Loading...
HomeMy WebLinkAboutContracts & Agreements_140-2016REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS OF THE COUNTY FLOOD CONTROL DISTRICT AND RECORD OF ACTION April 24, 2012 GERRY NEWCOMBE, Director Flood Control District SUBJECT: MUTUAL AID AGREEMENT WITH CITY OF YUCAIPA FOR CONTRACT MAINTENANCE WORK Acting as the governing body of the County Flood Control District (District), approve a mutual aid Agreement No. 12-230 between the District and the City of Yucaipa (City) for minor flood control facility repairs and maintenance work on facilities within the incorporated area of the City in an amount not to exceed $25,000 per project for the period of April 24, 2012 through May 1, 2017. (Affected Districts: Third) (Presenter: Gerry Newcombe, Director, 387-7906) Improve County Government Operations. Operate in a Fiscally -Responsible and Business -Like Manner. Maintain Public Safety. Pursue County Goals and Objectives by Working with Other Governmental Agencies. Costs for this work will vary depending upon the maintenance or repair needs. Approval of this item will result in unknown costs to the District's Zone 3 budget because future maintenance and repair needs as related to this agreement are unforeseeable. All work requested by City will be performed by District staff and will be 100% reimbursable by City, up to a total of $25,000 per project. All work requested by District will be performed by City staff and will be 100% reimbursable by District, up to a total of $25,000 for each project. nds for this work will be provided through District Zone 3 budget (RFL 093 093). The City shall mburse the District upon completion of each work assignment and receipt of an invoice. In ;ordance with the agreement after the District completes each work assignment, the City will ;ume the responsibility of maintenance and operations of the subject roads and drainage cc: Flood Control-Walkerw/agreement Contractor c/o Flood Control w/agreement Auditor -Accounts Payable Manager w/agreement EBIX-BPO c/o Risk Management CAO-Valdez File - Wagreement ml 04/26/12 ITEM 59 Rev 419-11 Page 1 of 2 Board of Supervisors T CALENDAR) NARDINO I District r AYE AYE 4 5 Gp�tNt�' F(,00000 •ram 0 nAuiaa��P San Bernardino County FLOOD CONTROL DISTRICT FAS STANDARD CONTRACT OFFICIAL USE ONLY New Change Cancel Vendor Code SC Dept. A A Contract Number 1 y„y ,. d,� u'e �1 Flood Control District Dept. Orgn. Flood Control District 097 097 Contractors License No. Flood Control District Representative Telephone Melissa Walker 909 387-6120 Total Contract Amount Contract Type ❑ Revenue ❑ Encumbered ❑ Unencumbered ® Other. MUTUAL AID If not encumbered or revenue contract type, provide reason: Commodity Code Contract Start Date contract End Date Original Amount Amendment Amount Fund RFL Dept. 093 Organization 093 Appr. Obj/Rev Source GRC/PROJ/JOB No. Amount Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJ/JOB No. Amount Project Name City of Yucaipa Contract Maintenance Work Estimated Payment Total by Fiscal Year FY Amount 1/D FY Amount I/D $ THIS AGREEMENT is entered into in the State of California by and between the San Bernardino County Flood Control District, hereinafter called the San Bernardino County Flood Control District, and City of Yucaipa 34272 Yucaipa Blvd. Yucaipa, CA 92399-9950 Telephone Federal I No. or Social Security No. (909) 797-2489 hereinafter called CITY IT IS HEREBY AGREED AS FOLLOWS: (Use space below and additional bond sheets. Set forth service to be rendered, amount to be paid, manner of payment, time for performance or completion, determination of satisfactory performance and cause for termination, other terms and conditions, and attach plans, specifications, and addenda, if any.) WITNESSETH WHEREAS, the City of Yucaipa (hereinafter referred to as "CITY") has observed that many of its flood control facilities, access roads, and related appurtenances within its jurisdictional area need occasional repair and cleanup; and WHEREAS, the legislative body of CITY determines that it is necessary for the more efficient maintenance, cleanup, or repair of its flood control facilities, access roads, and related appurtenances within CITY to contract with County of San Bernardino Flood Control District (hereinafter referred to as "DISTRICT') to perform work on CITY drainage facilities, located