Loading...
HomeMy WebLinkAboutContracts & Agreements_257-2006_CCv0001.pdf m M9 FOR COUNTY USE ONL Y X New AR Vendor Code Dent. 61 ange Ch u� �� Contract Number Cancel CIP A 0 L_ f /t2 2 County Department Architecture& EngineeringDept. Orgn. Contract;ricense No. s L CIP 4560 County of San Bernardino County Cl R pAlbant Contract Representative Telephone Total Contract Amount 909-387-5000 FAS $423,034 ED Revenue ® Encumbered Contract Type STANDARD CONTRACT If not encumbered or revenue contr❑a�Unencumbd ed ❑ other: CommodityCode �'��Provide reason: Contract Start Date Contract End Date Original Amount Amendment Amount � Fund Dept. Organization q � CJV CIP ppr• Ob'/Rev Source GRC/PROJ/JOB No. Amount 4560 430 4030` Project Name $423,034 Sewer Installation Estimated Payment Total by Fiscal Year FY Amount I/D FY Amount I/p Wabash Ave, to Oval Ave Mentone 07 $4 4 THIS CONTRACT is entered into in the State of California by and between the County of San Bernardino her the County, and Name hereinafter called City of Redlands Address hereinafter called CITY 35 Cajon Street Redlands, CA 92373 Telephone Federal ID No.or Social Security No. (909) 798-7698 95-6000766 IT IS HEREBY AGREED AS FOLLOWS: WITNESSETH WHEREAS, the COUNTY OF SAN BERNARDINO (hereinafter referred to as COUNTY) and the CITY OF REDLANDS (hereinafter referred to as CITY) desire to cooperate and jointly 1,5 of sewer main on Mentone Boulevard, from Wabash Avenue east to Opal Ave ule,p in Mentonee in a �(hereinafter lre err feet as PROJECT); and referred to WHEREAS, the PROJECT is wholly within the unincorporated area of the COUNTY, and within the sphere of influence of the CITY. The CITY provides sewer service to this unincorporated area of the COUNTY an mutual benefit to the COUNTY and CITY; and p , d will be of WHEREAS, the total PROJECT cost with 10%contingency is estimated to be$787,704. COUNTY's share of the estimated cost is$423,034 and CITY's share of the estimated cost is$364,670 as set forth in Exhibit A attached hereto and incorporated herein by reference; and WHEREAS, it is anticipated that the funding for the COUNTY's share of the PROJECT cost will be from COUNTY funds, held by the Architecture & Engineering Department, for the Mentone Senior Center/Library pr WHEREAS, COUNTY and CITY desire to set forth responsibilities and obligations of each a pertains to project; and such participation and to the design, construction, and funding of the proposed PROJECT. Auditor/Controller-Recorder Use Onl a bintract a Input gate -eyed By Page 1 of 4 NOW, THEREFORE, IT IS MUTUALLY AGREED as follows: 1.0 CITY AGREES TO: 1.1 CITY will pay$364,670 of the estimated PROJECT cost. 1.2 CITY will act as the Lead Agency in the design and construction of the PROJECT. 1.3 CITY will construct the PROJECT by contract in accordance with the plans and specifications of CITY. 1.4 Construction by CITY of improvements referred to herein which lie within the unincorporated area of COUNTY shall be coordinated and have the necessary 1.5 CITY will advertise, award, administer, and fund the construction of the PROJECTa in accordance with the California Public Contract Code. 1.6 CITY will provide adequate inspection of all items of work performed under the construction contract(s) with CITY's contractors or subcontractors for the PROJECT and maintain adequate records of inspection and materials testing for review by COUNTY. CITY shall provide copies of any records of inspection to COUNTY within ten (10)days of CITY's receipt of written demand from COUNTY for such records. 1.7 PROJECT costs shall include the cost of design, construction, control survey, soils testing, inspection, construction project contingency, and traffic control. 1.8 CITY will submit to COUNTY an itemized accounting of actual PROJECT costs incurred by CITY. 1.9 CITY will complete any applicable NEPA and CEQA requirements. 1.10 After CITY's and COUNTY's acceptance of the construction contract work, CITY shall operate and maintain those portions of the PROJECT within the unincorporated area of CITY, in accordance with CITY regulations, policies and procedures. 1.11 CITY shall reimburse COUNTY for applicable amounts from the CITY's collection of"frontage charges". COUNTY's eligibility for the frontage charge will be handled in accordance with the City of Redlands' Municipal Code Chapter 13.44. 2.0 COUNTY AGREES TO: 2.1 COUNTY will pay to the CITY, within 10 days of awarding the construction contract, $423,034. 3.0 IT IS MUTUALLY AGREED: 3.1 COUNTY agrees to indemnify and hold harmless the CITY, its officers, employees, agents, and volunteers from any and all liabilities for injury to persons and damage to property arising out of any act or omission of COUNTY, its officers, employees, agents or volunteers in connection with COUNTY's performance of its obligations under this Agreement. 