12 Years Accessible Play Equipment
Lit baseball Field
One Basket Ball Court
Restroom Facility
Picnic Tables
COMMUNITY SUPPORT - The Heritage Park Renovation Project was developed
through a public participation process that included multiple public workshops,
community surveys, outreach efforts at other public events, Parks & Recreation
Commission meetings, City Council Study Sessions and City Council Regular
Meetings. For the development of the proposed PS&E, no public participation or
commission review is anticipated; the consultant will work with City staff.
ENVIRONMENTAL REVIEW - The Project has been determined to be Exempt from
the California Environmental Quality Act pursuant to Section 15301 (a) and (d)
(Existing Facilities).
PRELIMINARY COST ESTIMATES:
Phase 1:
Community Center $1,750,000
ADA Improvements $615,000
Outdoor Restroom $275,000
Misc. Cost Items $360,000
Phase 1 Subtotal: $3,000,000
Phase 2 Subtotal: $2,000,000
Total Cost Estimate: $5,000,000
Page 4
RFP – Heritage Park Renovation Project
MANDATORY PRE-PROPOSAL MEETING
All interested firms are required to attend a mandatory pre-proposal meeting at the
project site, 2900 S. Brea Canyon Road, at 10am on the following date: July 18,
2023. The project team will give a tour of the park and respond to questions.
SCOPE OF WORK
A. Meet with the City staff prior to the beginning of work to discuss background,
scope, objectives, and any other pertinent details. Consultant shall also
attend periodic meetings with City staff at various stages of the Project as
needed.
B. Collect and review all existing information pertaining to this project, including
the available master-plans, as-built plans, soils reports, and utility information.
C. Perform a complete field review. Collect and review all existing field
conditions pertaining to the proposed project. Obtain all available
improvement and utility plans from the appropriate agencies.
D. Conduct a utility search for all utilities within the Project limits. Review the
location of existing utilities, surface and subsurface structures and proposed
improvements. If the proposed improvements interfere with existing utilities,
the Consultant shall arrange to have potholes taken by the utility company.
The Consultant shall provide the City copies of all utility correspondence with
the completed construction document submittal. Preliminary and final Utility
Notices are required for the proposed Project.
E. The Consultant shall prepare complete sets of plans and specifications for the
Project. The improvement plans shall be prepared on 24”x 36” sheets. The
plans shall include details regarding the proposed improvements. Required
work such as demolition, trenching, restoration, and outside agency permits
shall be shown on the plans. Electronic plan submittals are required; no hard
copy submittals are necessary. The Consultant shall submit 60%, 85%, and
100% plans to the City for review and final approval.
F. The bid specifications shall be submitted via e-mail in Microsoft Word format.
G. The Consultant shall prepare and submit a detailed cost estimate in tabular
form for each construction item showing quantity, unit price, and total cost.
H. For public works improvements, it is the City’s intention to use the Standard
Specifications for Public Works Construction (latest edition) and the Standard
Plans for Public Works Construction (latest edition). The Consultant shall
Page 5
RFP – Heritage Park Renovation Project
provide copies of referenced standard plans from other sources. For building
improvements, latest edition of California Building Code will be used.
I. Revise and/or change plans and related materials as required as a result of
review of the plans by affected utilities and outside agencies, or because of
errors or omissions in the plans and specifications. Such revisions shall be
completed in a timely manner so as to avoid or minimize construction delays
and shall not result in any increase in compensation from the City.
J. The Consultant will submit building improvement plans directly to the City’s
Building and Safety Division for approval. The PS&E will be permit ready at the
100% submittal stage.
K. At City request, provide assistance during the bidding period. The Consultant
shall provide technical assistance to staff and clarification to bidders should
any questions arise during the bidding period. Should any changes be
required to the plans and/or specifications during this phase, the Consultant
shall make the necessary changes and provide those changes in the
specifications or plans in a timely manner so that the City can issue an
addendum, if necessary.
