Loading...
HomeMy WebLinkAboutMINUTES - 10041994 - H.1ABC 1 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA 2 3 4 5 Re: Condemnation of Property for RESOLUTION AMENDING the State Route 4/Bailey Road RESOLUTION OF NECESSITY 6 Interchange Improvement Project, NO. 93/266 W. Pittsburg Area Project 7 No. 4660-6X4158 Resolution No. 94/500 8 9 10 11 The Board of Supervisors of Contra Costa County, California by a vote of two-thirds 12 or more of its members RESOLVES, FINDS,DETERMINES AND DECLARES THAT: 13 1. At a public meeting and hearing on April 27, 1993, the Board of Supervisors of 14 Contra Costa County, California(hereinafter referred to as "the Board") adopted RESOLUTION 15 OF NECESSITY NO. 93/,'.266 by a unanimous vote, a copy of which is attached hereto as 16 Exhibit B and incorporated herein by reference. 17 2. RESOLUTION OF NECESSITY NO. 93/226 authorized the acquisition of 18 Parcels 51260-1, 51260-2, 51260-3, and 51260-5 (hereinafter referred to as "Subject Property"), 19 among other parcels since acquired, by eminent domain. 20 3. RESOLUTION OF NECESSITY NO. 93/226 contains a general statement of the 21 public use for which the Subject Property is to be taken, as distinguished from a detailed 22 description of the project for which Subject Property is required. 23 4. The general statement of the public use contained in RESOLUTION OF 24 NECESSITY NO. 93/:'266 was intended by the Board to describe public use for a road 25 reconstruction project for the integrated intermodal transportation project described in the State 26 Route 4/Bailey Road Interchange Project Environmental Impact Report dated September 1991 27 ("the EIR"). 28 5. It is the purpose of this resolution amending RESOLUTION OF NECESSITY NO. 93/226 to clarify the general statement of public use contained in RESOLUTION OF 1 ' 1 NECESSITY NO. 93/226 by describing in more detail the intended public use together with the 2 statutes that authorize the acquisition of the property required for said public use and described 3 therein. 4 The Board of Supervisors of Contra Costa County, California by a vote of two-thirds 5 or more of its members RESOLVES, FINDS, DETERMINES AND DECLARES THAT: 6 1. RESOLUTION OF NECESSITY NO. 93/226 is hereby amended and the 7 amendments thereto are set out in RESOLUTION OF NECESSITY NO. 93/226 AS AMENDED, 8 a copy of which is attached as Exhibit "A" incorporated herein by reference as if set out in full. 9 2. The findings set out in RESOLUTION OF NECESSITY NO. 93/226 AS 10 AMENDED, Exhibit "A" are hereby adopted, found, determined and declared by the Board of 11 Supervisors, and said findings are incorporated herein by reference as if set out in full. 12 On September 15, 1994, notice of the County's intention to amend RESOLUTION OF 13 NECESSITY NO. 93/226 as RESOLUTION OF NECESSITY NO. 93/226 AS AMENDED for 14 acquisition by eminent domain of the real property described in Appendix "A" therein was sent to 15 persons whose names appear on the last equalized County Assessment role as owners of said 16 property. The Notice specified October 4, 1994, at 11 a.m. in the Board of Supervisors Chambers 17 in the Administration Building, 651 Pine Street, Martinez, California, as the time and place for the 18 hearing thereon. 19 The hearing was held at that time and place, and all interested parties were given an 20 opportunity to be heard. Based upon the evidence presented to it, this Board finds, determines and 21 hereby declares the following: 22 1. The public interest and necessity require the proposed project. 23 2. The proposed project is planned and located in the manner which will be most 24 compatible with the greatest public good and the least private injury. 25 3. The property described therein is necessary for the proposed project. 26 4. The offer required by and consistent with section 7267.2 of the Government Code, 27 together with the accompanying statement of the amount established as just 28 compensation, was made to the owner or owners of record. 2 1 5. All conditions necessary to establish the right to take the property required for the 2 project have been complied with. 3 4 PASSED and ADOPTED on October 4 , 1994, by the following vote: 5 AYES: Supervisors Smith, Bishop, DeSaulnier, Torlakson and Powers 6 NOES: None 7 ABSENT: None 8 9 10 I HEREBY CERTIFY, that the foregoing resolution was duly and regularly introduced, 11 passed and adopted by the vote of two-thirds or more of the Board of Supervisors of Contra Costa 12 County, California, at a meeting of said Board on the date indicated. 13 14 Dated: October 4 , 1994. 15 16 1 hereby ce"Ify that this is a true and coneCt copy of an action taken and entered on the minutes Of the 17 Board of Sunff opt date shown. ATTESTED: 4 1994 PHIL BATCHELOR Clerk of the Board 18 of Supervisors and unty Administrator 19 By AV Deputy 20 21 22 23 24 25 26 27 28 3 1 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA 2 3 4 5 Re: Condemnation of Property for RESOLUTION OF NECESSITY the State Route 4/Bailey Road NO. 93/266 AS AMENDED 6 Interchange Improvement Project, Bay Point Area Project RE-ADOPTED AS RESOLUTION OF 7 No. 4660-6X4158 NECESSITY NO. 94/501 8 (C.C.P. §1245.230) (C.C.P. §1240.610) 9 (C.C.P. §1240.510) 10 11 12 The Board of Supervisors of Contra Costa County, California, by vote of two-thirds of its 13 members RESOLVES, FINDS, DETERMINES AND DECLARES THAT: 14 1. At a public meeting and hearing on April 27, 1993, the Board of Supervisors 15 ("Board"), the governing body of Contra Costa County, California("County"), adopted 16 RESOLUTION OF NECESSITY NO. 93/226 by a unanimous vote. 17 2. RESOLUTION OF NECESSITY NO. 93/226 authorized the acquisition of Parcels 18 51260-1, 51260-2, 51260-3, and $1260-5, sub-parcels of a single parcel (hereinafter referred to as 19 the "Property") by eminent domain. Other parcels were included, but have since been acquired. 20 3. RESOLUTION OF NECESSITY NO. 93/226 contains a general statement of the 21 public use for which the Property is to be taken ("a road reconstruction project, a public 22 improvement, to widen State Highway 4 at Bailey Road") as distinguished from a detailed 23 description of the project for which the Property is required. 24 4. The general statement of the public use contained in RESOLUTION OF 25 NECESSITY NO. 93/266 was intended by the Board to describe a public use for a road 26 reconstruction project required by and for the integrated intermodal public transportation project 27 described in the-State Route 4/Bailey Road,Interchange Project Environmental Impact Report 28 dated September 1991 ("EIR"). EXHIBIT "A" 1 1 5. The State Route 4/Bailey Road Interchange Improvement Project EIR describes in 2 detail said integrated intermodal public transportation project and its purpose. A copy of the EIR 3 Project Description Summary set out at Section 1.1 of the EIR is attached hereto as Exhibit B and 4 incorporated herein by reference. The EIR, approved and certified by the Board on October 8, 5 1991, and was reviewed and considered by the Board prior to approving the State Route 4Bailey 6 Road Interchange Improvement Project . A copy of said certification is attached hereto as 7 Exhibit C. 8 6. Pursuant to Public Resources Code Section 21092 County gave written notice of 9 the preparation of the draft State Route 4/Bailey Road Interchange Project Environmental Impact 10 Report, invited comments, and held public hearings on said draft EIR prior to the adoption of the 11 EIR by the County. The owner of Parcels 51260-1, 51260-2, 51260-3, and 51260-5 was given 12 said written notice, a copy of which together with the relevant portion of the mailing list is 13 attached hereto as Exhibit D and incorporated herein by reference. 14 7. Features of the State Route 4/Bailey Road Interchange Improvement Project 15 include a highway/freeway/interchange/surface street improvement component, a Bay Area Rapid 16 Transit District ("BART") rail extension component, a BART Bailey Road Station component, a 17 BART Bailey Road Station Parking Facility component, and a bicycle and pedestrian component. 18 The components together comprise an integrated intermodal public transportation project; and are 19 each necessary features of said joint BART, California Department of Transportation ("Caltrans"), 20 County and Contra Costa Transportation Authority("CCTA") project. 21 8. The BART, highway/freeway/interchange/surface street, bicycle trail and pedestrian 22 components of the State Route 4/Bailey Road Interchange Project are all related to the purpose 23 and objective of the project, to-wit: an integrated intermodal public transportation project as 24 described in the EIR; and the interrelated components are required for the protection and 25 preservation of the usefulness and safety of the project. 26 9. At the public hearing held at the Board of Supervisors meeting of April 27, 1993, 27 prerequisite to consideration of the adoption of RESOLUTION OF NECESSITY NO. 93/226, 28 no written or oral objections were made by any property owner or their representative. In 2 1 particular, no objections were made that the general statement of the public use contained in the 2 proposed Resolution of Necessity did not adequately describe all of the features of the integrated 3 intermodal public transportation project as described in the EIR. 4 10. The acquisition by County of the real property required for the joint State Route 5 4/Bailey Road Interchange Project is authorized by the Cooperative Agreements Dated December 6 5, 1990 (Cooperative Agreement 14.00.00); June 20, 1990 (Cooperative Agreement 14.01.02); 7 May 20, 1992 (Cooperative Agreement 21.00.02); and January 11, 1993 (Cooperative Agreement 8 90.14.02.00)which Cooperatives Agreements are attached hereto as Exhibit E and incorporated 9 herein by reference. 10 11. The four Cooperative Agreements together were intended to be collectively an 11 agreement for the joint exercise of the respective powers of eminent domain of the parties within 12 the meaning of Code of Civil Code of Procedure Section 1240.140 whereby Contra Costa County 13 was authorized by BART, Caltrans and CCTA to exercise their respective powers of eminent 14 domain to acquire the property necessary for the State Route 4/Bailey Road Interchange Project. 15 // 16 12. In an eminent domain action [Contra Costa County v. North State Development 17 Co. Contra Costa Superior Court No. C93-02098] to acquire Parcels 51260-1, 51260-2, 51260-3, 18 and 51260-5 described in RESOLUTION OF NECESSITY NO. 93/226, the owner has claimed 19 that the BART component of the State Route 4/Bailey Road Interchange Project is not a part of 20 the general statement of public use alleged in the eminent domain complaint. Said eminent domain 21 complaint incorporates said Resolution of Necessity by reference together with the general 22 statement of the public use contained in RESOLUTION OF NECESSITY NO. 93/226. The 23 owner further threatens to challenge the statutory authority of Contra Costa County to acquire the 24 Property for the joint public transportation project. 25 13. On September 20, 1994, the Board approved and the County entered into an 26 Agreement between and previously approved by Caltrans, BART, and CCTA which Agreement 27 was entitled an Agreement for the Joint Exercise of the Power of Eminent Domain for the Bailey 28 Road Interchange Project (a copy of which is attached as Exhibit F and incorporated herein by 3 I 1 reference). Said Agreement between the County, Caltrans, BART and CCTA was intended to be 2 a Code of Civil Code of Procedure Section 1240.140 agreement for the joint exercise of their 3 respective powers of eminent domain by County to acquire the properties required by the State 4 Route 4/Bailey Road Interchange Improvement Project. It is the County's position that said 5 Cooperative Agreements constituted an agreement for the joint exercise of the power of eminent 6 domain within the meaning of Code of Civil Procedure Section 1240.140. Rather than to litigate a 7 legal challenge to the sufficiency of said Cooperative Agreements, it was the purpose of said 8 Resolution adopting said Agreement for the Joint Exercise of the Power of Eminent Domain to 9 clarify and reaffirm said Cooperative Agreements in the form of a single integrated joint exercise of 10 powers agreement executed by all the Public Agencies party thereto. 11 14. It is the position of County that Code of Civil procedure Section 1245.230(a) 12 requires only a general statement of the public use for which the property is to be taken and that 13 RESOLUTION OF NECESSITY NO. 93/226 contained a sufficient general statement. Rather 14 than to litigate a legal challenge to the sufficiency of said general statement, it is the purpose of this 15 Resolution: (a)to more particularly describe the public use intended by the Board in 16 RESOLUTION OF NECESSITY NO. 93/226 so as to clarify and to clear up any uncertainty or 17 ambiguity in said general statement of the public use; and (b) to supplement and more particularly 18 reference the statutes which authorize the County to acquire the Property by eminent domain for 19 the joint public transportation project. 20 15. Contra Costa County seeks to acquire a single Parcel 51260 which parcel is divided 21 into Sub-Parcels 51260-1, 51260-2, 51260-3, and 51260-5 (referred to collectively herein as the 22 "Property"). Said Property is described in Appendix "A" attached hereto and incorporated herein 23 by reference. The Property sought to be acquired is a part of a single larger parcel. 24 16. The public use generally described as the State Route 4/Bailey Road Interchange 25 Improvement Project, a road reconstruction project, which requires the acquisition of the Property 26 sought to be acquired and condemned herein is: 27 for the puzposes of a road reconstruction project known as the State Route 4/Bailey Road 28 Interchange Improvement Project. The State Route 4/Bailey Road Interchange 4 i 1 Improvement Project is a joint intermodal public transportation project and is hereinafter 2 referred to as the "Project". The Project is a public use, and is more particularly described 3 as follows: 4 An intermodal public transportation Project, which Project is a joint Project 5 of the Bay Area Rapid Transit District, the State of California(Department 6 of Transportation), Contra Costa Transportation Authority, and Contra 7 Costa County. Said intermodal public transportation Project shall include 8 the joint construction of improvements consisting of the widening and 9 improving of State Highway Route 4 between Willow Pass Road in 10 Concord to Railroad Avenue in Pittsburg, which improvement includes 11 reconstructing the Bailey Road Interchange on State Highway Route 4 in 12 the City of Pittsburg and Contra Costa County; and providing a median of 13 sufficient width to accommodate a BART rail system and a six lane 14 highway, expandable to eight lanes; construction of BART transit facilities 15 up to subballast in the Route 4 median including station platform and 16 foundation at the Bailey Road Interchange and the construction of parking 17 facilities servicing the BART Bailey Road station; and pedestrian 18 improvements and a bicycle path. All references to the Project herein 19 includes all of the above features and components, together with all 20 supporting features necessary to protect or preserve the safety and 21 usefulness of the Project as a integrated intermodal transportation system. 22 17, The County entered into agreements, pursuant to Code of Civil Procedure 23 §1240.140 with the San Francisco Bay Area Rapid Transit ("BART") , the State of California, 24 acting by and through the Department of Transportation ("Caltrans"), and the Contra Costa 25 Transportation Authority("CCTA")for the joint exercise of their respective powers of eminent 26 domain for the acquisition of the property described herein in the name of the County for the 27 public use herein,5et forth. BART, Caltrans, CCTA, and County which are a party to said 28 agreements are referred to herein collectively as the " the Public Agencies." Said agreements are 5 1 in the form of Cooperative Agreements and an Agreement for the Joint Exercise of the Power of 2 Eminent Domain, and are attached hereto as Exhibits E and F respectively and incorporated herein 3 by reference. Said Cooperative Agreements and the Agreement for the Joint Exercise of the 4 Power of Eminent Domain are collectively referred to herein as the "JPA". 5 H 6 18. The respective public purposes requiring the Route 4/Bailey Road reconstruction 7 project for each of said sub-parcels are as follows: 8 A. Parcels 51260-1 51260-2 and 51260-5: for joint-use for State, County and 9 BART purposes, more particularly described as follows: 10 i. For State and County highway and freeway purposes: to 11 reconstruct the Bailey Road Interchange on State Highway Route 4 12 in the City of Pittsburg and Contra Costa County; and the widening 13 and improving of State Highway Route 4. 14 ii. For BART purposes: to provide a median of sufficient width to 15 accommodate a BART rail system and the construction of BART 16 transit facilities up to subballast in the Route 4 median including the 17 Bailey Road BART station platform and foundation. 18 B. Parcel 51260-3: For BART purposes: for the Bailey Road BART Station 19 parking lot servicing the Bailey Road BART Station. 20 19. Providing public transportation is a function of the County. 21 20. The statutes that authorizes County to acquire the property described in Appendix 22 "A" by eminent domain are specified in the alternative as follows: 23 A. AS A JOINT EXERCISE OF THE RESPECTIVE POWERS OF 24 EMINENT DOMAIN POSSESSED BY THE STATE BART AND THE 25 COUNTY. Pursuant to Code of Civil Procedure §1240.140, the respective 26 powers of eminent domain possessed by the Public Agencies party to the 27 JPA are: 28 H 6 1 i. COUNTY: Government Code Section 25350.5 Streets and 2 Highway Code Sections 943(a) and 941.1, Code of Civil Procedure 3 Section 1240.120(x), and Government Code Section 26006. 4 County is authorized by statute to acquire said property for 5 highway, freeway and public transportation purposes and for the 6 purpose of carrying out and making effective the principal purpose 7 of the public transportation project, including uses for the protection 8 and preservations of the safety and usefulness of the public 9 transportation project. 10 ii. STATE: Streets and Highways Code Section 102. State is 11 authorized by statute to acquire for State highway purposes; 12 iii. BART: Public Utilities Code Sections 28953, 29030 and 29031. 13 BART is authorized to acquire for BART rapid transit purposes 14 including rights-of-way, rail lines, stations, platforms and parking 15 lots and facilities necessary for said rapid transit service. 16 B. FOR COUNTY HIGHWAY AND PUBLIC TRANSPORTATION 17 PURPOSES . (i)Pursuant to Government Code Section 25350.5 and 18 Streets and Highway Code Section 943for County highway, County public 19 transportation and County public parking purposes; and (ii)Pursuant to 20 Code of Civil Procedure Section 1240.120(a); Government Code Section 21 25350.5; Streets and Highway Code Section 943 as an acquisition necessary 22 to carry out and make effective the principal purpose for highway and 23 public transportation use. 24 C. FOR COUNTY PUBLIC TRANSPORTATION AND HIGHWAY 25 PURPOSES TO BE CONVEYED TO THE STATE FOR STATE 26 HIGHWAY PURPOSES AND TO BART FOR BART RAPID TRANSIT 27 PURPOSES. Pursuant to Code of Civil Procedure Sections 1240.120(a) 28 and 1240(b), Government Code Sections 25350.5, Streets and 7 I Highways Code Sections 15, 113, 943, and Public Utilities Code 28970: 2 i. for highway and public transportation purposes, which property to 3 be acquired herein is to be conveyed upon completion of the Project 4 to the Caltrans, for State highway purposes; and 5 ii. for rapid transit use together with required station and parking 6 facilities, which property acquired herein is to be conveyed upon 7 completion of construction of the Project to BART. 8 21. The Property to be acquired is generally located in the Pittsburg, Bay Point area. 9 22. On April 8, 1993, notice of the County's intention to adopt a resolution of necessity 10 for acquisition by eminent domain of the Property described in Appendix "A" was sent to persons 11 whose names appear on the last equalized County Assessment role as owners of said property. 12 The Notice specified April 27, 1993, at 11:00 a.m. in the Board of Supervisors Chambers in the 13 Administration Building, 651 Pine St., Martinez, California as the time and place for the hearing. 14 23. The hearing was held at that time and place and all interested parties were given an 15 opportunity to be heard. Based upon the evidence presented to it, this Board found, determined 16 and thereby declared the following: 17 A. The public interest and necessity require the proposed project. 18 B. The proposed project is planned and located in the manner which will be 19 most compatible with the greatest public good and the least private injury. 20 C. The property described herein is necessary for the proposed project. 21 D. The offer required by and consistent with section 7267.2 of the Government 22 Code, together with the accompanying statement of the amount established 23 as just compensation, was made to the owner or owners of record. 24 E. Some of the property sought to be acquired is appropriated to a public use. 25 The determination and finding is made that the proposed use is a more 26 necessary use than the use to which the property is now appropriated, or a 27 compatible public use. This resolution is adopted pursuant to Code of Civil 28 procedure sections 1240.510 and 1240.610. 8 1 F. All conditions necessary to establish the right to take the property required 2 for the highway project have been complied with. 3 On April 27, 1993 RESOLUTION OF NECESSITY NO. 93/226 was passed and adopted 4 by a unanimous vote of the Board. 5 24. On September 15, 1994, notice of the County's intention to amend and re-adopt as 6 amended RESOLUTION OF NECESSITY NO. 93/226 for acquisition by eminent domain of the 7 real property described in Appendix "A" was sent to persons whose names appear on the last 8 equalized County Assessment role as owners of said property. The Notice specified October 4, 9 1994, at 11 a.m. in the Board of Supervisors Chambers in the Administration Building, 651 Pine 10 Street, Martinez, California, as the time and place for the hearing thereon. 11 25. The hearing was held at that time and place, and all interested parties were given an 12 opportunity to be heard. Based upon the evidence presented to it, this Board finds, determines and 13 hereby declares the following: 14 A. The public interest and necessity require the proposed Project. 15 B. The proposed Project is planned and located in the manner which will be 16 most compatible with the greatest public good and the least private injury. 17 C. The property described herein is necessary for the proposed Project. 18 D. The offer required by and consistent with section 7267.2 of the Government 19 Code, together with the accompanying statement of the amount established 20 as just compensation, was made to the owner or owners of record. 21 E. All conditions necessary to establish the right to take the property required 22 for the project have been complied with. 23 26. The County Counsel of this County is hereby AUTHORIZED and EMPOWERED: 24 To acquire in the County's name, by condemnation, the Property described in Appendix "A", 25 attached hereto and incorporated herein by this reference in accordance with the provisions for 26 eminent domain in the Code of Civil Procedure and the Constitution of California: 27 The following sub-parcels are to be acquired in fee simple absolute: 51260-1, 51260-2 and 28 51260-3. 9 1 The following sub-parcel is to be acquired as a temporary construction easement: 51260-5. 2 To prepare and prosecute in the County's name such proceedings in the proper courtas are 3 necessary for such acquisition; 4 To deposit the probable amount of compensation, based on an appraisal, and to apply to 5 said court for an order permitting the Count to take immediate possession and use said real 6 property for said public purposes and uses and to continue in possession. 7 8 Adoption of this Resolution on October 4, 1994 1994 by the following vote: 9 10 AYES: Supervisors Smith, Bishop, DeSaulnier, Torlakson and Powers 11 NOES: None 12 ABSENT: None 13 14 I HEREBY CERTIFY, that the foregoing resolution was duly and regularly introduced, 15 passed and adopted by the vote of two-thirds or more of the Board of Supervisors of Contra Costa 16 County, California, at a meeting of said Board on the date indicated. 17 Dated: October 4 , 1994 18 19 I= hereby certify that this is a true and correct copyof 2 0 an action taken and entered on the minutes of the Board of SuVr4n�the date shown. ATTESTED:sttz__1_1991�__,,.� 21 PHIL BATCHELOR, Clerk of the Board of Supervisors and unty Administrator 22 By .Deputy 23 24 25 26 27 28 10 State Highway 4 Bailey Road Interchange North State Development 04-CC-4-1.9.6 (51260-1 , 51260-2, 51260-3 & 51260-5) APPENDIX "A" PARCEL 51260-1 (FEE) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range I West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the South Quarter corner of Section 14; thence N. 0* 05' 46" E. along the east line of said Southwest Quarter of Section 14 a distance of 1188.97 feet to the intersection with the centerline of Leland Road as shown on Oak Hills, Unit 1, Subdivision 6887, Book 324 of Maps, at Page 44, Contra Costa County Records; thence N. 89* 54' 35"W. a distance of 893.22 feet along said centerline; thence 183.83 feet along the arc of a tangent curve to the right with a radius of 1 ,041.94 feet and a central angle of 10* 06' 31"; thence N. 79* 50' 33" W. a distance of 314.04 feet to the southwesterly corner of that parcel of land described Indeed to San Francisco BayArea Rapid Transit District, in Book 12258, at Page 988, Official Records; thence N. 0*05' 25"E along the westerly line of that parcel described in said Book 12258 at Page 988, a distance of 1,070.97 feet to a point in the proposed southerly right of way of State Route 4; thence N. 82* 43' 58"W. along said proposed right of way a distance of 366.87 feet; thence S. 0*05' 25"W. a distance of 45.45 feet;thence N. 76'23' 27"W. a distance of 414.54 feet; thence N. 71* 55127"W. a distance of 339.30 feetto a point in the existing Route 4 right of way which lies 16148 feet right of"E4" line station 567+88.76; thence leaving said proposed right of way and continuing along said existing Route 4 right of way N. 71* 55' 27" W. a distance of 83.31 feet to the TRUE POINT OF BEGINNING of herein described real property; thence continuing N. 71' 55' 27"W. along said existing Route 4 right of-way a distance of 139.26 feet to a point on the west line of the southwest quarter of said Section 14, said point lies S. 0* 36' 27" W. a distance of 78.09 feet from the west quarter corner of said Section 14 and N. 0* 36' 27" E. a distance of 2,583.20 feet from the southwesterly comer of said Section 14; thence leaving said existing right of way S. 0* 36' 27" W. a distance of 51.41 feet to a point on the proposed State Route 4 southerly right of way; thence along said proposed southerly right of way N. 86* 28' 11" E. a distance of 133.19 feet to the TRUE POINT OF BEGINNING. Lands abutting said freeway shall have no rights or easement of access thereto. Page 1 of 5 Containing a grid area of 3,415 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. 04-CC-4-19.6 (51260-2) PARCEL 51260-2 (FEE) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the South Quarter corner of Section 14; thence N. 0' 05' 46" E along the east line of said Southwest Quarter of Section 14 a distance of 1,188.97 feet to the intersection with the centerline of Leland Road as shown on Oak Hills, Unit 1 , Subdivision 6887, Book 324 of Maps, at Page 44, Contra Costa County Records; thence N. 89' 54' 35"W. along said centerline of Leland Road a distance of 893.22 feet; thence 183.83 feet along the arc of a tangent curve to the right with a radius of 1 ,041 .94 feet and a central angle of 10' 06' 31"; thence N. 79' 50' 33"W. a distance of 314.04 feet to the southwesterly corner of that parcel of land described indeed to San Francisco Bay Area Rapid Transit District, in Book 12258, at Page 988, Official Records; thence leaving said centerline N. 0' 05' 25" E along the westerly line of that parcel described in said Book 12258 at Page 988, a distance of 1,070.97 feet to a point in the proposed southerly right of way of State Route 4 and the TRUE POINT OF BEGINNING of the herein described real property; thence N. 82' 43' 58" W. along said proposed right of way a distance of 366.87 feet; thence S. 0' 05' 25" W. a distance of 45.45 feet; thence N. 76' 23' 27" W. a distance of 414.54 feet; thence N. 71' 55' 27" W. a distance of 339.30 feet to a point on the existing southerly right of way of State Route 4 which lies 163.48 feet right of"E4" line station 567+88.76, thence S. 88' 50' 04" E along said existing right of way a distance of 253.13 feet; thence S. 75' 34' 12" E a distance of 105.24 feet; thence S. 81' 41' 29" E a distance of 210.43 feet; thence S. 74' 00' 18" E a distance of 105.33 feet; thence S. 83' 57' 01" E a distance of 104.96 feet; thence N. 83' 10' 16" E a distance of 107.22 feet; thence S. 84' 25' 39" E a distance of 208.40 feet; thence N. 85' 20' 38" E. a distance of 6.92 feet to the westerly line of the parcel described in said Book 12258, at Page 988; thence along said westerly line and departing from said existing right of way S. 0' 05' 25" W. a distance of 94.99 feet to the TRUE POINT OF BEGINNING. Page 2 of 5 Lands abutting said freeway shall have no rights or easement of access thereto. Containing a grid area of 83,305 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. 04-CC-4-19.6 (51260-3) PARCEL S 1260-3 (FEE) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the South Quarter corner of Section 14; thence N. 0' 05' 46" E. along the east line of said Southwest Quarter of Section 14 a distance of 1 ,188.97 feet to the intersection with the centerline of Leland Road as shown on Oak Hills, Unit 1 , Subdivision 6887, Book 324 of Maps, at Page 44, Contra Costa County Records; thence N. 89' 54' 35"W. along said centerline of Leland Road a distance of 893.22 feet; thence 183.83 feet along the arc of a tangent curve to the right with a radius of 1 ,041 .94 feet and a central angle of 10' 06' 31"; thence N. 79' 50' 33"W. a distance of 314.04 feet to the southwesterly corner of that parcel of land described in deed to San Francisco BayArea Rapid Transit District, in Book 12258, at Page 988, Official Records; thence leaving said centerline N. 0' 05' 25" E. along the westerly line of that parcel described in said Book 12258 at Page 988, a distance of 42.65 feet to the northerly right of way of Leland Road as shown on Oak Hills, Unit 2, Subdivision 7242, Book 338, at Page 8, Contra Costa County Records and the TRUE POINT OF BEGINNING of herein described real property; thence N. 79' 50' 33" W. along said northerly right of way, a distance of 12.89 feet;thence 29.87 feet along the arc of a non-tangent curve concave northwesterly with a radial bearing of S. 10' 11' 23" W., a radius of 957.94 feet and a central angle of 1' 47' 11"; thence N. 78' 01' 27" W. a distance of 329.05 feet; thence leaving said northerly right of way, N. 0' 05' 25" E. and parallel with the westerly Fine of that parcel of land described in said Book 12258, at Page 988, a distance of 998.44 feet to a point in the proposed southerly right of way of State Route 4; thence S. 82' 43' 58" E. along said proposed southerly right of way, a distance of 366.87 feet to a point in the westerly line of that parcel of land described in said Book 12258, at Page 988; thence S. 0' 05' 25" W. along said westerly line, a distance of 1 ,028.32 feet to the TRUE POINT OF BEGINNING. Lands abutting said freeway shall have no rights or easement of access thereto. Page 3 of 5 Containing a grid area of 369,019 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1.0001218 to obtain ground area. 04-CC-4-19.6 (51260-5) PARCEL 51260-5 (Temporary Construction Easement) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the South Quarter corner of Section 14; thence N. 0' 05' 46" E. along the east line of said Southwest Quarter of Section 14 a distance of 1188.97 feet to the intersection with the centerline of Leland Road as shown on Oak Hills, Unit 1 , Subdivision 6887, Book 324 of Maps, at Page 44, Contra Costa County Records; thence N. 89' 54' 35"W. along said centerline a distance of 893.22 feet; thence 183.83 feet along the arc of a tangent curve to the right with a radius of 1 ,041 .94 feet and a central angle of 10' 06' 31"; thence N. 79' 50' 33" W. a distance of 314.04 feet to the southwesterly corner of that parcel of land described in deed to San Francisco BayArea Rapid Transit District, in Book 12258, at Page 988, Official Records; thence leaving said centerline N. 0' 05' 25" E. along the westerly line of that parcel described in said Book 12258 at Page 988, a distance of 42.65 feet to a point in the northerly right of way of said Leland Road as shown on Page 338 at Page 8 of Oak Hills, Unit 2, Subdivision 7242,Contra Costa County Records; thence N. 79' 50' 33"W. along said northerly right of way a distance of 12.89 feet, thence 29.87 feet along the arc of a tangent curve to the right with a radius of 957.94 feet and a centr6al angle of 1' 47' 11"; thence N. 78' 01' 27" W. a distance of 329.05 feet to the TRUE POINT OF BEGINNING of the herein described temporary construction easement; thence continuing N. 78' 01' 27"W. a distance of 25.55 feet; thence departing from said northerly right of way of Leland Road N. 0' 05' 25" E. a distance of 800.00 feet; thence N. 68' 00' 00"W. a distance of 81 .50 feet; thence N. 46' 00' 00"W. a distance of 271 .97 feet to the proposed southerly right of way of State Route 4; thence S. 76' 23' 27" E. along said southerly right of way, a distance of 305.00 feet; thence departing from said proposed right of way S. 0' 05' 25"W. a distance of 952.99 feet to the TRUE POINT OF BEGINNING. The term of herein described temporary construction easement is set to expire December 31 , 1995. Page 4 of 5 Containing a grid area of 48,860 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain gro'und level distances. Multiply grid area by 1 .0001218 to obtain ground area. Page 5 of 5 1. SUMMARY 1 .1 Project Description The proposed project involves modifying the State Route 4/Bailey Road interchange and local streets to accommodate the circulation and transportation needs resulting from existing and planned development in this portion of eastern Contra Costa County and to accommodate the extension of BART to Bailey Road and the resulting increase in traffic associated with a BART terminal station at Bailey Road. The extension of the existing BART Concord line to West Pittsburg has been approved by the Bay Area Rapid Transit District . The . approved plans call for a BART station in the State Route 4 median just west of the Bailey Road interchange and the construction of a parking lot on the BART property south of State Route 4 . The widening and lowering of State Route 4 between Willow Pass Road in Concord and Bailey Road in West Pittsburg (the Willow Pass Grade Lowering Project) is designed to provide for the extension of the Concord BART line to Bailey Road in the State Route 4 median. The State Route 4/Bailey Road interchange improvements are designed to compliment and tie into the Willow Pass Grade Lowering Project . The proposed project would involve reconstructing State Route 4, in the vicinity of the Bailey Road interchange, to provide a 104 foot wide median to accommodate the BART station and BART tracks, six through lanes and two High Occupancy Vehicle (HOV) lanes . The Bailey Road interchange would be reconstructed with new interchange ramps in a reverse partial cloverleaf design which consists of loop off-ramps and diagonal on-ramps . local circulation improvements would also be provided, including the widening of Bailey Road to six lanes between Maylard Street and Canal road; relocation of Canal Road west of Bailey Road to follow the existing alignments of Mims and Amberson Avenues; extending Los Palos Drive north of Leland Road; installation of signals at off-ramp intersections and at the Canal Road/Bailey Road intersection; and, other local access improvements . Pedestrian access would be provided through the interchange area and would be designed to connect to the Delta-De Anza Regional- Trail . egionalTrail . The project would also involve the relocation of affected electrical power, sewer, water, and natural gas lines so that no disruption in service would occur. Drainage improvements would be installed in the vicinity of the BART parking lot to accommodate runoff from the project, future BART facilities, and planned development in the area. 1-1 E3 I SyP-26-1994 10=49 FROM C C C PUBLIC WORKS TO 914159810898 P.02 TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD. PUBLIC WORKS DIRECTOR DATE: October S. 1991 SUBJECT: Approving Bailey Road interchange Project Project No. 0357-SX4158 SPECIFIC REQUESTS) OR 4E00MMEN0ATXW#4.A BAC*QWW ftW AND JUCTWICATION 1. RecomrrJended Action: APPROVE Project. and CERTIFY that the final EIR for the project was completed in compliance with the California.Environmental Ouality Act, that the final EIR was presented to the Board and the Board reviewed and considered the Information contained in it. and FiND that the project will have significant effects on the environment. each of which is determined to be unavoidable. and as to each makes the following findings: See attached findings. DiRECT the Public Works Director to begin right-of-way acquisition and to prepare contract plans and specifications for oonstruction. DIRECT the Director. of.Community Development to file a Notice of Determination with the County Clerk. DIRECT the Public Works Director to arrange for payment of the $25.00 handling fee to the County Clerk for filing of the Notice of Determination..and for the $850.00 Fish and Game filing fee to be transferred to the County Clerk. 