Loading...
HomeMy WebLinkAboutContracts & Agreements_23-1980_CCv0001.pdf FARM DRW 39 (REV.3.77) FE EP .�s-L- AID STATE OF CALIFORNIA District County IRoute P.M. DEPAxTN1 NT of TRANspoRTATioN 110/ 128.3/30. 9; 08 Slid 1 130R R 1 FEOER L-AIL} FAU-M-50330 2 _7- INTERSTATE----FAI_-QI�0-m�_{.� ._� -------- _ SOURCE CODE NO ------ .--_------- NOTICE NO-----------5929------ ------_-----------________._. OWNER'S FILE NO--------------- " -"-_-- ------------ UTILITIES AGREEMENT T NO-5929---------- PERCENTAGE ------_--PERCE TAGE OF FII+IA PARTICIPATION FAI : 95% FAU: 5% Date----------------------------------------a_4--__----.- FIRST PARTY: State of California, acting by and through its Department of Transportation, hereinafter called STATE. SECOND PARTY: ------------------CITY-._UF--REDLANDS----------------------------------------------------- hereinafter called OWNER. I. Relocation is required of certain utility facilities of OWNER, cost of -which is to be borne by STATE because: existing facilities are publicly owned and lawfully maintained in their present location and qualify for relocation at State expense under the provisions of Section 703 of The Streets and Highways Cade. II. WORK TO RE DONE CONSISTS OF THE FOLLOWING: In accordance with Notice to Relocate No. 5929, dated April 8, 1980 , Owner shall furnish and install various sanitary sewer and/or distribution water pipeline facilities and appurtenances crossing -� Improvement Route 30 Stations 1173+35+ (Pioneer Avenue) , 1187+60+ (San Bernardino Avenue) , 1213+75+ (Lugonia Avenue) and right of � Improvement Lugonia Avenue Station 1215+66+. Work shall be as noted and schematically shown on Exhibit 'laps "A" through. "D" attached to said Notice; substantially as shoe in detail_ on Owner' s contract plains consisting of 5 sheets and dated March 14, 1980; and specifications and cost estimate by letter dated March 19, 1980. Notice, exhibit maps, Owner's plans, specifications and cost estimate are by reference incorporated into and made a part of this Agreement, and are on file with owner and State' s District Office of the Department of Transportation, 247 nest Third Street, San Bernardino, California 924033. Mine--, deviations from the above-described work may be made and incidental work may be performed ed by the Owner wh n mutually acceptable by both parties. 08-SBd-10/30-28. 3/30.9; R31. 8/R33. 2 08-5-929 J. Owner agrees to perform a portion of the herein-described work with its forces and to cause a portion of the herein-described work to be performed by a contract with the lowest qualified bidder selected pursuant to a valid competitive bidding procedure, and to furnish or cause to be furn- ished all necessary labor, materials, tools and equipment required there- for, and to prosecute said work diligently to completion. N. Such Director' s Easement Deeds as are deemed necessary by the State will be delivered to Owner, conveying rights of way for portions O.-EL the 'L facilities relocated under this Agreement, over available State-owned property outside the limits of the freeway right of way. State' s liability for these easements will be at the proration shown for the relocation work involved under this Agreement. V. The State shall pay its share of the actual cost of said relocation with- in 90 days after receipt of an itemized bill in quintuplica-te, signed by a responsible official of Owner' s organization, compiled on the basis of the actual cost and expense. The owner shall maintain records of the actual costs incurred and charged or allocated to the project in accord- ance with recognized accounting principles. It is understood and agreed that the State will not pay for any betterment or increase in capacity of owner' s facilities and that Owner shall give credit to the State for all accrued depreciation on the replaced facili- ties and for the salvage value of any material or parts salvaged and retained or sold by Owner. 