Loading...
HomeMy WebLinkAbout18-Development Services CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Date: June 15, 2001 Subject: Resolution authorizing the Mayor or her designee to execute Contract Number 01-082 with San Bernardino Associated Governments (SANBAG) for the State Street Extension Project. From: James Funk, Director Dept: Development Services 0 r" ''"' L 011 .... I , ",\ File No. 1.7059 Synopsis of Previous Council Action: MCC Date: June 18, 2001 7/24/00: Resolution adopting 2000/2001 - 2004/2005 Capital Improvement Program 1/22/01: Resolution authorizing the submittal of the State Street Extension Project Application to SANBAG and Committing Local Match Funds for the Surface Transportation Program Funding Cycle ($424,000 plus private/public participation in the amount of $250,000). Recommended Motion: Adopt Resolution r~ ,J~ James Funk di.W Contact person: Ravmond A. Casev. Citv Engineer Phone: 384-5111 Supporting data attached: Staff Report. ResoluIion. Map Ward: 6 FUNDING REQUIREMENTS: Amount: N/ A Source: (Acct. No.) Acct. Description: Finance: Council Notes Agenda Item No. -1-..l--- l#1J'/bJ CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Subiect: Resolution authorizing the Mayor or her designee to execute Contract Number 01-082 with San Bernardino Associated Governments (SANBAG) for the State Street Extension Project. Background: The Public Works Division, received authorization at the December 18, 2000 Council meeting to submit the State Street Extension Project Application to SANBAG for inclusion in the FY 1997/98 - 2002/03 Surface Transportation Program (STP) Funds provided through Transportation Equity Act for the 21st Century (TEA-21). Pursuant to SANBAG policy, all agencies awarded STP funding will be required to enter into a contractual agreement with SANBAG as a condition for receiving any awarded funds. The City received the contract March 29, 2001 from SANBAG for our review. As indicated in the SANBAG contract 01-082 the funding is for a not to exceed amount of $2,005,000 of STP funds. This amount will cover the phases 1B through 4. The project, which proposes to extend State Street from 16th Street southerly to intersect 5th Street, easterly of Foothill Boulevard, will be constructed in six (6) phases as follows: Phase lA: Base Line to 800' south. To be constructed with non-STP funding is a private development project (underway). Estimated costs by phase ------------------------------------------------------------------------------------------------------------------- Phase IB: 9th Street to 800' s/o Base Line $ 536,000.00 Phase 2: Base Line to 16th Street $ 462,500.00 Phase 3: 5th Street to 9th Street w/access road $1,343,000.00 Phase 4: Rancho Avenue to 5th $337,500.00 TOTAL: $2,679,000.00 -------------------------------------------------------------------------------------------------------------------- Phase 5: 5th Street to access road. Will be constructed at a later date when funding becomes available. Phase 6: Construction of roadway to full improvements. Will be constructed at a later date. Financial Impact: The total local match requirement for the project is estimated to be $674,000 in addition to the $289,622 spent on preliminary and final design, and the cost of Phase lA. Of the $674,000, $250,000 will come from other sources. It is estimated that an additional $200,000 must be appropriated with FY 2001/2002 budget and proposed as "carryover". Although neither the city's cost previously incurred toward the design/environmental studies, nor the cost associated with Phase 1 construction are reimbursable, they were taken in to consideration in the project approval. Recommendation: Adopt Resolution. .._". \:36 6 - ~ .;s~ ~ .~ ....... ~~ ~ t.") ~..... ;.::~ '::S t:: ,~ ~ ~-<S ~ ~..... i:l..; c~ '+0.00 ~s ~ " I 1:_ ~ ~ ~ ~ ;.::c.., ~ ~ """4 <:s.5 '" l:Q~ 1',00) ~~ ....... .., <:s V::l ~t:s~ -"'~ i:l..; ~ 8s U~ ~ N ..t:l \0 .;s O~~ ~ ~ " .5 ll:l ~~ ~ ~ o'l:i ...... :: ~ ~ .... ~~ ~ ....... IV ~~ ~ -- ~'.... .., i:l..; ~5 ~~~ ~ ~ 00 V::le::;::s ~ \:3~ ~~ E- ~ ~ I ~ 5 . ~~ ~ ~ ..--- cq~ 0 I i .1 S . ;:... V::l ~ ~ .~ ~ ~ \:3~ ~ ~ "5"'l "'"" ~ ~~ Q, '" ~ s ~ ! - ~ -~ , I ~ ~~5 Vj ~ 'I a "5 ~ '" ~ , O~ "I .1 ....... & U~ ~ -1 ~ ...... '>:l ~ lr)~ E .s Q l:U "j .....-..;. to:!u '" I: <:S..!:; "5~ ~'5 "'..... :o!; ..... '- !1 "" '1'111 "l;.;s 0..;: ~ ii~ '::S 1:<:> ~ ~- '. - - 1 -- 2 3 4 5 6 7 8 9 10 11 - .\.- (~~..... . "vI ~~lrj \i RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE MAYOR OR HER DESIGNEE TO EXECUTE CONTRACT NUMBER 01-082 WITH SAN BERNARDINO ASSOCIATED GOVERt"ll\IENTS (SANBAG) FOR THE STATE STREET EXTENSION PROJECT BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SA:\' BERNARDINO AS FOLLOWS: WHEREAS, before Federal-aid will be made available for a specific project. the City is required 10 emer imo agreemems with the SANBAG relative 10 prosecution, administration, special provisions and maimenance of Project facilities. WHEREAS, before Federal-aid will be made available, other agreements related to 12 federal Aid requirements may be required. 13 WHEREAS, the City Council approves each project and allocated funding with the 14 Capital Improvement Program budget each year. 15 16 17 authorized 10 exeCUIe SAN BAG Contract No: 01-082 by and between San Bernardino 18 Associated Governments and City of San Bernardino for Slate StreeI Extension Project 19 (attached and incorporated herein as Exhibit A). 20 NOW, THEREFORE, BE IT RESOLVED that the Mayor or her designee is 21 III 22 III 23 24 25 26 -. '-' 27 28 .:#/8 tol/8/01 . . - '....... ,-- '- - '- 1 RESOLUTION... AUTHORIZING THE MAYOR OR HER DESIGNEE TO EXECUTE CONTRACT NUMBER 01-082 WITH SAN BERNARDINO ASSOCIATED 2 GOVERNMENTS (SANBAG) FOR THE STATE STREET EXTENSION PROJECT 3 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor 5 and Common Council of the City of San Bernardino at a meeting thereof, 6 held on the day of , 2001, by the following vote, to wit: 7 Council Members: AYES NAYS ABSTAIN ABSENT 8 ESTRADA 9 LIEN 10 11 MC GINNIS 12 SCHNETZ 13 SUAREZ 14 ANDERSON 15 MC CAMMACK 16 17 18 19 20 21 22 23 Approved as to form and legal content: City Clerk The foregoing resolution IS hereby approved this , 2001. day of Judith Valles, Mayor City of San Bernardino 24 AMES F. PENMAN, 25 ity Attorney 26 Y:~iA J. f~ 27 0 28 - \......, San Bernardino Associakd lD)[g@~OW~[Q) iJU MAR 2 9 2001 Gmernll1el1h San Bernardino County Transportation Commission San Bernardino County Transportation Authority San Bernardino County Congestion Management Agency Sen'ice Authority for Freeway Emergencies crTY OF SAN BERNARDIt:lE?2 North Arrowhead Avenue. San Bernardino. California 92401-1421 'lEVELOPMENT SERVICES , 'JEPARTMENT 19091884-8.76 FAX: (909) 885-4407 03/27/0 I Company: Address: City of San Bernardino 300 N. "0" Street, Citv Ha1l3rd Floor San Bernardino, CA 92418 Attention: Raymond A. Casey, City Engineer Subject: Contract Number 01-082 Attached is the following: ~, Copies Board Approval Date Description (if applicable) Contract March 7, 2001 SANBAG Contract 01-082- 01-082 State Street Extension Proiect '- This is transmitted as checked below: For a roval For our use As re uested For review A roved as submitted A roved as noted Returned for corrections X For si natures Resubmit Submit Return Remarks: Please have contract signed and return one original to me. Thank you. BY~~du Andrea B. Zureick Transportation Planning/Programming Analyst ~ '- O:\RCO I 0327-abz.doc Cities of Ade/anIO. BarslO....'. Big Bear Lake. Chino. Chino Hills. Collon. FontatUl. Grand Terract', Hesperia. Highland. Loma Linda. Momdair Needles, Ontario. Rancho Cucamonga. Red/ands. Ria/ro. San Bernardino, TwentYlline Palms. Upland, Vieton'ilfe. Yucaipa Towns oj- Apple Valley, Yucca Valley County of San Bernardino - '"""" _. '-' -- "-" Exhibit A SANBAG CONTRACT NO: 01-082 by and between SAN BERNARDINO ASSOCIATED GOVERNMENTS and CITY OF SAN BERNARDINO for State Street Extension Project THIS CONTRACT ("Contract") is made and entered into the ~ day oflUAAkol by and between the San Bernardino Associated Governments, hereinafter referred to as "SANBAG", and City of San Bernardino, hereinafter referred to as "RECIPIENT". RECITALS WHEREAS, RECIPIENT is a legal entity eligible to receive Federal Transportation Equity Act for the 21 st Century ("TEA-21 ")/Surface Transportation Program ("STP") funding; and WHEREAS, RECIPIENT has been awarded STP funds provided through the TEA-21 in an amount not to exceed $2,005,000 for the purpose' of the State Street Extension Project, hereinafter referred to as "PROJECT"; NOW, THEREFORE, in consideration for the promises set forth herein, the receipt and adequacy of which is hereby acknowledged, the parties hereto agree as follows: 1. General Scope of Contract. RECIPIENT shall implement the PROJECT, as more particularly defined in Exhibit "A", Scope of Work, in accordance with the Budget, and Milestones and Reporting Schedule as expressly defined in Exhibits "B", and "C", respectively, attached hereto and explicitly incorporated into this Contract. 2. Term. The term of this Contract shall be from the date of execution by both parties until PROJECT completion, including submission of all required reports, unless earlier terminated by SANBAG. 3. Compliance with Federal. State. and Local Reauirements. RECIPIENT shall comply with all Title 23 United States Code requirements, the Uniform Relocation Act, all federal, state, and local environmental laws, Caltrans administrative guidelines, and all SANBAG requirements applicable to the PROJECT. 