11. FINANCIAL IMPACT: The estimated project cost Is$62.3 million.funded by Measure C Funds (40%). BART(50%). and State and local partnership (10%). Continued on Attactwnent: SIGNATURE: ' RECOMMENDATION OF COUNTY MINISTRATOR .__.RECOMMENDATION OF BOARD COMMITTEE —APPROVE �,OTHER SIGNATURE(S): ACTION OF BOARD ON zrz , ,y y, APPROVED AS RECOMMENDED OTHER VOT1r OF SUPERVISORS UNANIMOUS (ASSENT 1 AYES: NOES: ABSENT: ABSTAIN: f haretW amttly that thla k a inn and CMTS t MM of an action taken and *nWed an the ralmrtaa of the BS:drg Hoard of superNa— ea showm W10:50410 ATT&STMW. ____J C &ii / J� PHIL BATCMELOk awtc o+t*Board of&wervism and County AdmiftWator 01`19. ON-. Public Works (Major Projects) cc: County Admin.: E. Kuevor .Dewy Community Development PW Accounting Goad Engineering-H. Ballenger s AP proving BaAey Road Into. .range Project October 8, 1991 = Page Two lji. 139ASONS POR REO0MMEN12ATIQN/0ACKQ 0UNP- The project is needed to reduce congestion and provide a median w dth sufflcient to accommodate the BART truckway and interims tom*-ai station site Just west of Bailey Road. This project has been determined to be In compliance with the General Plan. The Final Environmental Impact Report pertaining to this project was considered by the Zoning Authority on October 7. 1991, and found to be complete and prepared In compliance with the California Environmental Quality Act and State and County Guidelines. IV. CONSEQUENCIg3 OF NCOATIMU ACTION Delay In approving the project will result in a delay of design and construction and may Jeopardize funding. r CommunityContra Harvey E. Bragdon Development Director of Community Development Department Costa County Administration Building County 651 Pine Street 4th Floor, North Wing Martinez, California 94553-0095 Phone: 646-2035 TO: INTERESTED AGENCIES, ORGANIZATIONS & INDIVID S / SUBJECT: NOTICE OF COMPLETION AND NOTICE OF PUBLIC HEARING ON THE DRAFT ENVIRONMENTAL IMPACT REPORT FOR STATE ROUTE 4/ BAILEY ROAD INTERCHANGE, WEST PITTSBURG AREA COUNTY FILE #CP 90-6 DATE: JUNE 7, 1991 The subject Draft Environmental Impact Report is being distributed for review and comment in conformance with the California Environmental Quality Act of 1970 (CEQA) and State and County Guidelines. Public review copies of the Draft EIR will be found at the following locations: 1. Central Branch: 1750 Oak Park Blvd., Pleasant Hill 2. Concord Branch: 2900 Salvio Street, Concord 3. Pittsburg Branch: 80 Power Avenue, Pittsburg 4. County Community Development Department: 651 Pine Street, North Wing - 4th Floor,-Martinez 5. County Public Works Department: 255 Glacier Drive, Martinez In addition, copies may be purchased (plus postage, if mailed) at the offices of the County Community Development Department, 651 Pine Street, Martinez. For accuracy of record, written comments are desirable and encouraged, and should be supported by factual information whenever possible. Comments should be mailed to the Contra Costa County Public Works Department, Attention: Vickie Germany, 255 Glacier Drive, Martinez, California 94553, by Monday, July 22, 1991, 5:00 p.m. If written comments cannot be made, an oral presentation may be made at the public hearing which will be held on Thursday, July 11, 1991, 7:30 p.m., at the Ambrose Community Center, 3105 Willow Pass Road, Pittsburg, California. A _ All Interested Agencit—,Orgs. June 7, 1991 SR4/Bailey.Road Interchange -2- For additional information on the environmental review process, please feel free to contact me at (415) 646-2035. If you require information on the projectitself, please contact Mr. Bob Faraone of the Public Works Department, Road Engineering Division, at (415) 313-2252. Sincerely yours, en Barry, AICP Assistant Director DMB:gms ep1:SAdlncar.NOC cc: File #CP 90-6 Contra Costa County Community. Development 651 Pine Street North Wing, 4th Floor Martinez, CA 94553 Aw �••_4i►•- aY"'S �.,�� J -.�`Ifl •l _'it ,y1 .K 1'LI y[ Y..O 1f� „ ,,:•}#..ri „ '-� `� h i_,rbad--•S, Y1- vtC'�. - . incr ti �h <._r•1[t h r to _ a ' :i K �'1 fl- ::; a" : `�_F ai. . tea.P x.;!•- .p.. .. Q. a.:' .P P .OL. p. ,K(• C. ' w`y'at'T t.<'i• vf.' -�4w +5.. - - .a� :ca S .` -� :_.a- �°4.. a.. T-••�''•'.� �'Rj.. ?`y'.J��J�y.r.. c i.-. .�. �� '1, � 1-:•.< 'p'�� �� '�'- ' <- 1G••[ < ::'< :�. 1 ' ,'-5t_. ._ ,•�..• '3••�. < .. to [ � •.. -3-•-• m ..v-=h - .,V P t.. } _`: Zcr ._ _ [,- Qui., .'�`•- t�,�'. _ ►. =•e r - _ -x+17"e7(e•-s cx UA (xcc a:_ �+"� --to -: .d _ `�:L^ - � _dt ,�• .W •.� Z s � �.oa 5.< , , 'zo iso - - v r CD(J. ct� at < "s.0 O 0 < O m>< N¢a < ; ...r >< �. 'N >r< j O O•. N >< < -tm -0< -! W¢V .^.L - <(1 '= -:_ ¢V ! < ¢V L ¢V t _ ¢n -'-t 2< f 2 2 V i < K 4.i t aO T V ■ -6 V ! .0 a¢ P1fal0 -.at!¢ � to d2 A r¢ �a A r - � -•¢¢ < a'f"�¢ � d7¢ �- �N T M 3 O .. w is O{-¢ 1 .: O w ui Q=W 1 /•Q T W.- M-W on O t1i U N>W N u III N W ts! ii :!T O C2 =-CJ O<J13q="O 1•-m 1.7' 'O <tDO 02mo O <ca tJ �1' Oci ` OJm O �1 COm IA tg OYatJ t O.. -J.C.9 t •+r¢ a F—0: Vie.'.t Z -¢.r: .■ o r¢ t w ¢ i' { "•r¢ -.t 2 r-•�_.. t <�-✓Y {- a < >S 1 L►+r OC t r J Or b¢<O "2�N 40<O•1 :z N O<O 1' <O I r S< J i" .+ -O ...w+,J O ^' - < 7 1 -.r CL-C 7 y .+Y Q 7 N Z W a•<aDcir •...P . tZm PS 9m tT m mm c P mm T.2 tam r: P -O¢ - P Jmta it m mm P cc(D _m< Em n M Z '•q P1 2 m I M< M o Of �• !'�W YO Mos -O M W 73 M N A M z fA t' in W I Q{•� 'n•5"Y U m►- t ►- tr r '! 2 to 1- I. { O..t�I' a - O V / S-+►- • W A►► I; t•W U1 H 1 a eU t•••• l P.<d-1- K¢O t--1 F <A t- ,' A Z N ••- A O-7 1•- (j A W W M- j% F tl7 2 r F F d t! F a d F-- 1: �`►-N.••[ -P O M.....1 - P¢ N�+ 11 p<N.•r p W N►•. (; P W N tr O` .`p•O P"'•'eu'..• P O/Q H :+ P< N••� �; -P U d H C3,02 N CL O 2 a-fl i ` 0 9 V a O m N CL - O J N a- O ¢N Q. l� O Z�+V �i O Y N CC-�.i O J/1t Q. ' O 9 N(L ry 4, � Wt" in� � 1 �� ! o �c ulottn wk N 1(1• Any1 lt: h 1 - {i, i' _ P 1: to a� z �; a s i; s I' a i, a s a ( :7 O• _:.n ;.:: -P- P ! -•Q. t p p H -tT P .Q..�... cr I < Z k t Z i � ( - W r.� - i _ r. - tl Q rt M .dVOV CV I 0 WO - U - 43 n to >••c ti a' r< + a O r<- o r s-H M->-.4 O• a-< O Y a-< 2 U I 'o r s to O Y< -•.• a-< i•-' a x V t K U t' a 7 tY U t,0 2 V s a,Cr U f ¢ U a ¢V • f a-¢ V i a cc at U a m¢ U lj O•W c c a' tY N 2 ¢ I(: P J¢ •ti- :.. m J o: U 1 ¢ �1 t!1 r¢ M W W - �0 cc A¢¢ M ¢ 'O >W _ ((�pppp7,, O W O tlW {,- a'<ttt_r. 111%%% M WW '. M W Ir 72W N KW t N VW III -NSW ' O Q m o j.� O 020 •• O m U' j: C.2 m C7 i' O m t9 0 0 9(a 1 0 2 tD U' O J m f7 1 O< m C9 O C a V' I' O<0 C? , t-0 2 �' { O Y•¢ I 4..••.Y'.Y t <r 2 t > ¢ j- a. J r lr I. a 7 r ¢ 1 N < O N Z < 7 N 7 <7 -.tZ<7 ..+.-.<J ..+><7 i ...W<7 , P O m to ...m < a.rm9 P<9a P Smm }p� ? .. tD co � a- Um 2 p <73m ^: (r mm '' Md co PYmm ;' p 2m m i _o•2mm ' M 0- to M I7 11 - M W t✓D n< m t, M 0 O I� M[7 O M O a, 17 M A t'► N .- s =.D •-i s Z d r t' Y M t- �1 a 2.-.t•- a tT t- C.. a 2 If1 •- t '•'�sr h-�'. 11...to t- `- a Z M I-- 1 W P P- A r d H(• F U •O'►-} A< A r �' -F< N H t A J Z f- (: A< Z t- F<'U1 1- A Z 71 H A 2 a, : F Z F r ( - F 1.A 1•-p a`O N w ( O'U N.r+I'• a• ¢N n•t tT <ev p <N .-t I: P W N- ! .O` 7 N- ! P <R r•. �. 0,[,,,[N n+ 1T O N O.i H ti t I d 1' O F N 1 1- O �N d � O O N 4 !: O J N t 1 �- 0 =N f L 0 3 N d I O n 7 N f i I - 0 2 N tL !' 77 or. o ,• of oI a m ' o n o o.,' :01 to I' to tt+ -v+ - to : n to , to a Z7 a i -7 1T O•.. p i p p i C3. p T O• - P . Z 0 ; ►.� W ; W T - s Ij s tY li 1 M i a M r ¢.. I- tZ i tl T '7¢ OD H I�+ tl Y K ►+ •"t i• •"•U j U .-O r < A > < .O r < , t•1 r < a C r -C 1 t- r a , o r-r < r m r < • TU ' • sU • tYU • ra:U ' t ••+2Uf = TU t QKU f SU t t-2U { r2U _ • < T(J 2 W 2 cr tY T •O ._• b W S N W -+►-W O W O W � '�W i v JW ML W7 a W n W N ?W ONZ9 C7 ! 01.79 U. O O tG t9 { O 1•-9 t.7 O m :] O .•• 7 f.7 O .-+10 U OCL 9 17 O w•.,-a (I O to C7 0 z 9 0 • U r 2 ( R O r T I t .- r^• • > r act ► Z r T { W r T • S >-3: • .- r 5 f W a 2 s W r Y N V7< N 7< N Z 4 7 tr .+ < 7 I� -+ < 7 -»�'6 7 -- < 7 .•. Z< -. �C < -••� p ma i = 10 I. a- 9 D p19m I' O > na 7 7] 97 : T L 4 9 34 Q 7 a 9 77 99 tT7 79 M r. V1 f• M y N ! M 7 *1 M J co M t ZO Z :7 • 2 pt- 1 < p.-• f 1.7 • 3r { 7Af- f UM^' • a-p 1••• i s A t- . A <•� �: A ').O (' A t..l!� r H.•. N': 1•� =Fn 7 t- A T J1 ."_ A 1.7 t!'t H ^ 211 r r- r,Q 1•-• A 4 A p}N... {, T Q N O•V N-� fT <N.-Y i' p W rN-Y ' (T 7 N•-• ! Q• < N•-•t a, J N••+ 1 r N--• O`=N"Y i. _O >N '-a• O WNa. `( O_nN2 Oa- OSN 2', ?ON2 _ OJN 4: OLN 3- t 0 1 N A Cooperative Agreement No. 14.00.00 MASTER COOPERATIVE AGREEMENT BETWEEN THE CONTRA COSTA TRANSPORTATION AUTHORITY AND CONTRA COSTA COUNTY THIS AGREEMENT is made and entered into this fifth_ day of December, 1990, by and between CONTRA COSTA COUNTY, hereinafter referred to as COUNTY and the CONTRA COSTA TRANSPORTATION AUTHORITY hereinafter referred to as "AUTHORITY". RECITALS 1. AUTHORITY and COUNTY pursuant to the Contra Costa Transportation Improvement and Growth Management program adopted on August 3, 1988 and approved by the voters of Contra Costa County in November 1988, hereby enter into a Cooperative Agreement for transportation improvements in Contra Costa County. 2. COUNTY desires transportation improvements consisting of widening and improving Route 4 between Willow Pass Road in Concord to at least Railroad Avenue in Pittsburg, including widening and lowering the grade .over Willow Pass and various interchange improvements, hereinafter referred to- as "PROJECT". PROJECT is specifically cited in the Expenditure. Plan of the Transportation Improvement and Growth Management Program. 3. Pursuant to Measure C, the AUTHORITY is committed to make available up to $80,000,000 in 1988 dollars for projects eligible under-Route 4 East, to assist with preliminary studies, design, right-of-way acquisition and construction, less specific costs associated with overall program management by AUTHORITY. The costs incurred by the AUTHORITY shall not exceed 1.5 percent of funds made available for the PROJECT The precise amount of funds available to help fund individual projects will be determined by the AUTHORITY'S Strategic Plan. AUTHORITY anticipates that the COUNTY will continue to seek. other funds to supplement Measure C funds; including but not limited to: a. State-local partnership Program funds, pursuant to Streets and Highway Code Section 164(d)(7) b. Local contributions C. State highway. funds 4. Consistent with this AGREEMENT and Measure C, AUTHORITY will from time to time authorize specific funding amounts, pursuant to a Request for Appropriation of Funds by the Director of Public Works of the COUNTY. Consistent with this AGREEMENT and Measure C, the Funding Appropriation Resolution will set forth additional 1 f Cooperative Agreement No. 14.00.00 conditions, purpose, and timing for release of identified funds to COUNTY for PROJECT. A chronological listing of appropriation resolutions will be included in and made a part of Exhibit A (attached), which is hereby incorporated into this AGREEMENT and made a part hereof. Exhibit A will be updated with each new resolution. The Request for Appropriation of Funds will include an overall financial plan for the PROJECT. 5. AUTHORITY and COUNTY have already entered into prior agreements relating to this PROJECT. These include: COOP # Date $ Amount Purpose 14.01.01 12-12-89 3,000,000 design, right-of-way engineering 14.01.01A 6-20-90 400,000 environmental reports 14.01.02 9-27-90 900,000 right-of-way acquisition 14.02.01 6-20-90 400,000 environmental studies & prelim. engineering These prior agreements are ratified and confirmed and shall remain in effect, except for all references to AUTHORITY's' method of payment to COUNTY which are amended and superseded by Exhibit B of the AGREEMENT "(attached). SECTION I COUNTY AGREES: . 1. Tosubmit a Request for Appropriation-of Funds for specific components of the PROJECT as set forth in Paragraph 4 of Recitals above, and to apply any funds received under this AGREEMENT to PROJECT consistent with the mutually agreed-to terms and conditions specified in the specific Resolution approved by the AUTHORITY. 2. To allow the AUTHORITY to audit all expenditures relating to any .projects funded through this AGREEMENT. For the duration of the PROJECT, and for three (3) years following completion of the PROJECT, COUNTY will make available to the AUTHORITY all records relating to expenses incurred in performance of this AGREEMENT. 3. To provide invoices, and progress reports consistent with Exhibit B, along with the summary of expenditures to date. 4. To prepare a report on an annual basis at the end of the fiscal year which itemizes (a) the annual expenditure of the funds for the PROJECT, and (b) progress to date in its implementation. 5. To comply with AUTHORITY Policy 001 regarding project management (Exhibit C attached) . Cooperative Agreement No.14.00.00 Between Contra Costa Transportation Authority &Contra Costa County (revJan. 17, 1991) 2 Cooperative Agreement No. 14.00.00 6. To be responsible for evaluation of prospective consultants and subsequent award of work consistent with this AGREEMENT and any Appropriation Resolutions. 7. To provide technical direction consistent with the scope of work of any Appropriation Resolution. 8. To provide- Project Management of consultant activities, including responsibility for schedule, budget and oversight of the services. 9. If any, Measure C funds are to be used for construction; to install a sign that identifies Measure C and the Contra Costa Transportation Authority as a funding source. SECTION II AUTHORITY AGREES: 1. In response to COUNTY Request for Appropriation of Funds, to consider Resolution(s) consistent with this AGREEMENT and consistent with available sales tax revenues to finance specific work components for the PROJECT, setting forth the level of funding, purpose, timing, and scope of work to be performed by COUNTY pursuant to this AGREEMENT. Such resolutions will be incorporated into Exhibit A (attached) . To the extent that available AUTHORITY funds are insufficient to fulfill any request for Appropriation of Funds hereunder, taking into consideration all AUTHORITY -funding commitments, such Request shall be deemed a Request for a lesser amount equal to funds which are available to meet such Request. 2. To.transfer funds to COUNTY for the purposes described in the relevant resolution in the manner specified as attached in Exhibit B. 3. To provide timely notice if an audit is to be conducted. SECTION III IT IS MUTUALLY AGREED: 1. Term: The term of this AGREEMENT will remain in effect until terminated as provided in Paragraph 2 and 11 hereof. Cooperative Ag=mcnt No.14.0100 $ctween Contra Costa Transportation Authority &Contra Costa County (rcvJan. 17, 1991) 3 Cooperative Agreement No. 14.00.00 . 2. Termination: This AGREEMENT shall be subject to termination as follows: a. This AGREEMENT may be terminated for breach of any obligation, covenant or condition hereof, upon notice to the breaching party. With respect to .any breach which is reasonably capable of being cured, the breaching party shall have 30 days from the date of the notice to initiate steps to cure. If the breaching party diligently pursues cure, such party shall be allowed a reasonable time to cure, not to exceed 60 days from the date of the initial notice, unless a further extension is granted by the AUTHORITY; b. By mutual written consent of both parties, this. AGREEMENT may be terminated at any time; C. Except as expressly provided herein, this AGREEMENT shall terminate upon disbursement of amounts- totalling the amount set forth in Recital 3 above, less specific AUTHORITY project management costs referred to therein; d. In the event this AGREEMENT is terminated, payment shall be made by the- AUTHORITY for all services rendered up to the time of termination, subject to .any expenditure limits applicable to this AGREEMENT or the prior agreements referred to in paragraph 5 of the Recitals to this AGREEMENT. 3. Indemnity: It is mutually understood and agreed, relative to the mutual indemnification of AUTHORITY and COUNTY a. That neither AUTHORITY, 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 under or in connection with any work, authority -or jurisdiction. delegated to COUNTY under the AGREEMENT.- It is also understood and agreed that, pursuant to Government Code Section 895.4, COUNTY shall fully indemnify and hold the AUTHORITY harmless from any liability imposed for injury .as defined by Government Code Section 810.8 occurring by reason of anything done or omitted to be done by COUNTY under this AGREEMENT or in connection with any work, authority, or jurisdiction delegated to COUNTY under this AGREEMENT. b. That neither COUNTY, 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 AUTHORITY under or in connection with any work, authority or jurisdiction delegated, to AUTHORITY under the AGREEMENT. It is also understood and agreed that, pursuant to Government Code Section 895.4, AUTHORITY shall fully indemnify and hold the COUNTY harmless from any liability imposed for injury as defined by Government Code Section 810.8 occurring by reason of anything done or omitted to be done by AUTHORITY under this AGREEMENT or in connection with any work, authority, or jurisdiction delegated to AUTHORITY under this AGREEMENT. C. The provisions of this section shall survive the termination of this AGREEMENT. - Cooperative Agcccmcat No.14.00.00 Bctwcca Contra Costa Traasportatioa Authority &Contra Costa County (rcvJan.17, 1991) 4 Cooperative Agreement No. 14.00.00 4. Notices: Any notice which may be required under this AGREEMENT shall be in writing, shall be effective when received, and shall be given by personal service, or by certified or registered mail , return receipt requested, to the addresses set forth below, or to such addresses which may be specified in writing to the parties hereto. J. Michael Walford Robert K. McCleary County Public Works Director Ex6cutive Director 255 Glacier Drive Contra Costa Transportation Authority Martinez, CA 94553 2702 Clayton Road, Suite 202 Concord, CA 94519 5. Additional Acts and"Documents: Each party .agrees to do all such things and take all such actions, and to make, execute and deliver such other documents and instruments, as shall be reasonably requested to carry out the provisions, intent and purpose of the AGREEMENT. 6. Intedration: This AGREEMENT represents the entire AGREEMENT of the parties with respect .to the subject matter hereof, with the exception of the Cooperative Agreements specifically cited in Paragraph 5 of the Recital Section of this AGREEMENT. No representations, warranti.es, inducements or oral agreements have been made by any of the parties except as expressly set forth herein, or in other contemporaneous written agreements. 7. Amendment: This AGREEMENT may not be changed, modified or rescinded except in writing, signed by all parties hereto, and any attempt at oral modification of this AGREEMENT shall be void and of no effect. 8. Independent Agency:L COUNTY renders its services under this AGREEMENT as an independent agency. None of the COUNTY's agents or employees shall be agents or employees of the AUTHORITY. 9. Assignment: The AGREEMENT may not be assigned, transferred, hypothecated, or pledged by any party without the express written consent of the other party. 10. Binding on Successors, Etc. : This AGREEMENT shall be binding upon the successors, assigns or transferees of the AUTHORITY or COUNTY as the case may be. This provision shall not be construed as an authorization to assign, -transfer, hypothecate or pledge this AGREEMENT other than as provided above. ' 11. Severability: Should any part of this AGREEMENT be declared unconstitutional , invalid," or beyond the authority of either party to enter into or carry out, such decision shall not affect the validity of the remainder of this AGREEMENT which shall continue in full force and effect; provided that, the remainder of this AGREEMENT can, absent the excised portion, be reasonably interpreted to give effect to the intentions of the parties. Cooperative Agreement No.14.00.00 Between Contra Costa Transportation Authority &Contra Costa County (rcvJan. 17, 1991) 5 Cooperative Agreement No. 14.00.00 CONTRA COSTA COUNTY CONTRA COSTA TRANSPORTATION AU by: . Mi Walf or Davis Director of PubItc Works - Chair ATTES by- Robe K. M e ry Executive Di ctor APPROVED as to legal form and content: Victor J. Westman, County Counsel by• St n ylor Authority Legal Cou el by: i Deputy County Counsel Cooperative Agrecmcnt No.14.00.00 Bctwcca Contra Costa Transportation Authority &Contra Costa County (rcvJan. 17,1991) Cooperative Agreement No. 14.00.00 COOPERATIVE AGREEMENT NO. 14.00.00 between the Contra Costa Transportation Authority and Contra Costa County EXHIBIT A Chronological Listing of Fund Appropriation Resolutions Project Resolution $ Funds $ Cumulative Number Number Date Appropriated Total 1401 14.01.01 12-12-89 3,000,000 3,000,000 1401 14.01.01A 06-20-90 400,000 3,400,000 - 1402 ,400,0001402 14.02.01 06-20-90 400,000 3,800,000 1401 14.01.02 09-27-90 , 900,000 4,700,000 1401 90-17 12-05-90 500,000 5,200,000 1400 90-20 12-19-90 30,000 5,230,000 Cooperativc Ag=mcnt No.14.00.00 bawcca Contra Costa Transportation Authority and Contra Costa County 1 Eidmbit A 4' Cooperative Agreement No. 14.00.Op AGREEMENT NO. 14.00.00 0. between the CONTRA COSTA TRANSPORTATION AUTHORITY and •CONTRA COSTA COUNTY EXHIBIT B Method of Payment 1. COUNTY will submit monthly invoices to the AUTHORITY which includes all costs of the project for the stated time period. 2. Attached should be: a. narrative quarterly report; b. a summary of hours by name of each public agency employee charging time to the project for the stated time period; C. all overhead charges including multiplier (if used) incurred by the public agency; d. a copy of.invoice summary (detail is unnecessary) of any work performed by a consultant or contractor. Summary should have letterhead of consultant or contractor; e. a list of all other direct costs involved. 3. Request for payment should cite the Fund Appropriation Resolution. 4. AUTHORITY will reimburse the COUNTY within ten working days after receipt by the AUTHORITY of the monthly invoice. dp:Coop\14-00-0 Agr (1206.90) 4. Cooperativc Agrccmcnt Na 14.00.00 beiaaa Contra Costa 2ransportatioa Authority and Coatra Costa County Mbit AB LETTER OF TRANSMITTAL CONTRA COSTA TRANSPORTATION AUTHORITY 1340 Treat Blvd., Suite ISO Walnut Creek, CA 94596 (41S) 938-3970 fax (415) 938-3993 To: Date: _7 ` File No.: oa oy Re: Attention: We Are _Per Your _Enclosed _By UPS/Special Delivery For Your _Action Sending Request By Mail Under Separate Cover Approval _By Fax Review/Comments _By Messenger vUse/Information QUANTITY DESCRIPTION 64, REMARKS ]�pA To: For C. C SP TATION AUTHORITY By / 7 �1 ORIGINAL COOPERATIVE AGREEMENT 14.01.02 BETWEEN CONTRA COSTA TRANSPORTATION AUTHORITY AND CONTRA COSTA COUNTY FOR FUNDING RIGHT OF WAY ACQUISITION FOR THE WIDENING AND LOWERING OF STATE ROUTE 4 AT WILLOW PASS GRADE This AGREEMENT, entered into on the 20th day of June, 1990, is between the COUNTY OF CONTRA COSTA, a political subdivision of the State of California,hereinafter referred to as "COUNTY" and the CONTRA COSTA TRANSPORTATION AUTHORITY, hereinafter referred to as "AUTHORITY". RECITALS A. The voters of the COUNTY approved Measure C, a one-half cent sales tax, in an election in November 1988. The State Route 4 widening project between Willow Pass Road in Concord and at least Railroad Avenue in Pittsburg, and the BART rail extension from Concord to North Concord and eastern Contra Costa are included in the Expenditure Plan approved by the voters. The State Route 4 widening between Willow Pass Road in Concord and Bailey Road in West Pittsburg and lowering of the Willow Pass Road portions of the projects are collectively referred to herein as the "PROJECT'. B. AUTHORITY and COUNTY do mutually desire to set forth the terms and conditions for COUNTY to acquire right of way for the PROJECT and its funding which is to be accomplished within the scope of this Agreement. C. The estimated cost for right of way acquisition for the PROJECT is two million six hundred thousand dollars ($2,600,000), which sum includes nine hundred thousand dollars ($900,000) for hardship acquisition. D. Due to cash-flow constraints at this time the AUTHORITY can only approve the hardship acquisition funding of nine hundred thousand dollars ($900,000). The additional funds will be requested prior to March 1991 at the completion of the Subsequent EIR and the appropriate amendment to this AGREEMENT will be processed. E. AUTHORITY and COUNTY contemplate entering into additional separate but related cooperative agreements for utility relocation and construction of the PROJECT. AGREEMENT NOW, THEREFORE, for and in consideration of their mutual promises and agreements, and subject to the terms, conditions, covenants and provisions hereinafter set CO-OP AGREEMENT 14.01.02 1 forth, the AUTHORITY and COUNTY do hereby agree as follows: SECTION I COUNTY AGREES: 1. To provide technical direction for and acquire right of way for PROJECT consistent with Caltrans standards and the funding provided by the AUTHORITY. 2. To provide COUNTY staff throughout the right of way acquisition process as necessary. COUNTY shall either employ staff on COUNTY payroll or hire and supervise consultants to perform right of way acquisition. Right of way acquisition includes notices to property owners, appraisals, negotiations, land rights document preparation, escrow instructions, right of way certification decision to commence condemnation action, and condemnation assistance to legal staff as well as cost of Legal Counsel. All right of way acquisition services, whether provided by COUNTY staff or by consultants retained by the COUNTY, shall be charged to the COUNTY and subject to reimbursement by the AUTHORITY only to the extent that such services are provided on a time and materials basis,without override or surcharge by the COUNTY. Staff time charges shall be the actual COUNTY base labor charge out rate, which includes fringe benefits, plus appropriate overhead, as approved by the County Auditor Controller. In addition, the AUTHORITY will reimburse necessary and reasonable direct costs incur-red by the COUNTY, its staff and consultants to carry out its obligations hereunder. The foregoing are referred to herein as "allowable PROJECT costs". 3. To enter into separate cooperative agreements with Caltrans to identify PROJECT responsibilities regarding condemnation of necessary right of way. 4. To review each month a copy of each invoice, statement or other expenditure document related to right of way acquisition, and to pay such allowable PROJECT costs directly after reasonable review. 5. After review, approval, processing for payment, and payment of such costs, to submit an invoice to AUTHORITY for reimbursement of such allowable PROJECT costs. 6. Upon the earlier of cessation of work pursuant to paragraph I of Section III below or the completion of right of way acquisition and settlement of all claims and bills, to prepare and deliver to AUTHORITY a final right of way acquisition expenditure report which includes a detailed statement of the total costs incurred. 7. To retain during the term of the Agreement and for a period of five (5) years following the earlier of its termination or completion of right of way acquisition, all books and records related to expenses for which reimbursement has been requested, and to make such records available for review and copying by the AUTHORITY and its authorized CO-OP AGREEMENT 14.01.02 2 representatives and gents, upon reasonable notice given by AUTHORITY to COUNTY during the term of this Agreement and during the period of such record retention. 8. To follow the applicable policies and procedures required by the Federal "Uniform Relocation and Real Property Acquisition Policies Act," and related applicable policies, procedures and regulations. 9. To reimburse the AUTHORITY of the actual sales price for any property acquired with Measure C funds which is subsequently determined to not be required for completion of the PROJECT ("surplus" property). SECTION II AUTHORITY AGREES: 1. Subject to the expenditure cap set forth in paragraphs 1 and 2 of Section III below, to reimburse COUNTY within 10 working days (for purposes of this Agreement, a "working day" is any Monday through Friday, excluding any holiday observed by the COUNTY or the AUTHORITY)after receipt by the AUTHORITY of the monthly invoice from COUNTY of allowable PROJECT costs. 2. Subject to completion of negotiations satisfactory to AUTHORITY, to enter into separate cooperative agreements with BART, Caltrans and the COUNTY regarding PROJECT construction funding. SECTION III IT IS MUTUALLY AGREED: 1. The AUTHORITY's obligation to reimburse right of way acquisition costs pursuant to this Agreement shall in no event exceed the sum of nine hundred thousand dollars ($900,000) unless this Agreement is amended to increase such amount. The sum of nine hundred thousand dollars ($900,000) as amended from time to,time by amendment to this Agreement is referred to herein as the "expenditure cap". If at any time it is determined that the cost of right of way acquisition agreed to be reimbursed by the Authority pursuant to this Agreement shall exceed or has exceeded the expenditure cap, the parties agree to negotiate to consider an increase in the amount which the AUTHORITY agrees to reimburse. Unless the parties agree otherwise, if the parties have not entered into an amendment within 15 working days from the date of notice from the COUNTY to the AUTHORITY that the agreed-upon expenditure cap will be or has been exceeded, the COUNTY will cease work on the PROJECT and all allowable PROJECT costs incurred to date, up to the expenditure cap, will be subject to reimbursement by the AUTHORITY. 2. Section III, Paragraph 1 notwithstanding, if through a condemnation action an CO-OP AGREEMENT 14.01.02 3 award has become final and non-appealable, which award together with all other amounts paid or payable pursuant to this Agreement to the date of such award, exceeds the expenditure cap,both parties agree that the expenditure cap shall be increased in an amount sufficient to cover such award together with any accrued and unpaid legal and other expenses related to such award to the date of such award. 3. Any amounts within an agreed upon expenditure cap not used to reimburse the COUNTY for allowable PROJECT costs shall be retained by the AUTHORITY and may be reallocated to other projects or purposes in the sole discretion of the AUTHORITY and without limitation under this Agreement. 4. All work product produced by the COUNTY,its staff and consultants pursuant to this Agreement and included within allowable PROJECT costs, including but not limited to copies of appraisal reports,property acquisition files and supporting documentation shall be the property of the AUTHORITY and, if requested, shall be delivered to the AUTHORITY upon completion of the PROJECT or earlier termination of this Agreement. 5. It is the intention of each of the parties hereto to indemnify and hold harmless the other party and to provide for insurance against certain liabilities and damages in accordance with and subject to applicable law. Accordingly: (a) Neither COUNTY, nor any officer or employee thereof, shall be responsible for any damages or liability occurring by reason of anything done or omitted to be done by AUTHORITY under this Agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4,AUTHORITY shall fully indemnify and hold COUNTY harmless from any liability imposed for injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by AUTHORITY pursuant to this Agreement. (b) Neither AUTHORITY nor any officer or employee thereof shall be responsible for any damages or liability occurring by reason of anything done or omitted to be done by COUNTY under this Agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4, COUNTY shall fully indemnify and hold AUTHORITY harmless from any liability imposed for injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by COUNTY pursuant to this Agreement. (c) COUNTY,through separate agreements with consultants,shall require each consultant awarded a contract pursuant hereto, to secure and maintain, in full force and effect at all times during the duration of the contract, comprehensive general liability insurance, including blanket contractual (or contractual liability) coverage, broad form property CO-OP AGREEMENT 14.01.02 4 damage coverage, and coverage for owned and non-owned automobiles, in forms and limits of liability satisfactory to AUTHORITY and COUNTY, naming AUTHORITY and COUNTY and their respective officers and employees as additional insured, from and against all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence. The aforementioned policies shall contain a provision that the insurance afforded thereby to the AUTHORITY and COUNTY and their respective officer and employees, shall be primary insurance to the full limits of liability of the policy, and that if AUTHORITY or COUNTY or their respective officers and employees have' other insurance against a loss covered by such policy, such other insurance shall be excess insurance only. (d) COUNTY, through separate agreements with consultants,shall require each consultant awarded a contract pursuant hereto, to defend, indemnify, save and hold harmless AUTHORITY, COUNTY, their boards, officers and employees from any and all claims, costs and liability for any damages, injury or death arising directly or indirectly or indirectly from, or connected with, the consultant's services and due to, or claimed or alleged to be due to, negligence or willful misconduct of the consultant, its employees, subcontractors, or any person under its direction or control, save and except claims or litigation arising through the sole negligence or sole willful misconduct of AUTHORITY or COUNTY, and to make good to and reimburse AUTHORITY and COUNTY for any expenditures, including reasonable attorney's fees, AUTHORITY or COUNTY may make by reason of such matters, and if requested by AUTHORITY or COUNTY, to defend any such suits at the sole cost and expense of the consultant. Nothing in this paragraph or this Agreement is intended, nor shall it have the effect of altering the standard of care due third parties by either party. 6. This agreement may be modified or amended only upon the consent of both parties in writing. Neither party shall unreasonably withhold its consent to the implementation and accomplishment of the overall purposes for which this Agreement has been made,provided that, the preceding notwithstanding, the AUTHORITY shall have the right to withhold its consent to an amendment to the Agreement to alter the expenditure cap for any reason except as provided otherwise in paragraph 2 of this Section III. 7. This Agreement shall expire upon completing of the report of final costs the CO-OP AGREEMENT 14.01.02 5 delivery of any work product requested by the Authority pursuant to Section III, paragraph 4, and the payment of funds between the AUTHORITY and COUNTY provided that, indemnity and insurance provisions contained in Section III, Paragraph S shall survive expiration of this agreements. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the date and year set forth above. COUNTY OF CONTRA COSTA CONTRA COSTA TRANSPORTATIO A Q,RITY By: /�- Chair, Board o upervisors Tayl r Davis, Chairperson ATTEST: ATTEST: Phil Batchelor, By: Clerk of the Board of Supervisors Robert C. McCle ry, and County Administrator Executive Director By: datalo Deputy Recommended for Approval J. Michael Walford Public Works Director By: Form Approved: Form Approved: Victor J. Westman, County Counsel By: By: Deputy Authority Coun el RVF:eh a=tamagn (6/90) dpCO-OP:14-01.02 CO-OP AGREEMENT 14.01.02 6 TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: July 31, 1990 SUBJECT: Approve Cooperative Agreement With Contra Costa Transportation Authority To Fund Right Of Way Acquisition For State Route 4 Willow Pass Grade Widening And Lowering Project No.:4660-6X4107. SPECIFIC REQUEST(S) OR RECOMMENDATIONS) &BACKGROUND AND JUSTIFICATION 1. Recommended Action: Approve and Authorize the Chair to execute the Cooperative Agreement with Contra Costa Transportation Authority (CCTA) to fund Right of Way Acquisition for the State Route 4 Willow. Pass Grade Widening and Lowering Project. 