HomeMy WebLinkAboutContracts & Agreements_10-12_CCv0001.pdf FOR COUNTY USE ONLY
New Vendor Code Dept. Contract Number
nM M Ja Change
SC TRA
Cancel
County Department Dept. Orgn, Contractor's License No.
Public Works-Transportation TRA TRA
County Department Contract Representative Telephone Total Contract Amount
County of San Bernardino Erwin Fogerson, P.E. Chief (909)387-7940 $203,050
F A S Contract Type
IRevenue El Encumbered M Unencumbered D Other:
STANDARD CONTRACT If not encumbered or revenue contract type,provide reason: I
Commodity Code Contract Start Date Contract End Date Original Amount Amendment Amount
Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJ/JOB No Amount
SAA TRA TRA 9800 14HI4551 $203,050
1L
Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJ/JOB No. Amount
Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJ/JOB No. Amount
I I 1 1 $
Project Name Estimated Payment Total by Fiscal Year
Fifth Avenue @ FY Amount I/D FY Amount I/D
Walnut Street
Waterline Relocation
THIS CONTRACT is entered into in the State of California by and between the County of San Bernardino, hereinafter called
the County, and
Name
City of Redlands hereinafter called CITY
Address
35 Cajon Street
Redlands, CA 92373
Telephone Federal ID No.or Social Security No,
(909) 798 -7655
IT IS HEREBY AGREED AS FOLLOWS:
WHEREAS, the County of San Bernardino (hereinafter referred to as COUNTY) has a roadway
improvement project at Fifth Avenue and Walnut Street (hereinafter referred to as PROJECT), located within the
unincorporated area near the City of Redlands (hereinafter referred to as CITY); and
WHEREAS, the PROJECT consists of roadway widening and the addition of two left-turn lanes on Fifth
Avenue, roadway widening and construction of curb, gutter, and storm drain upgrades along Walnut Street, and
relocation of fencing and ten existing Canary Island Date Palm trees located within the PROJECT area; and
WHEREAS, as a necessity by virtue of the construction of the PROJECT, a portion of the existing
waterlines, water valves and appurtenances (collectively referred to as WATERLINES) inside COUNTY road right
of way will be relocated (hereinafter referred to as RELOCATION) as part of the PROJECT, as they are now in
conflict with the proposed design of the PROJECT; and
AuditorlController-Recorder Use Only
0 Contract Database ❑0 FAS
Input Date Keyed By
I Page 1 of 8
WHEREAS, the above described WATERLINES are owned and operated by the CITY; and
WHEREAS, in accordance with California Streets and Highways Code section 1463, the COUNTY has
informed the CITY of the required RELOCATION; and
WHEREAS, in accordance with California Streets and Highways Code section 1485, the COUNTY and its
contractor(s)/subcontractor(s) will perform the RELOCATION as part of the PROJECT; and
WHEREAS, CITY agrees to bear 100 percent of the costs of the RELOCATION (hereinafter referred to as
RELOCATION COSTS), which are presently estimated to be $203,050; and
WHEREAS, the RELOCATION COSTS shall include the costs for construction, construction engineering,
and construction surveying of the WATERLINES; and
WHEREAS, CITY forces shall perform construction inspection for the RELOCATION at CITY's own cost;
and
WHEREAS, CITY will initially pay COUNTY 100 percent of the amount of the RELOCATION COSTS, as
set forth in the COUNTY'S approved construction contract for the RELOCATION, within thirty (30) days of
awarding such contract; and
WHEREAS, COUNTY and CITY desire to set forth responsibilities and obligations of each as pertains to
their participation in the RELOCATION.
NOW, THEREFORE, IN CONSIDERATION OF THE MUTUAL PROMISES CONTAINED HEREIN, COUNTY
AND CITY AGREE as follows:
1.0 COUNTY AGREES TO:
1.1 Act as the Lead Agency in the construction of the RELOCATION.
1.2 Obtain a no-cost permit from the CITY for construction of the RELOCATION.
1.3 Advertise, award, and administer construction of the RELOCATION in accordance with the
provisions of the California Public Contract Code applicable to counties and all other
applicable state laws.
1.4 Require its Contractor to maintain automobile and general liability insurance, and to comply
throughout the term of any contract awarded by COUNTY with the insurance requirements
described in County Policy Numbers 11-07 and 11-07SP.
1.5 = Have zero (0) percent financial obligations for RELOCATION design and RELOCATION
COSTS.
1.6 Upon completion of the PROJECT, submit to CITY an itemized accounting of actual
RELOCATION COSTS incurred by COUNTY and a statement for CITY's funding obligation
for the RELOCATION COSTS, as provided herein. In the event RELOCATION COSTS are
less than the amount(s) advanced by CITY, COUNTY shall refund the difference between
the amount(s) advanced and the actual RELOCATION COSTS within thirty (30) days of
receipt of the itemized accounting. In the event RELOCATION COSTS are more than the
amount(s) advanced by CITY, COUNTY shall invoice the CITY and the CITY shall pay
within thirty (30) days of receipt of invoice the difference between actual RELOCATION
COSTS and amount(s) advanced.
