HomeMy WebLinkAboutContracts & Agreements_38-2011_CCv0001.pdf FOR COUNTY USE ONLY
U
X New Vendor Code Dept. Contract Number
fl,
CITYOFR766 ECD
Cancel
Change SC
County Department Dept. Orgn. Contractor's License No.
Community Development and Housing ECD ECD
County Department Contract Representative Telephone Total Contract Amount
County of San Bernardino Patricia M. Cole, EDA Assistant Administrator (909)387-0903 $150,000
Rebecca Wynn,CDH Analyst (909)388-0965
FAS
Contract T
CONTRACT TRANSMITTAL 71 Revenue ® Encumbered E Unencumbered Other.
If not encumbered or revenue contract type,provide reason:
Commodity Code Contract Start Date Contract End Date Original Amount Amendment Amount
Or t 9,5 S-G r)f I C, January 31,2011 January 30,2015 $150,000
L-�tz�V t--1.0 p 0`t e n-r Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJ/JOB No. Amount
1,_-,
SAR ECO ECD 200 2005 00003523 $150,000
I)-:i {{6 t t^ � S(2`� Project Name Estimated Payment Total by Fiscal Year
ck`'i``I r.,C: Fcv_ OCA Neighborhood Initiative Funds for Ci FY Amount I/D FY Amount I/D
-i-o retor no 2010-11 $150,000
i� Redlands Community Center
C_E
Cly E�C�C_f LtoT}�Ct
CONTRACTOR City of Redlands
Federal ID No. or Social Security No. 95-6000766
Contractor's Representative Oscar Orci, Development Services Director, City of Redlands
Address P.O. Box 3005, Redlands, CA 92373 Phone (909) 798-7555
Nature of Contract:
This contract is between the County of San Bernardino and the City of Redlands. The contract provides $150,000
of 2010-11 Neighborhood Initiative program funds authorized by the Board of Supervisors on October 19, 2010
(Item No. 17) to initiate a new project consisting of the rehabilitation of the City of Redlands Community Center
located at 111 W. Lugonia Ave., in Redlands. The estimated costs of these improvements is $150,000 and when
complete will allow the City of Redlands Community Center to continue and expand programs and events that
promote and improve health, safety, well-being, and quality of life of county residents. The City of Redlands will
provide construction management services for this project and be responsible for maintenance and operation of
the facility at their sole expense. This contract shall be effective as of the date of the last of the parties hereto
execute this contract and shall continue through January 30, 2015.
The attached contract consists of 8 pages and 1 exhibit.
(Attach this transmittal to all contracts not prepared on the Standard Contract"form.)
Approved as to Legal Form(sign in blue ink) Reviewed as to Contract Compliance ro B s ignature
r' r' �_�
County Counsel Deparift /
Date Date Date
Audkor/Cont- ller-Recorder Use Only
ram0,Ili
SAN BERNARDINO COUNTY
DEPARTMENT OF COMMUNITY DEVELOPMENT AND HOUSING
CONTRACT WITH THE CITY OF REDLANDS
This Contract is made and entered into, by and between the County of San Bernardino,
hereinafter referred to as "COUNTY", and the City of Redlands, hereinafter referred to as "CITY".
WHEREAS, COUNTY and CITY recognize the benefit in providing programs that promote and
improve the health, safety, well-being, and quality of life of county residents; and,
WHEREAS, COUNTY Board of Supervisors on October 19, 2010, authorized the use of $150,000
in Neighborhood Initiative Program funds for financial support of the capital campaign for rehabilitation of
the City of Redlands Community Center located at 111 W. Lugonia Avenue in Redlands; and,
WHEREAS, CITY currently owns, maintains and operates the Community Center facility at the
sole expense of CITY; and,
WHEREAS, COUNTY and CITY desire to have CITY manage and direct the construction of the
improvements; and,
WHEREAS, COUNTY Department of Community Development and Housing, hereinafter referred
to as "CDH" is authorized to act on behalf of COUNTY in administering this Contract.
NOW THEREFORE, in consideration of the mutual covenants herein set forth and the mutual
benefits to be derived therefrom, the parties agree as follows:
1 PURPOSE OF CONTRACT
This Contract is made for the purpose of providing financial assistance and identifying the parties
responsible for construction of improvements to the City of Redlands Community Center located
at 111 W. Lugonia Avenue in Redlands.