L. Provide consultation during construction at the request of City. The
Consultant shall provide appropriate technical services, including but not
limited to, consultation, plan interpretation, and plan revisions resulting from
changed conditions, excluding revisions required in Item F above. Such
revisions shall be completed in a timely manner so as to avoid construction
delays.
M. Provide geotechnical services as deemed necessary for the respective site.
This may be included as an optional item.
PROPOSED FORMAT AND CONTENT FOR EACH PROPOSAL
Proposals for shall not exceed 10 pages, excluding cover and resumes. The
Consultant’s proposal shall contain the following information and shall be
organized as follows:
A. Project Team
An organizational chart indicating principals and key Project team
members. Also, provide resumes of the key personnel involved with this
contract including personnel from sub-Consultants (if any). Identify the
experience of the personnel assigned and briefly outline the responsibilities
Page 6
RFP – Heritage Park Renovation Project
of each member. If any changes in personnel occur during the contract
period, the consultant shall notify the City and furnish the same required
information.
B. Firm's Experience/References
List a maximum of three (3) projects of similar size and scope that your firm
has performed design services for other public agencies. For each project,
provide the following information: location, owner, construction cost, year
the design was completed, year the construction was completed, the
project manager, engineer, and inspector’s name. If any portion of the
project is sub-contracted, provide similar information.
C. Project Understanding
Discuss the methods and procedures that will be used in the design of the
Project. Provide a list of construction drawings that will be prepared for the
Project. Also identify any potential concerns or problems in the design of
this project.
D. Project Scheduling
Provide a schedule identifying milestones for the major tasks in the design
of the Project, beginning with the Notice to Proceed. The City is seeking to
have the PS&E completed by January 2024.
E. Resource Requirements
Provide a man-hour and fee estimate for the proposed scope of work. Also
provide a total “Not-to-Exceed” design services fee. Please state all
assumptions upon which the estimates are based. The fee proposal shall be
submitted in a separate sealed envelope.
F. Fee Schedule
The fee proposals shall include a not-to-exceed (NTE) figure and hourly
billing rates for typical staff classifications. Please identify tasks for each
phase of the project and provide complete break-downs for each
individual task. These rates will be used to negotiate any additional work
the City may request. All assumptions upon which the costs are based shall
be stated.
Page 7
RFP – Heritage Park Renovation Project
G. Insurance
Proof of insurance requirements addressed in the professional services
agreement of this Request for Proposal shall be submitted by the selected
consultant upon execution of the contract for submittal to the City Council.
The selected consultant must submit a "Statement Certifying Insurance
Coverage" certifying that the required insurance coverage will be
obtained by the consultant, and that the consultant understands said
coverage is prerequisite for entering into an agreement with the City. The
consultant is required to confirm with its insurance carrier that it can meet
all the requirements for insurance. Failure to meet the insurance regulations
as set forth shall result in the consultant's disqualification.
H. Consulting Services Agreement
Provide a statement certifying that you agree to the City’s Consulting
Services Agreement terms and conditions. Any proposed edits to the
agreement shall be submitted with the proposal for staff’s review and
consideration.
CITY SUPPORT
Exhibit A – Consulting Services Agreement
SUBMITTAL OF PROPOSALS
The Proposal and the Fee Schedule shall be received online at
https://www.planetbids.com/portal/portal.cfm?CompanyID=39500 on the date
and time specified on PlanetBids. Late proposals will be rejected by the City.
SELECTION PROCEDURE
Criteria for evaluation of proposals may include, but need not be limited to, the
following:
1. Responsiveness and comprehensiveness of proposal.
2. Firm/assigned personnel’s experience with the City of Diamond Bar and other
public agencies.
3. Quality of previous work performed by the firm.
4. Resources and fee required to perform the requested services.
5. References.
Page 8
RFP – Heritage Park Renovation Project
RIGHT TO REJECT ALL PROPOSALS
The City reserves the right to reduce or revise elements of the scope of work prior to
the award of any contract. Furthermore, the City reserves the right to reject any or
all proposals submitted; and no representation is made hereby that any contract
will be awarded pursuant to this Request for Proposal, or otherwise.