4. Inclusion in Regional Transportation Improvement Program ("RTIP"). RECIPIENT shall submit, in a timely manner, an application to SANBAG seeking inclusion of PROJECT in a subsequent update of the RTIP. 0:\.01082-ty.doc 0137300 .- 'low' -- '- r '- 5. . C-oordination with State and Federal Agencies. RECIPIENT shall interface directly with Caltrans, the Federal Highway Administration ("FHWA"), and Federal Transit Agency ("FTA"), as applicable, relative to PROJECT application, submission, processing, and reporting. All correspondence between RECIPIENT and Caltrans, FHW A, and FT A will be copied to SANBAG. 6. Ouarterlv Reporting. RECIPIENT shall submit, on a quarterly basis, reports that document the status of PROJECT's implementation progress, including task completion status, budget status, and adherence to PROJECT milestones (form provided in Exhibit "0"). The first report shall be submitted to SANBAG within three (3) months of the execution date of this Contract. All subsequent quarterly reports shall be submitted in accordance with the reporting schedule as specified in Exhibit "C", Milestones and Reporting Schedule. 7. Revocation of STP Funding. RECIPIENT acknowledges that failure to comply with any material provision of this Contract (such failure to comply is hereinafter called a "Default"), including failure to adhere to specified PROJECT milestones of Exhibit "c" Milestones and Reporting, and including but not limited to RTIP submission, Caltrans/FTA application, and obligation of PROJECT funds, may, in the sole but reasonable discretion of SANBAG, result in revocation of STP funding for the PROJECT by SANBAG. In the event SANBAG's Director of Planning and Programming determines that RECIPEINT has committed a Default by failing to comply with a material provision of this Contract, SANBAG will notify RECIPIENT in writing of the Default. RECIPIENT shall have thirty days (unless a shorter time is reasonably determined by SANBAG's Director of Planning and Programming to be required under the circumstances) from the date of SANBAG's letter of notification of Default to cure the Default or to dispute the Default under the provisions of Paragraph 23, Disputes. In the event RECIPIENT fails to cure the Default within the time allowed or if the RECIPIENT's dispute is not resolved in the RECIPIENT's favor, SANBAG's Director of Planning and Programming may revoke the STP funding for the PROJECT and terminate this Contract by written notice to the RECIPIENT. If the Default is a failure to adhere to one or more specified milestones of Exhibit "C", Milestones and Reports, the RECIPIENT may request an amendment to this Contract which specifies a revised schedule for attaining the milestone(s). The request for amendment to the Contract must provide complete justification for the proposed schedule revision. If such an amendment is approved by the SANBAG Board of Directors, such amendment shall cure the Default. Any STP funds which may become available as a result of revocation of such . funding and termination of this Contract due to RECIPIENT's failure to timely cure a Default, may not be utilized by the RECIPIENT in any manner, but will be reallocated by the SANBAG Board through consideration of other unfunded applications, recompetition, or policy review of other priority projects/programs. 8. Standard of Care; Licenses. RECIPIENT shall perform the work required to complete the PROJECT under this Contract with all due diligence and in a skillful and competent manner. RECIPIENT shall be responsible to SANBAG for any errors or omissions in its execution of this Contract. RECIPIENT represents and warrants to SANBAG that it and/or its contractors has or will have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the work required to complete the PROJECT. RECIPIENT further O:\aO I 082-ty.doc 0137300 2 - '- represents and warrants that it and/or its contractors shall keep in effect all such licenses, permits, and other approvals during the term of this Contract. 9. Records. RECIPIENT shall keep and maintain all books, papers, records, accounting records including but not limited to all direct and indirect costs allocated to the PROJECT, files, accounts, reports, cost proposals with backup data, and all other material relating to the PROJECT. RECIPIENT shall, upon request, make all such materials available to SANBAG or its designee at any reasonable time during the term of the Contract and for three (3) years from the date of final payment to RECIPIENT, for auditing, inspection, and copying. Anv subcontract. entered into as a result of this Contract. shall contain all of the provisions of this paragraph. 10. Attornevs' Fees. If any legal action is instituted to enforce or declare any party's rights hereunder, each party, including the prevailing party, must bear its own costs and attorneys' fees. This paragraph shall not apply to those costs and attorneys' fees directly arising from any third party legal action against a party hereto and payable under Paragraph 11, Indemnification. II. Indemnification. RECIPIENT shall defend with counsel reasonably approved by SANBAG, indemnify and hold SANBAG, its officials, officers, employees and agents free and harmless from any and all liability from loss, damage, or injury to property or persons, including wrongful death, in any manner arising out of or incident to any negligent acts, omissions or willful misconduct of RECIPIENT arising out of or in connection with RECIPIENT's performance of this Contract and/or the PROJECT. ~. "'-' 12. Insurance. RECIPIENT shall obtain and shall require its subcontractors to obtain insurance of the types and in the amounts described below and satisfactory to SANBAG. RECIPIENT may meet the requirements of this paragraph through a program of legal self insurance. . A. Commercial General Liabilitv Insurance. RECIPIENT shall maintain occurrence version commercial general liability insurance or equivalerit form with a combined single limit of not less than $1,000,000 per occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this Agreement or be no less than two times the occurrence limit. Such insurance shall: (I) Name SANBAG its officials, officers, employees, agents, and consultants, as insureds with respect to performance of this Contract and/or the PROJECT. Such insured status shall contain no special limitations on the scope of its protection to the above-listed insureds. (2) Be primary with respect to any insurance or self insurance programs covering SANBAG, its officials, officers, employees, agents, and consultants. (3) Contain standard separation of insureds provisions. B. Business Automobile Liabilitv Insurance. RECIPIENT shall maintain business automobile liability insurance or equivalent form with a combined single limit of not less than ,-. $1,000,000 per occurrence. Such insurance shall include coverage for owned, hired and non- '- owned automobiles. O:\aO 1082-ty.doc 0137300 3 ,~'- 1-.- - .......... - '- C. Workers' Compensation Insurance. RECIPIENT shall maintain workers' compensation insurance with statutory limits and employers' liability insurance with limits of not less than $1,000,000 per accident. D. Certificates/Insurer Rating/Cancellation Notice. (I) RECIPIENT shall, prior to commencement of the Project, furnish to SANBAG properly executed certificates of insurance. and certified copies of endorsements, and policies if requested by SANBAG, which shall clearly evidence all insurance required in this Section. RECIPIENT shall not allow such insurance to be canceled, allowed to expire or be materially reduced in coverage except on 30 days' prior to written notice to SANBAG. (2) RECIPIENT shall maintain such insurance from the time the Contract commences until the PROJECT is completed, except as may be otherwise required by this Section. (3) RECIPIENT shall place insurance with insurers having an A.M. Best Company rating of no less than A:VIII and licensed to do business in California. (4) RECIPIENT shall replace certificates, policies and endorsements for any insurance expiring prior to completion of the PROJECT. 13. Delivery of Notices. All notices permitted or required under this Contract shall be given to the respective parties in writing at the following address, or at such other address as the respective parties may provide in writing for this purpose: RECIPIENT: City of San Bernardino 300 North 0 Street, 3'd Floor San Bernardino, California 92418 SANBAG: San Bernardino Associated Governments 472 North Arrowhead Avenue San Bernardino, California 92401-1421 Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. 14. Entire Al!feement. This Contract contains the entire Contract of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Contract may only be modified by a writing approved by SANBAG's Board of Directors and signed by both parties. 15. Governing Law and Venue. The parties acknowledge and agree that this Contract was entered into and intended to be performed in whole or substantial part in San Bernardino County, O:IaO 1082-ty.doc 0137300 4 c - '-- ",- '- California. Therefore, the law of the State of California, without regard to any conflicts of law provisions, shall govern any action or claim arising out of this Contract. The parties agree that the venue for any action or claim brought by any party to this Contract will be the Central District of San Bernardino County. Each party hereby waives any law or rule of court which would allow them to request or demand a change of venue. If any action or claim concerning this Contract is brought by any third party, the parties hereto agree to use their best efforts to obtain a change of venue to the Central District of San Bernardino County. 