2. SCOPE OF PROJECT
CITY shall design and construct the expansion of the Community Center facility, hereinafter
referred to as "IMPROVEMENTS". The IMPROVEMENTS will increase program service capacity
by 7,000 citizens annually through the construction to include, modernization of the kitchen to
include but not limited to, replacing counter tops, shelves, floors, closets and improve lighting,
replacement of existing hardwood dance floors in multi-purpose room and expansion of closet
and classroom space by remodeling the existing locker rooms to create a storage room and an
additional classroom. CITY shall operate the renovated facility for the purpose of providing
programs that promote and improve the health, safety, well-being and quality of life of county
residents.
3. TIME OF PERFORMANCE
This contract shall be effective as of the date of the last of the parties hereto execute this contract
and shall continue through January 30,2015.
4. FUNDING
COUNTY shall utilize Neighborhood Initiative Program funds in an amount not to exceed
$150,000 for the purpose of constructing IMPROVEMENTS to FACILITY. Any costs to construct
IMPROVEMENTS to FACILITY in excess of the amounts available in this section shall be the
sole responsibility of CITY. This condition however, does not preclude COUNTY from providing
Page I of 8
additional funding at its sole discretion. Payment by COUNTY will be made on a cost
reimbursement basis to the entity providing construction management services as indicated in
Section 5, CONSTRUCTION MANAGEMENT. Request for Reimbursement shall be made to
CDH and accompanied by pertinent "audit ready" supportive evidence of each expenditure and
proof of payment to justify the reimbursement. If applicable, CONTRACTOR shall accept all
payments from COUNTY via electronic funds transfer (EFT) directly deposited into the CITY's
designated checking or other bank account. CITY shall promptly comply with directions and
accurately complete forms. CITY shall provide annual notification to the COUNTY of the status of
the project and expenditures to date and to notify COUNTY when project is complete. In the
event the CITY does not use COUNTY'S contribution to project costs for the intended purpose or
there are funds remaining within four (4) years of execution of this agreement, CITY will
reimburse the COUNTY for the unexpended project costs paid by COUNTY to the CITY unless
otherwise agreed by the parties. The final determination as to whether an expense is
reimbursable under this CONTRACT rests with the COUNTY.
5. CONSTRUCTION MANAGEMENT
COUNTY and CITY agree CITY shall provide construction management services necessary for
the timely and successful completion of IMPROVEMENTS. Construction management services
shall be included as part of IMPROVEMENTS.
6. MAINTENANCE AND OPERATION
CITY shall have sole responsibility for the maintenance and operation of IMPROVEMENTS when
completed at the sole expense of CITY. IMPROVEMENTS shall be maintained and operated at
all times for the purpose of providing programs that promote and improve the health, safety, well-
being, and quality of life of COUNTY residents as identified in Section 2, SCOPE OF PROJECT,
and in accordance with state and local laws, regulations and safety standards.
7. USE OF FUNDS FOR ENTERTAINMENT, GIFTS, OR FUND RAISING ACTIVITIES
CITY certifies and agrees that funds provided through this contract will not be used to pay for
entertainment, gifts, or fund raising activities.
8. ON-SITE INSPECTION
COUNTY, its officers, agents, employees, and persons under contract with COUNTY, will have
the privilege and right to on-site inspection of COUNTY funded facilities and operations for the
duration of this contract. CITY will ensure that their employees or agents furnish any information,
that in the judgment of COUNTY, may be relevant to a question of compliance with contractual, or
the effectiveness, legality and achievements of the program.
9. ACCOUNTING
CITY must establish and maintain on a current basis an adequate accounting system in
accordance with Generally Accepted Accounting Principles.
10. ASSIGNMENT
This Contract is not assignable by CITY without the express written consent of COUNTY. Any
attempt by CITY to assign any performance of the terms of this Contract shall be null and void
and shall constitute a material breach of this Contract.
paloe 2 of 8
11. REVERSION OF ASSETS
Upon contract termination, CITY shall transfer to COUNTY all COUNTY Neighborhood Initiative
Program funds on hand at the time of expiration and any accounts receivable attributable to the
use of COUNTY Neighborhood Initiative Program funds.
All real property acquired or improved in whole or in part with COUNTY Neighborhood Initiative
Program funds under this contract must continue in the use that provides the service benefits and
for which it was funded, or it must be disposed of in a manner resulting in a reimbursement to
COUNTY in the amount of the current fair market value of the property less any portion thereof
attributable to expenditures of non-COUNTY Neighborhood Initiative Program funds for the
acquisition or improvement of the property.
12. VIOLATION OF CONTRACT
In the event that CITY violates any of the terms and conditions of this contract, COUNTY shall
give written notice of violation and demand for correction. If, within 30 days from receipt of written
notice, CITY has not corrected the violation or shown acceptable cause, COUNTY has the right to
terminate this contract.
