Loading...
HomeMy WebLinkAbout12-Public Works '.CIYV'OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Fi'R Uo. 1.7089 From: ROGER'G. HARDGRAVE Subject: Authorization to Execute Co- operative AgreeMent with County of San Bernardino - Improvenent of State College Parkway Grade Crossing No. 2-76.6 Dept: Public Works Date: 3-25-97 O,91GINAl Synopsis of Previous Council action: 10-21-96 - Transfer of $75,000, from Account No. 129-367-5504-7064 to Account No. 129-367-5504-7089 approved, to provide funds to finance the City's share of the project cost. ADNiIN. OFFiCE 3~ V!.f:uq 97 2; 3- Recommended motion: Adopt resolution. cc: F. wilson J. Penman Signature Supporting data attached: Roger G. Hardgrave Staff Report, Aqreenent & Resolution Phone: 5025 Contact person: Ward: 6 FUNDING REQUIREMENTS: Amount: $74.970 (~-c;: SalRs Tax Fund) Source: (Acct. No.) 129-367-5504-7089 Acct. Descri tion Finance' Crossinq - Caion Boulevard Council Notes: Res 97- /0'/ ~11'7 , I Agenda Item No.' I Z 75-0262 . .CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT The BN/SF Railway Company initiated a project to install autoMatic gates and flashing lights at railroad grade crossing No. 2-76.6 on State College Parkway, adjacent to Cajon Boulevard. An inquiry was made by BN/SF Railway Company to the City and County, if the public agencies would be interested in parti- cipating in the widening of the grade crossing to provide four (4) traffic lanes. After reviewing this proposal both local agencies con.. eluded that it would be beneficial to widen the crossing, in order to provide additional traffic capacity and avoid having to relocate the automatic gates when the crossing is widened in the future. The proposed Co. operative AgreeMent provides. in general that the County will act as lead agency and proceed to construct the improvements by contract. Also, that the City will pay its proportionate share of the cost (42%), estiMated to be $74,970. All costs incurred for the City's share of this project will be paid from the $75 000 allocated under Account No. 129- 367-5504-7089. We recoMmend that the Co-operative Agreement be approved. 3-25-97 75-0264 .. . . r-;>~ \t:;~ . . :.- '.' :~ E New M Change X Cancel County Department TRANSPORTATION FOR COUNTY USE ONL Y Vendor Code Dept. Contract Number County of San Bernardino SC TRA A Dept. Orgo. TRA TRA Contractor's license No. FAS STANDARD CONTRACT Organization TRA Ph. Ext. L d ~mount of Contract 2724 N8aEncaffiBFX~ce Obj/Aev Source Activity GRC/PAOJ/JOB Number 14H12510 Estimated Payment Total by Fiscal Year Amount 110 FY Amount 110 FY Project Name I STATE COLLEGE PKWY AT CAJON BLVD & AT&SF iRR XING NO. 2-76.6 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 SAN BERNARDINO Address hereinafter called CITY 330 North D Street San Bernardino, CA 92418 Phone Bin:h Oatf.! Federa! 10 l\Jo. Of Saciaf Security Nc. IT IS HEREBY AGREED AS FOLLOWS: (Use space be/ow and additional bone sheets. Set forth service to be rendered, amount to be paid, manner of payment, time fOf performance or completion, detarrTjJMa,,:ion of satisf~cror'l ;;.t:JrfOfr:1anCe and causa for termination, other terms and conditions, and attach plans, specifications. and addenda. if any.) WITNESSETH WHEREAS, the COUNTY OF SAN BERNARDINO (hereinafter referred to as COUNTY) and the CITY OF SAN BERNARDINO (hereinafter referred to as CITY) desire to cooperate and jointly participate in a project to improve the railroad crossing No. 2-76.6 on State College Parkway and to install a temporary traffic signal at Cajon Boulevard and State College Parkway (hereinafter referred to as PROJECT); and WHEREAS, the current crossing is a two-lane road and the CITY has requested that the crossing be upgraded to a three-lane road and a temporary signal be installed at Cajon Boulevard and State College Parkway; and WHEREAS, the COUNTY's matching funds will be 58% of the total estimated costs and the CITY's matching funds will be 42% of the total estimated costs as mutually agreed; and WHEREAS, it is anticipated that the funding for the construction phase of the PROJECT will be from COUNTY Road funds and CITY local funds; and WHEREAS, COUNTY and CITY desire to set forth responsibilities and obligations of each as pertains to such participation and to the design, construction, and funding of the proposed project. NOW, THEREFORE, IT IS MUTUALLY AGREED as follows: EXHIBIT "A" 02.12311 000 Rev, 11,91 Page of 3 . 1.0'. COUNTY AGREES TO: 1.1 Act as the Lead Agency in the design and construction of the PROJECT. 1.2 Provide plans and specifications and all necessary construction engineering for the PROJECT. . 1.3 Construct the PROJECT by contract in accordance with the plans and specifications of COUNTY and Caltrans Design Manual, 10 year life, to the satisfaction of and subject to concurrence of the CITY. 1.4 Arrange for relocation of all utilities which interfere with construction of the PROJECT within the unincorporated area. 1.5 Obtain a no-cost pennit from CITY for work within the City's right-of-way. 1.6 Advertise, award, administer, and fund the construction of the PROJECT. 