Loading...
HomeMy WebLinkAbout98-217 - ResolutionsRESOLUTION NO. 98-2'17 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, APPROVING THE EXECUTION OF THE COOPERATIVE AGREEMENT BETWEEN THE SAN BERNARDINO ASSOCIATED GOVERNMENTS/SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY (SANBAG) AND THE CITY OF RANCHO CUCAMONGA FOR THE PROPOSED DESIGN, FUNDING AND CONSTRUCTION ADMINISTRATION RESPONSIBILITIES OF HIGHLAND AVENUE/DAY CREEK BOULEVARD PROJECT WHEREAS, the City Council of the City of Rancho Cucamonga (hereinafter referred to as "City"), has for its consideration and execution, the Cooperative Agreement with the San Bernardino Associated Governments/San Bernardino County Transportation Authority (hereinafter referred to as "SANBAG") for the proposed Highland Avenue/Day Creek Boulevard Project; and WHEREAS, SANBAG and the City are in mutual accord with the conditions specified in the attached Cooperative Agreement; and NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA HEREBY RESOLVESthat said Cooperative Agreement be approved and accepted and authorize the Mayor to execute the same, and direct the City Clerk to attach a certified copy of this resolution to all copies of said Agreement and mail said copy to SANBAG. AYES: NOES: None ABSENT: None ABSTAINED: None PASSED, APPROVED, AND ADOPTED this 16th day of December, 1998. Alexander', Biane, Curatalo, Dutton, Williams Resolution No. 98-217 Page 2 ATTEST: Debra J. Adam~,, CMC, City Clerk I, DEBRA J. ADAMS, CITY CLERKof the City of Rancho Cucamonga, California, do hereby certify that the foregoing Resolution was duly passed, approved and adopted by the City Council of the City of Rancho Cucamonga, California, at a regular meeting of said City Council held on the 16th day of December, 1998. Executed this 17th day of December, 1998, at Rancho Cucamonga, California. Debra J. Adarr~, CMC, City Clerk Resolution No. 98-217 Page 3 COOPERATIVE AGREEMENT BETWEEN SAN BERNARDINO ASSOCIATED GOVERNMENTS/ SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY AND CITY OF RANCHO CUCAMONGA FOR DESIGN, CONSTRUCTION AND FUNDING OF THE HIGHLAND AVENUE/DAY CREEK BOULEVARD PROJECT This Cooperative Agreement is made and entered into this [ 2_ - {~' c? ~7 by and between the City of Rancho Cucamonga, a municipal corporation of the State of California (herein referred to as CITY) and San Bernardino Associated Governments/San Bernardino County Transportation Authority (herein referred to as SANBAG) for the design, funding and construction administration responsibilities of the Highland Avenue / Day Creek Boulevard project (herein referred to as the PROJECT). Witnesseth WHEREAS, the PROJECT will include the realignment of a portion of existing Highland Avenue in connection with the Route 30 Freeway construction (from 0.38 kilometers west of proposed Day Creek Boulevard to 0.24 kilometers east of Day Creek Boulevard) and construction of Day Creek Boulevard (from Base Line Road to Highland Ave.); and WHERERAS, the PROJECT will be divided into two portions. The first being the realignment of Highland Avenue and improvements associated with the intersection of Highland Avenue and Day Creek Boulevard (herein referred to as the SANBAG PORTION, estimated to cost $1,743,743); the second being the improvements to Day Creek Boulevard, south of the Highland realignmere to