Loading...
HomeMy WebLinkAboutReso 93-2017 (17-728) s4,7„ City of South San Francisco 4o p 7 P.O. Box 711 (City Hall, 400 Grand Avenue) = South San Francisco, CA _ � City Council a 4LIFORZ`,P Resolution: RES 93-2017 File Number: 17-728 Enactment Number: RES 93-2017 RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE THE CONSTRUCTION AND MAINTENANCE AGREEMENT FOR THE SOUTH SAN FRANCISCO CALTRAIN STATION WITH THE PENINSULA CORRIDOR JOINT POWERS BOARD. WHEREAS, on December 9, 2015, Peninsula Corridor Joint Powers Board ("PCJPB") and the City of South San Francisco ("City") entered into a Cooperative Agreement, pursuant to which City contracted with PCJPB to perform or contract for the performance of all design, project management, construction management, construction engineering and reconstruction related to the South San Francisco Caltrain Station("Project"); and WHEREAS, PCJPB requires the execution of a construction and maintenance agreement ("C&M Agreement") and evidence of a State of California Department of Transportation ("Caltrans") Airspace Lease between Caltrans and City before awarding a contract to the qualified lowest bidder for the Project; and WHEREAS, a C&M Agreement will set forth the roles and responsibilities of PCJPB and City for construction and maintenance obligations moving forward; and WHEREAS, this C&M Agreement will provide clarity and accountability for all ongoing maintenance related to PCJPB right-of-way and City right-of-way, and any shared responsibilities to ensure a high quality and safe, functional Project; and WHEREAS, the City will need to execute a C&M Agreement with PCJPB prior to PCJPB award of contract scheduled for August 3, 2017; and WHEREAS,the costs for construction management and maintenance are accounted for in the Cooperative Agreement and/or will be accounted for in future operating budgets for affected City Departments. NOW,THEREFORE, BE IT RESOLVED by the City Council of the City of South San Francisco that the City Council hereby approves a Construction and Maintenance Agreement for the South San Francisco Caltrain Station with the Peninsula Corridor Joint Powers Board, attached hereto as City of South San Francisco Page 1 File Number: 17-728 Enactment Number: RES 93-2017 Exhibit A. BE IT FURTHER RESOLVED that the City Council of the City of South San Francisco authorizes the Finance Department to establish an ongoing maintenance budget to include the estimated costs consistent with the information contained in the staff report. BE IT FURTHER RESOLVED that the City Council hereby authorizes the City Manager to execute this Construction and Management Agreement for the South San Francisco Caltrain Station with the Peninsula Corridor Joint Powers Board on behalf of the City in substantially the same form as attached hereto as Exhibit A; to make any revisions, amendments, corrections and modifications, subject to the approval of the City Attorney,deemed necessary to carry out the intent of this Resolution and which do not materially alter or increase the City's obligations thereunder; and to take any related action reasonably necessary to carry out the intent of this Resolution. At a meeting of the City Council on 7/26/2017, a motion was made by Richard Garbarino, seconded by Liza Normandy, that this Resolution be approved. The motion passed. Yes: 5 Vice Mayor Normandy, Councilmember Garbarino, Councilmember Matsumoto, Mayor Gupta, and Councilmember Addiego Attest by Krt6ta Ma in II`i City of South San Francisco Page 2 13526858.4 RAILROAD CONSTRUCTION AND MAINTENANCE AGREEMENT SOUTH SAN FRANCISCO STATION IMPROVEMENTS PROJECT This Railroad Construction and Maintenance Agreement (“Agreement”) is entered into this _______ day of __________________, 2017, by and between the Peninsula Corridor Joint Powers Board, a public agency (“JPB”), and the City of South San Francisco, a municipal corporation (“City”). The JPB and City are collectively referred to herein as "Parties." RECITALS A. City is a duly established municipal corporation organized and existing under the laws of the State of California; B. JPB is a public agency organized and existing under the laws of the State of California; C. JPB, in conjunction with the San Mateo County Transit District, is the owner of the Peninsula Corridor railroad right-of-way, and specifically that certain real property and fixtures located in the City of South San Francisco between MP 8.9 and MP 9.6 (“Right of Way”). JPB also is the owner of the Caltrain South San Francisco Station property located west of the Right of Way. City is the owner of the property to the east of the Right of Way, known as the East Plaza/Ramp Area (“East Plaza Area”), the Bus Shuttle Drop-Off Area ("Shuttle Area"), and the property to the south of the Station property and west of the Right of Way (“West Plaza Area”), all as depicted on Exhibit A, which is attached hereto and incorporated herein by this reference. The areas depicted on Exhibit A are collectively referred to as the Project area ("Project Area"); D. The City wishes to cooperate with JPB in the JPB’s design, construction and maintenance of certain improvements to JPB’s South San Francisco Caltrain Station (the “Project”) and will be constructed pursuant to JPB’s Contract