16. Time of Essence. Time is of the essence for each and every provision of this Agreement 17. Jurv Trial Waiver. RECIPIENT and SANBAG hereby waive their respective right to trial by jury and agree to accept trial by judge alone of any cause of action, claim, counterclaim or cross- complaint in any action, proceeding and/or hearing brought by either RECIPIENT against SANBAG or SANBAG against RECIPIENT on any matter whatsoever arising out of, or in any way connected with, this Contract, the PROJECT, the relationship of RECIPIENT and SANBAG, or any claim of injury or damage, or the enforcement of any remedy under any law, statute, or regulation, emergency or otherwise, now or hereafter in effect, regardless of whether such action or proceeding concerns any contract or tort or other claim. THE PARTIES ACKNOWLEDGE THAT THIS WAIVER OF JURY TRIAL IS A MATERIAL INDUCEMENT TO EACH OF THEM TO ENTER INTO TIDS CONTRACT AND THAT THEY WOULD NOT HAVE ENTERED INTO TIDS CONTRACT WITHOUT THIS JURY TRIAL WAIVER. THE PARTIES FURTHER AGREE THAT EACH OF THEM HAS HAD THE OPPORTUNITY TO CONSULT WITH COUNSEL OF ITS OWN CHOOSING IN CONNECTION WITH TIDS JURY TRIAL WAIVER AND UNDERSTANDS THE LEGAL EFFECT OF TIDS WAIVER. 18. Successors and Assigns. This Contract shall be binding on the successors and assigns of the parties, but may not be assigned by RECIPIENT. 19. Prohibited Interests. A. Solicitation. RECIPIENT maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for RECIPIENT, to solicit or secure this Contract. Further, RECIPIENT warrants that it has not paid nor has it agreed to pay any company or. person, other than a bona fide employee working solely for RECIPIENT, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty. SANBAG shall have the right to rescind this Contract without liability. B. Conflict of Interest. For the term of this Contract, no member, officer or employee of RECIPIENT, during the term of his or her service with RECIPIENT, shall have any direct interest in this Contract, or obtain any present or anticipated material benefit arising therefrom. RECIPIENT covenants that at present time it has no interest, and will not have any interest, direct or indirect, which would conflict in any manner with the performance of the Contract or the PROJECT required hereunder. O:\aO 1082-ty.doc 0137300 5 ~ 20. Eaual Oooortunity Emolovrnent. RECIPIENT represents that it is an equal opportunity \"".... employer and it shall not discriminate against any employee or applicant for employment because of race, religion, color, national origin, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 21. Y2K Comoliant. RECIPIENT hereby warrants and represents that all products, equipment, hardware, software, electronic components, and systems (individually and collectively referred to herein as Equipment) being used by RECIPIENT or its contractors hereunder or in the PROJECT, shall be "Year 2000 Compliant." As used herein, the term "Year 2000 Compliant" shall mean that the Equipment will continue to perform the same functions and provide the same level of accurate information and calculations during the years 1999, 2000, and thereafter as it did prior thereto. In that regard, RECIPIENT warrants and represents that the functionality of the Equipment and the PROJECT, will not be adversely affected by the fact that such information and/or calculations may be provided. The RECIPIENT may be required to describe or demonstrate the procedures used to verify compliance. 22. Consent. Whenever consent or approval of any party is required under this Contract, that party shall not umeasonably withhold nor delay such consent or approval. - 23. Disoutes. In the event any dispute arises between the parties hereto under or in connection with this Contact, the dispute shall be decided by the Director of Planning and Programming of SANBAG or his duly authorized representative within thirty (30) calendar days after notice thereof in writing which shall include a detailed statement of the grounds of the dispute and why the dispute should be resolved in RECIPIENT's favor. If RECIPIENT does not agree with the decision, then RECIPIENT shall have thirty (30) calendar days after receipt of the decision in which to file a written appeal thereto with the Executive Director of SAN BAG. If the Executive Director fails to resolve the dispute in a manner acceptable to RECIPIENT, then such appeal shall be decided by a court of competent jurisdiction. During resolution of the dispute, RECIPIENT shall proceed with the performance of this Contract to the extent practicable. '-' 24. Exhibits. All exhibits referred to herein are attached hereto and by this reference are incorporated herein. - '- O:\aO 1 082-ty.doc 0137300 6 ,~ ,'"- - '- .- '- IN WITNESS WHEREOF, the parties hereto have executed the Contract on the date first hereinabove written. SAN BERNARDINO ASSOCI TED GOVERN CITY OF SAN BERNARDINO: By: Dennis Hansberger, Presiden By: Fred Wilson, City Administrator - REVIEWED AND RECOMMENDED FOR APPROVAL: d~~ By: /~(__/!.-' Norman R. King, Exec tive Director By: Judith Valles, Mayor APPROVED AS TO LEGAL FORM: ( APPROVED AS TO FORM AND LEGAL CONTENT. J3mes F. Penman, City Attorney By:rr- t. t~ ounsel 0:\.0 1082-ty.doc 0137300 7 - CONTRACT ATTACHMENTS: ""- Exhibit "A": STP Project Scope of Work Exhibit "B": STP Project Budget Exhibit "C": STP Project Milestone & Reporting Schedule Exhibit "0": Project Status Report Form - ~ -- ......... 0:\.0 1082-ty.doc 0137300 8 .,.~ '- EXHIBIT A STP Project Scope of Work - '- .- '- _. '-" _. .\- - '-" ;7 rE.~.J } SII":'/QCr TrnffSDOnJIIO,. p,.ocr~nt FY97196.FY01/DJ Call)",. P"Cl.lltCts In ,;,1' Fci;r\" k~~'ol: EXHIBIT A: PROPOSER AND PROJECT INFORMATION (Return this page as part of your STP proposal) Please provide the following proposer information in the space provided. Lead Agency: Address: City of San Bernardino/ Development Services: Engineering 300 N. "D" Street City Ha 11 3rd Floor San Bernardino, CA. 92418 Contact Person: Raymond A. Casey Title: Telephone Number: (909) 384-5111 Fax#: E-Mail Address:CaseYJa@ci.san-bernardino.ca.us City Eng i neer (909) 384-5155 If Joint Proposal or Public/Private Partnership, Include Partner(s) Agency Name, Contact Person, and Telephone Number: Fourth Street Rock Crusher c/o ~lr. H. Norman Johnson Jr. (909) 885-6866 BNSF c/o Mr. Robert E. Brendza 1-800-289-2673 San Bernardino Unified School District c/o Mr. Mike Perez (909)381-1100 Project Name: State Street Fxten<;ion Proiect Brief Project Description (single paragraph summary): The proposed project is to extend State Street from its present terminus at 16th Street, southerly to intersect 5th Street easterly of Foothill Boulevard. The project will be constructed in six (6) phases. The phases will include the ultimate construction of a four- lane roadway with new traffic signals at 5th Street at State Street, Rancho Avenue at State Street, Base Line at State Street, and a future traffic signal at 9th Street and State Street. The Phase V bridgework and Phase VI ultimate roadway improvements will be constructed at a later date when monies become available. The phase boundaries are shown on the attached Vicinity Map. STP Funds Requested: Local Match Amount: Total Project Cost: Source(s) of Local Match: $ 2,005,000. $ 674,000. + (289,622.)* = 963,622. $ 2,968,622. CIP Funds $ 424,000. Development Fees $ 250,000. * \~ sales tax revenues $ 289,622. * This cost was previously incurred for the environmental study and design. O:ISTPCanv.laa I a..bz.doc 11 ..,- EXHffiIT A: PROJECT DESCRIPTION/SCOPE OF WORK PART 1 '- STATE STREET EXTENSION PROJECT The State Street Extension Project is a six (6) phased plan for the ultimate construction of Rancho Avenue, south of 5111 Street (Foothill Blvd.) northerly to the present terminus of State Street at 16th Street. State Street is designed to be a four lane principal arterial with connections to Interstate 10 at Rancho Avenue and to Interstate 215 at University Parkway as part of the General Plan Circulation Element. See the attached Project Vicinity Map and Phase Rough Estimate Sheets for phasing parameters and scope of work. The work to be done under the proposed STP Funding Application consists of acquiring all of the necessary project right-of-way and all project construction including construction engineering and design, with the exclusion of Phases lA roadway work, 5, and 6. City staff is designing Phases lA, IB, and 2 of this project. The Phase lA roadway construction, which includes a new traffic signal at Base Line, will be financed with the City's V. cent sales tax revenues. This construction will be completed by September 2001. The Phase 5 bridge design is complete. The bridge construction will occur at a latter date when additional funding become available. All Phase 6 roadway widening construction to full improvements (curb and gutter) will also occur at a later date. .