13. [RESERVED]
14. INDEPENDENT CONTRACTOR
All parties hereto in the performance of this Contract will be acting in independent capacities and
not as agents, employees, partners, joint venturers, or associates of one another. The
employees or agents of one party shall not be deemed or construed to be the agents or
employees of the other party for any purpose whatsoever.
15. DISCRIMINATION
No person shall, on the grounds of race, sex, creed, color, religion, or national origin, be excluded
from participating in, be refused the benefits of, or otherwise be subjected to discrimination in any
activities, programs, or employment supported by this Contract.
16. CONFLICT OF INTEREST
CITY, its agents and employees, shall comply with all applicable state and COUNTY laws and
regulations governing conflict of interest. To this end, CITY will make available to its agents and
employees copies of all applicable state and COUNTY laws and regulations governing conflict of
interest. Except for salaries and related administrative or personnel costs, no employees, agents,
consultants, officers or elected or appointed officials of subrecipients, which receive COUNTY
funds, who exercise or have exercised any COUNTY functions or who are in a position to
participate in a decision making process or gain inside information, may obtain a personal or
financial interest or benefit from a COUNTY assisted activity or any COUNTY funded contract,
subcontract or agreement, during their tenure or for one year thereafter.
CITY shall furnish to COUNTY, prior to execution of this Contract, a written list of all current or
proposed subgrantees/subcontractors, vendors or personal service providers, including
subsidiaries of CITY. This list should be limited to those subgrantees/subcontractors, vendors or
personal service providers, including subsidiaries of CITY, which will receive $10,000 or more
during the term of this Contract. Such a list shall include the names, addresses, telephone
numbers, and identification of principal party(ies), and a description of services to be provided.
During the term of this Contract, CITY shall notify COUNTY in writing of any change in the list of
subgrantees/subcontractors, vendors, personal service providers or subsidiaries of CITY within
15 days of change.
Page 3 ol'S
17. FORMER COUNTY OFFICIALS
CITY agrees to provide or has already provided information on former COUNTY Administrative
Officials (as defined below) who are employed by or represent CITY on this project. The
information required includes a list of former COUNTY Administrative Officials, who terminated
County employment within the last five years and are now officers, principals, partners,
associates, or members of the business. The information also includes the employment with or
representation of CITY. For purposes of this provision, "County Administrative Official" is defined
as a member of the Board of Supervisors or such Officer's staff, COUNTY Administrative Officer
or member of such Officer's staff, County Department or Group Head, Assistant Department or
Group Head, or any employee in the Exempt Group, Management Unit or Safety Management
Unit.
18. INDEMNIFICATION
CITY agrees to indemnify, defend (with counsel reasonably approved by COUNTY) and hold
harmless COUNTY and its authorized officers, employees, agents and volunteers from any and
all claims, actions, losses, damages, and/or liability arising out of this Contract from and cause
whatsoever, including the acts, errors or omissions of any person and for any costs or expenses
incurred by COUNTY on account of any claim therefore, except where such indemnification is
prohibited by law. This indemnification provision shall apply regardless of the existence or
degree of fault of indemnities.
CITY shall indemnify, defend and hold harmless COUNTY and its respective authorized officers,
employees, agents and volunteers from any liability, claims, losses, demands, and actions
incurred by COUNTY as a result of the determination by HUD or its successor that activities
under taken by each of CITY under the program(s) fail to comply with any laws, regulations or
policies applicable thereto or that any funds billed by and disbursed to CITY under this Contract
were improperly expended.
19. INSURANCE REQUIREMENTS
Without in any way affecting the indemnity herein provided and in addition thereto, CITY shall
secure and maintain throughout the Contract the following types of insurance with limits as
shown:
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 Employers' Liability
with $250,000 limits covering all persons, including volunteers providing services on
behalf of CITY, and all risks to such persons under this Contract.
If CITY has no employees, it may certify or warrant to COUNTY that it does not currently
have any employees or individuals who are defined as "employees" under the Labor
Code, and may request a waiver by the County Risk Management Division for the
requirement for Workers' Compensation insurance. Waiver approval is at the sole
discretion of the County Risk Manager on a case-by-case basis.
With respect to contractors that are non-profit corporations organized under California or
Federal law, volunteers for such entities are required to be covered by Workers'
Compensation insurance.
Commercial/General Liability Insurance - CITY shall carry General Liability Insurance
covering all operations performed by or on behalf of CITY providing coverage for bodily
injury and property damage with a combined single limit of not less than $1,000,000, per
Page 4 ot"S
Z
occurrence. The policy coverage shall include: premises operations and mobile
equipment; products and completed operations; broad form property damage (including
completed operations); explosion, collapse and underground hazards; personal injury;
contractual liability; $2,000,000 general aggregate limit.