Base Line Road (herein referred to as the CITY PORTION, estimated to cost $2,400,000); and WHEREAS, the purpose of this agreement is to define the project roles and responsibilities for both the CITY and SANBAG; and WHEREAS, both parties agree to the concept and purpose of the PROJECT. Therefore, both SANBAG and the CITY agree to the following: SANBAG shall provide the design consultant and shall be responsible for the full cost of the design for the SANBAG PORTION of the PROJECT. The CITY shall provide the design consultant and shall be responsible for the full cost of design for the CITY PORTION of the PROIECT. 2. SANBAG's consultant: will provide plans, specifications, and estimates for all M:A99015 CSS.doc Cooperative Agra-meat No. 994) 15 Task Number 99268 Page 1 of 6 Resolution No. 98-217 Page 4 improvements required for the SANBAG PORTION. The CITY will provide plans, specifications, and estimates for all improvements required for the CITY PORTION. The CITY will advertise, award, and administer the construction of the PROJECT. The CITY will provide the staff needed to manage the PROJECT. The CITY will also provide, at the CITY's expense, inspection as required for the PROJECT. SANBAG shall be responsible for construction costs of the SANBAG PORTION of the PROJECT, including testing and surveying. o SANBAG shall provide, or cause to occur, all necessary services and personnel to acquire the right of way (including any temporary construction easements) for the SANBAG PORTION of the PROJECT. SANBAG shall furnish all right of way costs for the SANBAG PORTION at SANBAG's expense. The CITY shall provide all necessary services and personnel to acquire the right of way (including any temporary construction easements) for the CITY PORTION of the PROJECT. The CITY shall furnish all right of way costs for the CITY PORTION at the CITY's expense. SANBAG shall acquire all right of way for the SANBAG portion of the PROJECT prior to the CITY awarding the contract for the PROJECT. If SANBAG falls to resolve all right of way issues critical to construction activities (for the SANBAG portion of the PROJECT) prior to the award of the contract, this cooperative agreement, at the discretion of the CITY, may be deemed void.. SANBAG shall coordinate, at SANBAG's expense, the relocation of any utilities necessary for the SANBAG PORTION of the PROJECT. SANBAG shall be responsible for, or shall coordinate payment. of, all utility relocation costs for the SANBAG PORTION. o The CITY shall coordinate, at the CITY' s expense, the relocation of any utilities necessary for the CITY PORTION of the PROJECT. The CITY shall be responsible for all utility relocation costs for the CITY PORTION. The CITY shall draft, at the CITY's expense, the proper environmental documents necessary for construction of the CYI'Y's portion of the PROJECT. These documents shall be approved by the city council prior to advertising the PROJECT. SANBAG shall draft, at SANBAG's expense, the proper environmental documents necessary for the construction of SANBAG's portion of the PROJECT. 10. The CITY shall waive all plan check fees and permit fees related to the PROJECT. 