within the incorporated area of CITY (hereinafter after referred to as "CONTRACT WORK"); and WHEREAS, this work will be performed by DISTRICT staff; and WHEREAS, CITY will reimburse the DISTRICT, a total amount not to exceed $25,000 per project for CONTRACT WORK requested by CITY and completed within the incorporated area of CITY; and WHEREAS, DISTRICT has determined that it is sometimes necessary for the more efficient maintenance, cleanup, or repair of drainage facilities and related appurtenances within DISTRICT jurisdiction to contract with CITY to perform CONTRACT WORK on DISTRICT facilities, located within the incorporated area of CITY; and WHEREAS, this CONTRACT WORK will be performed by CITY staff; and WHEREAS, DISTRICT will reimburse the CITY, a total amount not to exceed $25,000 per project for CONTRACT WORK requested by DISTRICT and completed within the incorporated area of CITY; and WHEREAS, DISTRICT and CITY desire to set forth the responsibilities and obligations of each as they pertain to the CONTRACT WORK located within the incorporated region and under the jurisdiction of CITY. NOW, THEREFORE, IT IS MUTUALLY AGREED AS FOLLOWS: SECTION I 1.0 For CONTRACT WORK provided to CITY: DISTRICT AGREES TO: 1.1 Schedule the CITY requested CONTRACT WORK on receipt of a written "Notice to Proceed" from the CITY and provide to CITY a schedule of work days anticipated for the CONTRACT WORK for CITY's concurrence. 1.2 Utilize DISTRICT's Operations labor force in providing services under this Agreement. 1.3 Obtain a no -cost permit from CITY for work within CITY's rights of way. 1.4 Upon completion of each CONTRACT WORK assignment, submit to CITY an itemized accounting of CONTRACT WORK costs incurred by DISTRICT and an invoice for any related costs. 1.5 Comply with any applicable California Environmental Quality Act (CEQA) requirements as well as completing the required CEQA documents. CITY AGREES TO: 1.6 Provide DISTRICT a written "Notice to Proceed" for any authorized work requested by CITY. 1.7 Provide a no -cost permit to DISTRICT for its work within CITY's rights of way. 1.8 After DISTRICT completes each individual CONTRACT WORK assignment and submits an itemized accounting of actual CONTRACT WORK costs incurred by DISTRICT along with an invoice, to reimburse DISTRICT for CONTRACT WORK costs within thirty (30) days after receipt of invoice. 1.9 Provide a qualified representative who shall have the authority to discuss and attempt to resolve issues concerning the CONTRACT WORK with the DISTRICT. 1.10 Continue to accept all operation and maintenance responsibilities of the roads and/or flood control facilities identified in the "Notice to Proceed" letter provided by CITY. Both parties agree that under this Agreement, DISTRICT is only responsible to provide the CONTRACT WORK of CITY roads and/or flood control facilities identified in the "Notice to Proceed" from CITY. After completion of DISTRICT's CONTRACT WORK on any particular road and/or flood control facility, CITY shall be responsible for all future maintenance and repair work, unless DISTRICT receives a future request by CITY to provide additional CONTRACT WORK under this Agreement, followed by a written "Notice to Proceed". SECTION II 2.0 For CONTRACT WORK provided to DISTRICT: CITY AGREES TO: 2.1 Schedule the DISTRICT requested CONTRACT WORK on receipt of a written "Notice to Proceed" from the DISTRICT and provide to DISTRICT a schedule of work days anticipated for the CONTRACT WORK for DISTRICT's concurrence. 2.2 Utilize CITY's labor force in providing services under this Agreement. 2.3 Obtain a no -cost permit from DISTRICT for work within DISTRICT's rights of way. 2.4 Upon completion of each CONTRACT WORK assignment, submit to DISTRICT an itemized accounting of CONTRACT WORK costs incurred by CITY and an invoice for any related costs. 2.5 Comply with any applicable California Environmental Quality Act (CEQA) requirements as well as completing the required CEQA documents. DISTRICT AGREES TO: 2.6 Provide CITY a written "Notice to Proceed" for any authorized work requested by DISTRICT. 2.7 Provide a no -cost permit to CITY for its work within DISTRICT's rights of way. 2.8 After CITY completes each individual CONTRACT WORK assignment and submits an itemized accounting of actual CONTRACT WORK costs incurred by CITY along with an invoice, to reimburse CITY for CONTRACT WORK Costs within thirty (30) days after receipt of invoice. 