3.2 CITY agrees to indemnify and hold harmless the COUNTY, its officers, employees, agents, and volunteers from any and all liabilities for injury to persons and damage to property arising out of any act or omission of CITY, its officers, employees, agents or volunteers in connection with CITY's performance of its obligations under this Agreement. 3.3 In the event that a claim or suit is brought against COUNTY and/or CITY, CITY will initially defend the involved parties, with COUNTY waiving potential conflict, until such time that the liability situation is defined. 3.4 In the event the COUNTY and/or the CITY is found to be comparatively at fault for any claim, action, loss or damage which results from their respective obligations under the Agreement, the COUNTY and/or CITY shall indemnify the other to the extent of its comparative fault. Furthermore, if the COUNTY or CITY attempts to seek recovery from the other for Workers' Compensation benefits paid to an employee, the COUNTY and CITY agree that any alleged negligence of the employee shall not be construed against the employer of that employee. 3.5 COUNTY and CITY are self-insured public entities for purposes of Professional Liability, General Liability, and Workers' Compensation. COUNTY and CITY warrant that through their programs of self- insurance, they have adequate Professional Liability, General Liability and Workers' Compensation to provide coverage for liabilities arising out of COUNTY and CITY's performance of this agreement. Auditor/Controller-Recorder Use Oni l�.l. �artrec t: tetsae l FAQ input t3 eyed Bir Page 2 of 4 3.6 The parties acknowledge that final PROJECT costs may ultimately exceed current estimates of PROJECT costs. Any additional PROJECT costs resulting from change orders shall be borne by one or both parties and shall be determined by the location and beneficiary of the work, as set forth in Exhibit B of this agreement. 3.7 If either CITY or COUNTY request additional work that is beyond the scope of the original PROJECT, said work will be paid solely by the agency requesting the work at the construction contract unit costs or negotiated costs. 3.8 This Agreement may be cancelled upon thirty(30) days written notice of eithera that neither party may cancel this Agreement after CITY lets a contract to construct he PROJECTProvided VeIn the event of cancellation as provided herein, all PROJECT costs required to be paid by the parties prior to the effective date of cancellation shall be paid by the parties in the proportion provided herein. 3.9 Except with respect to the parties' operation, maintenance and indemnification, and reimbursement obligations contained herein, this Agreement shall terminate upon completion of the PROJECT and payment of final billing by COUNTY for its share of the PROJECT. 3.10 This Agreement contains the entire agreement of the parties with respect to subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified in writing signed by both parties. 3.11 This Agreement shall be governed by the laws of the State of California. Any action or proceeding between CITY and COUNTY concerning the interpretation or enforcement of this Agreement, or which arises out of or is in any way connected with this Agreement or the PROJECT, shall be instituted and prosecuted in the appropriate state court in the County of San Bernardino, California. 3.12 Time is of the essence for each and every provision of this Agreement. 3.13 Since the parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for any or against any party. Any term referencing time, days or period for performance shall be deemed work days. The captions of the various articles and paragraphs are for convenience and ease or reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.14 No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both parties. 3.15 No waiver of any default shall constitute a waiver of any other default or brief, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a party shall give the other party any contractual rights by custom, estoppel, or otherwise. 3.16 If a court of competent jurisdiction declares any portion of this Agreement invalid, illegal, or otherwise unenforceable, the remaining provisions shall continue in full force and effect, unless the purpose of this agreement is frustrated. 