- "- The consultant preparation of Phase 3 and Phase 4 Plans, Specifications, and Cost estimates is 85% complete. The proposed interim alignment of State Street, until Phase 5 bridge monies can be identified, will be east of the Lytle Creek Channel and will cross over private property, San Bernardino County Flood Control property, Caltrans (Route 66) right-of-way at 5111 Street, and a Department of Water Resources easement/right-of- way. The preliminary engineering for Phases 3 and 4 consists of designing the grading necessary to accommodate a four-lane roadway with two lanes of actual paving, and widening the existing bridge at 5111 Street. The two traffic signals at the proposed access road to 5111 Street, and Rancho Avenue at 5111 Street will also be designed. The design also includes guardrail and protective fencing, as well as minor drainage structures for roadway local drainage. The project, to comply with anticipated funding, is being designed in metric. The City will submit all of the required environmental documents and right-of-way documents for this project. .'''''''' '- EXHffiIT A: PROJECT DESCRIPTION/SCOPE OF WORK PART 2 (B) Project Organizational Structure: \- STATE STREET EXTENSION PROJECT The City of San Bernardino shall be the "lead Agency" for all aspects of this project. Mr. Jarb Thaipejr, Senior Civil Engineer, will be the designated project manager. The Senior Civil Engineer shall be in charge of project implementation and construction inspection. The construction inspector shall be designated, once the project is awarded and shall act as the laison between the contractors and the project manager. The project manager shall be the contact person with Caltrans Local Assistance and SANBAG. He will be responsible for all progress reports as stipulated in the STP Guidelines. (C): Required Environmental Documents: ,,- An Air Quality Analysis and Biological Study have been obtained as required for an environmental review in accordance with CEQA. The City's Environmental Review Committee, based on an Initial Study prepared by Michael W. Grubbs, Senior Civil Engineer, has recommended a proposed Negative Declaration. This proposal will go before the Mayor and Common Council for their approval sometime in early 2001. '- ",- '- '1" - EXHmIT A: PROJECT DESCRlPTION/SCOPE OF WORK PART 3 (E) Project Readiness: \...... STATE STREET EXTENSION PROJECT On October 11, 1996, R. 1. Mullins and Associates, Inc. was contracted to research and prepare ownership plats, prepare a survey plat and planimetric map from field survey, and design the alignment based on City, State and Federal guidelines. This work was done to insure that a roadway was feasible in the area, to be able to provide a basis for final design drawings, and to develop preliminary estimates in order to submit Federal and State-aid grant applications. In May of 1997, letters of interest were sent for proposals on the final design and preparation of construction documents for the project. In September of 1997, a contract for final design services was approved and awarded to the firm ofHNTB Corporation for the portion of the roadway between its connection with Rancho Avenue and 9tlt Street. State Street between 9th Street and 15th Street, is being designed by City staff. On March 15, 1999, the Mayor and Common Council also approved a contract with T.Y. Lin International for an independent structural plan review of the State Street bridge crossing at Lytle Creek. On March 22, 1999, the City Administrator approved a contract with Ealco Consultants to peiform an ~praisal .of the properties within the roadway alignment between Rancho Avenue and 9 Street. - '- At this time, the street improvement plans by HNTB Corporation and the City are 85% complete. The bridge plans are in the second independent review process. After the plan review process is completed by T.Y. Lin International, we will proceed with the plan review and permitting process with Caltrans, San Bernardino County Flood Control, U.S. Army Corps of Engineers, Southern California Edison and the State fish and Game Agency. The City has appropriated $712,000.00 towards the project in the 2000/2001 Y, cent sales tax budget, of which $343,887.00 has been encumbered for the engineering and appraisal process. The remaining $368,113.00 is still in this years budget, although a portion of that funding will be utilized on the Phase 1 A construction. Recently, the City of San Bernardino Unified School District has asked the City to construct the traffic signal at the proposed intersection of Base Line and State Street. The cost of this new signal is estimated at $110,000.00. The staffs are recommending that the funding for this signal come from the remaining balance of State Street and that the work be completed in Phase I (A) of the project, prior to the opening of the new high school. Subsequent to these discussions, a three-way agreement has been reached to design State Street between Base Line and the high school entrance, 800' southerly of Base Line. r- '-' In conclusion, the engineering documents are nearly complete and the project should be ready to construct in the 1" halfof2001, after the pennitting process is completed. ~ \::S~ a . ~ :~ - ~ ..... ~ ~ ~ ~... 6Q ~ ~b ....--.~ ~ c3~ ~ ~~ N a e::~ ~ ~~ a .~ \",) ~ ~ '~ N ~ ~ ~V:l ~~;:::s ~ - r.,...., ~ E ~ ~ ~ ~ ~ ~ ~. cq~ N a C~ ~ ~ ~ \::SQ ~ ~ V)~ ~ ~ ~~Vj~ &E a o~ ~ .~ & a \..)Q ~ ~ ~ ~ ~ ~ -s \0 ~ ~ ... -s I_ll,) "., -.... .9 <:) ~..:! ~....... ~u t.o'J:: t::s>S ~ ~ Et;~ .... '- " "'- "t- -..:'" '" C-s ~ "5V') c::s "c ~ ..- ..... Cl:; - - " '" ~ "'l ~t.'j ~ ~-s c::s .., '0 -::: ...... tl..; 'Qo - " ~~ ~ "" ..... :g.5 ~ 'Q- .., ~ ~ .Q.f:j~ .'" 'Q tl..; <::>0 <::>- 0:; " .5 'l:l 0- ..... :: ~ ~ "'.. .., 'Q ~ -Sc~ "',;;; i:l.:; 2 00 ';l ~ 0:; "'....., '" '" s ti ';lEt; ~ '" ~ "., i -'. ~ -~ t ~ ~ ~:<; ~ , S -I ! ~ I ~ I , '1 r' i i .--- , i i I , E i , 'E i , .E i -1 E 'j ,.....- '- -' \.- ,)- ,-/ 'I, ". . ;/1 .!,I Jii :01 .. . 1- -. -.:--....-_- ~ .('_~-;'<"""_'":;;oo.-:~_.~~.~~.,.. . ".4"_ ~.... ...J...._~ ~_"...,....._-' . ~;.~~ ~~~r;j~:~?l:;~h~:-~~:;J.;::.~~:f.. :~~~ ~;~{:~~~~?~~:-f~~:~~~\ ,- .l.. ....._~-...,,:..::><,;_. ......'JI..---=-:.-.._~".;<".':..~ L~. ...7"....:...".-.-=--~-~.16:""...~ . ~:;.".;;:'.~. ;-. . -...'.....r..--~~;_~.-- .;::;"""'. -/~ ~'''~.'_; , ....:- ~_'_r~;,..;.tj~~~~.:-~;'.,.~.. -\.;~ .....~-:o.~.__..:... ...,,:.._. .......;;J".~ ............- .- ~_._ -.;,I':"-~~';"-'_~~'" oJ<.:~ ,..-:J '" .... ~ ,~"''''- ~ ~.. . ~ .'L :'-'- ~f~"':'~: - >:~:..: . '._ .." :;:~.,: ".~~:~:' :::...- :.=;"': ::- .':~r~:l~:~~~~~~~~ t>.~C-:'- :' - -- : Photo #1: Section A: Terminus of State Street south to Baseline Road 'tY4Lt~K~~1~it11~t~ ~":Ol"'!?'?~'~'_~";:"_'" , > ,%tf!;jJttJ~~~~~~~r-~F~: -- _....; ..',',. .-~ Photo #2: B) Baseline R,"Qd south to 81b Street t-- '-' ,.... . \.,.... ,- '-' ..~'~;-fi".~~~~;_ijr~~: - ~ ',. . ~:.. Photo #3: B) Baseline Jl.oaJ 50uth to Sd. Street Photo #4: B) Baseline lloAd south to Sill Street ,-. '-' Photo #5: Section C) 8th Street south to 7th Street ,~ '- Photo #6: Section C) 8th Street south to 7th Street I ;"'- '- ,- '"""" ,- "-' - '- " J!'. .W " ..:....... ....- '- '-:-0"- "~' '. . . -""~~':~~~>I=..':~~:.. '.~, - ~.:. ~;...:.y~C\.!L,~_........ -." '- '-":~.- "-....,. _ :---. "': .-......... ',' '~~'~..1-~_ _ :, . - - .......-...-...._ -"""-~-OC""",",.to:~.b.ri&.._,: -' '~'-'~~~A~ -';o""~~!~ . .' ~. .,;.~--..'-. Photo #7: Section D) 7'. Street south to the connection with Rancho Road .- '-" EXHIBIT B STP Project Budget .- '-" - '-- ,..-... \".., _. '- -- '- 71 TEA.: J Sur/oct! TronSpOrfalio" P'orrclPl FY9~/9J-FrOl/Oj Calif or ProJ~ctJ ill ,ht roUry R~.r:lo" EXHIBIT B: PROJECT BUDGET (Return this page as pan of your STP proposal) Budget Summary Data: Please complete the following Table listing project costs by category and funding source. State Street Extension Project: BUDGET FUNDING FUNDING COMPONENT STP$ OTHER $ OTHER $ SOURCE(S) ENVIRONMENTAL $ 4,000.* $ $ ~~ sales tax DESIGN & ENGINEERING 80,000. $ 285,622.* $ $ ~~ sales tax ROWISITE ACQUISITION 569,000. $ 74,650. $ $ CONSTRUCTION 1,356,000. $ 599,350. $ $ CAPITAL EQUIPMENT $ $ $ OTHER DIRECT COSTS $ $ $ (please specify below) $ $ $ . TOTAL COSTS 2,005,000.$ 963,622. $ $ ~Y.:' - :~<i::;:;.:-:';.;~';:,..:~:.::' ',~"""'?"i:'.......':+f-""" ~...,:" :,!:-,,~~; .i'~ ~ ....;-:;1!,; Is the Project Local Match Greater than or Equal to 11.47% of the Total Project Cost? YES X Cl NO Cl If You Checked the 'NO' Box. Does Your Project Qualify for 100% STP Funding? Cl 0 If You Checked Both "NO" Boxes, Please Refer to Section I.C.5. for a Description of Project Local Match Requirements! . * These costs were previousl.y incurred and are not included in the local match portion of this application. However, they do increase the overall percentage of the local match contribution for the project to 32.5%. O:ISTPC.IIVaIOO IO.abz.doc 1 < .. ,- I....,.. EXHIBIT C STP Project Milestone & Reporting Schedule - "- - '- TEA.~ I Sur/act rr"/lJprmOtlol1 Pror:r.J1PI FY9;/98-FTD~/OJ Cull/or Pro.'~cts II! Ih~ rollty R~.!!'OIl ~ '- EXHIBIT C: PROJECT IMPLEMENTATION SCHEDULE (Return this page as part of your STP proposal) Please provide, either in the space provided beiow or separate attached sheet, a Milestone Schedule for your proposed STP project. The schedule should include anticipated start and completion dates for each task, activity, or milestone identified in Exhibit A. 'Project Description/Scope of Work'. Also, please identify anticipated dates for submission of applications to Caltrans/Federal Transit Agency. and quarterly report submission to SAN BAG. The format requirements for the Project Implementation Schedule are flexible. A template is provided below: .- .