Loading...
HomeMy WebLinkAboutCity of Los Altosos�.zos.� * k R�rEo aEc AGREEMENT BY AND BETWEEN THE CITY OF LOS ALTOS AND TOWN OF LOS ALTOS HILLS FOR COSI' SHARING OF PAVEMENT REHABITATION ON SUMMERHILL AVE. ANNUAL STREET RESURFACING, PROJECT TS -01001 THIS AGREEMENT is made and entered into this All. da f 2017 Y o > by and between the CITY OF LOS ALTOS, a municipal corporation of the State of California, hereinafter referred to as "LOS ALTOS", and the TOWN OF LOS ALTOS .HILLS, ag eneral law city, organized and existing in the County of Santa Clara, State of California, hereinafter referred to as "TO,\X'N". RECITALS WHEREAS, LOS ALTOS is planning to repair failed pavement section and construct 1.5 - inches asphalt concrete overlay of certain portion of Summerhill Avenue within the corporate limits of LOS ALTOS in connection with its street maintenance program under Annual Street Resurfacing Project TS -01001, hereinafter referred to as "PROJECT", for various improvements in the City and partially in the TOWN; and WHEREAS, a portion of the PROJECT is partially within the right of way of the TOWN also require pavement repair, 1.5 -inches asphalt concrete overlay, and related work, and the said area are adjacent to the LOS ALTOS; and WHEREAS, it is the desire of LOS ALTOS and TOWN to accomplish the required work as a point project, both In the interest of economy and in the interest of more efficient project administration; and WHEREAS, the areas of Summerhill Avenue within the corporate limits of TOWN proposed. for inclusion in the project are those portions of Summerhill Avenue within the TOWN limit. NOW, THEREFORE, subject to the terms, conditions, and provisions hereinafter set forth,. the parties hereto agree as follows: AGREEMENT 1. SCOPE 1.1 The PROJECT consists of completing 4 -inches deep dig -out repairs, 1.5 -inches overlay of asphalt, and related work by LOS ALTOS for the TOWN as defined in the attached cost estimate, attached hereto and incorporated herein as Exhibit "B. Page I of 6 1.2 TOWN and LOS ALTOS have agreed to share the cost of the dig -out repairs, 1.5 - inches overlay, and related costs along Summerhill Avenue, between El Monte Avenue & Rockpoint Lane, as shown on Exhibit OU7. 1.3 Both LOS ALTOS and TOWN will use their best efforts to adhere to the following milestones: 1.3.1 TOWN will provide LOS ALTOS a Construction Permit before commencement of the construction work for the portion of the PROJECT subject to TOWN's jurisdiction. 1.3.4 Term of Agreement: The PROJECT will be deemed completed after LOS ALTOS's City Council accepts the PROJECT as complete and authorizes its Clerk to record the Notice of Completion, and TOWN has accepted the portion of the PROJECT within its jurisdiction as complete. This Agreement will terminate automatically 30 days after TOWN and LOS ALTOS have accepted the PROJECT as complete. 2. SCOPE OF WORK 2.1 LOS ALTOS will perform the following: 2.1.1. Will bid the project in accordance with State and local laws 2.1.2. Manage all aspects of the awarded construction contract for the PROJECT including submittal review, site inspections, design revisions and invoice review. 2.1.3. Will appropriately notify residents within TOWN of impending work to be done under the LOS ALTOS contract. 2.1.4. Requiring LOS ALTOS contractor to contact Green Waste Recovery Inc., at (408) 283-4804 to obtain current garbage and recycled materials pickup schedule along Summerhill Avenue. 2.2 TOWN will perform the following: 2.2.1 Respond to the LOS ALTOS's request for any available information requested by the contractor in a timely manner. 2.2.2 Conduct final inspection as required for the work completed on TOWN's right-of-way along Summerhill Avenue. 2.3 The designated Project Manager for LOS ALTOS for the duration of the PROJECT J is Kathy Small or other designated LOS ALTOS employees. LOS ALTOS's Project Manager shall have all the necessary authority to direct technical and professional work within the scope of this Agreement and shall serve as the principal point of contact for LOS ALTOS. Page 2 of 6 2.5 The designated Project Manager for TOWN for the duration of the PROJECT is John Chau., for construction issues or other designated TOWN employee. TOWN's Project Manager will as the principal point of contact with LOS ALTOS. 3. COST SHARING 3.1 TOWN agrees to reimburse the LOS ALTOS for the work comleted on Summerhill Avenue as shown on Exhibit "B" atp tached hereto. TOWN will base final figure on actual quantities completed and u from Exhibit " nit prices awarded, which may differ B". 3.2 LOS ALTOS will provide an invoice to TOWN for TOWN'S not to exceed share described in this section within 20 days of the payment of the work done on Summerhill Avenue. TOWN will pay the invoice from LOS ALTOS within 30 days of receipt of invoice from LOS ALTOS. 