Loading...
HomeMy WebLinkAboutC-1205(C) - Financing agreement for Construction of Jamboree Road, Palisades, MacArthur extensioni iop 13810 TO: CITY COUNCIL By the CITY COUNCIL FROM: Public Works Department CITY OF NEWPORT BEACFI April 13, 1970 SUBJECT: JAMBOREE ROAD CONSTRUCTION - PALISADES ROAD TO MAC ARTHUR BOULEVARD C -1205 RECOMMENDATIONS: 1. Adopt a resolution authorizing the Mayor and City Clerk to execute a cooperative agreement with the State of California for the subject project. 2. Adopt a minute action authorizing the Mayor and City Clerk to execute a right of way certification for the subject project. DISCUSSION: On January 12, 1970, the Council authorized the staff to negotiate a cooperative agreement with the State Division of Highways to cover additional costs involved in modifying the subject project to conform with the Corona del Mar Freeway design. The agreement provides for the State to pay the additional construction costs, estimated at $51,000 and the additional engineering costs, a maximum fee of $50500. The subject project will also be partially financed by the County of Orange Arterial Highway Financing Program (AHFP). One of the requirements of the AHFP is a certification by the City Council that the necessary right of way is available,and that the County will not be held responsible for any liability arising from the use of the right of way. The subject certification is in the form requested by the County. h Devlin c L ks Director .. 0 TO: FINANCE DIRECTOR FROM: City Cleric SLEJECT: Contract No. 0-1205 P DATE April 28, 1970 Description of Contract (ppp@mtiye Fj,namjng Agreement for oauatnuetian of Jmeboree Road between Palisades and MacArthur Authorized by Resolution No. 7165 , adopted on 4 -13-70 Effective date of Contract April 13, 1970 Contract with Addres Amount of Contract $51, 000.00 Amount to be deposited by State city e c C O O P E R A T I V E A G R E E M E N T — — — — — — — — — — — — — — — — — — 07- Ora -73 R2.9/R3.8 0.1 mi. S. Bonita Canyon Road to Jamboree Road 07208 - 036121 THIS AGREEMENT IS MADE AND ENTERED INTO ON THIS �, DAY OF/��, 197 61, BY AND BETWEEN //�� AND WITNESSETH District Agreement No. 2547 CITY OF NEWPORT BEACH a body politic and municipal corporation of the State of California, hereinafter referred to as "CITY ". STATE OF CALIFORNIA, acting by and through its Business and Transportation Agency, Department of Public Works, Division of Highways, hereinafter referred to as "STATE ". WHEREAS, CITY has prepared plans and will award a contract for the construction of Jamboree Road between Palisades Road and MacArthur Boulevard in the City of Newport Beach, Orange County, California; aforesaid construction to be referred to hereinafter as PR04ECT, and • WHEREAS, STATE is planning the construction of the Route 73 Freeway between 0.1 mile south of Bonita Canyon Road and Jamboree Road; and WHEREAS, reconstruction of PROJECT will be necessary in order to accommodate construction of the Route 73 Freeway; and WHEREAS, STATE desires and is willing to pay the cost of modifying the,CITY's plans and construction of PROJECT to conform to Freeway requirements, hereinafter called MODIFICATIONS; and WHEREAS, MODIFICATIONS will consist of adjustments to the planned vertical alignment to PROJECT and adjustments in grade of CITY's water main located within PROJECT, the limits of which MODIFICATIONS are shown on Exhibit "B ", which is attached hereto and by this reference made a part of this Agreement; and WHEREAS, the cost estimate of construction of MODIFI- CATIONS is set forth in Exhibit "A" which is attached hereto and by this reference made a part of this Agreement; and WHEREAS, STATE will benefit from MODIFICATIONS by minimizing the reconstruction required on Jamboree Road with the Route 73 Freeway construction; and WHEREAS, CITY will benefit from MODIFICATIONS by minimizing the inconvenience to public traffic which would be caused by recon- struction; and WHEREAS, CITY is willing to include MODIFICATIONS in PROJECT; and WHEREAS, it is in the mutual and best public interest that MODIFICATIONS be included as part of PROJECT, and - 2 - WHEREAS, STATE and CITY do mutually desire to cooperate and jointly participate in MODIFICATIONS and desire to specify herein the terms and conditions under which MODIFICATIONS shall be designed, constructed, financed and maintained. NOW, THEREFORE, in consideration of the mutual covenants herein contained, the parties hereto agree as follows: SECTION I STATE AGREES: A. To bear the cost of design and construction of MODIFICATIONS as set forth hereinafter in Sections III.E and III.F. B. To deposit with CITY within 