Loading...
HomeMy WebLinkAboutCalifornia, State of; 1971-05-28;ll-SD-78 0.2 - 1.311201-040961 JEFFERSON STREET Dist.Agree.#11-0025 THIS AGREEMENT, MADE AND ENTERED INTO THIS OF ^£*^__ ,1971, BY AND BETWEEN CITY OF CARLSBAD a body politic and a municipal corporation of the State of California, hereinafter referred to 'as "CITY" AND 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, STATE contemplates construction of an Interchange on State Highway Route 78 at Jefferson Street as part of a continuing program to improve Route 78 to free- way standards, and WHEREAS, the proposed Interchange lies within the City of Oceanside which is contiguous to the City of Carlsbad at this location, and WHEREAS, CITY contemplates construction of Marron Road parallel to and south of Highway 78 feo a four-lane width, and W WHEREAS, CITY has requested STATE to revise the planned alignment of the south leg of Jefferson Street to connect to Marron Road, and WHEREAS, said realignment necessitates replacement of existing drainage features by construction of a bridge, PCC channel lining and placement of rock slope protection in the channel, and WHEREAS, CITY has agreed to pay the entire cost of its share of the improvement which is considered to be that portion of work necessitated by the aforesaid realignment of the south leg of Jefferson Street, and WHEREAS, both CITY and STATE now desire to agree on terms, conditions and manner in which the work will be accomplished, maintained and payment made therefor. NOW, THEREFORE, in consideration of the covenants and conditions herein contained, the parties hereto agree as follows: SECTION I STATE AGREES: 1. To include in STATE'S contemplated interchange project at Jefferson Street, the construction of improvements for CITY as itemized on Exhibit A dated March 15, 1971, attached and by this reference made a part of this agreement, and as colored blue and brown on Exhibit B dated February 15, 1970, attached and by this reference made a part of this agreement. - 2 - 2. To prepare plans and specifications for said improvements. 3. To bear the entire cost of preparing said plans and specifications except for those costs specifically enumerated herein as being borne by CITY. 4. To bear all costs for removal of the existing Buena Vista Creek Bridge. 5. To bear all other construction costs and con- struction engineering costs except for those costs specifically enumerated herein as being borne by CITY. 6. To submit plans for the proposed improvements to CITY for review and approval. 7. Upon completion of the project, to furnish CITY a Final Report of Expenditures and a set of "As Built" plans. SECTION II CITY AGREES: 1. To acquire additional rights of way, vested in the name of CITY, as necessary to accommodate the realignment of Jefferson Street to Join Marron Road and to also provide right of way for the temporary connection. 2. To bear the entire cost of acquiring the aforesaid rights of way, including the writing of legal descriptions, pre- paration of deeds, and the cost of any preliminary engineering done by CITY. 3. To deposit $212,000.00 (said amount being the CITY'S estimated share) with STATE, in three payments as follows: - 3 - (I). Within thirty days after advertisement of the project and upon demand therefor, the sum of $70,000.00, said sum to be the first of three payments. (2). Within thirty days after expiration of the fifth month following the date of advertisement and upon demand therefor, the sum of $70,000.00, said sum to be the second of three payments. (3). Within thirty days after expiration of the tenth month following the date of advertisement and upon demand therefor, the sum of $72,000.00, said sum to be the third of three payments for CITY'S estimated share of cost for the aforesaid Improvements. The final cost to CITY for construction of said improvements (including preliminary engineering and construction engineering) will be determined upon completion of STATE'S pro- ject and of all work incident thereto and shall be computed in accordance with the following schedule: (a) Construction Cost - The final cost to CITY for construction of said improvements (except for supple- mental work and any additional or extra work) shall be based upon the low bid for STATE'S contemplated project and shall be determined upon opening of bid proposals for STATE'S contemplated project. Said cost shall be determined by multiplying the final Highway Engineer's estimated cost of contract items for said improvements, as shown on Exhibit A and colored blue and brown on Exhibit B, by a factor determined by dividing the total figure submitted by the successful low bidder for aforesaid project and improvements by - 4 - the final Highway Engineer's total estimated cost of contract items for aforesaid project and improve- ments, which resultant amount, currently estimated to be $170,572.00, will constitute CITY«S entire obligation for this portion of construction of said Improvement s. (b) Supplemental Construction and Contingency Costs - CITY'S share of such costs will be the actual cost of all supplemental work and/or STATE furnished material and service directly attributable to work involved in the construction of the aforesaid improvement, all of which is estimated to be $9*088.00 (Supplemental work shall include but not be limited to maintaining traffic and signs, construction sign depreciation, moving, erecting and repairing signs, water for dust control and other incidentals). Payment for work referred