2.9 Provide a qualified representative who shall have the authority to discuss and attempt to resolve issues concerning the CONTRACT WORK with the CITY. 2.10 Continue to accept all operation and maintenance responsibilities of the flood control facilities and appurtenances identified in the "Notice to Proceed" letter provided by DISTRICT. Both parties agree that under this Agreement, CITY is only responsible to provide the CONTRACT WORK of facilities identified in the "Notice to Proceed" from DISTRICT. After completion of CITY's CONTRACT WORK on any particular facility, DISTRICT shall be responsible for all future maintenance and repair work, unless CITY receives a future request by DISTRICT to provide additional CONTRACT WORK under this Agreement, followed by a written "Notice to Proceed". SECTION III 3.0 IT IS MUTUALLY AGREED: 3.1 The types of CONTRACT WORK shall include, but not be limited to: repair of flood control basin access roads, providing heavy equipment for storm debris cleanup, repair of fencing, minor basin excavation and facility repair, culvert and miscellaneous drainage repairs. 3.2 The County of San Bernardino Director of Public Works shall have authority to provide estimates and approve CONTRACT WORK projects up to $25,000.00 each. 3.3 DISTRICT and CITY will accept payment from each other for CONTRACT WORK requested by CITY or DISTRICT for up to $25,000.00 per project through Purchase Orders. SECTION IV 4.0 IT IS FURTHER UNDERSTOOD AND AGREED: 4.1 The Effective Date of Acceptance of this AGREEMENT shall be the first date on which all of the following has occurred: (1) the CITY Council and DISTRICT Board have approved the AGREEMENT; and (2) the authorized representative of each has signed the AGREEMENT; and (3) a fully executed copy of the AGREEMENT has been submitted to all PARTIES. 4.2 All of the DISTRICT's revenues as defined below, have been pledged to secure the payment of the principal and interest on certain bonds and refunding bonds ("Bonds") issued by the DISTRICT in May 2007. The pledge constitutes a first lien on the revenues for the payment of the Bonds. Any payments under this AGREEMENT are subject to the prior pledge of revenues described above. DISTRICT payments pursuant to this AGREEMENT will be made to the extent there are sufficient funds available after payment of the Bonds. For purposes of this paragraph, "revenues" shall mean all income and revenue received by the DISTRICT from the operation or ownership of the flood and storm water control and conservation facilities ("Flood Control System") of the DISTRICT (including but not limited to, all real and personal property, or any interest therein, and all additions, improvements, betterments and extensions thereto), determined in accordance with Generally Accepted Accounting Principles, including all ad valorem property taxes received by the DISTRICT pursuant to Article XIIIA of the Constitution of the State of California and Section 95 et seq. of the California Revenue and Taxation Code, all rents, royalties and license and permit fees and charges received by the DISTRICT, investment income and all other money howsoever derived by the DISTRICT from the operation or ownership of the Flood Control System or arising from the Flood Control System, but excluding (a) ad valorem property taxes levied to pay any voter approved general obligation indebtedness of the DISTRICT, (b) assessments levied pursuant to Section 43-7 or Section 43-26.9 of the San Bernardino County Flood Control Act (Cal.. Water Code App. Sect. 43-1 of sec.), and (c) grants, advances or contributions in aid of construction, except to the extent such grants are unrestricted and available for any expenditure of the DISTRICT. 