\.,.. PROJECT MILESTONE START DATE COMPLETION Example: Task I Purchase Right of Way... Authority to Proceed (A TP) + A TP + 3 months Contact CAL TRAN's LocaI"Assistance ATP + I week ATP + I month Process Environmental Documents ATP + I month ATP + 3 months Design plans and Specifications (85% complete) Started A TP + 2 months Right-of- Way Processes A TP + 4 months A TP + 8 months Notify Utilities of Project Location ATP + I month A TP + 2 months Plan Approval by City Engineer A TP + 8 months ATP + 8 months Progress Report to SANBAG A TP + 6 months ATP + 6 months Mayor and CC Approval to Advertise A TP + 8 months A TP + 8.5 months Project Advertisement A TP + 8.5 months ATP+9.5months Hold Bid Openings/Award Contract ATP +9.5 months A TP + 10.5 months Authorization to Proceed ATP + 11 months ATP + II months Order MaterialslProject Construction ATP + II months A TP + 17 months Project CompletionlFinal Reports A TP + 17 months A TP + 18 months ,- '- It. ",- '- EXHIBIT D Project Status Report Form i~ '- - '-' ,<'-- PROJECT STATUS QUARTERLY REPORT FORM FOR FEDERAL FUNDING "-' (Due to SANBAG by the 15'" of January. April, July, and October until project completion) General Proiect Information: Reporting Agency Name: Project Description: Contract Number: L TF Allocation No: Proiect Status: Begin Date (mmJdd/yy) End Date (mmJdd/yy) Expected Obligation (Fed Funds only) Environmental Clearance: $ Type of Environmental Document: Engineering: $ $ ROW: Construction: $ Comments: - "'-" Local Assistance Process: (only required for projects that have received TEA, STP, or CMAQ obligation) RTlP/FT1P Approval Date: RTlP/FT1P Number: Engineering ROW Construction Date of Authorization Request to CT District 8: Date! Amount of FNM-76 (E-76): 1$ 1$ 1$ 1$ 1$ 1$ Date of PR-2 (between Caltrans and FHW A): Date of PS (Program Supplement): - Date of I" !Final "- Invoice to Caltrans: I 1$ 1$ 1$ I Date 91 (Final Paperwork) Submitted to Caltrans to Final Project: Please refer to next pal!:e for L TF Article 3 Pavment ReQuests and to add anv additional comments. O:\TEAST A TFRMc.lep.doc ",-. ,-,. PROJECT STATUS REPORT FORM FOR FEDERAL FUNDING (cont.) L TF PROGRESS PAYMENT REOUEST: (only required for projects that have received L TF Article 3 funds) Allocation Number: Date ofLTF Claim: Amount Allocated $ Amount Requested S Amount Received to Date $ Amount Remaining $ r- '-' ADDITIONAL COMMENTS: ,'- "- (,,\.\'T't::' A C"'T" A Tr:'D Il. 1_ 1__ .l_~ ,........ '-' l~ '- SANBAG CONTRACT NO: 01-082 by and between SAN BERNARDINO ASSOCIATED GOVERNMENTS and CITY OF SAN BERNARDINO for State Street Extension Project THIS CONTRACT ("Contract") is made and entered into the ~ day of 1J1p.,,~001 by and between the San Bernardino Associated Governments, hereinafter referred to as "SANBAG", and City of San Bernardino, hereinafter referred to as "RECIPIENT". RECITALS WHEREAS, RECIPIENT is a legal entity eligible to receive Federal Transportation Equity Act for the 21st Century ("TEA-2l ")/Surface Transportation Program ("STP") funding; and WHEREAS, RECIPIENT has been awarded STP funds provided through the TEA-2l in an amount not to exceed $2,005,000 for the purpose of the State Street Extension Project, hereinafter referred to as "PROJECT"; NOW, THEREFORE, in consideration for the promises set forth herein, the receipt and adequacy of which is hereby acknowledged, the parties hereto agree as follows: 1. General Scope of Contract. RECIPIENT shall implement the PROJECT, as more particularly defined in Exhibit "A", Scope of Work, in accordance with the Budget, and Milestones and Reporting Schedule as expressly defined in Exhibits "B", and "C", respectively, attached hereto and explicitly incorporated into this Contract. 2. Term. The term of this Contract shall be from the date of execution by both parties until PROJECT completion, including submission of all required reports, unless earlier terminated by . SANBAG. 3. Compliance with Federal. State. and Local Requirements. RECIPIENT shall comply with all Title 23 United States Code requirements, the Uniform Relocation Act, all federal, state, and local environmental laws, Caltrans administrative guidelines, and all SANBAG requirements applicable to the PROJECT. 4. Inclusion in Regional Transportation Improvement Program ("RTIP"). RECIPIENT shall submit, in a timely manner, an application to SANBAG seeking inclusion of PROJECT in a _ subsequent update of the RTIP. ........ O:\aO 1082-ty.doc 0137300 ~ '-' - '- c 5. Coordination with State and Federal Agencies. RECIPIENT shall interface directly with Caltrans, the Federal Highway Administration ("FHWA"), and Federal Transit Agency ("FTA"), as applicable, relative to PROJECT application, submission, processing, and reporting. All correspondence between RECIPIENT and Caltrans, FHWA, and FTA will be copied to SANBAG. 6. Ouarterlv Reoorting. RECIPIENT shall submit, on a quarterly basis, reports that document the status of PROJECT's implementation progress, including task completion status, budget status, and adherence to PROJECT milestones (form provided in Exhibit "0"). .The first report shall be submitted to SANBAG within three (3) months of the execution date of this Contract. All subsequent quarterly reports shall be submitted in accordance with the reporting schedule as specified in Exhibit "C", Milestones and Reporting Schedule. 7. Revocation of STP Funding. RECIPIENT acknowledges that failure to comply with any material provision of this Contract (such failure to comply is hereinafter called a "Default"), including failure to adhere to specified PROJECT milestones of Exhibit "c" Milestones and Reporting, and including but not limited to RTIP submission, Caltrans/FTA application, and obligation of PROJECT funds, may, in the sole but reasonable discretion of SANBAG, result in revocation of STP funding for the PROJECT by SANBAG. In the event SANBAG's Director of Planning and Programming determines that RECIPEINT has committed a Default by failing to comply with a material provision of this Contract, SANBAG will notify RECIPIENT in writing of the Default. RECIPIENT shall have thirty days (unless a shorter time is reasonably determined by SANBAG's Director of Planning and Programming to be required under the circumstances) from the date of SANBAG's letter of notification of Default to cure the Default or to dispute the Default under the provisions of Paragraph 23, Disputes. In the event RECIPIENT fails to cure the Default within the time allowed or if the RECIPIENT's dispute is not resolved in the RECIPIENT's favor, SANBAG's Director of Planning and Programming may revoke the STP funding for the PROJECT and terminate this Contract by written notice to the RECIPIENT. If the Default is a failure to adhere to one or more specified milestones of Exhibit "C", Milestones and Reports, the RECIPIENT may request an amendment to this Contract which specifies a revised schedule for attaining the milestone(s). The request for amendment to the Contract must provide complete justification for the proposed schedule revision. If such an amendment is approved by the SANBAG Board of Directors, such amendment shall cure the Default. Any STP funds which may become available as a result of revocation of such funding and termination of this Contract due to RECIPIENT's failure to timely cure a Default, may not be utilized by the RECIPIENT in any manner, but will be reallocated by the SANBAG Board through consideration of other unfunded applications, recompetition, or policy review of other priority projects/programs. 8. Standard of Care: Licenses. RECIPIENT shall perform the work required to complete the PROJECT under this Contract with all due diligence and in a skillful and competent manner. RECIPIENT shall be responsible to SANBAG for any errors or omissions in its execution of this Contract. RECIPIENT represents and warrants to SANBAG that it and/or its contractors has or will have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the work required to complete the PROJECT. RECIPIENT further O;\aO 1082-ty.doc 0137300 2 ,'- represents and warrants that it and/or its contractors shall keep in effect all such licenses, permits, \...... and other approvals during the term of this Contract. 9. Records. RECIPIENT shall keep and maintain all books, papers, records, accounting records including but not limited to all direct and indirect costs allocated to the PROJECT, files, accounts, reports, cost proposals with backup data, and all other material relating to the PROJECT. RECIPIENT shall, upon request, make all such materials available to SANBAG or its designee at any reasonable time during the term of the Contract and for three (3) years from the date of final payment to RECIPIENT, for auditing, inspection, and copying. Anv subcontract. entered into as a result of this Contract. shall contain all of the orovisions of this oaragraoh. 10. Attornevs' Fees. If any legal action is instituted to enforce or declare any party's rights hereunder, each party, including the prevailing party, must bear its own costs and attorneys' fees. This paragraph shall not apply to those costs and attorneys' fees directly arising from any third party legal action against a party hereto and payable under Paragraph 11, Indemnification. -, 11. Indemnification. RECIPIENT shall defend with counsel reasonably approved by SANBAG, indemnify and hold SANBAG, its officials, officers, employees and agents free and harmless from any and all liability from loss, damage, or injury to property or persons, including wrongful death, in any manner arising out of or incident to any negligent acts, omissions or willful misconduct of RECIPIENT arising out of or in connection with RECIPIENT's performance of this Contract and/or the PROJECT. '--, 12. Insurance. RECIPIENT shall obtain and shall require its subcontractors to obtain insurance of the types and in the amounts described below and satisfactory to SANBAG. RECIPIENT may meet the requirements of this paragraph through a program of legal self insurance. A. Commercial General Liabilitv Insurance. RECIPIENT shall maintain occurrence version commercial general liability insurance or equivalent form with a combined single limit of not less than $1,000,000 per occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this Agreement or be no less than two times the occurrence limit. Such insurance shall: (1) Name SANBAG its officials, officers, employees, agents, and consultants, as insureds with respect to performance of this Contract and/or the PROJECT. Such insured status shall contain no special limitations on the scope of its protection to the above-listed insureds. (2) Be primary with respect to any insurance or self insurance programs covering SANBAG, its officials, officers, employees, agents, and consultants. (3) Contain standard separation of insureds provisions. - '........ B. Business Automobile Liability Insurance. RECIPIENT shall maintain business automobile liability insurance or equivalent form with a combined single limit of not less than $1,000,000 per occurrence. Such insurance shall include coverage for owned, hired and non- owned automobiles. O:\aO 1 082-ty.doc 0137300 3 - ,_ C. Workers' Compensation Insurance. RECIPIENT shall maintain workers' compensation insurance with statutory limits and employers' liability insurance with limits of not less than $1,000,000 per accident. D. Certificates/lnsurer RatimuCancellation Notice. (1) RECIPIENT shall, prior to commencement of the Project, furnish to SANBAG properly executed certificates of insurance, and certified copies of endorsements, and policies if requested by SANBAG, which shall clearly evidence all insurance required in this Section. RECIPIENT shall not allow such insurance to be canceled, allowed to expire or be materially reduced in coverage except on 30 days' prior to written notice to SANBAG. (2) RECIPIENT shall maintain such insurance from the time the Contract commences until the PROJECT is completed, except as may be otherwise required by this Section. (3) RECIPIENT shall place insurance with insurers having an A.M. Best Company rating of no less than A: VIII and licensed to do business in California. (4) RECIPIENT shall replace certificates, policies and endorsements for any insurance expiring prior to completion of the PROJECT. .- """ 13. Delivery of Notices. All notices permitted or required under this Contract shall be given to the respective parties in writing at the following address, or at such other address as the respective parties may provide in writing for this purpose: RECIPIENT: City of San Bernardino 300 North 0 Street, 3'd Floor San Bernardino, California 92418 SANBAG: San Bernardino Associated Governments 472 North Arrowhead Avenue San Bernardino, California 92401-1421 Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. 14. Entire Agreement. This Contract contains the entire Contract of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Contract may only be modified by a writing approved by SANBAG's Board of Directors and signed by both parties. - '- 15. Governing Law and Venue. The parties acknowledge and agree that this Contract was entered into and intended to be performed in whole or substantial part in San Bernardino County, O:\aO 1082-ty.doc 0137300 4 ,- California. Therefore, the law of the State of California, without regard to any conflicts of law '- provisions, shall govern any action or claim arising out of this Contract. The parties agree that the venue for any action or claim brought by any party to this Contract will be the Central District of San Bernardino County. Each party hereby waives any law or rule of court which would allow them to request or demand a change of venue. If any action or claim concerning this Contract is brought by any third party, the parties hereto agree to use their best efforts to obtain a change of venue to the Central District of San Bernardino County. 16. Time of Essence. Time is of the essence for each and every provision of this Agreement .- \- 17. Jury Trial Waiver. RECIPIENT and SANBAG hereby waive their respective right to trial by jury and agree to accept trial by judge alone of any cause of action, claim, counterclaim or cross- complaint in any action, proceeding and/or hearing brought by either RECIPIENT against SANBAG or SANBAG against RECIPIENT on any matter whatsoever arising out of, or in any way connected with, this Contract, the PROJECT, the relationship of RECIPIENT and SANBAG, or any claim of injury or damage, or the enforcement of any remedy under any law, statute, or regulation, emergency or otherwise, now or hereafter in effect, regardless of whether such action or proceeding concerns any contract or tort or other claim. THE PARTIES ACKNOWLEDGE THAT THIS WAIVER OF JURY TRIAL IS A MATERIAL INDUCEMENT TO EACH OF THEM TO ENTER INTO THIS CONTRACT AND THAT THEY WOULD NOT HAVE ENTERED INTO THIS CONTRACT WITHOUT THIS JURY TRIAL WAIVER. THE PARTIES FURTHER AGREE THAT EACH OF THEM HAS HAD THE OPPORTUNITY TO CONSULT WITH COUNSEL OF ITS OWN CHOOSING IN CONNECTION WITH THIS JURY TRIAL WAIVER AND UNDERSTANDS THE LEGAL EFFECT OF THIS WAIVER. 18. Successors and Assigns. This Contract shall be binding on the successors and assigns of the parties, but may not be assigned by RECIPIENT. 19. Prohibited Interests. A. Solicitation. RECIPIENT maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for RECIPIENT, to solicit or secure this Contract. Further, RECIPIENT warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for RECIPIENT, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, SANBAG shall have the right to rescind this Contract without liability. B. Conflict of Interest. For the term of this Contract, no member, officer or employee of RECIPIENT, during the term of his or her service with RECIPIENT, shall have any direct interest in this Contract, or obtain any present or anticipated material benefit arising therefrom. RECIPIENT covenants that at present time it has no interest, and will not have any interest, r direct or indirect, which would conflict in any manner with the performance of the Contract or '- the PROJECT required hereunder. O:\aO 1082-ty.doc 0137300 5 ./~ \"",.. 20. Equal Opportunity Emplovrnent. RECIPIENT represents that it is an equal opportunity employer and it shall not discriminate against any employee or applicant for employment because of race, religion, color, national origin, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 21. Y2K Compliant. RECIPIENT hereby warrants and represents that all products, equipment, hardware, software, electronic components, and systems (individually and collectively referred to herein as Equipment) being used by RECIPIENT or its contractors hereunder or in the PROJECT, shall be "Year 2000 Compliant." As used herein, the term "Year 2000 Compliant" shall mean that the Equipment will continue to perform the same functions and provide the same level of accurate information and calculations during the years 1999, 2000, and thereafter as it did prior thereto. In that regard, RECIPIENT warrants and represents that the functionality of the Equipment and the PROJECT, will not be adversely affected by the fact that such information and/or calculations may be provided. The RECIPIENT may be required to describe or demonstrate the procedures used to verify compliance. 22. Consent. Whenever consent or approval of any party is required under this Contract, that party shall not unreasonably withhold nor delay such consent or approval. c 23. Disputes. In the event any dispute arises between the parties hereto under or in connection with this Contact, the dispute shall be decided by the Director of Planning and Programming of SANBAG or his duly authorized representative within thirty (30) calendar days after notice thereof in writing which shall include a detailed statement of the grounds of the dispute and why the dispute should be resolved in RECIPIENT's favor. If RECIPIENT does not agree with the decision, then RECIPIENT shall have thirty (30) calendar days after receipt of the decision in which to file a written appeal thereto with the Executive Director of SANBAG. If the Executive Director fails to resolve the dispute in a manner acceptable to RECIPIENT, then such appeal shall be decided by a court of competent jurisdiction. During resolution of the dispute, RECIPIENT shall proceed with the performance of this Contract to the extent practicable. 24. Exhibits. All exhibits referred to herein are attached hereto and by this reference are incorporated herein. ,-.. '- O:\aO 1082-ty.doc 0137300 6 - '-' ,- '--' ..,..... ~ IN- WITNESS WHEREOF, the parties hereto have executed the Contract on the date first hereinabove written. SAN BERNARDINO ASSOC 0 GOVERNM NTS: By: ennis Hansberger, President REVIEWED AND RECOMMENDED FOR APPROVAL: By: 4.: ~ A:.f:7 Norman R. King, Executive Director APPROVED AS TO LEGAL FORM: 0:\.01082-ty.doc 0137300 CITY OF SAN BERNARDINO: By: Fred Wilson, City Administrator 7 ,,.,.....- TNESS WHEREOF, the parties hereto have executed the Contract on the date first bove written. ,-. ERNARDINO LVERN nis Hansberger, President CITY OF SAN BERNARDINO: By: Fred Wilson, City Administrator :WED AND RECOMMENDED ,PPROV AL: 4., ~~~ man R. King, Executive Director )VED AS TO LEGAL FORM: -- '- r- '- )82-ty.doc o 7 ,- CONTRACT ATTACHMENTS: '- Exhibit "A": STP Project Scope of Work Exhibit "B": STP Project Budget Exhibit "C": STP Project Milestone & Reporting Schedule Exhibit "0": Project Status Report Form - . "'- ,,.... '-' O:\aO 1082-ty.doc 0137300 8 (- ~ EXHIBIT A STP Project Scope of Work ,- .,-, -- '-' TE.