1.7 Comply with any applicable requirements of the California Environmental Quality Act
(CEQA), California Public Resources Code section 21000 et seq., as well as completing
the required CEQA documentation.
1.8 Issue a no-cost permit for the RELOCATION.
Fifth Ave Waterline Relocation H14551
Page 2 of 8
1.9 Require its contractors and subcontractors performing work on the PROJECT to add CITY
as an additional insured to all liability insurance policies required of COUNTY's contractors,
with the issuance of certificates and endorsements providing that such insurance is primary
with respect to CITY and noncontributing to any insurance or self-insurance maintained by
CITY. Copies of the certificates and endorsements shall be delivered to CITY prior to
COUNTY's contractor(s) commencing work on the PROJECT.
1.10 COUNTY shall attempt to resolve any and all claims of laborers and materialmen
performing work or supplying goods for the PROJECT, including the RELOCATION. Costs
associated with the resolution and/or payment of claims of laborers and/or materialmen
performing work or supplying goods for the RELOCATION shall be considered
RELOCATION COSTS and shall be paid by CITY unless the claim falls under paragraph
3.1.
1.11 Require its contractor to maintain a labor and materials bond and a faithful performance
bond, each in a penal sum equal to one hundred percent of the contract price for the
PROJECT (including the RELOCATION). All bonds required for the PROJECT (including
the RELOCATION) shall include both the CITY and COUNTY as dual obligees. Such bond
shall be delivered to City prior to the commencement of any work on the Project.
2.0 CITY AGREES TO:
2.1 Pay the cost, and provide the design, for the RELOCATION work to the COUNTY.
2.2 Provide a no-cost permit to the COUNTY for the RELOCATION.
2.3 Provide plans and specifications for the RELOCATION for COUNTY's review and approval.
2.4 Pay 100 percent of the RELOCATION COSTS.
2.5 Participate with the COUNTY in scheduling construction of the RELOCATION.
2.6 Provide adequate inspection of all WATERLINES work performed under the RELOCATION
construction contract with COUNTY's contractors or subcontractors for the RELOCATION
and maintain adequate records of inspection and materials testing for review by COUNTY.
CITY shall provide copies of any records of inspection and materials testing to COUNTY
within ten (10) days of CITY's receipt of written demand from COUNTY for such records.
2.7 After CITY's and COUNTY's acceptance of the RELOCATION and PROJECT work, CITY
shall accept ownership of the relocated WATERLINES and appurtenances, including
lifetime maintenance of the WATERLINES.
3.0 IT IS MUTUALLY AGREED:
3.1 COUNTY agrees to indemnify, defend (with counsel approved by CITY) and hold harmless
the CITY, and its elected officials, officers, employees, agents and volunteers from any and
all claims, actions, losses, damages, and/or liability resulting from the COUNTY's negligent
acts or omissions, or willful misconduct, and which arise from the COUNTY's performance
of its obligations under this Agreement.
3.2 CITY agrees to indemnify, defend (with counsel approved by COUNTY) and hold harmless
the COUNTY and its elected officials, officers, employees, agents and volunteers from any
and all claims, actions, losses, damages and/or liability arising resulting from CITY's
negligent acts or omissions or willful misconduct, and which arise from the CITY's
performance of its obligations under this Agreement.
3.3 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 this
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.
Fifth Ave Waterline Relocation H14551
Page 3 of 8
3.4 In the event of litigation arising from this Agreement, each party to the Agreement shall bear
its own costs, including attorney fees. This paragraph shall not apply to the costs or attorney
fees relative to paragraphs 3.1, 3.2 and 3.3 indemnification.
3.5 COUNTY and CITY are authorized self-insured public entities for purposes of Automobile
Liability, General Liability, and Workers' Compensation and each warrants to the other that
through their programs of self-insurance, they have adequate coverage or resources to
protect against liabilities arising out of COUNTY and CITY's performance of the terms,
conditions or obligations of this Agreement.
3.6 The parties acknowledge that final RELOCATION COSTS may exceed the initial
RELOCATION COSTS set forth in the COUNTY's construction contract for the PROJECT.
CITY shall be solely responsible for any additional RELOCATION COSTS associated with
the RELOCATION resulting from change orders relating to the RELOCATION. In the event
COUNTY determines that the RELOCATION COSTS will exceed the RELOCATION
COSTS set forth in the COUNTY's construction contract for the PROJECT, COUNTY shall
inform CITY, in writing, of this finding and CITY shall provide COUNTY within thirty (30)
days of receipt of this notice an additional advancement of funds to pay for the estimated
increase in RELOCATION COSTS.
37 Additional work/costs arising from unforeseen site conditions, including utility relocation,
associated with the RELOCATION shall be paid solely by CITY. If the CITY requests
additional work that is beyond the scope of the original RELOCATION and COUNTY
approves the additional work, said work will be paid solely by the CITY at the construction
contract unit costs.
3.8 COUNTY shall notify CITY of the bids received and the amounts thereof.
3.9 If after opening bids for the PROJECT, it is found that a cost overrun of 25% or less of the
estimated RELOCATION COSTS will occur, COUNTY may award the contract.
