Loading...
HomeMy WebLinkAboutMINUTES - 02151994 - 1.6 TO: BOARD OF SUPERVISORS FROM: j,-.,MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: FEBRUARY 15, 1994 SUBJECT: APPROVE COOPERATIVE AGREEMENT FOR THE VASCO ROAD RELOCATION PROJECT PROJECT NO: 0676-6P4054 SPECIFIC REQUEST(S) OR RECOMMENDATIONS) &BACKGROUND AND JUSTIFICATION I. Recommended Action: , APPROVE and AUTHORIZE the Chair of the Board of Supervisors to execute a Cooperative Agreement between the County and the Contra Costa Water District (CCWD) to provide for design, construction and maintenance of the Vasco Road Relocation Project. AUTHORIZE the use of monies from the Keller Canyon Landfill Road Mitigation fees if state and local partnership funds are deleted from the state budget to satisfy the County's financial obligation for the Camino Diablo Bypass improvements stated in the Cooperative Agreement. 11. Financial Impact: There is no financiaf impact to the County General Fund. The Agreement commits the County to reimburse the CCWD, one million three hundred sixteen thousand dollars ($1,316,000)toward the Camino Diablo Bypass portion of this project and two hundred and five thousand dollars ($205,000) to increase shoulder widths along the relocated Vasco Road. The County has applied for funding under the State-Local Transportation Partnership Program (SB-300, Cycle 5 Funding), to reimburse the CCWD for these costs. It is expected that SB 300, Cycle 5, will cover the total reimbursement to the CCWD. In the event that the SB-300 monies received from our application are less than our commitment to the CCWD, or this funding source is eliminated by the State, monies from the Keller Canyon Landfill Road Mitigation fees will be used to reimburse the CCWD up to the full amount ($1,521,000) over an 8-year period. Continued on Attachment: X SIGNATURE: _ RECOMMENDATION OF COUNTY ADMINISTRATOR _ RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): „ ACTION OF BOARD ON February 15, 1994 APPROVED AS RECOMMENDED X OTHER _ I VOTE OF SUPERVISORS I x UNANIMOUS (ABSENT ) AYES: NOES: ABSENT: ABSTAIN: I hereby certify that this is a true and correcteopy of an action taken and entered on the minutes of the MC:glo:jlg Board of supendsors on the date shown. c\B08.t2 ATTESTED' �h �1Q Board — PHIL BATCHELOR Clerk 0 the Board of supervwm and 6ZW Administrator Contact: Mike Carlson, (313-2346) Orig. Div: Public Works (Design Division) By .00puty cc: County Admin. Attn: E. Kuevor Auditor-Controller Transportation Engineering i APPROVE COOPERATIVE AGREEMENT FOR THE VASCO ROAD RELOCATION PROJECT Page 2 February 15, 1994 III. Reasons for Recommendations and Background: In 1988, the voters approved a bond measure- to finance the construction of CCWD's Los Vaqueros Reservoir in the southeastern portion of the County. The existing Vasco Road will need to be relocated since the existing roadway will be flooded by the reservoir. CCWD is managing the whole road relocation project, including their environmental, geotechnical, design and construction management/inspection consultants. The EIR for the Vasco Road Relocation Project was certified by the CCWD Board of Directors on September 26, 1990. Presently, the CCWD is completing the final Plans, Specifications, and Estimate for the road relocation and securing the necessary rights of way. .CCWD is planning to construct this project starting the summer or fall of 1994. Once the relocated Vasco Road is constructed, the County will take over its operation and maintenance and will also vacate the "old" Vasco Road. Therefor, Public Works' staff has been providing oversight of CCWD's design efforts to ensure compliance with Caltran's and County standards. Alameda County Public Works staff is performing a similar role for portions of the project within Alameda County. During the design phase of the project, the County has requested design upgrades for the roadway and has also committed to contribute financially towards a portion of these upgrades. The CCWD has agreed to construct a Camino Diablo Bypass, instead of widening the existing Camino Diablo to reduce impacts to residents along existing Camino Diablo Road. The County will contribute the estimated difference between the estimated cost of the Camino Diablo Bypass and the estimated cost of the proposed improvements to the existing Camino Diablo ($1,316,000). The County has also required the CCWD to increase the structural capacity of the shoulders along the relocated Vasco Road. This will increase the design life and decrease the maintenance of the shoulders. The cost increase for the shoulder upgrade will be $205,000. The Cooperative Agreement specifies the duties and obligations of the County and the CCWD project in design, right of way acquisitions, construction and maintenance responsibilities. Two previous agreements have been approved, the Principles of Agreement and the Roadway Design Report. The County's acceptance of any of this Cooperative Agreement will not relieve the CCWD or its consultants/contractors of any liability in connection with the roadway design or construction. IV. Consequences of Negative Action: Failure to approve and execute the cooperative agreement will delay the construction of the Los Vaqueros Reservoir. <s: t. `L j�. COOPERATIVE AGREEMENT This AGREEMENT entered into on 4,1 , Is , 1994 is between the Contra Costa Water District, referred to herein as DISTRICT, and County of Contra Costa, a political subdivision of the State of California, referred to herein as COUNTY. RECITALS (1) DISTRICT and COUNTY pursuant to their respective governing legislation are authorized to enter into a Cooperative Agreement. (2) DISTRICT is proceeding with the planning, design and construction of the Los Vaqueros Project. Construction of the Los Vaqueros Project will require relocation of Vasco Road which is located in Alameda and Contra Costa Counties. The relocation of Vasco Road as necessitated by the construction of the Los Vaqueros Project is referred to herein as "REPLACEMENT ROADWAY" for the purposes of this agreement. Timely construction of REPLACEMENT ROADWAY is important to maintain the Los Vaqueros Project schedule. REPLACEMENT ROADWAY must be complete prior to the closing of the existing Vasco Road in order for the construction of a dam for the Los Vaqueros Project to commence. (3) DISTRICT and COUNTY agree the REPLACEMENT ROADWAY will generally follow the alignment of County Line Alternative (Modified) as described in the Final Environmental Impact Report for the Vasco Road and Utility Relocation Project certified by the DISTRICT on September 26, 1990, SCH#: 89032123. (4) COUNTY has amended its General Plan to reflect the realignment of Vasco Road on the County Line Alternative (Modified) as described above. (5) DISTRICT has petitioned COUNTY to vacate COUNTY interest to the entire existing Vasco Road in exchange for DISTRICT construction of REPLACEMENT ROADWAY. (6) DISTRICT is willing to fund completion of a REPLACEMENT ROADWAY including the costs of COUNTY staffing costs to provide oversight of environmental, design, right of way activities, and construction. (7) This Agreement supplements the.prior Principles of Agreement dated January 30, 1991 relating to the REPLACEMENT ROADWAY. Said Principles of Agreement, attached to this agreement as Exhibit D was executed by the District General Manager and the County Administrator as recommended by the Director of Community Development and the Public Works Director. (8) The parties hereto desire to define herein the terms and conditions under which said REPLACEMENT ROADWAY will be designed, constructed, financed and accepted by COUNTY into the County Maintained Road System. 1 t J r (9) As used in this Agreement, COUNTY acceptance shall refer to formal acceptance by 'the Board of Supervisors of the REPLACEMENT ROADWAY into the COUNTY-maintained road system. t 2 i ARTICLE ' DISTRICT AGREES: (1) To pay all required fees and reimburse all actual expenses incurred by COUNTY in processing the Vasco Road Vacation and acceptance of the REPLACEMENT ROADWAY into the County Maintained Road System. Such fees and expenses include costs for design and construction oversight activities, processing and reviewing the Vasco Road vacation and Vasco Road closure, relocation of utilities, as appropriate, on the vacated Vasco Road right of way, processing entitlements and/or permits for windmills located in setback area, legal fees, preparation of a final Audit, and other regulatory actions by COUNTY required for COUNTY acceptance of REPLACEMENT ROADWAY into the County Maintained Road System. (2) To pay one hundred percent (100%) of the actual costs of construction, including utility relocation costs, required for satisfactory completion of REPLACEMENT ROADWAY including changes pursuant to contract change orders concurred with by the COUNTY representative, except for those funds to be contributed by County pursuant to Article II, Section (9)• (3) To develop the precise REPLACEMENT ROADWAY alignment and prepare a Roadway Design Report for review by COUNTY. Said Roadway Design Report will specify detail design criteria for REPLACEMENT ROADWAY to be used by DISTRICT and accepted by COUNTY. (4) To be responsible for all design engineering costs, including, but not limited to, costs for preparation of contract documents, advertising and awarding the construction contract for the REPLACEMENT ROADWAY. (5) To have detailed Plans, Specifications and Estimate (PS&E) prepared at no cost to COUNTY and to submit each to COUNTY for review at 30%, 70%, final draft and final PS&E submittals, as a minimum. Final PS&E shall be prepared according to California Department of Transportation (Caltrans) procedures and standards,COUNTY procedures and standards,good engineering practice, and the minimum standards acknowledged in the Principles of Agreement and the Roadway Design Report. The DISTRICT will administer the consultant contracts related to the preparation of these plans. (6) To reimburse COUNTY for costs incurred between August 1, 1990 , and the date this Cooperative Agreement becomes effective, and for costs incurred on and after the date this Cooperative Agreement becomes effective for COUNTY's cost to oversee, advise, and coordinate the REPLACEMENT ROADWAY project, process the Road Vacation and Vasco Road closure, perform right of way activities pursuant to Article I, Section 9, to conduct final audit as discussed in Article I, Section 35. Estimated costs reimbursable to COUNTY are based on the Scope of Work made part of this Agreement as Exhibit A incurred and shown in Exhibit B. COUNTY shall submit invoices no more frequently than once a month and not less frequently than once a quarter for oversight costs incurred by COUNTY during the previous month or quarter, as the case may be. Invoices shall be submitted to Contra Costa Water District, Los Vaqueros Project, P.O. Box 4121, Concord, California, 94524. Payment shall be made within 30 days of DISTRICT's receipt of an acceptable invoice by DISTRICT's Program Manager. 