71. CREDIT FOR BETTERMENT Owner agrees to provide State credit for facilities betterment installation included in the work under Section II, herein. Percentage of net cost to State for said work, as derived by the ratio of "theoretical" compared to "actual" facilities replacement cost as estimated and shown on Owner' s bidding Schedule I, shall be as follows: Percentage Estimated State Bid Item No. State Cost Cost 1. 30'r VCP sewer (0+00/2+46) , 0% $ -0- South of Lugonia Avenue 2. 30" VCP sewer (2+46/6+30) , 63. 46% $25,473 South of Lugonia Avenue 3. 21" VCP sewer - abandon, 85 .26% $ 1,635 South of Lugonia Avenue 4. 30" VCP sewer (1211/1215+66) , 82. 87% $51,881 in Lugonia Avenue 5. 30" VCP sewer (6+63/7+25) and 66.62% $10,396 (9+45/10+16) , south of Lugonia Avenue R31- 8/R33. 2 08-5929 VI. CREDIT FOR BETTERMENT (Cont'd) Percentage Estimated State Bid Item No. State Cost Cost 6. 30" VCP sewer (7+25/9+45) , 61. 97% $32, 364 South of Lugonia Avenue 7. Excavation earthwork (6+30/10+16) 100% $ 950 South of Lugonia Avenue 8. Import earthwork (6+30/10+16) 100% $ 1, 940 South of Lugonia Avenue 9 . 30" VCP sewer (1203+74/1211) , 79.10% $21,199 in Lugonia Avenue 10. 21" VCP sewer - abandon, 100% $ 6 ,758 in Lugonia Avenue 11. 1811 VCP sewer (1183+33/1190+90) , 100% $52,480 in San Bernardino Avenue 12. 12" VCP sewer (1190+90/1191+36) , 100% $ 8,590 in San Bernardino Avenue 13. 15" VCP sewer - abandon, , 1000 $ 3,751 in San Bernardino Avenue 14. 12" stl. water, in Lugonia Avenue 39 .14% $ 6 ,570 15. 30" stl. water, in Lugonia Avenue 100% $25 ,280 a/b 16. Fire hydrant, in Lugonia Avenue 100% $ 4,940 17. 811 stl. water, in San Bernardino 59 .80% $ 7 ,950 Avenue 18. 8" ACP water, in Pioneer Avenue 83. 35% $17 ,537 19. Sheeting - shoring (Items 1 83. 02% $43,197 through 18) 8" ACP water (1174+40/1175+57) , 83. 35% $ 3,334 in Pioneer Avenue - by City forces Vii. At the election of the Owner, progress bills for costs incurred may be submitted not to exceed Owner' s recorded costs as of a specific date less estimated credits applicable to completed work where the recorded costs are sufficient to warrant such billing. 08-SBd-10/30-28.3/30. 9; R31.8/R33.2 08-5929 The final billing shall be in the form of an itemized statement of the total costs charged to the project, less the credits provided for in the Agreement, and less any amounts covered by progress billings . Detailed records from which the billing is compiled shall be retained by the Owner for a period of four years from the date of the final bill and shall be made available for verification by State auditors. __II. Owner shall submit a Notice of Completion to the District Utilities Engineer within 30 days of the completion of the work described herein. IX. It is understood that said highway is a Federal-Aid highway and, accord- ingly, FHPM 1-4-4 is hereby incorporated into this Agreement. X. Owner hereby agrees to comply fully with all of the provisions of Appendix "A" , which is attached and which is incorporated in full herein by this reference. This clause shall be applicable only in those cases where the Owner does not perform the work with owner' s own forces. Right of Way $373,534. 00 Construction J_on $ 5 ,200. 00 Estimated Cost to STATE $_37_8__,_7_3_4__G_Q_ OWNER agrees to perform and STATE agrees to pay for the above-described work in accordance with a Cerms, -- ___o,_f___this,_-Agre-ement------------- ------------------------------ -------- I------------------------------------------------------ - -----__th ---- ---------------------- ----------------------------------­­--------------- --------------------------------------------------------____---_l --------------- IN WITNESS WHEREOF, the parties have executed this agreement the day and year first above -written. CITY OF R,4�52/D ------------------- --------------------------------------- ---s'-----`----- -------- - ------- ---- ------- ------------ YO/T ----— -- - ------ -- ------------- APPROVAL RECOMM&NDED: ---- ------ -- -------- ---------- ------ --- ------------------------------------------------- Deputy District Director R1v ----------------------------------------- --------- - ---------------- -------------- ------- -------------- --------------------- -------------- Asst. lUgU