No. 17-J-C-063 South San Francisco Station Improvements ("Construction Contract”); E. The City desires that the Project include the construction of a pedestrian access underpass, at the south end of JPB’s new station platforms, that connects Airport Boulevard and Poletti Drive with a connection to the JPB platform, and City will provide the property rights necessary to construct that underpass ("Underpass"); F. On December 9, 2015, the JPB and the City entered into a Cooperative Agreement for the Project ("Coop Agreement"), pursuant to which the JPB will perform or contract for the performance of all design, project management, construction management, construction engineering and reconstruction related to the Project; G. Pursuant to the Coop Agreement, City agreed to pay JPB a sum not to exceed Five Million, Nine Hundred Thousand Dollars ($5,900,000) towards the Project, including all planning, design, construction/project management, inspection and administration necessary for reconstruction of the South San Francisco Caltrain Station; H. In October 2016, the City requested revisions to the original 2008 Project design to optimize the safety and pedestrian experience at the South San Francisco Caltrain Station, by altering the Project’s ramp and retaining wall geometry and profiles, plaza architectural theme, and drainage and lighting system (“Design Changes”); JPB-CSSF SSF Station Project C&M Agreement 2 13526858.4 I. As of August 3, 2017 the Parties amended the Coop Agreement twice to incorporate the Design Changes which increased the overall costs of the Project and the City’s contribution by up to Two Million, Eight Hundred Thousand Dollars ($2,800,000) for a total City contribution of Eight Million, Seven Hundred Thousand Dollars ($8,700,000) for the Project; and J. Whereas, the Project is exempt from review under the California Environmental Quality Act ("CEQA"); and K. The Parties now desire to set forth herein their understandings and agreements relating to construction and maintenance of the Project. AGREEMENT NOW, THEREFORE, in consideration of the foregoing, the Parties agree as follows: 1. Project Improvements. The Project includes the following improvements: a. Demolition, hazardous material abatement, off hauling and site grading throughout the Project Area. b. Relocation of utilities from the existing location, which are in conflict with the Underpass, to an alignment crossing the West Plaza Area. c. Construction of the Underpass. d. Relocation and reconstruction of various tracks at the South San Francisco Station. e. Construction of new medians, traffic islands, curb and gutter, paving and sidewalk at the Shuttle Area. f. Construction of a new loading area for shuttle buses at Shuttle Area. g. Striping and curve markings at the intersection of 101 northbound Grand Avenue Off-Ramp, Grand Avenue, and Poletti Drive. h. Construction of a new center platform ("Center Platform") which includes a center ramp which connects the Center Platform to the Underpass ("Center Ramp") and stairs from the Center Platform to the Underpass, all as shown in Exhibit A, with all corresponding furniture, electronics, shelters at the South San Francisco Station. i. Other minor track work to upgrade access and facilitate use of the new track. j. Replacing the current signal cantilever at the north side of the South San Francisco Station with a new signal bridge. k. Fencing and pedestrian access control measures, as required. JPB-CSSF SSF Station Project C&M Agreement 3 13526858.4 l. All other necessary construction activities required to build the above, including all necessary changes to telephone, telegraph, signal, electrical lines and appurtenances, relocation of all utilities and pipelines of any kind, all temporary and permanent track work (if necessary), grading, drainage, access roadways to the Right of Way, preliminary and construction engineering, and any and/or all other work of every kind and character necessary to build the above and complete the Project in accordance with the Construction Contract. 2. Project Costs. The JPB and City will bear the costs of the Project as described in the Coop Amendment and any amendments thereto. In addition, the City will be responsible for its own costs related to the Project, including costs for time that its staff or consultants spend on review of design or inspections and any costs associated with the design, selection and installation of Art, as that term is defined below. City will waive all City permit fees or other fees with regard to the Project and all work associated with the Project. The City and JPB will be responsible for maintaining and providing security for the Underpass in accordance with the maintenance responsibilities outlined in Section 12 below. 