3 (7) To secure all necessary permits and approvals from other regulatory agencies other than COUNTY as needed for the construction of the REPLACEMENT ROADWAY. COUNTY will assist and cooperate in this effort. (8) In performing this agreement DISTRICT shall comply with all applicable laws and regulations, whether federal, state or local. (9) To perform all right of way activities, including acquisition of right of way, slope easements, utility easements, license agreements, temporary construction easements, right of entry permits, storm drainage easements, drainage releases, relinquishment of abutter's rights, and floating easements for maintenance at no cost to COUNTY, in accordance with the California Relocation Assistance Law and the State Department of Housing and Community Development guidelines for implementation of the law, and in compliance with all applicable DISTRICT, State and Federal laws and regulations. Utilize the services of qualified personnel in all right of way (R/W) acquisition. To provide COUNTY at DISTRICT's expense an accurate legal description by making reference to all records of conveyances to COUNTY of all existing Vasco Road right of way to be quitclaimed to DISTRICT under the terms of this agreement. In assembling such records of conveyances pursuant to section (4) of article II of this agreement, if COUNTY discovers that it lacks any portion of such records, the parties shall proceed to determine the manner in which to proceed to complete the legal description. (10) To grant deed to COUNTY the right of way for REPLACEMENT ROADWAY with appropriate title insurance that the right of way is free and clear of all liens, including liens filed by Contractors,subcontractors,equipment suppliers,and material suppliers,and encumbrances detrimental to COUNTY's present and future uses. Transfer of said right of way to COUNTY will occur concurrent with County acceptance of. REPLACEMENT ROADWAY into the County Maintained Road System and COUNTY vacation of the existing right of way. (11) To advertise, award and administer the construction contract for REPLACEMENT ROADWAY in accordance with requirements of the Local Agency Public Construction Act and the California Labor Code, including its prevailing wage provisions. The construction contract shall contain the insurance and indemnification provisions attached hereto as Exhibit E. DISTRICT shall be responsible for ensuring that this requirement has been complied with and shall not permit any construction work to be performed unless and until the required insurance and indemnification have been provided by the contractor and its subcontractors. Workers employed in the performance of work contracted for by DISTRICT and/or performed under encroachment permit, are covered by provisions of the Labor Code. DISTRICT shall obtain applicable wage rates from the State Department of Industrial Relations and shall adhere to the applicable provisions of the State Labor Code. Violations shall be reported to the State Department of Industrial Relations. (12)To construct REPLACEMENT ROADWAY in accordance with the final PS&E prepared by DISTRICT, reviewed by COUNTY (as described in Article I, Section (5)) to the satisfaction of COUNTY. 4 r (13) To administer the construction contract using procedures set forth in Caltrans Consttuction'Manual applicable to construction of REPLACEMENT ROADWAY by independent contract. (14) To perform any surveys using those methods, procedures, and requirements of Caltrans Surveys Manual applicable to surveying work done by DISTRICT staff or outside forces, as the case may be. (15) To have material testing and quality control performed by a certified material testing consultant acceptable to COUNTY, who is independent of the construction contractor, using those portions of the Caltrans Construction Manual,the State Material Testing Manual applicable to construction of REPLACEMENT ROADWAY by independent contract at DISTRICT expense. (16) To furnish a Construction Engineer/Manager who shall be a Registered Civil Engineer to serve as field site representative, who shall, subject to the approval of County, perform the functions of a Resident Engineer. The Resident Engineer shall not be an employee of any private design consultant that prepared any portion of the REPLACEMENT ROADWAY or of any construction contractor awarded any portion of the REPLACEMENT ROADWAY construction contract. (17) To furnish qualified support staff, to assist the Resident Engineer in, but not limited to, construction surveys,soils and foundation tests, measurement and computation of.quantities, testing of construction materials, checking shop drawings, preparation of estimates and reports, preparation of Record Drawings (As-Builts), Record of Survey, and other inspection staff services necessary to assure that the construction is being performed in accordance with the plans and specifications. Said qualified staff support shall be independent of the design engineering company and construction contractor, except that the design consultant may check the shop drawings, do soil foundation tests, test construction materials, evaluate differing site conditions, prepare Record Drawing (As-Builts), and do construction surveys. (18) To conduct the final construction inspection for the construction contract jointly with COUNTY and to accept the completion of the construction contract in coordination and cooperation with COUNTY. (19) Within sixty (60) days following the completion and acceptance of all work required by the REPLACEMENT ROADWAY construction contract, to furnish COUNTY a complete set of acceptable full-sized film positive reproducible Record Drawings (As-Builts), Record of Survey, plans and all contract records showing any and all authorized modifications, including survey. documents, final geotechnical report, and microfilm copy of all Record Drawings (As-Builts). (20) To assume maintenance and the expense thereof of such portion of REPLACEMENT ROADWAY located outside of then current COUNTY right of way during the period between completion of the REPLACEMENT ROADWAY work under this Agreement and the conveyance of acceptable title to COUNTY. 5 (21) To guarantee that the REPLACEMENT ROADWAY improvements will be free from defects and will perform satisfactorily in accordance with applicable standards for one year after the date of acceptance of the REPLACEMENT ROADWAY by COUNTY. During such one-year period, DISTRICT or its construction contractor shall repair or replace any defective workmanship or materials or any unsatisfactory performance. The work shall be at the sole expense of DISTRICT or its construction contractor. Inspection of the improvements and/or materials, or approval of improvements and/or materials inspected, or statement by any officer, agent or employee of COUNTY indicating that the improvements or any part thereof comply with the requirements of this Agreement, or acceptance of the whole or any part of said improvements and/or materials, or payments therefor, or any combination or all of these acts, shall not relieve DISTRICT of the obligation to fulfill this Agreement as prescribed; nor shall COUNTY be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions of this section. If, after reasonable notice given by COUNTY, DISTRICT or its construction contractor fails to make necessary repairs or replacements to the work and improvements during the time specified in this Agreement, COUNTY may proceed to perform such work by contract or otherwise, and DISTRICT and its construction constructor shall pay the costs and charges therefor immediately upon demand. If COUNTY sues to compel performance of this Agreement or to recover engineering costs and the cost of repairing or replacing the improvements, DISTRICT and its construction contractor shall pay all reasonable attorneys' fees, costs of suit., and all other expenses of litigation incurred by County in connection therewith. DISTRICT's obligations under this section shall terminate one year after the date on which COUNTY accepts the REPLACEMENT ROADWAY. However, DISTRICT shall remain liable for repairing or replacing any defective work of which notice has been given within the one-year period for two years following expiration of the one year warranty period, within which time COUNTY must bring any action based thereon. The existence of the one-year warranty shall not limit the liability of DISTRICT's construction contractor for defective work, whether pursuant to other express or implied warranties or otherwise, nor shall it relieve DISTRICT of its responsibility as described in Section (22) of this article. DISTRICT shall ensure that its contract with the construction contractor contains language acceptable to the COUNTY implementing this section. (22) To assume,in'perpetuity, maintenance and monitoring of the following environmental mitigations related to the REPLACEMENT ROADWAY: salamander fencing and kit fox exclusion fencing. If further environmental mitigations are required as a result of new information uncovered prior to the acceptance of the REPLACEMENT ROADWAY by COUNTY, both DISTRICT and COUNTY agree that an amendment of this agreement will be necessary to establish maintenance responsibilities. It is mutually agreed that assignment of maintenance responsibilities will be patterned after this agreement. After the REPLACEMENT ROADWAY is accepted into the County Maintained Road System, the DISTRICT will be required to apply for an annual encroachment permit to complete work within the County road right of way. 6 (23) To provide the COUNTY representative the equivalent to the per person facilities, 1ncluding office space, transportation and electronic communications equipment, provided for the DISTRICT staff and the construction engineer/manager. (24) To obtain license agreements, subject to County review and acceptance, for cattle passes or under crossings which provide passage under the REPLACEMENT ROADWAY. Such license agreements shall be assignable to COUNTY upon transfer of title of the REPLACEMENT ROADWAY right-of-way to COUNTY. (25) To secure floating easements, in a form satisfactory to the COUNTY, sufficient to allow the COUNTY to gain access to and maintain REPLACEMENT ROADWAY and drainage facilities which