11. Financiallmpact: There will be no impact.to the County General Fund. The estimated cost for the Hardship acquisition is estimated to be $900,000. The funds will come from CCTA as part of Measure C project allocations. III. Reasons for Recommendations and Background: Right of way acquisition for this project is scheduled to commence by April 1991, after certifica- tion of the Subsequent EIR. Mr. Charlie Walker's property and house will be acquired inorder to construct the new interchange at Willow Pass Road east. On May 25, 1990, Mr. Walker requested by letter that the County acquire his property under the hardship acquisition provisions of the Advance Acquisition, Chapter 460 of the State of California, Department of Transportation, Right of Way Procedures Handbook, Volume 4A. The County, Caltrans and CCTA have agreed to the advanced acquisition. The County on behalf of CCTA has also applied to Caltrans and FHWA for reimbursement of the right of way funds as part of the Federal Highway Demonstration Project identified in the Federal Highway Act of 1987. Continued on Attachment: X SIGNATURE: /-7 Cooperative Agreement With Contra Costa Transportation Authority. July 31, 1990 Page 2 111. Reasons for Recommendations and Background (cont.): . ORIGINAL Cooperative Agreement No. 21.00.02 COOPERATIVE AGREEMENT BETWEEN THE CONTRA COSTA TRANSPORTATION AUTHORITY AND SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT THIS AGREEMENT is made and entered into effective this 20 day of May. 1992, by and between the SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT hereinafter referred to as "BART" and the CONTRA COSTA TRANSPORTATION AUTHORITY hereinafter referred to as 'AUTHORITY". ' RECITALS A. AUTHORITY and BART, pursuant to the Contra Costa Transportation Improvement and Growth Management Program adopted on August 3, 1988 and approved by the voters of Contra Costa County in November 1988 as Measure C, hereby enter into a Cooperative AGRMMENT for transportation improvements in east Contra Costa County. B. BART desires transportation improvements consisting of BART rail extension from the existing Concord Station to the vicinity of Bailey Road/West Pittsburg in Eastern Contra Costa County, known as the Phase I Extension, and•from there east toward and to Avenue/East Antioch, ]mown as the Phase II Extension. Phase I is hereinafter referred to as the "PROJEC"T". The PROJECT and Phase II Extension are eligible under the terms of the Expenditure Plan of the Transportation Improvement and Growth Management Program. C. AUTHORITY is committed to make available Measure C revenues, and BART is committed to supplement Measure C funds with revenues from other sources, all as set forth below. Cooperative Agreement No. 21.00.02 PageIof17 5-18-92 E: 3 y • 1 i SECTION I - PRINCIPLES OF AGREEMENT IT IS MUTUALLY AGREED: 1. PRINCIPLE #1: AUTHORITY will commit $178 million (1988 dollars) for East County Rail(BART) Extension expenditures over the life of Measure C, between now and 2009. By way of clarification, "now" refers to the operative date of the Measure C ordinance: April 1989. All obligations of AUTHORITY under the terms of this AGREEMENT are expressly subject to the AUTHORITY's continued authorization to collect and expend the sales tax proceeds provided by MEASURE C. If for any reason the AUTHORTTY's right to collect or expend such sales tax proceeds is terminated or suspended in whole or part, the AUTHORITY shall promptly notify BART, and the parties shall consult on a course of action. If, after twenty five(25)working days, a course of action is not agreed upon by the parties, this AGREEMENT shall be deemed terminated by mutual or joint consent; provided, that any further obligation to fund from the date of the notice shall be expressly limited by and subject to () the lawful ability of the AUTHORITY to expend sales tax proceeds for the purposes of the AGREEMENT; and (ii) the availability, taldng into consideration all the obligations of the AUTHORITY under all outstanding contracts, agreements or other obligations of the AUTHORITY, of funds for such purposes. 2. PRINCIPLE#2:BART and AUTHORITY acknowledge that should all of the funding sources envisaged in MTC Resolution 1876 materialize (New Rail Starts and Extensions), not all of this amount will be necessary to complete the Phase I Extension to Bailey Road. (Assuming the current budget estimate of$506 million, plus approximately $5 million in debt service (escalated).does not change.) The balance will be available to help construct the Phase H Extension further into East County to Hillcrest. ;By way of clarification, "available" means "will be committed as provided in Principle #1". As of the effective date of this AGREEMENT, BART's estimate of its debt service is approximately $24 million, not the $5 million cited above. 3. PRINCIPLE #3: AUTHORITY may set aside up to 1 1/2 percent of this amount to cover overall Measure C program management. By way of clarification, program management costs consist only of the portion of the salaries and benefits of AUTHORI'TY'S Executive Director and staff and salaries and overhead Cooperative Agreement No. 21.00.02 Page 2 of 17 5-18-92 of program management consultants engaged by AUTHORITY which is directly related to work regarding the PROJECT, and a prorata share of program management costs charged by AUTHORITY—adopted policy to all project funding categories by AUTHORITY. At BART's request, AITTHORTTY shall promptly provide BART with reasonably detailed information regarding such costs as estimated and as actually incuured. The costs, up to the$2.67 million (1988 dollars) maximum (1 1/2 percent of$178 million), will be deducted from the balance of the $178 million commitment and not from the CCTA PROJECT FUNDS as defined in paragraph 5. 4. PRINCIPLE #4: Near term financial commitments will be made consistent with AUTHORITY'S Strategic Pian, as adopted or amended. By way of clarification, it is AUTHORITY'S intent to update the Strategic Plan on a biennial basis to maintain a 7-8 year programming "window". At the time of such updates the AUTHORITY will consider appropriate programming amounts for the PROJECT for the additional two years that will be added into the Plan at that time. AUTHORITY will consult with BART as to the appropriate funding amounts that could be added into the Plan. BART understands that prompt response to AUTHORITY-requested information is vital to receiving favorable consideration. 5.. PRINCIPLE#5: The 1991 Strategic Plan commits Authority to provide$120 million (1988 $) for BART expenditures through Fiscal Year 1997, on a cash basis as follows: Year Millions Fiscal Year 1991: '$ 4.500 Fiscal Year 1992: 46.108 Fiscal Year 1993: 49.438 Fiscal Year 1994: 16.499 Fiscal Year 1995: 3.455 Total• $120.000 Should any funds remain at the close of a particular Fiscal Year, such funds will be "rolled over" to the following Fiscal Year. By way of clarification, when disbursements of Measure C funds are made to BART under this AGREEMENT for the PROJECT, they shall be adjusted to their 1988 dollar equivalent in the following manner. promptly after the June 30 end of each Fiscal Year the total Cooperative Agreement No. 21.00.02 . Page 3 of 17 5-18-92 M disbursements received by BART for eligible tasks completed during that year shall be multiplied by an adjustment factor determined by dividing 117.8 (i.e., the average CPI INDEX for Fiscal Year 1988,ending June 30, 1988)by the average CPI INDEX for that year. AUTHORITY will make such calculations and provide them to BART. If the CPI INDEX is revised or discontinued, the parties shall convert to the revised index or adopt the successor index in accordance with guidelines therefore issued by the federal government. As used herein, CPI INDEX means the Consumer Price Index for All Urban Consumers for the. San Francisco/Oakland/San Jose Metropolitan Area, All Items, 1982=84 Equals 100, published by the United States Department of Labor, Bureau of Labor Statistics. [For example, if BART receives disbursements of$8.3 million for tasks completed in Fiscal Year 1990 and the average CPI INDEX for that year is 128.7, dividing 117.8 by 128.7 yields an adjustment factor of 0.92 (based on the fust two decimal places of 0.9153069, with rounding) which, when multiplied by $8.3 million, yields $7,636,000.] At the conclusion of the PROJECT, the total disbursements made by AUTHORITY, adjusted to their 1988 dollar equivalents in the manner described above, will be deducted from the AUTHORITY's overall commitment of$178 million to the East County Rail Extension. The balance, less AUTHORITY's program management costs, will be committed as provided in Principle #1 for Phase II. This specific AGREEMENT details an initial amount of $120 million (1988 dollars) hereinafter "CCTA PROJECT FUNDS", for the PROJECT. CCTA PROJECT FUNDS may be increased by an amendment to this AGREEMENT, but will not be decreased by finance costs resulting from AUTHORITY'S issue of bonds. As of the effective date of this AGREEMENT, it is the AUTHORITY'S intent to absorb the financing costs resulting from the issue of revenue bonds by utilizing a portion of its un-allocated contingency reserve. However, should the Measure C sales tax receipts be less than the official forecast prepared by Deloitte Touche, as described in Table 5.1 of the Strategic Plan, the contingency reserve would be less than originally projected, therefore the AUTHORITY reserves the right to charge a portion of BART's share of financing costs, (not to exceed $15 million in 1988 dollars), against the remaining$58 million balance of the$178 million commitment. The parties recognize that the AUTHORITY's decision to issue long term debt through a bond issue was predicated in part upon BART's assurances that the timetable incorporated in the Strategic Plan was reasonable. However, future circumstances may result in BART being unable to expend all of the CCTA PROJECT FUNDS consistent with the time frames implied in this paragraph. In such circumstances, the AUTHORITY will use its best efforts to program and expend, on a time frame consistent with that envisaged in this paragraph, a portion of the funds derived from the AUTHORITY's bond issue and programmed for the PROJECT, on other eligible Measure C project(s). To the degree that the AUTHORITY is successful in achieving this objective, it will reduce BART's potential liability for its share of the financing costs of the bond issue accordingly. Cooperative Agreement No. 21.00.02 Page 4 of 17 5-18-92 .y OCTA PROJECT FUNDS are the minimum commitment of AUTHORITY for the PROJECT and shall not be decreased by amendment of the Strategic Plan or otherwise except as provided in paragraphs 111 13 and 17 hereof. As noted in Principle #4, the AUTHORITY and BART may _mutually agree to adjust annual programmed amounts in the Strategic Plan amendments. These amendments will not reduce the CCTA PROJECT FUNDS commitment for Phase I. Disbursements of Measure C funds made to BART under this paragraph shall be adjusted to their 1988 dollar equivalent in the manner set forth above, and then deducted from the CCTA PROJECT FUNDS . If the Fiscal Year amount for a given year were projected to be exceeded, BART may request an increase in such amount pursuant to paragraph 6,hereof. Should the AUTHORITY disburse funds in a particular fiscal year that exceed the programmed amount, then the excess shall reduce the fiscal year amount for the following fiscal year. [For example, if disbursements to BART exceed the $49.438 million for Fiscal Year 1993 by $2 million (1988 dollars), the excess shall reduce the $16.499 for Fiscal Year 1994 to $14.499 million.] The $4.5 million for now-ended Fiscal Year 1991 will be reduced by the-1988 dollar equivalent of the funds which AUTHORITY disbursed to BART for tasks completed during that Fiscal Year under the January 16, 1991 Final Design Agreement. The balance of the $4.5 million is added to the$46.108 million for Fiscal Year 1992. The Fiscal Year 1992 amount will be reduced by the disbursements for final design made by the AUTHORITY from July 1, 1991 through the effective date of this AGREEMENT. 6. PRINCIPLE #6: In accordance with Principle #1, should financial circumstances result in the West Pittsburg Extension requiring supplemental funds in excess of the amounts committed in the then-current Strategic Plan, or on a different time frame, AUTHORITY will amend the Strategic Plan. The amendment will take into account AUTHORITY'S overall project funding needs. In this amendment, both BART and AUTHORITY will examine the overall funding needs in light of the amounts programmed In the Strategic Plan, .Principles 1, 14 and 17, and take appropriate steps to minimize adverse financial implications for the projects. By way of clarification, any such amendment shall be mutually agreeable to the AUTHORITY and BART. 7. PRINCIPLE#7:Of this total,AUTHORITY will directly fund BART's share of the Route 4, Willow Pass Grade Lowering and Bailey Road Interchange projects, including BART civil structures that are part of the Caltrans contract, through AUTHORITY funding of design, right of way, utility relocation, etc. and a joint cooperative agreement for construction between Caltrans, AUTHORITY, and BART. BART's share of those costs will be mutually agreed upon and covered in a separate Cooperative Agreement No. 21.00.02 Page 5 of 17 5-18-92 - agreement between AUTHORITY and BART. (Note: The parties prefer that BART's share of the highway projects be funded directly by AUTHORITY. However, should the Measure C funds be necessary to show as. a match for Proposition 108, 116 or TCI funds, AUTHORITY will, for accounting purposes, pass the BART share of the highway project "through" BART.] By way of clarification, rather than the separate agreements envisaged in the above principle, these will be two separate joint cooperative agreements for construction and two separate cost sharing attachments to this agreement, one set for Willow Pass, (Attachment #1, which is incorporated herein by this reference as though set forth at length), and one set for Bailey Road, (Attachment#2 which is to be incorporated by reference as though set forth in full, which incorporation shall not constitute an amendment to this AGREEMENT). If BART's share of 911 such costs exceeds the $52.5 million (1988 dollars) now contemplated in the Strategic Plan, AUTHORITY will increase the CCTA PROJECT FUNDS committed to BART under paragraph 5 hereof by such excess in the fiscal year(s) that the funds are needed. As of the effective date of this AGREEMENT, the Strategic Plan assumes that of the CCTA PROJECT FUNDS, BART's share of the Willow Pass Grade and Bailey Road interchanges is estimated at (in 1988 dollars) $26.536 million and $25.915 million respectively. Disbursement of Measure C funds by the AUTHORITY for BART's share of the two highway projects cited above will cause the availability of the Fiscal Year programmed amounts cited in paragraph 5 to be depleted. Depletion of the programmed amounts will be consistent with the two Cost Sharing Attachments to this Agreement. Upon execution of each Cost Sharing Attachment, the AUTHORITY may deduct, from the then current fiscal year programmed amount,BART's share of the highway environmental,right-of--way utility relocation, and design costs expended to date. 8. PRINCIPLE#8:Subsumed within the overall commitment is the$14.4 million (escalated dollars) already committed by previous cooperative agreement for partial design of the Extension. By way of clarification, the January 16, 1991 Final Design Agreement is hereby subsumed within this AGREEME ', and the funds disbursed thereunder, as referred to in paragraph 5 hereof, shall be treated as if disbursed under this AGREEMENT. Cooperative Agreement No. 21.00.02 Page 6 of 17 5-18-92 i I 9. PRINCIPLE #9: The remaining funds available, after subtracting the$14.4 million (escalated dollars) above for final design, and the BART share of Willow Pass Grade and Bailey Road Interchange projects, together with an additional$35.5 million in Proposition 116 funds,are available for vehicles, right of way acquisition, utility relocation, systems procurement, and construction, preferably in the North Concord Extension area. The following project components are eligible for reimbursement: Component Estimated Prop 108. 116 & Measure C Right of Way Acquisition $50M Train Control 30M Traction Power and Trackwork 24M Line Section from Concord to 50M North Concord Tail Track from North Concord TOM Station to Route 4 North Concord Station 21M 185M ' AUTHORITY recognizes that proposed application ofMeasure C funds may change, however BART must demonstrate compliance with the above uses of funds, and seek an amendment to this AGREEMENT if additional components are to be funded with Measure C. By way of clarification, as noted in paragraphs 5 and 8 hereof the amount deducted as a result of the now subsumed final design agreement is that set forth in paragraph 5, not$14.4 million. The Measure C funds referred to in this paragraph are also available for, and the listed eligible PROJECT components also include $12 million for vehicles and $b million for the Concord yard south leads, utility relocation of $1 million, and $18 million for'engineering. Following a written request from General Manager of BART, the Executive Director of the AUTHORITY may permit shifts in Measure C funds from one of the eligible PROJECT components to another, providing that the Measure C funds assigned to any of the above cited PROJECT components do not exceed the amounts specified above by more than 10%, if the overall amounts fit within the plan referred to in paragraph 22a hereof. The eligible components relate only to the PROJECT. Inclusion of additional eligible PROJECT components would require an amendment to this AGR] 1viENT].E . Expenditure of Measure C funds on the Phase 11 Extension will be the subject of an amendment to this AGREEMENT. BART will establish an internal accounting report to keep track of the disbursement of the various fund categories detailed in paragraph 12 to cover expenditures for each major PROJECT element (preliminary engineering, final design, systems & standards, right-of-way, Cooperative Agreement No. 21.00.02 Page 7 of 17 5-18-92 etc.) since July 1, 1990. BART will prepare a monthly report which compares actual expenditures against the commitments identified in paragraph #12. In order to expedite the development of Standards and Systems, BART may initially charge a disproportionate share to fund sources earmarked for the PROJECT. However, whenever an extension enters final design, the new extension will immediately be charged its share of the Standards and Systems costs incurred to date and a corresponding amount will be credited against the specific fund sources earmarked for the PAX extension that actually financed the Standards and Systems. The procedures set forth in Exhibit E will apply to the degree that BART requests AUTHORITY to finance final design of Systems and Standards. AUTHORITY will pay only for its proportionate share assuming that other BART extensions included in MTC's Resolution 1876 benefit from the Systems and Standards. 10. PRINCIPLE #10: Expenditures by BART shall be on a reimbursable_ basis, with invoices tied to specific expenditures with AUTHORITY possibly providing a one- month advance if appropriate for construction, and depositing directly into escrow where appropriate for right of way acquisition. By way of clarification,the procedure for AUTHORITY disbursement of funds to BART is detailed in paragraphs 25(a)and 26 of this AGREEMENT. With respect to funding right-of- way, the AUTHORITY's bond indenture will prevent deposit of bond proceeds into an escrow account, unless any interest earned on the escrow account is restricted so that it cannot exceed the yield on the AUTHORITY's bonds. To the extent that AUTHORITY, pursuant to a request from BART, funds right-of-way escrows, BART specifically agrees to comply with such restrictions on investment yield. 11. PRINCIPLE#11:AUTHORITY and BART endorse the underlying financial assumptions and principles embodied in 111TC Resolution 1876 (New Rail Starts and Extensions Program) as amended on February 27, 1991, as it applies to Contra Costa County. By way of clarification, should additional funds from other sources become available, or should the already-included fund sources increase, in accordance with footnote 11 of Table 1 of attachment A to MTC Resolution 1876, amended 2127191, the CCTA PROJECT FUNDS Programmed for the PROJECT will decrease with the balance committed as provided in Principle#1 to the Phase II Extension. Principle (paragraph) 13 of this AGREEMENT is also relevant to this understanding. Cooperative Agreement No. 21.00.02 Page 8 of 17 5-18-92 12. PRINCIPLE #12: Assuming that all of the revenue sources that Resolution 1876 envisaged become available, over the life of the Measure C program the range in project costs to reach Bailey Road will be: Phase I to Bailey Road Ranze of funding (Escalated $ millions) AUTHORITY Estimate based on BART's MTC Proposition 116 Fund Source Resolution 1876 application BART Funds 45.8 40.0 San Mateo (Buy-in& "wash") 97.0 97.0 State TCI "Wash" 37.2 42.7 Tolls 49.8 49.8 TCUART XIX 62.5 57.1 _ Prop 108 35.0 35.0 Prop 116(a) 35.5 35.5 Measure C 189.5 153.6 Total(b) 552.3 510.7 Range for Measure C: $154 to $190 million. (a)Resolution 1876 assumes that the full$37 million in Proposition 116 funds would be earmarked for the Phase I Extension to Bailey Road. AUTHORITY has committed$35.5 million. (b) The total project costs both assume $5 million in debt service. By way of clarification, the figures used in this paragraph are all estimates. It is anticipated that$70 million of the$97 million shown above as possibly coming from San Mateo will be received after the PROJECT is completed, a fact which the report contemplated by paragraph 22(a)hereof shall be allowed to accommodate, such as via a BART commercial paper program float The parties acknowledge that the$510.7 million estimate includes, (as BART's share of the Willow Pass Grade Lowering and Bailey Road Interchange projects), substantially less costs than currently estimated for completion of the two projects. 13. PRINCIPLE#13:Should the project costs for the Phase I Extension to Bailey Road exceed those anticipated in Resolution 1876, Measure C would be an appropriate funding source up to a maximum available of$178M(1988$). Should the project costs be less than those anticipated in Resolution 1876,Measure C contribution to reach Bailey Road Cooperative Agreement No. 21.00.02 Page 9 of 17 5-18-92 would be adjusted downward to reflect the lesser cost. The balance of Measure C funds are deserved for the Phase H Extension beyond Bailey Road. By way of clarification, "reserved" means "will be committed as provided in Principle 14. PRINCIPLE #14: Because of cash flow constraints, AUTHORr1*T is willing to make an early up front financial commitment disproportionate to its overall share. However as BART accesses the other sources of funds,specifically the San Mateo "buy in" funds,the SFO "wash",and TCI,AUTHORITY'S proportionate share will be reduced such that,at the completion of the Extension to Bailey Road, AUTHORITY'S expenditure share would not exceed the range depicted in Principle #12 (above). 15. PRINCIPLE#15: BART acknowledges that all Measure C funds committed by AUTHORITY and all of the funds committed under Resolution 1876 from other sources for Contra Costa, shall be used for Contra Costa County, specifically on the Fast County Rail Extension. By way of clarification, this AGREEMENT only concerns the use of Measure C funds from the East County Rail Extension project category. It does not, for example, concern funding from the BART Parldng project category. 16. PRINCIPLE#16:BART will actively seek commitment and programming of each of the funding sources included in MTC Resolution 1876,as it applies to Contra Costa County, and SB1715 (Boatwright) for the East County rail Extension. Funding sources include (1) BART Reserves, (2) San Mateo "buy`in", (3) State TC11ART XIX funds, including those "washed" through the San Francisco Airport Extension, (4) Bridge Tolls, (5)Proposition 108 rail funds. The range of the escalated funds is depicted in Principle#12 (above). By way of clarification,BART will exercise due diligence to ensure that it complies with current and future statutes and regulafrons pertaining to the several fund sources envisaged for the east Contra Costa extension. It will further exercise due diligence in applying for and drawing down such funds. 17. PRINCIPLE#17:Should a major change in the overall financial plan implicit in Resolution 1876 occur, then AUTHORITY and BART will jointly determine the phasing and timing of the East County BART rail Extension. Cooperative Agreement No. 21.00.02 Page 10 of 17 5-18-92 18. PRINCIPLE #18: BART's debt service for its "commercial paper" program will qualify as an eligible BART project expenditure for the purposes of the above funding table. By way of clarification, since AUTHORITY intends to reimburse BART with bond proceeds, it will be unable to reimburse for BART'S debt service on its "commercial paper program." However, AUTHORITY is supportive of BART'S intent to issue short term-debt. If AUTHORITY reimburses BART with bond proceeds, it will not reimburse BART's debt service on its commercial paper program because to do so would yield adverse tax consequences. Anything to the contrary in the foregoing notwithstanding, the AUTHORITY shall have the right to fund its obligations hereunder with bond proceeds, sales tax proceeds, or otherwise, provided that the use of sales tax proceeds for the payment of any obligation hereunder shall not obligate the AUTHORITY to use sales tax proceeds for any other purpose. 19. PRINCIPLE #19: The Proposition 116 funds will require a joint BART/Authority application to the CTC, for project specific costs to be covered. - By way of clarification, the joint application was submitted to the CTC on July 25, 1991.. The AUTHORITY approved BART as the designated recipient of$35.5 million in Proposition 116 funds on March 182 1992. 20. PRINCIPLE #20: AUTHORITY and BART will.continue to work with the CTC to ensure that the full amount of Proposition 108 and 116 bonds, approved by the voters, are issued by the state. 21. PRINCIPLE 021: BART shall apply for State/Local Partnership funds when eligible. By way of clarification, the State Local Partnership funds are those provided by Streets and Highways Code Section 2600. BART will apply on an annual basis for Partnership funds and provide a copy of all such applications to AUTHORITY. To the extent that BART receives Partnership funds for the PROJECT, they will be credited to the PROJECT, in such a manner that the overall commitment of non-Measure C funds identified in paragraph #12 is not diminished. The funds will be credited to a BART capital account specific to the PROJECT. These funds will be expended as quicldy as possible on the PROJECT so as to delay charges to CCTA PROJECT FUNDS under this AGREEMENT as long as possible. BART will include the capital Cooperative Agreement No. 21.00.02 Page 11 of 17 5-18-92 account status in the CPR 200 (Capital Program Report) and the BART Capital Extensions Program Financial Status Report required under Exhibit B of this AGREEMENT. 22. PRINCIPLE #22: BART will prepare and submit the following reports: a) BART will prepare and update on a quarterly basis an overall financial plan for the Phase I Extension. to Bailey Road indicating escalated costs and sources of funds. b) BART will prepare and update on a quarterly basis a funding matrix for upcoming construction contracts,right-of-way acquisition and procurements. The funding matrix will depict, by.month, the expected drawdown of each fund source. c) BART will prepare and update on a quarterly basis a drawdown of proposed Measure C disbursements by month in accordance with attached_ EX_AIBIT A. The Executive Director will review and comment on these submittals. By way of clarification, such reports will be prepared and forwarded to AUTHORITY at the beginning of each calendar quarter, and will also include the disbursement report cited in paragraph 9 of this AGREEMENT. BART will also submit, along with the reports cited in this paragraph, the latest master schedule for the PROJECT showing the current status. 23. PRINCIPLE#23:BART staff will meet on a regular basis, or upon request, to review AUTHORITY staff comments on the overall progress, design and fupding of the Extension. BART will respond to AUTHORITY staff comments. 24. PRINCIPLE#24: FVnds from sale of surplus R-O-W shall be reimbursed to AUTHORITY or successor agency in the same proportion as they were used for the pia By way of clarification, if any Measure C funds are used for right-of--way acquisition, BART will:- a) follow the requirements of state law and the federal Uniform Relocation and Real Property Acquisition Act as applicable. Cooperative Agreement No. 21.00.02 Page 12 of 17 5-18-92 b) transfer net proceeds, after deducting reasonable costs of sale, to AUTHORITY resulting from the sale of excess lands purchased in whole or in part with Measure C funds, in the same proportion to the net proceeds as the original contribution of Measure C funds was to the purchase of the original parcel. SECTION H-GENERAL BART AGREES: 25.(a) Invoices. reports. To provide monthly invoices and progress reports consistent with Exhibit B including the summary of expenditures to date. 25.(b) Management. To provide management of consultant and contractor activities including evaluation of proposals/bids, award of contracts, and to assume responsibility for schedule, budget, and oversight of the services. 25.(c) OCTA construction sign. If any Measure C funds are to be used for construction, to install a sign that identifies Measure C and AUTHORITY as a funding source, consistent with Exhibit C to this AGRE:EbEENT, no later than 30 days after commencement of the construction. The rail extension to North Concord and Eastern Contra Costa County represents the largest single line item in the Measure C Expenditure Plan. In order to ensure that taxpayers are made aware that the BART extension projects are being made possible by substantial contribution of Measure C funds, BART agrees to the following: If commemorative plaques are installed at the North Concord and/or Bailey Road BART stations, they shall include an acknowledgement that the extension was funded in part by Contra Costa one-half percent sales taxes from Measure C, and the Authority's logo and name shall also be displayed on the plaques(s). The AUTHORITY's name and logo and mention of Measure C shall be included in those. written materials intended for public and press use (mcluding posters, invitations, brochures, press packets, etc.) produced in connection with public relations events, groundbreaking ceremonies and press conferences, specific to the PROJECT. BART shall consult with the AUTHORITY staff, provide advance notification and invite representation of one or more of its members and/or staff persons, with respect to all public relations events, ceremonies and scheduled press conferences and public briefings pertaining to BART projects funded in whole or in part by the AUTHORITY. Cooperative Agreement No. 21.00.02 Page 13 of 17 5-18-92 25.(d) (_'.onsultant contracts. Upon request, to provide copies to AUTHORITY of all executed contracts between BART and consultants, contractors or vendors involved in the PROJECT. 25.(e) R=nsibility. In recognition of the commitment of the initial $120 million in Measure C funds, to assume responsibility for securing financing, designing and constructing the PROJECT. 25.(f) Records: To retain during the term of this AGREEMENT and for a period of three (3) years following the later of the last disbursement by AUTHORITY pursuant to this AGREEMENT or completion of the PROJECT funded under this AGREEMENT, all books and records related to expenses for which reimbursement has been requested, and to make such records available for review, audit and copying by AUTHORITY and its authorized representatives and agents, upon reasonable notice given by AUTHORITY to BART and at reasonable times and places during the term of this AGREEMENT and during the period of such record retention. AUTHOR= AGREES: 26. Reimbursement: To reimburse BART consistent with the procedures detailed in Exhibit D (Method of Payment). 27. Audit: To provide timely notice if an audit is to be performed pursuant to paragraph 25 (f) hereof. 28. Policies: AUTHORITY'S policies do not apply to the scope, schedule,budget or other aspects of the PROJECT. IT IS MUTUALLY AGREED: 29. Term: This AGREEMENT shall remain in effect until discharged as provided in paragraph 30 of this AGREEMENT. 30. Disch e: This AGREEMENT shall be subject to discharge as follows: a)This AGREEMENT may be terminated for material breach of any obligation,covenant or condition hereof, upon notice to the breaching party. The breaching party shall have 30 days from the date of the notice to initiate steps to cure; however, if steps to cure are not initiated within 30 days then the contract will be terminated. If the breaching party diligently pursues cure, such party shall be allowed a reasonable time to cure, not to exceed 90 days from the date Cooperative Agreement No. 21.00.02 Page 14 of 17 5-18-92 of the initial notice. If the breach is cured within the cure period, the AGREEMENT shall not terminate. During the cure period the parties shall meet to attempt to resolve.the dispute, without termination of the AGREEMENT. Termination shall not affect such rights, if any, as the parties may have under the Contra Costa Transportation Improvement and Growth Management Program. b)By mutual consent of both parties, this AGREEMENT may be terminated at any time. 31. Indemnity: It is mutually understood and agreed, relative to the mutual indemnification of AUTHORITY and BART: a) That neither AUTHORITY, 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 BART under or in connection with any work, authority or jurisdiction delegated to BART under this AGREEMENT. It is also understood and agreed that,pursuant to Government Code Section 895.4, BART shall fully indemnify and hold AUTHORITY harmless from any liability imposed for injury as defined by Government Code Section 810.8 occurring by reason of anything done or omitted to be done by BART under this AGREEMENT or iri connection with any work, authority, or jurisdiction delegated to BART under this AGREEMENT. b) That neither BART 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 AUTHORITY under or in connection with any work, authority or jurisdiction delegated to AUTHORITY under this AGREEMENT. It is also understood and agreed that, pursuant to Government Code Section 895.4, AUTHORITY shall fully indemnify and hold BART harmless from any liability imposed for injury as defined by Government Code Section 810.8 occurring by reason of anything done or.omitted to be done by AUTHORITY under this AGREEMENT or in connection with any work, authority, or jurisdiction delegated to AUTHORITY under this AGREEMENT. 32. Notices: Any notice which may be required under this AGREEMENT shall be in writing, shall be effective when received, and shall be given by personal service, or by certified or registered mail,return receipt requested, to the addresses set forth below, or to such addresses which may be specified in writing to the parties hereto. Frank J. Wilson Robert K. McCleary General Manager Executive Director Bay Area Rapid Transit District Contra Costa Transportation 800 Madison Street Authority P.O Box 12688 1340 Treat Blvd., Suite 150 Oakland, CA 94604-2688 Walnut Creek, CA 94596 Cooperative Agreement No. 21.00.02 Page 15 of 17 5-18-92 33. Additional Acts and Documents: Each party agrees to do all such things and take all such actions, and to make, execute and deliver such other documents and instruments, as shall be reasonably requested to carry out the provisions, intent and purpose of this AGREEMENT. 34. Integration: This AGREEMENT represents the enure agreement of the parties with respect to the matters covered hereby. No representations, warranties, inducements or oral agreements have been made by any of the parties except as expressly set forth herein, or in other contemporaneous written agreements. 35. Amendment: This AGREEMENT may not be changed, modified or rescinded except in writing, signed by all parties hereto, and any attempt at oral modification of this AGREEMENT shall be void and of no effect. 36. Independent Agency: BART renders its services under this AGREEMENT as an independent agency. None of the BART agents or employees shall be agents or employees of AUTHORITY. 37. Assignment: This AGREEMENT may not be assigned,transferred,hypothecated, or pledged by any party without the express written consent of the other party. The foregoing notwithstanding, BART may assign, pledge, hypothecate or otherwise encumber, as security for a commercial paper program or other form of borrowing, amounts receivable by BART under this AGREEMENT m reimbursement for expenditures made by BART for PROJECT purposes. AUTHORITY will comply with reasonable requests with regard to perfecting such security. If any such borrowing requires further assurances regarding the availability of funds to meet AUTHORITY's obligations under this AGREEMENT or otherwise, AUTHORITY will cooperate therewith if the assurances are consistent with the Indenture for AUTHORITY's bonded indebtedness, and tax and other applicable laws. In the event that any rebate liabilities arise because of any investment made by BART of money received from AUTHORITY, BART agrees to reimburse AUTHORITY for any rebate liabilities. 38. Binding_on Successors. Etc.: This AGREEMENT shall be binding upon the successors, assigns and transferees of AUTHORITY or BART as the case may be. This provision shall not be construed as an authorization to assign, transfer, hypothecate or pledge this AGREEMENT other than as provided above. 