HomeMy WebLinkAboutMINUTES - 08052003 - C.12 CAI
TO: BOARD OF SUPERVISORS
FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR
DATE: August 5, 2003
SUBJECT: Joint Exercise of Powers Agreement with City of Brentwood, State Route 4 Bypass
Authority, and East County Transportation Improvement Authority, Brentwood area.
Project Number 0662-6R4097
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)c&BACKGROUND AND JUSTIFICATION
I. Recommended Action:
APPROVE and AUTHORIZE the Chair, Board of Supervisors to execute a Joint Exercise of
Powers Agreement with City of Brentwood, State Route 4 Bypass Authority, and East County
Transportation Improvement Authority (ECTIA) for the Vasco Road/Camino Diable, Intersection
Improvements Project effective July 24, 2003 until completion of project, Brentwood area. (80%
East County Transportation Improvement Authority Funds, 10% Local Road Funds and 10%City
of Brentwood) (District 111).
APPROVE the plans and specifications for the Vasco Road/Camino Diablo Intersection
Improvements Project
Continued on Attachment: X_ SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR
_
RECOMMENDATION OF BOARD COMMITTEE
,-APPROVE OTHER
SIGNATURE(S):
ACTION OF BO ON AUGUST 5, 2003 APPROVED AS RECOMMENDED XX OTHER.
1 hereby certify that this is a true and correct copy of an
action taken and entered on the minutes of the Board
of Supervisors on the date shown.
VOTE OF SUPERVISORS
xx UNANIMOUS(ABSENT NONE
AYES: NOES: ) ATTESTED: AUGUST 05, 2003
ABSENT: ABSTAIN: JOHN SWEETEN, Clerk of the Board of Supervisors
and County Administrator
WL:je
G:\GrpData\TransEng%2003%BO-TE\BO for Vasco Rd Cam no Diablo JEPA.doc
Orig.Div:Public Works(TE) '
Contact: W.Lai(313-2408) By- , Deputy
C. PW Accounting
J.Bueren,Deputy PWD
N.Wein,TE
SUBJECT: Joint Exercise of Powers Agreement with City of Brentwood, State Route 4 Bypass
Authority, and East County Transportation Improvement Authority.
DATE: August 5, 2003
PACE: 2
H. Financial Impact:
There will be no impact to the General Fund. The project cost is estimated to be $2,100,000
which will be split among the City of Brentwood ($200,00{0, the East County Transportation
($1,700,000) Improvement Authority, and the County($200,000). The County's cost sharing will
be funded with Local Road Funds.
Ill. Reasons for Recommendations and Background:
The County, City of Brentwood, State Route 4 Bypass Authority, and ECTIA plan to improve the
intersection of Vasco Road at Camino Diablo in unincorporated Contra Costa County. It is mutually
agreed that financial cooperation between the four parties is required to bring the project to fruition.
The improvements include, but are not limited to, widening Vasco Road to accommodate an
additional through lane in each direction extending approximately 700 feet, minor pavement
widening on Camino Diablo to accommodate the proposed protected left tum lanes, drainage
improvements, right of way acquisition, modifying the existing traffic signal, signing, and striping.
In order to relieve congestion and improve the intersection's efficiency, the project will provide
additional northbound and southbound lanes on Vasco Road to address the current heavy
through movement and an additional through/permitted right turn lane on eastbound Camino
Diablo to address the heavy right-turn movements onto southbound Vasco Road from the
intersection. The proposed improvements are designed to alleviate the existing traffic congestion
as well as maintaining an intersection LOS (level of service) of C for 2025 build out conditions.
The Board of Supervisors previously determined that the project is in compliance with the
California Environmental Quality Act on July 8, 2003.
IV. Consequences of Negative Action:
Failure to approve the agreement will delay the project and increase the cost.