3.17 This Agreement may be signed in counterparts, each of which shall constitute an original. THIS AGREEMENT shall inure to the benefit of and be binding upon the successors and assigns of both parties. Auditor/Controller-Recorder Use On/ 1ri�it f��.: eed Page 3 of 4 COUNTY OFSAN B NARDIN CITY OF REDLANDS (Print or type name of co ration,company,contractor,etc.) a BY 0- BILL BILL POS S r O upervisors (Authorized signature-sign in " k) u .c�J Dated: f Name Jon Harrison Loroyzer (Print or type name of person sig ing contract) SIGNED A " , OF THIS DOCUME H W. `C O T THE Title Jerk CHAIRMA OF H (Print or Type) oa 0 pervisors Dated: November 21, 2006 mardino. E BY ` Address 35 Cajon Street Redlands CA 92373 Approved al Form Review ontr nce Presented to BOS for Signature County Counsel Department Mead CARL R.ALBAN /� Date l t' �} Date `/f.i"w Daterij =� Auditor/Controller-Recorder Use Onl __,�; rttr� t bad FAQ' InputI K6ybd BY Page 4 of 4 EXHIBIT A MENTONS BOULEVARD SEWER PIPELINE INSTALLATION PROJECT MUNICIPAL UTILITIES, CITY OF REDLANDS ESTIMATED PROJECT COSTS CONSTRUCTION COSTS: Apparent Lowest Item Description Unit Qty Unit Cost Bid Total city County Notes I Location Mobilization LS 1 $20,000 $20,000 $7,255 $12,745 (a� 2 1Location Demobilization LS 1 $4,500 $4,500 $1,632 $2,868 (a) 3 18-inch PVC SDR 35(Mentone) LF 1532 $123 $188,436 $0 $188,436 4 lConnect to Existing MH EA 1 $3,100 $3,100 $0 $3,100 5 8-inch PVC SDR 35(Side St) LF 360 $130 $46,800 $46,800 $0 6 Construct Lateral EA 31 $3,500 $108,500 $105,000 $3,500 7 Construct MH EA 5 $5,500 $27,500 $0 $27,500 8 Trench Protection LS 1 $9,000 $9,000 $3,265 $5,735,(a) 9 Trench Pavement Replacement LF 1920 $28 $53,760 $10,229 $43,531 (b) 10 Traffic Control LS 1 $102,000 $102,000 $37,002 $64,998 (a) 11 16"Steel Casing LF 33 $350 $11,550, $0 $11,550 12 IPerform Survey Monument Restoration LS 11 $7,000 $7,000 $0 $7,000 Total $582,1461 $211,184 $370,962 Total ADMINISTRATIVE COSTS: $20,767 $7,152 $13,615 (c) Subtotal $602,913 $218,336 $384,577 CONTINGENCY: 10% Project Contingency $60,291 $21,834 $38,458 (d)(e) DESIGN COSTS: $124,5001 $124,5001 $017 ESTIMATED PROJECT TOTAL I $787,7041 $364,6701 $423,0341 Notes: (a)Allocation of costs for this item are based on the allocation of costs for bid items 3,4,5,6,7,9, 11,and 12. (b)Allocation of costs for this item are based on the allocation of costs for bid items 3 and 5. (c)Administrative costs include construction inspections,soil testing,and construction staking. (d)10%project contingency costs apply to construction costs and adminstrative costs. (e)Contingency costs are estimated only. Actual allocation of contingency costs will be based on applicability of the work. Remaining balance is subject for refund. (f)The project was designed by the City to extend the sewer 5,150 feet from Wabash to Crafton,including sewer laterals to property lines.The County will benefit from a portion of this design for the 1,550 feet of sewer main that they are required to construct to sewer their development. EXHIBIT B CONTRACT CHANGE ORDER REVIEWIAPPROVAL PROJECT: SEWER LINE INSTALLATION SAN BERNARDINO COUNTY CONTRACT# File: Proposed Contract Change Order No. has been reviewed in accordance with the existing agreements with the City of Redlands and County of San Bernardino for the above project and the following shall apply: DATE OF CITY OF REDLANDS ACTION: ❑APPROVED for Implementation with 100% Participation by CITY OF REDLANDS ❑APPROVED Subject to Comments/Revisions Accompanying This Document ❑APPROVED With Limited Funding Participation by CITY OF REDLANDS ❑ %of Actual Cost to be Funded by CITY OF REDLANDS ❑ CITY OF REDLANDS Participation Not to Exceed$ ❑ DISAPPROVED-Not Acceptable to CITY OF REDLANDS DATE OF COUNTY OF SAN BERNARDINO ACTION: / I ❑APPROVED for Implementation with 100%Participation by COUNTY OF SAN BERNARDINO ❑APPROVED Subject to Comments/Revisions Accompanying This Document ❑APPROVED With Limited Funding Participation by COUNTY OF SAN BERNARDINO ❑ %of Actual Cost to be Funded by COUNTY OF SAN BERNARDINO ❑ COUNTY OF SAN BERNARDINO Participation Not to Exceed$ ❑ DISAPPROVED-Not Acceptable to COUNTY OF SAN BERNARDINO Note: Approval under any of the above conditions shall in no case be construed as agreement to increase the total financial participation beyond that prescribed in the existing COUNTY OF SAN BERNARDINO and CITY OF SAN BERNARDINO agreements without separate amendment to said agreements. Net increases in costs deriving from this and previously approved Contract Change Orders shall not cause the total construction costs to exceed the sum of the authorized contract total and contingency amounts. Comments,as follows and/or attached,are conditions of the above action? ❑YES ❑ NO CITY OF REDLANDS SIGNATURE: COUNTY OF SAN BERNARDINO SIGNATURE: CITY OF SAN BERNARDINO TITLE: COUNTY OF SAN BERNARDINO TITLE: Distribution: Signed Original Returned to CITY of REDLANDS(FAX#909-798-7670)and County of San Bernardino ME Dept.(FAX#909-387- 5050) Signed Original for CITY OF REDLANDS and COUNTY OF SAN BERNARDINO Files Page 1 of 1