All costs incurred in the preparation of the proposal, in the submission of additional
information and/or in any other aspect of a proposal prior to the award of a written
contract will be borne by the proposer.
The City shall only provide the staff assistance and documentation specifically
referred to herein and shall not be responsible for any other cost of obligation of any
kind which may be incurred by the proposing firm. All proposals submitted to the
City in response to this RFP shall become property of the City.
QUESTIONS
If you have any questions regarding this request, please contact Mr. Jason
Williams, Maintenance Supervisor, JWilliams@diamondbarca.gov, or at (909) 839-
7059.
Sincerely,
David G. Liu, P.E.
Public Works Director/City Engineer
Attachment: Exhibit A – Consulting Services Agreement
1 Professional Services - Design
CONSULTING SERVICES AGREEMENT
Design Professional
THIS AGREEMENT (the "Agreement") is made as of Jjjj X, 2023
by and between the City of Diamond Bar, a municipal corporation ("City") and
Mmmmmm Consulting, Inc., ("Consultant").
1. Consultant's Services.
Subject to the terms and conditions set forth in this Agreement Consultant shall
provide to the reasonable satisfaction of the City the design services for the Heritage
Park Renovation Project (No. FP24502) set forth in the attached Attachment 1, which
is incorporated herein by this reference. As a material inducement to the City to enter
into this Agreement, Consultant represents and warrants that it has thoroughly
investigated the work and fully understands the difficulties and restrictions in performing
the work. Consultant represents that it is fully qualified to perform such consulting
services by virtue of its experience and the training, education and expertise of its
principals and employees.
Jason Williams, Maintenance Supervisor (herein referred to as the “City’s Project
Manager”), shall be the person to whom the Consultant will report for the performance
of services hereunder. It is understood that Consultant shall coordinate its services
hereunder with the City’s Project Manager to the extent required by the City’s Project
Manager, and that all performances required hereunder by Consultant shall be
performed to the satisfaction of the City.
2. Term of Agreement. This Agreement shall take effect Jjjjj X, 2023, and
shall continue unless earlier terminated pursuant to the provisions herein.
3. Compensation. City agrees to compensate Consultant for each service
which Consultant performs to the satisfaction of City in compliance with the scope of
services set forth in Attachment 1. Payment will be made only after submission of
proper invoices in the form specified by City. Total payment to Consultant pursuant to
this Agreement shall not exceed Sssss Tttttttttt ($xx,xxx) without the prior written
consent of the City. The above not to exceed amount shall include all costs, including,
but not limited to, all clerical, administrative, overhead, telephone, travel and all related
expenses.
4. Payment.
A.As scheduled services are completed, Consultant shall submit to City an
invoice for the services completed, authorized expenses and authorized extra work
actually performed or incurred.
2 Professional Services - Design
B.All such invoices shall state the basis for the amount invoiced, including
services completed, the number of hours spent and any extra work performed.
D.Payment shall constitute payment in full for all services, authorized costs
and authorized extra work covered by that invoice.
5. Change Orders. No payment for extra services caused by a change in
the scope or complexity of work, or for any other reason, shall be made unless and until
such extra services and a price therefore have been previously authorized in writing and
approved by the City Manager or his designee as an amendment to this Agreement.
The amendment shall set forth the changes of work, extension of time, if any, and
adjustment of the fee to be paid by City to Consultant.
6. Priority of Documents. In the event of any inconsistency between the
provisions of this Agreement and any attached exhibits, the provisions of this
Agreement shall control.
7. Status as Independent Contractor.
A. Consultant is, and shall at all times remain as to City, a wholly
independent contractor. Consultant shall have no power to incur any debt, obligation, or
liability on behalf of City or otherwise act on behalf of City as an agent. Neither City nor
any of its agents shall have control over the conduct of Consultant or any of
Consultant's employees, except as set forth in this Agreement. Consultant shall not, at
any time, or in any manner, represent that it or any of its agents or employees are in
any manner agents or employees of City.