are not accessible from the REPLACEMENT ROADWAY itself. Neither DISTRICT nor COUNTY shall be responsible to maintain access roads within the floating easements, but each shall be responsible to repair such damage to such access roads (other than normal wear and tear) that its respective operations have caused. The floating easements must disclose to property owner that maintenance of said access roads shall be the sole responsibility of the property owner or their assignee. This notification must be made in writing, and recorded during the right of way acquisition phase. (26) To apply for a minor boundary adjustment pursuant to Government Code section 23200 et seq. to transfer from the County of Alameda to COUNTY the portion of land the REPLACEMENT ROADWAY, including right of way and embankments between approximately Stations 128 and 148 as shown on REPLACEMENT ROADWAY Segment B PS&E Detailed Plans and land between the REPLACEMENT ROAD right of way and the County line. If it is found that it is not feasible to adjust the County line prior to acceptance of the REPLACEMENT ROADWAY, DISTRICT will proceed with and pay for one of the alternatives discussed in the Roadway Design Report. (27) Provide and ensure legal access, to all properties which currently possess legal access to the existing Vasco Roadway to a COUNTY roadway prior to the COUNTY vacation of the existing Vasco Roadway and provide documentation thereof to COUNTY upon request therefor. (28) To require adjoining property owners to relinquish all abutter's rights along the REPLACEMENT ROADWAY except at the following approved approximate access points: STA 103+40, Right STA 310+20, Right STA 113+20, Right STA 350+00, Left STA 138+70, Left STA 384+00, Left STA 142+50, Right STA 384+00, Right STA 160+30, Right STA 403+00, Left STA 225+00, Right STA 426+86, Left STA 279+00, Left STA'524+50, Left STA 622+50, Left (limited to District use only) STA 568+50, Left STA 652+50, Right 7 (29) To reimburse the COUNTY for all costs incurred by COUNTY to repair each and every'failure of either natural or man made slopes, referred to herein as SLIDE, within the REPLACEMENT ROADWAY right of way, excluding SLIDE's created by COUNTY negligence in performing maintenance or repairs, except as provided in this section. For each occurrence, the COUNTY will pay the first twenty-five thousand dollars ($25,000). Any costs until expiration of this provision above the said first$25,000 for each occurrence up to a cumulative limit of two million and five hundred thousand dollars ($2,500,000) shall be the responsibility of the DISTRICT. These costs shall include labor and material for engineering and construction to repair the SLIDE, to secure SLIDE during inclement weather, monitoring of SLIDE, and traffic control through the SLIDE limits. Any State or Federal funding received for disaster relief for a specific landslide shall be used to reimburse the COUNTY and DISTRICT in the same proportion as the amounts the COUNTY and DISTRICT are contributing to the maintenance, repair, monitoring of the SLIDE, securing SLIDE, and controlling traffic. This provision shall expire eight years from the date the REPLACEMENT ROADWAY is accepted by the COUNTY into the County Maintained Road System, except as to a SLIDE that the COUNTY is then monitoring or repairing and will expire when the COUNTY SLIDE repair work is completed. (30) To provide for future maintenance on all utility crossings by either replacing the current utility and bringing the utility up to current standards for a roadway crossing, or by providing an adjacent sleeve to allow the utility to relocate in the future. DISTRICT shall use its best efforts to acquire, by negotiated purchase from utilities whose facilities cross the right of way of the REPLACEMENT ROADWAY, such senior rights or interests therein so that repairs and new installations of such facilities shall comply with the following conditions (or such lesser conditions as may be satisfactory to the COUNTY): a) For all new installations or repair of existing facilities in non-emergency situations, no open cutting of REPLACEMENT ROADWAY will be allowed. Directional boring, or equivalent method shall be used to install new or replacement facilities. b) Any repairs which require traffic control shall be in conformance with the 'Manual of Traffic Controls' and shall be done in an expedient manner. c) Utilities shall request COUNTY to issue an encroachment permit prior to any repair work. d) Utilities shall be responsible for reconstructing pavement which is damaged as a result of repairs or maintenance. Nothing contained in this section or elsewhere in this agreement shall be construed to require DISTRICT to pay money to acquire such senior rights or interests or to require DISTRICT to exercise its powers of eminent domain to acquire such rights or interests. (31) To remove all abandoned utilities within the REPLACEMENT ROADWAY right of way. If contamination is discovered during the utility removals, the DISTRICT agrees to remediate the entire contaminated area within the REPLACEMENT ROADWAY right of way. 8 (32) To perform a preliminary Hazardous.Materials site assessment (PSA) within the REPLACEMENT ROADWAY right of way.. The DISTRICT shall be responsible to perform additional testing or re-mediation as recommended by the PSA. (33) To provide COUNTY copies of all checks paid to contractor and copies of pay estimates, to allow COUNTY to submit claims for SB-300 monies. (34) As a condition of acceptance of the State Local Transportation Partnership Program (SB-300) DISTRICT will cooperate and assist in the COUNTY's efforts to abide by the State/Local Partnership Program policies procedures, guidelines and any special covenants in the Program Supplement which is made part of this agreement by this reference. (35) After completion of all work for the REPLACEMENT ROADWAY contract, and after all costs are known, DISTRICT will cooperate and assist with a financial audit of the project costs to comply with the SB-300 program, for which COUNTY shall contract. The Final Audit, shall be accomplished at DISTRICT expense, and shall include compliance tests required by the Single Audit Act and its implementing directive, OMB Circular A-128. A Management Letter shall be required for the State Share funding. The compliance testing should ensure that controls are in place to assure that: (a) Replacement claims submitted to the State by COUNTY for the project are supported by payment vouchers and canceled checks. (b) Charges for the various categories of eligible costs incurred by the DISTRICT are fully supported. (c) Ineligible costs were not claimed as reimbursable on the project. (d) Local match funds were from an approved source, shown in Exhibit F. The Final Audit Report will be reviewed by the COUNTY and then sent to the appropriate State Department of Transportation District Office. The Final Audit must be completed by December 30th following the fiscal year (June 30) of project completion. (36) To cooperate with the COUNTY to complete a Final Project Expenditure Report within 120 days of project completion to comply with the SB-300 program. Project completion is defined as when all work identified in the approved State/Local Partnership Application and Program Supplement Agreement has been,completed and final costs are known. (37) To disclose to all property owners that all drainage improvements which are constructed as a part of the REPLACEMENT ROADWAY contract lying outside of REPLACEMENT ROAD right-of-way, drainage easement or slope and drainage easement will not be maintained by the COUNTY. This notification must be made in writing, and recorded, during the right of way acquisition phase, and state that the maintenance of said improvements shall be the sole responsibility of the property owner or their assignee. 9 + i (38) To restrict the use of COUNTY roadways for hauling to the existing Vasco Road, Walnut Boulevard, and Marsh Creek Road (east of Walnut Boulevard) or to negotiate with COUNTY to allow use of other County roadways to haul on. If other County roadways than the said roadways are allowed,the COUNTY will require a Road Restoration Agreement, an example is included as Exhibit G. I 10 . I r I J ARTICLE II COUNTY AGREES: (1) To process COUNTY reviews in an effort to meet the DISTRICT's timetable for the Los Vaqueros Reservoir. COUNTY approvals for the road vacation and acceptance of REPLACEMENT ROADWAY will be processed through the County Public Works Department. (2) To advise DISTRICT as to where deed restrictions on access to the roadway right of way are required to be provided. (3) To accept REPLACEMENT ROADWAY into the County Maintained Road System, upon satisfactory completion of all work as required by this agreement and delivery of a set of Drawings (As-Builts). Upon notice of completion of work by the DISTRICT, COUNTY will examine work and if it is in accordance with the plans and specifications will accept work and notify DISTRICT of such acceptance within 30 days. (4) To provide records of conveyances to COUNTY of all existing Vasco Road right of way to be quitclaimed to DISTRICT under this agreement and such additional information as may be required to assist DISTRICT with the preparation of the legal description for, and to vacate COUNTY's interest in, all existing Vasco Road right.of way to be quitclaimed to DISTRICT under the terms of this agreement concurrent with COUNTY's acceptance of REPLACEMENT ROADWAY into the County Maintained Road System. (5) To convey to DISTRICT, by quitclaim, the right of way vacated by COUNTY. COUNTY will take this action concurrent with COUNTY's acceptance of REPLACEMENT ROADWAY into County Maintained Road System. (6) To provide, pursuant to Article III, Section (1), oversight of REPLACEMENT ROADWAY construction project, to provide prompt reviews and comments, as appropriate, of submittals by DISTRICT, and to cooperate in timely processing of the REPLACEMENT ROADWAY in compliance with the DISTRICT's delivery schedule. (7) To issue an encroachment permit, upon a complete written application by DISTRICT, authorizing entry by DISTRICT's staff, consultant(s), and contractor(s) onto COUNTY's right of way to perform survey and other investigative activities required for preparation of the PS&E and for construction work within the existing COUNTY right of way. (8) To designate at least one County Project Representative at the expense of the DISTRICT, who shall be a Registered Civil Engineer in the State of California. County Project Representative shall have the authority to review design drawings and specifications during the design of the REPLACEMENT ROADWAY. This Project Representative's work priorities will be such that no other projects will prevent him/her from processing design plans on a continuing cycle in compliance with DISTRICT's original schedule for the Los Vaqueros Project until final design is complete. 