39. everabilitx: Should any part of this AGREEMENT be declared unconstitutional, invalid, or beyond the authority of either party to enter into or carry out, such decision shall not affect the validity of the remainder of this AGREEMENT which shall continue in full force and effect, provided that the remainder of this AGREEMENT can, absent the excised portion, be reasonably. interpreted to give effect to the intentions of the parties. Time is of the essence Cooperative Agreement No. 21.00.02 Page 16 of 17 5-18-92 under this AGREEMENT. 40. No diminution of rights. This AGREEMENT does not diminish either party's rights under applicable law. 41. Incorporation of Exhibits: The Exhibits attached hereto are incorporated in this AGREEMENT by this reference: Exhibit A Project Drawdown Schedule Exhibit B Monthly Invoice and Progress Report Exhibit C Measure C Project Sign Exhibit D Method of Payment Exhibit E Method of Payment for Final Design Costs of Systems and Standards Attachment #1 Cost Allocation for Willow Pass Grade Project Attachment#2 Cost Allocation for Bailey Road Project(yet-to-be-developed as of 5/20/92) 42. Choice of Law: This AGREEMENT shall be construed in accordance with and governed by the laws of the State of California. - 43. Valid AGREEMENT: Each party represents and warrants to the other party that it is duly organized and validly existing, that it has full power and authority to enter into and perform this AGREEMENT, that this AGREEMENT has been duly authorized, executed and delivered by.it and is legal, valid and binding on it and enforceable in accordance with its terms against it and that this AGREEMENT does not violate any agreement, law or regulation by which it is bound or require the consent of anyone else. SAN FRAM BAY AREA CONTRA COSTA RAPID ASPORTATION Z ORTTY by, r, � Frank n Gen er Chair ATTEST: ATTEST: Q.3 tr.c f Se r-r r Robert K. McV--fmq Executive Director _ APPROVED as to legal form: APPROVED as to legal form: by: by: Legal Counsel Legal CQ6nsel Cooperative Agreement No. 21.00.02 Page 17 of 17 5-18-92 s g s5 al t d� ' N c a4 a g,� ¢ 4a US oa m o � Q. � N • Sao QT q s •� S p� N P 0 V Gl � {F N i ♦ GN� -D •� V M s _ o e .i£ 7 O M ? O � J. V ..♦ p� O 09 b g a b a o ♦ei N r w 21 _ Si 17 (qpm N pOr p • p a 8 w S x o P • �`r.. o �� � � 88 8N _• ti p qty p,1 �I N w� (!ry�� ^pyo' �O O��O••+�}O �` �y (,� "- 6Q} Q s P v - s $ o o � 5 { COOPERATIVE AGREENCENT BETWEEN THE CONTRA COSTA TRANSPORTATION AUTHORITY AND THE SAN FRANCISCO BAY AREA RAPED TRANSIT DISTRICT Cooperative Agreement No. 21.00.02 Exhibit B Monthly Invoice and Progress Report On or before the twentieth day of each month, BART will provide to the AUTHORITY a narrative progress report along with the following reports: (A) BART CAPITAL EXTENSIONS PROGRAM FINANCIAL STATUS REPORT (To include a summary of Measure C expenditures under this AGREEMENT by project components described in Paragraph 9. This report will show the total reimbursements for the period, and to date.) (B) BART FINANCIAL MANAGEMENT SYSTEM CPR-200(Capital Program Report) (Portions Showing activities funded by CCTA funds.) (C) BART EXTENSIONS PROGRAM -BATC BILLING EDIT REPORT - SYNERGY BILL,EDIT (Portions covering contracts funded by CCrA funds). (D) The following information for payments reimbursed with Measure C as contained in report B (above): (a) BART internal tracidng number (b) Name of vendor/consultant/contractor (c) Description of services performed or product delivered (d) Total amount of payments (e) Total amount paid by BART (f) Percent reimbursed by Measure C (g) Amount reimbursed by Measure C Cooperative Agreement No. 21.00.02 Exhibit B Page 1 of 1 5-18-92 DRAFT o aw � ao z � o co }■.1 a-1 Q .i O cn r" ao 00 O • � N a � e, r COOPERATIVE AGREEMENT BETWEEN THE CONTRA, COSTA TRANSPORTATION AUTHORITY AND THE SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT Cooperative Agreement No. 21.00.02 Exhibit D Method of Payment (A) Should the AUTHORITY choose to reimburse with bond proceeds, the following procedures will be followed: 1. The AUTHORITY will maintain a separate sub-account within the California Arbitrage Management Program (hereinafter "CAMP") designated for the PROJECT (hmrinafter "CAMP BART Fund"). The CAMP BART 1Amd will be funded with bond proceeds tcansfea-ed by the AUTHORITY from its Construction Fund within CAMP. The amount transferred to the CAMP BART Fund at any time will be mutually agreed by BART and the AUTHORITY, and will be adjusted periodically depending on the cash flow requirements of the PROJECT, the overall cash flow implicit in the AUTHORITY'S Strategic Plan, paragraph 5 of Section I of this AGREEMENT, and CCTA PROJECT FUNDS available in the BART Fund described under section (B), below. 2. BART will make payments to vendors, contractors and consultants, and for staff support, consistent with the terms of this AGREEMENT. 3. Prior to the twentieth day of the month, BART will request in writing an amount to be transferred to the CAMP BART Fland in the immediately following month. The request will include a summary of the withdrawals from the CAN[' BART Flrnd in the immediately preceding month,consistent with Exhiibit B to this Cooperative Agreement. The request will identify any funds.remain� in the CAMP BART F�rnd at the close of the immediately prior month., By the first Monday of every month, the AUTHORITY will transfer from its Construction Fund within CAMP to the CAMP BART Fund an amount based upon the drawdown schedule furnished pursuant to paragraph 22(c)of this AGREEMENT, and BART's written request,after deducting any funds remaining in the CAMP BART ftnd at the close of a particular month as well as any ineligible reimbursements from the CAMP BART Fund. 4. The General Manager of BART or his/her designee(s), together with the Controller- Treasurer of BART or his/her designee(s) will be authorized by the Executive Director of the AUTHORITY to make three monthly withdrawals, from the CAMP BART Fund. The requests shall contain the information specified in Paragraph 5 of this Exhibit D and may be transmitted by Facsimile, a copy of which shall also be transmitted to the Cooperative Agreement 21.00.02 Exhibit D, Page 1 of 3 5-18-92 AUTHORITY. Funds will be made available by CAMP to BART through a wire transfer effective the same day or within one working day following the request. All withdrawals from the CAMP BART Fund are for the sole purpose of reimbursement to BART for project expenses or payment to BART for project expenses then due and payable for which BART will issue checks to a third party before or the same day of the withdrawal including right-of-way escrows as provided in paragraph 10 of this AGREEMENT. Any funds withdrawn from the CAMP by BART for PROJECT-related expenses .prior to the same day BART issues chucks for PROJECT rela'ed expenses creates a situation which is a potential conflict of federal arbitrage rules, and if such circumstances occur the AUTHORITY may consider termination of the AGREENEENT pursuant to paragraph 30, Section B of this AGRF.,F_N ENT. 5. The request for withdrawal from the CAMP BART Fund shall state(i)the item number of such payment; (ii) the respective amounts to be paid; (iii.) the purpose by general classification for which each obligation to be paid was incurred (for example: design, right-of-way acquisition, construction, etc.); (W) that obligations in the stated amounts have been incurred by BART and are paid or presently due and payable and that each item thereof is a proper charge against the CAMP BART Fund and has not been previously paid from said fund; and(v)that there has not been filed with or served upon BART notice of any lien, right to lien or att:xchment upon, or claim affecting the right to receive payment of, any of the amounts payable to any of the persons named in such requisition, which has not been released or will not be released simultaneously with the payment of such obligation, other than matearial.men's or mechanic's liens accruing by mere operation of law. (B)Should the AUTHORITY choose to reimburse with sales tax revenues rather than bond proceeds, the following procedures will be followed: 1. BART will maintain a separate account to be funded with CCTA PROJECT FUNDS designated for the PROJECT (hereinafter "BART Fund"). The BART Fund will be funded with sales tax revenues transferred by the AUTHORITY. The amount transferred to the BART Fund at any time will be mutually agreed by BART and the AUTHORITY, and will be adjusted periodically depending on the cash flow requirements of the . PROJECT, the overall cash flow implicit in the AUTHORITY'S Strategic Plan, paragraph S of Section I of this AGREEW NT, and CCTA PROJECT FUNDS available in the CAMP BART Fund described under section (A), above. 2. BART will maim payments to vendors, contractors and consultants, and for staff support from the BART Fhnd, consistent with the terms of this AGREEMENT. 3. Prior to the twentieth day of the month, BART will request in writing an amount to be transferred to the BART Fund in the immediately following month. The request will include a summary of the expenditures made in the immediately preceding month, consistent with Exhibit B to this Cooperative Agreement. The request will identify any funds remaining in the BART Fund at the close of the immediately prior month. By the Cooperative Agreement 21.00.02 Exhibit D, Page 2 of 3 5-18-92 • • first Monday of eves nonth, the ATJ MORITy will transf n amount based upon the drawdown schedule furnished pursuant to paragraph 22(c) of this AGREEMENT, and BART's written request, after deducting any funds remaining in the BART Fund at the close of a particular month as well as any ineligible reimbursements from the BART Fund. 4. Reimbursements under this Exhibit are cumulative. The AMHORITY reserves the right to fund either the CAMP BART Fund or the BART Fund and to direct that certain reimbursements be made from either the CAMP BART Find or the BART Find. Cooperative Agreement 21.00.02 Exhibit D, Page 3 of 3 5-18-92 COOpERATWE AGRETACENT BETWEEN THE CONTRA COSTA TRANSPORTATION AXTIiffORm AND THE SAN FRANCISCO BAY AREA RAPB) TRANSIT DISTRICT Cooperative Agreement No. 21.00.02 xhihit E Method of Reimbursement for Final Design costs of Systems & Standards 1. At the time each item of cost for final design of system wide Systems and Standards is incurred by BART, each of the extension projects (Dublin Pleasanton(DP)Q,Pittsburg-Antioch (PAX), Colina (CSX), Warm Springs (WSX), and San Francisco .Airport (SFX): the *Extensions*)then in active final design will be allocated a fixed Percentage share of such cost. The share so allocated to the PROJECT is an eligible part of the engineering component referenced in Paragraph /19 of this Cooperative Agreement. 2. The Fixed Percentages will be determined prospectively when each Extension commences final design and will be calculated by dividing the estimated total cost of final design for each Extension by the estimated total cost of final design for the Extensions then in final design. As the effective date of this AGREEMENT the Fixed Percentages are calculated for DPX, PAX, CSX, and WSX based on a total final design cost of$86,180,000 and estimated design costs of $32,074,000 for DPX, $21,306,000 for PAX, $7,000,000 for CSX, $25, 800,000 for WSX. Accordingly, the Fixed Percentages to date are as follows: DPX PAX CSX WSX From Inception of 60-09% 39.91% - - Final Design From 8/1191 53.13% 35.28% 11.59% - Start WSX Final Design 37.22% 24.72% 8.12% 29.94% 3. Following the initiation of final design for the Warm Springs (WSX)and San Francisco Airport (SFX) extensions, BART will charge an eligible funding source for WSX or SFX and allocate an equal *credit" to PAX. The credit is defined as the dollar difference between the PAX proportionate share of expenditures to date for final design of Systems & Standards determined after including the latest extension to enter final design, versus the determination made excluding the latest extension. For SFX, final design estimates will be made following adoption of an environmental document. Cooperative Agreement 21.00.02 Exhibit E Page 1 of 2 5-18-92 4. With'respect to the CSX extension, as soon as funds are paid to BART in accordance with Paragraph #6 below, BART will credit the PAX extension with a funding amount which represents the excess of charges allocated to the extension at the higher percent share prior to 8/1/91 versus the reduced share. The finds credited will be to a BART account specific to PAX and designated for the categories of PROJECT expense in Paragraph #9 of this Cooperative Agreement. S. When the WSX project has an approved environmental document and as soon as BART receives San Mateo "Buy-in" or "Wash" funds for WSX per the terms of the Comprehensive Agreement Pertaining to BART System Extension, dated February 28, 1990, BART will credit the PAX extension with a funding amount which represents the excess of charges allocated to the extension at the higher percentage share prior to start of Final Design versus the reduced share. The funds credited will be to.a BART capital account specific to PAX and designated for the categories of PROJECT expense in paragraph #9 of this Cooperative Agreement. 6. With respect to the SFXJCSX extensions, BART will determine that the extensions' proportionate share of the development costs of Standards and Systems is a legitimate project cost under the teams of the Comprehensive Agreement pertaining to BART System Extension, dated February 28, 1990. Pursuant to Section IV(C) of the above-referenced Comprehensive Agreement, BART will either(1)seek state reimbursement through state Proposition 108 funds already programmed for the SFO/CSX extension, or(2) seek MTC concurrence that the costs should be borne by the West Bay bridge toll reserves or San Mateo sales tax revenues. 7. The funds in the capital accounts set up by these actions will be expended as quickly as possible so as to delay charges to CCTA PROJECT FUNDS under this AGREEMENT as long as possible. BART will include the capital accounts status in the CPR 200 and the BART Capital Extensions Program Monthly Financial Report required under Exhibit B to this AGREEMENT. Cooperative Agreement 21.00.02 Exhibit E Page 2of2 5-18-92 CO PERATTVE AGREEMENT BETWEEN THE CONTRA COSTA TRANSPORTATION AUTHORITY AND SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT Cooperative Agreement 21.00.02 ATTACBTKEN T 1 Cost Allocation for Willow Pass Project THIS ATTACHMENT 1 is contemplated by paragraph 7 of, and hereby is made a part of, Cooperative Agreement 21.00.02 and together they are referred to as the AGREEMENT. The capitalized terms used herein have the meanings set forth in this Cooperative Agreement 21.00.02 unless otherwise provided herein. This ATTACHMENT 1 sets forth the cost allocation from Measure C and other sources. A. This ATTACHMENT 1 sets forth the relative shares of the cost of the Willow Pass Grade Lowering Project as described in Recital 1 of Cooperative Agreement 90.14.01,(the "Caltrans Cooperative Agreement", between the State of California("Caltrans"), AUTHORITY and BART), as the PROJECT(hereinafter the"WILLOW PASS PROJECT") to be borne by the Rail Extension project account described in paragraph 2(a) below (hereinafter "BART EXTENSION FUNDS")and the fund sources described in paragraphs 2(b) through 2(e)of this ATTACBMENT 1, (hereinafter "HIGHWAY FUNDS".) B. The Contra Costa Transportation Improvement and Growth Management Program (hereinafter "MEASURE C") sets aside$178 million(1988 dollars) for the rail extension from Concord to Eastern Contra Costa. AUTHORITY and BART have entered into Cooperative Agreements relative to the BART rail extension, including Cooperative Agreement 21.00.01 which provided $14.4 million for final design, and this AGREEMENT which establishes the framework for the AUTHORITY's commitment of $178 million (1988 dollars) to the East County rail project. Cooperative Agreement 21.00.01 is subsumed within this Agreement 21.00.02. The Caltrans Cooperative Agreement provides for construction of the WILLOW PASS PROJECT. C. MEASURE C sets aside$80 million(1988 dollars) for highway projects eligible under the Route 4 (east) category. The WILLOW PASS PROJECT as defined in the Caltrans Cooperative Agreement is specifically mentioned in MEASURE C, and hence is an eligible -project to receive MEASURE C sales tax funds. D. Since the highway widening with median for BART, and the resulting grade reduction incorporated in the WEU OW PASS PROJECT are necessary pre-requisites to the BART rail expansion to East county, both HIGHWAY FUNDS and BART MMHNSION FUNDS are appropriate fund sources. Cost sharing guidelines, needed to determine the appropriate proportion of the WILLOW PASS PROJECT cost that is to be borne by each fund source, are set forth below: Cooperative Agreement 21.00.02 Attachment 1 Page 1 of 5 5-2-92 Ti IS M[TTUALLY AGIf- 'D �. 1- The following tasks,are necessary for the completion of the WILLOW PASS PROJECT, and are therefore eligible for funding from the sources identified in paragraph 2 of this ATTACHMENT 1: (a) Preparation of Environmental Documentation; (b) Preliminary and Final Design; (c) Right-of-way acquisition; (d) Utility Relocation; (e) Construction; (f) Construction Management. Funds expended since February 8, 1988 through the settlement of all construction claims are covered by this ATTACHMENT 1. Tasks performed by the County of Contra Costa as the Route 4 Willow Pass Grade project proponent under the terms of Measure C, are eligible for funding under this paragraph. 2. The following fund sources are available for the tasks set forth in paragraph 1 of this ATTACH11ENT 1: _ (a) CCTA MEASURE C "Rail Extension from Concord to North Concord and Eastern Contra Costa" project category; (b) CCTA MEASURE C "Route 4 (east)" project category; (c) State highway account funds; (d) Federal highway demonstration funds; (e) Mitigation funds from the U.S. Navy. 3. The allocation of costs under this ATTACIiMENT 1 is initially based upon the final engineer's estimate, which is attached hereto as Exhibit 1-A and hereby incorporated into this ATTACHMENT 1 and made a part hereof by reference. As determined by an analysis of the individual bid items contained in Exhibit 1-A for WIU-OW PASS PROJECT, BART ExTENSION FUNDS shall bear 40 percent of the cost for tasks described in paragraph 1 of this ATTACHMENT 1. The balance of the costs are to be borne by HIGHWAY FUNDS, (60 percent). All WILLOW PASS PROJECT costs shall initially be paid from BART EXTENSION FUNDS or HIGHWAY FUNDS in accordance with the percentage allocation set forth in this paragraph- 4. Upon.acceptance of the finally constructed WR.LOW PASS PROJECT by Caltrans, the final percentage allocation between the BART EXTENSION FUNDS and HIGHWAY FUNDS shall be recalculated using the awarded bid prices and the actual measured quantities taking into account all approved contract change orders and claims, whose cost allocation shall be determined in accordance with paragraph 6 below. The recalculation shall use the same methodology as was used for determining the initial percentage allocations from the final engineer's estimate, described in paragraph 3 of this ATTACHMENT 1, but in addition it shall take into account the agreed-upon cost allocation of any approved contract change orders and claims. All allocations of WILLOW PASS PROJECT costs between the BART Cooperative Agreement 21.00.02 Attachment 1 Page 2 of 5 5-2-92 ~ EXTENSION FUNDS an(- ie HIGHWAY FUNDS made in acc ince with paragraph 3 of 'this ATTACHMENT 1 will then be finally adjusted to reflect the recalculated percentage shares. 5. Should the AUTHORITY be successful in obtaining State Local Partnership funds (authorized by Streets and Highways Code Section 2600) for the WII.LOW PASS PROJECT, the "Rail extension from Concord to North Concord and Eastern Contra Costa" project account within the MEASURE C program will be initially credited with.such Partnership funds in the same proportion that the BART -24SION FUNDS funded the WILLOW PASS PROJECT, and finally adjusted as set forth above. For accounting purposes, the credit will be discounted to equivalent 1988 dollars consistent with paragraph 5 of this Cooperative Agreement 21.00.02. 6. For purposes of determining the final percentage allocation as set forth in paragraph 4, above, Contract Change Orders and constriction claims (hereinafter "CCO") paid from AUTHORITY funds shall be allocated between the BART EXTENSION FUNDS and the HIGHWAY FUNDS in accordance with the following: (a) The actual measured quantities and resultant costs of each CCO pay item will be allocated between BART EXTENSION FUNDS and HIGHWAY FUNDS in the same proportion as the particular pay item was allocated in Exhibit 1-A, unless the proposed change in the pay item is attributable to the BART or highway component of the WILLOW PASS PROJECT in a different proportion from that included in the final engineer's estimate. If so the latter proportion shall be used. (b) The actual measured quantities and resultant costs of each CCO pay item that is new, and-hence not included in Exhibit 1-A, will be allocated between BART EXTENSION FUNDS and HIGHWAY FUNDS, using the methodology of Exhibit 1-A as a guidd. 7. Notwithstanding Article 15 of Section I of the Caltrans Cooperative Agreement, in order to qualify the BART EXTENSION FUNDS as match for either Proposition 108, 116 or other State Transit Assistance, AUTHORITY will, if necessary to validate the match, and to the degree permitted by its Master Fund Transfer Agreement with Caltrans, disburse the BART EXTENSION FUND's share of the NVH LOW PASS PROJECT costs to BART for subsequent payment to Caltrans. 8. - Upon a written request from BART, AUTHORITY will pursue, to the extent provided in Article 1 of Section I of the Caltrans Cooperative Agreement, additional construction services for the satisfactory completion of the WII.LOW PASS PROJECT. 9. Should BART, pursuant to its rights under Article 7 of Section I of the Caltrans Cooperative Agreement, disapprove a change order that is subsequently implemented by CALTRANS, the AUTHORITY agrees to seek resolution of the matter pursuant to the"invoice discrepancy procedures" referenced in its Master Fund Transfer Agreement with Caltrans. 10. With respect to the total obligation of funds for the WILLOW PASS PROJECT, the AUTHORITY will obtain written concurrence from an authorized representative of BART Cooperative Agreement 21.00.02 Attachment I Page 3of5 5-2-92 prior to increasing such ot� ation above$66,000,000; provided do Mch concurrence shall not be required to the extent that such increase is funded solely from HIGHWAY FUNDS. 11. In the event that the lowest responsible bid for the WILLOW PASS PROJECT exceeds the engineer's estimate by more than 5%, AUTHORITY and BART shall agree on a course of action, before AUTHORITY reaches agreement with STATE. 12. AUTHORITY agrees to provide BART advance written notification, to consult with, to seek written concurrence, and if time permits to obtain a written response, before implementation, on all change orders not wholly allocated to HIGHWAY FUNDS, which.have an estimated cost of over$50,000, have an estimated schedule impact of over one week or were generated by a request from any agency, company or person other than the parties to this AGREEMENT or a Caltrans Department other than Construction, except when necessary for the safety of motorists and/or pedestrians, or for the protection of property. 13. Upon execution of this ATTACFHAEN'T 1, AUTHORITY will advise BART in writing of the expenses incurred to date by the AUTHORITY (herdnafter "PRIOR AUTHORITY EXPENSES")in connection with tasks accomplished pursuant to paragraphs 1(a) through 1(d) of this ATTACEMENNT 1. The PRIOR AUTHORITY EXPENSES will be apportioned between the HIGHWAY FUNDS and the BART EXTENSION FUNDS in accordance with the percentage allocations determined in paragraphs 3 and 4 of this ATTACHrdENT 1. The proportion of PRIOR AUTHORITY EXPENSES to be borne by BART EXT WSION FUNDS will be discounted to 1988 dollars, consistent with paragraph 5 of this Cooperative Agreement 21.00.02 and deducted from the remaining balance of the CCTA PROJECT FUNDS defined in paragraph 5 of this Cooperative Agreement 21.00.02. Thereafter, AUTHORITY will advise BART on a quarterly basis of additional expenses incurred by AUTHORITY in connection with paragraph 1 of this ATTACHMENT 1. These additional expenses will be discounted to 1988 dollars and charged to CCTA PROJECT FUNDS consistent with the-procedures described earlier in this paragraph 13. 14. With respect to funds expended by BART pursuant to BART Agreement 04CB- 610, dated February 8, 1988 with the County of Contra Costa, upon termination of that Agreement, which is to occur no later than September 30, 1992, BART will advise the AUTHORITY in writing of the funds disbursed by BART under the terms of that Agreement, (hereinafter "PRIOR BART EXPENSES"). These PRIOR BART EXPENSES will be apportioned between the HIGHWAY FUNDS and the BART EXTENSION FUNDS in accordance with the percentage allocations determined in paragraphs 3 and 4 of this ATTACE IEN'T 1. The proportion of PRIOR BART EXPENSES to be borne by the HIGHWAY FUNDS will be discounted to 1988 dollars, consistent with paragraph 5 of this Cooperative Agreement 21.00.02 andda ded to the remaining balance of the CCTA PROJECT FUNDS. Cooperative Agreement 21.00.02 Attachment 1 Page 4 of 5 5-2-92 15. This ATTACHMENT 1 will terminate upon completion of construction and settlement of all claims for the WILLOW PASS PROJECT. SAN FRANCISCO BAY AREA CONTRA COSTA RAPID SIT DISTRICT TRANSPORTATION AUTHORITY b . by. rank J W n• RobdK. M 1 Gen er Executive Director Cooperative Agreement 21.00.02 Attachment 1 Page 5 of 5 5-2-92 EXMIT 1-A Cooperative Agreement No. 21.00.02 Exhibit 1-A of Attachment 1 5-18-92 - Parsons 303 Second Street Br/nckerhotf Suite 700 North Quade& San Francisco, CA 94107-1317 Douglas,Inc. 415-243-4800 Engineers Architects fax.415-243-9501 Planners May 11, 1992 Contra Costa County Public Works Department 255 Glacier Drive Martinez, California 94223-4897 Attention: Mr. Robert V. Faraone Senior Civil Engineer Reference: State Route 4 - Willow Pass Grade Lowering Willow Pass Road (Concord) to Bailey Road Contra Costa County Project No.4660-6X4110 J Subject: Cooperative Agreement Between The Contra Costa Transportation Authority and the San Francisco Bay Area Rapid Transit District Cooperative Agreement 21.00.02 Exhibit 1-A to Attachment 1 Cost Allocation for Willow Pass Project Dear Mr. Faraone: Attached is a revised cost breakdown of the construction costs between highway and BART_ Of the total $58,884,000, $35,326,307 is attributed to highway and $23,557,693 is attibuted to BART_ The cost of all items that can be attributed readily to highway or BART were assigned directly. Based on the analysis performed at the 65%submittal, 190101 ROADWAY EXCAVATION was split 67%to BART and 33% to highway. This can be attributed to the wider median and flatter grades required for BART_ Because they are closely related to roadway excavation, the following items were arbitrarily split 67% to BART and 33%to highway: 160101 CLEARING AND GRUBBING 180101 BINDER (Dust Palliative) 190191A FURNISH AND INSTALL PIEZOMETER CASING 1901910 DRILL HOLE (Piezometer) 203003 STRAW (Erosion Control) 203014 FIBER (Erosion Control) 203040 SEED (Erosion Control) n:raoewe6�► 203056 COMMERCIAL FERTILIZER (Erosion Control) 681501 FURNISH AND INSTALL DRAINPIPE (Horizontal Drain) 681502 DRILL HOLE (Horizontal Drain) Supplemental Work 066620A SLOPE DEWATERING 153223A REMOVAL OF UNSUITABLE MATERIAL 681605B ADDITIONAL UNDERDRAINS Retaining walls 5, 6, & 7 along Evora Road and Willow Pass Road were attributed to highway. All of the other retaining walls would not be required if BART were not included and were therefore assigned to BART, the following items were distributed as shown: BAR HWY 192037 STRUCTURE EXCAVATION (Ret Wall) 6,970 CY 300 CY 193013 STRUCTURE BACKFILL(Ret Wall) 9,000 CY 440 CY 193031 PERVIOUS BACKFILL MAT(Ret Wall) 505 CY 5 CY 510108 CLASS A CONCRETE (Ret Wall) � 2,870 CY 110 CY 520103 BAR REINFORCING STEEL(Ret Wall) 295,200 LB 6,800 LB 800302 CHAIN LINK FENCE (CL-3, Vinyl-Clad) 1,480 LF 0 LF 800361 CHAIN LINK FENCE(CL-6, Vinyl-Clad) 0 LF 430 LF The total of the items above is $46,285,407, of which $27,767,292 was for highway and $18,518,115 is for BART-a ratio of 40% BART to 60% highway. This ratio was then applied to the following items: 070010 PROGRESS SCHEDULE (Critical Path) 071320 TEMPORARY CHAIN LINK FENCE (Type CL-6) 073006 18"TEMPORARY CULVERT 073006A 18"TEMPORARY STEEL FLARED END SECTION 073008 24"TEMPORARY CULVERT 073008A 24"TEMPORARY STEEL FLARED END SECTION 073011 36"TEMPORARY CULVERT 073011A 36"TEMPORARY STEEL FLARED END SECTION 073013 48"TEMPORARY CULVERT 120090 CONSTRUCTION AREA SIGNS 120100 TRAFFIC CONTROL SYSTEM 120120 TYPE III BARRICADE 120150 TEMPORARY PAVEMENT MARKING ' 120161 TEMPORARY TRAFFIC STRIPE 120165 CHANNELIZER (Surface Mounted) 120300 TEMPORARY PAVEMENT MARKER 128201 TEMPORARY DELINEATOR(Class 1) 129000 TEMPORARY RAILING (Type K) 129100 TEMPORARY CRASH CUSHION MODULE 170101 DEVELOP WATER SUPPLY 197040A EARTH RETAINING STRUCTURE (Filter Fabric Wall) r .tn;sy E� •h err.: 999990 MOBILIZATION 10% State Furnished Materials , 066105 RESIDENT ENGINEERS OFFICE The method used for this cost breakdown is the same as the method used at the 65%submittal. Please call if you require additional information regarding this issue. Very truly yours, PARSONS BRINCKERHOFF QUARE& DOUGLAS, INC. Robert L. McFarIand Project Manager cc: Paul Maxwell Gary LaBonte attachments: PB Logout No.1067 PB Fite No.3192-375.01 _7 g g cc 8 8 8 E� 8 8 8 8 8 8 C4 9 9 9 6 9 9 1 4 ci xN Ci Ci N Ci cad CO 46 am 44 44 m V3 V .0 4W cr; Cq ti O Oda <> co 0 0 0 W § 8 w w ci C3, C; C4 cs ci Ci sn Z oz t- M W Qt ttD O 40i 05 8 8 8 8 8 8 8 8 8 2 8 8 8 8 8 8 si E! IL 9 9 9 u 9CUP o<0 44 * 1-0 D al P<m 9�0 tu U<j uJou X:z =1 IL 0 LA z z UZ 0 0 0 w ul 8 -A w W to 0 rr -A ti ti w jw < w 0 it w w LL D !01 0Q I 40C () w z 0- Ir V CL a Lu IL CL -j I I I I z z z U Qom, Lo "MommOolol ? 8 "Cl1w 0 0 0 0 0 0 0 0 0 CL a- CL L INI C41 cc CL cc o A UJ co 4* CY f, I- t8 t- t- v v v V 10 t- 10 !-D C-4 t0 !O r 8 8 $ 8 $ 8 $ ! 8 8 8 $ 8 $ $ 8 8 8 8 8 8 $ 8 8 $ pp O pp O pp pp O C O O O O O O O O N N pp 8 o o 8 O y N N N N N N N N N N N N N N 8 N M12 p o p 8 8 O p 8 -8-•.... . . .-. . . .. ... .. O.. ..p. -.-8..,.8 O 8 44 O N N N N N N N N N y N N N N Hf V V� N h(� N H N N 0 cyl -n 'i �i. -C 0 *8 Wo n a9 vi c9 v O N tD OO O O O O O O O O O 'O O 'O O O O O O O O A O O O 12 h *ei "' tb O N O O v3 tli -T N •h 6 +N O N a m h a9 Kf a9 C4 to 0 AS n zg a 3 c o N p w o o-V N W lV 8 8 ON8 8 $ 8v -8 8 O 8 8 O 8 O X288} t7S8� 8�•gi w 11 {o$� 8 ppb 88 - N Np CH YNf N N KK • a a � etltYY N !� N O S .[ CY V 90 U°N Q � co W o�- U p S co m Oin :rr mN H coa nU d w tu ul CL tu- ' S $ n CL cc a a `act' n n n o re v . - N 0 to 0W W � � m tz w w w w o Q o 0 W a ' M N (A N N N t�t U U- zvA ¢ ¢ ¢ ¢ Z Z U U co lQ (z� ui W w w F 1�� y ��7 tQ� O 0 Lt O Q 0 na n4 nQ zU O O 9 a 3 u 1 8 IS o a ¢ a a a ¢ N tan N A c Q ¢ ¢ 0. 6L ¢ tL U m t8Q •- K N l� 9 N N W ON h php .hp pAp w pw CO 00 N N N N N A CS CS K7 N �4 N N N N N N N N 40 h N b h N N� N N h CA-)7 ` • , .r N y O N N N N '-N V1 Ci f0 ap Q1 � � ary Y N N N N N t0 f71 1.. 4n � Q N p p p 8 -8 p 8 8 8 p p O 8 8 q f+► N [V fil V/ N y N N N N H N. N N V► N N W O �7 N N O iD t0 1z N Qi N N m O/ 46 O ri -. caw— 8 O N O� C7 yf O O C-1 � h, O O g O ' h N 40 4D O N q1 a N N V3 tD n •�t y < N N • CC ZZl!! } O 46 tf !3 N N r. <ygwa — - - - - - p8 8 8V 8 oq 8 R 8 8 8 18 8} 8 8 8 8� $ 8 8 8 8 l�8�j 8p 8 8 8 8� ''`• .. EC O O N N 4i Vi V) AA H N CG O tH1i tp� Q IL N�<4� � as Oom 7 O u w D z 2U 0 ..a Z z a j a cc E #- 2 u rh a-cc tuQ � n 3 o d 0 O X Z O R to 00 E o g cc cr p q Z �Si LS m m .t9—rs o Z_ X � t� z 0 �X{ r �0 W W w W W W fit! O M 0 � � Q (ry C1 d a ,4'y; e 6 x {y tC OC tC tC K ¢ m Q U U U U ca 3 to y m oF w o a 2 a N to m w 40 N fn a W 0 LL N U 's6 ti U U U (1 o o a Q a rn appCc, 0 . ""U � C71 $y Qf fit LA In Os Of 0 Of 0 Y IA spp (py (V Z N N_ee�� ..pp a_tt�� t�pp cpp� —a.pf �(pp tepp N �'1 a6 aA t^A -a!3 ..I, OW 46 tN6 -10 to SO w- t0 406 I f. 1� h -^ ti : . v o o t5 25 N N N ^ N O N N ui M N N toN r ` • f3 'O p 8 p ppp p pp p p p p p pp pp N aN 4! N N y N �-'• N O 8 8 O 8 O O O 8 O 8 /D 1� 8 •O 8 8 O O O O O O 8 8 $ 8 8 $ R R 44 cN �R COD 10 b N N < v► N N O Vi IKKA N N 10 vt C7 N M Cr N t0 e7 to M lV A O Q 0 O O O O O y0 �+D %8 O N ^ �� O O Oh ^ O O O O v ao E n m N � ori N N to i7 tD O 08 8 8 8 S� �3 � 8 8 8 8 8 8 a 8 $ 8 8 8 8 8 8 8 8 8 C7)- asd � N 41 N N N ..r N `j N H N N aW&O o< E Yi� a x- .. w p o<40 goo O z �O $m r O �.. t- � � '� SLA - - - - O� Q a a � us 4 a Q d c� a W W F ¢ 22 o m T - g 8 c"'i a 0 o 0 3 �i Q a a2 °' g O s a 1 'y 5 a ac a w w a h b a m m '� `c 3 m cc rc Lrr iUJ U U U U IA9999S Z .Z gm, T.. .c 00 .J d o .� N Q G,. A � �[ U Awt]. � 0. iN F" ) 3 a N N N N N r- O m M < M M M M !7 M M v v e v N K1 N N h h N N N 10teY +i1 Aj.. tm.. l.. co cq w 'a w -w m m ~O m Im a m 8 a, all }C (y �Yjt aQp �pj .OQ.+ �oNj Opp O� � pN� N v11 q ._ �(�O •- lJ V tV v Qi �^ t11 N a^fj Vy v�� e1pp N N N N N Yi N N N N tl' a7 N N *` 44 N VY o Q Q Q o o ti o 0 0 0 0 0 o p c p o p p • L � � 2S5 ..XX ii33 � N N N N N N N N {- N N N 1" S y8 O O O O O O 8 O S S O H O $ S Cl! epi . Z��Ij 4c; H N N N N N NN 40i a i0 t7 O to 0 O O O O O O %O O •O O O O O O O O O O O Q Q L) 06 TS tti f8 tD 9/ A Y N b a1 to o 8 8 8 8 $ $ 8 8 8 8 8 8 R 8 $ 8 8 8 8 8 8 8 8 $ F N tL QO p �y p QNy N O YMf �pj �y.�y {/+D� fLq! f�D py ry/�� pp j f9 N N 9 N 9 fY! N 120i rc ? r 1% Z .n to ui aLL . VZ �y L3 • a � Q n aa a n Otu fn V+ N y tai tai Q w ¢ J J J N a to tY �+ mwuiw 1 W W V a s w w w w w to w w w w ¢ fA� cco N ��uu ru a -� c ci a £4 a 94 g- I2 w z z 6i ! a a a a a o. a 4L aL a. a d a o o ° a oo y n v N N a a a w o a N ¢ R ¢ 9 ¢ Ea ¢ ¢ coo Cm ? c�i di ¢ aac ¢ aac 2 2�+ m N N N � c5 e'S c v _ mO m rn o a � f1' r 4N W 04 Of h Yt N h N N M N10 tp tR1 t0 4p t0 t0 1 2 O O � O O O O O O b N e'y rt N to a•- 09 m N N N N N N � N V W* I t! -.• Gi Vl ---------- 8 8 8 8 8 8 P, 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 :9 g g g g 6 6 g 6 6 g W " 2 8 :8 8 8 9 9 6 9 9 9 01 1 40 23 Y a A 40 fm OI qb 0 8 8 8 8 8 8 8 8 8 s 8 8 8 8 8 8 8 2 wi 46 9 tlf d i g g g i z :i 4 g g t 4N N 44 44 Ir–A CL 0 t= IL< 0 z ri 4L C* 15 5 o Ow aLL W< rg 0 0 2 z z 0 z 0 4-4 cc 0o ca IL w w a w w a w w w w w w w w w w w w 2 2 W a % %% % I % 9: LL S S S S- Z) D 1 IL IL CL IL 9L dL AL CL 0. CL IL & CL a. w w w rZL K IL 0. (0) i- E rL o w w v T w : cc cc cc ccUd Z wo -i -JO005, ty w w 1 9 0 0 0 0 0 12 e! S , I o 0 8 o 0 o 0 o m 0 0 a a 'Z tu W uj uj z 0 (DO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 b 0 0 x 0 U- 11 UZ 100 cc Ir IL Occ wcc wcc -CC -CC to ui U*i !� ? ? 4L 0- ;0 Zr %r N C%l to qO LL LU 0 -W 40 (0 < < < 8 - CM s - - a "Op" g ; § 4D 40 40 t, to N -n w #I Of 0. NC) 40 w 7 C11 N O cc Opp 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 . . . . . . . . . . . . . � § 8 8 v 8 § 2 § � a g. g g g g g ll�. all Olt wb 44 40 w 40 an C4 0 0 Ci Ns, — z 0 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 i« 8a 8 8 8 8 P 13 9 9 -60 9 :9 Z64 9 - t-, N 2 a U NN 0 o z 13 6 6 6 s .1 !s 5 5 5 b 15 00 OE W cc ui cc 8 im < CL C; z 0 z z 0 0 0 0 0 A 0 0 Z LLS t t w w 0 w w 0 0 #- cc v; 22220- CL U) lu 2 2 z z 2 0 0 U, ww we) wtu Lr Cc U3 a r- o N o CC OC m cc g w LU LLI z I iy z cc cc CC cc C2 C13 -j -j 9L 0 z w Ir CO to cocoo 0 z o IOL) 0 z cc U to 0 U. w » m C4 :: rs .fin} r, 0 0 0 V i cq I—N 0 0 0 0 0 CIJ CY 10C4 l7 K u9 C> 4 4WD g g g 9 g R 4m C4 NW 44 W 8 8 O 8 8 8 8W 8 8 8 8 g . . . . . . . . . . . 40 44 .1, 11 .1 11 C, Qt Ci I C, N cm cm cm Z; Ci cm N N ^ O 1n co N cq NW'W O 0 0 0 pQ O 0 0 0 t, C4 O< O C"4 0, C4 -f- -w8 '0 5-7 § .0 r� _ 9 & I ¢0 03 2 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 2 8 8 8 8 F a-o a. tz c; wi . . . . . -c<9 " ;; 0 cli < M-O 8 8 12 44 tEl It:= 0 t.-0 �< In W w< w< 0 '0 Oqgz2 09 UZ ui w 56 co CL 9L 0- z 2 9z 0 z 0 co V) 0 z z 0 0 z z z Q 0 z z i z W N w w w W W W W M W W W ,u W W a } WW aC P- P- P- C co cc cc Ir cc W 0 CC Ir U. &L %L SIL. z z z cc cc y Y 0 < zz �� 53 -JZZZZD -J -J � ,004.- m < .j z z z w u b -b z 0- In a U, a w rO 0 0 0 0 1 0 0 0 Of W e9 Wco co -- - - -T. --- - — , 0 'm cl W w t- of Z. t2 - 44 • 44 N y7 A Z, Vb 8 8 8 g4A to 8 8 8 8 88 8 8 8 8 8 8 8 6 gi 6 -i �j 0- o 'Vi a4o W coi d C4 Ot 0 0 o o o o 10 Vq r) t,:l e a; .i ct 10 r w .11 8 9 gi gi g 's C; C; HppY I, N = " " 44 C,< X 4 41 41 4A 40 4n < o< C, 0) cc 0- 40 0 8 w w w OF P z a. 0 0 a 0 gn 4M x s 9 a 0P us er < w w W UJ IL AL CL 0 z0 cc a: ¢$.- I-- p fj 0 0 cc < Q G ov IL LL IL LL z 21: CD C3 CO LU 0 LL W w w cc cr 0 0 0 0 0 uj 9 z 20 W 0 C- 0. CL C to w s00 (9 0 z � W z -- i 1 3 a IL w w w uj OVJCL 0 tu Go t.- (L AL CL IL cn to co (0 UJ < 0 4N < 22222 of a a a m m 40 a 0 00 of, on 2 CO -0 co Co. " co cl n 01 0 MO �E !2 t2 T (14 IN CV N C14 Of -N N IN �z C's . p fob A tz � . � •, .:e O N N N N � � N N N N � N -��1 � N N � O A N � NN•. N 88 8 8 b�81j j�8jj e8pp 8$ f8� 8 8 8 8 88 o8 p 8 p8 08 p8 8 N h f� fb fao�0 O A n n �D f� cSp N N N N N N N 8 N N N N NIn r N ° N N N �j r- cai 8 8 p8o 8 8p 8 $ 8 $ $ pgp. pgp $pp s. oso. 8 p8 8 08 C8 08 8Q 8 8 8 • O� 0— 8 8 p pp N a R 8 O R - R N N P7 A Pl N t0 N N h C2 (V b n O N O O co R $. n N /0. N "� N N N o p O O O O O O O O C Q Q o 0 o O o 0 0 0 0 0 0-o 0 0 •o — � � N ZON O v yZ 9 — — n°��� tt m 8 R t� 8 8 8 8 N 8 $ 8 8 8 8 8 $ 8 8 8 lcii of of .i Copi v (pyo ai vi 46cr end c pq 8 8 8 8 8 8 8 s]MO aZ�Q� Wa cn o KiaJjo UZ W y cc 10 N a '^ 0 CC -.26 y YI p 7 ? 