4.3 Insurance and Indemnification DISTRICT and CITY are authorized self -insured public entities for purposes of Professional Liability, General Liability, Automobile Liability and Worker's Compensation and warrant that through their respective programs of self-insurance, they have adequate coverage or resources to protect against liabilities arising out of performance of the terms, conditions or obligations of this agreement. DISTRICT agrees to indemnify, defend (with counsel approved by CITY) and hold harmless CITY, its officers, agents, volunteers from any and all claims, actions or losses, damages, and/or liability resulting from the DISTRICT's negligent acts or omissions which arise from DISTRICT's performance of its obligations under the Agreement. CITY agrees to indemnify, defend (with counsel approved by DISTRICT) and hold harmless DISTRICT, its officers, agents, volunteers from any and all claims, actions or losses, damages, and/or liability resulting from CITY's negligent acts or omissions which arise from CITY's performance of its obligations under the Agreement 4.4 PARTIES agree to waive all rights of subrogation against each other. 4.5 No supplement, modification, or amendment of this AGREEMENT shall be binding unless executed in writing and signed by all PARTIES. 4.6 All notices, approvals, consents or other documents required or permitted under this AGREEMENT shall be in writing and, except as otherwise provided herein, shall be effective upon personal delivery or three days after deposit in the United States mail, certified, with first class postage, fully prepaid, addressed as follows: City of Yucaipa San Bernardino County 34272Yucaipa Blvd. Flood Control District Yucaipa, CA 92399-9950 825 East Third Street Attn.: Ray Casey San Bernardino, CA 92415-0835 City Manager Attn.: Gerry Newcombe, Director of Public Works 4.7 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. 4.8 This AGREEMENT shall be governed by the laws of the State of California. 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. Any dispute or action to enforce any obligation under this AGREEMENT shall be filed and resolved in the appropriate Superior Court in the County of San Bernardino, California. In the event of litigation arising from this AGREEMENT, each PARTY to the AGREEMENT shall bear its own costs, including attorney's fees. This provision concerning costs shall not apply to costs or attorney's fees relative to paragraphs 4.3. 4.9 This AGREEMENT contains the entire AGREEMENT of the PARTIES with respect to subject matter hereof, and supersedes all other prior negotiations, understandings or contracts. This AGREEMENT may only be modified in writing, signed by all PARTIES. 4.10 This AGREEMENT may be terminated, with or without cause, by either CITY or DISTRICT upon thirty (30) days advance written notice by the party wishing to terminate, provided however, that any such cancellation shall not be effective as to any existing obligations pursuant to any CONTRACT WORK authorized prior to notice of cancellation. In the event of cancellation as provided herein, all CONTRACT WORK costs required to be paid by the PARTIES prior to the effective date of cancellation shall be paid by the parties in the same proportion to their contribution for the CONTRACT WORK. 4.11 Except with respect to the PARTIES' indemnification obligations contained herein, this AGREEMENT shall terminate on May 1, 2017. 4.12 This AGREEMENT may be signed in counterparts, each of which shall constitute an original. 4.13 The Recitals preceding the terms of this AGREEMENT are incorporated into the terms hereof by this reference and constitute constructive terms of this AGREEMENT. IN WITNESS WHEREOF, this AGREEMENT, has been fully executed on behalf of DISTRICT by its duly authorized Board members and CITY has caused the same to be duly executed in its name and on its behalf by it duly authorized representative. This AGREEMENT shall inure to the benefit of and to be binding upon the successors and assigns both PARTIES. COUNT F 9 BERNARDINO FLOOD CONTROL DISTRICT tea+ Josie Gonzales, air Dated: APR 2 d 2012 M H. Welch, Secretary Dated: APR 2 4 I'll I bounSel / /% 1 L I / 7 Date ��` ^/ Date -/ 3h — Date ' "t�(.6Ci III CITY OF YUCAIPA CONTRACT MAINTENANCE AGREEMENT IN WITNESS WHEREOF, this AGREEMENT has been fully executed on behalf of the DISTRICT and the CITY of Yucaipa by their duly authorized officers, effective as of the date hereunder written. City of Yucaipa (Print or type name `of�ffo/coyy//ee((��tion, company, contractor, etc.) Au[horrsignature n blue ink) Name Dick Riddell (Print or type name of person signing contract) Title Mayor ( (Print or Type) Dated: -l��D � 20 Address 34272 Yucaipa Blvd. Yucaipa. CA 92399-9950 Approved a�,sfllto Legal Form Attested b 40 City Attorney 7Date