JOINT EXERCISE OF POWERS AGREEMENT
BETWEEN CONTRA COSTA COUNTY, THE CITY OF BRENTWOOD, EAST
COUNTY TRANSPORTATION IMPROVEMENT AUTHORITY, AND THE STATE
ROUTE BYPASS AUTHORITY TO CONSTRUCT INTERSECTION IMPROVEMENTS
AT THE INTERSECTION OF VASCO ROAD AT CAMINO DIABLO
(County Project No.:0662-6R4097)
(City Project No.: 336-3105)
This AGREEMENT is entered into on the day of , 2003,
between the City of Brentwood, a municipal corporation of the State of California
(hereinafter referred to as CITY), the East County Transportation Improvement Authority,
a joint powers agency (hereinafter referred to as ECTIA), the State Route 4 Bypass
Authority, a joint powers agency (hereinafter referred to as AUTHORITY), and the County
of Contra Costa, a political subdivision of the State of California (hereinafter referred to as
COUNTY), pursuant to Government Code Section 6500 and following.
The parties to this AGREEMENT mutually agree and promise as follows:
1. Purpose and Scope of Work. COUNTY, CITY, ECTIA, and the AUTHORITY plan
to improve the intersection of Vasco Road at Camino Diablo in unincorporated Contra
Costa County. It is mutually agreed that financial cooperation between the COUNTY,
CITY, ECTIA, and AUTHORITY is required to bring the project to fruition. The purpose of
this AGREEMENT is to provide for the apportionment of duties and costs between
COUNTY, CITY, ECTIA, and AUTHORITY for the intersection improvements. As used in
this AGREEMENT, the term "PROJECT" shall refer to the planned improvements for the
intersection of Vasco Road at Camino Diablo, which improvements are described in more
detail lin EXHIBIT A attached to this AGREEMENT. The improvements include, but are
not limited to, widening Vasco Road to accommodate an additional through lane
extending approximately 700 feet, minor pavement widening on Camino Diablo to
accommodate the proposed protected left tum lanes, drainage improvements, right of
way acquisition, modifying the existing traffic signal, signing, and striping. The estimated
total PROJECT cost including design, environmental clearance, utility coordination,
construction contract, materials testing and construction inspection costs is $2,100,000.
2. Responsibilities of CITY, ECTIA AUTHORITY and COUNTY
A. CITY shall be responsible for the following:
(1) Pay COUNTY a lump sum contribution of $200,000 for costs of
PROJECT.
B. ECTIA shall be responsible for the following:
(1) Agrees to reimburse the AUTHORITY for PROJECT construction
and construction inspection costs of PROJECT in an amount not to
exceed $1,700,000
C. AUTHORITY shall be responsible for the following:
(1) Advertise and award the contract for PROJECT.
(2) Perform, using either AUTHORITY staff or consultant, all
construction engineering, construction related surveys, materials
testing, contract administration, and all inspection of PROJECT
(3) Consult with COUNTY's appointed representative and ECTIA
Program Manager on any necessary changes or extra work prior to
the issuance of any contract change orders for the PROJECT and
prepare said change orders and provide a copy to the COUNTY and
ECTIA within 5 working days of approval.
(4) Prepare as built drawings, based on the AUTHORITY and COUNTY
inspector's "mark—up„ drawings and deliver the final as built drawings
to the COUNTY within 60 days of formal PROJECT acceptance.
(5) Accept PROJECT in writing upon COUNTY approval and record
notice of completion.
(6) Within 124 days of PROJECT acceptance, prepare and submit to
CITY, ECTIA, and the COUNTY a report of the actual costs incurred
for PROJECT.
D. COUNTY shall be responsible for the following:
(1) Prepare environmental documentation in conformance with CEQA.
(2) Coordinate utility protection and relocation.
(3) Prepare design plans, specifications, and engineer's cost estimate
for PROJECT.
(4) Approve PROJECT design (plans and specifications).
(5) Prior to advertisement of the contract to construct the PROJECT,
obtain all land rights, including construction easements, necessary to
construct the PROJECT.
(6) Appoint a COUNTY representative with the authority to approve
any necessary changes or extra work in consultation with the
ECTIA Program Manager prior to the issuance of any contract
change orders for the PROJECT. The COUNTY, in consultation
with the ECTIA Program Manager, shall respond to all requests for
proposed changes to the final plans within 1 working day, unless
otherwise agreed to by all parties. The decision of the COUNTY
with regard to said proposed changes shall be controlling, but the
COUNTY's consent shall not be withheld unreasonably.
(7) Assume ownership of PROJECT following PROJECT acceptance by
AUTHORITY.
(8) Contribute $200,000 towards the PROJECT cost.
