Loading...
HomeMy WebLinkAbout07/01/2008, C9 - LEASE OF REAL PROPERTY -45 PRADO ROAD • council Tei j ac,Enaa RepoRt I1�Nb. CITY OF SAN LUIS OBISPO FROM: John Moss, Utilities Director Prepared By: Jennifer Metz SUBJECT: LEASE OF REAL PROPERTY—45 PRADO ROAD CAO RECOMMENDATION Adopt a Resolution authorizing the Mayor to execute an agreement for the lease of unimproved City-owned property at 45 Prado Road to Mountain Cascade, Inc. at a rate of$500 per month for ten months. DISCUSSION The City has awarded the contract for the construction of the Tank Farm Gravity Sewer, Lift Station, and Force Main Project. As part of the contract requirements, the contractor is required to locate a suitable location(s) for staging, equipment.and materials storage. In discussions with the contractor, the use of the currently vacant, City owned property at 45 Prado Road was raised as a possible option. The property was utilized for similar staging, equipment and materials storage purposes during construction of the City's Water Reuse Project from 2003 to 2004. The rate of $500 per month is proposed for a 10-month term. The length of the lease may be extended as required to complete the Tank Farm Gravity Sewer, Lift Station, and Force Main Project. A $500 monthly rate was charged for the lease of the property in 2003. The contractor cited similar rates for other properties being considered for this purpose. Some previous long-term requests to use this property have been denied due to the City's plans to construct the Prado Road overpass which will result in the need for this property to provide new access to the City's Corporation Yard and Water Reclamation Facilities. The proposed use of the property as a staging area for the Tank Farm Gravity Sewer, Lift Station, and Force Main project's contractor is temporary, and plans for the overpass are far off. Additionally the proposed use will not require any improvements to the property which could then become a future liability for the City. Approving the use of the property by Mountain Cascade, Inc. will benefit not only the contractor, but the City as well. The location is proximate to the Tank Farm Gravity Sewer, Lift Station, and Force Main project and will thereby reduce vehicle traffic/trips associated with construction and reduce the overall disruption to the public associated with the project. CONCURRENCES The Public Works Department concurs with the recommended action. FISCAL IMPACT The proposed lease will result in revenue to the City of$5,000 over the estimated 10-month term of the lease. Gq - l �I Lease of Real Property—45 Prado Road Page 2 ALTERNATIVES Deny the request and require the contract to locate a suitable yard on private property. This alternative is certainly feasible, however may be less than desirable since there are' limited opportunities for lease of such property in the area of the project that have the positive and compatible qualities of this site. Additionally, the coordination and communication with the contractor will not be as convenient. This alternative is not recommended. ATTACHMENTS 1. Resolution 2. Lease Agreement with Mountain Cascade, Inc. ® ATTACHMENT 1 RESOLUTION NO. (2008 Series) A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO AUTHORIZING THE LEASE OF REAL PROPERTY—45 PRADO ROAD WHEREAS, the City is the legal owner of the property located at 45 Prado Road in the City of San Luis Obispo; and WHEREAS, the City has awarded a construction contract to Mountain Cascade, Inc. for construction of the Tank Farm Gravity Sewer, Lift Station; and Force Main Project; and WHEREAS, the City considers the temporary use of the property at 45 Prado Road by contractor as a staging area and materials and equipment storage yard during the construction of the Tank Farm Gravity Sewer, Lift Station, and Force Main Project to be appropriate and of mutual advantage to both City and Contractor and in the best interest of the public; WHEREAS, the City will allow the Contractor to have a construction office trailer on the property at 45 Prado Road; NOW, THEREFORE, the City Council authorizes the Mayor to execute an agreement between the City of San Luis Obispo and Mountain Cascade, Inc. for the lease of unimproved City owned property at 45 Prado Road. Upon motion of , seconded by and on the following vote: AYES: NOES: ABSENT: the foregoing resolution was adopted this day of 2008. Mayor David F. Romero ATTEST: Audrey Hooper, City Clerk APPROVED AS TO FORM: onath . Lowell, City Attorney R Gq - 3 �. Attachment 2 AGREEMENT BETWEEN THE CITY OF SAN LUIS OBISPO AND MOUNTAIN CASCADE, INC. FOR USE OF CITY PROPERTY AT 45 PRADO ROAD This Agreement is entered into this day of 2008, between the City of San Luis Obispo (herein referred to as "the City") and Mountain Cascade, Inc. (herein referred to as "Contractor"), for lease of unimproved City owned property at 45 Prado Road(herein referred to as "Premises.") WITNESSETH WHEREAS, the City is the legalowner of the property located at 45 Prado Road in the City of San Luis Obispo; and WHEREAS, the City has awarded a construction contract to Mountain Cascade, Inc. (Contractor) for construction of the Tank Farm Gravity Sewer, Lift Station, and Force Main Project; and WHEREAS, the City considers the temporary use of the property at 45 Prado Road by contractor as a staging area and materials and equipment storage yard during the construction of the Tank Farm Gravity Sewer, Lift Station, and Force Main Project to be appropriate and of mutual advantage to both City and Contractor and in the best interest of the public; WHEREAS, the City will allow the Contractor to have a construction office trailer on the property at 45 Prado Road; NOW, THEREFORE, in consideration of the mutual covenants, conditions, promises, and agreements herein set forth, the City and Contractor hereby agree to the following terms and conditions for use of the Premises: 1. Use of the Premises. The City will allow the Contractor to use the Premises for staging, materials and equipment storage for the construction of the Tank Farm Gravity Sewer, Lift Station, and Force Main Project for the term of this agreement. 