Date ti _y'I�— E3 �m FOR OFFICIAL USE ONLY Now FAS Vendor Code Contract Number Change SC El Cancel CITY3FR768 092 ePro Vendor Number ePro Contract Number Dept. (jr-gn. Contractor's License No. FIQQd QQntrQl DiatriQf 092 092 Contract Representative Telephone Total Contract Amount Brendqopn B_iags 0 NTE $100,000 per year Contract Type M jRevenue E] Encumbered M Unencumbered Other! MUTUALAID, If not encumbered or revenue contract type, provide reason: Commodity Code Contract. Start Contract End Date Original Amount Amendment Amount 06-30-2019 $400,000 $ Fund Dept. Organizatuon Appr. Obi/Rev Source GRC/PROJIJOB No Amount RFF 092 092 9800 09F99912 $400,000 Fund Dept. Organization Appr. Obi/Rev Source GRCiPROJ/JOB No. Amount RFF 092 092 200 2445 09F99912 $400,000 Fund Dept. organization Appr. Obj/Rev Source GRC/PR0J/J013 No. Amount $ Project Name Estimated Payment Total by Fiscal Year City of Redlands Contract FY 15/16 16/12 17/18 Amount $100,000 S Ion 000 inn nnn I/D FY Amount I/D 18/19 $100,000 Maintenance Work THIS CONTRACT is entered into in the State of California by and between the San Bernardino County Flood Control District, hereinafter called the DISTRICT, and Name City of Redlands hereinafter called CITY Address P.O. Box 3005 Redlands, CA 92373 Telephone Federal ID No. or Social Security No. (909)-798-7510 On File IT IS HEREBY AGREED AS FOLLOWS: (Use space below and additional band sheets. Set forth service to be rendered, amount to be paid, manner of payment, time for performance or completion, determination of satisfactory performance and cause for termination, other terms and conditions, and attach plans, specifications, and addenda, ifany,) WHEREAS, City of Redlands (hereinafter referred to as "CITY") has observed that many of its flood control facilities, access roads, and related appurtenances within its jurisdiction need occasional maintenance and repair; and WHEREAS, the San Bernardino County Flood Control District Act (Act) authorizes DISTRICT to contract with CITY for the maintenance, construction, or repair of CITY flood control facilities, access, roads, and related 01180 0006/283611.1 A uditor-ControllerlTreasurerlTax Collector Use Only 0 Contract Database 0 EA S Input Date Keyed By Page 1 of 7 appurtenances within CITY's jurisdiction if the legislative body of CITY determines that it is necessary for the more efficient maintenance and repair of said facilities, access roads, and appurtenances; and WHEREAS, the legislative body of CITY determines that it is necessary for the more efficient maintenance and repair of its flood control facilities, access roads, and related appurtenances within CITY to contract with DISTRICT for DISTRICT to sometimes perform said work, including emergency work (this term should be further explained or explicitly defined somewhere), on flood control facilities, access roads, and related appurtenances located within the incorporated area of CITY (hereinafter after referred to as "DISTRICT CONTRACT WORK"); and WHEREAS, DISTRICT CONTRACT WORK will be performed by DISTRICT staff and/or DISTRICT contractors; and WHEREAS, DISTRICT CONTRACT WORK will not exceed $25,000 per project and CITY will reimburse DISTRICT for all costs incurred by DISTRICT in performing such DISTRICT CONTRACT WORK requested by CITY and completed by DISTRICT; and WHEREAS, the San Bernardino County Flood Control District Act also authorizes DISTRICT to contract with CITY for the CITY to perform maintenance, construction, or repair of DISTRICT flood control facilities, access road, and related appurtenances within CITY's sphere of influence as defined by the San Bernardino County Local Agency Formation Commission (CITY Sphere); and WHEREAS, DISTRICT has determined that it is necessary for the more efficient maintenance and repair of its flood control facilities, access roads, and related appurtenances to contract with CITY for CITY to sometimes perform CONTRACT WORK, which includes emergency work (same comment), on DISTRICT flood control facilities, access roads, and related appurtenances located within CITY's Sphere (CITY CONTRACT WORK); and WHEREAS, CITY CONTRACT WORK will be performed by CITY staff; and WHEREAS, CITY CONTRACT WORK will not exceed $25,000 per project and DISTRICT will reimburse CITY for all costs incurred by CITY in performing CITY CONTRACT