4. INSURANCE AND INDEMNIFICATION 4.1 LOS ALTOS will require its construction contractor to secure and maintain in .full force and effect all times during construction of the PROJECT and until the PROJECT is accepted by LOS ALTOS and TOWN, general liability and property damage insurance., business automobile insurance as set forth in Exhibit A hereto and incorporated herein ,attached in forms and limits of liability acceptable to both TOWN and LOS ALTOS, naming TOWN and their -respective council members officers, agents and employees and LOS ALTOS and their respective directors' council members > ,, officers, employees and agents all as additional insured from and against all damages and claims, loss., liability, cost or expense arising out of or in any way connected with the construction of PROJECT. 4.2 In lieu of and notwithstanding the pro rata risk allocation, which might otherwise be imposed between the parties pursuant to Government Code Section 8901-.6, the parties agree that all losses or liabilities incurred by a party shall not be shared pro rata but instead TOWN and LOS ALTOS agree that pursuant to Government Code Section 89'.4., each of theparties hereto shall fully indemnify and hold each of the other parties, their officers, board members, employees-, and from any claim, exagents, harmless ease or cost, damage or liability imposed for injury ( n as defined i Government Code Section 810-8) occurring by reason of the negligent acts or omissions or willful misconduct of the indemnifying party, its officers, emploees, or y agents, under or in connection with or arising out of any work, authority, or jurisdiction delegated to such party under this Agreement. No party., nor any officer, board member, or agent thereof shall be responsible for any damage or liability occurring by -reason of the negligent acts or omissions Or willful misconduct of the other party hereto, its officers, board membersemployees, or agents,, under or in connection with or arising out of any work., authority or jurisdiction delegated to such other party under this Aareement. The obligations set forth in this paragraph will survive termination and expiration of this Agreement Page 3 of 6 5. ADDITIONAL PROVISIONS 5.1 The parties' waiver of any term, condition or covenant, or breach of any term, condition or covenant shall not be construed as a waiver of any other term, condition or covenant or breach of any other term, condition or covenant. 5.2 This Agreement contains the entire Agreement between TOWN and LOS ALTOS relating to the cost sharing for the Project Improvements. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. 5.3 If any term, condition or covenant of this Agreement is held by a court of competent jurisdiction to be invalid, void, or unenforceable., the remaining provisions of this Agreement shall be valid and binding on TOWN and LOS ALTOS. 5.4 This Agreement shall be governed and construed in accordance with the laws of the State of California. 5.5 This Agreement may be executed in counterparts and will be binding as executed. 5.6 The term of this Agreement commences upon execution of the Agreement by both parties and terminates upon PROJECT work acceptance and final payments by TOWN to LOS ALTOS. 5.7 All changes or extensions to this Agreement must be in writing in the form of an amendment and approved by both the TOWN and the LOS ALTOS. 6. TERMINATION 6.1 Not applicable 6.2 The construction contract for the PROJECT has been awarded, and accordingly this Agreement can be terminated only upon the mutual written consent and terms acceptable to both parties. 6.3 This agreement will expire on December 31, 2017 unless it is mutually agreed by both the TOWN and the LOS ALTOS to extend the agreement. TOWN'S obligation to reimburse LOS ALTOS pursuant to Section 3.1 and Section 3.2 (if unpaid at such time) shall survive the termination of this Agreement. Page 4 of 6 7. OWNERSHIP AND MAINTENANCE 7.1 Upon completion of all work under this Agreement, ownership and tide to all materials, equipment and appurtenances installed as a part of the projects within the city limit of TOWN will automatically be vested in TOWN and all materials, equipment and appurtenance installed as a part of the projects within the city limits of LOS ALTOS will be vested in LOS ALTOS and no further agreement will be necessary to transfer ownership 7.2 This Agreement does not change any authority or responsibility between LOS ALTOS and TOWN with regard to maintenance, operation or future repair responsibility. 8. NOTICES 8.1 Notices required under this Agreement may be delivered by first class mail addressed to the appropriate party at the following addresses: To LOS ALTOS: City of Los Altos Public Works Department Engineering Division One North San Antonio Road Los Altos, CA 94022 Attn: Susanna Chan To TOWN: Town of Los Altos Hills Public Works 26379 Fremont Road Los Altos Hills, CA 94022 Attn: Allen Chen 9. AMENDMENTS 9.1 This AGREEMENT between the LOS ALTOS and TOWN for the PROJECT may only be modified by a written amendment duly executed by both parties to this AGREEMENT. Page 5 of 6 IN WITNESS WHEREOF, the Parties have executed this Agreement by their duly authorized representatives. CITY OF LOS ALTOS, a municipal corporation APPROVED AS TO CONTENT: Susanna Chan, Public Works Director APPROVED AS TO FORM: Christopher Di-4/,City Attorney AG ED: Ch.ristopherjordan,Manager Date TOWN OF LOS ALTOS HILLS, a general lave city APPROVED APPROVED AS TO CONTENT: Allen Chen, Public