3. Financial Responsibili#ry.
A. CITY shall pay the COUNTY a lump sum contribution of$200,004 to cover
the CITY'S contribution to PROJECT construction contract, design, environmental
clearance, utility coordination, materials testing and construction inspection costs
as identified in the Workplan attached hereto as EXHIBIT A, within fourteen (14)
2
days following the execution of this agreement. This contribution shall have an
effective date of May 1, 2002 in order that all costs may be recouped.
B. COUNTY shall contribute $200,000 towards PROJECT construction
contract, design, environmental clearance, and utility coordination as identified in
EXHIBIT A. This contribution shall have an effective date of May 1, 2002 so that
all costs may be recouped.
C. ECTIA shall pay the AUTHORITY an amount not to exceed $1,700,000 to
cover ECTIA's contribution towards PROJECT construction, construction
management, and construction inspection costs as identified in EXHIBIT A
attached to this AGREEMENT.
D. CITY and COUNTY costs sharing contribution of $200,000 each shall be
exhausted prior to the use of ECTIA funds.
E. AUTHORITY shall invoice ECTIA for PROJECT construction inspection
costs within 30 days of incurring those costs in accordance with ECTIA's Funding
Cost Guidelines and Reimbursement Procedure. Payment owed to the
AUTHORITY shall be made by ECTIA no later than 45 calendar days after the
actual billing by the AUTHORITY.
F. If the construction bids exceed $1,300,000, or If, at any time during the
PROJECT implementation, it appears that the PROJECT costs will exceed
$2,140,000, all parties shall meet to discuss and identify additional funding
sources. Before awarding a construction contract for the PROJECT, the
AUTHORITY shall obtain approval from the COUNTY's representative in
consultation with the ECTIA Program Manager.
4. Insurance and Hold Harmless.
A. The contract documents for PROJECT shall include provisions requiring the
successful bidder to:
(1) Secure and maintain in full force and effect during construction of
PROJECT, worker,s compensation and public liability and property
damage insurance in forms and limits of liability satisfactory to CITY,
ECTIA, AUTHORITY and COUNTY, naming CITY, ECTIA, AUTHORITY,
and COUNTY, their governing bodies, officers, agents, and employees as
additional insureds.
(2) Promise to hold harmless and indemnify CITY, ECTIA, COUNTY,
their governing bodies, officers, agents, and employees from liability to the
same extent as promised to AUTHORITY.
The aforementioned policy shall contain a provision that the insurance
afforded thereby to the additional insureds shall be primary insurance to the
3
full limits of the policy and that, if any of the additional insureds has other
insurance or self-insurance against a loss covered by such policy, such
insurance or self-insurance shall be excess insurance only. Before
beginning construction of PROJECT, the contractor shall submit to
AUTHORITY and COUNTY a certificate of insurance evidencing the
required coverage and requiring the carrier to give at least thirty (30) days
written notice to AUTHORITY and COUNTY of any cancellation, non-
renewal, or material modification of the policy. AUTHORITY shall be
responsible for ensuring that this requirement has been met before allowing
construction work to proceed.
B. Neither COUNTY, nor any officer, agent, or employee thereof, shall be
responsible for any damage or liability occurring by reason of anything done
or omitted to be done by CITY, AUTHORITY, or ECTIA or in connection
with any work delegated to CITY, AUTHORITY, or ECTIA under this
AGREEMENT, and CITY, AUTHORITY, and ECTIA shall defend,
indemnify, save, and hold harmless COUNTY, its governing body, officers,
agents, and employees from the same except liability that is the sole
negligence or willful act of COUNTY.
C. Neither CITY, nor any officer, agent, or employee thereof, shall be
responsible for any damage or liability occurring by reason of anything done
or omitted to be done by COUNTY, AUTHORITY, or ECTIA or in
connection with any work delegated to COUNTY, AUTHORITY, and ECTIA
under this AGREEMENT, and COUNTY, AUTHORITY, or ECTIA shall
defend, indemnify, save, and hold harmless CITY, its governing body,
officers, agents, and employees from the same except liability that is the
sole negligence or willful act of CITY.
D. Neither AUTHORITY, nor any officer, agent, or employee thereof, shall be
responsible for any damage or liability occurring by reason of anything done
or omitted to be done by COUNTY, CITY, or ECTIA or in connection with
any work delegated to COUNTY, CITY, or ECTIA under this AGREEMENT,
and COUNTY, CITY, and ECTIA shall defend, indemnify, save, and hold
harmless AUTHORITY, its governing body, officers, agents, and employees
from the same except liability that is the sole negligence or willful act of
AUTHORITY.