B. Consultant agrees to pay all required taxes on amounts paid to
Consultant 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. In the event that
City is audited by any Federal or State agency regarding the independent contractor
status of Consultant and the audit in any way fails to sustain the validity of a wholly
independent contractor relationship between City and Consultant, then Consultant
agrees to reimburse City for all costs, including accounting and attorney's fees, arising
out of such audit and any appeals relating thereto.
C. Consultant shall fully comply with Workers' Compensation laws
regarding Consultant and Consultant's employees. Consultant further agrees to
indemnify and hold City harmless from any failure of Consultant to comply with
applicable Worker's Compensation laws.
D. Consultant shall, at Consultant’s sole cost and expense fully secure
and comply with all federal, state and local governmental permit or licensing
requirements, including but not limited to the City of Diamond Bar, South Coast Air
Quality Management District, and California Air Resources Board.
3 Professional Services - Design
E. In addition to any other remedies it may have, City shall have the
right to offset against the amount of any fees due to Consultant under this Agreement
any amount due to City from Consultant as a result of Consultant's failure to promptly
pay to City any reimbursement or indemnification required by this Agreement or for any
amount or penalty levied against the City for Consultant’s failure to comply with this
Section.
8. Standard of Performance. Consultant shall perform all work at the
standard of care and skill ordinarily exercised by members of the profession under
similar conditions and represents that it and any subcontractors it may engage, possess
any and all licenses which are required to perform the work contemplated by this
Agreement and shall maintain all appropriate licenses during the performance of the
work.
9. Indemnification. To the maximum extent permitted by Civil Code section
2782.8, Consultant shall indemnify, defend with counsel approved by City, and hold
harmless City, its officers, officials, employees and volunteers ("Indemnitees") from and
against all liability, loss, damage, expense, cost (including without limitation reasonable
attorneys' fees, expert fees and all other costs and fees of litigation) of every nature
arising out of or in connection with:
(1) Any and all claims under Worker’s Compensation acts and other employee
benefit acts with respect to Consultant’s employees or Consultant’s contractors;
(2) Any and all claims arising out of Consultant's performance of work hereunder
or its failure to comply with any of its obligations contained in this Agreement. Should
City in its sole discretion find Consultant’s legal counsel unacceptable, then Consultant
shall reimburse the City its costs of defense, including without limitation reasonable
attorneys' fees, expert fees and all other costs and fees of litigation. The Consultant
shall promptly pay any final judgment rendered against the Indemnitees. Except for the
Indemnitees, this Agreement shall not be construed to extend to any third-party
indemnification rights of any kind; and
(3) To the fullest extent permitted by law, the Consultant agrees to indemnify
and hold indemnitees entirely harmless from all liability arising out of any claim, loss,
injury to or death of persons or damage to property caused by the negligent
professional act or omission in the performance of professional services pursuant to this
Agreement.
10. Insurance.
A. Consultant shall at all times during the term of this Agreement carry,
maintain, and keep in full force and effect, with an insurance company authorized to do
business in the State of California and approved by the City the following insurance:
4 Professional Services - Design
(1) a policy or policies of broad-form comprehensive general liability
insurance written on an occurrence basis with minimum limits of $1,000,000.00
combined single limit coverage against any injury, death, loss or damage as a result of
wrongful or negligent acts by Consultant, its officers, employees, agents, and
independent contractors in performance of services under this Agreement;
(2) property damage insurance with a minimum limit of $500,000.00 per
occurrence;
(3) automotive liability insurance written on an occurrence basis covering
all owned, non-owned and hired automobiles, with minimum combined single limits
coverage of $1,000,000.00;
(4) Worker's Compensation insurance when required by law, with a
minimum limit of $500,000.00 or the amount required by law, whichever is greater; and
(5) Professional liability insurance covering errors and omissions arising
out of the performance of this Agreement with a combined single limit of $1,000,000. If
such insurance is on a claim made basis, Consultant agrees to keep such insurance in
full force and effect for at least five years after termination or date of completion of this
Agreement.