of Way Clwrance 1pmt Owner-_ AP PoSTATE OF CALIFOBVIA, r- vim: D_EP.A,uTmENT OF TAA_NsPoaTA-m-1 By--------------- -------------- -- --- ____ __------------ ----------------------- District Director EST.3309,.499#2-SCO 3-77 10K OA OSF' Contract Sheet of APPENDIX A 08-SB(j-.j.Q/ _;.R3j 8/R33. C6. Me. During the performance of this contract, the, contractor, for itself. its assignees and successors in interest (hereinafter referred to as the "con- tractor") agrees as follows: (1) Compliance with Regulations: The contr4ctor shallcomply with the Regulations relative to nondiscrimination in Federally-assisted programs of the Department of Transportation Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. (2) Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of sub- contractor.,,, including procurements of materials and leases of equip- ment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. (3) N)livitations for Subcontrat,-is, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equip- ment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color or national origin. (4) Information and Reports: The contractor shall provide all information and reports required by the Regulations, or directives issued pursuant 'thereto, and shall permit access to its books, records, accounts. other sources of information, and its facilities as may he determined by the State Highway Department or the Federal Highway Adminis- tration to he pertinent to ascertain compliance with such Regulations or direct ive.s. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this informal ion, the contractor shat I so certify to the State Highway Department., or (fit, Federal Highway Administration as appropriate. anti shall sot forth what efforts it has made to obtain the information. (5) Sant-tiori- for Noncompliance: In the event of the contractor's non- compliance with the nondiscrimination provisions of this contract, the State Highway Department shall impose such contract sanctions its it or the Federal Highway Administration may determine to be appropriate, including, bui, not, limited to: (a) withholding of payments to the contractor under the contract until the contractor complies, rand/or (b) cancellation, termination or suspension of the contract, in whole or in part. (6) Invorporatiott of Provisions: The contractor shall include the pro- visions of paragraph (1) through (6) in every subcontract, including PrOCureinvats of materials anti leases of equipment, unless exempt by the Regulations or direvtia'e.s issued pursuant thereto. The con- tractor Nvill take such action with respect to any subcontractor or procurvinvilt its the State Highway Department or the Federal High- way Adrainistra(ion may fitrect, as a means of enforcing such pro- vision., including sanctions for noncompliance: Provided, however, that, in the event it contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the State Highway Department to enter into such litigation to protect the interest of the State, and, in addition, tho contractor inay request the United States to enter into such litigation to protect the interests of the United States. FORM I)RW-40 (RFv. 4-77) STATE OF CALIFORNIA Dist. 08 Co. SBd Rte. l0/P.M. 28, 3/30. 9 DEPARI"NIFNT OF TRANSPORTATION 30 H31.8/R33. 2 Not-ice No,59?2--------------- ------ -------- District..------ 08 ------- ----------------- Date San Bernardino ------------ -------------- -------------------— California Interstate Project No. ___ tQ!0_7?_C� )_77 -AUA Federal Aid 110 . M-50340 NOTICE TO To: City of Redlands E.A. No. -----166,209----------------- p. -----16-6,2Q9--------------- P. 0. Box 280 Redlands, CA 92373 Owner's File No. _-_--..-->_. Agreement No- ------ -------- ------- Because of the State Highway construction on Permit No . ------ 08-SBd-10/30-28- 3/30.9;R31.8/R33. 2 on Rte 30 Fr 0. 