to herein shall be determined in accordance with applicable sections of the California Standard Specifications or modifications thereto which may appear in the Special Provisions relative to work to be performed under the aforesaid contract. (c) Extra or Additional Construction Costs - In the event that CITY desires any additional or extra work over and above that specifically provided for herein, or in the event of unforeseen circumstances additional work is required to construct said im- provements, such work will be financed by CITY at - 5 - ./"**»>, CITY'S sole expense and accomplished by means of an executed change order, approved by CITY in writing, after receipt of a deposit of funds by CITY to cover the cost of such work. (d) Preliminary Engineering - CITY'S share of said costs ^Including all direct and indirect costs (func- tional and administrative overhead assessment) attributable to such work, applied in accordance with STATE'S standard accounting procedures/^ shall be an amount representing 8$ of the total final construction cost computed under subparagraphs (a), (b), and (c) above. CITY'S share of preliminary engineering is estimated to be $14,370.00. (e) Construction Engineering - CITY'S share of said costs ^Including all direct and indirect costs (func- tional and administrative overhead assessment) attributable to such work, applied in accordance with STATE'S standard accounting proceduresT" shall be an amount representing 10$ of the total final construction cost computed under subparagraphs (a), (b), and (c) above. CITY'S share of construction engineering is estimated to be $17,970.00. In the event CITY'S actual cost exceeds the afore- said deposit, CITY will pay STATE promptly upon receipt of demand therefor, an additional sum equal to the difference between CITY'S deposit and actual share. - 6 - 4. To accept full control and maintenance of all improvements constructed within CITY outside of STATE'S Highway right of way. Delegation of maintenance of facili- ties within said State Highway right of way will be covered in a subsequent Maintenance Agreement. SECTION III IT IS MUTUALLY UNDERSTOOD AND AGREED: 1. That in the event the actual amount of CITY'S share of the costs is less than CITY'S deposit, STATE will refund the difference between CITY'S actual share and the deposit. 2. That work covered by this agreement will be supervised and inspected by a Resident Engineer furnished by STATE. Said Resident Engineer shall cooperate and con- sult with CITY'S representatives, but decisions of STATE'S engineer shall be final. - 7 - 3. That provision for relocation and replacement of all utilities within the limits of work covered by this Agree- ment will be provided for in a separate Agreement specifically intended for that purpose. 4. STATE reserves the right to delete or delay any items of work to be performed on behalf of CITY from STATE'S contract in the event payment for such work has not been received prior to commencement of such work. CITY agrees to reimburse STATE for all expenses incurred by STATE in deleting or delaying such items. 5. That obligations of STATE under terms of this Agreement are subject to the allocation of funds by the California Highway Commission. 6 . 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. -8 - c o 7. That neither CITY nor any officer or employee thereof, is responsible for any damage or liability occurring by reason of anything done or omitted to be done by STATE under or in connection with any work, authority or Jurisdiction not dele- gated to CITY under this Agreement. It is also understood and agreed that, pursuant to Government Code Section 895.^* 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 Juris- diction not delegated to CITY under this Agreement. 8. That, should any portion of the project be financed with Federal Funds or State gas tax funds, all appli- cable procedures and policies relating to the use of such funds shall apply notwithstanding other provisions of 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 first hereinabove written. STATE OF CALIFORNIA Department of Public Works Division of Highways J. A. LEGARRA State Highway Engineer CITY OF CARLSBAD By yor Attest : City 03/erk Approved as to Form and Procedure: City Attorney - 9 - EXHIBIT "A" dated March 15, 1971 Sheet 1 of 2 Sheets UNIT ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT FURNISH 18" PRECAST PRE- STRESSED CONCRETE PILING (70 TON) (C) DRIVE 18" PRECAST CONCRETE PILING (70 TON) CHANNEL EXCAVATION STRUCTURE EXCAVATION (BRIDGE) 1 STRUCTURE BACKFILL (BRIDGE) BEDDING MATERIAL FURNISH CONCRETE PILING (70 TON) (C) DRIVE CONCRETE PILING (70 TON) ; STRUCTURE CONCRETE (BRIDGE) ' JOINT SEAL (TYPE A) BAR REINFORCING STEEL (BRIDGE) ROCK SLOPE PROTECTION (1 TON, METHOD B) CLASS B CONCRETE (CHANNEL LINING) BRIDGE APPROACH GUARD RAILING (TYPE 8) METAL RAILING (TYPE 11) SUBTOTAL CONTRACT ITEMS SUPPLEMENTAL WORK SETTLEMENT PLATFORMS LF EA CY CY CY CY LF EA CY EA LB CY CY LF LF 1,295 16 2,100 145 73 2,300 765 10 560 8 120,000 670 700 97 300 8 290 3 5 9 7 6 290 88 10 0 10 66 20 11 200 00 00 00 00 * 00 00 00 00 00 00 . 14 00 00 00 00 00 $ 10,360 4,640 6,300 725 1 657 16,100 . 4,590 2,900 49,280 80 16,800 6,700 46,200 1,940 3,300 170,572 200 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 ""EXHIBIT "A" dated March 15, 1971 Sheet 2 of 2 Sheets Sub-Total $ 170,772.00 Contingencies 8,888.00 Sub-Total $ 179,660.00 Prelim. Engr. Q% 14,370.00 Constr. Engr. 10$ 17,970.00 TOTAL: $ 212,000.00