11 J (9) To reimburse the DISTRICT one million three hundred sixteen thousand dollars ($1,316,000)' as the COUNTY contribution toward construction of the Camino Diablo Bypass. COUNTY will apply for funding under the State-Local Transportation Partnership Program (SB 300). The first one million three hundred sixteen thousand dollars ($1,316,000) in funds received will be used first to defray COUNTY contribution toward construction of the Camino Diablo Bypass as stated in the PRINCIPLES OF AGREEMENT. SB-300 funds received in excess of said amount shall be first used to defray COUNTY contributions as described in Article II Section (15) and used then to improve capacity standards of the remainder of REPLACEMENT ROADWAY. COUNTY shall transfer to DISTRICT any funding from a State-Local program for the REPLACEMENT ROADWAY project. This sum shall be paid in yearly installments based on percent received from SB-300 monies as construction of the REPLACEMENT ROADWAY progresses, beginning one year after commencement of construction. Money from SB-300 will be transferred to the DISTRICT after COUNTY has received reimbursement from State. If SB-300 monies are not available, or are deficient to cover the County contribution for construction of the Camino Diablo Bypass, County will reimburse the DISTRICT using alternate funds. Reimbursement to the DISTRICT utilizing said alternate funds shall be paid in eight equal yearly installments, interest free, commencing upon COUNTY acceptance of the REPLACEMENT ROADWAY. (10) To designate at least one COUNTY representative at the expense of the DISTRICT, who shall have authority to accept or reject work and materials,to approve contract change orders, and to ensure compliance with all provisions of the Encroachment Permit(s) issued to DISTRICT and to DISTRICT's contractor. Said County representative shall be a registered Civil Engineer in the State of California. This County Project Representative's work priorities will be such that no other projects will prevent him/her from processing said work though completion of construction in compliance with DISTRICT's initial construction schedule for the Los Vaqueros Project. (11) COUNTY shall process a minor boundary adjustment upon DISTRICT request pursuant to Government Code section 23200 et sequitur to transfer from the County of Alameda to COUNTY the portion of the REPLACEMENT ROADWAY and the appurtenant right of way and embankments between approximately Stations 128 and 148 as shown in the REPLACEMENT ROADWAY Segment B PS&E Detailed Plans. The costs of processing such boundary adjustment shall comprise reimbursable oversight costs under Article I, Section (6) of this Agreement. (12) To grant an additional access on the REPLACEMENT ROADWAY to the DISTRICT and/or East Bay Regional Park District (EBRPD), for a future Regional Park, at a location as determined and agreed upon by COUNTY and DISTRICT and/or EBRPD. (13) To apply for State or Federal disaster relief funding for landslides described in Article I Section 29). Any funding received for the SLIDE shall be split proportionately, pursuant to Article I Section (29). 12 (14) To cooperate in processing necessary entitlements or other permits upon proper application if wind turbines located within setback area or scenic roadway corridor may remain or must be removed. (15) To pay for the following design upgrade, which the COUNTY required for REPLACEMENT ROADWAY: Upgrade County Share Increased shoulder width $205,000 The COUNTY payment of $205,000 shall be made within one year of COUNTY acceptance of REPLACEMENT ROADWAY, and shall be considered full payment for said design upgrade and no additional payment will be made. 13 i . y t. ARTICLE III IT IS MUTUALLY AGREED THAT: (1) The costs to be charged DISTRICT for COUNTY's oversight will include all actual direct and indirect costs (functional and administrative overhead assessment) attributable to such work applied in accordance with COUNTY's standard accounting procedures. Reimbursable oversight costs are based on Exhibit A - Scope of Work and estimates shown in Exhibit B. (2) Neither COUNTY 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 DISTRICT under or in connection with any work, authority or jurisdiction delegated to DISTRICT under this Agreement, except such damage or liability as is caused by the sole negligence or willful misconduct of COUNTY, its officers and employees. It is understood and agreed that, pursuant to Government Code Section 895.4, DISTRICT shall fully defend, indemnify and save harmless COUNTY, its officers and employees from all claims, suits or actions of every name, kind and description brought for or on account of injury as defined in Government Code Section 810.8 resulting by reason of anything done or omitted to be done by DISTRICT under or in connection with any work, authority or jurisdiction delegated to DISTRICT under this Agreement, except such injury as defined in Government Code Section 810.8 as is caused by the sole negligence or willful misconduct of COUNTY, its officers and employees. (3) Neither DISTRICT 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 COUNTY under or in connection with any work, authority or jurisdiction delegated to COUNTY under this Agreement, except such damage or liability as is caused by the sole negligence or willful misconduct of DISTRICT, its officers and employees. It is also understood and agreed that, pursuant to Government Code Section 895.4, COUNTY shall fully defend, indemnify and save harmless DISTRICT, its officers and employees from all claims, suits or actions of every name, kind and description brought for or on account of injury as defined in Government Code Section 810.8 resulting by reason of anything done or omitted to be done by COUNTY under or in connection with any work, authority or jurisdiction delegated to COUNTY under this Agreement, except such injury as defined in Government Code Section 810.8 as is caused by the sole negligence or willful misconduct of DISTRICT, its officers and employees. (4) Notwithstanding the provisions of Section (2) of this Article, once the REPLACEMENT ROADWAY is completed and formally accepted by COUNTY into the COUNTY-maintained road system, DISTRICT shall not be required to defend, indemnify or save harmless COUNTY, its officers or employees from any claims, suits, or actions that arise after COUNTY accepts the REPLACEMENT ROADWAY, whether relating to the design, construction, use operation, or maintenance of REPLACEMENT ROADWAY, except for claims, suits or actions arising directly or indirectly from: 1) surface waters discharged from or conveyed by the facilities described in Section (19) of this article and flowing outside the REPLACEMENT ROADWAY right of way; 2) hydraulic design of the interim sized Kellogg Creek crossing between the second anniversary of the acceptance of the REPLACEMENT ROADWAY by COUNTY and the date the Los Vaqueros Reservoir becomes operational if the Los Vaqueros Reservoir has not become 14 i operational within two years from the acceptance of the REPLACEMENT ROADWAY by COUNTY; 3)'the right of way acquisition process; and 4) injury as defined in Government Code Section 810.8 resulting from warranty repair work pursuant to Section (21) of Article I of this Agreement. In addition, once the REPLACEMENT ROADWAY is completed and formally accepted by COUNTY into the COUNTY-maintained road system, COUNTY shall assume total responsibility for, and shall defend DISTRICT, its officers and employees against all claims, suits, actions or liability that arise after COUNTY accepts the REPLACEMENT ROADWAY, whether relating to the design, construction, use, operation, or maintenance of REPLACEMENT ROADWAY, except for claims, suits or actions arising directly or indirectly from: 1) surface waters discharged from or conveyed by the facilities described in Section (19) of this article and flowing outside of the REPLACEMENT ROADWAY right of way; 2) hydraulic design of the interim sized Kellogg Creek crossing between the second anniversary of the acceptance of the REPLACEMENT ROADWAY by COUNTY and the date the Los Vaqueros Reservoir becomes operational if the Los Vaqueros Reservoir has not become operational within two years from the acceptance of the REPLACEMENT ROADWAY by COUNTY; 3) the right of way acquisition process; and 4) injury as defined in Government Code Section 810.8 resulting from warranty repair work pursuant to Section (21) of Article I of this Agreement. An injury that occurs before the REPLACEMENT ROADWAY is accepted by COUNTY but that is not asserted or discovered until after acceptance shall be deemed to have arisen before COUNTY accepts the REPLACEMENT ROADWAY. (5) Nothing in this Agreement shall be construed to: 1) impose any standard of care or obligation in favor of third parties greater than that normally imposed by law; or 2) affect the obligations or liabilities of third parties involved in the design, construction or right of way acquisition for the REPLACEMENT ROADWAY, including without limitation the consultants, subconsultants, contractors and subcontractors involved in such work. Upon formal acceptance of the REPLACEMENT ROADWAY into the COUNTY-maintained road system, COUNTY shall succeed to the rights of DISTRICT under all agreements between DISTRICT and third parties relating -to the design, construction or right of way acquisition for the REPLACEMENT ROADWAY, and upon request by COUNTY, DISTRICT shall promptly assign such agreements to COUNTY, as necessary to enable COUNTY to assert rights against the third parties. Should any claim, suit or action be filed against DISTRICT, including a claim for comparative indemnity, such assignment shall not preclude DISTRICT from also asserting rights against the third parties. Notwithstanding the assignment of any agreement to COUNTY, DISTRICT shall remain responsible for performing all obligations on its part under such agreement, including without limitation all financial obligations. (6) DISTRICT may terminate the REPLACEMENT ROADWAY.project and this Agreement in writing, provided DISTRICT pays COUNTY for all REPLACEMENT ROADWAY oversight costs incurred by COUNTY prior to termination and its own expense restore all existing COUNTY roadways to their former condition. Termination shall not affect the provisions of Section (4) of this Article which shall