2. Purpose of Agreement. Contractor agrees that the lease of the premises shall be for the sole purpose of the Contractor's use(s) related to staging, materials and equipment storage associated with the City's Tank Farm Gravity Sewer, Lift Station, and Force Main Project. Any costs associated with the use and maintenance of the property by the Contractor for Contractor's purposes shall be at the sole expense of the Contractor. 3. Term of Agreement. The term of this agreement shall commence upon execution by both parties and occupation of the property by Contractor and shall extend for a period of 10 months or as otherwise required to complete the Tank Farm Gravity Sewer, Lift Station, and Force Main Project. 1 . Attachment 2 4.' Extent and Condition of the Premises. The Contractor shall accept the Premises "as is." This agreement shall not obligate the City to guarantee the condition of the Premises, the suitability of the Premises for the Contractor's intended use, the duration that the Premises may be safely occupied, or the availability of alternate facilities. 5.. Rent. The City agrees to provide the Contractor with the use of the Premises for $500 per month, payable on the first day of each month for the term of this agreement. 6. Cost of Operations. The Contractor shall bear the entire cost of its operations on the Premises, including utility bills and any taxes and fees related to its occupancy of the Premises, such as possessory interest taxes. 7. Maintenance. The Contractor agrees to perform maintenance and housekeeping of the Premises as required during the term of the lease. Contractor shall maintain the Premises at all times in a reasonable manner and condition suitable to and as directed by the Public Works Director. 8. Improvements to the Premises. The City shall be notified before any improvements are made to the Premises. Any improvements required by the Contractor shall be provided at the sole expense of the Contractor. Contractor agrees that the Premises are provided"as is" and the City has no obligation to provide improvements to the Premises for the Contractor's use. 9. Termination of this Agreement by the City. The City reserves the right to terminate this agreement by notifying the Contractor in writing sixty days prior to termination, should the City need the property for official City business. Additionally, should the agreement between the Contractor and the City for construction of the Tank Farm Gravity Sewer, Lift Station, and Force Main Project be terminated, this agreement shall also be terminated, unless the parties mutually agree that it should remain in effect. Upon termination, except for reasonable wear and tear, all improvements shall be removed at the sole expense of the Contractor and the property returned to its original condition as found at the initiation of this agreement. 10. Termination.of this Agreement by the Contractor. The Contractor may terminate this agreement by notifying the City in writing sixty days prior to termination. 11. Non-discrimination of Lessee. There shall be no discrimination against or segregation of any person or group of persons on account of race, religion, sex, sexual orientation, national origin, age, physical, mental or economic status in the construction, operation, lease, sublease, use, occupancy, tenure or enjoyment of the Premises or the improvements thereon, or any part thereof, and the Contractor, or any person claiming under or through it, shall not establish or permit any such practice of discrimination or segregation with reference to the use of the Premises, or the selection, location, number, use or occupancy of employees, contractors, subcontractors, laborers or material men, tenants, lessees, subtenants, sub lessees, invitees or vendees of the Premises or the improvements thereon, or any part thereof. 2 ® i Attachment 2 The Contractor shall not restrict access or use of the Premises or the improvements thereon, or. any portion thereof, on the basis of race, religion, sex, sexual orientation, national origin, age, physical, mental or economic status of any person. 12. Relationship of Parties. Under this agreement, the City shall be solely and exclusively a lessor, and the Contractor shall be solely and exclusively a lessee. The Contractor shall not be considered a partner, agent, officer, or employee of the City. The Contractor's officers, members, affiliates, volunteers, employees and independent contractors shall not be considered agents, officers or employees of the City. 13. Assignment. The Contractor shall not assign this agreement to another party without the City's prior written consent. 14. Insurance. The Contractor shall provide proof of insurance in accordance with the requirements established in Exhibit A to this agreement. 15. Indemnificatiom The Contractor shall indemnify and save harmless the City, its officers, agents, and employees against: A. Any and all claims.and demands which may be made against the City, its officers, agents or employees by reason of any injury or death of any person or corporation caused by any act or omission of the Contractor under this agreement or of the Contractor's employees or agents; B. Any and all damage to or destruction of the property of the City, its officers, agents, or employees, occupied or used by or in the care, custody, or control of the Contractor, or in proximity to the site of the Contractor's work, caused by any act or omission of the Contractor under this agreement; C. Any and all claims and demands which may be made against the City, its officers, agents, or employees by reason of any injury to or death of or damage suffered or sustained by an employee or agent of the Contractor under this agreement,however caused, excepting, any such claims or demands which are the result of the sole active negligence or willful misconduct of the City, its officers, agents, or employees; D. Any and all claims and demands which may be made against the City, its officers, agents or employees by reason of infringement or alleged infringement of any trademark or copyright rights or claims caused by the use of any apparatus, appliance, or materials furnished by the Contractor under this agreement; and E. Any and all penalties imposed or damages sought on account of the violation of an 'y law or regulation or of any term or condition of any permit, when said violation of any law or regulation or of any term or condition of any permit is due to negligence on the part of the Contractor. 