E. Neither ECTIA, nor any officer, agent, or employee thereof, shall be
responsible for any damage or liability occurring by reason of anything done
or omitted to be done by COUNTY, AUTHORITY, or CITY or in connection
with any work delegated to COUNTY, AUTHORITY, and CITY under this
AGREEMENT, and COUNTY, AUTHORITY, or CITY shall defend,
indemnify, save, and hold harmless ECTIA, its governing body, officers,
agents, and employees from the same except liability that is the sole
negligence or willful act of ECTIA.
E. Nothing in this AGREEMENT is intended or shall be construed to effect the
4
legal liability of either party to third parties by imposing any standard of care
greater than that imposed by law,
5. Acceptance. Upon completion of PROJECT, COUNTY and AUTHORITY shall
conduct a final joint inspection. After COUNTY and AUTHORITY have determined that
the work performed by the contractor has been completed to COUNTY'S and
AUTHORITY's satisfaction, AUTHORITY shall accept PROJECT as complete and
promptly shall record a notice of completion. COUNTY shall not unreasonably withhold or
delay its determination of PROJECT completion.
6. Maintenance. After AUTHORITY formally accepts PROJECT, COUNTY shall own
PROJECT and assume total responsibility for the PROJECT,
7. Accountability. As required by Government Code Section 6505, AUTHORITY shall
provide a report providing strict accountability of all funds received and disbursed for
PROJECT.
8. Acireement Modification. This AGREEMENT shall be subject to modification only
with the written consent of the legislative bodies of all parties. No party shall
unreasonably withheld its consent to modification for the implementation and
accomplishment of the overall purpose for which this AGREEMENT is made.
9. Agreement Expiration. This Agreement shall remain in effect until the following are
complete. (1) the AUTHORITY accepts the PROJECT as complete; (2) the report of final
casts is delivered to all parties; (3) payment of all funds between CITY and COUNTY is
completed; and (4) payment of all funds between ECTIA and AUTHORITY is completed.
Notwithstanding expiration or termination of this Agreement, the obligations contained in
Section 4(A) through (F) above shall survive expiration or termination of this
AGREEMENT.
10. Entire Agreement. This AGREEMENT contains the entire understanding of the
parties relating to the subject matter of this AGREEMENT. Any representation or promise
of the parties relating to the work shall not be enforceable unless it is contained in this
AGREEMENT or in a subsequent written modification of this AGREEMENT executed by
the legislative bodies of both parties.
11. Notices. All notices (including requests, demands, approvals or other
communications) under this Agreement shall be in writing.
a. Notice shall be sufficiently given for all purposes as follows:
(1) When delivered by first class mail, postage prepaid, notice shall be deemed
delivered three (3) business days after deposit in the United States Mail.
(2) When mailed by certified mail with return receipt requested, notice is
effective on receipt if delivery is confirmed by a return receipt.
(3) When delivered by overnight delivery by a nationally recognized overnight
5
courier, notice shall be deemed delivered one (1) business day after deposit
with that courier.
(4) When personally delivered to the recipient, notice shall be deemed
delivered on the date personally delivered.
b. The place for delivery of all notices given under this Agreement shall be as
follows:
Contra Costa County, Public Works Department
Attn: Maurice Shiu, Director
255 Glacier Drive
Martinez, CA 94553
City of Brentwood
Attn: Bailey Grewal, City Engineer
708 Third Street
Brentwood, CA 94513-1398
State Route 4 Bypass Authority
Attn: Dale Dennis, Project Manager
255 Glacier Drive
Martinez, CA 94553
East County Transportation Improvement Authority
Attn: Dale Dennis, Program Manager
255 Glacier Drive
Martinez, CA 94553
or to such other addresses as COUNTY, AUTHORIY, ECTIA and CITY may
respectively designate by written notice to the other.
WL:je
G:\GrpData\TransEng\ProjecteiVasco Rd-Camino Diablo Intersection Improvements\4 Way JEPA final 7_28 03.doc
July 7,2003
6
CONTRA COSTA COUNTY
Mark DeSauInler, Chair
Beard of Supervisors
ATTEST:
John Sweeten
Clerk of the Board of Supervisors and County Administrator
By
RECOMMENDED FOR APPROVAL:
Maurice M. Shiu
Public Works Director
>..