-l-}l SII,.i'aCI: T,.n"JDO"'.J"O" P"OC"~'" FY97I9S.FY01JOJ CtJ/lio,,' Pro}l:tlJ '" lnt 1"12;;("\' k~rlOI: - EXHIBIT A: PROPOSER AND PROJECT INFORMATION (Return this page as part of your STP proposal) """'" Please provide the following proposer information in the space provided. Lead Agency: Address: City of San Bernardino/ Development Services: Engineering 300 N. "0" Street City Hall 3rd Floor San Bernardino, CA. 92418 Contact Person: Telephone Number: E-Mail Address:CaseYJa@ci.san-bernardino.ca.us Raymond A. Casey (909) 384-5111 Title: Fax #: (909) 384-5155 City Engineer r- ~ If Joint Proposal or Public/Private Partnership, Include Partner(s) Agency Name, Contact Person, and Telephone Number: Fourth Street Rock Crusher c/o /lr. H. Norman Johnson Jr. (909) 885-6866 BNSF c/o Mr. Robert E. Brendza 1-800-289-2673 San Bernardino Unified School District c/o Mr. Mike Perez (909)381-1100 Project Name: State <;trppt Fxtpn<:ion Proiect Brief Project Description (single paragraph summary): The proposed project is to extend State Street from its present terminus at 16th Street, southerly to intersect 5th Street easterly of Foothill Boulevard. The project will be constructed in six (6) phases. The phases will include the ultimate construction of a four- lane roadway with new traffic signals at 5th Street at State Street, Rancho Avenue at State Street, Base Line at State Street, and a future traffic signal at rjh Street and State Street. The Phase V bridgework and Phase VI ultimate roadway improvements will be constructed at a later date when monies become available. The phase boundaries are shown on the attached Vicinity Map. . STP Funds Requested: Local Match Amount: Total Project Cost Source(s) of Local Match: $ 2,005,000. $ 674,000. + (289,622.)* = 963,622. $ 2,968,622. CIP Funds $ 424,000. Development Fees $ 250,000. * ~t sales tax revenues $ 289,622. - '- * This cost was previously" incurred for the environmental study and design. O:\STPCaIlVaIOO I O-abz.doc 11 ;7 j"'- '- EXHIBIT A: PROJECT DESCRIPTION/SCOPE OF WORK PART 1 STATE STREET EXTENSION PROJECT The State Street Extension Project is a six (6) phased plan for the ultimate construction of Rancho Avenue, south of 5th Street (Foothill Blvd.) northerly to the present terminus of State Street at 16th Street. State Street is designed to be a four lane principal arterial with connections to Interstate 10 at Rancho Avenue and to Interstate 215 at University Parkway as part of the General Plan Circulation Element. See the attached Project Vicinity Map and Phase Rough Estimate Sheets for phasing parameters and scope of work. The work to be done under the proposed STP Funding Application consists of acquiring all of the necessary project right-of-way and all project construction including construction engineering and design, with the exclusion of Phases lA roadway work, 5, and 6. City staff is designing Phases IA, IB, and 2 of this project. The Phase lA roadway construction, which includes a new traffic signal at Base Line, will be financed with the City's Vz cent sales tax revenues. This construction will be completed by September 2001. The Phase 5 bridge design is complete. The bridge construction will occur at a latter date when additional funding become available. All Phase 6 roadway widening construction to full improvements (curb and gutter) will also occur at a later ,_ date. ~ The consultant preparation of Phase 3 and Phase 4 Plans, Specifications, and Cost estimates is 85% complete. The proposed interim alignment of State Street, until Phase 5 bridge monies can be identified, will be east of the Lytle Creek Channel and will cross over private property, San Bernardino County Flood Control property, Caltrans (Route 66) right-of-way at 5th Street, and a Department of Water Resources easement/right-of- way. The preliminary engineering for Phases 3 and 4 consists of designing the grading necessary to accommodate a four-lane roadway with two lanes of actual paving, and widening the existing bridge at 5th Street. The two traffic signals at the proposed access road to 5th Street, and Rancho Avenue at 5. Street will also be designed. The design also includes guardrail and protective fencing, as well as minor drainage structures for roadway local drainage. The project, to comply with anticipated funding, is being designed in metric. The City will submit all of the required environmental documents and right-of-way documents for this project. - '- ,_ EXHffilT A: PROJECT DESCRIPTION/SCOPE OF WORK '- PART 2 (B) Project Organizational Structure: STATE STREET EXTENSION PROJECT The City of San Bernardino shall be the "lead Agency" for all aspects of this project. Mr. Jarb Thaipejr, Senior Civil Engineer, will be the designated project manager. The Senior Civil Engineer shall be in charge of project implementation and construction inspection. The construction inspector shall be designated, once the project is awarded and shall act as the laison between the contractors and the project manager. The project manager shall be the contact person with Caltrans Local Assistance and SANBAG. He will be responsible for all progress reports as stipulated in the STP Guidelines. (C): Required Environmental Documents: _. An Air Quality Analysis and Biological Study have been obtained as required for an environmental review in accordance with CEQA. The City's Environmental Review Committee, based on an Initial Study prepared by Michael W. Grubbs, Senior Civil Engineer, has recommended a proposed Negative Declaration. This proposal will go before the Mayor and Common Council for their approval sometime in early 2001. ........ - '- '" c EXUffiIT A: PROJECT DESCRIPTION/SCOPE OF WORK PART 3 (E) Project Readiness: STA TE STREET EXTENSION PROJECT On October 11, 1996, R J. Mullins and Associates, Inc. was contracted to research and prepare ownership plats, prepare a survey plat and planimetric map from field survey, and design the alignment based on City, State and Federal guidelines. This work was done to insure that a roadway was feasible in the area, to be able to provide a basis for final design drawings, and to develop preliminary estimates in order to submit Federal and State-aid grant applications. In May of 1997, letters of interest were sent for proposals on the final design and preparation of construction documents for the project. In September of 1997, a contract for final design services was approved and awarded to the firm ofHNTB Corporation for the portion of the roadway between its connection with Rancho Avenue and 91!1 Street. State Street between 9fh Street and 15fh Street, is being designed by City staff. - On March 15, 1999, the Mayor and Common Council also approved a contract with T.Y. Lin International for an independent structural plan review of the State Street bridge crossing at Lytle Creek. On March 22, 1999, the City Administrator approved a contract with Ealco Consultants to peiform an BJ?praisal of the properties within the roadway alignment between Rancho Avenue and 9 Street. '- At this time, the street improvement plans by HNTB Corporation and the City are 85% complete. The bridge plans are in the second independent review process. After the plan review process is completed by T.Y. Lin International, we will proceed with the plan . review and permitting process with Caltrans, San Bernardino County Flood Control, U.S. Army Corps of Engineers, Southern California Edison and the State Fish and Game Agency. The City has appropriated $712,000.00 towards the project in the 2000/2001 Y, cent sales tax budget, of which $343,887.00 has been encumbered for the engineering and appraisal process. The remaining $368,113.00 is still in this years budget, although a portion of that funding will be utilized on the Phase lA construction. Recently, the City of San Bernardino Unified School District has asked the City to construct the traffic signal at the proposed intersection of Base Line and State Street. The cost ofthis new signal is estimated at $110,000.00. The staffs are recommending that the funding for this signal come from the remaining balance of State Street and that the work be completed in Phase I <A) of the project, prior to the opening of the new high school. Subsequent to these discussions, a three-way agreement has been reached to design State Street between Base Line and the high school entrance, 800' southerly of Base Line. -- '-' In conclusion, the engineering documents are nearly complete and the project should be ready to construct in the I" half of 200 1, after the permitting process is completed. ~~ ~~ ,9 ,- E'~ - ;::.. '.... ~ ~l.; ~~ U,~ ....... ....c C...,;::S ~ .~ ~ ~\,,) 1j,.... ~~ ~~ E~ ~E M~ .-~~ .,-.. ;::.. ~~ ~Q C/)'O- ~.~ ~ O~ .~ ~ UQ ~ ~ ~ ~ ~ N ~ N V) ~ ~ V) Q ~ a a ~ ~ ~ ~ ~ V) 'S \0 ,.......", a ~~ o~ ~ ;::s s:: ~ ~ ~ a ~ \...> s:: ~ ~ - - " ">~ '"'l .~"> ~ ...:::::..:: ~ "..0 1\:$ ~.... nt: l:Q.9 ~ " ,,- il "> ""<: "''' ..... t3.5 ~ ~~ "J J2. ~ 1:1 "'''=I ...:. ~ Sl 0.. ~ , ;; - "> " ." ..... c..::: ~ -" ..... ~ ~ ~ ..,"=1 '" - ~ ~ O\~ ~ -"' 0..; ~ -- . i j , -j I ..--- - " ~ "i ;S"" '" ~ e '" - ~ ~~ ~ ~ i I , e I ! i j , 01 '''I'' , ,e j I 'I .1 ~ ;s ." e '" lI'){j - ~ ~ ~-5 ;s<;:, ~..:; "'<:;> nt:- ::; ""<~ "- -.... . !i -.: "i "l- e" ~ ..s:::~ t.:l "", ~ ~ Sl ~ II .1 d mE . c.-5 1"'1 E--< ~:<; ~ ~ ~ U ~ <,"-"- ......... .r' "",. .' r.. ,-,) ;. r. . \ ~ \ 1\: .;'/" .,. ;, :!ii ::, ~: . ,. ,- Photo #1: Section A: Terminus of State Street south to Baseline Road Photo #2: B) Baseline Road south to 8uI Street - \....., c - l' ~J ;i'I'f;1t~~~~;;_*~ -:. ,~;: '". ,~"';: ~'-. .:,.;. ;.:.