3 J Attachment 2 The Contractor, at its own costs, expense, and risk shall defend any and all suits, actions, or other legal proceedings that may be brought against or for employees on any such claim or demand of such third persons, or to enforce any such penalty, and pay and satisfy any judgment or decree that may be rendered against the City, its officers, agents, or employees in any such suit, action, or other legal proceeding, when same were due to negligence of the Contractor. 16. Enforcement Costs and Attorney's Fees. The prevailing party in any action between. the parties to this agreement, brought to enforce the terms of this agreement, may recover from the other party its reasonable costs and attorney's fees in.connection with such an action. 17. Notice. All notice provided relative to the terms and conditions of this agreement shall be in writing as follows: Contractor: Mountain Cascade, Inc. Roger Williamson, Vice President 555 Exchange Court Livermore, CA 94551 City: City of San Luis Obispo Jennifer Metz, Utilities Project Manager 879 Morro Street San Luis Obispo, CA 93401 18. Entirety and Integrity of this Agreement. This document represents the entire and integrated agreement between the City and the Contractor. This document supersedes and negates all prior negotiations,representations, agreements and amendments, either written or oral, regarding the Premises and the use of the Premises by Contractor. Both parties also recognize that some issues may not have been anticipated or addressed herein, and that changes to the agreement may be warranted. This agreement may be amended upon written consent of both parties, to the approval of the City Administrative Officer and the City Attorney and as provided by law. This Agreement is executed this day of , 2008, in the City of San Luis Obispo, State of California. Contractor: Roger Williamson, Vice President Mountain Cascade, Inc. 4 cq 7 Attachment 2 City: Attest: Approved as to form: . Audrey Hooper, City Clerk Jona an Lowel ity Attorney Mayor Dave Romero 5 c9-8 Attachment 2 Exhibit A INSURANCE REQUIREMENTS: Operation & Maintenance Contracts The Contractor shall procure and maintain for the duration of the contract insurance against claims .for injuries to persons or damages to property which may arise from on in connection. with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Service Office Commercial General Liability coverage(occurrence form CG0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employers Liability Insurance. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. . General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, 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: $1,000,000 per accident for bodily injury and property damage. 3. Employers Liability: $1,000,000 per accident for bodily injury or disease. 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 deductible or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond 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: I. The City, its officers, officials, employees,agents,and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be.primary insurance as respects the City, it officers, officials; employees, agents and volunteers. Any insurance or self-insurance maintained by the City, it officers, officials, employees agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers, officials, employees agents or volunteers. 6 Cq Xttachment 2 4. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled be either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified main, return receipt requested, has been given to the City. Accessibility of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of no less than AMI. Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing required coverage. Original endorsements effecting general liability and automobile liability coverage are also required by this clause. The endorsements are to be signed by a person authorized by that insurer to bind coverall on its behalf. All endorsements are to be received and approved by the City before work commences. Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificated and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 7 C1. C D 4IIIIIIIIII����������III.gI�ll� council memonAnoum June 30, 2008 To: Mayor Dave Romero and City Council FIRIEED From: John Moss, Utilities DirectorPrepared By:. Jennifer Metz, Utilities Proj t Manager LERK Via: Ken Hampian, City Administrative Officer Subject: Red File—Agenda Item C-9 Map of Proposed Lease Site at 45 Prado Road Attached please find an aerial photograph which notes the location of the 45 Prado Road proposed lease site. The site is surrounded by chain link fencing and is adjacent to the City's Water Reclamation Facility and Corporation Yard. If you have any questions, please contact Jennifer Metz at 781-7239. ® COUNCIL I JCZ CDD DIR RED FILE 91 CAO FIN DIR MEETING AGENDA til ACAO FIRE CHIEF ��' "' 19 ATTORNEY ® PW DIR DA ITEM #. 2 ® CLERKIORid X POLICE CHF ❑ DE7, EAD5 ® REC DIR 50_Lf•2._.__ IQUTILDIR fig Tv1bkn 9 HR DIR X C"M61 x CAO x CIWK- a I f IN �' S .Kri ro S CD in e O J - f ,q-� ♦♦ � -, ter. i I ti r. i i b � IP o -T .rg 'i� `!, �� -