3. Additional Work. The City may request in writing that the JPB add additional improvements to the Project. The JPB will retain the authority at its sole discretion to either add or not to add additional items requested by the City and will not be required to accept any additional improvements requested by the City. The City will be responsible for costs incurred by the JPB for the additional work requested by the City including labor, materials, tools, equipment, design, construction, construction management, indirect Project costs, the JPB's cost to consider the City's requested change, and costs of delay or time extensions. Such work must be memorialized in a change order. If the City requests the substitution of any material, or product described in the Project with a material or product having greater cost associated with it than the corresponding material described in the Project, and the JPB agrees to such substitution, then the City will pay for additional costs incurred by the JPB for all labor, materials, tools, equipment, design, construction, construction management and indirect Project costs incurred by the JPB above and beyond that which the original material or product would have cost the JPB under the Construction Contract. 4. Construction Standards/Design. JPB will oversee the Contractor’s daily activities and confirm the materials and work conform to the Project requirements. For work constructed outside the Right of Way or for upgrades from JPB’s typical station features specifically requested by City, JPB will furnish Contractor submittals such as product data information and shop drawings, to City and provide fourteen (14) calendar days for City to complete review of submittals. If the City does not provide the JPB with written comments within the aforementioned period of time, City will be deemed to have accepted the submittals. 5. Schedule. The Construction Contract is expected to be awarded by JPB in August of 2017, and the work completed within approximately 22 months from the issuance to the contractor of a notice to proceed. It is understood, however, that the JPB’s Construction Contract will contain its standard provisions providing contractors with time extensions for excusable delays. JPB-CSSF SSF Station Project C&M Agreement 4 13526858.4 6. Real Property Conveyances. Prior to the award of the Construction Contract, the City must: a. Obtain a permanent easement described in Exhibit A for work within the Comfort Suite Inn parking lot (the "Comfort Suite Easement"). The City is solely responsible for obtaining the Comfort Suite Easement and for all coordination with the Comfort Suite Inn; b. Obtain a lease for Caltrans' airspace located above the West Plaza Area, as described in Exhibit A, for work within Caltrans' Airspace (the "Caltrans Airspace Lease") prior to the issuance of the Construction Contract. The City is solely responsible for obtaining the Caltrans Airspace Lease, for fulfilling the obligations contained therein, and for all coordination with Caltrans; and c. Make available to the JPB all City property, including the Comfort Suite Easement and West Plaza, shown in Exhibit A through issuance of a temporary encroachment permit ("Encroachment Permit") in the form attached to this Agreement as Exhibit B incorporated herein by this reference, as more fully described in Sections 7 and 11 below. 7. Prerequisites to Construction: Before JPB awards the Construction Contract, City must complete items a, b, and c below. If these items have not been completed, in a form satisfactory to JPB, by July 31, 2017, JPB will have no further obligation to construct the Underpass and will build the remainder of the Project without constructing the Underpass: a. Provide JPB an executed copy of the Encroachment Permit for all City property as described in Exhibit A and grant or caused to be granted the Comfort Suite Easement. City also will provide pre-approval, upon due review and comment, of the Encroachment Permit, defined below, for the Project prior to the JPB advertising for bids for the Construction Contract; b. Provide JPB an executed copy of the Caltrans Airspace Lease c. Provide JPB an executed copy of this Agreement. 8. City Underpass/Access to Right of Way. For the purpose of maintaining the Underpass located in the Right of Way, no later than 90 days following its final acceptance of the Project, JPB will grant to City a license in a form agreeable to both parties. 9. Utility Relocations. The JPB is solely responsible, subject to payment of costs as addressed in Sections 2 and 3, for identifying the location of all pipelines (including, without limit, high pressure petrol pipelines, gas and water pipelines), fiber optic lines and all other utilities of whatever nature (“Facilities”) to accommodate construction of the Project, and for relocating or arranging for the relocation of all such Facilities that would interfere with construction of the Project. JPB is responsible for contacting and working with the owners of these Facilities to identify their exact location and arrange for relocation as needed. Nothing herein precludes the JPB from seeking reimbursement for Facilities relocation costs and liabilities from third parties such as the Facilities owners themselves. Notwithstanding the above, to the extent that Facilities are owned by City, City will accomplish their relocation at its JPB-CSSF SSF Station Project C&M Agreement 5 13526858.4 own cost. City and JPB will work cooperatively to minimize the cost of utility relocations, which costs will be borne by the Project. 