Loading...
HomeMy WebLinkAboutEncinitas, City of; 2006-09-13;AGREEMENT BETWEEN THE CITY OF CARLSBAD AND THE CITY OF ENCINITAS FOR THE CONSTRUCTION OF OLIVENHAIN ROAD WITHIN THE CITIES CARLSBAD AND ENCINITAS THIS AGREEMENT, made and entered into as of the ' day of XJtpZji^xJno^. 2006, by and between the CITY OF CARLSBAD, a murficipal corporation, hereinafter referred to as "CARLSBAD", and the CITY OF ENCINITAS, a municipal corporation, hereinafter referred to as "ENCINITAS". RECITALS WHEREAS, CARLSBAD and ENCINITAS share a common city limit boundary; WHEREAS, said city limit boundary crosses, runs along or otherwise divides the established right-of-way of Olivenhain Road, shall be referred to hereinafter as "ROAD"; WHEREAS, the ROAD is integral to the circulation element plans for CARLSBAD, ENCINITAS, and the North County Region in general; WHEREAS, traffic impacts from development along and adjacent to the ROAD with the Cities of CARLSBAD and ENCINITAS will adversely impact the proper functioning and level of service standards of the ROAD unless certain major street infrastructure improvements are installed prior to or concurrent with the needs created by said development; WHEREAS, the Cities of CARLSBAD and ENCINITAS acknowledge the importance of maintaining established minimum level of service standards on the ROAD for the proper functioning of the local and regional circulation network; and WHEREAS, the Cities of CARLSBAD and ENCINITAS desire to establish mutually agreed upon responsibilities for the funding, design, construction and maintenance of the major street improvements necessary to maintain the established minimum level of service standards on Olivenhain Road. NOW THEREFORE, in consideration of the above recitals, CARLSBAD and ENCINITAS do hereby mutually and jointly agree to participate in the funding, design, construction, and maintenance of said major street infrastructure improvements to the ROAD as follows: I. OLIVENHAIN ROAD IMPROVEMENTS A. PROJECT DESCRIPTION 1. CARLSBAD improvements shall be those improvements to widen Olivenhain Road including pavement widening, curb, gutter, sidewalk, storm drains, signage, striping, streetlights, traffic signal, raised landscaped median and parkway landscaping improvements within CARLSBAD per CARLSBAD Drawing No. 399-1. 2. ENCINITAS improvements shall be those improvements to Olivenhain Road and adjacent private property including grading, pavement widening, curb, gutter, sidewalk, retaining walls, storm drains, water services, appurtenances, signage, streetlights, striping and private driveway improvements, within the City of Encinitas per CARLSBAD Drawing No. 399-1. 3. The Improvement described in CARLSBAD Drawing No. 399-1 shall be referred to hereinafter as the "PROJECT." B. CARLSBAD OBLIGATIONS: 1. Carlsbad shall obtain the necessary approvals for CARLSBAD Drawing No. 399-1 and the associated contract documents and advertise the related project for construction bids. 2. Carlsbad shall construct improvements per CARLSBAD Drawing No. 399-1 and perform construction administration and inspection of the same. Carlsbad shall authorize ENCINITAS to inspect Encinitas improvements and to retain final approval authority of the same. 3. Carlsbad shall identify and itemize the Encinitas improvements in the bid schedule of the PROJECT contract documents. 4. Carlsbad shall track and record charges for all costs to be paid for by ENCINITAS pursuant to this Agreement. 5. Carlsbad shall receive from ENCINITAS' designated project representative approval of all construction changes relating to Encinitas improvements before implementation, except when CARLSBAD otherwise deems it necessary to take action to ensure the safety of motorists and/or pedestrians for the protection of property or the public in general. 6. Carlsbad shall designate a construction manager who shall represent CARLSBAD as the single point of contact during all phases of project construction. 