HomeMy WebLinkAboutContracts & Agreements_61-96_CCv0001.pdf E
PDate: June 5, 199G
PROGRAM SUPPLEMENT NO. 018 Location: 08-SBD-0-RDL
to Project Number: ER-2875 (005)
LOCAL AGENCY-STATE AGREEMENT E.A. Number: 08-955890
FOR FEDERAL-AID PROJECTS No. 08-5083
This Program Supplement is hereby incorporated into the Local Agency-State
Agreement for Federal Aid which was entered into between the Local Agency
and the State on 04/10/79 and is subject to all the terms and conditions
thereof . This Program Supplement is adopted in accordance with Paragraph 2
of Article I! of the aforementioned Master Agreement underfauthoFity of
Resolution No- approved by the Local Agency on
(See copy attached) .
The Local Agency further stipulates that as a condition to payment of funds
obligated to this project, it accepts and will comply with the covenants or
remarks setforth on the following pages.
PROJECT TERMINI:
IN THE CITY OF REDLANDS ON SAN TIMOTEO CANYON RD: BARTON TO LIVE OAK.
STORM 95-1 (DAF: RDL-1)
TYPE OF WORK: EMERGENCY REPAIR LENGTH: 0 . 1 (MILES)
PROJECT CLASSIFICATION OR PHASE(S) OF WORK
[X] Preliminary_Lminary Engineering Right-of-Way I I
[X] Construction Engineering [XI Construction
Estimated Cost Federal Funds Matching Funds
I Local1 OTHER 01 OTHER
200001098 $ 20000 $ 0 $
1 $ 01 $ 0
City of Redlands STATE OF CALIFORNIA
Departxrntf Transp anon
I
I
;.By
�
Swen Larson, Mayor *th i e f, ' fficel f Local Programs
Project Imple ntatLon
Date July 2,
1996 Date
Attest
Title le Poi> cy Clerk
I hereby Certify uPor. mjr persoria: knowledge that bid-ceted funds are available for this encumbrance:
4 D
Accounting Off1c ate .�96� $ 20000 . 00
Chapterj Statutes
Ye Program, Pldnd Source
AMOUN-
i995 2660-1
5i-890 9S-96 v u 225000 892-F 20000,00
Page 1 of 3
08-SED-0-RDL
DATE: 06/05/96
ER-2875 (005)
SPECIAL COVENANTS OR REMARKS
1 . The effective date of this agreement is 01/03/95
2 . All maintenance, involving the physical condition and the
operation of the improvements, referred to in Article VI
MAINTENANCE of the aforementioned Master Agreement will be
performed by the Local Agency at regular intervals or as required
for efficient operation of the completed improvements .
3 . The work eligible for Federal Reimbursement shall be performed by
the Local Agency either by using their own forces or by contract .
The Local Agency must be able to identify the costs incurred at
each federally approved damage site and be subject to an audit
for verification .
4 . The Local Agency agrees the payment of Federal funds will be
limited to the amounts approved by the Federal Highway
Administration in the Federal-Aid Project Agreement (PR-2) /Detail
Estimate, or its modification (PR-2A) or the FNM-76, and accepts
any increases in Local Agency Funds as shown on the Finance or
Bid Letter or its modification as prepared by the Office of Local
Programs .
5 . Emergency repair work will be reimbursed at 100. if completed
within 180 days from the end of the storm period. The storm
period is January 3 , 1995 through and including February 10,
1995. Local Agency records must clearly identify those costs
incurred on or after January 3 , 1995 . Incurred costs are defined
as disbursements made or in process for goods and services
delivered. Emergency repair work completed after August 9, 1995
will be funded at the federal-aid reimbursement ratio of 88 . 53-. .
Restoration work, including preliminary engineering, will be
reimbursed at an 88 . 531 ratio. The Local Agency will be
responsible for the matching requirement .
6 . This agreement supplements the Local Agency-State Master
Agreement for Federal-Aid projects, with the understanding that
L
all provisions of the 199-1 Tntermodal Surface 'Transportation
L -
Efficiency Act (ISTEA) apply.
7 . In executing this Program Supplemental Agreement, Local
Agency hereby reaffirms the "Nondiscrimination Assurances"
contained in the aforementioned Master Agreement for
Federal-Aid Program.
8 . Whenever the local agency uses a consultant on a cost -plus basis,
the local agency is -required to submit a post audit report cover-
ing the allowability of cost payments for each individualconsul-
Cantor sub-contractor incurring over $25, 000 on the project .
The audit report must state the applicable cost principles utili-
zed by the auditor in determining allowable costs as referenced in
Exhibit A Page 2 of 3
Resolution No. 5301
July 2, 1996
08-SBD-0-RDL DATE: 06/05/96
ER-2875 (005)
SPECIAL COVENANTS OR REMARKS
CFR 49, part 18 , Subpart C - 22 , Allowable Costs.
Page 3 of 3
RESOLUTION NO. 5301
RESOLUTION OF INTENT TO ADOPT SPECIAL COVENANTS; REIMBURSEMENT OF
EMERGENCY RELIEF FUNDS RELATED TO EMERGENCY MEASURES ON SAN
TIMOTEO CANYON ROAD, BARTON ROAD TO LIVE OAK ROAD(ER-2875-005).