1 fl LU 10 w v 40 433 co T) O O O 0O O -3 10 V O O O X X X D (7 m m m m m m Z w U U r 0 0 0 0 0 z 0 Z. x °C U U ° 0 0 0 0 U U X Y X Y Y Y Y Y Y Y X Y X Y ZZ Q c c c c c c c c c �c m V a a a W W W A W W W W W W W W m m m m m m m m m m m m ao m 1- a a s u u S `u u ti u u 'u u `u v u 2a U w w w P P P w J 7 7 7 J 7 7 J 7 7 J 7 J J N e1 N Nl 7o v O O O O 0 _O O O O O O O O O O w W w H W m _Q 2 OAO g A Aeen�� U O�N a OI 0 8 A AA AA O O OO O O O O O O O O O O m EQ OO m co co 1 O O m O m N co c0 0� c0 c9 o c9 W a0 a0 I 11ff11 SpA N L Z (V CV N N N N N N N N N N N N N N N N N N N c`.� N CV 1 ca o o r 25 2S 25 25 25 i5 25 tS 2i 2S 25 25 _ N N OQ^j, th N h N K N p p p pp p p p p O N sO N N �O N VI a o w CD -Q o 0 0 0 0 0 0 0 o a o 0 o o d ci ip ;F-tY�SL 8 $ $ 8 8 8 8 8 8 8 $ 8 Cgs f�Q< y V! H ~ =$QOM � a o 1 J f LL t}��.. f� W v z w d 4 z � N w w z 0 y a 0 0 5 a z a a h it m a o H y co w D 0 a 0 !�t LL. N Ul C) CL tfttuut � w G N to cc D w N N a co t Q d1 tq Z z w cc0 U Z wz Co U- N 0 p LL w S tfJ1' frccLL ccs a. Qxo o W U cc 0DI 0 t Z ca o Q $ •U U ' 0 CC cc z a w e) 4n {tt�`Q1pQQrt r`�r �p a (v� C1 1 T s s lot, a N N N • �7 M �z g _ jo <r-_Z5 o io JOt� X� j on CA W x: a a to p,a u ca o N a a atCA c In D Z Cy w c y y x uj W O Na Na AL Eli A m m . h z m w N m ¢ w 0 o a } a w Z < first Monday of eve- nonth, the AUTHORITY will transf<n.amount based upon the drawdown schedule furnished pursuant to paragraph 22(c) of this AGREEMENT, and BART's written request, after deducting any funds remaining in the BART Fund at the close of a particular month as well as any ineligible reimbursements from the BART Fund. 4. Reimbursements under this Exhibit are cumulative. The AUTHORITY reserves the right to fund either the CAMP BART Fund or the BART Fund and to direct that certain reimbursements be made from either the CAMP BART Fund or the BART Fund. Cooperative Agreement 21.00.42 Exhibit D, Page 3 of 3 5-18-92 COOPERATIVE AGREEMENT BETWEEN THE CONTRA COSTA TRANSPORTATION AUTHORITY AND THE SAN FRANCISCO BAY AREA RAM TRANSIT DISTRICT Cooperative Agreement No. 21.00.02 Exhibit E Method of Reimbursement for Final Design cost of Systems & Standards 1. At the time each item of cost for final design of system wide Systems and Standards is incurred by BART, each of the extension projects (Dublin Pleasanton(DPX-),Pittsburg-Antioch (PAX), C01ma (CSX), Warm SPringS (WSX), and San Francisco ,Airport (SFX): the OEXtensiOnsl then in active final design will be allocated a'Fixed Percentage share of such cost. The share so allocated to the PROJECT is an eligible part of the engineering component referenced in Paragraph #9 Of this Cooperative Agreement. 2. The Fixed Percentages will be determined prospectively when each Extension commences final design and will be calculated by dividing the estimated total cost of final design for each Extension by the estimated total cost Of final design for the Extensions then in final design. As the effective date of this AGREEMENT the Fixed Percentages are calculated for DPX, PAX, CSX, and WSX based on a total final design cost of$86,180,000 and estimated design costs of $32,074,000 for DPX, $21,306,000 for PAX, $7,000,000 for CSX, $25, 80o,00o for WSX. Accordingly, the Fixed Percentages to date are as follows: DPX PAX CSX WSX From Inception of 60.09% 39.91% - Final Design From 8/1/91 53.13% 35.28% 11.59% - Start WSX Final Design 37.22% 24.72% 8.12% 29.94% 3. Following the initiation of final design for the Warm Springs (WSX) and San Francisco Airport {SFX) extensions, BART will charge an eligible funding source for WSX or SIX and allocate an equal *credit" to PAX- The credit is defined as the dollar difference between the PAX proportionate share of expenditures to date for final design of Systems & Standards determined after including the latest extension to eater final design, versus the determination made excluding the latest extension. For SFX, final design estimates will be made following adoption of an environmental document. Cooperative Agreement 21.00.02 Exhibit E Page I of 2 5-18-92 4. With respect to the CSX extension, as soon as funds are paid to BART in accordance with Paragraph #6 below, BART will credit the PAX extension with a funding amount which represents the excess of charges allocated to the extension at the higher percent share prior to 8/1/91 versus the reduced share. The finds credited will be to a BART account specific to PAX and designated for the categories of PROJECT expense in Paragraph #9 of this Cooperative Agreement. 5. When the WSX project has an approved environmental document and as soon as BART receives San Mateo "Buy-in" or "Wash" funds for WSX per the terms of the Comprehensive Agreement Pertaining to BART System Extension, dated February 28, 1990, BART will credit the PAX extension with a funding amount which represents the excess of charges allocated to the extension at the higher percentage share prior to start of Final Design versus the reduced share. The funds credited will be to.a BART capital account specific to PAX and designated for the categories of PROJECT expense in paragraph #9 of this Cooperative Agreement. 6. With respect to the SFX/CSX extensions, BART will determine that the extensions, proportionate share of the development costs of Standards and Systems is a legitimate project cost under the terms of the Comprehensive Agreement pertaining to BART System Extension, dated February 28, 1990. Pursuant to Section IV(C) of the above-referenced Comprehensive Agreement, BART will either(1)seek state reimbursement through state Proposition 108 fiends already programmed for the SFO/CSX extension, or(2) seek MTC concurrence that the costs should be borne by the West Bay bridge toll reserves or San Mateo sales tax revenues. 7. The funds in the capital accounts set up by these actions will be expended as quickly as possible so as to delay charges to CCTA PROJECT FUNDS under this AGREEMENT as long as possible. BART will include the capital accounts status in the CPR 200 and the BART Capital Extensions Program Monthly Financial Report required under Exhibit B to this AGREEMENT. Cooperative Agreement 21.00.02 Exhibit E Page 2of2 5-18-92 COOPERATIVE AGREOWEN'T BETWEEN THE CONTRA COSTA TRANSPORTATION AUTHORITY AND SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT Cooperative Agreement 21.00.02 ATTACEWENT 1 Cost Allocation for Willow Pass Project THIS ATTACHMENT 1 is contemplated by paragraph 7 of, and hereby is made a part of, Cooperative Agreement 21.00.02 and together they are referred to as the AGREEMENT. The capitalized terms used herein have the meanings set forth in this Cooperative Agreement 21.00.02 unless otherwise provided herein. This ATTACHMENT 1 sets forth the cost allocation from Measure C and other sources. A. This ATTACHMENT 1 sets forth the relative shares of the cost of the Willow Pass Grade Lowering Project as described in Recital l of Cooperative Agreement 90.14.01, (the "Caltrans Cooperative Agreement", between the State of California("Caltrans"), AUTHORITY and BART), as the PROJECT(hereinafter the"WILWW PASS PROJECT") to be borne by the Rail Extension project account described in paragraph 2(a) below (hereinafter "BART OMWSION FUNDS")and the fund sources described in paragraphs 2(b) through 2(e) of this ATTACHMENT 1, (hereinafter "HIGHWAY FUNDS".) B. The Contra Costa Transportation Improvement and Growth Management Program (hereinafter "MEASURE C") sets aside$178 million(1988 dollars) for the rail extension from Concord to Eastem Contra Costa. AUTHORITY and BART have entered into Cooperative Agreements relative to the BART rail extension, including Cooperative Agreement 21.00.01 which provided $14.4 million for final design, and this AGREEMENT which establishes the framework for the AUTHORITY's commitment of $178 million (1988 dollars) to the East County rail project. Cooperative Agreement 21.00.01 is subsumed within this Agreement 21.00.02. The Caltrans Cooperative Agreement provides for construction of the VMWW PASS PROJECT. C. MEASURE C sets aside$80 million(1988 dollars) for highway projects eligible under the Route 4 (east) category. The WILLOW PASS PROJECT as defined in the Caltrans Cooperative Agreement is specifically mentioned in MEASURE C, and hence is an eligible project to receive MEASURE C sales tax funds. D. Since the highway widening with median for BART, and the resulting grade reduction incorporated in the WILLOW PASS PROJECT are necessary pre-requisites to the BART rail ecpansion to East county, both HIGHWAY FUNDS and BART EXTENSION FUNDS are appropriate fund sources. Cost sharing guidelines, needed to determine the appropriate proportion of the WEU.OW PASS PROJECT cost that is to be borne by each fund source, are set forth below: Cooperative Agreement 21.00.02 Attachment 1 Page 1 of 5 5-2-92 LT IS MUTUALLY AG1�7D 1_ The following tasks,are necessary for the completion of the WILLOW PASS PROJECT, and are therefore eligible for funding from the sources identified in paragraph 2 of this ATTACF[MENT 1: (a) Preparation of Environmental Documentation; (b) Preliminary and Final Design; (c) Right-of-way acquisition; (d) Utility Relocation; (e) Construction; (f) Construction Management. Funds expended since February 8, 1988 through the settlement of all construction claims are covered by this ATTACEMENT 1. Tasks performed by the County of Contra Costa as the Route 4 Willow Pass Grade project proponent under the terms of Measure C, are eligible for funding under this paragraph. 2. The following fund sources are available for the tasks set forth in paragraph 1 of this ATTACHMENT 1: _ (a) CCTA MEASURE C "Rail Extension from Concord to North Concord and Eastern Contra Costa" project category; (b) CCTA MEASURE C "Route 4 (east)" project category; (c) State highway account funds; (d) Federal highway demonstration funds; (e) Mitigation funds from the U.S. Navy. 3. The allocation of costs under this ATTACBMENT 1 is initially based upon the final engineer's estimate, which is attached hereto as Exhibit 1-A and hereby incorporated into this ATTACHMENT 1 and made a part hereof by reference. As determined by an analysis of the individual bid items contained in Exhibit 1-A for WH-LOW PASS PROJECT, BART EXTENSION FUNDS shall bear 40 percent of the cost for tasks described in paragraph 1 of this ATTACHMENT 1. The balance of the costs are to be borne by HIGHWAY FUNDS, (60 percent). All WILLOW PASS PROJECT costs shall.initially be paid from BART EXTENSION FUNDS or HIGHWAY FUNDS in accordance with the percentage allocation set forth in this paragraph- 4. Upon.acceptance of the finally constructed WILLOW PASS PROJECT by Caltrans, the final percentage allocation between the BART EXTENSION FUNDS and HIGHWAY FUNDS shall be recalculated using the awarded bid prices and the actual measured quantities taking into account all approved contract change orders and claims, whose cost allocation shall be determined in accordance with paragraph 6 below. The recalculation shall use the same methodology as was used for determining the initial percentage allocations from the final engineer's estimate, described in paragraph 3 of this ATTACFAIEENT 1, but in addition it shall talo--into account the agreed-upon cost allocation of any approved contract change orders and claims. All allocations of WII.LOW PASS PROJECT costs between the BART Cooperative Agreement 21.00.02 Attachment 1 Page 2 of 5 5-2-92 EXTENSION FUNDS an(— ie HIGHWAY FUNDS made in acc(7 ince with paragraph 3 of this ATTACHMENT 1 will then be finally adjusted to reflect the recalculated percentage shares. 5. Should the AUTHORITY be successful in obtaining State Local Partnership funds (authorized by Streets and Highways Code Section 2600) for the WILLOW PASS PROJECT, the "Rail extension from Concord to North Concord and Eastern Contra Costa" project account within the MEASURE C program will be initially credited with.such Partnership funds in the same proportion that the BART EXTENSION FUNDS funded the WILLOW PASS PROJECT, and finally adjusted as set forth above. For accounting purposes, the credit will be discounted to equivalent 1988 dollars consistent with paragraph 5 of this Cooperative Agreement 21.00.02. 6. For purposes of determining the final percentage allocation as set forth in paragraph 4, above, Contract Change Orders and construction claims (hereinafter "CCO") paid from AUTHORITY funds shall be allocated between the BART EXTENSION FUNDS and the HIGHWAY FUNDS in accordance with the following: (a) The actual measured quantities and resultant costs of each CCO pay item will be allocated between BART EXTENSION FUNDS and HIGHWAY FUNDS in the same proportion as the particular pay item was allocated in Exhibit 1-A, unless the proposed change in the gay item is attributable to the BART or highway component of the WILLOW PASS PROJECT in a different proportion from that included in the final engineer's estimate. If so the latter proportion shall be used. (b) The actual measured quantities and resultant costs of each CCO pay item that is new, and-hence not included in Exhibit IA, will be allocated between BART EXTENSION FUNDS and HIGHWAY FUNDS, using the methodology of Exhibit 1-A as a guide. 7. Notwithstanding Article 15 of Section I of the Caltrans Cooperative Agreement, in order to qualify the BART EXTENSION FUNDS as match for either Proposition 108, 116 or other State Transit Assistance, AUTHORITY will, if necessary to validate the match, and to the degree permitted by its Master Fund Transfer Agreement with Caltrans, disburse the BART EXTENSION FUND's share of the WILLOW PASS PROJECT costs to BART for subsequent payment to Caltrans. 8. • Upon a written request from BART, AUTHORITY will pursue, to the extent provided in Article 1 of Section I of the Caltrans Cooperative Agreement, additional construction services for the satisfactory completion of the WILLOW PASS PROJECT. 9. Should BART, pursuant to its rights under Article 7 of Section I of the Caltrans Cooperative Agreement, disapprove a change order that is subsequently implemented by CALTRANS, the AUTHORITY agrees to seek resolution of the matter pursuant to the "invoice discrepancy procedures" referenced in its Master Fund Transfer Agreement with Caltrans. 10. With respect to the total obligation of funds for the WILLOW PASS PROJECT, the AUTHORITY will obtain written concurrence from an authorized representative of BART Cooperative Agreement 21.00.02 Attachment 1 Paje 3 of 5 5-2-92 prior to increasing such 0,(- ation above$66,000;000; provided do,uch concurrence shall not be required to the extent that such increase is funded solely from HIGHWAY FUNDS. 11. In the event that the lowest responsible bid for the WILLOW PASS PROJECT exceeds the engineer's estimate by more than 5%, AUTHORITY and BART shall agree on a course of action, before AUTHORITY reaches agreement with STATE. 12. AUTHORITY agrees to provide BART advance written notification, to consult with, to seek written concurrence, and if time permits to obtain a written response, before implementation, on all change orders not wholly allocated to HIGHWAY FUNDS, which:have an estimated cost of over$50,000, have an estimated schedule impact of over one week or were generated by a request from any agency, company or person other than the parties to this AGREEMENT or a Caltrans Department other than Construction, except when necessary for the safety of motorists and/or pedestrians, or for the protection of property. 13. Upon execution of this ATTACHMENT 1, AUTHORITY will advise BART in writing of the expenses incurred to date by the AUTHORITY (hereinafter "PRIOR AUTHORITY EXPENSES")in connection with tasks accomplished pursuant to paragraphs 1(a) through 1(d) of this ATTACHMENT 1. The PRIOR AUTHORITY EXPENSES will be apportioned between the HIGHWAY FUNDS and the BART EXTENSION FUNDS in accordance with the percentage allocations determined in paragraphs 3 and 4 of this ATTACHMENT 1. The proportion of PRIOR AUTHORITY EXPENSES to be borne by BART EXTENSION FUNDS will be discounted to 1988 dollars, consistent with paragraph 5 of this Cooperative Agreement 21.00.02 and deducted from the remaining balance of the CCTA PROJECT FUNDS defined in paragraph 5 of this Cooperative Agreement 21.00.02. Thereafter, AUTHORITY will advise BART on a quarterly basis of additional expenses incurred by AUTHORITY in connection with paragraph 1 of this ATTACI DENT 1. These additional expenses will be discounted to 1988 dollars and charged to CCTA PROJECT FUNDS consistent withthe procedures described earlier in this paragraph 13. 14. With respect to funds expended by BART pursuant to BART Agreement 04CB- 610, dated February 8, 1988 with the County of Contra Costa, upon termination of that Agreement, which is to occur no later than September 30, 1992, BART will advise the AUTHORITY in writing of the funds disbursed by BART under the terms of that Agreement, (hereinafter "PRIOR BART EXPENSES"). These PRIOR BART EXPENSES will be apportioned between the HIGHWAY FUNDS and the BART EXTENSION FUNDS in accordance with the percentage allocations determined in paragraphs 3 and 4 of this ATTACHMENT 1. The proportion of PRIOR BART EXPENSES to be borne by the HIGHWAY FUNDS will be discounted to 1988 dollars, consistent with paragraph 5 of this Cooperative Agreement 21.00.02 and added to the remaining balance of the CCTA PROJECT FUNDS. Cooperative Agreement 21.00.02 Attachment 1 Page 4 of 5 5-2-92 15. This ATTACHMENT 1 will terminate upon completion of construction and settlement of all claims for the WILLOW PASS PROJECT. SAN FRANCISCO BAY AREA CONTRA COSTA RAPID 7SITDISTRICT TRANSPORTATION AUTHORITY b by. ,, rank) W n Rob Y— M 1 Gen er Executive Director Cooperative Agreement 21.00.02 Attachment 1 Page 5 of 5 5-2-92 EXHIBIT 1-A Cooperative Agreement No. 21.00.02 Exhibit 1-A of Attachment 1 5-18-92 Parsons 303 Second Street BrinckerhoN Suite 700 North Quade& San Francisco, CA 94107-1317 Douglas.Inc- 415-243-4600 Engineers Architects Fax.415-243-9501 Planners May 11, 1992 Contra Costa County Public Works Department 255 Glacier Drive Martinez, California 94223-4897 Attention: Mr. Robert V. Faraone Senior Civil Engineer Reference: State Route 4 - Willow Pass Grade Lowering Willow Pass Road (Concord) to Bailey Road Contra Costa County Project No. 4660-6X4110 Subject: Cooperative Agreement Between The Contra Costa Transportation Authority and the San Francisco Bay Area Rapid Transit District Cooperative Agreement 21.00.02 Exhibit 1-A to Attachment 1 Cost Allocation for Willow Pass Project Dear Mr. Faraone: Attached is a revised cost breakdown of the construction costs between highway and BART. Of the total $58,884,000, $351326,307 is attributed to highway and $23,557,693 is attibuted to BART_ The cost of all items that can be attributed readily to highway or BART were assigned directly. Based on the analysis performed at the 65%submittal, 190101 ROADWAY EXCAVATION was split 67% to BART and 33% to highway. This can be attributed to the wider median and flatter grades required for BART. Because they are closely related to roadway excavation, the following items were arbitrarily split 67% to BART and 33%to highway: o . 160101 CLEARING AND GRUBBING 180101 BINDER (Dust Palliative) 190191A FURNISH AND INSTALL PIEZOMETER CASING 190191C DRILL HOLE (Piezometer) 203003 STRAW (Erosion Control) 203014 FIBER (Erosion Control) 203040 SEED (Erosion Control) ev..nwc«ara► 203056 COMMERCIAL FERTILIZER (Erosion Control) 681501 FURNISH AND INSTALL DRAIN PIPE (Horizontal Drain) 681502 DRILL HOLE (Horizontal Drain) Supplemental Work 066620A SLOPE DEWATERING 153223A REMOVAL OF UNSUITABLE MATERIAL 681605B ADDITIONAL UNDERDRAINS Retaining walls 5, 6, & 7 along Evora Road and Willow Pass Road were attributed to highway. All of the other retaining walls would not be required if BART were not included and were therefore assigned to BART, the following items were distributed as shown: BART HWY 192037 STRUCTURE EXCAVATION (Ret Wall) 6,970 CY 300 CY 193013 STRUCTURE BACKFILL (Ret Wall) 9,000 CY 440 CY 193031 PERVIOUS BACKFILL MAT(Ret Wall) 505 CY 5 CY 510108 CLASS A CONCRETE (Ret Wall) 2,870 CY 110 CY 520103 BAR REINFORCING STEEL(Ret Wall) 295,200 LB 6,800 LB 800302 CHAIN LINK FENCE (CL-3, Vinyl-Clad) 1,480 LF 0 LF 800361 CHAIN LINK FENCE (CL-6, Vinyl-Clad) 0 LF 430 LF The total of the items above is $46,285,407, of which $27,767,292 was for highway and $18,518,115 is for BART-a ratio of 40% BART to 60% highway. This ratio was then applied to the following items: 070010 PROGRESS SCHEDULE (Critical Path) 071320 TEMPORARY CHAIN LINK-FENCE (Type CL-6) 073006 18"TEMPORARY CULVERT 073006A 18"TEMPORARY STEEL FLARED END SECTION 073008 24"TEMPORARY CULVERT 073008A 24"TEMPORARY STEEL FLARED END SECTION 073011 36" TEMPORARY CULVERT 073011A 36"TEMPORARY STEEL FLARED END SECTION 073013 48"TEMPORARY CULVERT 120090 CONSTRUCTION AREA SIGNS 120100 TRAFFIC CONTROL SYSTEM 120120 TYPE III BARRICADE 120150 TEMPORARY PAVEMENT MARKING 120161 TEMPORARY TRAFFIC STRIPE 120165 CHANNELIZER (Surface Mounted) 120300 TEMPORARY PAVEMENT MARKER 128201 TEMPORARY DELINEATOR (Class 1) 129000 TEMPORARY RAILING (Type K) 129100 TEMPORARY CRASH CUSHION MODULE 170101 DEVELOP WATER SUPPLY 197040A EARTH RETAINING STRUCTURE (Filter Fabric Wall) 999990 MOBILIZATION 10% State Furnished Materials. 066105 RESIDENT ENGINEERS OFFICE The method used for this cost breakdown is the same as the method used at the 65% submittal. Please call if you require additional information regarding this issue. Very truly yours, PARSONS BRINCKERHOFF QUADE& DOUGLAS, INC_ el �";?�14�7 117,L I Robert L. McFarland Project Manager cc: Paul Maxwell Gary LaBonte attachments: PB Logout No.1067 P8 File No.3192-375.01 8 8 8 8 8 s O O O O 9 8 8 9 9 9 40 -W 4 C6 -.17 9 C4 " r� t5 Z 4 44 Z — An :: " ; 12 8 8 8 --§ 8 8 8 8 8 8 8 06 4-0-0: CY 40om 411, 44 40 r, t- 40 ci -Z a C; -Z 0 'm -W n cm -W 0 10 0 0 o o 0 w 4.1 aC4 o -W .0 Olt 002 <z 0 EAD :9 C; g g . . . . 8 8 8 2 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 IKD 40 C5 n 9 9 0 NO a o< U<s W J I LL3 itt t41 `S i's Gw.UU SQ UZ 0 0 twit w w 22 2O w 8 2. 0 dd o cr (a rw c w -J" s u' w2 cc -JWMtL H z < D < t cec 6. IP i rr 181illingiff, 0 0 0 0 0 0 0 0 z = Z U- LL 0. w I I I I ivya 0 0 T 0 0 0 0 0 0 0 to cc CL C7 WC: V T a 8 t2 W r, C4 C-A felt c8i CY cz 6 C5 44 w 4a 44 40 44 W V) ei 4-4: vI, -0 C-i 0 Q o 0 O O 40 0 Q a O C). A O 0 -0 A r wi e7 C%l 40 00 52 a S x `� 8 R 8 8 8 8 8 8 8 8 8 8 8 8 fr gL< 04 Co —0 w- < C7, ro W< ui W W to LU wy w IL 0 0 0 CL ft w ui w 8 jL is- 0 4L 9L cc * 4L CW1 ZZZZ 52VE (9 S2 12 9 (a 0 !k 40 CA Cr W W W ca w w w w 0 •w g g Q Q z 0 0 9L to cc ¢ ¢ U) tu w 4L U) w uj w ui a 4 < fit w w w ir cc cc cc co (4 (n V) cc cc cc cc (L CL —Co. uj 400 co a coV C', N (m co V) 40 40 to tv — 4n v3 tQ of 8 s- t i aA P iO tOD � rn N N tot"„ i V h- a7i .Ny _- py N dpi w� YNp �' •' N t0 aP y N N N N 'iA VA N N Q t'3 i F N h N N N N app tLl Oi A ty� {N� C! O h H • M! N �O d H N N tV O O N N N N N 1- N 8 8 8 8 $ 8 8 8 8 -8 8 -8 8 8 8 8 8 8 8 8 8 .8 8 8 88 Act AN t% 40r; 0 c4 O U N N M CM N An N N N N N N N 44 N N N N O N N AD to- act Am Oi N N N a~0 to N O in t7ni� O N , L N t0 b m Q vi c4 m Q }{t< N �a z � _ w1 N N to t+ Y tr7 td o 8p 8� 4 n v a pq 2i t5 '� In R R a 44 4* Y! N N h N N eP� G? N K CL r 44 <m t: to �,m O Q J O (J v t3 U ti (� (� U N O FU- h UN zz - - -- - — - - 9"uj � Q LL CL z F cc J ¢ w 3 ¢ cc w 99 c a 3 z tl CL < U w ¢ 0 Q J2uj 0 cc O O 2 a o 0 0 0 ac o y CO CO n cc rill n - Co75 r m m Qg 2 .y O O y COC n n n d w w w w m a 0 to in w a uc oc ac w ¢ cc faU ¢ ¢ z a a a �' co � ui mwo z � l] m CL O N V1 N N 41 y N d MN tL N w _ _d U 25 �' m g + o Q P O O P A tai c�'i m _ vV p (PV N N P3 c") c"07 U $ n m $i t�i § i00lff /T A m- m A 01 A Cf m 000 app (0 0 N N N . NA 1 1 q tN� {Q �tpp ssryry aaryry ttpp ttpp (y .�,. to Y!- 9A wf N N �t0o t0 to t0 t0 t0 AID- t0 to O A A P h 1 -I A. --t --.t u ol ctl ql Z$l § § 4n 44 z C4 8 8 8 E� 8 8 8 Yr 8 C-Y 6 cs 6 .6 44 46 44 ILI :R E� 8 :R 8 40 N y 44 Qv N Y4 N v4 C4 co cq w V� r; C4 O C1 C4 C3, 4-0 ei C4 %C� tv ct 4n C4 ci C4 ro Mgw 2 a 88 z .4 !� 8 2 2 8 8 E� 8 8 8 !R 9 8 8 :R E� E� :R 8 8 8 , 0 1- - 4 _: _: 9 0. W an a; . . 1- 9 . 4a 40 496 tz �0- Z� z z 0 0 Oz w co 0 LL w (j) cc 0 adz ca 0 to 0 0 3: co !� Udw ZO 065 w w U) 0 C13 z 0 1 0 CO 0 t; w tu 0 co co 3: Zle2ziL 0 0 0 cc w s e 00 00 8 8 z w LJEQ-- Tz, Ac9999 - 8 a 4L 8 0 < < 0 1 2 2 2 0 '� 333 z 00 8 8 0 b N S he� pp tpp O O O C C O O O O O pp pO O pp C Oo pp pp pp 420 tD N N N y N N N N N N N N M N o H In .. O i? i") N y y N N N N N f7 N $ O co 8 $ e N sn +W W a l� IO •• o v Q � � 0 0 0 o a o%o •o o o .Q o a o a o 0 0 0 0 z M 2255 � o �A O �O O O 4 O a a o •0 cu co 40 <7,g$wa --- ' a� F p N z a O O vi In d vi rn t0 a w r < a o < rn }Q p _ z 4u cc a • a 3 �; U W a a d d w Ill ca 0- O q y N k Is. O Z ' CC y F Ix s � o o aCL -s V � � s v s t S V S 1j "a a w w w w w w w w w w m N� C* CA Ci p ;,i a a 4 a c� p3 a a a g a w z 2 Q �yj L 1 1 a s o a a a o a a a a 0 0 0 a a o n H n H c c W v, o c� 0 0 0 0 "� a a ¢ a40 a cc cc ¢ 2 1v a0 ao N N NUJ N g ossaIs4S12 (p"y ssti "s a 7 V R Rt h to to Z, t0 tND ty0 tLf N N f� R R Yf 40N y N h Y! N YT t0 tLi iD iLf t0 tp 1 a (V f� y N h t0 O� O N ^ �8 ^ QJ Ql M K �A _•� O O O O iS O O O O O N N N N N N. .Z C4 cc Cli t� crt 40 Im cli rq oj In o 4N w 40 0 0 0 #% w f� 81 W — a `O" t, 0 8 8 CY 0 IL of- 5188888888888888888888888 9 N 4* 44 *A 4* 44 O�g L<e ed 00 rg Cl) O 4n 4L 4u tu w atu w w w w w w w w w w w w w CL Op I & LI- 2-. R; B. S 9- 9. 1 LL LL LL 9L 4L U. Q. 40L. CL IL m CL CL 0- C6 Q. IL w w tu tu tu ul tu w w tu 4LLL .0 gr cc cc cc cc -j -j 0 0 0 0 V § 99tai m ? lutur- F- WW5 � I;- O 0 0 0 0 0 0 W W s s o o o 0 .8 8 0 o 0 0 0 0 N 0 0 0 0 0 0 0 () I cc ,� Oo - W- W- Cav) 0 0 a 0 a 0 0 0 0 0 0 0 0 3 o w w w w q w g w W 0 aL CL 0 0 0 0 0 0 0 0 0 0 0 0 0 0 b 2 40 Q tri LL UL !t LL M LL LL LL LL LL to 5 0 0 F IZL z z Z Z Z Z Z Z Z 0 9 — — — — — — — — — cc cc w w w w w w o o 0 pp jj cc m w m w 0 0 w w (L cz 2w to 03 h 9 C%l 0 2to V o V) l:� N4n 01 C"z ••.p� ,Yi -"- N x 2yS� v gCY �pp . rte.. xdN oma, l7 N N N N +A h 2 %3 � � r N A N N J�O _ y N N N YNNI `P y N N y + • t - O p o p p -p 8 .p 8 •.8p ^p p p 8 8 p--p p $ Q • O N N N y � y i••• N 8 8 88 8 8 8 •$ .g -8 8 8 O...O 9 O $ g g 8 O O 8 $ 8gC48gggg GO N N V► y N N �y �t 41 44 ayOpy N `� L N y 4h as — H ._6 �_ h N N < N el .• -� O e'7 Y� :p ' t8 � N -0 -O O Oul S N MMM�p - •4'.•.' m .-.• a MN2k 8 8 8 8 8 8 8 $ 8 $ $ 8 8 o pp p c+ p p rri p vi t� pp pp .ri pO C� q n r: —C v O O Gtr ea O 8 N N 8 �O h O O +A !�► O t6 N O Vi N N N QO a 5 teeoo8 00 lz= a i 3 Ir :sem w cr w a CD a O Z 0 O cc z Z O 0 0 0 p ui a Q O Z 2 • a' '� < NH Z Z .Z Z W � co 4 ¢ W w vi c a , 0 0 0 0 a w w ; u, w o d U � 6 � U ttl F to � H d CL epi (j aZc cc cc ¢ O O l 'U o z� a o x 'x x ttou d Z 2 2 to vt U 0 � ¢ p x x '� W c[ w w S� w O Z Z Z a O U U a !v tv ±a 'v 7n tv as 2v o O O < Z to to a 7 U U a N A v v fA Q U N V3 �• LL m U U U B 'N o tp cy CY 41) Q o - �Z b N � tt} N} � N T tNf! id0 t0 tN0 45 t8 �O b b 10 tQDH—F • 0 44 Ct .4 V4 � . NV) 44 88 • 8' 8 8 8 8 O C; 6 NOlat Ci 0" Ion 404 44 Qv 4n 0 Tcy OA § 2 a -w 0 P N C'i NC4 O $ On N -C',-J 0- o o 0 o o (D A m[- C%l Z8 < O0, 0 o -6-4:3-—CT-Z —t� -w 8 0 0 ,� 8 i r wel tt EC0 0 j5 N co w aNg�a � — Z 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 2 8 8 8 8 8 8 EX, 9 C; 'd C;N NM g . tz c; 40 CY <—c< E CR 3 E dn 0 ani t a. co 0, :Z� w ami o ww< w< 0 Um 9, OH 90 0 U. VZ w w (L ui IL z 2 z 5 z 9 0 0 z 99 z Q) 2:w z z(0 z 0 z z 0 0 0 z 'Z Z ro z. s w LU T 10 Z N R w lf :) w wtuw wwwwww (L (L WWWCL W -j 4L w CL CL a- tu w CD a a co cc cc cc cc w cc W z W CC j — W W w Z w w w 0 0 y y x tL. w LL. Wu. Mzzz 'u Xxia W � Wwm D 3 m 0 w < < V) w 0 Z z z -j I z z z 0 0 z (L 3 !j ? w Z z z D . r. 0 i 0 0 0 ZO Zo n 0 tu < < < 1 8 1 0 ;: 0 f, 0 — I I clj C-4 Go sn 4n N 8 8 9 cD 20 C� 0T c2 !0t- 4m c.) - Vj 0� 's- 8 8 8 8 8 8 8� 8 8 8 S $ 8 O —8� 9 9 0 C) qd 47 O o 'm o a o o O O d O O a o O O O O d 0 C4 ri t-: a; -d vi < Lti :<, op 8 8 8 8 8 8 'C", 8 8 8 8 8 8 8 8 oS C,< Z, Vi 0 0, co co a��=a � � co iz, 0 w w r n w z z z 0 F F= !2 � a z CL 0 0 cc �M: z 0 CJ Co Uf UJ z O I w w < a- 0. 0. a. 0 z Z 0 m cc CC 0 0 cc t- W w co cc 0 cc 0 w LL LL LL z z z tL 2 0 w w w woo z z o o 52 cc w cc w z 0 0 0 m x x 0 W I !� 2 0 9 8 4 8 9 to 0 oz w z � w 0 0 gu :� T I - =, � Ooo 0 t- 1- P— g O400 0 w w w w - — 0 :Z. !<; z z Cc a cc cr cc CL M .1 zz z 8 co I.- a- CL a- a. 0 in Fo Fn 0 ;r E Lu Cj g to in -0 !2 �-n W- C. 9 2 1 < to in 0 (n m 0 0 0 o ul A Zo i co co to -0 o CIA Ncm I.." C14 C4 CII C-4 CII N 1-4 :E 0 mC-2 n 0 � �S zi � tt 2i 8 Si 8 8 53 8 8 8 8 8 8 8 8 8 8 8 8 8 8 40 N N N y N N N N N NaCI N v� •t O y fA N N e+ O¢ 8 8 88aj 88p 8 8 8 8 88p} 8 88p(� 88 8R 8p 8p 8p 8 088 8p8 p N q b1 t0 A a7 �_ O N +tt tY N afNLh f8 sQ m O as a CCCVVV 40h h H N _O cp �ry N N N N N N 44 41 H r g8 8 8C 8 8p 8 8 8 8 8 8O p8 -8, - 8 8p 8i 80 88 88 (8� 88 88 8OO 88 8 Q as O v y N N N N N N N N N N N !A a/I N' Op Op Oo OOp ia�3 cOp • N4z ,� � N �t Q M VY N N O N N tNh N N t27 gi m o o a 8 r Q g 8 Q '� N NV)t7 A co N N t7 N -•�� O N N p. p m p O O p O_ O_ O •N $ O •(Oy 8 g (Oy O O O O O O O a CV C'4 Oc'} A e9 N O40 N A 12 • }Cc, Q � o a o o a o o c ZOo c •o•o v o •a < k5 cv < c p N _ F_ .--- 0 .... ��yp Zt3. � moCO—:5 w g m t0 v tV $ n $ $ $ $ 8 8 $ 8 8 8 0. O1 01 tT m v 4m Y 4L Q 46 9")<P0�3`o j ' v a ii�} vri O p$$m Oy UOQ .2.U -- - - U7� Cp3 O � Z c F O Z O s� n 3i a m •>Z 5 �..�b a to W k. J t 0 3 3 U. t� a co co co 10 U. U. X j2c LL ` > j y 0 0 0 0 n 1 `0 0 o a o 0 Co m Co co co Co Y Y x Y x x x x x Y x x Y x Cu F F o c C O C C G C G C .0 0 4 J J N b m c c 4 A A c W c Colo m m fn fD /n m m m to 0 co M a s 'u u to o u m W" 00 > > 7 ? > > ? 3' a 7 7 7 N M M - :o o 0 o a o o a o t� o 0 0 o a 0 m W W �W m < a 8. $ $ $ $ 8 8 �{ti!V pmrtOa•D). morW•• oo toAm ca to ca aA pA ph ah oA Ap ho pA p o to to uo tv o 0 w h0 � �to $tD so wWoow R 0 w ao0 co QOOlaapijMli (0yt1 as � (40� (t,• (Nmy �py� O N t•') v N Co r•- CD 8f O ..- N C) - t') <m0 aA (0 A 1�q Us �y L 2 N LV N (V l") t') r') t') <m 0 el 0 r) v < V V V' N N N N N N N N N N N N N N N N N N N N N t -0 0 44 V) w 40 44 ci 0 Gi 9 CrIlt0 N 'COV 44 Go O tom. b0 a Oa v 0 0 0 &q �tn$�d 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 Cr < 41W A 44 o 40% IL tv 0 KL:D� tZ: LL ui ul w 2 z Ui cc w IL (L co I.- w z O0 z a Uf 0 0 C9 -j o < z cr 5Z 0 LU 0 to LLI w z to wCo cr to L3 0 15 &L 0 0 R W) CL tj w 9 - 0) LL. IL w w :1 CL 40 :2 (r le 0 co !jZ Z62=) () :E M, 02 - cc �j tu >-2 D CC (A U. to IL LL cu o 0 11C Us cc 0 Za! ZO cc Via Z 0 8 t D co 0 < V 5- 0 0 t UJUJW EMW 0 Z � Y_ x w I-) cc W LU 0 0) � W -J 0- 0 (.) lu _(o) 1 5 a (h 0 tu w CC cc 0 LU m < CD < U C7 < < I4m o zniu � N d A A � � • •� ty - K N 4 3a_ �••. V(.!�Q 4VV � G Cab < - 40 ci 410 to Q tzo, z E a, tt O wm Z d Utl.a e 'O $ 0 , CLa Y m d d ' CO 0 COIL 1 c z V) m •. 0 w LL O q > a m i cli o z ', ORIGINAL ti 4-cc-4 19.7/20.8 Bailey Road Interchange 4303-228011 Dist. Agent. No. 4-1431-C Document No. CC-7- *14.02-aoCCTA Agreement No. COOPERATIVE AGREEMENT This AGREEMENT, entered into on J 4foh id is -Ij between the STATE OF CALIFORNIA, acting by and through its De- partmeht of Transportation, referred to herein as "STATE", - CONTRA COSTA TRANSPORTATION AUTHORITY a public entity, referred to herein as "AUTHORITY", AND SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT, a public entity, referred to-" herein as "BART" . CIO RECITALS GO ' (1) STATE, AUTHORITY, and BART contemplate jointly constructing improvements consisting of reconstructing the Bailey 1. Road Interchange on State Highway Route 4 in the City of Pittsburg, to provide a median of sufficient width to accommodate a six lane highway expandable to eight lanes and a BART rail sys- tem, construction of BART transit facilities up to subballast in the Route 4 median including station platform and foundations, and construction of pedestrian improvements and a bicycle path, all referred to herein as "PROJECT" . -1- DUPLICATE ORf(- District Agreement No. 4-1431-C (2) STATE is authorized to do all acts necessary, con- venient or proper for the construction or improvement of all highways under its jurisdiction, possession, or control. (3) The Contra Costa County Transportation Improvement and Growth Management Ordinance (No. 88-01) which was approved by the Contra Costa County voters on November 8, 1988, referred to herein as "MEASURE C", authorized the creation of AUTHORITY and empowered AUTHORITY to impose a 1/2 percent transactions and use (sales) tax for a period of 20 years, commencing April 1, 1989, to finance transportation improvements in Contra Costa County. AUTHORITY is authorized to fund the design, acquisition of right of way for and construction of MEASURE C projects on the State Highway System. (4) AUTHORITY is willing to initially bear 100 percent of the total actual costs of construction of PROJECT. AUTHORITY will be reimbursed by STATE for a portion of said costs from State-Local Partnership funds according to the procedures con- tained in the State-Local Partnership Program. The construction of PROJECT is not receiving any other State funds, in accordance with Streets and Highways Code Sec. 2601(b) (3) . (5) STATE, AUTHORITY, and BART are public agencies au- thorized under the Streets and Highways Code, Government Code Section 14529. 