survive such termination. (7) The parties hereto will carry out the REPLACEMENT ROADWAY project in accordance with the Scope of Work, made part of this Agreement as Exhibit A which outlines the specific responsibilities of the parties hereto. The attached Scope of Work may in the future be modified to reflect changes in the responsibilities of the respective parties. Such modifications shall be 15 concurred with by DISTRICT's Program Manager or other official designated by DISTRICT and COUNTY's Director of Public Works or other official designated by COUNTY and become a part of this Agreement as a supplement to this Agreement after execution by the respective officials of the parties. (8) DISTRICT shall not advertise for bids to construct any portion of REPLACEMENT ROADWAY within the proposed COUNTY rights of way until DISTRICT'S contract plans and specifications involving such work and plans for utility relocations impacting 'REPLACEMENT ROADWAY have been reviewed by and signed by signature of the COUNTY Director of Public Works or his delegated agent. (9) Receipt by DISTRICT of an approved Encroachment Permit shall constitute DISTRICT's authorization from COUNTY to proceed with work to be performed by DISTRICT or its consultants within then existing COUNTY rights of way or which affects then existing COUNTY facilities, pursuant to work covered by this Agreement. DISTRICT's authorization to proceed with said work shall be contingent upon DISTRICT's compliance with all provisions set forth in this Agreement and said Encroachment Permit. (10) DISTRICT'S construction contractor shall maintain in force, until completion and acceptance of REPLACEMENT ROADWAY construction contract, a policy of Contractual Liability Insurance, including coverage of Bodily Injury Liability and Property Damage Liability in accordance with Exhibit E and Article 1, Section (11) of this agreement. Such policy shall contain an additional insured endorsement naming COUNTY, its officers, agents and employees as additional insureds. Coverage shall be evidenced by a Certificate of Insurance in a form satisfactory to COUNTY which shall be delivered to COUNTY before the issuance of an Encroachment Permit to DISTRICT'S contractor. (11) In construction of said REPLACEMENT ROADWAY representatives of DISTRICT and COUNTY will cooperate and consult, and all work pursuant to REPLACEMENT ROADWAY shall be accomplished according to the approved plans, specifications and applicable COUNTY and Caltrans standards. Satisfaction of these requirements shall be verified by the COUNTY representative. The COUNTY representative is authorized to enter DISTRICT property during construction for the purpose of monitoring and coordination construction activities. Existing Vasco Road shall remain open to public travel during construction of REPLACEMENT ROADWAY. Upon DISTRICT accepting the completion of the construction contract pursuant to Article I, Section (18), DISTRICT may request that COUNTY close a portion of existing Vasco Road. COUNTY, to the extent allowed by law, will authorize a partial closure of existing Vasco Road under the following conditions: 1) REPLACEMENT ROADWAY is permanently opened and maintained by the DISTRICT to public travel until acceptance of the REPLACEMENT ROADWAY by COUNTY; 2) DISTRICT shall comply with all reasonable conditions imposed by the COUNTY for proper closure to public travel for existing Vasco Road; 3) DISTRICT shall agree to pay all costs incurred by the COUNTY in authorizing said closure including any actions required to satisfy CEQA; and 4) DISTRICT shall apply for an encroachment permit before performing work on the existing Vasco Road. If for any reason the DISTRICT reservoir project is abandoned, subsequent to closure of existing Vasco Road, the DISTRICT agrees to restore said road to the condition prior to closure and remove all road closure traffic control measures. 16 (12) Any changes during construction to REPLACEMENT ROADWAY plans and specifications shall be implemented by contract change orders timely reviewed and concurred in by the COUNTY and DISTRICT representatives. COUNTY will not arbitrarily withhold approval of contract change orders. All changes affecting public safety or public convenience, all design and specification changes, and all major changes as defined in Caltrans Construction Manual shall be approved by COUNTY in advance of performing the work. Unless otherwise directed by the COUNTY representative, changes authorized as provided herein will not require an encroachment permit rider. All changes shall be shown on the Record Drawings (As-Builts) referred to in Article I, Section (19) of this Agreement. The parties recognize that they may not be able in every instance to agree upon contract change orders or other changes described in this section, and in order to facilitate timely resolution of such matters, agree to promptly submit such matters for binding decision to a Dispute Resolution Board or similar panel which shall be composed of one member appointed by each party and a third member appointed by the first two members. (13) DISTRICT shall provide a construction claims process acceptable to COUNTY and shall process any and all claims through DISTRICT's claim process. The COUNTY representative shall be made aware, in writing,of all construction claims. (14) Upon acceptance of REPLACEMENT ROADWAY by COUNTY, COUNTY will accept control of and maintain, at its own cost and expense, those portions of REPLACEMENT ROADWAY lying within Contra Costa County, including right of way and shall accept control of and maintain all structures within the right-of-way of the REPLACEMENT ROADWAY, including without limitation culverts for drainage only purposes, dry culverts for wildlife crossing purposes, and right of way fencing except for environmental mitigations which have been specified in Article I Section (22), reimbursement of SLIDE cost as specified in Article 1 Section (29), and the one year warranty specified in Article 1 Section (21). (15) That upon COUNTY's acceptance of all work under this Agreement, ownership and title to materials, equipment and appurtenances which are installed within COUNTY'S right of way will automatically be vested in COUNTY and materials, equipment and appurtenances which are installed.will be owned by COUNTY except for environmental mitigations which have been specified in Article I Section (22). No further agreement will be necessary to transfer the existing Vasco Road as hereinabove stated unless COUNTY and DISTRICT mutually identify the need for a subsequent agreement. (16) No alteration or variation of the terms of this Agreement shall be valid unless made in writing and signed by the parties hereto and no oral understanding or agreement not incorporated herein shall be binding on any of the parties hereto. (17) If any material, composition, process or any other thing as called for or required by the aforesaid plans and specifications is covered by patent rights, copyrights, or trade names, all royalties and expenses therefor, all litigation therefrom, or other things whatsoever which may develop as a cost from the use of such material, composition, process or any other thing which is covered by patent rights, copyrights, or trade names, shall be borne solely by DISTRICT. 17 (18) DISTRICT shall require that its construction contractor shall maintain in force, until completion and acceptance of REPLACEMENT ROADWAY construction contract, and furnish evidence of the insurance coverage set forth on Exhibit E. (19) During construction and prior to acceptance of the REPLACEMENT ROADWAY by COUNTY, a joint determination will be made by both the DISTRICT and the COUNTY as to which drainage facilities do not collect or adequately convey surface waters without diversion or damage to a natural water course having definable bed and banks as defined in Section 914- 2.004 of the COUNTY Ordinance Code. If a joint determination cannot be made, binding arbitration shall be implemented. The arbitrator shall be acceptable to both parties, and DISTRICT shall be responsible for all costs associated with the arbitration process. (20) This Agreement shall be assignable by either party with the written consent of the other party, which consent shall not be unreasonably withheld. Such assignment shall be to another public entity. Any other purported assignment shall be void. 18 CONTRA WATER DISTRICT CVCh OF ON COSTA By.Joseph L Ca ell, President oard of Supervisors Board of Directors A T: ATTEST: Phil Batchelor, Clerk Board of Supervisors and County Administrator Secreta APPROVED AS TO FORM: By: By: District Counsel Deputy RECOMMENDED FOR APPROVAL: J. Michael Walford Public Works Director P Works r FORM APPROVED: VICTOR J. WESTMAN, County Counsel By: AV Deputy County Counsel MC.jlg.fp avrcad.dff 1vs/93 19 EXHIBIT A . SCOPE OF WORK This Scope of Work outlines the specific areas of responsibility for design, right of way, and construction activities for the REPLACEMENT ROADWAY as necessitated by the DISTRICT'S construction of the Los Vaqueros Reservoir. 1.) COUNTY shall participate in the regular scheduled bi-weekly trend meetings in the development of a Roadway Design Report. COUNTY will review and approve all technical reports, studies, and plans, and provide all necessary oversight and support through construction of the REPLACEMENT ROADWAY. 2) COUNTY shall participate in the consultant selection process for the construction management consultant. 3) All phases of the project,from inception through construction, whether done by DISTRICT or COUNTY will be developed in accordance with the policies, procedures, practices,that DISTRICT OR COUNTY would normally follow; and design standards of the California Department of Transportation. 