30 days of receipt of billing therefor, but not before May 1, 1970, the amount of five thousand five hundred dollars ($5,500.00), representing the estimated cost for design of MODIFICATIONS. C. To deposit with CITY, within 30 days of receipt of billing therefor, but not before May 1, 1970, the amount of Fifty one thousand dollars ($51,000.00), the estimated cost of construction, including the cost of construction engineering, admini- stration and overhead of MODIFICATIONS, as shown on Exhibit "A". SECTION II CITY AGREES: A. To prepare all plans, and specifications required to construct MODIFICATIONS and to submit said plans and specifications to STATE for approval prior to advertising PROJECT. B. To furnish or cause to be furnished all labor, materials, tools, and equipment necessary to construct MODIFICATIONS in accordance with said approved plans and specifications and the provisions of.this Agreement. - 3 - C. To notify STATE in writing 15 days prior to the start of PROJECT. D. At no cost to STATE, to make arrangements for and cause relocation, modification, or adjustment, of utilities, except as provided herein, which conflict with the construction of PROJECT. E. To indemnify and hold STATE harmless from any claims of damage to person or property caused by any drainage diversion by reason of construction of MODIFICATIONS. F. To acquire at no cost to STATE all necessary rights of way required to construct MODIFICATIONS. G. To accept maintenance responsibility for MODIFICATIONS constructed pursuant to this Agreement. SECTION III IT IS MUTUALLY UNDERSTOOD AND AGREED A. That this Agreement does not relieve CITY of its responsibility of obtaining all necessary permits for construction of PROJECT. B. That if STATE's cost as shown on Exhibit "A" after the receipt of bids on PROJECT does not exceed the estimated cost of MODIFICATIONS by more than twenty -five percent (258) CITY may award a contract for PROJECT. If, however, said estimated cost of MODIFICATIONS as shown on Exhibit "A" is exceeded by more than twenty -five percent (258), CITY may still award a contract and STATE have the option of either: (1) Request within 5 days after notification in writing'by CITY of the additional cost.involved 4 that MODIFICATIONS be deleted from PROJECT. STATE shall assume the cost of all expense incurred by CITY on behalf of STATE including any cost incurred by CITY in a change order with CITY's contractor for deleting MODIFICATIONS. These costs shall be deducted from STATE's deposited funds as specified hereinabove, and the balance thereof promptly refunded by CITY to STATE. (2) Assume the additional cost and deposit additional funds upon demand by CITY therefor if Option (1) is not exercised within the time limit specified therein. C. That if upon receipt of bids, it is found that the amount deposited by STATE pursuant to SECTION I.0 is in excess of the sum of: (1) The estimated cost of construction of MODIFICATIONS based on bid prices contained in the apparent low bid and the estimated quantities shown on Exhibit "A "; and (2) Contingencies in the amount of five percent (58) of said estimated construction cost; and (3) Construction Engineering, Administration and overhead computed as nine percent (9 %) of said estimated construction cost, the overdeposit shall be refunded by CITY to STATE upon receipt of written request. If said sum exceeds the amount deposited by STATE, excepting as provided in Section III.B, STATE will promptly upon demand therefor, pay said excess to CITY. If said excesses s in either case are less than one thousand dollars ($1,000), no adjustments will be made prior to final accounting. D. That CITY shall notify STATE in writing within 90 days after completion of PROJECT:of the estimated date when the final accounting for the cost of construction of MODIFICATIONS will be submitted. If, at the time said notice is given, an overdeposit exceeding one thousand dollars ($1,000) is apparent and final accounting is to be delayed more than 180 days, the overdeposit shall be returned by CITY to STATE on demand. The final accounting shall be presented as promptly as possible after the date of com- pletion of PROJECT. E. That the cost for design (including all direct and indirect costs attributable to such work).of MODIFICATIONS, shall be based upon actual cost to CITY and shall not exceed five thousand five hundred dollars ($5,500). The CITY's accounting for such cost shall be presented as promptly as possible once cost becomes determinable. If said cost is less than five thousand five hundred dollars ($5,500), CITY will promptly refund to STATE the excess amount deposited as provided