B. The City, its officers, employees, agents, and volunteers shall be named
as additional insureds on the policies as to comprehensive general liability, property
damage, and automotive liability. The policies as to comprehensive general liability,
property damage, and automobile liability shall provide that they are primary, and that
any insurance maintained by the City shall be excess insurance only.
C. All insurance policies shall provide that the insurance coverage shall not
be non-renewed, canceled, reduced, or otherwise modified (except through the addition
of additional insureds to the policy) by the insurance carrier without the insurance carrier
giving City ten (10) day's prior written notice thereof. Consultant agrees that it will not
cancel, reduce or otherwise modify the insurance coverage and in the event of any of
the same by the insurer to immediately notify the City.
D. All policies of insurance shall cover the obligations of Consultant pursuant
to the terms of this Agreement and except for professional liability insurance, shall be
issued by an insurance company which is authorized to do business in the State of
California or which is approved in writing by the City; and shall be placed have a current
A.M. Best's rating of no less than A-, VII. In the case of professional liability insurance,
such coverage shall be issued by companies either licensed or admitted to conduct
business in the State of California so long as such insurers possesses the
aforementioned Best's rating.
E. Consultant shall submit to City (1) insurance certificates indicating
compliance with the minimum insurance requirements above, and (2) insurance policy
5 Professional Services - Design
endorsements or a copy of the insurance policy evidencing the additional insured
requirements in this Agreement, in a form acceptable to the City.
F. Self-Insured Retention/Deductibles. All policies required by this
Agreement shall allow City, as additional insured, to satisfy the self-insured retention
(“SIR”) and/or deductible of the policy in lieu of the Consultant (as the named insured)
should Consultant fail to pay the SIR or deductible requirements. The amount of the
SIR or deductible shall be subject to the approval of the City. Consultant understands
and agrees that satisfaction of this requirement is an express condition precedent to the
effectiveness of this Agreement. Failure by Consultant as primary insured to pay its SIR
or deductible constitutes a material breach of this Agreement. Should City pay the SIR
or deductible on Consultant’s due to such failure in order to secure defense and
indemnification as an additional insured under the policy, City may include such
amounts as damages in any action against Consultant for breach of this Agreement in
addition to any other damages incurred by City due to the breach.
G. Subrogation. With respect to any Workers' Compensation Insurance or
Employer's Liability Insurance, the insurer shall waive all rights of subrogation and
contribution it may have against the Indemnitees.
H. Failure to Maintain Insurance. If Contractor fails to keep the insurance
required under this Agreement in full force and effect, City may take out the necessary
insurance and any premiums paid, plus 10% administrative overhead, shall be paid by
Consultant, which amounts may be deducted from any payments due Consultant.
I.Consultant shall include all subcontractors, if any, as insureds under its
policies or shall furnish separate certificates and endorsements for each subcontractor
to the City for review and approval. All insurance for subcontractors shall be subject to
all of the requirements stated herein.
11. Confidentiality. Consultant in the course of its duties may have access
to confidential data of City, private individuals, or employees of the City. Consultant
covenants that all data, documents, discussion, or other information developed or
received by Consultant or provided for performance of this Agreement are deemed
confidential and shall not be disclosed by Consultant without written authorization by
City. City shall grant such authorization if disclosure is required by law. All City data
shall be returned to City upon the termination of this Agreement. Consultant's covenant
under this section shall survive the termination of this Agreement. Notwithstanding the
foregoing, to the extent Consultant prepares reports of a proprietary nature specifically
for and in connection with certain projects, the City shall not, except with Consultant's
prior written consent, use the same for other unrelated projects.
12. Ownership of Materials. Except as specifically provided in this
Agreement, all materials provided by Consultant in the performance of this Agreement
shall be and remain the property of City without restriction or limitation upon its use or
6 Professional Services - Design
dissemination by City. Consultant may, however, make and retain such copies of said
documents and materials as Consultant may desire.