4) The following detailed steps in the design, right of way, and construction activities are intended as a guide to COUNTY and DISTRICT staff. I_ DESIGN PHASE ACTIVITIES RESPONSIBILITY PROJECT ACTIVITY COUNTY DISTRICT 1. ROADWAY ALIGNMENT Provide Geometrics X Review Geometrics X Obtain Surveys & Aerial Mapping X Obtain Copies of Assessor Maps and other R/W maps X Obtain Copies of As-Builts X Review Final Geometrics X Determine Need for Permits from Other Agencies X X Request Permits X Initial Hydraulics Discussion with County staff X X Initial Traffic & Signing Discussion with County staff X X Plan Sheet Format Discussion X X 2. ENGINEERING STUDIES AND REPORTS Prepare and Submit Materials Report & Typical section X Review and Comment Materials Report & Typical section X Prepare and Submit Hydraulic Design Studies X Review and Comment Hydraulic Design Studies X Prepare and Submit Roadway Design Report X Review and Accept Design Report X Prepare and Submit Foundation Report X Review Foundation Report X Prepare & Submit Structure Type Selection X Review Structure Type X 3. PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATES RESPONSIBILITY PROJECT ACTIVITY COUNTY DISTRICT Prepare and Submit Preliminary Stage Construction Plans X Review Preliminary Stage Construction Plans X Calculate and Plot Geometrics X Cross-Sections & Earthwork Quantities Calculation X Prepare and Submit Preliminary Drainage Plans X Review Preliminary Drainage Plans X Prepare Traffic Striping and Roadway Delineation Plans and Submit for Review X Review Traffic Striping and Roadway Delineation Plans X Prepare & Submit Erosion Control Plans X Review Erosion Control Plans X Prepare & Submit Preliminary Electrical Plans X Review Preliminary Electrical Plans X Prepare & Submit Preliminary Signing Plans X Review Preliminary Signing Plans X Quantity Calculations X Safety Review X Prepare Specifications X Prepare and Submit Checked Structure Plans X Review Checked Structure Plans X Prepare Final Contract Plans X Prepare Lane Closure Requirements X Review Lane Closure Requirements X Prepare Final Estimate X Prepare & Submit Draft PS&E X i Review Draft PS&E X Finalize & Submit PS&E to County X i Prepare Project Files X Prepare Resident Engineer's Files X Advertise Contract X I I RESPONSIBILITY PROJECT ACTIVITY COUNTY DISTRICT Open Bids X Contract Award Recommendations X X Award Contract X File Notice of Intent for NPDES with State Water Board X II. RIGHT OF WAY ACTIVITIES RESPONSIBILITY PROJECT ACTIVITY COUNTY DISTRICT Request Utility Verification X Request Preliminary Utility Relocation Plans from Utilities X Prepare R/W Requirements X Prepare R/W and Utility Relocation Cost Estimates X Submit R/W Requirements & Utility Relocation Plans for Review X Review and Comment on R/W Requirements X Longitudinal Encroachment Review X X Concur on Longitudinal Encroachment X X Request Final Utility Relocation Plans X Check Utility Relocation Plans X Submit Utility Relocation Plans for Approval X Review Utility Relocation Plans X Submit Final R/W Requirements for Review & Approval X Fence and Excess Land Review X R/W Layout Review X Approve R/W Requirements X Review R/W Requirement X Obtain Title Reports X Complete Appraisals X Prepare Acquisition Documents X Review Acquisition Documents X Acquire R/W - Open escrows and Make Payments X RESPONSIBILITY PROJECT ACTIVITY COUNTY DISTRICT - Obtain Resolution of Necessity X - Perform Eminent Domain Proceedings X Perform Property Management Activities X Perform R/W Clearance Activities X Transfer R/W to COUNTY - Review and Approve Transfer Documents X - Accept and Record Transfer Documents X Prepare R/W Record Maps X Place R/W Monumentation X Prepare R/W Monumentation Record Maps X Process Record of Survey Map X Process Minor Boundary Adjustment X Wind Turbine Process X III. CONSTRUCTION ACTIVITIES RESPONSIBILITY PROJECT ACTIVITY COUNTY DISTRICT Provide Construction Management and Resident Engineer X Provide Inspection Staff, Survey, and Materials Testing X Provide Construction Management Oversight, including witness tests X Administer Contract including Payment X Prepare & Submit Contract Change Orders X Approve Contract Change Orders X X Accept Contract X X Prepare Record Drawings X Prepare final reports, including geotechnical X Prepare Record of Survey X EXHIBIT B ESTIMATED COSTS REIMBURSABLE TO COUNTY BY DISTRICT I. Costs incurred from August 1, 1990 through September 30, 1993: $269,245.93 II. Estimated costs from October 1, 1993 to November 1995: Design Phase: October 1993 till January 31, 1994 anticipated charges: October 1993 = $7,600 3 Months x $7,500 = $22,500 Pre-construction Phase: February 1, 1994 till June 30, 1994 anticipated charges: 5 months x $5,500/month = $27,500 Construction Phase: July 1, 1994 till August 31, 1995 anticipated charges: 14 months x $13,500/month = $189,000 Post-Construction Phase: September 1, 1995 till November 1995 anticipated charges: 3 months x $9,000 = $27,000 The estimated cost reimbursable to COUNTY by DISTRICT from October 1, 1993 till the proposed acceptance of the REPLACEMENT ROADWAY by COUNTY is $273,600. This is only an estimate, COUNTY charges could vary due to the length of the project and the review effort required. EXHIBIT D PRINCIPLES OF AGREEMENT VASCO ROAD REPLACEMENT, County Line Alignment (Modified) I. PURPOSE 1. The purpose of this document is to outline and summarize the principles that have been agreed to- by the staffs of the Contra Costa Water District (District) and the County of Contra Costa with respect to the relocation of Vasco Road as required by the Los Vaqueros Reservoir project. These principles of agreement will be used by the District in their work to implement the Los Vaqueros Project. The parties recognize that these Principles of Agreement will be used by the staffs of the agencies in their recommendations to the Boards of Supervisors and the District Board and in no way bind the various agencies to any specific action and/or decision which requires the approval of the respective governing body. II. REPLACEMENT FACILITY 1. District agrees to fund completion of a replacement for Vasco Road along the County Line Alignment (Modified) as described in the Final Environmental Impact Report (FEIR) for the Vasco Road and Utility Relocation Project (herein called "replacement roadway") . 2 . The replacement roadway will be constructed to the standards outlined in Section V below. 3 . District identified six alternatives as possible replacements for Vasco Road - Brushy Peak, Brushy Creek, County Line, West Kellogg, East Los Vaqueros and Mountain House. All parties agree the West Kellogg, East Los Vaqueros and Mountain House alignments are not desirable replacements for Vasco Road. The West Kellogg and East Los Vaqueros alignments require substantial cuts and fills, are located within the future watershed and would preclude construction of either the Kellogg or Los Vaqueros Reservoir as well as require additional measures to protect water quality. The Mountain House alternative would result in the elimination of an existing road corridor between Alameda and Contra Costa Counties and impact traffic on Interstate 580 over the Altamont Pass. During the process of evaluating the three remaining alternatives (Brushy Peak, Brushy Creek and County Line) , Alameda County raised the issue of modifying design standards with respect to the County Line Alternative. Additional studies were conducted on the County Line Alternative which resulted in redefining this alternative, now referred to as i County Line Alternative (Modified) . Of the three remaining alternatives, all parties agree that, when all factors are considered, the only mutually acceptable alternative is the County Line Alternative (Modified) . The Brushy Peak alternative is impractical due to environmental impacts and cost and the Brushy Creek alternative is not desirable to Alameda County because of impacts to existing roadways including Altamont Pass Road and the Greenville Interchange on 1-580, and is not compatible with current Route 84 concepts. 4 . County staff agrees to urge the Contra Costa County Board of Supervisors to contribute a maximum of $1,316 , 000 to the District toward construction of the Camino Diablo Bypass identified in the Vasco Road and Utility Relocation EIR as a mitigation to reduce the impact to residents along Camino Diablo. It is anticipated that the likely source of these funds will come from the East Contra Costa County Area of Benefit and/or funds described below in Section II.5. S . County staff, on behalf of and in cooperation with Alameda County and the District, agrees to apply for funding (wit!-: concurrence by the Contra Costa County Board of Supervisors) under the State/Local Partnership program for the per':icn of the project that improves design standards in order to increase public safety. Any funds received will be used f =st to defray Contra Costa County's contribution descriZed in number 4 above, then to improve vertical and horizontal design standards on the relocated road and then to imnrcve portions of Vasco Road in Alameda County south of the relocated Vasco Road. Contra Costa and Alameda will jointly decide on how"any additional funds are to be used. If significant environmental impacts are anticipated as a result of such improvements that were not covered in the Vasco Road and Utility Relocation EIR, supplemental environmental review will be necessary. III. COOPERATION 1. District will secure all necessary permits and approvals from other regulatory agencies for the relocation project. County agrees to assist and cooperate in this effort. 2. Both parties agree to cooperate in the issuance of required local government permits for the project. IV. PROCESS 1. County agrees to consider the District's Vasco Road and Utility Relocation. EIR as set forth in California Code of Regulations, title 14, section 15096 in acting upon General Plan amendments, Road Vacations, Encroachment Permits, Road Improvement Agreements, Cooperative Agreements and other similar actions relating to the relocation of Vasco Road. 2 . District has submitted a request to County to amend the Circulation Element of the Contra Costa General Plan to reflect the relocation of Vasco Road along the County Line Alignment (Modified) . Contra Costa Community Development Department (CDD) intends to initiate proceedings for the District's request during February 1991. All parties agree that it would be beneficial to have amendments to the Circulation Element of the Contra Costa General Plan complete as early as possible. Contra Costa CDD and Public Works further agree that, concurrent with processing of the amendment to the Circulation Element, to initiate Public Hearings to consider a Conditional Vacation of existing Vasco Road. The hearings will be conducted pursuant to Streets and Highways Code Section 8300 et seq. . Upon completion of the amendment to the circulation element of� the County' s General Plan and approval of the Conditional Road Vacation, County intends to enter into a Cooperative Agreement with the District. The Agreement will detail County' s contribution to the project (for an improved connection to Walnut Boulevard north of Camino Diablo) as well as the conditions under which County will accept the replacement roadway into its maintained road system. 