in Section I.B. F. That CITY shall present to STATE a final accounting of the actual cost of construction of MODIFICATIONS promptly after such costs become determinable. The actual cost of construction of MODIFICATIONS to STATE shall be computed as the sum of the following costs: 6 (1) The cost of construction of MODIFICATIONS computed ' on the basis of actual items and quantities involved and unit bid prices of CITY's contractor. (2) The actual cost of extra work or change orders agreed on in accordance with paragraph III.G hereof. (3) The cost of construction engineering, administration and overhead computed as nine percent (98) of the total cost payable by STATE under paragraphs III.F.1 and III.F.2 hereof. G. That any changes requested by STATE or CITY hereto in the construction of MODIFICATIONS that may become necessary or desirable prior to completion of the work shall require the written approval of both STATE and CITY. The cost of the aggregate of such approved changes, if within the amount provided for contingency items may be taken from said amount. If the cumulative cost of approved changes, plus engineering, administration and overhead attributable hereto, at anytime exceeds the amount provided for contingencies by more than one thousand dollars ($1,000), STATE will, upon receipt of claim therefor, deposit with CITY the amount by which said cost exceeds the amount provided for contingencies. H. That the obligations of STATE pursuant to this Agreement are contingent upon the allocation of funds by the California Highway Commission. I. That during construction of PROJECT, CITY will furnish - 7 - a Resident Engineer to perform the usual function of a Resident Engineer, and STATE may also furnish a Resident Engineer, and that said Resident Engineers will cooperate and consult with each other, but the orders of CITY's Engineer to the contractors or other persons in charge of PROJECT will be final. J. That should any portion of the project be financed with Federal Funds or State Gas Tax Funds all applicable procedures and policies relating to the use of such funds shall apply notwith- standing other provisions of this Agreement. K. That CITY will comply fully with all the provisions of "Appendix A ", attached hereto and by this reference made a part of this Agreement, with the understanding that wherever the word "Contractor" occurs in said Appendix "A ", it shall be deemed to mean CITY. L. That neither STATE nor any officer or employee thereof shall be responsible for any damage or liability occurring by reason of anything done or omitted to be done by CITY under or in connection with any work, authority or jurisdiction delegated to CITY under this Agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4, CITY shall fully indemnify and hold STATE harmless from any liability imposed for injury (as defined by Government Code Section 810.8) occurring by reason of anything done or omitted to be done by CITY under or in connection with any work, authority or jurisdiction delegated to CITY under this Agreement. M. That neither CITY nor any officer or employee thereof, is responsible for any damage or liability occurring by reason of - 8 - anything done or omitted to be done by STATE under or':in connection with any work, authority,or jurisdiction not delegated to CITY under this Agreement. It.is also understood and agreed that, pursuant to Government Code Section 895.4, STATE shall fully indemnify and hold CITY harmless from any liability imposed for injury (as defined by Government Code Section 810.8) occurring by reason of anything done or omitted to be done by STATE under or in connection with any work, authority or jurisdiction not delegated , to CITY under this Agreement. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their respective officers, duly authorized, the provisions of which Agreement are effective as of the day, month and year hereinabove written. STATE OF CALIFORNIA CITY OF NEWPORT BEACH Department of Public Works Division of Highways J. A. LEGARRA BY State Highway Engineer Mayor A. L. MIMELMOCM DEPUTY DISTRICT llmatm m1 / FOR By Distridt Engineer Attest: City C er Approved as to Form and Procedure - 9 - Cit ttorne3 R3. 