FORM APPROVED:
Silvano B. Marchesi
County Counsel
,
By j
Deputy
7
CITY OF BRENTWOOD
By
Mayor
ATTEST:
Clark, City of Brentwood
By
RECOMMENDED FOR APPROVAL:
CITY Engineer
By
FORM APPROVED:
CITY Attorney
By
s
NATE ROUTE 4 BYPASS AUTHORITY
By
Chairperson
ATTEST:
Secretary
StateRoute 4 Bypass Authority
By
RECOMMENDED FOR APPROVAL:
Project Manager
By
FORM APPROVED:
Silvano B. Marchesi
State Route 4 Bypass Authority Attorney
p
�"
� ' Ji
By-- De ut ', ,s
Y
EAST COUNTY TRANSPORTATION IMPROVEMENT AUTHORITY
By
Chairperson
ATTEST:
Secretary
East County Transportation Improvement Authority
By
RECOMMENDED FOR APPROVAL:
Program Manager
By
FORM APPROVED:
Silvana B. Marchesi
East County Transportation Improvement Authority Attorney
B �
Deputy
10
EXHIBIT A
WORK PLAN AND BUDGET
Project Name and General y Description:
Vasco Road at Camino Diablo Intersection Improvements
Eastern Contra Costa County is experiencing significant residential growth due the
availability of land, location, and the need for affordable housing. Households in
Brentwood and Antioch are projected to increase 89% and 36% respectively by the
year 2025 (Source: ABAG, Projections 2093). Both residential and commercial
development are expanding concurrently making East Contra Costa County a growth
center for the next 25 years. Vasco road, Byron Hwy, and Camino Diablo are
connector roads in Eastern Contra Costa County that provide links between East
County residents to southern Alameda and San Joaquin Counties. Vasco Road is one
of the primary routes commuters use within East Contra Costa County to travel to jobs
located in Alameda and Santa Clara Counties.
Vasco Road and Camino Diablo are highly traveled roadways that many East County
residents also use to travel to and from the Livermore area. There are Leavy through
movements on Vasco Road and heavy right turn and left turn movements from Camino
Diable to southbound Vasco Road. The County and the City of Brentwood received
numerous complaints requesting that improvements be done to the intersection to
relieve congestion in the morning and evening peak hours.
With the existing lane configuration, commuters report 3-mile backups on both
southbound Vasco Road in the morning commute hours and northbound Vasco Road in
the afternoon commute hours. The backup on eastbound Camino Diablo morning
commute prevents the flow of the heavy right turn movements onto southbound Vasco
Road.. The backup on westbound Camino Diablo morning commute prevents the flow
of heavy left turn movements onto southbound Vasco Road. The backup on the
northbound Vasco Road commute (PM peak hour) prevents the flow of the heavy right
turn movement onto eastbound Camino Diablo. Contra Costa County Public Works staff
observations of turning movements and traffic count data verify the need for
intersection improvements.
The proposed project will widen pavement on the Vasco Road and Camino Diablo
intersection approaches for the additional turn lanes. A new traffic signal will be
constructed in addition to roadway restriping in an effort to improve the efficiency of the
existing intersection.
Camino Diablo Camino Diablo
NORTH
_
Vasco :Rd Vasco Rd
TT
WBST
EAST WEST BAST
SC}tiTH SCSTJ'£Ii
Pyictinn InnA.nnnfinirn inn Proposed lane confl duration.
EXHIBIT A
In order to relieve congestion and improve the intersection's efficiency, the project will
provide additional northbound and southbound lanes on Vasco Read to address the
current heavy through movement and an additional through/permitted right turn lane on
eastbound Camino Diablo to address the heavy right-turn movements onto southbound
Vasco Road from the intersection. There will also be restriping for a left turn lane on
westbound Camino Diablo to address the heavy left-turn movement. The proposed
improvements are designed to alleviate the existing traffic congestion as well as
maintaining an intersection LOS of C (level of service)for 2025 build out conditions.