1.7 Require its contractors to maintain Workmen's Compensation Insurance on all employees and a Public and Property Damage Liability Insurance Policy of not less than $ I ,000,000 combined single limits liability coverage for bodily injury and/or property damage which shall name the CITY as an insured party. 1.8 Provide adequate inspection of all items of work performed under the construction contract and maintain adequate records of inspection and materials testing for review by CITY. 1.9 Pay for its proportionate share of the cost of construction of the PROJECT. The cost of construction shall include the cost of constructing the PROJECT, including design, construction engineering, and overhead costs. COUNTY's proportionate share of cost of construction is estimated at $103,530. COUNTY shall pay such costs from County Road Funds. 1.10 Submit to CITY an itemized accounting of the PROJECT cost and a statement for CITY's actual share of the costs as provided herein. 1. I I After acceptance of the construction contract, maintain those portions of the PROJECT within the unincorporated area of the COUNTY. 2.0 CITY AGREES TO: 2.1 Pay its proportionate share of the cost of construction ofthe PROJECT. The cost of construction shall include the cost of constructing the PROJECT, including design, construction engineering, and overhead costs. CITY's proportionate share of cost of construction is estimated at $74,970. 2.2 Reimburse COUNTY within thirty (30) days after receipt of an itemized statement as set forth in paragraph 1.10 of this Agreement setting forth all cost of PROJECT to be borne by the CITY. Costs shall be amended following CITY and COUNTY acceptance of the final construction cost accounting. 2.3 Arrange for relocation of all utilities which interfere with construction of the PROJECT within the incorporated area. 2.4 Provide a no-cost permit to the COUNTY for its work in CITY right-of-way. 2.5 Provide temporary signal components, such as signal heads, poles, controllers, etc., from existing stock in addition to the amounts stipulated under 2. I 3.0 ITIS MlmJAI.L Y AGREED: 3. I COUNTY agrees to indemnify and hold harmless the CITY, its officers, agents, volunteers from any and all claims, actions or losses, damages, and/or liability resulting from the COUNTY's negligent acts or omissions which arise from the COUNTY's performance of its obligations under this Agreement. . Page 2 of 3 " . '. 3.2 CITY agrees to indemnify, defend and hold hannless the COUNTY and its officers, employees, agents and volunteers from any and all claims, actions, losses, damages and/or liability arising out 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 the Agreement, the COUNTY and or CITY shall indemnify the other to the extent of its comparative fault. 3.4 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 After opening of bids, estimate of cost will be revised based on actual bid prices. 3.6 If, upon opening of bids, it is found that the costs exceed 25% of the cost of construction, COUNTY and CITY shall endeavor to agree upon an alternative course of action. If, after 30 days, an alternative course of action is not mutually agreed upon in writing, this Agreement shall be deemed to be terminated by mutual consent. 3.7 This Agreement may be canceled upon thirty (30) days written notice of either party, however, costs incurred up to the effective date of cancellation shall be shared in the manner provided heretofore. However, if the temporary signal is installed prior to termination of this contract, it shall remain in place until a permanent signal is constructed. 3.8 This Agreement shall terminate upon completion of the PROJECT and payment of final billing by the CITY for its share of the PROJECT. 3.9 This Agreement does not bind the COUNTY to replace the temporary signal if this intersection is annexed by the CITY in the future. THIS AGREEMENT shall inure to the benefit of and be binding upon the successors and assigns of both parties. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their respective officials thereunto duly authorized. COUNTY OF SAN BERNARDINO .. Chairman, Board of Superviso,s CITY OF SAN BERNARDINO IState if corporation, company, etc.) Dated By .. (Authorized Signature) SIGNED AND CERTIFIED THAT A COpy OF THIS DOCUMENT HAS BEEN DELIVERED TO THE CHAIRMAN OF THE BOARD. Clerk of the Board of Supervisors of the County of San Bernardino. Dated Title Mayor Address 300 North "D" Street By Deputy San Bernardino. CA 92418 Approved as to Legal Form .. Ccunty Counsel Date Reviewed as to Affirmative Act;on ..~~ Dat~ .2;;/9-97 i Reviewed for Processing I.. : Agency Administrator/CAO ; I Date 02-12311.000 Rell. 1191 P"''''-'''---~ .. 3