Loading...
HomeMy WebLinkAboutContracts & Agreements_34-1999_CCv0001.pdf COLTON AVENUE WIDENING PROJECT COOPERATIVE AGREEMENT Contract Number 99-036 THISAGREEMENT, made and entered into this—3rd Day of March 1999, by and between the SANBERNARDINO COUNTY TRANSPORTATIONAUTHORITY, hereinafter referred to as "SANBAG,"and the CITY OF REDLANDS hereinafter referred to as "CITY. WITNESSETH WHEREAS,SANBAG and CITYconsider that the realignment of Colton Avenue at Wabash Avenue is a high priority project, hereinafter referred to as "PROJECT",- and WHEREAS,the realignment of Colton Avenue will benefit the new East Valley High School and serves as an important East/West arterial road throughout Redlands; and WHEREAS,on September 3, 1997 SANBAG Board approved the amount of, 562-,000 Local Surface Transportation Program Funding(STPL) to the CITY for purposes offending this project; and WHEREAS, SANBAG authorized a six(6)month extension in the time period within which the PROJECT must go into construction; and WHEREAS, the CITY has requested the substitution of Measure Ifunds for STPL for this PROJECT and WHEREAS, the precise alignment and design, hereinafter described as PROJECT, has been completed and includes construction of infrastructure improvements at the intersection of Colton Avenue and Wabash Avenue within CITY; and WHEREAS, CITY has available city forces to provide construction engineering and inspection of the PROJECT, as outlined under Scope of Work, Exhibit "A" attached hereto, to ensure the PROJECT will be constructed in compliance with the plans and specifications. NOW, THEREFORE, it is hereby agreed by and between SANBAG and CITY as follow A. CITY'Shall. 1. Act as the lead agency for the PROJECT 2. Ensure that the PROJECT is built according to the scope of work and cost estimated contained in Exhibit A and Exhibit B attached. 3. Be totally responsible for cost control. Any costs beyond SAATBAGs commitment of S562,000 shall be the sole responsibility of the CITY 4. Ensure that the PROJECT is under construction by June 20, 1999. Failure to award construction contract by June 1, 1999, will nullify this Agreement A99036GIMU Page-I- and SANBAG will bear no further responsibility or obligation to CITY with regard to this PROJECT S. Enter into, and administer the engineering services contract and obtain bids and award construction contract so as to provide for construction engineering, inspection and construction of the PROJECT 6 Maintain project cost records,progress reports and monthly bill SANBAG for consultant and construction costs. 7. Not sublet or transfer to others any work except as is otherwise provided in this Agreement. In the event that any such other persons are retained by CITY, CITY hereby warrants that such persons shall be fully qualified to perform services required hereunder. CITY further agrees that no other persons shall be retained except upon the prior written approval of SANBAG. Supplemental consultant contract(s) if necessary, shall contain all required provisions of the initial contract. 8. In the performance of this Agreement, shall act as an independent contractor. 9. Perform all services required under the Agreement in a careful, diligent and professional manner. 10. Maintain all books, documents, papers accounting records and other evidence pertaining to costs incurred for the services and shall make all such material available at any reasonable time during the term of work and for five (5)years firo in the date offinal payment to CITY by SANBAG for work performed by CITY on the services as authorized by SANBAG. SANBAG, or any of its duly authorized representatives, shall have access to any books, documents,papers and record of CITY, which are directly pertinent to this Agreement for the purpose of making any audit, examination, excerpts and transcriptions. Also, records supporting cost proposal