HomeMy WebLinkAboutContracts & Agreements_21-1998_CCv0001.pdf Vendor Code FOR COUNTY USE ONLY Contract Number
S1 A 9f-J93
County Department Dept. Orgn Con-tractor's License
TRANSPORTATION TRA TRA
County Department Contract Re-presentative Ph.Ext. Amount of Contract
PATRICK J.MEAD 2724 $90,000
County of San Bernardino Fund Dept. Organization Appr,1:�Obj;/Rev=SourceAcfivity GRC/PROJ/JOB Number
FAS SAA I TRA TRA 1200: 2445 14HO5951
Commodity Code Estimated Payment Total by Fiscal�Year
CONTRACT TRANSMITTAL FY Amount I/D FY Amount I/D
Project Name
COLTON AVENUE @
WABASH AVENUE
CONTRACTOR CITYOFREDLANDS & Redlands Unified School District
Birth Date Federal ID No. or Social Security No.
Contractor's Representative _RONALD C. MUTTER, Public Works Engineer
Address P. O. Box 3005, Redlands, CA 92373 - Phone (909) 798-8+66
Nature of Contract: (Briefly describe the general terms of the contract)
COOPERATIVE AGREEMENT WITH THE CITY OF REPLAND AND THE REDLANDS UNIFIED
SCHOOL DISTRICT FOR IMPROVEMENTS AT THE INTERSECTION OF COLTON AVENUE AND
WABASH AVENUE
The City of Redlands, the Redlands Unified School District, and the County have determined that
improvements are needed at the intersection of Colton Avenue and Wabash Avenue to mitigate
increased traffic, which was caused by the opening of Redlands East Valley High School. The City will
act as the lead agency for the design, administration and construction of the project. The County will
review and approve the portion of the project that is within County jurisdiction.
The agreement specifies that the County's share of costs will be $90,000, which is payable within 30 days
of the final adoption of this agreement by all parties. The Redlands Unified School District will be
responsible for $300,000 and the City of Redlands will be responsible for the remainder of the project.
Funds for this project has been budgeted in the approved 1997-98 FY Road Fund Budget (SAA-TRA-
TRA).
(Attach this transmittal to all contracts not prepared on the "Standard Contract"form.)
Approvedt Legal F? Reviewed as t ni�T--�;� Affifative AO Iqq Reviewed for Processing
County Counsel
Agency Administrator/CAO
Date Date gp Date
THIS CONTRACT is entered into in the State of California by and between the City of
Redlands, P. O. Box 3005, Redlands CA 92373 (hereinafter referred to as the "CITY"), the
County of San Bernardino, 825 E. Third Street, San Bernardino CA 92415-0835 (hereinafter
referred to as the "COUNTY"), and the Redlands Unified School District, 20 W. Lugonia
Avenue, Redlands CA 92374 (hereinafter referred to as the "DISTRICT".) The CITY,
COUNTY and DISTRICT are sometimes, hereinafter collectively referred to as the "PARTIES".
WHEREAS the DISTRICT will be operating the Redlands East Valley High School
("School") in the area generally bounded by Opal Avenue on the west, Colton Avenue on the
north, King Street on the east and the Zanja Drainage Channel on the south, said area being
Parcel Map No. 14838; and 4.1�
WHEREAS, the COUNTY has previously required the DISTRICT to mitigate their
traffic impacts by installation of public road improvements, monetary participation and
construction in lieu of road improvements pursuant to Contract Number 96-909 between the
COUNTY and DISTRICT, dated September 24, 1996; and
WHEREAS, the PARTIES mutually recognize as a part of the overall traffic mitigation
I
for the high school development, there is a need for improvements at the intersection of Colton
Avenue and Wabash Avenue, and desire to cooperate in the design, construction and funding
of such improvements, which shall hereinafter be referred to as the PROJECT; and
WHEREAS, it has been proposed that the CITY shall serve as "Lead Agency" in the
design, administration and construction for the PROJECT; and
4:n
WHEREAS, local funding for the PROJECT is available and shall be provided from the
PARTIES, along with regional funding provided from Surface Transportation Program (STP)
funds through SANBAG.