Automobile Liability Insurance — Primary insurance coverage shall be written on ISO
Business Auto coverage form for all owned, hired and non-owned automobiles or symbol
1 (any auto). The policy shall have a combined single limit of not less than $1,000,000 for
bodily injury and property damage, per occurrence.
If the Contractor is transporting one or more non-employee passengers in performance of
contract services, the automobile liability policy shall have a combined single limit of
$2,000,000 for bodily injury and property damage per occurrence.
If CITY owns no autos, a non-owned auto endorsement to the General Liability policy
described above is acceptable.
Umbrella Liability Insurance—An umbrella (over primary) or excess policy may be used to
comply with limits or other primary coverage requirement. When used, the umbrella policy
shall apply to bodily injury/property damage, personal injury/advertising injury and shall
include a "dropdown" provision providing primary coverage for any liability not covered by
the primary policy. The coverage shall also apply to automobile liability.
Additional Insured - All policies, except for Workers' Compensation, Errors and Omissions
and Professional Liability policies, shall contain additional endorsements naming
COUNTY and its officers, employees, agents, and volunteers as additional insurers with
respect to liabilities arising out of the performance of services hereunder. The additional
insured endorsements shall not limit the scope of coverage for the County to vicarious
liability but shall allow coverage for the County to the full extent provided by the policy.
Such additional insured coverage shall be at least as broad as Additional Insured (Form
B) endorsement form ISO, CG 2010.11 85 (form provided by the County's Risk
Management, if requested).
Waiver of Subrogation Rights - CITY shall require the carriers of the above required
coverages to waive all rights of subrogation against COUNTY, its officers, employees,
agents, volunteers, contractors and subcontractors. All general or auto liability insurance
coverage provided shall not prohibit CITY and CITY's employees or agents from waiving
the right of subrogation prior to a loss or claim. CITY hereby waives all rights of
subrogation against the COUNTY.
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
COUNTY.
'Severabilily of Interests — CITY agrees to ensure that coverage provided to meet these
requirements is applicable separately to each insured and there will be no cross liability
exclusions that preclude coverage for suits between CITY and the COUNTY or between
the COUNTY and any other insured or additional insured under the policy.
Accu tamability of Insurance Carrie — Unless otherwise approved by Risk Management,
insurance shall be written by insurers authorized to do business in the State of California
and with a minimum "Best" Insurance Guide rating of "A- Ill".
Deductibles and Self-Insured Retention — Any and all deductibles or self-insured
retentions in excess of $10,000 shall be declared to and approved by Risk Management.
Page 5 of 8
C�
Failure to Procure Coverqe Covera In the event that any Policy Of insurance required under this
=-�Ot comply with the requirements, is not procured, or is canceled and not
contract does n cancel the contract or
replaced, COUNTY has the right but not the obligation or duty to
and any premiums paid by COUNTY will be
obtain insurance if it deems necessary nts to CITY will be reduced to pay for
promptly reimbursed by CITY or COUNTY payme
COUNTY-purchased insurance.
PROOF OF COVERAGE
20. CITY shall immediately furnish certificates of insurance to CDH evidencing the insurance
coverage, including endorsements, above required prior to the commencement of performance of
hereunder, which certificates shall provide that such insurance shall not be terminated or
services h written notice to CDH, and CITY shall maintain such insurance from the
expire without 30 days reunder unl te ion such services.
time CITY commences performance of services heCI shall fu
ish etcertifieofd copies of the
Within 15 days of the commencement of this contract,
TY scopies of the
provide complete cer '-f
declaration page for all applicable policies and will request
CITY shall complete atindfied submit Contract
policies and endorsements immediately upon r
Exhibit I of 1, INSURANCE INVENTORY, along with the above-required insurance documents.
21. INSURANCE_ . _-----REVIEW
requirements are subject to periodic review by COUNTY. The County's
The above insurance authorized, but not required, to rdeterminesethat
ce, susend any of theRisk Manager or designee is authoabove insurance requirements whenever the Risk Manager any of the above
insurance is not available, is unreasonably priced, or is not needed to protect the interests of
COUNTY. determines that heretofore unreasonably priced or unavailable
In addition, if the Risk Manager overage limits become reasonably priced or available, the Risk
types of insurance coverage or c
ee is authorized, but not required, to change he tabove insurance
Manager or design coverage or higher coverage limits,
requirements, to require additional types of insurance
waat of past claims against COUNTY, inflation, or
aronyther item reasonably related to the COUNTY'S risk.