shall be available for review by authorized representatives of SANBAG, and if such data is used to support a contract entered into with CITY, it shall be subject to afive (5) year retention period. n. Post signs on ends of PROJECT noting that PROJECT is funded with Measure Ifunds. Signs shall bear the logos of*San Bernardino Associated Governments and the City of Redlands, A99036GIVAI Page-2- B. SANBAG Shall: 1. Bear responsibility for the project costs, as specifically detailed on Exhibit "B"attached hereto, as limited by Section I of the terms Mutually Agreed to herein, to the sum of. 642,000. 2. Make payments to CITY, as follows: a. Payments to CITY shall be made by SANBAG in accordance with the invoices submitted by CITY as work is completed and such invoices shall be paid within thirty (30) days after said invoices are received by SANBAG. b. Changes in the scope, character or total cost of the PROTECT are the sole responsibility of CITY. IT IS MUTUALL YA GREED AS FOLLOWS: 1. SANBAG`s financial responsibility shall not exceed 5642,000.00_ 2. No party to this Agreement, or any officer, agent or any employee thereof shall be responsible for any damage or liability occurring by reason of anything done by the other party to the Agreement, under or in connection with any work, authority or jurisdiction delegated to the other party under this Agreement. It is also agreed that, pursuant to Government Code Section 895.4 each party shall fully defend, indemnify and hold the other party harmless from any claim or liability for injury (as defined by Government Code Section 810.8) occurring by reason of anything done or omitted to be done, by it under or in connection with any work, authority or jurisdiction delegated to it under this Agreement. 3. Any notices, demands, invoices and written communication by mail shall be deemed to have been received by the addressees forty-eight(48) hours after deposit thereof. in the United States mail,postage prepaid and properly addressed as set forth below: Notice to CITY shall be addressed to: RON MUTTER PUBLIC WORKS DIRECTOR CITY OF REDLANDS 35 CAJOAT STREET P. O. BOX 3005 REDLANDS, CA 9237,3-1505 <199036.GPVA1 Page-3- Notice to SANBA G shall be addressed to: GARY W. MOON DIRECTOR OF FREEWAY CONSTR UCTION SAN BERNARDINO ASSOCIATED GOVERNMENTS 472 NORTHARROWHEAD A VENUE SAN BERNARDINO, CA 92401 4. Any dispute arising from a question of fact in connection with the work to be performed hereunder, not disposed of by the Agreement shall be resolved by mutual agreement of the parties hereto. S. This Agreement will be considered terminated upon completion of said PROJECT 6. This Agreement shall inure to the benefit of and be binding upon the successors and assigns of the parties involved. A99036.GW,'vf Page-4- IN WITNESS THEREOF, the parties hereto have caused this Agreement to be executed by their respective officials, thereunto duly authorized. CITY OF REDLANDS f, f r �+— April 6 , 1999 William unningha , ayor, Date Approved as to Form: Attested By: Ci tonne. City Clerk SAN BERNARDINO ASSOCIATED GOVERNMENTS Kathy A. DaviPresi _ nt Date Approved as to Form: _ zf Rex Hinesley AG Counsel Norman R. King, Executive Director A 99036 G lVAJ Page-5- CITY OF REDLANDS PUBLIC WORKS DEPARTMENT COLTON AVENUE AND WABASH AVENUE INTERSECTION IMPROVEMENTS CONTRACT No. 20-9602-4230 CONSTRUCTION COST ESTIMATE FISCAL YEAR 1998/1999 REvisED 218199 ITEM ESTIMATED ESTIMATED No, DESCRIPTION UNIT QUANTITY UNIT COST AMOUNT SPUR REMOVAL 1 TRAFFIC CONTROL LS 1 2,000.00 2,000,00 2 CLEARING AND GRUBBING> LS i 25 000.00 25,000.00 3 CRUSHED AGGREGATE BASE TN 75 20.00 1,500.00 4 ASPHALTIC CONCRETE PAVING TN 35 40.00 1,400.00 RIGHT-OF-WAY LS 1 70,000.00 7€,,000.00 SUB-TOTAL ESTIMATED CONSTRUCTION COST $99,900,00 15% SPUR REMOVAL CONTINGENCY COST $4,485.00 TOTAL ESTIMATED CONSTRUCTION COST $104,385.00 CITY OF REDLANDS PUBLIC