3 . District agrees to pay all required fees and reimburse all expenses incurred by County in processing General Plan .amendments, Road Vacations, and other similar regulatory actions required for the relocation of Vasco Road to occur. V. STANDARDS 1. The replacement roadway will consist of a two lane roadway on the County Line Alignment (Modified) as described in the final EIR. With the exception of the segment of the project that rejoins, existing Vasco Road (Segment C in the final EIR) , the project will be constructed in accordance with California Department of Transportation (Caltrans) standards for rural highways in rolling terrain. Caltrans standards for rural highways in rolling terrain generally consists of the following: . design speed of 55-65 miles per hour (equivalent to posted speeds of 45-55 mph) . minimum curve radius of 1, 000 feet • maximum vertical grade of 5 to 7 percent • 12-foot-wide lanes with 8-foot-wide shoulders • truck traffic design volume of 3 percent, and • climbing lanes for grades greater than 2 percent and elevation changes greater than 250 feet 2 . Th'e portion of the roadway that rejoins existing Vasco Road (Segment C) will be constructed in accordance with Caltrans standards for rural highways in mountainous terrain. Caltrans standards for rural highways in mountainous terrain generally consists of the following: • design speed of approximately 50 miles per hour (equivalent to posted speeds of 45 mph) • minimum curve radius of 800 feet • maximum vertical grade of 7 percent • 12-foot-wide lanes with 8-foot-wide shoulders • truck traffic design volume of 5 percent, and • climbing lanes for grades greater than 2 percent and elevation changes greater than 250 feet 3 . The standards outlined in Sections 1 and 2 above are minimum standards. It is the intent of the parties that the project be constructed at least to the standards developed by Tutor Engineering in their report entitled "Vasco Road Relocation Final Alignment Report" dated February 1990 as supplementad by cost estimates dated July 11, 1990 and plan/ profile sheets dated August 6, 1990. The report-, cost estimates and plans are hereby incorporated into this Principals of Agreement by reference. County and the District agree that it would be desirable to construct the replacement roadway to the highest possible standards. All parties agree to work to increase the horizontal and vertical alignment standards when technically and economically feasible. VI. IMPLEMENTATION 1. District will administer contracts with consultants related to the planning and design of the replacement for Vasco Road. 2 . County agrees to designate a project manager with authority to review and approve design drawings and specifications during the design of the replacement roadway at District expense. The manager's work priorities will be such that no other projects will prevent the engineer from processing design plans on a continuing cycle until final design is complete. 3 . County and the District, in cooperation with Alameda County, agree to jointly determine who will advertise and award the construction contract for the relocation project on or before December 31, 1991. District and County, in cooperation with Alameda County, will agree upon the construction schedule. Timely construction of the relocated Vasco Road is important to the Los Vaqueros Project. The relocation must be complete i V\ {I prior to the beginning of the construction of a dam for the Las Vaqueros Project. 4 . District will reimburse actual costs incurred by County in the administration of construction contracts. 5. District will reimburse the County through a purchase order for their cost to oversee, advise and coordinate this project from August 1, 1990 to the date when the cooperative agreement is executed. These Principles of Agreement shall be effective only if approved and executed by all parties and shall continue in effect until terminated by mutual agreement of the parties. share\Countin.mod EXHIBIT E 1. INSURANCE REQUIREMENTS. 1.1 General After award of Contract, the Contractor shall promptly obtain, at its own expense, all the insurance required by INSURANCE REQUIREMENTS, and shall submit coverage verification for review and approval by the DISTRICT upon execution of the Contract. The Notice to Proceed with the Work under this Contract will not be issued, and the Contractor shall not commence work, until such insurance has been approved by the District. The Contractor shall not allow any subcontractors to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and verified by Contractor. Such insurance shall remain in full force and effect at all times during the prosection of the Work and until the final completion and acceptance thereof. The Notice to Proceed does not relieve the Contractor of the duty to obtain such insurance as required by INSURANCE REQUIREMENTS. 1.2 Commercial General Liability Policy The Contractor shall take out and maintain during the life of the Contract, a Commercial General Liability Policy, on an occurrence basis, with a five million dollars ($5,000,000) combined single limit for bodily injury and property damage, and five million dollars ($5,000,000) per project aggregate, for all of the following: a. Premises Operations, including Explosion, Collapse and Underground (X, C, and U) coverage. b. Completed Operations/Products, including X, C, and U coverage. C. Independent Contractors. d. Blanket Contractual. e. Deductible shall not exceed One Thousand Dollars ($1,000) per claim. f. Subsidence. g. Broad form property damage. 1.3 Commercial Business Auto Policy The Contractor shall take out and maintain during the life of this Contract a Commercial Business Auto Policy, on an occurrence basis, with a minimum amount of not less than Five Million Dollars ($5,000,000) combined single limit for bodily injury and property damage, providing at least all of the following coverages: a. Coverages shall be applicable to any and all leased, owned, hired, or non- owned vehicles used in pursuit of any of the activities associated with this Contract. b. Any and all mobile equipment, including cranes, which are not covered under said Commercial Business Auto Policy shall have said coverage provided for under the Commercial General Liability Policy. C. Deductible shall not exceed One Thousand Dollars ($1,000). 1.4 Workers' Compensation Insurance The Contractor shall take out and maintain during the life of the Contract, Worker's Compensation and Employers' Liability insurance providing coverage for any and all employees of Contractor: a. The required policy shall provide statutory coverage under Workers' Compensation Law (Coverage A). b. This policy shall provide 'coverage for Five Million Dollars ($5,000,000) Employers' Liability (Coverage B). C. Provide a waiver of Subrogation Endorsement. 1.5 Builder's Risk Insurance 1.5.1 Standard Coverage - The Contractor shall cause to be taken out, and maintain in the name of the District and the Contractor until final completion and acceptance of the project, Special Form (Course of Construction) Builder's Risk Insurance including but not limited to coverage against loss of damage to the project by fire, lightning, wind, hail, aircraft, riot, vehicle damage, explosion, smoke, falling objects, vandalism, malicious mischief, collapse, earth movement (subsidence) and other such hazards as are normally covered by such coverage. Such insurance shall be in an amount equal to the replacement cost (without deduction for depreciation and subject to stipulated value in lieu of average clause) of all construction constituting any part of the work, excluding the cost of excavations, of grading and filling of the land, and except that such insurance may be subject to deductible clauses not to exceed $10,000 for any one loss. Such insurance will not cover loss or damage to the Contractor's equipment, scaffolding or other materials not to be consumed in the construction of the project. a 1.5.2 Earthquake and Flood Coverage - In addition to and within the terms specified in Paragraph 1.5.1 Standard Coverage, except as modified herein, earthquake and flood insurance shall be provided. Earthquake coverage shall be for earthquakes equal to or less than a magnitude of 3.5 on the Richter Scale. Earthquake and flood insurance may be subject to deductible clauses not to exceed five percent (5%) of such replacement cost for any one loss. 1.5.3 Subrogation - The District and Contractor hereby waive their rights of subrogation against each other. The Contractor shall obtain from the insurer a recognition that a waiver of subrogation endorsement for losses caused by fire or other perils to the extent covered by this insurance is provided. Contractor shall pay any extra premium required therefor. , 1.6 All of the following endorsements are required to be made a part of the policies described in INSURANCE REQUIREMENTS: a. The District and District's employees, officers, design consultants, elected officials, Construction Administrator, agents, and subconsultants are hereby added as additional insureds insofar as Work done under this Contract is concerned. b. Contra Costa County and its employees, officers, elected officials and agents are hereby added as additional insureds insofar as Work done under this Contract is concerned. C. This policy shall be considered primary insurance as respects to any other valid and collectible insurance, including self-insured retention, the District or County may possess, and any other insurance the District or County does possess shall be considered excess insurance only. d. This insurance shall act for each insured, and additional insured, as through a separate policy had been written for each. This, however, will not act to increase the limit of liability of the insuring company. e. Thirty (30) days prior written notice of cancellation shall be given to the District. Such notice shall be sent to: Diane Hedlund 2300 Stanwell Drive P.O. Box H2O Concord, California 94524 1.7 Change in Terms The Contractor shall provide immediate written notice to the District of any change in terms and conditions and/or reduction in the coverage of any nature to the insurance policies. The notice shall be sent to the location identified in Paragraph I 1 1.6e, Endorsements. The Contractor shall be obligated to pay any extra premium for maintaining the insurance requirements specified herein. 