7. Upon completion of PROJECT and all work incidental thereto, CARLSBAD shall furnish ENCINITAS with a detailed statement of the total actual cost of construction, project inspection, and soils testing, including the cost of any contract claims or change orders. CARLSBAD thereafter shall refund to ENCINITAS any amount of ENCINITAS' deposit CARLSBAD is holding after actual costs borne by CARLSBAD have been deducted or bill ENCINITAS for any additional amount required to complete ENCINITAS' financial obligations pursuant to this Agreement. C. ENCINITAS OBLIGATIONS: 1. Encinitas shall be responsible for the design and environmental documentation of the ENCINITAS improvements. 2. Encinitas shall be responsible for obtaining right-of-way and authority to construct within its jurisdiction. 3. Encinitas shall expeditiously review and approve any required permits to construct within Encinitas. 4. Encinitas shall designate a single project representative authorized to act on behalf of ENCINITAS regarding inspection, contract change orders and overall project coordination. The project representative shall respond expeditiously to all construction change inquiries so as to avoid delaying the contractors work. 5. Encinitas shall submit a deposit to CARLSBAD in an amount equal to contractors bid for the ENCINITAS improvements plus ten percent (10%) for potential change orders and four percent (4%) overhead allocation as described in paragraph D.3 within 30 calendar days after Carlsbad receives and opens bids for the PROJECT. See Estimate of ENCINITAS deposit attached as Exhibit "A." 6. Encinitas shall relinquish to CARLSBAD, rights in the maintenance and operation of the construction zone within the boundaries of ENCINITAS for the duration of construction and authorize CARLSBAD to act as its authorized agent to direct contractor for traffic control and other measures deemed necessary for construction and administration of the PROJECT. 7. Encinitas shall pay CARLSBAD upon completion of all work and within thirty (30) days of receipt of a detailed statement made upon final accounting costs for any amount over and above the aforementioned deposits and payments required to complete ENCINITAS' financial obligation pursuant to this Agreement. D. ENCINITAS and CARLSBAD mutually agree that: 1. CARLSBAD shall not advertise a construction contract that includes bid items for the ENCINITAS improvements until it has received written approval from ENCINITAS approving plans, specifications, and estimates for the Encinitas Improvements. 2. CARLSBAD shall not award a Construction Contract that includes the ENCINITAS improvements until ENCINITAS has submitted the deposit as described in paragraph C.5 to CARLSBAD. 3. CARLSBAD shall be entitled to an overhead allocation of four percent (4%) of the contractors bid for the ENCINITAS Improvements in lieu of other reimbursements for CARLSBAD costs incurred for salary and benefits for office staff of CARLSBAD engineering department, purchasing department, finance department, field supervision above the level of project inspector, and general legal and accounting fees. 4. CARLSBAD'S performance of CARLSBAD obligations as described, in Section B herein is expressly agreed by ENCINITAS to be contingent upon ENCINITAS' entry into and performance under this Agreement. II. OWNERSHIP AND MAINTENANCE A. ROAD IMPROVEMENTS Upon completion of the PROJECT under this Agreement, ownership and title to materials, equipment, and appurtenances that are installed within CARLSBAD'S right-of-way will automatically be vested in and maintained by CARLSBAD. Materials, equipment, and appurtenances that are installed within ENCINITAS' right-of-way will automatically be vested in and maintained by ENCINITAS. III. LIABILITY AND INDEMNIFICATION Pursuant to Section 895.4 of the Government