8 r_ APPENDIX A Co. Route P.M. During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contrac- tor"), agrees as follows: (1) Compliance with Regulations: The contractor will comply with the Regulations of the Department of Commerce relative to nondi, se rimina. tion in federally - assisted programs of the Department of Commerce (Title 15, Code of Federal Regulations, Part 8, hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. (2) Nondiscrimination: The contractor, with regard to the work performed by it after award and prior to completion of the contract work, will not discriminate on the ground of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate either directly or indirectly in the discrimination prohibited by Section 8.4 of the Regulations, including employment prqctices when the con- tract covers a program set forth in Appendix A -II of the Regulations. (3) Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negoti- ation made by the contractor for work to be performed under a sub- contract, including procurements of materials or equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color or national origin. (4) Information and Reports: The contractor will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto, and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the State Highway Department or the Bureau of Public Roads to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required-of a contractor Is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the State Highway Department, or the Bureau of Public Roads as appropriate, and shall set forth what efforts it has made to obtain the information. (5) Sanctions for Noncompliance: In the event of the contractor's noncom- pliance with the nondiscrimination provisions of this contract, the State Highway Department shall impose such contract sanctions as it or the Bureau of Public Roads may determine to be appropriate, including, but not limited to, (a) withholding of payments to the contractor under the contract until the contractor complies, and /or (b) cancellation, termination or suspension of the contract, in whole or in part. (6) Incorporation of Provisions: The contractor will include the provisions of paragraph (1) through (6, in every subcontract, including procure- ments of materials and leases of equipment, unless exempt by the Regu- lations, order, or instructions issued pursuant thereto. The contractor will take. such action with respect to any subcontract or procurement as the State Highway Department or the Bureau of Public Roads may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a contractor be- comes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the State to enter into such litigation to protect the interests of the State, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. FORM H -IC -51 4/67 EXHIBIT "A" Cost Estimate of Construction of Modifications Estimated Estimated Item Quantity Unit Unit Cost Amount 1. Roadway Embankment 37,150 C.Y. $ 0.75 $27,862.50 2. 14" Asbestos Cement 957 L.F. 12.00 11,484.00 Pipe (Class 150) 3. 14" Gate Valve 1 EA 1,000.00 1,000,.00 4. 22" x 13" Corrugated Metal 124 L.F. 15.00 1,860.00 Pipe Arch (12 Gage) Bituminous Coated 5. 54" Reinforced Concrete 25 L.F. 42.00 1,050.00 Pipe (1300,D) 6.' 84" Reinforced Concrete 12 L.F. 76.00 912.00 Pipe (1350D) $44,168.50 58 Contingencies 2,208.43 Estimated Construction Cost $46,376.93 Construction Engineering, Administration and overhead. 98 of estimated construction cost. $ 4,173.92 Total $50,550.85 Amount to be deposited by State $51,000.00 -INVAN53 , M %of r in NEWS #• . &C �AVOZ* PA 'acs Uri ' 4"14 m g,,. A %wige, fil �A qwl W' T . 41 W. Awml .44. rm Sal I April 27, 1970 TO: CITY CLERK FROM: Public Works Department SUBJECT: COOPERATIVE FINANCING AGREEMENT FOR JAMBOREE ROAD CONSTRUCTION - PALISADES TO MACARTHUR C- 1205 -C3 Attached are two fully executed copies of the subject agreement. The original should be retained for your files and the copy should be forwarded to the Finance Department. Don L. Webb Project Engineer DLW /em Att: 0 City Clerk Public Works Director Attn: Don '.'ieuL City Clerk April 14, 1970 Enclosed are two copies each cf '7ooperativo ,3gxcement with the State for the construction of Jamboree Road between Palisades Road and MacArthur Boulevard (C- 1205), Resolution No. 7166 authorizing execution of said agreem -at an,! .iUght of away Certification. �l.�?�:: �' l� -`.YG� F� �vn �_�.���;%f —c�L mom. r�^.✓ �Lc�,d- .