5 Mi N of San Bernardino Ave to Freeway IQ Yes Ej No Rte 10, and on Rte 10 Fr Alabama St to New York St. which affects your following described facilities: Various sanitary sewer and/or distribu- tion water pipelines and appurtenant facilities located in Pioneer, San Bernardino and Lugonia Avenues, and at east side of Rte 30, from Lu gonia Avenue southerly. you are hereby ordered to: Relocate facilities as noted and schematically shown on the attached Exhibit Maps "A" through "D" . Abandon facilities show''I colored yellow and in lieu thereof, install replacement facilities shown colored red/orange .- Facilities shown colored green may remain. Work to be substantially as shown in detail on City' s plans dated March 14, 1980, consisting of 5 sheets; and specifications and cost estimate by letter dated March 19, 1980. Your work schedule shall be as follows Schedule your work to be completed by Sept- ember 1, 1980. Approximately 116' of 8" water pipeline placement in Pionee--,-, Avenue to be coordinated with highway storm drain box construction; upon a ' two-week start notice, all work including tie-over and abandonment of exist- ing facilities, shall be completed within 20 working days. Notify State' s Util Re1oC T- 2"SKeC, TcL # (714)383-4184 48 hours prior to initial start of work, and adltionl2211-10oAlas---------- notification for subsequent starts when work schedule is interrupted. Liability is at State expense because existing facilities are publicly owned and lawfully maintained in their present location and qualify for reloca- tion at State expense under the pro visiono of Section 703 of The Streets and Highways Code. **NOTE: If any portion of this work is to be done by a contractor, the State most be notified in sufficient time to obtain anthorization Cwnsw from the Federal Highway Administration before the contractor be- 0""C"Nogins work. Owner's repres'entative- A- '0 j . t, 1- TSmith DDY EAWswenz Engi"Pr(whke) E-J, P­m2t, BHMeelker ------------- 1:3 (inspector) RPS :pdb B THIS NOTICE DOES NAT CONSTITUTE A PERMIT- Ass C-A�i fdi Utility -cation EQ eer 013TAIN STATE iflGHWAY PERMIT IEORFSTARTING WORK FAI-010-2 (63) 77 08-SBd-10/30-28.3/30.9; FAU-M-5030 (2) R31.8/R33 .2 On Rte 10 fr Calif St to Orange St ; on Rte 30 fr 3rd St to Rte 10 08400 - 166209 AMENDMENT TO UTILITIES AGREEMENT NO. 5929 WHEREAS, the CITY OF REDLANDS, hereinafter called Owner, and the STATE OF CALIFORNIA, acting by and through its Department of Transportation, hereinafter called State, have entered into that certain Utilities Agreement dated June 4, 1980, which Agreement sets forth the terms and conditions pusurant to which Owner will relocate interfering water and sanitary sewer pipeline facilities to accommodate the construction of the proposed 08-SBd-10/30 freeway interchange project; and WHEREAS, in the performance of said work, additional facili ties relocation was found to be necessary, which consists of lowering approximately 740 feet of 2-inch steel pipeline existing within San Bernardino Avenue, crossing centerline Improvement Route 30 Station 1187+90+; and WHEREAS , Owner elects to install an 8-inch ACP replacement pipeline as facilities betterment, which installation will be accomplished under Notice to Relocate No. 5929-Supplement, dated March 19, 1981 and by Contract Change Order No. 1, at a total cost of $20, 720; and r WHEREAS, in consideration of said facilities betterment, apportionment of total cost is 53.66% State ($11, 252) and 46.34% Owner ($9, 718) ; r NOW THEREFORE, it is agreed between the parties as follows : r' 1. Notice to Relocate No. 5929-Supplement, dated March 19, 1981, is hereby incorporated into Section II of said Utilities Agreement. 2 . The following facilities betterment cost apportionment is hereby incorporated into Section VI of said Utilities Agreement; Percentage Estimated State Bid Item No. State Cost Cost C.C.O. No. 1 $53.66% $11, 252.00 - 3 . 11, 252.003 . All other terms and conditions of said Utilities Agree ment remain unchanged. IN WITNESS WHEREOF, the parties hereto have executed this Amended Utilities Agreement this day, of 19 CITY OFXRIEDLANDS L By- APPROVAL y APPROVAL RECOMMENDED: By Deputy District Director-R/h? BY Asst. Utility Relocation Engineer STATE OF CALIFORNIA Department of Transportation By District Director