WORK as requested by DISTRICT and completed by CITY; and WHEREAS, DISTRICT and CITY desire to set forth the responsibilities and obligations of each as they pertain to the work described in this Agreement. NOW, THEREFORE, IT IS MUTUALLY AGREED AS FOLLOWS: SECTION I 1.0 For DISTRICT CONTRACT WORK provided to CITY: DISTRICT AGREES TO: 1.1 Schedule requested DISTRICT CONTRACT WORK upon receipt of a written "Notice to Proceed" from CITY and to provide to CITY a schedule of work days anticipated for the DISTRICT CONTRACT WORK for CITY's concurrence. DISTRICT, through its authorized representative identified in Paragraph 4.5 and in its sole discretion, shall decide whether to approve or disapprove an individual "Notice to Proceed" and provide specific services to CITY. 1.2 Utilize DISTRICT's labor force or contractors in providing services under this Agreement. 1.3 Obtain a no -cost permit from CITY for any DISTRICT CONTRACT WORK to be performed within CITY's right-of-way. 01 I K0006/283611.1 Revised 05/04/2015 Page 2 of 7 1.4 Upon completion of each individual DISTRICT CONTRACT WORK assignment, submit to CITY an itemized accounting of actual DISTRICT CONTRACT WORK costs incurred by DISTRICT and an invoice for any related costs. CITY AGREES TO: 1.5 Provide DISTRICT a written "Notice to Proceed" for any authorized work requested by CITY. 1.6 Provide a no -cost permit to DISTRICT for its work within CITY's right-of-way. 1.7 After DISTRICT completes each individual DISTRICT CONTRACT WORK assignment and submits an itemized accounting of actual DISTRICT CONTRACT WORK costs incurred by DISTRICT along with an invoice, to reimburse DISTRICT for DISTRICT CONTRACT WORK costs within thirty (30) days after receipt of invoice. 1.8 Provide a qualified representative who shall have the authority to discuss and attempt to resolve any issues or disputes which may arise concerning the DISTRICT CONTRACT WORK with the DISTRICT. 1.9 Comply with any applicable California Environmental Quality Act (CEQA) requirements as well as completing the required CEQA documents. SECTION Ii 2.0 FOR CITY CONTRACT WORK PROVIDED TO DISTRICT: CITY AGREES TO: 2.1 Schedule the requested CITY CONTRACT WORK upon receipt of a written "Notice to Proceed" from the DISTRICT and provide to DISTRICT a schedule of work days anticipated for the CITY CONTRACT WORK for DISTRICT's concurrence. CITY, through its authorized representative identified in Paragraph 4.5 and in its sole discretion, shall decide whether to approve or disapprove an individual "Notice to Proceed" and provide specific services to DISTRICT. 2.2 Utilize CITY's labor force in providing services under this Agreement. 2.3 Obtain a no -cost permit from DISTRICT for any CITY CONTRACT WORK within DISTRICT's right- of-way. 2.4 Upon completion of each CITY CONTRACT WORK assignment, submit to DISTRICT an itemized accounting of CITY CONTRACT WORK costs incurred by CITY and an invoice for any related costs. DISTRICT AGREES TO: 2.5 Provide CITY a written "Notice to Proceed" for any authorized work requested by DISTRICT. 2.6 Provide a no -cost permit to CITY for its work within DISTRICT's right-of-way. 2.7 After CITY completes each individual CITY CONTRACT WORK assignment and submits an itemized accounting of actual CITY CONTRACT WORK costs incurred by CITY, along with an invoice, to reimburse CITY for CITY CONTRACT WORK costs within sixty (60) days after receipt of invoice. 2.8 Provide a qualified representative who shall have the authority to discuss and attempt to resolve any issues or disputes which may arise concerning the CITY CONTRACT WORK with the CITY. 2.9 Comply with any applicable California Environmental Quality Act (CEQA) requirements as well as completing the required CEQA documents. SECTION III 3.0 IT IS MUTUALLY AGREED: 3.1 DISTRICT CONTRACT WORK and CITY CONTRACT WORK shall include, but not be limited to: maintenance or emergency repair of flood control facilities, access road, and related 0l 180.00061283611.1 Revised 05/0412015 Page 3 of 7 appurtenances, as well as providing heavy equipment for storm debris cleanup, repair of fencing, minor basin excavation and facility repair, culvert repair, and miscellaneous drainage repairs. 3.2 The cost for each project shall not exceed twenty-five thousand dollars ($25,000). 