10. Public Art/Murals. If City wishes to install or erect art, including a mural, in the Project Area ("Art"), it must follow the process set forth above in Section 3. In addition, it must first obtain from the artist designing the art a waiver of the Visual Artists Rights Act, 17 U.S.C §§106A and 113(d) (“VARA”), the California Art Preservation Act, Cal. Civil Code §§ 987 and 989 (“CAPA”), and any rights arising under United States federal or state law or under the laws of another country that convey rights of the same nature as those conveyed under VARA and CAPA, as against the JPB, it directors officers, employees and agents. The JPB has the absolute right in its sole discretion to change, modify, destroy, remove, relocate, move, replace, transport, repair or restore the Art. The City must coordinate with the JPB on the design, selection and installation of any Art. The City will pay for all costs associated with the Art. 11. Permitting, Approvals and Construction Contract Requirements. a. Environmental Review. JPB will be the lead agency under CEQA and will obtain any required environmental clearance for the Project. JPB’s contractor will be subject to all applicable Storm Water Pollution Prevention Plan requirements, including current standard best management practices, including, but not limited to, control of run-off, dust, and mud. b. Inspections and Reporting. JPB or its contractor will provide all flagging and engineering inspection required in connection with construction of the Project. For work associated with Construction submittals City reviewed, JPB will request City inspection seventy-two (72) hours prior to the installation of the work. Corrections to work so it is in conformance with the Project requirements will be made upon results of City’s inspection. Once the work is installed, JPB will request written concurrence from City that work conforms to Project requirements. JPB will keep City informed of progress of construction upon request and will coordinate public outreach with City. City will designate point of contact for construction coordination. JPB will consult with City on any changes to the Construction Contract plans that affect work on the Underpass, Shuttle Area, Poletti Drive street improvements, East Plaza Area and West Plaza Area. c. City Permits and Approvals. To facilitate the construction of the improvements, City will grant to the JPB all Encroachment Permits. The City confirms that to the best of its knowledge, it has the ability to issue and enforce the Encroachment Permit over all City properties as required to effect reconstruction of the streets as contemplated in the project design, including the East Plaza Area, Shuttle Area, West Plaza Area, and Comfort Suite Easement. The Caltrans Airspace Lease with the City does not constitute an encroachment permit, and the JPB will acquire a Caltrans encroachment permit for entry into any Caltrans right of way. City will provide pre-approval, upon due review and comment, of the Encroachment Permit for the Project prior to the JPB awarding the Construction Contract. City will issue a Haul Route Permit, if required, for routes along City streets between work areas and State highways. 12. Maintenance. Upon completion of construction, JPB-CSSF SSF Station Project C&M Agreement 6 13526858.4 a. JPB shall maintain the following improvements at their own expense: i. All improvements associated with railroad, including improvements to track structures and signals; ii. All fencing installed along Right of Way; iii. Drainage improvements located within Right of Way up to the point of discharge to the City owned drainage system as applicable; iv. Low impact development (LID) features such as bioswales, storm water retention strips/basins, storm water treatment strips/basins, and fabricated storm water filtration devices installed within the Right of Way; v. Station parking lot ("Station Parking Lot") as depicted in Exhibit A; vi. Center Platform, including stairs connecting Underpass to platform, closed circuit television, ticket vending machines, public address system, communication system, and shelters; vii. Center Ramp that provides ADA access from the Underpass to the Center Platform; viii. Underpass structure, including fire safety system, drainage system, pump station at base of the east ramp in the East Plaza Area, and closed circuit television. Underpass lighting and finishes installed per City’s request are excluded from JPB’s maintenance responsibilities; ix. Lighting and water utilities for the Station Parking Lot, Center Platform, and Center Ramp; and x. Frequency of maintenance activities, such as emptying of trash receptacles, washing and cleaning of parking lot surfaces, Center Platform and Center Ramp concrete surfaces, Underpass floors and walls, and abatement of graffiti, shall be performed based on JPB’s typical schedule. b. City shall maintain the following improvements at its own expense: i. All street improvements along Poletti Drive, including the Shuttle Area, street section and paving, sidewalks, curbs, gutters, striping, median landscaping, fences, lighting, power for lighting, and new drainage elements/system. JPB-CSSF SSF Station Project C&M Agreement 7 13526858.4 ii. Low impact development (LID) features such as bioswales, storm water retention strips/basins, storm water treatment strips/basins, and fabricated storm water filtration devices installed