11 and Public Utilities Code Sections 28500 et seq. to enter into an agreement under which STATE will advertise, award and administer the construction contract and provide con- struction oversight for PROJECT. STATE and AUTHORITY will pro- -2- ....... ... ..ck.....,. District Agreement No. 4-1431-C vide construction services. AUTHORITY will fund the costs of construction, contract administration, and construction services for PROJECT and the costs of right of way and utility protection, relocation and removal. (6) As part of a pilot program STATE and AUTHORITY do mutually desire to use electronic procedures for monthly billing and payments for costs incurred for construction and services for PROJECT. The terms and requirements of electronic fund transfer are addressed in a separate Master Agreement for Electronic Fund Transfer between STATE and AUTHORITY, STATE District Agreement No. 4-1382-C and AUTHORITY Cooperative Agreement Number 90.00.03, referred to herein as "MASTER AGREEMENT", and all terms and con- ditions thereof shall apply except for right of way capital costs and right of way services costs which are not applicable to PROJECT. (7) STATE, AUTHORITY, and BART do mutually desire to jointly participate in the construction of PROJECT and desire to specify herein the terms and conditions under which PROJECT is to be constructed, financed and maintained. ' (8) The preliminary and design engineering are ad- dressed in a separate design Master. Agreement between STATE` and AUTHORITY, STATE District Agreement No. 4-1376-C and. AUTHORITY Cooperative Agreement Number 90.00.02 . -3- District Agreement No_ 4-1431-C SECTION I STATE AGREES• (1) To provide all labor, materials, tools and equip- ment for PROJECT including advertising, award, contract adminis- tration, field office facilities, Resident Engineer, Structures Representatives, Principal Assistant Resident Engineer, Field Of- fice Engineer, available Entry Level Engineers, material source inspection, independent assurance and specialty testing, survey- ing coordination and other construction services as may be re- quested by AUTHORITY for satisfactory completion of PROJECT. The terms in the preceding sentence are as defined in various STATE manuals, policies and procedures. The services to be provided by STATE, when .combined with resources and work to be provided by AUTHORITY, are referred to herein as "SERVICES" for the purpose of determining AUTHORITY' s share of the cost of SERVICES. (2) At no cost to AUTHORITY or BART, to provide that portion of SERVICES that are included in STATE' s oversight re- sponsibility_ for construction of PROJECT, including, but not lim- ited to: District Office Engineer time; a full time Resident Engineer; Resident Engineer' s Supervisor time; Structures Repre- sentatives' Supervisor time; Assurance, Specialty and , Source testing; in accordance with the provisions of STATE' s Policy and Procedure Memorandum No. P90-01. (3) To construct PROJECT by contract in accordance with. plans and specifications for STATE Contract Number 04-228014 pre- -4- District Agreement No. 4-1431-C pared for AUTHORITY by Contra Costa County' s Consultants, BART and BART' s consultants and overseen by STATE_ AUTHORITY and BART shall be named as additional indemnitees and, to the extent ap- plicable, as additional insureds in the construction contract be- tween STATE and the contractor for PROJECT. (4) To establish separate -PROJECT accounts to accumu- late charges and credits for all costs to be paid for by AUTHOR- ITY pursuant to this Agreement_ (5) As construction of PROJECT proceeds, to use proce- dures, as set forth in the MASTER AGREEMENT, to submit to AUTHOR- ITY monthly summaries of charges for actual expenditures for construction and SERVICES. (6) Thereafter, to- prepare and submit two copies of de- tailed monthly billing statements to AUTHORITY for construction and SERVICES, as set forth in the MASTER AGREEMENT. (7) To provide advance written notification, to consult with, to seek written concurrence and if time permits to obtain a written response, before implementation, from AUTHORITY on all change orders, and from BART on all change orders affecting BART facilities, which either have an estimated cost of over $50,000, have an estimated schedule impact of over one week, or were gen- erated by a request from any agency, company or person other than the parties to this Agreement or a Caltrans Branch other than Construction, except when necessary for the safety of motorists and/or pedestrians or for the protection of property. If AUTHOR-. ITY or BART provides written objection to a change order, AUTHOR- S- - District Agreement No. 4-1431-C ITY shall have the right to seek resolution pursuant to the discrepancy provisions of Section III of MASTER AGREEMENT. (8.) To submit to BART for review and obtain written ap- proval of all design changes and contractor submittals, such as shop drawings or requests for substitution of materials, affect- ing BART facilities. Upon completion of construction, to provide BART with a copy of contractor' s record drawings affecting BART facilities. (9) To submit to AUTHORITY each month two copies of a construction progress report which describes the work performed and completed during the reporting period and gives pertinent contract data such as change orders issued, cumulative costs of change orders, progress payments made (reported in dollars) , and percentage progress achieved to date, all in accordance with STATE' s standard accounting practices. (10) Upon completion of PROJECT and all work incidental thereto, to furnish AUTHORITY with two copies of detailed state- ments of the total actual costs of construction and SERVICES for PROJECT, including the costs of any contract claims which have been allowed to the construction contractor. STATE thereafter shall refund to AUTHORITY (promptly after completion of STATE' s audit) any amount of AUTHORITY' s payments STATE is holding„• after actual costs to be borne by AUTHORITY have been deducted, or to bill AUTHORITY for any additional amount required to complete AUTHORITY' s financial obligations pursuant to this Agreement. -6- District Agreement No. 4-1431-C (11) Upon presentation of documentation acceptable to STATE, to accept the additional rights of way acquired for PROJECT pursuant to Article (1) of Section II, and to own, oper- ate and maintain all STATE highway facilities as constructed un- der PROJECT in accordance with the provisions of the freeway agreements and freeway maintenance agreements presently in effect or as may be executed or modified hereinafter and make no . claim _ against AUTHORITY or BART for any portion of such maintenance ex- pense. STATE shall transfer to BART at no cost to BART, upon ac- ceptance by STATE of the PROJECT construction contract, the right of way for BART facilities outside STATE' s and other public enti- ties right of way, as referenced in Article 2 of Section III . Maintenance of the bicycle path, pedestrian improvements, traffic signals, local roads, and BART facilities within STATE right of way will be covered in separate Maintenance Agreements with the respective agencies. (12) To consider AUTHORITY' s payment of the BART share of the PROJECT, determined in accordance with the provisions of the Cost Sharing Attachment to Cooperative Agreement No. 21.00.02 between AUTHORITY and BART, as a portion of the local match for Proposition 108, 116 or TCI funds for the BART Rail Extension to West Pittsburg. BART' s eligibility for these funds will be de- termined in accordance with established California Transportation Commission policies and procedures and will be addressed in a separate agreement(s) . -7- District Agreement No. 4-1431-C (13) STATE will, insofar as STATE may legally do so, defend, indemnify and hold free and harmless BART and AUTHORITY and their respective directors, officers and employees, and each of them, from any and all claims, demands, suits, loss;- damages, injury and liability, direct or indirect (including any and all expenses in connection therewith) alleged to have resulted from the construction by STATE of STATE facilities as part of PROJECT_ (14) After completion and acceptance of PROJECT, to the extent it may legally do so, STATE agrees that upon request by BART or AUTHORITY, and at BART' s or AUTHORITY' s sole cost and ex- pense, STATE will pursue its legal remedies, if any, against STATE' s construction contractor with regard to PROJECT. SECTION II AUTHORITY AGREES: (1) To have Contra Costa County acquire all additional right of way required for PROJECT in accordance with all applica- ble State and Federal laws and regulations and in full conform- ance with all STATE right of way procedures and practices, and to: provide for Contra Costa County to certify, subject to STATE con- currence, that legal and physical control of right of way has been acquired, that same is ready for construction, and that all right of way was acquired in accordance with applicable State and Federal laws and regulations and in full conformance with all, STATE right of way procedures and practices. -8- . District Agreement No. 4-1431-C (2), To provide, at no cost to STATE, qualified support staff and other resources necessary to supplement STATE resources to accomplish PROJECT construction, including inspection, materi- als acceptance sampling and testing, review of contractor submit- tals, engineering support, and field office staff. Said resources provided by AUTHORITY must be coordinated by and under the specific direction of the STATE' s Resident Engineer. ' (3) To provide, at no cost to STATE, surveying and staking services. Said resources provided by Authority must be coordinated by and under the specific direction of the STATE' s Resident Engineer. (4) To bear 100 percent of the actual costs of right of way and utility protection, relocation and removal costs of PROJECT estimated to be $14,000,000. (5) To bear one hundred percent (100%) of the total ac- tual construction costs of PROJECT, estimated to be $39,700,000, including the costs of STATE-furnished materials, supplemental work, change orders, contract claims paid to the construction contractor, and the costs of STATE' s defense of all PROJECT-related claims which may be filed by said contractor un- der Section 9-1.07 of STATE' s Standard Specifications; less any reimbursement from State-Local Partnership funds, The, -actual construction costs of PROJECT shall be based upon the final quan- tities which shall be determined after completion of all work and upon final accounting of costs. -9- C District Agreement No. 4-1431-C (6) To bear one hundred percent (100%) of the actual costs of SERVICES for PROJECT, estimated to be $3,970,000. Said costs of SERVICES shall include.. costs of providing personnel re- sources, their equipment, and field office facilities and all di- rect and indirect costs (functional and administrative overhead assessment) attributable to STATE' s portion of SERVICES applied in accordance with STATE' s standard accounting procedures, except those costs which are determined to be included in STATE' S over- sight responsibility. The actual costs of SERVICES for PROJECT shall be determined after completion of all work and upon final accounting of costs. (7) AUTHORITY' s initial total obligation for the costs of right of way, utility protection, relocation and removal, con- struction and SERVICES for PROJECT is $57,670,000. This amount is subject to increase to cover the costs of utility protection, relocation and removal as provided in Article (10) of Section IV of this Agreement. The total obligation may also be increased to cover costs in excess of the initial estimated total costs of construction and SERVICES. The total obligation may also be in- creased to cover costs of archeological monitoring and recovery for PROJECT, should any be required. Any increase in total obli- gation will be subject to the written concurrence of AUTHORITY, which will be incorporated by reference into this Agreement with- out the necessity of a written amendment. -10- District Agreement No. 4-1431-C (8) To use procedures, in accordance with the - MASTER AGREEMENT, to make monthly payments to STATE for actual costs. incurred for construction and SERVICES. (9) To make supplemental payments and payments for SER- VICES when required, in accordance with the MASTER AGREEMENT. (10) To pay STATE upon completion of all work and within 25 working days after receipt of a detailed statement made upon final accounting of costs therefor, such amount as required to complete AUTHORITY' s financial obligation pursuant to this Agreement. (11) To provide BART with a copy, upon receipt from STATE, of the statements and reports to be provided by STATE in accordance with Section I . (12) At no cost to STATE to retain services of original design consultant and its subcontractors to provide design sup- port during construction. SECTION III BART AGREES: (1) To provide, at no cost to STATE or AUTHORITY, qual- ified field representatives and other resources necessary to mon- itor PROJECT construction for BART facilities, including; performing independent assurance inspections, testing and re- views; independent specialty testing; independent off-site source inspection; independent materials and workmanship acceptance in- -11- } District Agreement No. 4-1431-C spection, sampling and testing; design engineering support; and review of contractor submittals. Said resources provided by BART. must be coordinated by and under the specific direction of the STATE' s Resident Engineer, subject to the authority of the BART representative defined in Article (11) of Section IV. BART will not provide support personnel or other resources to supplement STATE resources for the daily inspection, sampling, testing and field office staff for PROJECT. This article shall in no way di- minish the responsibility of STATE for the satisfactory con- struction of PROJECT. (2) To. accept the right of way for BART facilities out- side STATE' s and other public entities' right of way and own, op- erate and maintain all BART facilities as constructed under PROJECT in accordance with the provisions of the cooperative agreements and maintenance agreements presently in effect or as may be executed or modified hereinafter and make no claim against AUTHORITY or STATE for any portion of such maintenance expense. Acceptance of said rights of way by BART is subject to a review of a Policy of Title Insurance in BART' s name to be. provided and paid for by AUTHORITY. (3) At no cost to STATE to retain services of original design consultant and its subcontractors to provide design sup- port during construction. -12- District Agreement No_ 4-1431-C SECTION IV IT IS MUTUALLY AGREED AS FOLLOWS: (1) All obligations of STATE under the terms of this Agreement are subject to the appropriation of resources by the Legislature and the allocation of resources by the California Transportation Commission. (2) All obligations of AUTHORITY under the terms of this Agreement are limited as provided in the Contra Costa Trans- portation Improvement and Growth Management Expenditure Plan, dated August 3, 1988, and are subject to the availability of funds in the annual budget of the AUTHORITY pursuant to Public Utilities Code Sections 180105 and 180108. All obligations of AUTHORITY under the terms of this Agreement are expressly subject to AUTHORITY' s continued authorization to collect and expend the sales tax provided by. MEASURE C. If for any reason AUTHORITY' s right to collect or expend such sales tax is terminated or sus- pended in whole or in part, AUTHORITY shall promptly notify STATE and BART. STATE, BART, and AUTHORITY shall consult on a course of action. If, after twenty five (25) working days, a course of action is not agreed upon between STATE and AUTHORITY, this Agreement shall be deemed to be terminated by joint consent pur- suant to Article (8) of this Section IV; provided that any fur- ther obligation from the date of notice shall be expressly limited by and subject to (i) the lawful ability of AUTHORITY to expend sales tax proceeds for the purposes of this Agreement; and -13- District Agreement No. 4-1431-C (ii ) the availability of funds for such purposes, taking into consideration all the obligations of AUTHORITY under all out- standing contracts, agreements and other obligations of AUTHOR- ITY. (3) Should any portion of PROJECT be financed with Fed- eral funds or State funds, all applicable laws, rules and poli- cies relating to the use of such funds shall apply notwithstanding other provisions of this Agreement. (4) STATE' s goals for utilization of Minority and Wom- en' s Business Enterprise (MBE and WBE) will be included in the construction contract. The contract goals will be based on a technical analysis of contract items and certified MBE/WBE sub- contractors in the area. STATE will award PROJECT to the lowest responsible bidder who meets the goals or who made,in the sole judgement of STATE, a good faith effort to do so. (5) STATE shall not advertise for bids to ,construct . PROJECT until this Agreement is executed by all parties thereto. Unless State-Local Partnership funding is in jeopardy of being lost, STATE shall also not advertise for bids to construct PROJECT until AUTHORITY delivers to STATE control and/or pos- session to rights of way, free and clear of all encumbrances det- rimental to STATE' s present and future uses at the tune of certification of rights of way ready for construction. Accept- ance of said rights of way by STATE is subject to a review of a Policy of Title Insurance in STATE' s name to be provided and paid for by AUTHORITY. -14- District Agreement No. 4-1431-C (6) If, after opening bids for PROJECT, it i-S found that the lowest responsible bid does not exceed the Engineer' s Estimate by more than 50 of the estimate, STATE may award the contract. (7) If upon opening of bids for PROJECT, it is found that the lowest responsible bid exceeds the Engineer' s Estimate by more than 5% of the estimate, STATE, AUTHORITY, and BART shall consult upon a course of action. If, after twenty five (25) working days, a course of action is not agreed upon between STATE and AUTHORITY, this Agreement shall be deemed to be termi- nated by joint consent and the parties will proceed pursuant to Article (8) of this Section IV. (8) If termination of this Agreement is by joint con- sent, AUTHORITY will bear one hundred percent (100%) of all PROJECT-related costs incurred by STATE pursuant to this Agree- ment, to the date of termination and as provided in Article (9) of this Section IV. (9) After award of the construction contract for PROJECT, should AUTHORITY, after a request by STATE, not author- ize funding beyond the amounts stated respectively in Articles (4) , (5) , and (6) of Section II, STATE shall insure that all op- erating roadways are in a safe and satisfactory permanent operat- ing condition and then shall cease work on PROJECT. Additional costs incurred in accordance with this article in excess of pay- ments made will be billed and subject to payment by AUTHORITY. -15- District Agreement No. 4-1431-C (10) If, during PROJECT construction, any unforseen conflict with existing public and/or private utilities occur, or there is a significant change required in any approved utility relocation plan, then the provisions of STATE' s Standard Specifi- cations, Section 8-1. 10 (Utilities and Non-Highway Facilities) shall apply. AUTHORITY will bear one hundred percent (100%) of costs of protection, relocation and removal of said utilities. (11) In the construction of PROJECT, AUTHORITY and BART may, at no cost to STATE, each furnish a field representative, if they so desire. Said representative(s) and STATE' s Resident En- gineer will cooperate and consult with each other, but the deci- sions of STATE' s Resident Engineer shall prevail as final, binding and conclusive in all matters concerning the PROJECT con- struction contract. The BART field representative, working through the STATE' s Resident Engineer, shall have the authority to request cessation of the contractor' s operation on BART facil- ities, wholly or in part, to approve or disapprove workmanship or materials on BART facilities, or to suggest other appropriate action when work on BART facilities is substandard or does not comply with contract provisions. Only the STATE' s Resident Engi- neer shall have the authority to suspend the contractor' s work. (12) Upon completion of construction of PROJECT,, • STATE will consult with AUTHORITY and BART before final acceptance of the completed PROJECT. District Agreement No. 4-1431-C (13) STATE' s construction contract claims process will be used in consultation with AUTHORITY and BART. AUTHORITY and BART will abide by the outcome of STATE' s claims process. (14) Upon completion of all work under this Agreement, ownership and title to materials, equipment and appurtenances in- stalled within STATE' s right of way will automatically be vested in STATE, except that ownership and title to materials, equipment and appurtenances for BART facilities installed within STATE' s right of way will automatically be vested in BART, and materials, equipment and appurtenances installed outside of STATE' s right of way will be vested in BART or the appropriate public entity ac- cording to the jurisdiction in which these materials, equipment and appurtenances are located. (15) Upon completion and acceptance of the PROJECT con- struction contract by STATE, STATE will accept control of and maintain, at its own cost and expense, those portions of PROJECT lying within STATE' s right of way, except local roads, signals, bicycle path and pedestrian improvements, delegated to the appro- priate public entity and BART facilities delegated to BART for maintenance. (16) Maintenance of those portions of PROJECT lying outside STATE' s and BART' s right of way and local roads, signals, bicycle path and pedestrian improvements within STATE' s right of way delegated to another public entity for maintenance will be addressed in separate maintenance agreements between STATE and/or- other nd/orother respective involved public entities. -17- District Agreement No. 4-1431-C (17) BART will accept control of and maintain, at BART' s expense, BART facilities within BART' s and STATE' s right of way. BART' s use of. STATE's right of way will be addressed in a separate agreement between STATE and BART. (18) BART will not begin revenue service within STATE' s right of way until the separate right of way and maintenance agreements have been executed. (19) Pursuant to Government Code Section 895.4, STATE shall fully indemnify and hold AUTHORITY and BART and their re- spective directors, officers and employees, harmless from any li- ability imposed for injury (as defined by Government Code Section 810.8) occurring by reason of anything done or omitted to be done , by STATE under or in connection with any work, authority or ju- risdiction delegated to STATE under this Agreement. Neither AU- THORITY, BART, nor any director, officer or employee thereof, shall be responsible for any damage or liability occurring by reason of anything done or omitted to be done by STATE under or in connection with any work, authority or jurisdiction delegated to STATE under this Agreement. (20) Pursuant to Government Code Section 895.4,. AUTHOR- ITY shall fully indemnify and hold STATE and BART and their re- spective directors, officers and employees, harmless from any liability imposed for injury (as defined by Government Code Sec- tion 810.8) occurring by reason of anything done or omitted to be done by AUTHORITY under or in connection with any work, authority. or jurisdiction delegated to AUTHORITY under this Agreement- _18- t , District Agreement No. 4-1431-C Neither STATE, BART, nor any director, officer or employee thereof, shall be responsible for any damage or liability occur- ring by reason of anything done or omitted to be done by AUTHOR- ITY under or in connection with any work, authority or jurisdiction delegated to AUTHORITY under this Agreement. (21) Pursuant to Government Code Section 895.4, BART shall fully indemnify and hold STATE and AUTHORITY and their re- spective directors, officers and employees, harmless from any li- ability imposed for injury (as defined by Government Code Section 810.8) occurring by reason of anything done or omitted to be done by BART under or in connection with any work, authority or juris- diction delegated to BART under this Agreement. Neither STATE, AUTHORITY, nor any director, officer or employee thereof,. shall be responsible for any damage or liability occurring by reason of anything done or omitted to be done by BART under or in con- nection with any work, authority or jurisdiction delegated to BART under this Agreement. (22) Except as expressly provided herein 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 bind- ing on any of the parties hereto. -19- District Agreement No. 4-1431-C (23) The parties hereto recognize and agree that sepa- rate counterpart signature pages may be used but that all such pages shall constitute one and the same Agreement. STATE OF CALIFORNIA CONTRA COSTA TRANSPORTATION Department of Transportation AUTHORITY JAMES W. VAN LOBEN SELS Director of Transportation By Chairpers n B H. J NG Deputy Dist is Director � e � Attest: a�.�.� t McClea , APPROVED AS TO FORM AND PROCEDURE Executive ect r ­B--,,, A PPROVED AS TO FORM AND �,) q3k��� ATTORN Y Department of Transportation CERTIFIED AS TO FUNDS AND PROCEDURE S an Tayl r, A torney I certify that funds have been C:;,44� budgeted for the period and the District' Accountin A inistrator purpose of payment to STATE stipulated in the above Agreement N4ZzecutiVe., hector -20- District Agreement No. 4-1431-C (23) The parties hereto recognize and agree that separate counterpart signature pages may be used but that all such pages shall constitute one and the same Agreement. STATE OF CALIFORNIA SAN FRANCISCO BAY AREA RAPID Department of Transportation TRANSIT DISTRICT JAMES W. VAN LOBEN SELS Director of Transportation Gen al nager R_ H_ LING st ,,�ic�'NGrec or De ty D( �ict Direc4d6/ or Attest: APPROVED AS TO FORM AND PROCEDURE APPROVED AS TO FORM AND PROCEDURE ATTORNEY � Department of Transportation CERTIFIED AS TO FUNDS AND PROCEDURE AW6rney San Francisco Bay Atka Rapid Transit.DistrictlZ", GO District Accounting .AJini'strator -21- 0 INAL RIG , CONTRA COSTA TRANSPORTATION AUTHORITY Resolution 93-04- RE: APPROPRIATION OF FUNDS AND AUTHORIZATION TO EXECUTE A CONSTRUCTION AGREEMENT FOR THE BAILEY ROAD INTERCHANGE PROJECT (#1402). WHEREAS, the Contra Costa Transportation Improvement and Growth Management Expenditure Plan (hereinafter 'Plan") includes $80,000,000 in 1988 dollars for the Route 4 (east) project funding category; and WHEREAS, the Plan also includes $178,000,000 in 1988 dollars for the Rail extension to Eastern Contra Costa; and WHEREAS, the Authority has executed Agreement No. 21.00.02 with BART that provides for the allocation of construction costs to both the Route 4 (east) and Rail extension project fund categories; and WHEREAS, the Authority expects that the appropriation of funds by this Resolution will be offset by receipt of state-local partnership funds; and WHEREAS, the Authority has made prior fund appropriations for this project which are summarized in Attachment A to this resolution, WHEREAS, the Authority wishes that Caltrans administer the construction-of the Bailey Road Interchange on Route 4 as well, as certain related BART facilities; now therefore be it RESOLVED, that the Chair is authorized to execute Cooperative Agreement No. 90.14.02 between the Authority, BART and Caltrans for the construction of the Bailey Road Interchange; and be it further RESOLVED, that the Authority appropriates $44,000,000 for-the construction of the Bailey Road Interchange and overall construction management; and be it further RESOLVED, that the disbursed funds will be allocated between the Route 4 (cast) and rail extension project fund categoniesi .in accordance with Cooperative Agreement 21.00.02. &n Munn,nA_ Chair yn This RESOLUTION was entered into at a meeting of the Contra Costa Transportation Authority held January 11, 1993 in Walnut Creek, California Attest: tive Di tor Robe MC6_1 ATTACHMENT B COOPERATIVE AGREEMENT NO. 14.00.00 between the Coots Costa Transportation Authority and County of Contra Costa 92ML IT A Chronological Listing of Fund Appropriation Resolutions Project Number Resolution Number Date Funds Appropriated Cumulative Total 90-20 I2-19-90 30.000 =30:,0:00 : :' I.401"r '< 14.fl1.01 I2-12-59 3.000.000 3,000,000 14.01.01A 06-20-90 400,000 3,400,000 14.01.02 09-27-90 900,000 4,300,000 90-17 12-05-90 500,000 4,800,000 91-04-P 02-20-91 105,000 4,905,000 91-05-P 03-20-91 572,000 5,477,000 91-06-P 03-20.91 200,000 - 5',677.000 91-48-P 09-18-91 1,170,000 6.847.000 91-36-P 09-18-91 824,000 7,671,000 91-37-P 09-18-91 3,416,000 11,087,000 91-48-P 02-19-92 -1.170,000 9,917,000 92-07-P 02-14-92 170.000 10,087,000 92-1I-P 3-18-92 -*66,000,000 76,087,000 91-36-P(revised) 6-17-92 855,000 76.942.000 92-19-P 6-17-92 160,000 77,102,000 92-19-P(revised) 9-16-92 -100,000 77,002,000 92-30-P 11-18--92 25.000 77.027.000 92-30-P(revision 1) 12/16/92 25,000 77,052,000 00 L� -Actual expenditure of Measure C funds on this project will be allocated between the Route 4(cast)project category and the East Contra Costa Rad(BART)project category on a perccatage basis provided by CCTA Agreement 21.00.02(approximately 60/40 split). —Coastrtiction Funds to be disbursed directly to"trans.rather thaw Contra Costa County. —Actual expenditure of Measure C funds on this project will be allocated between the Route 4(cast)project category and the East Contra Costa I Rail(BART)project category on a percentage basis.(approximately 50150 split). ATTACHMENT B COOPERATIVE AGREEMENT NO-14.00-00 - - betwe¢n the Contra Costa Transportation Authority �. and County of Contra Costa ... 14.02.01 06-27-90 400,000 400,000 91-08-P 03-20-91 120,000 520,000 91-07-P 3-20-91 2,000,000 2,520,000 91-07-P(Revision 1) 06-19-91 2,230,000 4,750,000 91-13-P 06-19-91 190,000 4,940,000 91-08-P(Revision 1) 09-18-91 321,000 5,261,000 91.47-P 09-18-91 14,960,000 20,221,000 91-08-P(Revision 2) 12-18-91 70,000 20,291,000 92-16-P 5-20-92 32,000 20,323,000 91-07-P(Revision 2) 7-15-92 735,000 21,058,000 91-08-P(Revision 3) 11-18-92' 172,000 ~21,230,000 92-31-P 11-18-92 75,000 21,305,000 92-31-P(revision 1) 12-16-92 35,000 21,340,000 93-03-P 1-20-93 5,000 21,345,000 93-04-P 1-20.93 ••44,000.000 65,345,000 TOTAL FUNDS APPROPRIATED 142,427,000 'Actual expenditure of Measure C funds on this project will be allocated between the Route 4(cast)project category and the East Contra Costa Rail(BART)project category on a percentage basis provided by CCTA Agreement 21.00.02(approximately 60/40 split). "Construction Funds to be disbursed directly to Caltrans,rather than Contra Costa County- ...Actual expenditure of Measure C funds on this project will be allocated between the Route 4(cast)project category and the East Contra Costa 2 Rail(BART)project category on a percentage basis.(approximately 50/50 split). March 23, 1993 File: 4-CC-4 19.7/20.8 4303-228011 Bailey Road IC Mr. Robert K. McCleary Dist. Agmt. No. 4-1431-C Executive Director Contra Costa Transportation Authority 1340 Treat Blvd. , Suite 150 Walnut Creek, CA 94598 Attention: Mr. Paul Maxwell Dear Mr. McCleary: � Q3 Subject: Executed Cooperative Agreement for Files Enclosed for the Authority' s files are two (2) copies of the fully executed Cooperative Agreement for reconstructing the Bailey Road Interchange and for other improvements and BART work on State Highway Route 4 in Pittsburg. Sincerely, PRESTON W. KELLEY District Director By .lull"'_' ,5= MAR ?- ROBERT A. ANDERSON, Chief Project Development { Contra Costa II Enclosures 1:1 •� •• 1• • ••. ICI i • I1 ICI •� 1' • •�. t' • ' • '� 1 • 1: 1 ' � ' 1:1 '• I ���+' �It. • ICI ' • ` �' � � it I� 1 0 1 � ' ICI : • 1 ' � • 1 1 1�!' �: • r ' • • I� 11 - ••' • •• ' •i� •• 1 Y: � i It ti rl • n - vt • • r.i/ - ii :+ • ri - / •• u- • 1 • ' ( • v• t • • .0• In • �t e. •4•<t Ill.iu 1 414 lei •ti • i .tip tl `111 Y :! :• • /i - 1 .� : ' •1111• 11 - •• ' ••s ! 1111 ' • 111 ;W"', on " • t• i • •1 14*1 44s 1 I 0'1 1 11 ! .11/ Is ' •' 1 •t:" • ' 1•:el 1 • lei 1 ' 1 • 1 •I •' .•• 1 !: 4n ii ••1 t" •' .tte •• 4/ i :1 1 • , .s'• i 1•'i i .11 J :ill ill 1' 11 - Lil 1 • ,11.• IIIiL • 11 • • �Y.1 J/ • ' •' I t� • :i1 1 • • ' •.,\ ' •: 1 11 1'1•1' t • ' •:/ ill II ' IA •' I • 11 tl 1 • 11 ' i.l ' •:•• 11 i V1.111 ' • .V 1 11 i /.:�Y. •:/ II 11 '•' ••'t i .11 :J :i11 ill ti' 1. :J 1: 1 11 tvl 1111.1111 Y.111:• /'1 1 • • ' ••'1 i .i1 J :ill.il 11 11 .1 1 •\ ••'•i .11 !1 4ill,il t. If�•: t/• :I :1 L:e - 11 / v 41•►" .II• 11✓.1." 1:1 Ii :• i:1 • 11 - ✓.A`t 4 ••'1:a .11 L ►►/lilt ' L ::/ 11.1 •• 1 • .Y• 1 :• 11 :/ 11 40;:1 ti11 I I :: • •'t i • 1 1 •1 •' . •• 1 1 " ••Yi .11 •J :i11,ii it :+ :• 11 • ►4 :W • ' a1 / : • ' .11 t • 1 11- : ' .i :)! sl 1'1 1 •'It 1111,• :1•• nll • 1'11 Yr / ,Y.11 1'1 • :. ' •. •- :�� ' It.e' I • 11 " - it 1'1 ►:I 1 • ,11 1111 - :J /:I • 11 - :. ' •./ 11 :! YI✓.1111 •.. ' • :V :11/ 1 •'ll 11r is v • 111 • .1 t Ilii /.w M .:/ 11 11 ' ••'e i .11 !J "►ill.ill 11- •' 'J 1✓. • • 1 !'1 11✓.1 IIY. 11.t 1'1 1 • • ' ••/i .11 J ::►11 411 11 1 1 ••'/4 .11 •J :illifl 111 Ve' ••' ,t :i f: - 1 t i i1V" .11/ 11./�- •a 1�' :• 1:1 1 11- •-YI� .11 !J :ill it . :J ::• 11..1 11 - to 1 :� • • 1 ill � 1 • W'.t .t • i •••'i i ,11 11 •' 11 - Y•1`II VI •1 • / i. ' 1: • 1 i YI.11 • ' • .M •1 •' . •• 1 ,11 .i 1• • ' i ' .II/ 41 :r, :• Itl • •••i .11 y :41/4/1 • 11 - • 1 ••.:� • • U ••'ll.1 ,Y1 1 ' Ilti' • ill it N•t • 1/" i. ' •:t / . 1.1111 •- ' • :V •'1 Y, 'JI ' • I � t 11" � • ' 1/.t' I • 1 11 i iii.Y, 1:1 1 11 - 1 1'•4 . 1 J :i l it N - •" •J 1• • 1 / /1. I Y. I:r 1'1 1 1 • ' • • y :411 ill • '1 ' 1 • •••:! • ' J :ill iI i V•' t•' .1 :e 1 i 1 t i 41 . I t it.•• •: I4 :• .11 1. 4 - 1. e' - 4 :t • 1 . 1 •• •••:' .1 !J :41/" 1 4. It was the intent of the parties to the Cooperative Agreements referenced in Recitals 1, 2, and 3 of this Agreement.(hereinafter collectively referred to as the COOPERATIVE AGREEWRqM that a. Said COOPERATIVE ACREENTENIS describe and authorize an integrated transpotttation project which includes a BART and highway component as well as other related fes; and b. Said COOPERATIVE AGREEMRSTIS were further intended to be a joint exercise of powers authorizing COUNTY to exerdw the power of enmment domain for the acquisition of property on behalf of the parties. C. Said joint exercise of powers does not constitute the creation of an agency or entity which is separate from the parties to the agreement as described in California Government Code section 6503.5. 5. By this Ate, AUTHORITY, BART, STATE and COUNTY intend to clarify and reaffirm, in a single integrated agreement, executed by all parties, what was intended in said COOPERATIVE AGREENffNM to-wit, that a. The project includes the joint constr m on of imprnvements consisting of the widening and improving of State l ighway Route 4 between Willow Pass Road in Concord to RailroadAvenue in Pittsburg,reconstructingthe Bailey Road Ioxercbange on State Highway 4 in the City of Pittsburg,to provide a median of sufficient width to accommodate a six lane highway, expandable to eight lanes, and a BART rail system, construction of BART transit facilities up to subballast in the Route 4 median including station platform and foundations and construction of pedestrian improvements, paddng facilities and a bicycle path (the 'PROJEM; and all references to the PROJECT in said COOPERATIVE AGREEMEtM relevant to the exercise of the power of eminent domain included therein and herein includes all of the above features of the PROJECT together with all supporting features necessary to protect or preserve the safety and usefulness of the project; b. With respect to the acquisition of any real property or interest therein required for the PROJECT, or otherwise necessary to protect or preserve the safety or usefulness of the PROJECT, the COOPERATIVE AGREEMENT'S are, and at all times relevant to the PROJECT have been intended to be, a joint exercise of powers between AUTHORITY, BART, STATE and COUNTY; C. All real property or interests therein required for the PROJECT,or otherwise necessary to protect or preserve the safety and usefulness of the PROJECT,may be acquired by eminent domain through the exercise of said joint powers agreement. Page 2 of 6 AGREEMENT L $apose t+o Reatm AUTHORITY,BART,STATE and COUNTY hereby agree and reaffirm that it was and is their intent that: A For purposes relevant to the exercise of the power of eminent domain, PROJECT,as that team is used in the COOPERATIVE A and herein,includes all of the feattmes of the PROJECT as set out in Recital 5.a. of this Agreement; and B. Pursuant to the terns of the COOPERATIVE AGREEMENTS, they shall jointly exercise their respective powers of eminent domain to aoquire all real property or interests therein required for the PROJECT or otherwise necessary to protect or preserve the saf and usefulness of the PROJECT. TL Lad A= cv: AUTHORITY, BART, STATE and COUNTY hereby agree and reaffirm that,pursuant to the terms of the COOPERATIVE AGRERvi»TS, COUNTY is and has been designated thetreby and hereunder as the party to administer the portion of the COOPERATIVE AGREEMENTS relating to the acquisition of real property, through eminent domain or otherwise, by and through its Board of Supervisors, County Officials and Departments and its attorneys. III. Powers: AUTHORITY, BART, STATE and COUNTY agree and reaffirm that, at all times from and after December 5, 1990,COUNTY has had the powers relating to the PROJECT to conduct all public hearings to the and of adopting a resolution of necessity,to take whatever steps are nay to initiate and dict to a conclusion such eminent domain proceedings as are necessary to obtain title to any and all real property interests which are required for the mon of the PROJECT, or otherwise necessary to protect or preserve the safety and usefulness of the _ PROJECT and in connection therewith to enter into any and all contracts to obtain performance of all legal, engineering, appraisal, right of way, relocation assistance and related services. TV. Ste= The responsibilities of the parties for costs of acquisition, construction and maintenance of the PROJECT are described in the COOPERATIVE AGREEMENTS, and include, but are not limited to payments for all legal,engineering,appraisal,right of way services and related costs;payments for any and all relocation assistance claims;and payments to property owners of just compensation for any and all property rights acquired by negotiation,settlement,condemnation award or otherwise. ` V. SAj& Propel Title: AUTHORITY, STATE, BART and COUNTY agree and reaffirm that COUNTY has the right to exercise the powers granted by the Eminent Domain Law to acquire any real property, any interest therein, and any appurtenance thereto; required for the PROJECT,or otherwise necessary to protect or preserve the safety and usefulness of the PROJECT, and to transfer title to STATE or BART. VI. Term This Agreement shall remain in effect until the COUNTY's mon to perform eminent domain services has ternunated in accordance with the COOPERATIVE AGREEMENTS. Page 3 of 6 VII. �i� and Acoommtability: All parties shall be strictly accountable for all funds under their control and, upon request, will report receipts and disbursements. No funds are encumbered or obligated to the Project by any of the parties pursuant to this Agreement VIII. Cbm&ms s: This Agreement may be signed in counterparts and shall become effective upon its execution by the parties hereto,each copy having the same force and effect as an original. CONTRA COM COUNTY CONTRA COSTA TRANSPORTATION AUTHORITY ATTEST: ATTEST: By; By: e Cledc of the Board of Supervisors Robert K McCleary, Fxec utive Director APPROVED AS TO FORM APPROVED AS TO FORM By: 7�tra�C�� Legal Counsel f Transportation Authority Page 4 of 6 orcmoofiiivectDri s�nr BY• for T � YaSe 5 of 6 SAN FRANCLSCO BAY AREA RAPID IRANSTr DISTRICT General Manager APPROVED AS TO FORM By: Legal Counsel for San Francisco Bay Area Rapid Transit District sIa11\a:\beRry.JPa STtemb 9,1994 Page 6 of 6 - r i 1 THE BOARD OF SUPERVISORS 2 CONTRA COSTA COUNTY, CALIFORNIA 3 Re: Condemnation of Property ) RESOLUTION OF NECESSITY 4 for Public Road Purposes, ) No. 93/ 226 State Highway 4/Bailey Road ) (C.C.P. S 1245.230) 5 Interchange W. Pittsburg ) (C.C.P. S 1240.610) Area Project No. 4660-6X4158 ) (C.C.P. S 1240.510) 6 ) 7 The Board of Supervisors of Contra Costa County, California, 8 by vote of two-thirds or more of its members, RESOLVES that: 9 Pursuant to Government Code section 25350.5 and Streets and 10 Highways Code section 943, Contra Costa County intends to 11 construct a road reconstruction project, a public improvement, to 12 widen State Highway 4 at Bailey Road, West Pittsburg area, and, 13 in connection therewith, acquire interests in certain real 14 property. 15 The property to be acquired consists of twenty-three parcels 16 and is generally located in the West Pittsburg area. The said 17 property is more particularly described in Appendix "A" , attached 18 hereto and incorporated herein by this reference. 19 On April 8, 1993, notice of the County's intention to adopt 20 a resolution of necessity for acquisition by eminent domain of 21 the real property described in Appendix "A" was sent to persons 22 whose names appear on the last equalized County Assessment Roll 23 as owners of said property. The notice specified Tuesday, April 24 27, 1993, at 11:00 a.m. in the Board of Supervisors Chambers in 25 the Administration Building, 651 Pine Street, Martinez, 26 California, as the time and place for the hearing thereon. 