- �u�(�vC Laura L.agios LL:dg Encls. STATE OF CALIFORNIA - TRANSPORTATION AGENCIP • RONALD REAGAN, Governor DEPARTMENT OF PUBLIC WORKS DIVISION OF HIGHWAYS I DISTRICT 7, P.O. BOX 2304, 105 ANGELES 90054 April 2, 1970 07- Ora -73 R2.9/R3.8 0.1 Mi. S. of Bonita Canyon Road to Jamboree Rd. 07208 - 036121 Mr. Joseph T. Devlin Director of Public Works City of Newport Beach 3300 W. Newport Blvd. Newport Beach, CA Attention: Mr. Don Webb Gentlemen: Transmitted herewith are the original and three copies of the proposed cooperative agreement between the State and the City of Newport Beach for construction of Jamboree Road between Palisades Road and MacArthur Boulevard. The original and two copies are to be executed by the City and returned for execution by the State. The third copy can be retained for your records. In addition, please return two copies of the Resolution by the City Council authorizing execution of the agreement. Very truly yours, W. R. HASHIMOTO Assistant District Engineer Attach. RLS01 161 W, 7 16 6 A RLSGLUrION Or TIM CITY ct3tJ1VCIL Or THE CITY OF NEWPUAT ARAOR AVTWMIM THE EXEMIGN A CWFF.1A -4nVE AGAEENW BETWEEx To CITY QW IWWPW BLACH ANN THE STATE ter CALIMINIA IM TS CWST UCTION OF JAMBOREE ROAD WAKEY MUAM ROAD AhO MAC ARTHUR BWIRIPARDs cont'it a 1o. C -1205 WHEREAS, there has been presented to Cite aty Council of ttw City of Newport Beach a certain cooperative agreement between the City of Newport BescA and the State of California for the construation of Jamboree Bead beLween Faliaaades load and MacArthur Bouleva"I and iiHFaWO the City Council has considered the terms and conditions of said cooperative agreement and found theta to be fair and equitable; tOVO TVZRMUO BE IT DISSOLVED that said cooperative agreement for the servioes. above. described is gTroved, anal the Mayor And City Clark are hereby authorized and diraastad to execute the same on behalf of the City of Newport Beach. ATTESTt City er AiOMI) this nth day of April 1970. 2790 M RIGHT of WAY CERTIFICATION 0 The CITY OF NEWPORT BEACH hereby certifies. * connection with the right of way for Project 501, Jamboree Road Construction - Palisades Road to MacArthur Boulevard, that: 1. All work funded by the Arterial Highway FlAancing Program is within the existing right of way and no additional right of way is necessary. 2. Improvements as shown on the contract drawings` and described in the contract specifications exist within the existing right of way but will not interfere with construction or will be removed as a part of the contract, In making this certification, the City of Newport Beach agrees to hold the County harmless from any liability which may arise by reason of the County's reliance upon this certificate and its use of said rights of way. DATED: ,.(ii. /4 1`/ -7(' , 1970. CITY OF NEWPORT BEACH mayor ATTEST: UE Clerrk lr�` 49/79 CITY OF NEWPORT BEACH CITY ATTORNEY Department �. TO City Clerk DATE: April 9, 1970 FROM-, City Attorney SUBJECT: Resolution re cooperative agreement with the State of California for construction of Jamboree Road between Palisades Road and MacArthur Boulevard and a Right of Way Certification for Project 501, Jamboree Road construction Forwarded are copies of a resolution and right of way certification in connection with the above subject. It is understood that this matter has been placed on the Council agenda for the meeting of April 13, 1970. TIILLV'H. SE UR City Attorney THS:eg Att. cc: City Manager Public Works Director lyiU January 12, 1970 By fhe CITY COUNCIL T0: CITY CITY. fh9rLNEWPORT BEACH FROM: Public Works Department SUBJECT: JAMBOREE ROAD CONSTRUCTION - PALISADES ROAD TO MAC ARTHUR BOULEVARD C -1205 RECOMMENDATIONS: Authorize the staff to negotiate a cooperative agreement with the State Division of Highways to cover additional costs involved in modifying the subject project to conform with the Corona del Mar Freeway design. Authorize the Public Works Department to change the scope of the work for the design of the subject project and increase the maximum fee for engineering services. DISCUSSION: The State Division of Highways has requested that the profile elevation of the Jamboree Road extension northerly of Palisades Road be raised to allow for the future construction of freeway facilities. The cooperative agreement to be negotiated with the State will provide for the State to pay the City for all engineering and construction expenses incurred due to the change in profile. The construction of the project to the grades required by the freeway will eliminate the need for complete reconstruction of Jamboree Road at the time the freeway is constructed. The project is presently in the final stages of design by VTN, Orange County. Extensive redesign and drafting will be required to change the profile. A proposal received from VTN proposes to do the necessary work at standard hourly rates with the total cost not to exceed $5,500.00. The present agreement with VTN has provisions which allows the Public Works Director to change the scope of the project and increase the maximum fee. The proposed changes will not increase the City's share of the project costs. It is estimated that the proposed changes by the State will delay final construction of the project by 2 months. l vlin Director