3.3 The total cost for all work performed pursuant to Section 1.0 shall not exceed one hundred thousand dollars ($100,000) per fiscal year, absent a written amendment to this Agreement. The total cost for all work performed pursuant to Section 2.0 shall not exceed one hundred thousand dollars ($100,000) per fiscal year, absent a written amendment to this Agreement. 3.4 CITY or DISTRICT is only responsible to provide the CONTRACT WORK of facilities identified in the "Notice to Proceed" from the requesting party (CITY or DISTRICT) and agreed to by the non - requesting party (CITY or DISTRICT). After completion of CONTRACT WORK on any particular facility, the requesting party (CITY or DISTRICT) shall be responsible for all future maintenance and repair work, unless the non -requesting party (CITY or DISTRICT) receives a future request to provide additional CONTRACT WORK under this Agreement, followed by an approval of a written "Notice to Proceed." SECTION IV 4.0 IT IS FURTHER UNDERSTOOD AND AGREED: 4.1 The requesting party (CITY or DISTRICT) shall prepare and submit to the non -requesting party (CITY or DISTRICT) a "Notice to Proceed" that outlines the work requested within the scope and budget limitations of this Agreement. The Notice to Proceed shall include the location of such work, i.e. the flood control facility or facilities and/or or access road(s)), the scope of the work, the requested schedule, the level of service required (if necessary), and other pertinent terms and details for the project within the scope of this Agreement. The DISTRICT Director and the CITY Director of Public Works/City Engineer shall have the authority to provide estimates and approve CONTRACT WORK projects up to $25,000 each. The non -requesting party shall develop cost estimates and project schedules for review by the requesting party using Board of Supervisors (BOARD)/ City Council (COUNCIL) approved labor and equipment rates that include fringe and overhead for actual employee classifications, Department equipment rates that will recover the depreciation expenses and the maintenance and repair cost of the equipment used for the proposed work assignment and estimated material costs. If requested, the estimate of cost will be provided to the requesting party prior to the commencement of work. The non -requesting party is under no obligation to perform work tasks and the non -requesting party's representative identified -in Paragraph 4.5 may decline to perform the requested work for any reason or for no reason. 4.2 The Effective Date of this Agreement shall be the first date on which all of the following has occurred: (1) the CITY's Council and DISTRICT's governing board (the San Bernardino County Board of Supervisors) have approved the Agreement; and (2) the authorized representative of each has signed the Agreement; and (3) a fully executed copy of the Agreement has been submitted to CITY and DISTRICT. 4.3 Insurance and Indemnification DISTRICT and CITY are authorized self -insured public entities for purposes of Professional Liability, General Liability, Automobile Liability and Worker's Compensation and warrant that through their respective programs of self-insurance, they have adequate coverage or resources to protect against liabilities arising out of performance of the terms, conditions or obligations of this Agreement. Neither CITY nor any officer or employee of CITY shall be responsible for any damage or liability occurring by reason of any acts or omissions on the part of DISTRICT under or in connection with any work, authority or jurisdiction delegated to or determined to be the responsibility of DISTRICT under this Agreement. It is also understood and agreed that, pursuant to Government Code, Section 895.4, DISTRICT shall fully indemnify, defend and hold CITY harmless from any liability imposed for 01180.0006/283611.1 Revised 05/04/2015 Page 4 of 7 injury (as defined by Government Code section 810.8) occurring by reason of any acts or omissions on the part of DISTRICT under or in connection with any work, authority or jurisdiction delegated to or determined to be the responsibility of DISTRICT under this Agreement. Neither DISTRICT nor any officer or employee of DISTRICT shall be responsible for any damage or liability occurring by reason of any acts or omissions on the part of CITY under or in connection with any