WORKS DEPARTMENT COLTON AVENUE AND WABASH AVENUE INTERSECTION IMPROVEMENTS CONTRACT NO. 20-9602-4230 CONSTRUCTION COST ESTIMATE FISCAL YEAR 1999/2000 REvism 114199 ITEM ESTIMATED ESTIMATED No. DESCRIPTION UNIT QUANTITY UNIT COST AMOUNT 1 TRAFFIC CONTROL LS 1 20,000.00 20.000.00 2 CLEARING AND GRUBBING LS 1 100,000.00 100,000.00 3 SHEETING. SHORING, BRACING LS 1 5.000.00 5,000.00 4 SIGNAGE LS 1 10,000.00 10.000.00 5 GRADING LS i 16,000.00 16,000.00 6 CRUSHED AG3REGATE BASE TN 1,577 16.00 25232.00 7 ASPHALTIC CONCRETE PAVING 1w 1,166 40.00 46.720.00 8 CURB AND GUTTER LF 2,820 16.00 45.120.00 9 ASPHALTIC CONCRETE DIKE LF 640 10.00 8.400.00 10 SIDEWALK SF 14,000 2.S0 25,000.00 11 STREET LIGHTS EA 2 2,500.00 5,000.00 12 CATCH BASIN(W-14'] EA 2 5.500.00 11,000.00 13 CATCH BASIN(W-6) EA 4 3,000.00 12,000.00 14 654NCH RCP LF 121 110.00 13,310.00 15 604NCH RCP LF 33 100,00 3,300.00 16 48-INCH RCP LF 61 90.00 5,490.00 17 24-INCH RCP LF 367 80.00 29.360.00 18 494NCH RCP ENCASEMENT LF 150 150.00 22,500.00 19 HEADWALL LS 1 7,500.00 7,500.00 20 RIPRAP LS 1 4,000.00 4,000.00 21 WEIRBOX LS 1 20,000.00 20.000.00 22 364NCH CMLC LF 406 135.00 54,810.00 23 IRRIGATION UNE LF 677 10.00 6,770.00 24 COLLAR EA 2 100.00 200.00 25 UTILITY ADJUSTMENTS LS 1 7,50.00 7,500.00 26 PADDLE MARKERS EA 21 50.00 1.050.00 27 MISCELLANEOUS RELOCATIONS LS 1 6,000.00 6.000.00 28 STRIPING AND MARKING LS 1 15,000.00 15.000.00 29 SIGNAGE LS 1 4,000.00 4,000.00 30 WATER LINE LS 1 20,800.00 20.800.00 SUB-TOTAL ESTIMATED CONSTRUCTION COST $549.062.00 15% CONSTRUCTION CONTINGENCY COST $82.359.30 TOTAL ESTIMATED CONSTRUCTION COST $631,421.30 COLTON AVENUE AND WABASH AVENUE INTERSECTION IMPROVEMENTS SCOPE OF WORK The project consists of reconstruction and local widening of the intersection of Colton Avenue and Wabash Avenue. The approach lanes will be increased from one to three in each direction, with one through lane, one combination through and right turn lane and one left turn lane. The new curb to curb width of the streets in the area of the intersection will be 64 feet. The reconstruction will extend from 300 to 500 feet in each direction from the intersection and will include the construction of concrete curb and gutter and some sidewalk. The project will include some horizontal realignment and significant improvement in vertical alignment. The project includes removal of abandoned railroad tracks through the intersection and the removal of the railroad tracks on the spur south of the intersection crossing Wabash Avenue. A new storm drainage system at the intersection will be constructed. An existing irrigation line will be reconstructed on a new alignment. The project will also include acquisition of necessary right-of-way. Seventeen separate parcels of dedication must be acquired for the project. Installation of new delineation and striping will also be included. Prepared by: Peter A. Laaninen Date: 2/8/99 SANBAG CONTRACT NO: 99-036 by and between San Bernardino Associated Governments and City of Redlands for Realignment of Colton Avenue at Wabash Avenue FOR ACCOUNTING PURPOSES Payable OR - Vendor Contract No._ Receivable Task Number 9994700 Cost Code 5011 New Contract/Ainrxdmenf Amount: $562,000 for a total amount of$562,000 Funding Source(s) L Measure I Valley Major Projects Fund $562,000 Contract SANBAG Approval Date: March 3. 1999 Contract Effective Date March 3, 1.999 Contract Ending Date_ If this is a multi-year contract, please allocate contract costs among fiscal years: Fiscal Year 98199 Fiscal Year 99/00 Fisea] Year_ $100,000 $462,000 $ Is this consistent with the adopted budget?No. If no, is budget amendment attached? If 1099 required, Fed ID/SSN# CONTRACT MANAGEMENT Please mark an "X" next to all that apply: X Intergovernmental OR Private Local J Partly Local Non-Local DBEIWBE/DVBE % Task Manager: Gary Moon Contract Manager: Gary Moon A99036.GWM