3.10 If, after opening bids for the PROJECT, it is found that a cost overrun exceeding 25% of the
estimated RELOCATION COSTS will occur, COUNTY shall not award a contract for the
RELOCATION. Rather COUNTY and CITY shall endeavor to agree upon an alternative
course of action. If, after thirty (30) working days, an alternative course of action is not
mutually agreed upon in writing, this Agreement shall be deemed to be terminated by
mutual consent.
3.11 In the event that change orders are required during the course of the PROJECT, said
change orders must be in form and substance as set forth in the attached Exhibit "B" of this
Agreement and approved by COUNTY and CITY. Contract Change Order forms will be
delivered by fax or electronic mail and must be returned within two (2) working days. The
CITY shall not unreasonably withhold approval of change orders. If a CITY disapproved or
modified change order is later found to be an additional cost for the RELOCATION, then
CITY shall be responsible for such costs, awards, judgments or settlements associated with
the disapproved or modified change order.
112 Except with respect to the Parties' maintenance and indemnification obligations contained
herein, this Agreement shall terminate upon completion of the RELOCATION and payment
of final billing by CITY, or refunded difference by COUNTY between the amount(s)
advanced and the actual RELOCATION COSTS, for the RELOCATION.
3.13 This Agreement contains the entire agreement of the Parties with respect to the subject
matter hereof, and supersedes all prior negotiations, understandings or agreements. No
supplement, modification, or amendment of this Agreement shall be binding unless
executed in writing and signed by both Parties.
3.14 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
RELOCATION, shall be instituted and tried in the appropriate state court, located in the
County of San Bernardino, California.
Fifth Ave Waterline Relocation H14551
Page 4 of 8
3.15 Time is of the essence for each and every provision of this Agreement.
3.16 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.
3.17 No waiver of any default shall constitute a waiver of any other default or breach, 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.
3.18 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.
3.19 This Agreement may be signed in counterparts, each of which shall constitute an original.
3.20 Nothing contained in this Agreement shall be construed as a relinquishment of any rights
now held by the CITY or COUNTY.
3.21 This Agreement shall become effective on the date it is executed by the COUNTY and shall
conclude upon satisfaction of the items identified in paragraph 3.12 or December 31, 2013
(whichever occurs first).
3.22 The Recitals are incorporated into the body of this Agreement.
Fifth Ave Waterline Relocation H14551
Page 5 of 8
THIS AGREEMENT shall inure to the benefit of and be binding upon the successors and assigns of both Parties.
COUNTY OF SAN BERNARDINO
(Print or type name ofcration,company,contractor, etc.)
1110. By
Josie Gonzales, Chair, Board of Supervisors Authorized Vignature-sign in blue into)
Dated: Name Pete Aguilar
(Print or type name of person stgnmg contract)
SIGNED AND CERTIFIED THAT A COPY OF THIS
DOCUMENT HAS BEEN DELIVERED TO THE Title Mayor
CHAIRMAN OF THE BOARD (Print or type)
Laura H.Welch Dated: Februar 2012
Clerk of the Board of Supervisors
of the County of San Bernardino ATTEST
Sam Irwin, `difiy Clerk
By Address 35 Cajon Street, Suite 200
DepW Redlands, CA 92373
PO BOX 3005 for mailinxt;
Approved as to Legal Form Reviewed by Contract Compliance Presented to BOS for Signature
N lot.
County Counsel Department Head
Date Date Date
Fifth Ave Waterline Relocation 1-114551
Pane B of A
EXHIBIT A
ESTIMATE OF PROJECT COSTS
COUNTY OF SAN BERNARDINOXITY OF REDLANDS
FOR FIFTH AVENUE AT WALNUT STREET WATERLINE RELOCATION
REDLANDS AREA
TOTAL COST OF COUNTY OF %OF CITY OF REDLANDS %OF PROJECT
DESCRIPTION PHASE OF WORK PROJECT SAN PROJECT SHARE REDLANDS
BERNARDINO COUNTY
SHARE
CONSTRUCTION $195,000 $0 0% $195,000 100%
WATERLINE CONSTRUCTION
RELOCATION ENGINEERING
FIFTH AVENUE AT (COMPACTION $5,750 $0 0% $5,750 100%
WALNUT STREET TESTING)
CONSTRUCTION
SURVEY $2,300 $0 0% $2,300 100%
TOTAL $203,050 $0 0% $203,050 100%
PROJECT costs may be increased or decreased
based on accepted contractor's bid,
Fifth Ave Waterline Relocation H14551
Page 7 of 8
EXHIBIT B
CONTRACT CHANGE ORDER REVIEW/APPROVAL
PROJECT: FIFTH AVENUE AT WALNUT STREET
COUNTY OF SAN BERNARDINO CONTRACT#
File: H14551
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
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 CITY OF REDLANDS and COUNTY 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
SIGNED:
TITLE:
Distribution:
Signed Original Returned to Resident Engineer(FAX#909-387-7920)
Signed Original for CITY OF REDLANDS File
Fifth Ave Waterline Relocation H14551
Page 8 of 8