13. Maintenance and Inspection of Records. In accordance with generally
accepted accounting principles, Consultant and its subcontractors shall maintain
reasonably full and complete books, documents, papers, accounting records, and other
information (collectively, the “records”) pertaining to the costs of and completion of
services performed under this Agreement. The City and any of their authorized
representatives shall have access to and the right to audit and reproduce any of
Consultant's records regarding the services provided under this Agreement. Consultant
shall maintain all such records for a period of at least three (3) years after termination or
completion of this Agreement. Consultant agrees to make available all such records for
inspection or audit at its offices during normal business hours and upon three (3) days'
notice from the City, and copies thereof shall be furnished if requested.
14. Conflict of Interest.
A. Consultant covenants that it presently has no interest and shall not
acquire any interest, direct or indirect, which may be affected by the services to be
performed by Consultant under this Agreement, or which would conflict in any manner
with the performance of its services hereunder. Consultant further covenants that, in
performance of this Agreement, no person having any such interest shall be employed
by it. Furthermore, Consultant shall avoid the appearance of having any interest which
would conflict in any manner with the performance of its services pursuant to this
Agreement.
B. Consultant covenants not to give or receive any compensation,
monetary or otherwise, to or from the ultimate vendor(s) of hardware or software to City
as a result of the performance of this Agreement. Consultant's covenant under this
section shall survive the termination of this Agreement.
15. Termination. The City may terminate this Agreement with or without
cause upon fifteen (15) days' written notice to Consultant. The effective date of
termination shall be upon the date specified in the notice of termination, or, in the event
no date is specified, upon the fifteenth (15th) day following delivery of the notice. In the
event of such termination, City agrees to pay Consultant for services satisfactorily
rendered prior to the effective date of termination. Immediately upon receiving written
notice of termination, Consultant shall discontinue performing services, unless the
notice provides otherwise, except those services reasonably necessary to effectuate the
termination. The City shall be not liable for any claim of lost profits.
16. Personnel/Designated Person. Consultant represents that it has, or will
secure at its own expense, all personnel required to perform the services under this
Agreement. All of the services required under this Agreement will be performed by
Consultant or under its supervision, and all personnel engaged in the work shall be
qualified to perform such services.
7 Professional Services - Design
17. Non-Discrimination and Equal Employment Opportunity.
A. Consultant shall not discriminate as to race, color, creed, religion,
sex, marital status, national origin, ancestry, age, physical or mental handicap, medical
condition, or sexual orientation, in the performance of its services and duties pursuant to
this Agreement, and will comply with all rules and regulations of City relating thereto.
Such nondiscrimination shall include but not be limited to the following: employment,
upgrading, demotion, transfers, recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship.
B. Consultant will, in all solicitations or advertisements for employees
placed by or on behalf of Consultant state either that it is an equal opportunity employer
or that all qualified applicants will receive consideration for employment without regard
to race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical
or mental handicap, medical condition, or sexual orientation.
C. Consultant will cause the foregoing provisions to be inserted in all
subcontracts for any work covered by this Agreement except contracts or subcontracts
for standard commercial supplies or raw materials.
18. Time of Completion. Consultant agrees to commence the work provided
for in this Agreement within (5) days of being notified by the City to proceed and to
diligently prosecute completion of the work or as may otherwise be agreed to by and
between the Project Manager and the Consultant.
19. Time Is of the Essence. Time is of the essence in this Agreement.
Consultant shall do all things necessary and incidental to the prosecution of
Consultant's work.
20. Delays and Extensions of Time. Consultant's sole remedy for delays
outside its control shall be an extension of time. No matter what the cause of the delay,
Consultant must document any delay and request an extension of time in writing at the
time of the delay to the satisfaction of City. Any extensions granted shall be limited to
the length of the delay outside Consultant’s control. If Consultant believes that delays
caused by the City will cause it to incur additional costs, it must specify, in writing, why
the delay has caused additional costs to be incurred and the exact amount of such cost
within 10 days of the time the delay occurs. No additional costs can be paid that
exceed the not to exceed amount absent a written amendment to this Agreement. In no
event shall the Consultant be entitled to any claim for lost profits due to any delay,
whether caused by the City or due to some other cause.