'Project Description:
Contra Costa County Public Works has completed the preliminary engineering phase
(PE)of the project. A project study report was prepared which included a preliminary
design layout for the intersection as well as a LOS analysis for various intersection lane
configurations. Upon securing additional funds, Contra Costa County will proceed with
the Environmental (E), Design Engineering (DE), Right of Way & Acquisition (R/W), and
Construction (CON) phases of the project.
lFunding Request
Proiect Phase Cost Proposed Funding Source
PE (Preliminary Engineering) $100,000 County Costa County/City of Brentwood
E (Environmental) $30,000 County Costa County/City of Brentwood
DE (design Engineering) $170,000 County Costa County/City of Brentwood
R/W (Right of Way/Acquisition) $100,000 County Costa County/City of Bentwood
CON Construction) $1,700,000 ECTIA
TotalCosts $2,100,000
The total ECTIA funding request is $1,700,000 to complete the Construction (CON)
phase of the project.
r of
(E) Environmental' —$30,000
The environmental phase consists of evaluating and reviewing the impacts of the
proposed project and processing the necessary California Environmental Quality Act
(CEQA) documents. Due to the project's location in the East County, it is anticipated
that a'habitat assessment is necessary for various Federally protected animal species.
The presence of burrowing owls, tiger salamanders, fairy shrimp and vernal pools is
known to be within the area surrounding the proposed intersection improvements.
(DE) Design Engineering —$170,000
The design phase consists of preparing the plans and specifications for the proposed
improvements. This phase also includes the necessary design level surveys, utility
EXHIBIT A
coordination, and the administration for advertising and awarding the project. The
following is a description of the anticipated design engineering tasks.
Design Tasks
1. Design Level Survey- $20,000
Survey the project site and establish existing right of way boundaries. Collect
planimetric and topographic data and establish control lines along the project
limits.
2. 35% Plans - $50,000
Preparation of plan sheets and draft initial plans and profiles for the intersection
improvements
3. Traffic Signal Design - $12,000
4. 65% & 95% Plans— $70,000
Finalize construction drawings, engineer's estimate, and specifications for the
intersection
5. Utility Coordination— $10,000
The proposed intersection improvements will like required coordination with the
following utilities: US Sprint, SBC Pacific Sell, and PG&E. It is anticipated that 2
Unimin waterlines will require relocation prior to the construction of the
intersection improvements.
6. Project Advertisement and Award - $8,000
(RNV) Right of Way Engineering &Acquisition - $100,000
Additional right of way is necessary to accommodate the proposed widening at the
intersection of Vasco Road and Camino Diablo. A hill located east of the northbound
Vasco Road intersection approach will require grading due to the proposed 12 ft of
pavement widening. The purchasing of right of way along this hillside to accommodate
the necessary grading and construction access is anticipated. Survey data collected
during the Design Engineering phase will be used to determine the actual area to be
acquired and the final legal description and plat maps. The County Real Property
Division can be responsible for the acquisition of the property, which includes the
appraisal of the property, negotiations with the property owner, and the final title
reports.
(CON) Construction -$1,700,000
The proposed improvements to the intersection of Vasco Road and Camino Diablo will
consist of pavement widening along all the approaches to the intersection for the
additional travel lanes. Both approaches to the intersection from Vasco Road will
require approximately 17,352 ft' of new pavement combined. In additional to the
construction of a new traffic signal, traffic striping will be replaced and minor drainage
improvements will be installed (storm drain and edge drains). The following is a
summary of the anticipated construction phase costs.
Construction Items
1. Contract Cost -$1,545,000
EXHIBIT A
2. Construction Management- $155,000
i
lProject Costs and Funding Summary:
----------------
Project Costs:
Proiect Phase Cost
PE (Preliminary Engineering) $100,000 *Completed by Contra Cost County
E (Environmental) $30,000
DE (Design Engineering) $170,000
R/W (bight of Way) $100,000
CON (Construction) $1,700,000
Total Project Cost $2,100,000
Proposed Project Funding Sources:
Centra Costa County $200,000
City of Brentwood $200,000
ECTIA request $1,700,000
Total Funds - $2,100,000
Schedule:
The following is the anticipated project schedule:
Complete Environmental .lune 2003
Complete bight of way July 2003
Complete Design Engineering August 2003
Advertise Project August 2003
Begin Construction Parch 2004
Complete Construction Summer 2004