11¸. The CITY shall obtain, at the CITY's expense, all permits needed for the CITY portion of the PROJECT. SANBAG shall obtain, at SANBAG's expense, all permits needed for M:A99015CSS.doc Cooperative Agreement No. 99-015 Task Number 99268 Page 2 of 6 Resolution No. 98-217 Page 5 of the PROJECT. SANBAG shall obtain, at SANBAG's expense, all permits needed for the SANBAG portion of the PROJECT. 12. The CITY shall provide "As built" drawings for the PROJECT at the CITY's expense. 13. All construction change orders for this PROJECT shall be approved by SANBAG prior to the CITY issuing the Contractor authorization to begin any additional work. SANBAG will negotiate change orders - or portions thereof- which affect the SANBAG PORTION of the PROJECT. The CITY will execute the change orders with the contractor. SANBAG will pay the construction costs of all change orders and claims for the SANBAG PORTION of the PROJECT. The CITY will pay the construction costs of all change orders and claims for the CITY PORTION of the PROJECT. 14. The construction contract will be by and between the CITY and the successful low bidder for the PROJECT. SANBAG, its officers, agents, representatives, and employees and Fluor Daniel, Inc. shall be named as additional insured on the liability insurance policy of the construction contractor. 15. The CITY shall submit an initial billing in the amount of $174,000 to SANBAG, 15 days prior to the CITY's bid advertising date of a construction contract for the PROJECT. SANBAG shall deposit with the CITY within twenty (20) days of receipt of billing the amount of $174,000. Said initial billing to represent SANBAG's initial deposit for one month estimated construction cost. Thereafter, the CITY shall prepare and submit to SANBAG monthly statements for estimated expenditures for construction one month in advance as construction of the PROJECT proceeds. These monthly statements shall also include actual expenditures from the previous months work. 16. SANBAG agrees to deposit with the CITY not latter than ten (10) working days preceding the beginning of each month, the estimated expenditures for the SANBAG portion for that month, and to continue making such advance deposits on a monthly basis until PROJECT completion. 1'7. The CITY shall establish separate PROJECT accounts to accumulate charges for all costs to be paid for by SANBAG pursuant to this agreement. The account for the SANBAG portion of the PROJECT shall include receipts/invoices containing a description, the date, the number of hours and the rate for each expenditure. The CITY will also provide SANBAG quarterly reports comparing actual expenditures to the monthly advances made by SANBAG and will provide updated planned reimbursement schedules. The CITY shall provide SANBAG these reports within fifteen (15) days following the quarter end. 18. SANBAG agrees to pay the CITY upon completion of all work and within twenty (20) days of receipt of a detailed statement made upon final accounting of costs therefore, any M :A.99015CSS.doc Cooperative Agreement No. 99-O15 Task Number 99268 Page 3 of 6 Resolution No. 98-217 Page 6 amount over and above the aforementioned deposits and payments required to complete SANBAG's financial obligation pursuant to this agreement. The CITY shall return any remaining construction funds, if any, within twenty (20) days of the recordation of the Notice of Completion. 19. SANBAG agrees the CITY's construction contract claims process will be used in consultation with SANBAG. SANBAG shall abide by the outcome of said process. 