Any such reduction or waiver for the entire term of the contract and any change requiring
additional types of insurance coverage or higher coverage limits must be made by amendment to
this contract. CITY agrees to execute any such amendment within 30 days of receipt.
he County to monitor or enforce compliance with any
Any failure, actual or alleged, on the part of t t be deemed as a waiver of any rights on
of the insurance and indemnification requirements will no
the part of the COUNTY.
22. VARIATIONS
This writing with attachments, embodies the whole of this Contract of the parties hereto. There
are no oral agreements contained herein. Except as herein
�rrovided, additionsothe terms of thinct shall not be valid unestorm of a written amendment to
this Contract formally approved and executed by both parties.
23. INVALID CONDITIONS
covenants or conditions of this
e of the terms. provisions, sections, promises,
If any one or more ,judged invalid, unenforceable, void or voidable for any reason
contract shall to any extent be
ipetent jurisdiction, each and all of the remaining terms provisions
whatsoever, by a court of compete
and conditions of the contract shall not be affected thereby, and
sections, promises, covenants
N
to the fullest extent permitted by law.
shall be valid and enforceable
Page 6 ofS
24. NOTICES
All notices shall be served in writing. The notices shall be sent to the following addresses:
County of San Bernardino City of Redlands
Department of Community P.O. Box 3005
Development and Housing Redlands, CA 92373
290 North D Street, Sixth Floor
San Bernardino, CA 92415-0040
Attn: Community Development
25. COUNTERPART EXECUTION
This Contract may be executed in counterparts. When executed, each counterpart shall be deemed an
original irrespective of date of execution. Said counterparts shall together constitute one and the same
Contract.
111
(continued on next page)
111
11/
111
111
111
1/1
111
111
1H
Page 7 49
IN WITNESS WHEREOF, the parties have caused this Contract to be executed as of the day and
year written above.
COUNTY OF SAN BERNARDINO CITY OF REDLANDS
By: B". ENRIQ&oK4XRT(NEZ,
MARY LHASSO, EDA Administrator nager
Econo is Dev bop ent Agency
Dated: �'r // Dated: ey1511 t
SIGNED AND CERTIFIED THAT A COPY OF By:
THIS DOCUMENT HAS BEEN DELIVERED TO CfStAR ORCI
THE CHAIRMAN OF THE BOARD Development Services Director
LAURA H. WELCH Dated:
Clerk of the Board of Supervisors
of the County of San Bernardino
By: COUNTY OF SAN BERNARDINO
Deputy PURCHASING DEPARTMENT
By:
Dated: LAURIE ROZKO, Director
Dated:
APPROVED AS TO LEGAL FORM
JEAN-RENE BASLE
San Bernardino County Counsel
By:
STEVEN SINGLEY
Deputy County Counsel for CDH
Dated:
Page 8 cif 8
EXHIBIT I of I
COUNTY OF SAN BERNARDINO DEPARTMENT OF COMMUNITY DEVELOPMENT AND HOUSING
Project/Activity Title: Case Number:
Redlands: Neighborhood Initiative Program Funds—City of
Redlands Community Center
Name/Address of Contractor Agency: Date of Issue:
City of Redlands
P. O. Box 3005 X Original: Beginning 1/31/1 I
Redlands,CA 92373 Amendment No.
INSURANCE INVENTORY
WORKERS' COMPENSATION/EMPLOYERS' LIABILITY INSURANCE
Name of Insurance Company:
Effective Dates:
Employer's Liability Limit$
Certificate of Insurance Attached Yes No: On File w/CDH
COMPREHENSIVE GENERAL AND AUTOMOBILE LIABILITY INSURANCE
Name of Contractor's General Insurance Company:
Limits of Liability Effective Dates:
Per Occurrence $ Additional Insured Endorsement Attached Yes No: On File w/CDH
Annual Aggregate $ Certificate of Insurance Attached Yes No: On File w/CDH
Name of Contractor's Automobile Liability Insurance Company:
Limits of Liability Effective Dates:
Per Person $ Per Accident $ Damage Liability $ Combined Single Limit
ERRORS AND OMISSIONS LIABILITY INSURANCE
Name of Contractor's Insurance Company:
Limits of Liability Effective Dates:
Per Occurrence $ Additional Insured Endorsement Attached Yes No: On File w/CDH
Annual Aggregate $ Certificate of Insurance Attached Yes No: On File w/CDH
PROFESSIONAL LIABILITY INSURANCE
Name of Contractor's Insurance Company:
Limits-of Liability Effective Dates:
Per Occurrence $_ Additional Insured Endorsement Attached Yes No: On File w/CDH
Annual Aggregate S Certificate of Insurance Attached Yes No: On File w/CDH
Aggregate
Page I off