21. Assignment. Consultant shall not assign or transfer any interest in this
Agreement nor the performance of any of Consultant's obligations hereunder, without
the prior written consent of City, and any attempt by Consultant to so assign this
8 Professional Services - Design
Agreement or any rights, duties, or obligations arising hereunder shall be void and of no
effect.
22. Compliance with Laws. Consultant shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state, and local governments.
23. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of
any one or more of the conditions of performance under this Agreement shall not be a
waiver of any other condition of performance under this Agreement. In no event shall
the making by City of any payment to Consultant constitute or be construed as a waiver
by City of any breach of covenant, or any default which may then exist on the part of
Consultant, and the making of any such payment by City shall in no way impair or
prejudice any right or remedy available to City with regard to such breach or default.
24. Attorney's Fees. In the event that either party to this Agreement shall
commence any legal or equitable action or proceeding to enforce or interpret the
provisions of this Agreement, the prevailing party in such action or proceeding shall be
entitled to recover its costs of suit, including reasonable attorney's fees and costs,
including costs of expert witnesses and consultants.
25. Mediation. Any dispute or controversy arising under this Agreement, or in
connection with any of the terms and conditions hereof, which cannot be resolved by
the parties, may be referred by the parties hereto for mediation. A third party, neutral
mediation service shall be selected, as agreed upon by the parties and the costs and
expenses thereof shall be borne equally by the parties hereto. The parties agree to
utilize their good faith efforts to resolve any such dispute or controversy so submitted to
mediation. It is specifically understood and agreed by the parties hereto that mutual
good faith efforts to resolve the same any dispute or controversy as provided herein,
shall be a condition precedent to the institution of any action or proceeding, whether at
law or in equity with respect to any such dispute or controversy.
26. Notices. Any notices, bills, invoices, or reports required by this
Agreement shall be deemed received on (a) the day of delivery if delivered by hand
during regular business hours or by facsimile before or during regular business hours;
or (b) on the third business day following deposit in the United States mail, postage
prepaid, to the addresses heretofore set forth in the Agreement, or to such other
addresses as the parties may, from time to time, designate in writing pursuant to the
provisions of this section.
“CONSULTANT” “CITY”
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765-4178
Attn.: ______________________ Attn.: Jason Williams
Phone: Phone: 909/839-7011
9 Professional Services - Design
E-Mail: _____________________ E-mail: JWilliams@DiamondBarCa.Gov
27. Governing Law. This Agreement shall be interpreted, construed and
enforced in accordance with the laws of the State of California.
28. Counterparts. This Agreement may be executed in any number of
counterparts, each of which shall be deemed to be the original, and all of which together
shall constitute one and the same instrument.
29. Entire Agreement. This Agreement, and any other documents
incorporated herein by reference, represent the entire and integrated agreement
between Consultant and City. This Agreement supersedes all prior oral or written
negotiations, representations or agreements. This Agreement may not be amended,
nor any provision or breach hereof waived, except in a writing signed by the parties
which expressly refers to this Agreement. Amendments on behalf of the City will only
be valid if signed by a person duly authorized to do so under the City's Purchasing
Ordinance.
IN WITNESS of this Agreement, the parties have executed this Agreement
as of the date first written above.
"Consultant" "City"
Mmmmm Consulting, Inc. CITY OF DIAMOND BAR
By: By: ____
Printed Name: Dan Fox, City Manager
Title:
By: ATTEST:
Printed Name:
Title:
Kristina Santana, City Clerk
Approved as to form:
By:
Omar Sandoval, City Attorney
10 Professional Services - Design
*NOTE:If Consultant is a corporation, the City requires the following signature(s):
--(1) the Chairman of the Board, the President or a Vice-President, AND (2) the Secretary,
the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant
Treasurer. If only one corporate officer exists or one corporate officer holds more than
one corporate office, please so indicate. OR
-- The corporate officer named in a corporate resolution as authorized to enter into this
Agreement. A copy of the corporate resolution, certified by the Secretary close in time to
the execution of the Agreement, must be provided to the City.