Code, CARLSBAD and ENCINITAS agree that each will assume the full liability imposed upon it or any of its elected officials, officers, agents, or employees for injury caused by a negligent or wrongful act or omission occurring in the performance of this Agreement, and each party agrees to indemnify, defend and hold harmless the other party for any loss, cost, or expense that may be imposed upon such other party by virtue of Sections 895.2 and 895.6 of the Government Code. IV. NOTIFICATIONS Unless otherwise specifically provided in this Agreement, all notices, demands, or other communications given hereunder will be in writing and will be deemed to have been duly delivered upon personal delivery or as of the second business day after mailing by United States mail, return receipt requested, postage prepared and addressed as follows: ENCINITAS: Director of Engineering Services City of Encinitas 505 S. Vulcan Avenue Encinitas, CA 92024-3633 CARLSBAD: Director of Public Works City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92009 V. MODIFICATIONS This Agreement may not be modified, amended, or otherwise changed unless by an amendment, in writing, executed by the parties hereto. VI. TERMINATION This Agreement shall terminate after all the street and highway improvements contemplated by this Agreement have been constructed, after all payments required under this Agreement have been made, and maintenance responsibilities for the respective street and highway improvements have been assumed by the respective cities in accordance with the terms of this Agreement. VII. SEVERABILITY If one or more clauses, sentences, paragraphs, provisions or terms of this agreement shall be held to be unlawful, invalid, or unenforceable, it is hereby agreed by the cities that the remainder of this agreement shall not be affected hereby. VIM. HEADINGS The headings of articles and paragraphs of this agreement are for convenience only, and no presumption or implication of the intent of the parties as to the construction of this agreement shall be drawn there from. IX. COUNTERPARTS This agreement may be executed by the cities in separate counterparts, each of which when so executed and delivered shall be an original, but all such counterparts shall together constitute one and the same instrument. X. CHOICE OF LAW This Agreement shall be governed by the laws of the State of California and venue shall be proper in the San Diego Superior Court, North County Branch or such other venue as provided by law. 31, XI. COMPLETE AGREEMENT The foregoing constitutes the full and complete agreement of the parties. There are no oral understandings or agreements not set forth in writing herein. IN WITNESS WHEREOF, this Agreement is executed by the CITY OF CARLSBAD and by the CITY OF ENCINITAS pursuant to action taken by the City Council. CITY OF ENCINITAS, a municipal corporation Christy Guerin, Mayor Date. ATTEST: Deborah Cervone City Clerk Approved as to form: Glenn Sabine/ City Cl Claude A. Lewis, Mayor Date: ATTEST: Lorraine Wood City Clerk Approved as to form Ronald R. Ball Exhibit A Estimate of Distribution of Expenses - City of Encinitas Project 3860 per Drawing 399-1 Item 1 2 3 4 5 6 7 B 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 ';.' xtjp « 1 2 *~ s**pp$i£t~ JZ&'tf * Description Reimbursable Construction Contract Bid Items Construction Schedule Construction Schedule (Weekly Upcoming Work Report) Traffic Control Temporary AC Pavement Access to 1877 Ollvenhain Road / Alternative Access Shoring & Bracing Class "A" Field Office Mobilization and Preparatory Work Modify Traffic Signal at Olivenhain Road/Rancho Santa Fe Road Traffic Signal at Ranch Santa Fe Road/Old Olivenhain Road Street Lights (Encinitas) Street Lights (Carlsbad) Temporary Fence Southern Willow Scrub Protection Clearing and Grubbing Unclassified Excavation Unclassified Excavation (Sta 36+79.25 