Works Director AP COVE S TO YGRMrr Steve Mattas, n*ty Attorney AGREED: Carl Cahill, City Manager Page 6 of 6 EXHIBIT A INSURANCE REQUIRED OF CONSTRUCTION CONTRACTOR Contractor shall procure and maintain for the duration of the contract and for one year after acceptance of the work insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor., his agents, representatives, employees or subcontractors. Minimum Scope and Limit of Insurance Coverage shall be at least as broad as: 1. Commercial General Liability: Insurance Services Office Form CG 00 01 or Form CG 00 09 1188, Owners and Contractors Protective Liability Coverage Form - Coverage for Operations of Designated Contractor, including products and completed operations., with limits of no less than $2,000,000 per occurrence for bodily injury, personal injury and property damage. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: Insurance Services Office Form Number CA 0001 covering Code 1 (any auto), with limits no less than $1,000,000 per accident for bodily injury and property damage. 3. Workers' Compensation insurance as required by the State of California, with Statutory Limits, and Employers' Liability insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. 4. Builder's Risk (Course of Construction) insurance covering all risks of loss less policy exclusions, with limits equal to the completed value of the project and no coinsurance penalty provisions. 5. Surety bonds as described below. Deductibles and Self -Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and -related investigations, claim administration and defense expenses. Other Insurance Provisions The General Liability and Automobile Liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, and volunteers are to be covered as insureds with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the Contractor; and with respect to liability arising out of work Page I of 3 or operations performed by or on behalf of the Contractor including materials, parts or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form CG 2010, 11 So' or both CG 20 10 and CG 23 37 forms if later revisions used), as a separate Owner's and Contractor's Protective Liability Policy, or on the City's own form. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. Each insurance policy required by this clause shall be endorsed to state that either party shall not cancel coverage, except after thirty (30) days prior written notice has been provided to the City. Builder's Risk (Course of Construction) Insurance Contractor may submit evidence of Builder's Risk insurance in the form of Course of Construction coverage. Such coverage shall name the City as loss payee as their interest may appear. A ccep' ta biYty of In s urets Insurance is to be placed with insurers with a current A.M. Best rating of no less than A:VII, unless otherwise acceptable to the City. Waiver of Subroga don Contractor hereby agrees to waive subrogation, which any insurer of Contractor may acquire from Contractor by virtue of the payment of any loss. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation. The Workers' Compensation policy shalt be endorsed with a waiver of subrogation in favor of the City for all work performed by the Contractor, its employees, agents and subcontractors. Page 2 of 3 Verification of Coverage Contractor shall furnish the City with endorsements effecting coverage required by this clause. The endorsements are to be signed by a person authorized by that Insurer to bind coverage on its behalf. The endorsements are to be on forms provided by the City, unless the insurance company will not use the City's forms. All endorsements are to be received and approved by the City before work commences. However, failure to do so shall not operate as a waiver of these insurance requirements. As an alternative to the City's forms, the Contractor's insurer may provide complete copies of all required insurance policies, including endorsements affecting the coverage required by these specifications. Subcontractors Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein. Notice The Certificate with endorsements and notices shall be mailed to: City of Los Altos, Attention: City Engineer, 1 North San Antonio Road, Los Altos, CA 94022. Special Risks or Circumstances City reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other circumstances. Page 3 of 3 P- CL 0 N m 0 0 CIO 0 0 0 0 0 0 Ln 0 0 0 0 Ln 0 0 0 0 0 0 0 0 0 0 0 (6 'IT Lr) 6 C) C5 00 6 U) L6 cq 06 1*,- o b 0 6 0 6 CY) C; 0 Iq 06 00 64)- C\l L6 T- Ir - 69- r�- 0 N 61-> 41 al 1.- r- 69- 69- 69- X-: 69- V--7 691 L6 m 0 64% 0 1 CL (0 ) (1) 1 L. X0 4) 4 -Of I 0 0 0 0 0 0 C) 0 C) 0 0 0 Lo 0 0 Co C) 0 O 0 C� =1U) 0 m 0 69- L6 C\l 04 69- 06 6� L6 6� cyj 6� N 6c� d' 69- 61) .C)CY) C) 0 .-0) T- 6gL0 69. COD 60/ 0 Cd +0 m +C� rA 4— 7Fi, 4— j� . 4-4 ct U CL �, ct LU ^ •w ZU U 14 Q V) 4-j ct 0 'cu U-4 �+ C). o I C) -C 4-j cu 4-A r. Ir -04 a) C40, 42 (U b r-4 > 0 k 4 -0 cl o3 U c N 0 > 0 Cld CZ C4 (1) rA 69 0 c) 4-j 0 4- CZ cq3 -qQ, -Coq "It" U � < o- 0 W 00 C) 00 00 00 C) O 4- 0 CD 00 Ave"Surnmerhill Between E-1 Monte Ave - 0 Rockpoint Ln N SCALE 1 : 22658 200 0 200 400 600 FEET Page 1of1