-," ::';\~;'~_';" .,,~:_ '_0 . ~:~':~;~~-.i.;...~:.~.'.. "'. '-"~:.' . .'.-.:., ':... .- ".,-..- '-'0 .~. ~ Photo #3: B) Baseline ltolfJ south to SU, Street Photo #4: B) Baseline llollcl south to Sib Street - I '~ ;;tIII"f.... '- ,- '--- Photo #5: Section C) 811> Street south to 711> Street Photo #6: Section C) 811> Street south to 711> Street ~ \....... .- "'" "'" \ ~) '" :.a'~""" :--:;-,:~;':J,-:-"""':-':_:~ 7:~.;~:...~, ..~ '.~::.~.~_ Photo #7: .~'--"'. ..,c..... ".___ Section D) 7'h Street south to the connection with Rancho Road - \....... EXHIBIT B STP Project Budget - .""", -- '- ,'-" '-' -- '- --- '- _ . TEA.~I Svrfoe~ rron4portatio" P"orrom Fl'9../93-FJ01IOJ Call/or ProJt!cu in ,h~ raUry RrglOIl EXHIBIT B: PROJECT BUDGET (Return this page as parr of your STP proposal) Budget Summary Data: Please complete the following Table listing project costs by category and funding source. State Street Extension Project: BUDGET FUNDING FUNDING COMPONENT STP$ OTHER $ OTHER $ SOURCE(S) ENVIRONMENTAL S 4,000.* S S ;,~ sales tax DESIGN & ENGINEERING 80,000. $ 285,622.* S S ;,~ sales tax ROWISITE ACQUISITION 569,000. S 74,650. S S CONSTRUCTION 1,356,000. $ 599,350. $ $ CAPITAL EQUIPMENT $ $ $ OTHER DIRECT COSTS $ $ $ (please specify below) $ $ $ TOTAL COSTS 2,005,000.$ 963,622. $ $ t};.**Hll~i~~~~j Is the Project Local Match Greater than or Equal to 11.47% of the Total Project Cost? YES X o NO o If You Checked the 'NO' Box. Does Your Project Qualify for 100% STP Funding? 0 [j If You Checked Both "NO" Boxes, Please Refer to Section I.C.5. for a Description of Project Local Match Requirements! * These costs were previously incurred and are not included in the local match portion of this application. However, they do increase the overall percentage of the local match contribution for the project to 32.5%. O:ISTPCaIlVaIOO I O.abz.doc 1 < .. TE.A.~ / Sur/act! rransporrDlioll P"Orr-a1n F}'9~/9J-F}"O:1I0J eaUfor Projt:cu ill ,he rallt." RtglO1l - EXHIBIT 8: PROJECT BUDGET (Return this page as part of your STP proposal) \~ nary Data: Please complete the following Table listing project costs by category and funding ate Street Extension Project: r- '- 'DGET FUNDING FUNDING PONENT STP $ OTHER $ OTHER $ SOURCE(S) :NTAL S 4,000.* S $ J,t sales tax NGINEERING 80,000. $ 285,622.* $ S J,t sales tax ,CQUISITION 569,000. $ 74,650. $ $ TION 1,356,000. $ 599,350. $ $ IUIPMENT , $ $ $ :CT COSTS $ $ $ ify below) $ $ $ TOTAL COSTS 2,005,000.$ 963,622. $ $ ~~~~~~~~~~~ t Local Match Greater than or Equal to 11.47% of the Total Project Cost? YES X Cl NO Cl ed the 'NO' Box, Does Your Project Qualify for 100% STP Funding? C] 0 ked Both "NO" Boxes, Please Refer to Section I.C.S. for a Description of Project Local irements! ~se costs were previously incurred and are not included in the local :ch portion of this application. However, they do increase the overall 'centage of the local match contribution for the project to 32.5%. ~ '- 101 Q-abz.doc .. .. ,...... '- EXHIBIT C STP Project Milestone & Reporting Schedule ,,-' '- ,- "- :"."....., '-' c -- '-' rEA.~ I Sur/au T,.~nJp(J,.,allo" p,.ocrlJIfl FY9:/98.F1.02IOJ Cullfor Pro..lurs II! ,hI! 'ollty R~.'!IOII EXHIBIT C: PROJECT IMPLEMENTATION SCHEDULE (Return this page as part of your STP proposal) Please provide, either in the space provided Delow or separate attached sheet. a Milestone Schedule for your proposed STP project The schedule should include anticipated start and completion dates for each task, activity. or milestone identified in Exhibit A. 'Project Description/Scope of Work". Also, please identify anticipated dates for submission of applications to CaltranslFederal Transit Agency, and quarterly report submission to SAN BAG. The format requirements for the Project Implementation Schedule are fiexible. A template is provided below: PROJECT MILESTONE START DATE COMPLETION Example: Task I Purchase Right of Way... Authority to Proceed (A TP) + A TP + 3 months Contact CAL TRAN's Local Assistance ATP + I week ATP + I month Process Environmental Documents ATP+ I month A TP + 3 months Design plans and Specifications (85% complete) Started A TP + 2 months Right-of-Way Processes A TP + 4 months ATP + 8 months Notify Utilities of Project Location ATP + I month A TP + 2 months Plan Approval by City Engineer A TP + 8 months ATP + 8 months Progress Report to SANBAG A TP + 6 months A TP + 6 months Mayor and CC Approval to Advertise A TP + 8 months A TP + 8.5 months Project Advertisement A TP + 8.5 months A TP + 9.5 months Hold Bid Openings/Award Contract ATP + 9.5 months A TP + 10.5 months Authorization to Proceed ATP + II months ATP + II months Order Materials/Project Construction ATP + II months A TP + 17 months Project Completion/Final Reports ATP + 17 months ATP+ 18 months - i......... EXHIBIT D Project Status Report Form -- ......... - '-' - PROJECT STATUS QUARTERLY REPORT FORM FOR FEDERAL FUNDING '"""" (Due to SANBAG by the 15'" of January, April, July, and October until project completion) General Proiect Information: Reporting Agency Name: Contract Number: L TF Allocation No: Project Description: Proiect Status: Begin Date (mm/dd/yy) End Date (mmldd/yy) Expected Obligation (Fed Funds only) Environmental Clearance: $ Type of Environmental Document: Engineering: $ $ ROW: Construction: $ Comments: - '-' Local Assistance Process: (only required for projects that have received TEA, STP, or CMAQ obligation) RTIPIFTIP Approval Date: RTIP/FTIP Number: Engineering ROW Construction Date of Authorization Request to CT District 8: Date/Amount of FNM-76 (E-76): /$ 1$ IS Date of PR-2 (between Caltrans and FHW A): Date of PS (program Supplement): - "- Date of I" /Final Invoice to Caltrans: I 1$ IS IS IS 1$ IS I / Date 91 (Final Paperwork) Submitted to Caltrans to Final Project: Please refer to next na!!e for L TF Article 3 Pavment ReQuests and to add anv additional comments. O:\TFAST ATFR:\lc.len 'rint" .. . d_ i_ -- PROJECT STATUS REPORT FORM FOR FEDERAL FUNDING (cant.) L TF PROGRESS PAYMENT REOUEST: (only required for projects that have received L TF Article 3 funds) Allocation Number: Date ofLTF Claim: Amount Allocated $ Amount Requested $ Amount Received to Date $ Amount Remaining $ '-' ADDITIONAL COMMENTS: - '- JCXl/- 1/", San Bernardino Associated Governments [ffi[g@[gOW~[Q) MAR 2 9 2001 San Bernardino County Transportation Commission San Bernardino County Transportation Authority San Bernardino County Congestion Management Agency Service Authority for Freeway Emergencies CITY OF SAN BERNARDI~2 North Arrowhead Avenue. San Bernardino. California 92401-1421 DEVELgE~~~~~~VICE (909) 884-8276 FAX: (909) 885-4407 03/27/01 Company: Address: City of San Bernardino 300 N. "D" Street, City Hall3rd Floor San Bernardino, CA 92418 Attention: Raymond A. Casey, City Engineer Subject: Contract Number 01-082 Attached is the following: SANBAO Contract 01-082- State Street Extension Pro' ect This is transmitted as checked below: A roved as submitted A roved as noted Returned for corrections X For si natures Resubmit Submit Return Remarks: Please have contract signed and return one original to me. Thank you. BY~~du Andrea B. Zureick Transportation PlanningIProgramming Analyst O:IRCOI 0327.abz.doc Cities of: Adelanto. Barstow, Big Bear Lake. Chino, Chino Hills, Colton, Fontana. Grand Te"ace. Hesperia, Highland, Lorna Linda, Mon/clair Needles, Ontario, Rancho Cucamonga, Redlands, Rialto, San Bernardino, Twentynine Palms, Upland, Victorville, Yucaipa Towns of" Apple Valley. Yucca Valley County of San Bernardino CITY CLERK'S OFFICE RACHEL G. CLARK, C.M.C. - CITY CLERK '" P.O. Box 1318, San Bernardino' CA92402 300 NorIh "D" StreeIo San Bernardino' CA 92418-0001 909.384.5002 0 Fax: 909.384.5158 Business Registration Division: 909.384.5302 Passport Acceptance Facility: 909.384.5128 www.ci.san-bernardino.ca.us June 25, 2001 Andrea B. Zureick San Bernardino Associated Govermnents 472 N. Arrowhead Avenue San Bernardino, Ca 92401 Re: SANBAG Contract 01-082 - State Street Extension Project Dear Ms. Zureick, Per your request, enclosed is one signed original contract. If you have any questions, please call me at (909)384-5002. Sincerely, I {'- {" , - Michelle Taylor Senior Secretary Enclosure cc: Raymond Casey, Development Services CITY OF SAN BERNARDINO ADOPTED SHARED VALUES: Integrity 0 AccounIability 0 Respect for Human Dignity 0 Honesty . . ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): "-I \(-() \ Item # 19: Resolution # 'Leo I - 12g Vote: Ayes I-I Nays ..e Abstain B- Absent -B Change to motion to amend original documents: Reso. # On Attachments:./ Contract term: Note on Resolution of Attachment stored separately: --=- DirecI City Clerk to (circle 1): PUBLISH, POST, RECORD W /COUNTY By: NulWoid After: Date Sent to Mayor: lr LO ~ClI Date of Mayor's Signature: Co-"Z H::.,I Date of Clerk/CDC Signature: 10. L "Z- c::, \ Reso. Log Updated: Seal Impressed: ../ ,/ Date Memo/Letter Sent fo 60 Day Reminder Letter Sent on 30th da 90 Day Reminder Letter Sent on 45th day: See Attached: See Attached: See Attached: Dale Returned: -- Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433,10584,10585,12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234, 655, 92-389): Yes~ No By Yes No ,/ By Yes No ,/ By - Yes No v By Yes N07 By Copies Distributed to: City Attorney ,/ Parks & Rec. Code Compliance Dev. Services ,/ EDA Finance v MIS Police Public Services Water Others: Notes: BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term. etc.) Ready 10 File: 01' Date: ~-25 )0 , Revised 01/12/01