NOW, THEREFORE, IT IS MUTUALLY AGREED AS FOLLOWS:
1.0 CITY SHALL:
1.1 Act as the lead agency in the design, acquisition of right-of-way, administration
and construction of the PROJECT.
1.2 Enter into and administer an engineering services agreement with a consultant
engineer to develop the design,
1.3 Administer the acquisition of any and all necessary right-of-way and easements
necessary to accomplish the PROJECT.
1.4 Bear responsibility for the cost of the PROJECT minus the allocation of specified
funds from the COUNTY, DISTRICT, as herein specified, and regional STP
allocations.
Page 1 of 4
2.0 COUNTY SHALL:
2.1 Review and approve any portions of the PROJECT at County expense that are
located within County jurisdiction, and issue any appropriate Transportation
Department Encroachment Permits to the CITY and\or its contractor for the
construction of the improvements.
2.2 Bear responsibility for project expenses in the sum of $90,000, unless a greater
or lesser amount is authorized by the parties to this agreement.
2.3 Pay the CITY $90,000 within 30 days of the final adoption of this agreement by
all parties.
2.4 Accept and maintain public improvements within County jurisdiction, constructed
as a part of the PROJECT by the CITY, upon completion and acceptance by the
COUNTY.
2.5 The COUNTY's funding is expressly contingent upon completion of adequate
final environmental review by the CITY, and such funding shall only be used for
the purpose contemplated herein.
3.0 DISTRICT SHALL:
3.1 Bear responsibility for project expenses in the sum of$300,000, unless a greater
or lesser amount is authorized by the parties to this agreement. Said sum
includes the DISTRICT's share of the cost of previously proposed interim
improvements at the intersection of Colton Avenue and Wabash Avenue, in the
amount of$150,000, and $150,000 for mitigation of the impacts of the operation
of the School on the CITY's expenses incurred with the PROJECT.
3.2 Pay the CITY $300,000 within 30 days of the final adoption of this agreement by
all parties.
3.3 The DISTRICT'S funding is expressly contingent upon completion of adequate
final environmental review by the CITY, and such funding shall only be used for
the purposes contemplated herein.
Page 2 of 4
4.0 IT IS FURTHER AGREED THAT
4.1 The CITY agrees to indemnify and hold harmless the COUNTY and the
DISTRICT and their authorized officers, employees, agents and volunteers from
any and all liabilities for injury to persons and damage to property arising out of
any negligent acts or omissions of the CITY, its officers, employees, agents, or
volunteers in connection with this contract, including the design and construction
of the PROJECT, except where such indemnification is prohibited by law. The
CITY further agrees to incorporate the provisions defined in Exhibit "A" to this
agreement in all contract specifications for the construction of the PROJECT.
4.2 The COUNTY agrees to indemnify and hold harmless the CITY and the
DISTRICT and their authorized officers, employees, agents and volunteers from
any and all liabilities for injury to persons and damage to property arising out of
any negligent acts or omissions of the COUNTY, its officers, employees, agents,
or volunteers in connection with this contract, except where such indemnification
is prohibited by law.
4.3 The DISTRICT agrees to indemnify, defend and hold harmless the CITY and the
COUNTY and their authorized officers, employees, agents and volunteers from
any and all liabilities for injury to persons and damage to property arising out of
any negligent acts or omissions of the DISTRICT, its officers, employees, agents
or volunteers in connection with this contract, except where such indemnification
is prohibited by law.
4.4 In the construction of said PROJECT, the PARTIES will cooperate and consult
with each other such that construction of the PROJECT could be accomplished
with a minimum of disruption and to the satisfaction of the CITY, the COUNTY
and the DISTRICT.
4.5 It is understood, acknowledged and agreed by all PARTIES that the DISTRICT'S
payment of$300,000 hereunder represents full and adequate consideration for all
impacts contemplated hereunder which are or may be the obligation of the
DISTRICT, including but not limited to, those provided in item 5 of Exhibit III
of Contract No. 96-909 dated September 24, 1996. Upon the payment of
$300,000, the DISTRICT will have no further obligations with respect to the
PROJECT.