to 40+10.06) Foundation Stabilization Imported Borrow Imported Borrow (Sta 36+79.25 to 40+10.06} Prepare and Implement SWPPP Crushed Aggregate Base AC Pavement Transitions Adjust Sewer Manhole Adjust Handhole Asphalt Concrete Pavement Curb Inlet - Type A Curb Inlet - Type B Curb Inlet - Type B-1 Storm Drain Cleanout - Type A4 Curb Outlet - Type A Wing Headwall Rip Rap Energy Dissipator Median Inlet - Type J Pipe Collar Retaining Wall No. 2 - Masonry Retaining Wall No. 3 - Masonry Retaining Wall No. 4 - Masonry Sound Wall 6" Type "G" Curb & Gutter Median Curb Mod. Median Curb w/Gutter 4" P.C.C. Sidewalk 6" P.C.C. Driveway Cross Gutter Curb Ramp Type A Curb Ramp Type B Colored Textured Concrete Retaining Wall No. 1 - Modular Concrete Retaining Wall Concrete Barrier - Type 26A Modified Pedestrian Protective Railing Tubular Hand Railing Chain Link Fence 18" RCP (2000-D) 24" RCP (2000-D) 30" RCP (2000-D) 36" RCP (2000-D) 12" PVC Water Pipeline & Appurtenances Landscape & Irrigation Landscape & Irrigation (Sta 36+79.25 to 40+10.06) Traffic Striping and Pavement Marking (Sta 23+75 to 40+10.06) Traffic Striping and Pavement Marking in Carlsbad Traffic Signs in Calrsbad Traffic Signs (Sta 23+75 to 40+10.06) Inlet Filter Baskets Pavement Markers in Carlsbad Pavement Markers (Sta 23+75 to 40+10.06) Rubberized Emulsion - Aggregate Slurry Construction Contract Work Item Subtotal 10% Contingency Rilmburtabl. Construction Contract Work Reimbursable Incidental City Work City Overhead Allocation at 4.0% Construction Inspection and testing at 10% RW^fwWtfl^WfnttlClty Worti Total"*.?"- „"* =*i«fH4* FP5SBPJS*«fli; f-tv** " "-"-"**>. '^r^-Tottl Estimate Project Quantity 1 1 1 3,196 1 1 1 1 1 1 1 8 500 1 1 9,324 451 150 1.569 2,672 1 12,680 3,250 11 1 5,460 1 5 2 2 1 1 1 1 4 200 860 1,600 1,741 4,787 3,509 1,305 14,710 64 1,285 2,566 288 17,191 5,230 196 300 196 185 533 214 38 128 1 1 1 1 1 1 1 2 1 1 11,870 ^^n^ff 1 1 -*S&ftTP»- Unit Lump Sum Lump Sum Lump Sum Square Yard Lump Sum Lump Sum Lump Sum Lump Sum Lump Sum Lump Sum Each Each LF. Lump Sum Lump Sum Cubic Yard Cubic Yard Cubic Yard Cubic Yard Cubic Yard Lump Sum Ton Square Foot Each Each Ton Each Each Each Each Each Each Each Each Each Square Foot Square Foot Square Foot Square Foot L.F. L.F. L.F. Square Foot Cubic Yard Square Foot Square Foot Square Fool Square Foot Square Foot L.F. LF. L.F. L.F. L.F. L.F. L.F. L.F. Lump Sum Lump Sum Lump Sum Lump Sum Lump Sum Lump Sum Lump Sum Each Lump Sum Lump Sum Square Yard BW*J-5* LS LS "fTFF Estimated Unit Price $20,000.00 $5,000.00 $80,000.00 $15.25 $2,000.00 $50,000.00 $20,000.00 $145,000.00 $150,000.00 $150,000.00 $4,000.00 $4,000.00 $10.00 $5,000.00 $27,000.00 $17.25 $17.25 $60.00 $32.25 $32.25 $17,000.00 $26.00 $90.00 $500.00 $500.00 $80.00 $5,000.00 $5,000.00 $5,500.00 $5,800.00 $2,000.00 $3,500.00 $4,000.00 $5,000.00 $1,000.00 $36.40 $41.00 $36.40 $22.00 $20.00 $18.00 $22.50 $5.00 $400.00 $8.50 $5.00 $5.00 $6.00 $45.00 $67.00 $135.00 $135.00 $20.00 $110.00 $120.00 $130.00 $140.00 $50,000.00 $65,000.00 $13,000.00 $4,000.00 $9,000.00 $8,000.00 $6,000.00 $1,000.00 $4,000.00 $6,000.00 $2.50 ypsb&ie*.: -•*! 'fifeSSlPpiBP Quantity funded by Encinitas 0.22 0.22 0.22 771 1 0.22 0.22 0.22 0 0 1 0 0 0 0.22 0 451 0 0 2762 0.22 1440 0 0 0 560 0 2 0 2 0 1 1 0 3 200 0 0 1741 837 69 45 1970 64 165 238 0 631 5230 0 0 0 185 16 214 38 128 0 0 1 1 0 0 1 2 0 1 1420 - " ^sfitf^ ** ii^fSlSii5Ss8?- Quantity Funded by Encinitas $4,380 $1,095 $17,521 $11,758 $2,000 $10,951 $4,380 $31,758 $0 $0 $4,000 $0 $0 $0 $5,913 $0 $7,780 $0 $0 $89,075 $3,723 $37,440 $0 $0 $0 $44,800 $0 $10,000 $0 $11,600 $0 $3,500 $4,000 $0 $3,000 $7,280 $0 $0 $38,302 $16,740 $1,242 $1,013 $9,850 $25.600 $1,403 $1,190 $0 $3,786 $235,350 $0 $0 $0 $3,700 $1,760 $25,680 $4,940 $17,920 $0 $0 $13,000 $4,000 $0 $0 $6.000 $2,000 $0 $6,000 $3,550 $738,979 $73,898 J"V--*8J2.«f7 $32,515 $81,288 •RHHRVSiNS *SS W-tKMMMO