work, authority or jurisdiction delegated to or determined to be the responsibility of CITY under this Agreement. It is also understood and agreed that, pursuant to Government Code, Section 895.4, CITY shall fully indemnify, defend and hold DISTRICT harmless from any liability imposed for injury (as defined by Government Code section 810.8) occurring by reason of any acts or omissions on the part of CITY under or in connection with any work, authority or jurisdiction delegated to or determined to be the responsibility of CITY under this Agreement. In the event DISTRICT and/or CITY is found to be comparatively at fault for any claim, action, loss or damage which results from their respective obligations under this Agreement, DISTRICT and/or CITY shall indemnify the other to the extent of its comparative fault. CITY and DISTRICT agree to waive all rights of subrogation against each other. 4.5 No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by CITY and DISTRICT. 4.6 All notices, approvals, consents or other documents required or permitted under this Agreement shall be in writing and, except as otherwise provided herein, shall be effective upon personal delivery or three days after deposit in the United States mail, certified, with first class postage, fully prepaid, addressed as follows: City of Redlands P.O. Box 3005 Redlands, CA 92373 ATTN.: Fay Glass Emergency Operations Manager San Bernardino County 825 E. 31d Street San Bernardino, CA 92415 — 0835 ATTN: Gerry Newcombe, Director 4.7 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. 4.8 This Agreement shall be governed by the laws of the State of California. 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. Any dispute or action to enforce any obligation under this Agreement shall be filed and resolved in the appropriate Superior Court in the County of San Bernardino, California. In the event of litigation arising from this Agreement, each PARTY to the Agreement shall bear its own costs, including attorney's fees. This provision concerning costs shall not apply to costs or attorney's fees relative to paragraphs 4.3. 4.9 This Agreement contains the entire Agreement of the parties with respect to subject matter hereof, and supersedes all other prior negotiations, understandings or contracts. This Agreement may only be modified in writing, signed by authorized representatives of both CITY and DISTRICT. 01180.0006/283611.1 Revised 05/04/2015 Page 5 of 7 4.10 This Agreement may be terminated, with or without cause, by either CITY or DISTRICT upon thirty (30) days advance written notice by the party wishing to terminate, provided however, that any such cancellation shall not be effective as to any existing obligations pursuant to any CONTRACT WORK authorized prior to notice of cancellation. In the event of cancellation as provided herein, all CONTRACT WORK costs required to be paid by the parties prior to the effective date of cancellation shall be paid by the parties in the same proportion to their contribution for the CONTRACT WORK. 4.11 Except with respect to the indemnification obligations contained herein, this Agreement shall terminate on June 30, 2019. 4.12 This Agreement may be signed in counterparts, each of which shall constitute an original. 01180.0006/283611.1 Revised 05/04/2015 Page 6 of 7 WITNESS WHEREOF, this AGREEMENT, has been fully executed on behalf of DISTRICT by its duly authorized Board members and CITY has caused the same to be duly executed in its name and on its behalf by it dully authorized representative, This AGREEMENT shal:l inure to the benefit of and to be binding upon the successors and assigns both PARTIES. DISTRICT Do. James Ramos, Board Chairman DOCUMENT HAS BEEN DELIVERED TO THE CHAIRMAN OF THE BOARD Laura H. Welch, Clerk of the Board By Deputy Approved as to Legal Form 110- Counsel — l L. Norton Date Wor (Print or type name of car t, contractor, etc.) ,Sora ion, cppa By (Authorized signature - sign in blue ink) Name Paul W. Foster (Print or type name of person signing contract) Title Mayor, City of Redlands (Print or Type) Dated: July 19, 2016 Address 35 Cajon Street - Redlands, CA 92373 7- ATTEST: Sam Irwin, City Cl , erk Revnewed by Contract Compliance a am Presented to Board for Signature l Director - Gerry Newcombe Date 01180.0006/283611.1 Revised 05/04/2015 Page 7 of 7