WHEREAS, the City of Redlands has applied for Federal Assistance for reimbursement of
costs associated with debris removal and other emergency measures on San Timoteo Canyon Road-,
WHEREAS,the specific roads involved in the request for Federal Assistance are designated
Federal Highways;
WHEREAS, the Federal Government requires that the Local Agency stipulate that as a
condition to payment of funds obligated to projects seeking reimbursement through the Emergency
Relief Program of the Federal Highway Administration, the Local Agency accepts and will comply
with the covenants or remarks associated with project administration;
WHEREAS, the City of Redlands authorizes Swen Larson, Mayor of the City of Redlands,
as the official authorized to execute the agreement;
BE IT THEREFORE RESOLVED that the City of Redlands hereby agrees to the special
covenants and remarks attached hereto as Exhibit "A."
ADOPTED, SIGNED AND APPROVED this second day of July, 1996.
Mayor of the City of Redlands
ATTEST,
city eirk
City of Re ds ahifornia
1, Lorrie Poyzer, City Clerk of the City of Redlands, hereby certify that the foregoing
resolution was duly adopted by the City Council at a regular meeting thereof held on
the 2nd day of July, 1996, by the following vote:
AYES: Councilmembers Gilbreath, Gil, Banda; Mayor Larson
NOES: None
ABSENT: None
ABSTAIN: Councilmember Cunningham
cit�-C rk
)�C
Ci of Redlands
08-SEI -0-RDL DATE: 06/12/96
ER-3042 (005)
SPECIAL COVENANTS COR REMARKS
i . The effective date of this agreement is 02/13/95
I ! ply 4
-I-
A"- maintenance, the cal condition and the L
operation of the imiprovements, referred to -J .- Article VI
VA' INTENANCE of the aforementioned Master Agreement will be
performed by the Local Agency at regular intervals or as required
for efficient operation of the completed improvements.
3 . The work eligible for Federal Reimbursement shall be performed by
,.he Local Agency either by using their own 'Forces or by contract
The Local Agency must be able to identify the costs incurred at
each federally approved damage site and be subject to an audit
for verificat =.
4 T. '17he J-JoCal. Agency agrees the payment of Federal funds will be
limited to the amounts approved by the Federal Highway
Administration in the Federal-Aid Project Agreement {PR-2} /Detail
Estimate, or its modification (PR-2A) or the FNS-76, and accepts
any increases in Local Agency Funds as shown on the Finance or
Bid Letter or its modification as prepared by the Office of Local
Programs.
5 . Emergency repair work will be reimbursed at 100% if completed
within 180 days from the end of the storm period- The storm
period is February 13 , 1995, through and including April 19,
1995 . Local Agency records must clearly identify those costs
incurred on or after February 13 , 1995 . Incurred costs are
defined as disbursements made or in process for goods and
services delivered. Emergency repair work completed after
October 16, 1995 will be funded at the federal-aid reimbursement
ratio of 88 . 53*1 . Restoration work, including preliminary
engineering, will be reimbursed at an 86 . 53% ratio. The Local
Agency will', be responsible for the matching requirement .
6 . This agreement supplements the Local Agency-State Master
Agreement for Federal-Aid projects, with the understanding that
all provisions of the 1.991 intermodal Surface Transportation
Efficiency Act (ISTEA) apply.
7 . In executing this Program, Supplemental Agreement, Local
Agency hereby reaffirms the "Nondiscrimination Assurances"
contained in the aforementioned Master Agreement for
Federal-Aid Program.
8 . Whenever the local agency uses a consultant on a cost plus basis,
the local agency is required to submit a post audit report cover-
ing the allowability of cost payments for each individual consul-
L
tans or sub-contractor incurring over $25, 000 on the project .
The audit report must state the applicable cost principles utili-
zed by the auditor in determining allowable costs as referenced in
Exhibit A Page 2 of 3
Resolution No. 5302
July 2, 1996
DATE: 06/12/96
E3042 (005
SPECIAL COVENANTS OR REMARKS
CFR 49, part 18, Subpart C -- 22 , Allowable Costs.
Page 3 cif, 3
RESOLUTION NO. 5301
RESOLUTION OF INTENT TO ADOPT SPECIAL COVENANTS; REIMBURSEMENT OF
EMERGENCY RELIEF FUNDS RELATED TO EMERGENCY MEASURES ON SAN
TIMOTEO CANYON ROAD, BARTON ROAD TO LIVE OAK ROAD(ER-2875-005).
WHEREAS, the City of Redlands has applied for Federal Assistance for reimbursement of
costs associated with debris removal and other emergency measures on San Timoteo Canyon Road-,
VJIEREAS,the specific roads involved in the request for Federal Assistance are designated
Federal Highways;
WHEREAS, the Federal Government requires that the Local Agency stipulate that as a
condition to payment of funds obligated to projects seeking reimbursement through the Emergency
Relief Program of the Federal Highway Administration, the Local Agency accepts and will comply,
uith the covenants or remarks associated with project administration;
VJMREAS,the City of Redlands authorizes Swen Larson, Mayor of the City of Redlands,
as the official authorized to execute the agreement;
BE IT THEREFORE RESOLVED that the City of Redlands hereby agrees to the special
covenants and remarks attached hereto as Exhibit "A."
ADOPTED, SIGNED AND APPROVED this second day of July, 1996.
400�10� AV
Mayor of the City of Redlands
ATTEST:
tClh-, C' rk
C* of Redlands,[VAIdL