20. Upon completion of work under this agreement, SANBAG will assume maintenance and the expense thereof for any part of the PROJF_.L~ located within STATE right of way until acceptance of any such part of the PROJECT into the State Highway System by the STATE. 21. The CITY shall not advertise for bids to -~ ,3truer the PROJECT, until after this agreement is executed by both parties. 22. Lowest responsible bid shall be detc,~' ,,:~:d by the sum of the CITY's portion and SANBAG's portion. 23. If, upon opening of bids for the PROJECT, it is found that the lowest responsible bid is not more than then the engineer's estimate, the CITY will award the contract. 24. If, upon opening of bids for the PROJECT, it is found that the lowest responsible bid exceeds the Engineers Estimate, SANBAG and the CITY shall consult upon a course of action. If, after fifteen (15) days, a course of action is not agreed upon, this agreement shall be deemed to be terminated by mutual consent. 25. In the construction of the PROJECT, SANBAG may, at no cost to the CITY, furnish a representative, if it so desires for the SANBAG portion. Said representatives and the CITY's Engineer will cooperate and consult with each other, but the decisions of the CITY's Engineer shall prevail as final, binding and conclusive in all matters concerning the SANBAG portion of the PROJECT construction contract. 26. If any unforeseen potential hazardous waste sites are encountered during construction of the SANBAG portion of the PROJECT, SANBAG and the CITY shall meet and confer on a course of action. All costs for any remedial action shall be at SANBAG's expense. 27. Amendments to this agreement may be incorporated to this Agreement as mutually agreed to in writing by both the CITY and SANBAG. 28. Neither SANBAG nor any officer, employee or agent thereof is responsible for any damage or liability occurring by reasons of anything done or omitted to be done by the M:A99015CSS.doc Cooperative Agreement No. 99-015 Task Number 99268 Page 4 of 6 Resolution No. 98-217 Page 7 29. CITY under or in connection with any work, authority of jurisdiction delegated to the CITY under this Agreement. It is understood and agreed that, pursuant to Government Code Section 895.4, the CITY shall fully defend, indemnify and save harmless SANBAG, all officers, employees or agents from all claims, suits or actions of every name, kind and description brought for or on account of injury (as defined in Government Code Section 810.8) occurring by reasons of anything done or omitted to be done by the CITY under or in connection with any work, authority or jurisdiction delegated to the CITY under this Agreement. Neither the CITY nor any officer, employee or agent thereof is responsible for any damage or liability occurring by reasons of anything done or omitted to be done by SANBAG under or in connection with any work, authority or jurisdiction delegated to SANBAG under this Agreement. It is understood and agreed that, pursuant to Government Code Section 895.4, SANBAG shall fully defend, indemnify and save harmless the CITY, all officers, employees or agents from all claims, suits or actions of every name, kind and description brought for or on account of injury (as defined in Government Code Section 810.8) occurring by reasons of anything done or omitted to be done by SANBAG under or in connection with any work, authority of jurisdiction delegated to SANBAG under this Agreement. ¢ M:tM99015CSS.doc Cooperalive Ag~-eemcnt No. 99-015 Task Number 99268 Page 5 of 6 Resolution No. 98-217 Page 8 SAN BERNARDINO ASSOCIATED GOVERNMENTS (SANBAG) By: Kathy A. Davis,XPres~dent SANBAG Board of Directors CITY OF RANCHO CUCAMONGA A MUNICIPAL CORPORTATION William Ale~/~~d~r ~ / Mayor Date: //-,~- if' ~ Date: / £ //,.'