1.8 Occupancy The District reserves the right to occupy existing facilities under construction or to use or occupy parts of the Work. Insurance policies shall not restrict or limit such use. 2. INDEMNIFICATION Contractor shall defend, indemnify, save and hold harmless DISTRICT and COUNTY their governing bodies, officers and employees from any and all claims, costs and liability for any damages, injury or death arising directly or indirectly from, or connected with, the work performed hereunder and due to, or claimed or alleged to be due to, negligence or willful misconduct of the contractor, the Contractor's officers, employees, agents, subcontractors, or any person under their direction or control, save and except claims or litigation arising through the sole negligence or sole willful misconduct of DISTRICT or COUNTY, and will make good to and reimburse the indemnitees for any expenditures, including reasonable attorney's fees, the indemnitees may make by reason of such matters and, if requested by any of the indemnitees, will defend any such suits at the sole cost and expense of the contractor. EXHIBIT F FUND TYPE L-R MAT Gas Tax-2104 State vo Gas Tax-2105 State �10 Gas Tax-2106 State N Gas Tax-2107 Stam No Revenue Sham" Fede:-U No iitde 23 Federal Idd Urban, Federal .did Secondary, Federal No Bridge Repfacement, Hard Elimination Safety, Combined Road Plan' - State Exchange F,=ds State No Section 190 State/Fede ai N Developer Cont.ibudon P7Wate No General Fund Varves Yes T..- =orradoa Development Ac; Funds (noa Federal) Local Yes P-ooe_-v Taxes Local Yes US Forest Service Timber RC--Zipts Local Yes (in-lieu properly tax) Assessment District Local Yes Loral Bonds Local Yes Local Safes Tax (Prop l-feasure) Loaf Yes Uniform Developer Fees. Locz.f Yes Fines and Forfeitures Local Yes Major Thoroughfares Fund Local Yes Brokered CRP Funds Loral Yes EXHIBIT G v At ROAD RESTORATION AGRED4W (S2) Road: (S2) Effective Date: (S1) Developer: (S2) Completion Period: (S1) Development: THESE SIGNATURES ATTEST TO THE PARTIES' AGREEMENT HERETO: CONTRA COSTA COUNTY DEVELOPER: (Name and Title) J. Michael Walford City Engineer By: RECOMMENDED FOR APPROVAL: BY: ngineering Services ivision (NOTE: All signatures to be acknowledged.. If Subdivider is incorporated, signatures must conform with the designated representative groups pursuant to Corporations Code S313. ) State of California )ss ACKNOWLEDGEMENT (By Individual , Partnership or County of Contra Costa ) . Corporation) On the date written below, before the undersigned Notary Public, personally appeared known or proved on t e asis of satisfactory evidence) to be the persons whose name(s) is (are) subscribed to the above instrument, and acknowledged that he, she or they executed it, or acknowledged that the partnership named above executed it, or acknowledged that the corporation named above executed it pursuant to its by laws or a resolution of its board of directors. Dated: Signature: Name (Typed or rinte (This area for official notarial seal . 1. PARTIES & DATE. Effective on the above date, the County of Contra Costa, California, ereinafter called "County," and the above-named Developer, mutually promise and agree as follows concerning this acceptance: 1 I ', !PURPOSE. Developer desires to use, for the purpose of construction access, (name of county road(s) ) which is/are not designedor such use. County agrees to such use it Ueveloper maintains the road(s) , and if at the completion of Developer's construction activities, Developer restores the road(s) as herein promised. 3. ROAD MAINTENANCE. Developer agrees to maintain the road base and road surface in a condition equal to its original condition. Road maintenance shall include, but not be limited to, pot hole repair, base repair, subgrade repair, and asphalt overlay to correct road failures, pumping of base or subgrade, "washboard" conditions and other related road damage caused by construction access. Road maintenance shall be performed on a daily basis, as necessary, includinq weekends and holidays, from the time the road is initially used by Developer for construction access until the road is restored by Developer at the end of Developer's construction activities. 4. RESTORATION WORK. Developer agrees to perform the road work necessary to restore e road( s) o a condition equivalent to or better than the original condition of the road(s) prior to use by Developer for construction access. The original condition of the road(s) is generally described in Exhibit "A" attached hereto. Said road work shall include, but not be limited to, acceptable preparation and compaction of the underlying subgrade, if damaged; acceptable preparation and compaction of the base material ; and acceptable preparation, placement and compaction of the surfacing material . At any time during the life of this agreement, if daily road repair work or road restoration work performed by Developer has not resulted in an acceptable road surface continuity, as determined by County, Developer shall at request of County apply a double chip seal over an acceptably prepared base. The base for a gravel road shall consists of a minimum of 6 inches of compacted aggregate base rock. These requirements are in addition to those set forth in the following paragraph. Developer shall , no later than the Completion Period specified on page 1 of this agreement, complete said road restoration work (hereinafter called "work") in a good and workmanlike manner, in accordance with accepted construction practices and all requirements of the County Ordinance Code, including, but not limited to, the requirements contained in Divisions 98 and 1002 of the County Ordinance code. Said work shall be subject to the inspection and approval of the Public Works Department. Developer agrees to notify the Public Works Department Construction Inspection Division at 372-4480 at least 48 hours prior to the start of any work to arrange for inspection. S. RESTORATION SECURITY. Upon executing this agreement, the Developer shall provide as security to e unty: A. For Performance: $ cash, plus additional security, in the amount o w is together total one hundred percent (100%) of the estimated cost of the work. Such additional security is presented in the form of: Cash, certified check, or cashier's check. Acceptable corporate surety bond. Acceptable irrevocable letter of credit. Other (to be approved by the Public Works Department) . With this security, the Developer guarantees performance under this agreement. 2 1 r For Payment: Security in the amount of S which is fifty ,percent ) of the estimated cost of the work. Suc security is presented • in the form of: Cash, certified check, or cashier's check. Acceptable corporate surety bond. Acceptable irrevocable letter of credit. Other (to be approved by the Public Works Department). With this security, the Developer guarantees payment. to the contractor, to his subcontractors, and to persons renting equipment or furnishing labor or materials to them or to the Developer. C. Ninety days after satisfactory completion of the work and acceptance of the work as complete by the Board of Supervisors, County will release the security or securities furnished by Developer. 6. NO WAIVER BY COUNTY. Inspection of the work and/or materials, or approval of work and/or materials or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this agreement, acceptance of the whole or any part of said work and/or materials, or. payments therefor, or any combination r all of these acts, shall not relieve the Developer of his obligation to fulfill this agreement as prescribed; nor shall the County be thereby be stopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions hereof. 7. INDEMNITY. Developer shall defend, hold harmless and indemnify the indemnitees from thii—liabilities as defined in this section: A. Theindemniteesbenefited and protected by this promise are the County and its special diRricts, elective and appointive boards, commissions, officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation, or any combination of these, and regardless of whether or not such liability, claim or damage was foreseeable at any time before the County issued said use permit or encroachment permit or accepted the work as complete, and including the defense of any suit(s), action(s) or other proceedings(s) concerning said liabilities and claims. C. The actions causing liability are any act or omission (negligent or non-neg igen in connection wit the matters covered by this agreement and attributable to the Developer, contractor, subcontractor or any officer, agent or employee of one or more of them. D. Non-Conditions: The promise and agreement in this section are not conditioned or epen ent on whether or not any indemnitee has prepared, supplied, or reviewed any plan(s) or specification(s) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any indemnitee provided, however, that the obligation to indemnify shall not apply to death, injury, loss, damage, or expense 3 A. arising from the sole negligence or willful misconduct of County or County's agents, servants, or independent contractors who are directly responsible to County, or arising from County's active negligence. 8. COSTS. Developer shall pay when due, all the costs of the work, including. inspections thereof and relocating or adjusting existing utilities required thereby. 9. NON-PERFORMANCE AND COSTS. If Developer fails to complete the work within the ime specified in this agreement, and subsequent extensions, or fails to maintain the work, the County may proceed to complete and/or maintain the work by contract or otherwise, and Developer agrees to pay all costs and charges incurred by the County (including, but not limited to engineering, inspection, surveys, contract, overhead, etc. )immediately upon demand. Once. action is taken by County to complete or maintain the work, Developer agrees to pay all costs incurred by the County, even if Developer subsequently completes the work. Should County sue to compel performance under this agreement or to recover costs incurred in completing or maintaining the work, Developer agrees to pay all attorney's fees, and all other expenses of litigation incurred by County in connection therewith, even .if Developer subsequently proceeds to complete the work. 10. INCORPORATION/ANNEXATION. If, before the Board of Supervisors accepts the work as complete, the development is included in territory incorporated as a city or is annexed to an existing city, the County's rights under this agreement and/or any deposit, bond, or letter of credit securing said rights, shall be transferred to the new or annexing city. Such city shall have all the -rights of the third party beneficiary against Developer -who shall fulfill all the terms of this agreement as though Developer had contracted with the city originally. 11. CONSIDERATION. In consideration hereof: County shall allow Developer to obtain building permits, use permits or encroachment permits for said development, assuming it fully complies with other applicable regulations. AG:28 4