along Poletti Drive and in the East Plaza Area and West Plaza Area; iii. Landscaping, including water utilities, for the East Plaza Area and West Plaza Area; iv. Lighting and power for lighting for the East Plaza Area and West Plaza Area; v. Art; vi. DMX Lighting controller and wall finishes within Underpass. DMX lighting controller shall be programmed so it conforms to JPB’s standard lighting criteria. vii. City may supplement JPB’s typical station maintenance activities at the City's sole cost on an as-needed basis as follows: (1) Abatement of graffiti observed on Underpass, Ramps, or Plaza walls not abated within two (2) days of first observation; (2) Removal of trash or debris dumped within the Underpass; (3) Repair and cleaning of damage or disruption to general tidiness caused by homeless transients within the Underpass; and (4) Removal of homeless transients and their belongings occupying the Underpass, East Plaza Area, or West Plaza Area. viii. City will notify and obtain approval from the JPB at least eight (8) hours in advance of any supplemental maintenance activity they wish to conduct within the Underpass. 13. Indemnity. a. City’s Indemnity. City will fully release, indemnify, hold harmless and defend the JPB, SamTrans, the City and County of San Francisco, the Santa Clara Valley Transportation Authority, the operator of the JPB's commuter rail service, currently TransitAmerica Services, the operator of the JPB's freight services, currently Union Pacific Railroad Company, and/or their respective officers, directors, employees, contractors and agents (collectively, “JPB Indemnitees”) from and against all liability, claims, suits, sanctions, costs or expenses for injuries to or death of any person (including, but not limited to, the passengers, employees and contractors of JPB), and damage to or loss of property arising out of or resulting JPB-CSSF SSF Station Project C&M Agreement 8 13526858.4 from any negligent act or omission by City, its agents, employees, contractors or subcontractors in the maintenance of the items for which it is responsible or in the performance of any other obligation in this Agreement. City’s obligation to defend includes the payment of all reasonable attorney’s fees and all other costs and expenses of suit, and if any judgment is rendered against any JPB Indemnitee, City will, at its expense, satisfy and discharge the same. b. City’s Hazardous Material Indemnity: i. For purposes of this Agreement, “Hazardous Material” means material that, because of its quantity, concentration or physical or chemical characteristics, is at any time now or hereafter deemed by any federal, state or local governmental authority to pose a present or potential hazard to public health, welfare or the environment. Hazardous Material includes, without limitation, any material or substance defined as a “hazardous substance, pollutant or contaminant” pursuant to the Comprehensive Environmental Response, Compensation and Liability Act of 1980, as amended (42 U.S.C. Sections 9601 et seq.), the Resource Conservation and Recovery Act (42 U.S.C. 6901 et seq.) or pursuant to Section 25316 of the California Health and Safety Code, a “hazardous waste” listed pursuant to Section 25140 of the California Health and Safety Code, any asbestos and asbestos containing materials whether or not such materials are part of the property or are naturally occurring substances on the property, and any petroleum, including, without limitation, crude oil or any fraction thereof, natural gas or natural gas liquids. ii. The City will defend, indemnify and hold JPB Indemnitees harmless from any and all costs, claims and liability associated with Hazardous Materials present on or released from City property, including the East Plaza Area, West Plaza Area, Shuttle Area, Comfort Suite Easement and Caltrans Airspace Lease, regardless of whether such liability arises during or after the term of this Agreement. In the event that Hazardous Materials are present, the City will, without cost to the JPB and in accordance with all laws and regulations, pay any additional costs incurred by the JPB's contractor and take all action necessary to mitigate the release or minimize the spread of contamination, remove all contamination, and provide notice in compliance with applicable laws. The City must afford the JPB a full opportunity to participate in any discussion with governmental agencies regarding any settlement agreement, cleanup or abatement agreement, consent decree or other compromise proceeding involving Hazardous Materials. c. JPB’s Indemnity. JPB will fully release, indemnify, hold harmless and defend the City and its respective officers, directors, employees, contractors and agents (collectively, “City Indemnitees”) from and against all liability, claims, suits, sanctions, costs or expenses for injuries to or death of any person (including, but not limited to, passengers, employees and contractors of JPB) and damage to or loss of property arising out of or resulting from any negligent act or omission by the JPB, its agents, employees, contractors or subcontractors in performance of its obligations under this Agreement. JPB’s obligation to defend will include the payment of all reasonable attorney’s fees and all