-,7 ,./~' ,3 APPROVED AS TO FORM AND PROCEDURE: Rex I~nesley ._ County Counsel ATTEST: By: c~t~~lX~r~_ ~ Date: Date: /,?//,?/~ ~:~ APPROVED AS TO LEGAL FORM: By: ,::~5~ Attorney Date: M:A99015C$S.doc Cooperative Agramerit No. 99-015 Task Number 99268 Page 6 of 6 SUMMARY SHEET ROLrT=. 30 - MEASURE '7' PROGRAM ES ,mMATE OF COST SAN BERNARDINO ASSOCIATED GOVERNMENTS PROJECT DESCRIPTION: HIGHLAND AVENUE. DAY CREEK BLVD. ROUTE POST MILE: SEGMENT MANAGER:GREG HEFTER ESTIMATE DATE; 3/13/98 RE~SED 6J19/95 ITEM DESCRIPTION Resolution No. 98-217 Page 9 SEGMENT # 5 ESTIMATE ".m/EL. DETAILED ESTIMATE REVISION: ESTIMATE IV VI ROADWAY AND STRUCTURES A EARTHWORK STRUCTURAL SECT~©N C DRAINAGE D BRIDGE STRUCTURES E OTHER ' MOBILLT. AT1ON ESTIMATED CDNSTRU~"TION CONTRACT SUPPLEMENTAL STATE FURNISHE~:, CONTINGENCY TOTAL ENGINEERS ESTIMATE MISCELLANEOUS CONSTRUCTION A RELINQUISHMENT B AESTHETIC ENHANCEMENT' C OTHER TOTAL MISCELLANEOUS CONSTRUCTION CONSTRUCTION SUPPORT A B, c D ENGINEERING SUPmORT CONSTRUCTIONMANAGeMENT FIELD OFFICE MISCCONSTRUCT~ON SUPPORT TOTAL~ONSTRUCTION MANAGEMENT TOTAL :ONSTRUCT1ON RIGHT OF WAY PROPERTY AC;UI$1TiON UTILITY RELOCATION CLEARANCE AND DEMCLJ ,~ON RELCCAT1ON ASSISTANCF TITLE AND ESCROW FEES R/W MANAGEMENT CONTINGENCY TOTAL RIGHT OF WAY TOTAL CONSTRUO~ONANDRJW ENGINEERING AND OTHER PRELIMINARY DES;GN FINAL DESIGN ENVIRONMENTAL MITiGAT:CN(1) TaTAL ENGINEERING AND OTHER RESERVE FUNDS LANDSCAJ31NG PROJECT RESERVE TOTAL RESERVE FUNDS TOTAL PROJECT BUDGET ¢ll OTHER EN~qRONME'NTAL ~OSTSIN MUTISEGMENT $254,035 $131.166 $438.108 $251.217 $107 453 S1.181.979 $23.640 S60,000 $253 124 $1.518,743 S0 $0 $0 S0 $0 $0 $o $o $0 $1.518.743 $0 $o $o $0 So SO So $o $1.518.743 $o $o So $o $o $o $1.518.743 H ',R30SEE.WB2 ATTACHMENT "A" HIGHLAND AVENUE/DAY CREEK BLVD. ESTIMATE BASIS - PARSONS BRINKERHOFF DETAILED ESTIMATE EST1MA'F'~ DATE-' 3/13.~8 REVISED ~1~/~8 rl~M ITEM DESCRIP'1'3ON UNIT OF CODE MEASURE[ CO C~ C~ Resolution No. 98-217 Page 10 qUANTITY UNIT TOTAL SECTION PRICE COST CDDE C3 C4 C5 C6 070010 PROGRESS SCHEDULE(CRITICAL PATH) LS · 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN LS 074020 WATER POLLUTION CONTROL LS 120090 CONSTRUCTION ARF_A SIGNS LS 120100 TRAF~C CONTRCL SYSTEM LS 120140 BARRICADES(LEFT IN PLACE) EA 120:200 FLASHING BEACON.PORTABLE EA 150305 OBLITERATE SURFACING M2 150804 REMOVE DRAINAGE FACILITY EA 160101 CLEARING AND GRUBBING LS 190101 ROADWAY -~XCAVATION M3 lg2025 STRUCTURE EXCAVATION(CULVERT') M3 193004 STRUCTURE BACKFILL(CULVERT} M3 203003 STRAW(EROSION CONTROL) TONNE 203056 COMMERCIAL FERTILiZER(EROSiON CONTROLl KG 203040 SEED(EROSION CONTROL) KG 260:201 CLASS 2 AGGREGATE BASE M3 390155 ASPHALT CONCRETE(TYPE A) TONNE 510104 CLASS A CONCRETE(BOX CULVERT') M3 510502 MINOR CONCRE'TE(MINOR STRUCTUR_~ M3 520107 BAR REINFORCING STEEL(BOX CULVERT') KG 56601 t ROADSIDE SIGN - ONE POST EA ,.