4.6 It is understood, acknowledged, and agreed by all PARTIES that upon the
COUNTY's payment of $90,000, the COUNTY will have no further obligations
with respect to the design and construction of the PROJECT.
THIS AGREEMENT shall inure to the benefit of and be binding upon the successors and assigns
of the PARTIES.
Page 3 of 4
i
IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their
respective official thereunto duly authorized.
CITY OF REDLANDS:
Mayor �~ May 19 , 1998
Date
City Clerk /
COUNTY OF SAN BERNARDINO:
MAY 0 5 1998
C a an, oard&ofSu`p`etvisors Date
Clerk of the Board of Supervisors
COUNTY COUNSEL
APPR y—• �` `�
BY
d
REDLAN 6S UNIFIED SCHOOL DISTRICT:
A;Z�_ MAY 2 61998
President, Board of Education Date
Clerk, Board of Educatio
' OPY OF THIS
t;; , THE CHAIR-
.:.' '•'rte
1•
Page 4 of 4
EXHIBIT "A"
Insurance - Without in anyway affecting the indemnity herein provided and in
addition thereto, all work performed under this contract must be covered by
following types of insurance with limits as shown. Each party to this contract
shall be responsible for obtaining and maintaining such coverage for its own
activities and for assuring such coverage and endorsements are carried by any
subcontractors of that party performing work under this contract:
Workers' Compensation - A program of Workers' Compensation insurance or a
state-approved Self-Insurance Program in an amount and form to meet all
applicable requirements of the Labor Code of the State of California, including
Employer's Liability with $250,000 limits, covering all persons providing services
on behalf of the Contractor and all risks to such persons under this Agreement.
Comprehensive General and Automobile Liability Insurance - This coverage
to include contractual coverage and automobile liability coverage for owned,
hired and non-owned vehicles. The policy shall have combined single limits for
bodily injury and property damage of not less than one million dollars
($1,000,000).
Additional Named Insured - All policies, except for the Workers' Compensation,
Errors and Omissions and Professional Liability policies, shall contain additional
endorsements naming the County and its officers, employees, agents and
volunteers as additional named insureds with respect to liabilities arising out of
the performance of services hereunder.
Waiver of Subroqation Rights - Contractor shall require the carriers of the above
required coverages to waive all rights of subrogation against the County, its
officers, employees, agents, volunteers, contractors and subcontractors.
Policies Primary and Non-Contributory - All policies required above are to be
primary and non-contributory with any insurance or self-insurance programs
carried or administered by the County.
Proof of Coverage - Contractor shall immediately furnish certificates of insurance
to the County Department administering the contract evidencing the insurance
coverage, including endorsements, above required prior to the commencement
of the performance of services hereunder, which certificates shall provide that
such insurance shall not be terminated or expire without thirty (30) days written
notice to the Department, and Contractor shall maintain such insurance from the
time Contractor commences performance of services hereunder until the
completion of such services. Within sixty (60) days of the commencement of the
Agreement, the Contractor shall furnish certified copies of the policies and all
endorsements.
Insurance Review - The above insurance requirements are subject to periodic
review by the County. The County's Risk Manager is authorized, but not
required, to reduce or waive any of the above insurance requirements whenever
the Risk Manager determines that any of the above insurance is not available, is
unreasonably priced, or is not needed to protect the interest of the County. In
addition, if the Risk Manager determines that heretofore unreasonably priced or
unavailable types of insurance coverage or coverage limits become reasonably
priced or available, the Risk Manager is authorized, but not required, to change
the above insurance requirements to require additional types of insurance
coverage or higher coverage limits, provided that any such change is reasonable
in light of the past claims against the County, inflation, or any other item
reasonably related to the County's risk.
Any such reduction or waiver for the entire term of the Agreement and any
change requiring additional types of insurance coverage or higher coverage
limits must be made by amendment to this Agreement. Contractor agrees to
execute any such amendment within thirty (30) days of receipt.