other costs and expenses of suit, and if any judgment is rendered against City Indemnitee’s or any one of them, JPB will, at its expense, satisfy and discharge the same, so long as said claim has been timely tendered to the JPB without prejudice to JPB’s rights and/or abilities to undertake a defense of said claim. JPB-CSSF SSF Station Project C&M Agreement 9 13526858.4 d. JPB's Hazardous Materials Indemnity. The JPB will be responsible for the removal of any Hazardous Materials on its Right of Way. e. Severability. It is the intention of the Parties that should any term of this indemnity provision, Section 13, be found to be void or unenforceable, the remainder of the provision will remain in full force and effect. f. Survival. This indemnity provision, Section 13, will survive the expiration or termination of this Agreement. 14. Insurance. JPB will include in its Construction Contract a requirement that the City be named an additional insured on all policies of insurance required of its contractors. 15. Performance Bond. JPB will require its contractor to provide performance and payment bonds in the full amount of the Construction Contract and will require a one-year warranty period. City agrees to not require additional bonds of JPB’s contractor. The bond will be maintained in full force and effect during the entire period that work is performed by the contractor until such work is accepted by City or JPB. With respect to Underpass, Shuttle Area, East Plaza Area, and West Plaza Area, JPB will not accept the work related to such facilities for purposes of this Section until it has received notice from City that such work is acceptable. 16. Notices. All notices, payments, requests, demands and other communications to be made or given under this Agreement must be in writing and will be deemed to have been duly given on the date of service if served personally or on the second day after mailing if mailed to the party to whom notice is to be given by first class mail, registered or certified, postage prepaid and properly addressed as follows: CITY: City of South San Francisco 400 Grand Avenue South San Francisco, CA 94080 Attn: City Manager JPB: Peninsula Corridor Joint Powers Board 1250 San Carlos Avenue San Carlos, CA 94070 Attn: JPB Secretary 17. Governing Law. This Agreement will be interpreted, construed and enforced in accordance with the laws of the State of California as applied to contracts that are made and performed entirely in California. 18. Successors. This Agreement is binding upon and inures to the benefit of the respective successors and assigns of the Parties hereto. 19. No Third Party Beneficiaries. Nothing herein may be considered as creating any rights and/or obligations by any of the Parties to this Agreement to any third parties. JPB-CSSF SSF Station Project C&M Agreement 10 13526858.4 Specifically, none of the duties to inspect or maintain will in any way be construed as creating or expanding any additional obligations to any third party beyond those required and established under the applicable statutes, regulations, ordinances or law. 20. Amendments. This Agreement may be amended only in a writing that is executed by all the Parties hereto. 21. Entire Agreement. This Agreement constitutes the entire agreement of the Parties with respect to its subject matter and supersedes any prior or contemporaneous oral or written understandings on the same subject. The Parties intend this Agreement to be an integrated agreement. 22. Counterparts. This Agreement may be executed in counterparts, each of which is deemed an original but all of which together constitute a single agreement. 23. Attorneys’ Fees. In any action at law or in equity, arbitration or other proceeding arising in connection with this Agreement, the prevailing party will recover reasonable attorney’s fees and other costs, including but not limited to court costs and expert and consultants’ fees incurred in connection with such action, in addition to any other relief awarded. 24. Severability. If any term, provision, or condition of this Agreement is held by a court of competent jurisdiction to be invalid or unenforceable, the remainder of this Agreement will continue in full force and effect unless the rights and obligations of the Parties have been materially altered or abridged thereby. 25. Waiver. A waiver by either party of the performance of any covenant or condition herein will not invalidate this Agreement nor will the delay or forbearance by either party in exercising any remedy or right be considered a waiver of, or an estoppel against, the later exercise of such remedy or right. JPB-CSSF SSF Station Project C&M Agreement 11 13526858.4 IN WITNESS WHEREOF, the Parties have entered into this Agreement on the date first written above with the intent to be intentionally bound. PENINSULA CORRIDOR JOINT POWERS BOARD Signed: ___________________________________ Jim Hartnett Executive Director Attest: ____________________________________ Martha Martinez JPB Secretary Approved as to Form: ___________________________________ Attorney CITY OF SOUTH SAN FRANCISCO Signed: _____________________________________ Mike Futrell City Manager Approved as to Form: _____________________________________ City Attorney 2838081.1