~3~015 INSTALL SIGN(MAST ARM HA~GAR METHOD) EA 650018 ~ REINFORCED CONCRETE PIPE M 65XY,,Y~ 18001V~M REINFORCED CONCRETE PIPE M 731502 MINOR CONCRETEOMtSC CONSTRUCTION) M3 750001 MISC. IRON AND STEEL KG 800360 CHAIN LINK ~ENCE;TYPE CL-~) M 840506 200MM THERMOPLASTIC TRAFFIC STRIPE M 840519 THERMOPLASTIC PAVEMENT MARKING M2 840656 PAINT TRAFFIC STRIPE,,2 COAT) M 850102 PAVEMENT MARKER(REFLECT~E) EA 860251 SIGNAL AND LIGHTING{LOCATION I) LS 999990 MOBIL2ATION $ 1 3.0OO00 3.000 IE 1 5.000.00 5,000 IE I 5.000.00 5,000 IE 1 15.000.00 15,000 1 20.000.00 20.C00 ~E 24 :200.00 4.~00 2 900.00 1.300 IE 6,063 5.00 30,315 lB 2 1,00o.00 2.c0o 1 50,000 00 ' 50,000 40,407 5.00 202,C35 IA 1,511 30.00 45,230 I: 7 400.00 2.800 [E 278 1.50 417 I~_ 29 30.00 870 IE 1,331 21.00 27,951 lB 2,916 25.00 72,900 lB 442 300.00 132,600 57 900.00 51,300 56,455 2.20 124,201 8 250.00 2.000 15 4 300.00 1.200 71 150.00 10.650 35 440.00 15.400 IC 141 30000 42,300 IC 3,273 3.00 9,819 745 15.00 11. ~ 75 I= 210 1.00 210 66 35.00 2,310 t = 1,827 0.30 548 iE 329 3.00 987 IE 1 174.100.00 174.100 IE 1.074,526 0.10 107 453 A TT A CHMENT '"A" H:'R30SSE.WB2 HIGHLAND AVENUE/DAY CREEK BLVD. ESTIMATE BASIS - PARSONS BRINKERHOFF DETAILED EST1MATE ESTIMATE DATE: ~'1~98 REVISE~ ITI~M ITEM DESCRIPTION UNIT OF QUANTITY co~ MF~SURI~ CO C1 C2 C3 Resolution No. 98-217 Page 11 UNIT TOTAL SECTION PRICE COST CODE C4 C5 C6 ~OTAL 1 !8',.979 SUPPLEMENTAL WORK~2% 23 640 )G 066070A MAINTAIN TRAFFIC AND F1.AGGING LS 0 066869A MOVE FLASHING BEACON(PORTABLE) LS 0 10,000.00 1,000,00 0 0 TOTAL SUPPLEMENTAL STATE FURNISHED MATERtALS AND EXPENSE 066073 MARKER PANELS LS 066571 HARDWARE FOR MOUNTING SIGN PANELS 066572 SIGN PANELS LS 066574 ROUTE SHIELDS FOR FUNDING SIGNS 066837 REFLECTORS AND ADHESIVE FOR KM RAIL L~ 066666 TRAFFIC SIGNAL CONTROLLER ASSEMBLY LS 0 1,000.00 0 IH 0 1,0OO.00 0 0 1.000.00 0 IH 0 500.00 0 IH 0 2,000.00 0 1 60.000.00 60,000 IH TOTAL STATE =URNISHED 60.000 PROJECTSUBTOTAL 1.265.619 CONTINGENCIES,;?0%) 253.124 I1 1.518743 ~.~', DO E., H:\R3055E,WB2 ATTACHMENT "A" Resolution No. 98-217 Page 12 SHT SHT SHT SHT SHT SHT SHT SHT SHT SHT $HT SHT SlIT SHT INDEX OF SHEETS NO. NO. NO. NO. NO. NO. NO. NO. NO. NO. NO. I TITLE AND LOCATION MAP 2 TYPICAL SECTIONS 3-4 STANDARD PLANS LIST 5 KEY MAP AND LINE INDEX 6-7 LAYOUTS 8-10 PROFILES II CONSTRUCTION DETAILS 12-13 CONTOUR GRADING 14-17 .DRAINAGE PLANS 18 . STAGE CONSTRUCTION 19-21 PAVEMENT DELINEATION 22 SUI~IARY OF QUANTITIES 23-24 SIGN PLANS 25-26 ELECTRICAL PLANS STATE OF DEPARTMENT O~ PROJECT PLANS F STATE IN SAN FROM 0.38 TO 0.24 BERNARDINO COUb KILOMETERS WE,~ KILOMETERS EASl 957. SUE AUGUS1 To be $uoplemented by Metrlc ,c FUTURE ROUTE 3C To UD I and ADDroved OS to lmDoct on S~ote foclll,Je5 and conformnee ~l,h oDPllcoble $~o~e s,ondod$ and proc+Ice$. Tecnnlcol overslgm~ ~os Oer~or~ned os ~esc~IOeo ~n ~he Collfornlo Department of Tronsportotlon A ~ E Consultoni Servtces Monuot. The Controcior $~oll Dossess the Clos$ (or classes)of iicense os $Decl(led 1~ +~e ''Notice ~o £oniroctors ', Resolution No. 98-217 Page 13 CALIFORNIA : TRANSPORTATION 3R CONSTRUCTION ON HIGHWAY ITY IN RANCHO CUCAMONGA ;T OF DAY CREEK BOULEVARD · OF DAY CREEK BOULEVARD tM I TTAL 1997 {t'ondor-d PI(~'~S doted July. 1995 ¢UTURE RAMP 'BY' ~ NO SCALE To CITY OF RANCHO CUCAMONGA TITLE AND LOCATION MAP SCALE I, I000 DATE~ Cu 00000 j EA 00000 _,t. TT~ CI*tME,1NT