27 28 RESOLUTION NO. 93/226 EXHIBIT rope The hearing was held at that time and place, and all 2 interested parties were given an opportunity to be heard. Based 3 upon the evidence presented to it, this Board finds, determines 4 and hereby declares the following: . 5 1. The public interest and necessity require the proposed 6 project. 7 2. The proposed project is planned and located in the 8 manner which will be most compatible with the greatest 9 public good and the least private injury. 10 3. The property described herein is necessary for the 11 proposed project. 12 4 . The offer required by and consistent with section 13 7267 .2 of the Government Code, together with the 14 accompanying statement of the amount established as 15 just compensation, was made to the owner or owners of 16 record. 17 5. Some of the property sought to be acquired is 18 appropriated to a public use. The determination and 19 finding is made that the proposed use is a more 20 necessary use than the use to which the property is now 21 appropriated, or a compatible public use. This 22 resolution is adopted pursuant to Code of Civil 23 Procedure sections 1240.510 and 1240.610. `24 6.._ All conditions necessary to establish the right to take 25 the property required for the highway project have been 26 complied with. 27 The County Counsel of this County is hereby AUTHORIZED and 28 EMPOWERED: RESOLUTION NO. 93! 226 1 To acquire in the County's name, by condemnation, the 2 property described in Appendix "A" , attached hereto and f 3 incorporated herein by this reference in accordance with the 4 provisions for eminent domain in the Code of Civil Procedure and 5 the Constitution of California: 6 The following parcels are to be acquired in fee simple 7 absolute: 51217-1, 51218-1(A) , 51218-1(B) , 51260-1, 51260-2, 8 51260-3, 51267-1 51276, 51277-1, 51313, 51319-1, 51316 and 9 52296-1 . 10 The following parcels to be acquired as a permanent roadway 11 easement: 52207-1. 12 The following parcels are to be acquired as a temporary 13 construction easement: 51260-5, 51319-2, 51319-4 and 51319-5. 14 The following parcel is to be acquired as a permanent sewer 15 easement: 51319-3. 16 The following parcels are to be acquired as a permanent WAPA 17 easement: 52296-2, 52207-2. 18 The following parcel is to be acquired as a permanent slope 19 and drainage easement: 51267-2. 20 The following parcel is to be acquired as an access 21 easement: 52318-1. f 22 To prepare and prosecute in the County's name such 23 proceedings in the proper court as are necessary for such 24 acquisition; 25 To deposit the probable amount of compensation, based on an 26 appraisal, and to apply to said court for an order permitting the 27 County to take immediate possession and use said real property 28 for said public uses and purposes. RESOLUTION NO. 93/ 226 I PASSED and ADOPTED on April 27, 1993, by the following vote: 2 AYES: Supervisors Powers, Smith, Bishop, McPeak and Torlakson 3 NOES: None 4 ABSENT: None 5 I HEREBY CERTIFY that the foregoing resolution was duly and 6 regularly introduced, passed and adopted by the vote of two 7 thirds or more of the Board of Supervisors of Contra costa 8 County, California, at a meeting of said Board on the date 9 indicated. 10 Date: April 27, 1993 11 12 1 hereby ceMfy that this Is a true and omrrect copy of 13 an axion oaken and entered on to ednutes of e e Board of supervisors an the dace shown. 14 ATTESTED. April .7, 199 PHIL BATCHELOR.Clerk of the Board 15 an of Supwvbora d AdmW*uor 16 By I .SPY 17 18 19 20 21 22 23 Orig. Dept. Public Works Department (R/P) Contact: 24 Auditor-Controller County Counsel (Certified Copy) 25 SLA/jhzdf df11(3):bvy4.res 26 27 28 RESOLUTION NO. 93/226 State Highway 4 Bailey Road Interchange The West Pittsburg Community Church of God In Christ APPENDIX "A" 04-CC-4-20.0 (51217-1) PARCEL 51217-1 (FEE) All that real property situated in the County of Contra Costa, State of California, being a portion of the Northwest Quarter of Section 14,Township 2 North, Range 1 West, Mount Diablo Base Meridian more particularly described as follows: Commencing at the Center Section Corner of said Section 14 as shown in Book 56 of Land Surveyor Maps at Page 38; thence N. 0' 04' 49" E along the centerline of Bailey Road determined to be between the said Center Section Corner of Section 14 and the County monument in the centerline of Bailey Road at the northerly line of the East Bay Municipal Utility easement as shown on Willow Glen Subdivision 5064 in Book 218 of Maps, at Page 27, Contra Costa County Records, a distance of 775.26 feet; thence perpendicular to said centerline N. 89' 55' 11"W. a distance of 20.00 feet to the northeastern most corner of that portion of Lot 6 of said Section 14 as described in the Deed from George W. Lee to Louis P. Golfos et al, recorded in Book 534 on Page 103 in the Contra Costa County Records said point also being the northeast corner of that parcel of land described in the Deed to Horace Paige in Book 2023 at Page 98 of Official Records and the TRUE POINT OF BEGINNING of herein described real property; thence N. 89' 23' 24"W. along the. north line of said Golfos parcel and the north line of that parcel of land described in the Deed from S.G. Mims et al, to Jose M. Garcia et al, recorded in Book 1387 at Page 208, of Official Records a distance of 204.66 feet; thence leaving said north line 154.21 feet along the arc of a nontangent curve concaved southeasterly, having a radial bearing of N. 36' 02' 55"W., a radius of 248.00 feet and a central angle of 35' 37' 38"; thence N. 89' 34'43" E a distance of 60.61 feet to the westerly right of way of Bailey Road; thence S. 0' 04' 49" W. along said westerly right of way a distance of 50.11 feet to the TRUE POINT OF BEGINNING. Containing a grid area of 7,742 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1.0001218 to obtain ground area. Page 1 of 22 TRIOND 04-CC-4-20.0 (51218-1A & 51218-1 B) PARCEL 51218-1 A (FEE) All that real property situated in the County of Contra Costa, State of California, being a portion of the Southeast Quarter of The Northwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the Center Section Corner of said Section 14 as shown in Book 56 of Land Surveyors Maps at Page 38; thence N. 0' 04' 49" E. along the centerline of Bailey Road determined to be between the said Center Section Corner of Section 14 and.the County monument in the centerline of Bailey Road at the northerly line of the East Bay Municipal Utility easement as shown on Willow Glen Subdivision 5064 in Book 218 of Maps, at Page 27, Contra Costa County Records, a distance of 439.91 feet;thence perpendicular to said centerline N. 89' 55' 11"W. a distance. of 20.00 feet to the northeastern most corner of Parcel "A' of Record of Survey recorded in Book 56 of Land Surveyors Maps, at Page 38 Contra Costa County Records; thence N. 0' 04' 49" E. a distance of 99.99 feet along the westerly right of way Fine of Bailey Road to the southeast corner of that parcel of land deeded toTriond, a partnership, from Edward Davis et at, recorded in Book 15883 at Page 431 of Official Records and the TRUE POINT OF BEGINNING of herein described real property; thence continuing along said westerly right of way N. 0' 04' 49" E. a distance of 235.36 feet to the northeastern most corner of that portion of Lot 6 of said Section 14 as described in the Deed from George W. Lee to Louis P. Golfos et al, recorded in Book 534 on Page 103 in the Contra Costa County Records said point also being the northeast corner of that parcel of land described in the Deed to Horace Paige in Book 2023 at Page 98 of Official Records, thence N. 89' 23' 24" W. along the north line of said Golfos parcel a distance of 158.16 feet to the northeasterly corner of that parcel of land described in the Deed from S.G. Mims et al, to dose M. Garcia et al, recorded in Book 1387 at Page 208, of Official Records; thence leaving said north line S. 0' 04'49"W. along the east line of said Garcia parcel a distance of 85.80 feet; thence leaving said east line, 80.45 feet along the arc of a nontangent.curve concaved southeasterly having a radial bearing of N. 31' 08' 57"W., a radius of 150.00 feet and a central angle of 30' 43' 40'; thence N. 89' 34' 43" E. a distance of 69.01 feet; thence 16.24 feet along the arc of a curve to the right having a radius of 10.00 feet and a central angle of 93* . 04' 06"; thence S. 2' 38' 49"W. a distance of 213.01 feet to the south line of said Triond parcel; thence S. 89' 23' 24" E. along said south line a distance of 12.15 feet to the TRUE POINT OF BEGINNING. Containing a grid area of 4,247 square feet of land more or less. Page 2 of 22 Bearing and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. 04-CC-4-20.0 (51218-1 B) PARCEL 51218-1 B (FEE) All that real property situated in the County of Contra Costa, State of California, being a portion of the Southeast Quarter of The Northwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the Center Section Corner of said Section 14 as shown in Book 56 of Land Surveyors Maps at Page 38; thence N. 0' 04' 49" E along the centerline of Bailey Road determined to be between the said Center Section Corner of Section 14 and the County monument in the centerline of Bailey Road at the northerly line of the East Bay Municipal Utility easement as shown on Willow Glen Subdivision 5064 in Book 218 of Maps, at Page 27, Contra Costa County Records, a distance of 439.91 feet;thence perpendicular to said centerline N. 89' 55' 11"W.adistance of 20.00 feet to the northeastern most corner of Parcel "A" of Record of Survey recorded in Book 56 of Land Surveyors Maps, at Page 38 Contra Costa County Records, said point being the TRUE POINT OF BEGINNING of herein described real property; thence N. 0' 04' 49" E a distance of 99.99 feet along the westerly right of way line of Bailey Road to the southeast corner of that parcel of land deeded to Triond, a partnership, from Edward Davis et al, recorded in Book 15883 at Page 431 of Official Records; thence leaving said westerly line N. 89' 23' 24"W. along the south line of said Triond parcel a distance of 12.15 feet; thence leaving said south line S. 2' 38' 49" W. a distance of 177.51 feet; thence S. 39' 23' 22" W. a distance of 14. 44 feet; thence N. 89' 33' 12" W. a distance of 128.91 feet to the westerly line of said Parcel "A"; thence S. 0' 04' 49" W. along said westerly line a distance of 17.32 feet to the northwesterly Corner of the parcel of land dedicated to the County of Contra Costa in document recorded May 10, 1982, in Book 10775 at Page 703 of Official Records; thence S. 89' 54'02n E. along the north line of said dedication a distance of 138.14 feet; thence 31 .42 feet along the arc of a tangent curve concaved northwesterly having a radius of 20.00 feet and central angle of 90' 01' 09" to a point in the westerly-right of way line of Bailey Road; thence N. 0' 04' 49" E along said westerly line a distance of 84.94 feet to the TRUE POINT OF BEGINNING. Lands abutting said freeway shall have no rights or easement of access thereto. Containing a grid area of 5,715 square feet of land more or less. Page 3 of 22 Bearing and distances are based on the California Coordinate System Zone 111 (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown.by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. North State Development 04-CC-4-19.6 (51260-1 , 51260-2, 51260-3 & 51260-5) PARCEL 51260-1 (FEE) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion. of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the South Quarter corner of Section 14; thence N. 0' 05' 46" E along the east line of said Southwest Quarter of Section 14 a distance of 1188.97 feet to the intersection with the centerline of Leland Road as shown on Oak Hills, Unit 1 , Subdivision 6887, Book 324 of Maps, at Page 44, Contra Costa County Records; thence N. 89' 54' 35"W. a distance of 893.22 feet along said centerline; thence 183.83 feet along the arc of a tangent curve to the right with a radius of 1 ,041 .94 feet and a central angle of 10' 06' 31"; thence N. 79' 50' 33" W. a distance of 314.04 feet to the southwesterly corner of that parcel of land described in deed to San Francisco Bay Area Rapid Transit District, in Book 12258, at Page 988, Official Records; thence N..O'05' 25" E along the westerly line of that parcel described in said Book 12258 at Page 988, a distance of 1 ,070.97 feet to a point in the proposed southerly right of way of State Route 4; thence N. 82' 43' 58"W. along said proposed right of way a distance of 366.87 feet; thence S. 0' 05' 25"W. a distance of 45.45 feet; thence N. 76' 23' 27"W. a distance of 414.54 feet; thence N. 71' 55' 27"W. a distance of 339.30 feet to a point in the existing Route 4 right of way which lies 163.48 feet right of"E4" line station 567+88.76; thence leaving said proposed right of way and continuing along said existing Route 4 right of way N. 71' 55' 27" W. a distance of 83.31 feet to the TRUE POINT OF BEGINNING of herein described real property; thence continuing N. 71' 55' 27"W. .along said existing Route 4 right of way a distance of 139.26 feet to a point on the west line of the southwest quarter of said Section 14, said point lies S. 0' 36' 27" W. a distance of 78.09 feet from the west quarter corner of said Section 14 and N. 0' 36' 27" E. a distance of 2,583.20 feet from the southwesterly corner of said Section 14; thence leaving said existing right of way S. 0' 36' 27" W. a distance of 51 .41 feet to a point on the proposed State Route 4 southerly right of way; thence along said proposed southerly right of way N. 86' 28' 11" E. a distance of 133.19 feet to the TRUE POINT OF BEGINNING. Page 4 of 22 Lands abutting said freeway shall have no rights ,or easement of access thereto. Containing a grid area of 3,415 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. 04-CC-4-19.6 (51260-2) PARCEL 51260-2 (FEE) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the South Quarter corner of Section 14; thence N. 0' 05' 46" E. along the east line of said Southwest Quarter of Section 14 a distance of 1 ,188.97 feet to the intersection with the centerline of Leland Road as shown on Oak Hills, Unit 1 , Subdivision 6887, Book 324 of Maps, at Page 44, Contra Costa County Records; thence N. 89' 54' 35"W. along said centerline of Leland Road a distance of 893.22 feet; thence 183.83 feet along the arc of a tangent curve to the right with a radius of 1 ,041 .94 feet and a central angle of 10' 06' 31"; thence N. 79' 50' 33"W. a distance of 314.04 feet to the southwesterly corner of that parcel of land described in deed to San Francisco BayArea Rapid Transit District, in Book 12258, at Page 988, Official Records; thence leaving said centerline N. 0' 05' 25" E. along the westerly line of that parcel described in said Book 12258 at Page 988, a distance of 1 ,070.97 feet to a point in the proposed southerly right of way of State Route 4 and the TRUE POINT OF BEGINNING of the herein described real property; thence N. 82' 43' 58" W. along said proposed right of way a distance of 366.87 feet; thence S. 0' 05' 25" W. a distance of 45.45 feet; thence N. 76' 23' 27" W. a distance of 414.54 feet; thence W-71* 55' 27" W. a distance of 339.30 feet to a pointon the existing southerly right of way of State Route 4 which lies 163.48 feet right of"E4" line station 567+88.76; thence S. 88' 50' 04" E. along said existing right of way a distance of 253.13 feet; thence S. 75' 34' 12" E. a distance of 105.24 feet; thence S. 81' 41' 29" E. a distance of 210.43 feet; thence S. 74' 00' 18" E. a distance of 105.33 feet; thence S. 83' 57' 01" E. a distance of 104.96 feet; thence N. 83' 10' 16" E a distance of 107.22 feet; thence S. 84' 25' 39" E a distance of 208.40 feet; thence N. 85' 20' 38" E a distance of 6.92 feet to the westerly line of the parcel described in said Book 12258, at Page 988; thence Page 5 of 22 along said westerly line and departing from said existing right of way S. 0' 05, 25" W. a distance of 94.99 feet to the TRUE POINT OF BEGINNING. Lands abutting said freeway shall have no rights or easement of access thereto. Containing a grid area of 83,305 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .000609 to obtain ground level distances. Multiply grid area by 1.0001218 to obtain ground area. 04-CC-4-19.6 (51260-3) PARCEL 51260-3 (FEE) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows; Commencing at the South Quarter corner of Section 14; thence N. 0' 05' 46 E. along the east line of said Southwest Quarter of Section 14 a distance of 1,188.97 feet to the intersection with the centerline of Leland Road as shown on Oak Hills, Unit 1 , Subdivision 6887, Book 324 of Maps, at Page 44, Contra Costa County Records; thence N. 89' 54' 35"W. along said centerline of Leland Road a distance of 893.22 feet; thence 183.83 feet along the arc of a tangent curve to the right with a radius of 1 ,041 .94 feet and a central angle of 10' 06' 31"; thence N. 79' 50' 33"W. a distance of 314.04 feet to the southwesterly corner of that parcel of land described in deed to San Francisco Bay Area Rapid Transit District, in Book 12258, at Page 988, Official Records; thence leaving said centerline N. 0' 05' 25" E. along the westerly line of that parcel described in said Book 12258 at Page 988', a distance of 42.65 feet to the northerly right of way of Leland Road as shown on Oak Hills, Unit 2, Subdivision 7242, Book 338, at Page 8, Contra Costa County Records and the TRUE POINT OF BEGINNING of herein described real property; thence N. 79' 50' 33" W. along sa1'd northerly right of way, a distance of 12.89 feet;thence 29.87 feet along the arc of a non-tangent curve concave northwesterly with a radial bearing of S. 10' 11' 23" W., a radius of 957.94 feet and a central angle of 1' 47' 11"; thence N. 78' 01' 27" W. a distance of 329.05 feet; thence leaving said northerly right of way, N. 0' 05' 25" E. and parallel with the westerly line of that parcel of land described in said Book 12258, at Page 988, a distance of 998.44 feet to a point in the proposed southerly right of way of State Route 4; thence S. 82' 43' 58" E. along said proposed southerly right of way, a distance of 366.87 feet to a point in the westerly line of that parcel of land described in said Page 6 of 22 Book 12258, at Page 988; thence S. 0' 05' 25" W. along said westerly line, a distance of 1 ,028.32 feet to the TRUE POINT OF BEGINNING. Lands abutting said freeway shall have no rights or easement of access thereto. Containing a grid area of 369,019 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. -Multiply grid area by 1 .0001218 to obtain ground area. 04-CC-4-19.6 (51260-5) PARCEL 51260-5 (Temporary Construction Easement) All that real property situated in the City of Pittsburg, County of Contra-Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the South Quarter corner of Section 14; thence N. 0' 05' 46" E along the east line of said Southwest Quarter of Section 14 a distance of 1188.97 feet to the intersection with the centerline of Leland Road as shown on Oak Hills, Unit 1 , Subdivision 6887, Book 324 of Maps, at Page 44, Contra Costa County Records; thence N. 89' 54' 35"W. along said centerline a distance of 893.22 feet; thence 183.83 feet along the arc of a tangent curve to the right with a radius of 1 ,041 .94 feet and a central angle of 10' 06' 31"; thence N. 79' 50' 33" W. a distance of 314.04 feet to the southwesterly corner of that, parcel of land described in deed to San Francisco BayArea Rapid Transit District, in Book 12258, at Page 988, Official Records; thence leaving said centerline N. 0' 05' 25" E. along the westerly line of that parcel described in said Book 12258 at Page 988, a distance of 42.65 feet to a point in the northerly right of way of said Leland Road as shown on Page 338 at Page 8 of Oak Hills, Unit 2, Subdivision 7242, Contra Costa County Records; thence N. 79' 50' 33"W. along said northerly right of way a distance of 12.89 feet, thence 29.87 feet along the arc of a tangent curve to the right with a radius of 957.94 feet and a centr6al'angle of 1'47' 11"; thence N. 78' 01' 27" W. a distance of 329.05 feet to the TRUE POINT OF BEGINNING of the herein described temporary construction easement; thence continuing N. 78' 01' . 27"W. a distance of 25.55 feet; thence departing from said northerly right of way of Leland Road N. 0' 05' 25" E. a distance of 800.00 feet;thence N. 68' 00' 00"W. a distance of 81 .50 feet; thence N. 46' 00' 00"W. a distance of 271.97 feet to the proposed southerly right of way of State Route 4; thence S. 76' 23' 27" E. along said southerly right of way, a distance of 305.00 feet; thence departing from said Page 7 of 22 proposed right of way S. 0' 05' 25"W. a distance of 952.99 feet to the TRUE POINT OF BEGINNING. The term of herein described temporary construction easement is set to expire December 31 , 1995. Containing a grid area of 48,860 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. Spears, et al 04-CC-4-20.0 (51267-1 & 51267-2) PARCEL 51267-1 (FEE) All that real property situated in the County of Contra Costa, State of California, being a portion of the Northwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the Center Section Corner of said Section 14 as shown in Book 56 of Land Surveyors Map at Page 38; thence N. 0' 04' 49" E. along the centerline of Bailey Road determined to be between the said Center Section Corner of Section 14 and the County monument in the centerline of Bailey Road at the northerly line of the East Bay Municipal Utility easement as shown on Willow Glen Subdivision 5064 in Book 218 of Maps, at Page 27, Contra Costa County Records, a distance of 775.26 feet;thence perpendicular to said centerline N. 89' 55' 11"W. adistance of 20.00 feet to the northeastern most corner of that portion of Lot 6 of said Section 14 as described in the Deed from George W. Lee to Louis P. Golfos et al, recorded in Book 534 on Page 103 in the Contra Costa County Records said point also being the northeast corner of that parcel of land described in the Deed to Horace Paige in Book 2023 at Page 98 of Official Records, thence N. 89' 23' 24" W. along the north line of said Golfos parcel a distance of 158.16 feet to the northeasterly corner of that parcel of land described in the Deed from S.G. Mims et al, to dose M. Garcia et al, recorded in Book 1387 at Page 208, of Official Records; thence continuing N. 89' 23' 24" W. along the north line of said Garcia parcel and along the north line of Mack H. Spears et al, parcel recorded in Book . 784, at Page 221 , of Official Records a distance of 219.98 feet to the northwest corner of said Spears parcel; thence S. 0' 04' 49" W. along the west line of said Spears parcel.a distance of 356.73 feet to a point which lies N. 0' 04' 19" E. a distance of 41 .79 feet from the southwest corner of said Spears parcel and the TRUE POINT OF BEGINNING of herein described real property; thence continuing Page 8 of 22 a t •fes' - S. 0' 04' 49" W. along said west.line a distance.of 41 .79 feet to the north line of that parcel of land described as Parcel One in Deed to,Julian Perry recorded in Book 284, at Page 266 of Official Records; thence N. 89' 23' 24" W. along said north line a distance of 16.35 feet; thence leaving said north line 30.04 feet along the arc of a nontangent curve concaved northwesterly having a radial bearing of S. 65' 24' 45" E., a radius of 372.00 feet and a central angle of 4' 37' 39"; thence N. 19' 57' 35" E. a distance of 14.70 feet to the TRUE POINT OF BEGINNING. Containing a grid area of 327 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by, 1 .0000609 to obtain ground level distances. Multiply grid area by 1.0001218 to obtain ground area. PARCEL 51267-2 (Slope & Drainage Easement) 04-CC-4-20.0 (512.67-2) All that real property situated in the County of Contra Costa, State of California, being a portion of the Northwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the Center Section Corner of said Section 14 as shown in Book 56 of Land Surveyors Maps at Page 38; thence N. 0' 04' 49" E. along the centerline of Bailey Road determined to be between the said Center Section Corner of Section 14 and the County monument in the centerline of Bailey Road at the northerly line of the East Bay Municipal Utility easement as shown on Willow Glen Subdivision 5064 in Book 218 of Maps, at Page 27, Contra Costa County Records, a distance of 775.26 feet; thence perpendicularto said centerline N. 89' 55' 1 1"W. a distance of 20.00 feet to the northeastern most corner of that portion of Lot 6 of said Section 14 as described in the Deed from George W. Lee to Louis P. Golfos et al, recorded in Book 534 on Page 103 in the Contra Costa County Records said point also being the northeast corner of that parcel of land described in the Deed to Horace Paige in Book 2023 at Page 98 of Official Records, thence N. 89' 23' 24" W. along the north line of said Golfos parcel a distance of 158.16 feet to the northeasterly corner of that parcel of land described in the Deed from S.G. Mims et al, to dose M. Garcia et al, recorded in Book 1387 at Page 208, of Official Records; thence continuing N. 89' 23' 24" W. along the north line of said Garcia parcel and the north line of that parcel described in the Deed to Mack H. Spears recorded in Book 784, at Page 221 , of Official Records a distance of 219.98 feet to the northwest corner of said Spears parcel; thence S. 0' 04' 49" W. along the west line of said Spears parcel, a distance of 293.04 feet to the TRUE POINT OF BEGINNING of herein described easement for slope and drainage purposes;thence Page 9 of 22 departing said west line S. 59' 09' 27" W. a distance of 50.75 feet; thence S. 15' 18' 58" W. a distance of 81 .68 feet to a point on the north line of Parcel "B" as shown on record of survey recorded in Book 56 of Land Survey Maps at Page 38; thence S. 89' 23' 24" E. along said north line a distance of 48.65 feet to a point which lies N. 89' 23' 24"W. a distance of 16.35 feet from the southwest corner of said Spears parcel; thence leaving said north Fine, 30.04 feet along the arc of a nontangent curve concaved northwesterly, having a radial bearing of S. 65'24,45" E., a radius of 372.00 feet and a central angle of 4' 37' 39"; thence N. 19' 57' 35" E. a distance of 14.70 feet to said west line of Spears Parcel; thence N. 0' 04' 49" E. a distance of 63.70 feet to the TRUE POINT OF BEGINNING. Containing a grid area of 4,537 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. Far Hills Mobile Park 04-CC-4-20.2 (51277-1) PARCEL 51277-1 (FEE) All that real property situated in the County of Contra Costa, State of California, being a portion of the Southwest Quarter of the Northeast of Section 14,Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the Center Section Corner of Section 14 as shown in Book 56 of Land Surveyors Maps at Page 38; thence N. 0' 04' 49" E. along the centerline of Bailey Road determined to be between the said Center Section Corner of Section 14 and the County monument in the centerline of Bailey Road at the northerly line of the East Bay Municipal Utility easement as shown on Willow Glen Subdivision 5064 in Book 218 of Maps, at Page 27, Contra Costa County Records, a distance of 144.29 feet to a point on the north line of the parcel of land described as Parcel six in the United States District Court, San Francisco, under action 21085-S, entitled the United States of America, plaintiff vs. George Eugene O'Hara, et al, defendant, a certified copy of which was recorded December 29, 1938, in Book 487 at Page 214, Official Records of Contra Costa County; thence S. 89' 14' 05". E. along said north line a distance of 48.79 feet to a point in the southeast line of that parcel of land described in the,Judgement of Final Condemnation, rendered March 10, 1964, in the local superior court, in the action titled "People of the State of California vs. C.B.S. Development Company, Inc., et al," Case No. 97520, said judgement being in favor of plaintiff, recorded March 10, 1964, in Book 4570 at Page 10 of 22 Page 462, Official Records of Contra Costa County, said point being the TRUE POINT OF BEGINNING of herein described real property; thence 11 .39 feet along the arc of a nontangent curve concaved easterly with a radial bearing of N. 77'02' 40" W. having a radius of 959.94 feet and a central angle of 0' 40' 47" to a point of reverse curvature; thence 115.13 feet along the arc of a tangent curve concaved westerly having a radius of 839.95 feet and a central angle of 7' 51' 13" to a point of reverse curvature; thence 19.13 feet along the arc of a tangent curve concaved southeasterly having a radius of 13.00 feet and a central angle of 84' 19' 05" to a point on the southerly right of way of Canal Road as shown on Monumentation Map SMM 20, Dr. No. S-212.2A, Contra Costa County, Route 4, Post Mile 20.2; thence continuing along said southerly right of way S. 89' 54' 02" E. a distance of 10.63 feet; thence 197.54 feet along the arc of a tangent curve concave southerly having a radius of 374.98 feet and a central angle of 30' 11' 04"; thence S. 59'42' 58" E. a distance of 109.55 feet to a point on the north line of aforementioned parcel six; thence leaving said north line, N. 65' 22' 16" W. a distance of 50.98 feet; thence 47.50 feet along the arc of a nontangent curve concaved southwesterly with a radial bearing of N. 29' 14' 45" E., having a radius of 390.00 feet and a central angle of 6' 58' 45"; thence N. 67' 44' 00"W. a distance of 69.86 feet; thence 120.01 feet along the arc of a tangent curve concaved southerly having a radius of 321 .00 feet and a central angle of 21' 25' 13"; thence N. 89'09' 13"W. a distance of 1 .72 feet; thence 46.55 feet along the arc of a tangent curve concaved southeasterly having a radius of 30.00 feet and a central angle of 88' 54' 13"; thence S. 1' 56' 35" W. a distance of 93.39 feet to a point on the north line of aforementioned parcel six; thence N. 89' 14' 05" W. along said north line a distance of 22.69 feet to the TRUE POINT OF BEGINNING. Containing a grid area of 5,124 square feet of land more or less. Bearing and distances are based on the California Coordinate System. Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1.0001218 to obtain ground area. Bertagnolli 04-CC-4-20.8 (51316-1 , 52296-1 & 52296-2) PARCEL 51316- (FEE) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 13, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the West Quarter corner of said Section 13; thence S. 0' 23' 19" Page 11 of 22 W. a distance of 274.93 feet along the west line of Section 13 to the intersection with the existing south Memorial Way right of way as shown on Monumentation Map SMM 20, Dr. No. S-212.3, Contra Costa County, Route 4, post mile 20.5, and the TRUE POINTOF BEGINNING of herein described real property said point lies N. 0' 23' 19' E. a distance of 2,369.72 feet from the southwest corner of said Section 13; thence continuing S. 0' 23' 19" W. along the west line of said Section 13 a distance of 31 .46 feet to a point on the proposed southerly right of way State Route 4; thence continuing S. 0' 23' 19" W. along said west line a distance of 233.54 feet to a point in the northerly right of way of the Contra Costa Canal as shown on Record of Survey recorded in Book 92 of Land Surveyor's Maps at Page 28 Contra Costa County Records; thence N. 78' 04' 35" E. along said northerly right of way a distance of 792.76 feet; thence S. 83' 12' 14" E. a distance of 720.17 feet; thence N. 22' 11' 30" E. a distance of 116.99 feet; thence S. 72' 17' 25" E. a distance of 50.05 feet; thence leaving said northerly right of way, N. 6' 52' 09" E. a distance of 12.66 feet to the southwesterly line of that parcel of land described in the deed to East Bay Municipal Utility District(E.B.M.U.D.) in Book 26 of Official Records at Page 23; thence N. 72' 17' 04"W. along said southwesterly E.B.M.U.D. line a distance of 221.70 feet to a point on the proposed southerly right of way of State Route 4; thence continuing N. 72' 17' 04" W. along said southwesterly line of E.B.M.U.D. Parcel, a distance of 257.87 feet to a point in the southerly right of way of State Route 4 as shown on Monumentation Map SMM 20, Dr. No. S-212.4 Contra Costa County, Post Mile 20.8; thence continuing along said existing State Route 4 right of way a distance 64.20 feet along the arc of a non- tangent curve concave northerly with a radial bearing of S. 0' 06' 06" E., a radius of 5,082.69 feet, and a central angle of 0' 43' 25"; thence N. 89' 22' 41"W. a distance of 672.24 feet; thence N. 88' 56' 19" W. a distance of 343.66 feet to a point in the easterly right of way of Memorial Way as shown on said Monumentation Map SMM 20, Dr. No. S-212.3; thence leaving said existing State Route 4.right of way S. 0' 37' 04" W. along said easterly right of way, a distance of 79.65 feet; thence N. 89' 22' 56" W. along the southerly right of way of Memorial Way, a distance of 44.68 feet to the west line of said Section 13 and TRUE POINT OF BEGINNING. Lands abutting said freeway shall have no rights or easement of access thereto. Containing a grid area of 327,934 square feet of land, more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. PARCEL 52296-1 (FEE) 04-CC-4-20.9 (52296-1) Page 12 of 22 All that real property situated,,,in the City of. Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 13, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the West Quarter Corner of said Section 13; thence S. 0' 23' 19" W. a distance of 194.93 feet along the west line of Section 13 to the intersection with the existing south Route 4 right of way as shown on Monumentation Map SMM 20, Dr. No. S-212.3, Contra Costa County, Route 4, post mile 20.5; said point lies N. 0' 23' 19" E. a distance of 2,449.72 feet from the Southwest Corner of said Section 13; thence along said existing south right of way S. 88' 56' 19" E., a distance of 388.66 feet; thence S. 89' 22'41" E., a distance of 672.24 feet; thence 363.72 feet along the arc of a tangent curve to the left with a radius of 5,082.69 feet and a central angle of 4' 06' 00" to the northeasterly line of that parcel of land deeded to East Bay Municipal Utility District (E.B.M.U.D.) in Book 26, at Page 23, of Official Records and theTRUEPOINTOF BEGINNING of herein described real property;.thence departing from said existing right of way S. 72' 17' 04" E. along the northeasterly line of said (E.B.M.U.D.) parcel, a distance of 197.42 feet to the intersection with the proposed southerly right of way of State Route 4; thence along said southerly right of way a distance of 337.58 feet along the arc of a nontangent curve concave northwesterly with a radial bearing at its beginning of S. 7' 40' 39" E., a radius of 6,168.00 feet and a central angle of 3' 08' 09"; thence continuing along said southerly right of way, N. 79' 11' 12"E. a distance of 576.13 feet to a point on the west line of that parcel of land described in the Deed to Pacific Gas and Electric Company(PG&E) as recorded in Book 3110 at Page 405 of Official Records; thence N. 0' 54' 22" E. along said west line, a distance of 64.15 feet to the intersection with said existing southern right of way of State Route 4 as shown on said Monumentation map SMM 20; thence departing from said proposed right of way S. 79' 04' 24"W. along said existing southerly right of way a distance of 441 .04 feet; thence 660.76 feet along the arc of a tangent curve to the right with a radius of 5,082.69 feet and a central angle of 7' 26' 55" to the TRUE POINT OF BEGINNING. Lands abutting said freeway shall have no rights or easement of access thereto. Containing a grid area of 66,077 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 8.3), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1.0001218 to obtain ground area. Page 13 of 22 PARCEL 52296-2 (WAPA Easement) 04-CC-4-20.9 (52296-2) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 13, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the West Quarter Corner of said Section 13; thence S. 0' 23' 19" W. a distance of 194.93 feet along the west line of Section 13 to the intersection with the existing south Route 4 right of way as shown on Monumentation Map SMM 20, Dr. No. S-212.3, Contra Costa County, Route 4, post mile 20.5; said point lies N. 0' 23' 19" E a distance of 2,449.72 feet from the Southwest Corner of said Section 13; thence along said existing south right of way S. 88' 56' 19" E, a distance of 388.66 feet; thence.S. 89' 22' 41" E, a distance of 672.24 feet; thence 363.72 feet along the arc of a tangent curve to the left with a radius of 5,082.69 feet and a central angle of 4' 06' 00" to the northeasterly right of way of the East Bay Municipal Utility District(EB.M.U.D.) parcel as described in the Deed recorded in Book 26 at Page 23 of Official Records; thence departing said existing south Route 4 right of way, S. 72' 17' 04" E along said EB.M.U.D. northeasterly right of way a distance of 197.42 feet to the intersection with the proposed southerly right of way of State Route 4 and the TRUE POINT OF BEGINNING of herein described utility easement; thence 189.52 feet along the arc of a nontangent curve concaved northwesterly having a radial bearing of S. 70'40' 39" E, a radius of 6,168.00 feet and a central angle of 1' 45' 38" to the southerly line of that United States of America transmission line easement recorded in Book 1307 at Page 19 of Official Records; thence leaving said proposed southerly right of way N. 86' 36' 57" E a distance of 400.44 feet along the southerly line of said United States of America transmission line easement; thence leaving said southerly line S. 79' 11' 12" W., a distance of 249.04 feet; thence 236.79 feet along the arc of a tangent curve to the right with a radius of 6,218.00 feet and a central angle of 2'-10' 55" to the intersection with the said northerly EB.M.U.D. right of way, thence N. 72' 17' 04" W. along the said northerly EB.M.U.D. right of way a distance of 114.59 feet to the TRUE POINT OF BEGINNING. Containing a grid area of 17,135 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to. obtain ground area. Sierra Pacific 04-CC-4-20.1 (51319-1 , 51319-2, 51319-3, 51319-4 & 51319-5) Page 14 of 22 PARCEL 51319-1 (FEE) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base Meridian more particularly described as follows: Commencing at the north west corner of Parcel "B" of Oak Hills, Unit 1, Subdivision 6887 recorded in Book 324 of Maps at Page 44 of Contra Costa County Records; thence S. 81' 32' 07" E along the north line of said Parcel "B"; a distance of 30.04 feet to a point in the proposed southerly right of way of State Route 4, said point being TRUE POINT OF BEGINNING of herein described real property; thence continuing along said north line S. 81' 32' 07" E. a distance of 247.81 feet to the northeasterly corner of Parcel"B"of Parcel Map Waiver recorded march 8, 1991 , in Book"!6442 at Page 929 of Official Records; thence continuing S. 81' 32' 07" E. a distance of 455.36 feet to the northeast corner of Parcel "A" of said Parcel Map Waiver and the westerly right of way of Bailey Road; thence S. 0' 05' 46"W. along said westerly right of way a distance of 109.73 feet to a point in the said proposed southerly right of way of State Route 4; thence along said proposed right of way N. 89' 54' 26"W. a distance of 7.62 feet; thence continuing along said proposed right of way N. 0' 05' 34" E. a distance of 54.30 feet; thence N. 38' 41' 12" W. a distance of 31 .32 feet; thence N. 77' 27' 57" W. a distance of 284.09 feet; thence 52.69 feet along the arc of a tangent curve to the right having a radius of 1 ,035.00 feet and a central angle of 2' 55' 00"; thence N. 89' 43' 53" W. a distance of 117.85 feet to a point on the northwesterly line of Parcel "A" of said Parcel Map Waiver; thence continuing N. 89' 43' 53" W. a distance of 57.02 feet; thence N. 70' 56' 40" W. a distance of 170.89 feet; thence N. 44' 10' 45"W. a distance of 4.85 feet to the TRUE POINT OF BEGINNING. Lands abutting said freeway shall have no rights or easement of access thereto. Containing a grid area of 16,183 square feet of land, more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. PARCEL 51319-2 (Temporary Construction Easement) 04-CC-4-20.1 (51319-2), All that real property situated in the City of Pittsburg County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Page 15 of 22 Commencing at the northeasterly corner of Parcel "A" of Parcel Map Waiver recorded March 8, 1991 in Book 16442 at Page 929 Official Records of Contra Costa County, thence S. 0' 05' 46" W. along the Easterly line of.said Parcel "A" and the westerly right of way of Bailey Road a distance of 109.73 feet to a point on the proposed southerly right of way of State Route 4; thence N. 89' 54' 26" W. along said proposed right of way a distance of 7.62 feet; thence continuing along said proposed right of way N. 0' 05' 34" E. a distance of 49.36 feet to THETRUE POINT OF BEGINNING of herein described temporary construction easement, thence departing said proposed right of way N. 69' 05' 42" W. a distance of 56.14 feet; thence S. 89' 33' 47" W. a distance of 129.03 feet; thence N. 0' 52' 23" W. a distance of 27.80 feet; thence N. 76' 48' 54" W. a distance of 27.47 feet; thence S. 89' 50' 37" W. a distance of 165.46 feet; thence N. 0' 34' 14" W. a distance of 51 .25 feet to a point in the said proposed southerly right of way of State Route 4; thence S. 89' 43' 53" E. along said proposed southerly right of way a distance of 26.61 feet; thence 52.69 feet along the arc of a nontangent curve concaved northerly with a radial bearing of S. 15-27' 03" W., having a radius of 1 ,035.00 feet and a central angle of 2' 55' 00"; thence S. 77' 27' 57" E. a distance of 284.09 feet; thence S. 38' 41' 12" E. a distance of 31 .32 feet; thence S. 0' 05' 34" W. a distance of 4.94 feet to THE TRUE POINT OF BEGINNING. The term of herein described temporary construction easement is set to expire December 31 , 1995. Containing a grid area of 11 ,577 square feet of land, more or less. Bearing and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. PARCEL 51319-3 (Sewer Easement) 04-CC-4-20.1 (51319-3) All that real property situated in the City of Pittsburg County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the northeasterly corner of Parcel "A" of Parcel Map Waiver recorded March 8, 1991 in Book 16442 at Page 929 Official Records of Contra Costa County, thence S. 0' 05' 46"W. along the easterly line of said Parcel "A" and the westerly right of way of Bailey Road a distance of 109.73 feet to a point on the proposed southerly right of way of State Route 4; thence N. 89' 54' 26"W. along said proposed right of way a distance of 7.62 feet; thence N. 0' 05' 34" E. a distance of 49.36 feet to THE TRUE POINT OF BEGINNING of herein described Page 16 of 22 sewer easement; thence departing said proposed right of way N. 69' 05' 42" W. a distance of 72.88 feet; thence N. 20'54' 18" E. a distance of 13.98 feet to a point in the proposed southerly right of way of State Route 4; thence S. 77' 27' 57" E. along said proposed right of way a distance of 44.59 feet;thence continuing along said proposed right of way S. 38' 41' 12" E. a distance of 31 .32 feet; thence S. 0' 05' 34" W. a distance of 4.94 feet to the TRUE POINT OF BEGINNING. Containing a grid area of 1 ,102 square feet of land, more or less. Bearing and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. PARCEL 51319-4 (Temporary Construction Easement) 04-CC-4-20.1 (51319-4) All that real property situated in the City of Pittsburg County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the northeasterly corner of Parcel "A" of Parcel Map Waiver recorded March 8, 1991 in Book 16442 at Page 929 Official Records of Contra Costa County, thence S. 0' 05' 46"W. along the easterly line of said Parcel "A" and the westerly right of way of Bailey Road a distance of 160.95 feet, to the TRUE POINT OF BEGINNING of herein described temporary construction easement; thence leaving said easterly line, N. 89' 54' 14"W. a distance of 44.00 feet; thence S. 0' 05'46"W. and parallel with said easterly line a distance of 70.00 feet; thence S. 89' S4' 14" E. a distance of 44.00 feet to a point on said easterly line; thence N. 0'05'46" E. along said easterly line a distance of 70.00 feet to the TRUE POINT OF BEGINNING. The term of herein described temporary construction easement is set to expire December 31 , 1995. Containing a grid area of 3,080 square feet of land, more or less. Bearing and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1.0001218 to obtain ground area. PARCEL 51319-5 (Temporary Construction Easement) 04-CC-4-20.1 (51319-5) Page 17 of 22 All that real property situated in the City of Pittsburg County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 13, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the northwest corner of Parcel"B"of Oak Hills, Unit 1, Subdivision 6887 recorded in Book 324 of Maps at Page 44 of Contra Costa County Records; said point being the TRUE POINT OF BEGINNING of herein described temporary construction and slope easement; thence S. 81" 32' 07" E. along the north line of said Parcel "B", a distance of 30.04 feet to a point in the proposed southerly right of way of State Route 4; thence S. 44' 10' 45" E. along said proposed right of way a distance of 4.85 feet; thence leaving said proposed southerly right of way, N. 89' 50' 34"W. a distance of 33.11 feet to a point on the west.line of aforementioned Parcel "B"; thence N. 0' 05' 25" E. along said west line a distance of 7.81 feet to the TRUE POINT OF BEGINNING. The term of herein described temporary construction and slope easement is set to expire December 31 , 1995. Containing a grid area of 174 square feet of land, more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. Pacific Gas & Electric PARCEL 52318-1 (/access Easement) 04-CC-4-20.9 (52318-1) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 13, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the West Quarter corner of said Section 13 thence S. 0' 23' 19"W. a distance of 194.93 feet along the west line of Section 13 to the intersection with the existing south Route 4 right of way as shown-on Monumentation Map SMM 20, Dr. No. S-212.3, Contra Costa County, Route 4, post mile 20.5, said point lies N. 0' 23' 19" E. a distance of 2,449.72 feet from the southwest corner of said Section 13, thence S. 88' 56' 19" E along said existing south right of way a distance of 388.66 feet; thence S. 89' 22' 41" E a distance of 672.24 feet; thence 1,024.48 feet along the arc of a tangent curve to the left with a radius of 5,082.69 feet and a central angle of 11' 32' 55"; thence N. 79' 04' 24" E. a distance of 441 .04 feet to a point on the west line of that parcel of land deeded to Pacific Gas and Electric Page 18 of 22 Company in Book 3110, at Page 405 of Official Records; thence leaving said existing right of way S. 0' 54' 22" W. along said west line of Pacific Gas and Electric Company Parcel, a distance of 322.26 feet to the TRUE POINT OF BEGINNING of the herein described private access easement; thence S. 72' 22, 07" E. a distance of 104.41 feet to the east line of said Pacific Gas and Electric Company Parcel; thence S. 0' 54' 22" W. a distance of 93.98 feet along said east line; thence N. 72' 22' 07"W. departing said east line a distance of 104.41 feet to the west line of said Pacific Gas and Electric Company Parcel; thence N. 0' 54' 22" E. along said west line a distance of 93.98 feet to the TRUE POINT OF BEGINNING. Containing a grid area of 9,397 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1.0001218 to obtain ground area. Pochini PARCEL 51276 (FEE) Real propertyin the unincorporated areaof West Pittsburg, Contra Costa County, California, being a portion of the southeast quarter of the northwest quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Meridian, described as follows: All of that parcel of land described in the deed to Robert F. Pochini et ux recorded August 13,.1974 in Volume 7296 at page 439, Official Records of said County, being all of PARCEL "B" shown on Record of Survey filed December 11 , 1973 in Licensed Surveyors' Map Book 56 at page 38, records of said County, further described as follows: Beginning at the southwest corner of said PARCEL"B," being also the northwest corner of PARCEL 1 described in the deed to the State of California recorded April 26, 1963 in Volume 4353 of Official Records at page 37; thence from the Point of Beginning, along the boundary of said PARCEL 1 as follows: (1) north 59'29'00" east 118.09 feet to a curve concave to the south having a radius of 425.00 feet, (2) along the arc of said curve, northeasterly and easterly 219.50 feet, through a central angle of 29'35'30" and (3) north 89'04'30"east 63.13 feet to the southeast corner of PARCEL"B"(56 LSM 38); thence leaving the boundary of PARCEL 1 and continuing along the boundary of PARCEL"B" as follows: (1) north 0'55'30"west 48.66 feet, to the northeast corner of PARCEL"B", (2) south 89'32'02" west 375.70 feet to the northwest corner of PARCEL"B", and (3) south 0'55'30" east 165.40 feet, to the Point of Beginning. Containing an area of 31 ,300 square feet (0.7185 acre) of land, more or less. Bearings are based on the California Coordinate System Zone III (C.C.S. 27). Page 19 of 22 I \ Seeno PARCEL 51313 (FEE) Real property in the unincorporated area of West Pittsburg, Contra Costa County,California, being a portion of the north half of the southeast quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Meridian, described as follows: All of that parcel of land described in the deed to Albert D. Seeno Construction Company, a limited partnership, recorded March 22, 1977 in Volume 8251 at page 744, Official Records of said County, being all of that 12.02 acre parcel shown on the Record of Survey filed April 10, 1990 in Licensed Surveyors' Map Book 93 at page 27, records of said County, further described as follows: Beginning atthe northeast corner of said 12.02 acre parcel, being also the southeastcorner of PARCEL 2A described in.the deed to the State of California recorded April 13, 1964 in Volume 4594 of Official Records at page 459;thence from the Point of Beginning, along the south line of said PARCEL 2A as follows: (1) south 89'35'30" west 454.86 feet to a curve, concave to the south, having a radius of 468.00 feet and (2) along the arc of said curve, westerly 94.76 feet, through a central angle of 11`36'02", to the southwest corner of said PARCEL 2A, being also the southeast corner of PARCEL 1 described in the deed to the State of California recorded March 16, 1964 in Volume 4574 of Official Records at page 221; thence along the south line of said PARCEL 1 as follows: (1) continuing along the arc of said curve, westerly 128.93 feet, through a central angle of 15'47'04", (2) south 62'12'24" west 63.22 feet to a curve, concave to the north, having a radius of 530.00 feet, and (3) along the arc of said curve, westerly 343.26 (record 340.99) feet, through a central angle of 37'06'30" (record 36'51'44') to the northeast line of Contra Costa Canal Tract 2 described in the judgement in favor of the United States of America recorded December 29, 1938 in Volume 487 of Official Records at page 214; thence along the boundary of Contra Costa Canal, south 48'39'25" east 885.52 feet and north 89'35'47" east-404.37 feet, to the east line of said 1.2.02 acre parcel (93 LSM 27); thence along said east line, north 0'50'23" west 723.03 feet, to the Point of Beginning. Containing an area of 523,768 square feet (12.02 acres) of land, more or less. Bearings are based on the California Coordinate System Zone III (C.C.S. 27). East Bay Municipal Utility District 04-CC-4-20.7 (52207-1& 52207-2) PARCEL 52207-1 (Roadway Easement) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 13,Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the West Quarter corner of said Section 13; thence S. 0' 23' 19" W. a distance of 194.93 feet along the west line of Section 13 to the intersection with the existing south Route 4 right of way as shown on Monumentation Map SMM 20, Dr. No. S- 212.3, Contra Costa County, Route 4, post mile 20.5; said point lies N. 0' 23' 19" E. a Page 20 of 22 distance of 2,449.72 feet from the southwest corner of said Section 13; thence along said existing south right of way S. 88' 56' 19" E., a distance of 388.66 feet; thence S. 89' 22, 41" E., a distance of 672.24 feet; thence 64.20 feet along the arc of a tangent curve concave to the north,having a radius of 5082.69 feet and a central angle of 0' 43.' 25" to the TRUE POINT OF BEGINNING for the herein described real property and being a point on the southwesterly line of that parcel of land deeded to East Bay Municipal Utility District in Book 26, at Page 23, of Official Records; thence along said existing right of way a distance of 299.52 feet, along the arc of a tangent curve concave to the north having a radius of 5,082.69 feet and a central angle of 3' 22' 35" to a point in the northeasterly line of said East Bay Municipal Utility District(E.B.M.U.D.) Parcel; thence leaving said right of way S. 72' 17' 04" E. along said E.B.M.U.D. northeasterly line, a distance of 197.42 feet to the intersection with the proposed southerly right of way of State Route 4; thence in a southeasterly direction, along said proposed right of way, a distance of 119.02 feet along the arc of a nontangent curve concave northerly, having a radial bearing of S. 7' 40' 39" E., a radius of 6,168.00 feet, and a central angle of 1' 06' 20" to a point which lies on the centerline of said East Bay Municipal Utility District Parcel which lies N. 72' 17' 04" W. a distanced 123.95 feetfrom E.B.M.U.D. brass cap monument at station 3672+87.1 S;thence continuing 124.34 feet along the arc of a tangent curve concaved to the north, having a radius of 6,168.00 feet and a central angle of 1' 09' 18"to a point in the southwesterly line of said E.B.M.U.D. Parcel; thence leaving the proposed southerly right of way, N. 72' 17' 04" W. along the southwesterly line of said E.B.M.U.D. Parcel a distance of 257.86 feet to the TRUE POINT OF BEGINNING. Containing a grid area of 22,517 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. PARCEL 52207-2 (WAPA Easement) 04-CC-4-20.7 (52207-2) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 13,Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the West Quarter corner of said Section 13; thence S. 0' 23' 19" W. a distance of 194.93 feet along the west line of Section 13 to the intersection with the existing south Route 4 right of way as shown on Monumentation Map SMM 20, Dr. No. S- 212.3, Contra Costa County, Route 4, post mile 20.5, said point lies N. 0' 23' 19" E. a distance of 2,449.72 feet from the southwest corner of said Section 13; thence along said existing south right of way S. 88' 56' 19" E. a distance of 388.66 feet; thence S. 89' 22, 41" E. a distance of 672.24 feet; thence 64.20 feet along the arc of a tangent curve goncave to the north, having a radius of 5,082.69 feet and a central angle of 0' 43' 25" to a point on the southwesterly line of that parcel of land deeded to East Bay Municipal Utility District (E.B.M.U.D.) in Book 26, at Page 23, of Official Records; thence S. 72' 17' 04" E. departing from said southerly right of way, a distance of 257.87 feet along said E.B.M.U.D. Parcel to the TRUE POINT OF BEGINNING of the herein described power line easement; thence Page 21 of 22 continuing S. 72' 17' 04" E., a distance of 124.59 feet; thence leaving said southwesterly line 234.28 feet along the arc of a nontangent curve concaved northerly having a radial bearing of S. 6' 28' 21" E., a radius of 6,21.8.00 feet and a central angle of 2' 09' 31" to a point on the northeasterly line of said E.B.M.U.D. Parcel; thence N. 72' 17' 04"W. a distance of 114.59 feet along said northeasterly line,to the intersection with the proposed southerly right of way of State Route 4; thence along said proposed right of way a distance of 119.02 feet along the arc of a nontangent curve concave northerly having radial bearing of S. 7'40' 39" E., a radius of 6,168.00 feet, and a central angle of 1' 06' 20" to a point which lies on the centerline of said East Bay Municipal Utility District Parcel which lies N. 72' 17' 04"W. a distance of 123.95 feet from E.B.M.U.D. brass cap monument at station 3672+87.15; thence continuing 124.34 feet along the arc of a tangent curve concaved to the north, having a radius of 6,168.00 feet and a central angle of 1' 09' 18" to a point in the southwesterly line of said E.B.M.U.D. Parcel and the TRUE POINT OF BEGINNING. Containing a grid area of 11 ,936 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1.0000609 to obtain, ground level distances. Multiply grid area by 1.0001218 to obtain .ground area. April 30, 1993 appendix.A Page 22 of 22 PUBLIC WORKS DEPARTMENT CONTRA COSTA COUNTY �p . 44-- DATE: September 28, 1994 TO: Board of Supervisors FROM: Michael Walford, Public Works Dire for SUBJECT: Report Re: State Highway 4/13ailey Road Interchange 4660-6X4158 Pursuant to procedure approved by Board Order, dated November 1, 1988, the Public Works Director sent a Notice of Intention to Amend a Resolution of Necessity and to re- adopt the Resolution of Necessity as Amended for acquisition by eminent domain of real property in the Bay Point area for the construction of the State Highway 4/Bailey Road Interchange project, and set October 4, at 11:00 a.m. as the date and time affected owners may appear and be heard as to matters specified by law under C.C.P. Section 1245.235 as set forth below. Upon recommendation of County Counsel, the following report is made for the Board's information and consideration prior to taking action upon said hearing. I. Proposed Project -The project is described fully in the State Route 4/Bailed Interchange Improvement Project EIR. Summarized, the project is a joint integrated intermodal transportation project of the Bay Area Rapid Transit District, the State of California, Contra Costa Transportation Authority, and Contra Costa County. The project includes the joint construction of improvements consisting of the widening and improving of State Highway Route 4 between Willow Pass Road in Concord to Railroad Avenue in Pittsburg, which improvement includes reconstruct- ing the Bailey Road Interchange on State Highway Route 4 in the City of Pittsburg and Contra Costa County; and providing a median of sufficient width to accommo- date a BART rail system and a six lane highway, expandable to eight lanes; construction of BART transit facilities up to subballast in the Route 4 median including station platform and foundation at the Bailey Road Interchange and the construction of station parking facilities servicing the BART Bailey Road station; and pedestrian improvements and a bicycle path. The project includes all supporting features necessary to protect or preserve the safety and usefulness of the project as a integrated intermodal transportation system, including realignment of local roads. The project included acquisition of numerous parcels. To date all have been acquired except a parcel owned by North State Development Compan loc near Bailey Road. FjLED OCT 419 1 OF WPERV CpNTAA COSTA CO. In a condemnation action to acquire the North State parcel, the owner has contended that the general statement of public use contained in Resolution of Necessity No. 93/226 and incorporated by reference into the County's condemna- tion complaint is not sufficiently broad to include the BART project components within the definition of the project. North State also threatens to challenge the County's right to acquire for BART and State Highway purposes. The County's position is that the general statement of public use is sufficient to include all of the components of this intermodal project. However, rather than to rely on the existing general statement, it would be simpler to remove this issue by clarifying and re-affirming the original intent of the Resolution of Necessity No. 93/226. This can be accomplished by amending the resolution to more fully describe all of the components of this joint intermodal project and then to re-adopt the Resolution as Amended. In order to proceed with the project, it is necessary for the County to exercise its power of eminent domain. Pursuant to Section 1245.235 of the Code of Civil Procedure, notice was given to the following persons whose names and addresses appear on the last equalized County Assessment Roll: North State Development Company 4300 Railroad Avenue Pittsburg, CA 94565 This notice consisted of sending by first-class and certified mail on September 19, 1994, a Notice of Intention which notified these owners that a hearing is scheduled for October 4, 1994, at 11:00 a.m. in the Board's Chambers, at which time they may appear to be heard on the matters referred to in the notice. II. Scope of Hearing Per C.C.P. Section 1245.235 A. Public Interest and Necessity require the proposed proiect. The proposed new Bailey Road Interchange, the extension of the BART to Bailey Road, a Bailey Road BART Station within the road median and the supporting BART Station parking facility, together with other project components are required to provide transit to East County, reduce traffic congestion and increase air quality. In 1988, the County voters passed Measure "C": in order to correct traffic and transportation shortfalls. This project was one of the top priority projects listed in the expenditure plan and therefore constitutes public interest and necessity. The project is an integral part of extending BART to Bay Point. B. The proiect is planned and located in the manner that will be most compati- ble with the -greatest public good and the least private iniurv. Public meetings were held to discuss the Environmental Document and 2 t 0 project impacts. The product of these meetings and comments assisted in planning and locating the project in the matter most compatible with the public good and the least private injury. i The project, including the Bailey Road Interchange and the BART Bailey Road Station and the BART Parking Facility have been designed to cause the least impact on the environment and reduce the requirement for private property while maintaining good engineering practices. C. The property sought to be acquired is necessary for the project, The property described in Appendix "A" of the proposed Resolutions is required for the widening of State Highway 4, the Bailey Road Interchange, for an enlarged BART Station parking facility required to service calculated demands occasioned by the construction of the Bailey Road BART Station project component. III. Recommended Action A. Board to ask if any notified property owners wish to be heard as to the three items specified in Section II above. B. Upon completion and closing of the hearing, it is recommended that the Board make the findings and determinations listed under II A, B and C above, make an additional finding that the offer of compensation required by Section 7267.2 of the Government Code has been made to the owner or owners of record, adopt a Resolution Amending Resolution of Necessity No. 93/226 and a Resolution Re-Adopting Resolution of Necessity No. 93/226 As Amended to acquire the required property by eminent domain and direct the Board Clerk to file a copy of this report. IV. Alternatives Take no action and rely on the existing Resolution of Necessity 93/226. JMW:KAM:glo g:\realpropXtemp\CO2OaNS.t9 cc: County Administrator's Office County Counsel Real Property Board Clerk-If approved by the Board,please file a copy of this report in your records. 3 1 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA 2 3 4 5 Re: Condemnation of Property for RESOLUTION OF NECESSITY the State Route 4/13ailey Road NO. 93/266 AS AMENDED 6 Interchange Improvement Project, Bay Point Area Project RE-ADOPTED AS RESOLUTION OF 7 No. 4660-6X4158 NECESSITY NO. 94/501 8 (C.C.P. §1245.230) (C.C.P. §1240.610) 9 (C.C.P. §1240.510) 10 11 12 The Board of Supervisors of Contra Costa County, California, by vote of two-thirds of its 13 members RESOLVES, FINDS, DETERMINES AND DECLARES THAT: 14 1. At a public meeting and hearing on April 27, 1993, the Board of Supervisors 15 ('Board"), the governing body of Contra Costa County, California("County"), adopted 16 RESOLUTION OF NECESSITY NO. 93/226 by a unanimous vote. 17 2. RESOLUTION OF NECESSITY NO. 93/226 authorized the acquisition of Parcels 18 51260-1, 51260-2, 51260-3, and 51260-5, sub-parcels of a single parcel (hereinafter referred to as 19 the "Property")by eminent domain. Other parcels were included, but have since been acquired. 20 3. RESOLUTION OF NECESSITY NO. 93/226 contains a general statement of the 21 public use for which the Property is to be taken("a road reconstruction project, a public 22 improvement, to widen State Highway 4 at Bailey Road") as distinguished from a detailed 23 description of the project for which the Property is required. 24 4. The general statement of the public use contained in RESOLUTION OF 25 NECESSITY NO. 93/266 was intended by the Board to describe a public use for a road 26 reconstruction project required by and for the integrated intermodal public transportation project 27 described in the State Route 4/Bailey Road Interchange Project Environmental Impact Report 28 dated September 1991 ('BIR"). 1 1 5. The State Route 4/Bailey Road Interchange Improvement Project EIR describes in 2 detail said integrated intermodal public transportation project and its purpose. A copy of the EIR 3 Project Description Summary set out at Section 1.1 of the EIR is attached hereto as Exhibit B and 4 incorporated herein by reference. The EIR, approved and certified by the Board on October 8, 5 1991, and was reviewed and considered by the Board prior to approving the State Route 4/Bailey 6 Road Interchange Improvement Project . A copy of said certification is attached hereto as 7 Exhibit C. 8 6. Pursuant to Public Resources Code Section 21092 County gave written notice of 9 the preparation of the draft State Route 4/Bailey Road Interchange Project Environmental Impact 10 Report, invited comments, and held public hearings on said draft EIR prior to the adoption of the 11 EIR by the County. The owner of Parcels 51260-1, 51260-2, 51260-3, and 51260-5 was given 12 said written notice, a copy of which together with the relevant portion of the mailing list is 13 attached hereto as Exhibit D and incorporated herein by reference. 14 7. Features of the State Route 4/Bailey Road Interchange Improvement Project 15 include a highway/freeway/interchange/surface street improvement component, a Bay Area Rapid 16 Transit District ('BART") rail extension component, a BART Bailey Road Station component, a 17 BART Bailey Road Station Parking Facility component, and a bicycle and pedestrian component. 18 The components together comprise an integrated intermodal public transportation project; and are 19 each necessary features of said joint BART, California Department of Transportation ("Caltrans"), 20 County and Contra Costa Transportation Authority("CCTA") project. 21 8. The BART, highway/freeway/interchange/surface street, bicycle trail and pedestrian 22 components of the State Route 4/Bailey Road Interchange Project are all related to the purpose 23 and objective of the project, to-wit: an integrated intermodal public transportation project as 24 described in the EIR; and the interrelated components are required for the protection and 25 preservation of the usefulness and safety of the project. 26 9. At the public hearing held at the Board of Supervisors meeting of April 27, 1993, 27 prerequisite to consideration of the adoption of RESOLUTION OF NECESSITY NO. 93/226, 28 no written or oral objections were made by any property owner or their representative. In 2 1 particular, no objections were made that the general statement of the public use contained in the 2 proposed Resolution of Necessity did not adequately describe all of the features of the integrated 3 intermodal public transportation project as described in the EIR. 4 10. The acquisition by County of the real property required for the joint State Route .5 4/Bailey Road Interchange Project is authorized by the Cooperative Agreements Dated December 6 5, 1990 (Cooperative Agreement 14.00.00); June 20, 1990 (Cooperative Agreement 14.01.02); 7 May 20, 1992 (Cooperative Agreement 21.00.02); and January 11, 1993 (Cooperative Agreement 8 90.14.02.00) which Cooperatives Agreements are attached hereto as Exhibit E and incorporated 9 herein by reference. 10 11. The four Cooperative Agreements together were intended to be collectively an 11 agreement for the joint exercise of the respective powers of eminent domain of the parties within 12 the meaning of Code of Civil Code of Procedure Section 1240.140 whereby Contra Costa County 13 was authorized by BART, Caltrans and CCTA to exercise their respective powers of eminent 14 domain to acquire the property necessary for the State Route 4/Bailey Road Interchange Project. 15 // 16 12. In an eminent domain action [Contra Costa County v. North State Development 17 Co. Contra Costa Superior Court No. C93-02098] to acquire Parcels 51260-1, 51260-2, 51260-3, 18 and 51260-5 described in RESOLUTION OF NECESSITY NO. 93/226, the owner has claimed 19 that the BART component of the State Route 4/Bailey Road Interchange Project is not a part of 20 the general statement of public use alleged in the eminent domain complaint. Said eminent domain 21 complaint incorporates said Resolution of Necessity by reference together with the general 22 statement of the public use contained in RESOLUTION OF NECESSITY NO. 93/226. The 23 owner further threatens to challenge the statutory authority of Contra Costa County to acquire the 24 Property for the joint public transportation project. 25 13. On September 20, 1994, the Board approved and the County entered into an 26 Agreement between and previously approved by Caltrans, BART, and CCTA which Agreement 27 was entitled an Agreement for the Joint Exercise of the Power of Eminent Domain for the Bailey 28 Road Interchange Project (a copy of which is attached as Exhibit F and incorporated herein by 3 1 reference). Said Agreement between the County, Caltrans, BART and CCTA was intended to be 2 a Code of Civil Code of Procedure Section 1240.140 agreement for the joint exercise of their 3 respective powers of eminent domain by County to acquire the properties required by the State 4 Route 4/Bailey Road Interchange Improvement Project. It is the County's position that said 5 Cooperative Agreements constituted an agreement for the joint exercise of the power of eminent 6 domain within the meaning of Code of Civil Procedure Section 1240.140. Rather than to litigate a 7 legal challenge to the sufficiency of said Cooperative Agreements, it was the purpose of said 8 Resolution adopting said Agreement for the Joint Exercise of the Power of Eminent Domain to 9 clarify and reaffirm said Cooperative Agreements in the form of a single integrated joint exercise of 10 powers agreement executed by all the Public Agencies party thereto. 11 14. It is the position of County that Code of Civil procedure Section 1245.230(a) 12 requires only a general statement of the public use for which the property is to be taken and that 13 RESOLUTION OF NECESSITY NO. 93/226 contained a sufficient general statement. Rather 14 than to litigate a legal challenge to the sufficiency of said general statement, it is the purpose of this 15 Resolution: (a) to more particularly describe the public use intended by the Board in 16 RESOLUTION OF NECESSITY NO. 93/226 so as to clarify and to clear up any uncertainty or 17 ambiguity in said general statement of the public use; and (b) to supplement and more particularly 18 reference the statutes which authorize the County to acquire the Property by eminent domain for 19 the joint public transportation project. 20 15. Contra Costa County seeks to acquire a single Parcel 51260 which parcel is divided 21 into Sub-Parcels 51260-1, 51260-2, 51260-3, and 51260-5 (referred to collectively herein as the 22 "Property"). Said Property is described in Appendix "A" attached hereto and incorporated herein 23 by reference. The Property sought to be acquired is a part of a single larger parcel. 24 16. The public use generally described as the State Route 4/Bailey Road Interchange 25 Improvement Project, a road reconstruction project, which requires the acquisition of the Property 26 sought to be acquired and condemned herein is: 27 for the purposes of a road reconstruction project known as the State Route 4/Bailey Road 28 Interchange Improvement Project. The State Route 4/Bailey Road Interchange 4 1 Improvement Project is a joint intermodal public transportation project and is hereinafter 2 referred to as the "Project". The Project is a public use, and is more particularly described 3 as follows: 4 An intermodal public transportation Project, which Project is a joint Project 5 of the Bay Area Rapid Transit District, the State of California(Department 6 of Transportation), Contra Costa Transportation Authority, and Contra 7 Costa County. Said intermodal public transportation Project shall include 8 the joint construction of improvements consisting of the widening and 9 improving of State Highway Route 4 between Willow Pass Road in 10 Concord to Railroad Avenue in Pittsburg, which improvement includes 11 reconstructing the Bailey Road Interchange on State Highway Route 4 in 12 the City of Pittsburg and Contra Costa County; and providing a median of 13 sufficient width to accommodate a BART rail system and a six lane 14 highway, expandable to eight lanes; construction of BART transit facilities 15 up to subballast in the Route 4 median including station platform and 16 foundation at the Bailey Road Interchange and the construction of parking 17 facilities servicing the BART Bailey Road station; and pedestrian 18 improvements and a bicycle path. All references to the Project herein 19 includes all of the above features and components, together with all 20 supporting features necessary to protect or preserve the safety and 21 usefulness of the Project as a integrated intermodal transportation system. 22 17. The County entered into agreements, pursuant to Code of Civil Procedure 23 §1240.140 with the San Francisco Bay Area Rapid Transit ("BART") , the State of California, 24 acting by and through the Department of Transportation ("Caltrans"), and the Contra Costa 25 Transportation Authority ("CCTA") for the joint exercise of their respective powers of eminent 26 domain for the acquisition of the property described herein in the name of the County for the 27 public use herein set forth. BART, Caltrans, CCTA, and County which are a party to said 28 agreements are referred to herein collectively as the " the Public Agencies." Said agreements are 5 1 in the form of Cooperative Agreements and an Agreement for the Joint Exercise of the Power of 2 Eminent Domain, and are attached hereto as Exhibits E and F respectively and incorporated herein 3 by reference. Said Cooperative Agreements and the Agreement for the Joint Exercise of the 4 Power of Eminent Domain are collectively referred to herein as the "JPA". 5 H 6 18. The respective public purposes requiring the Route 4/Bailey Road reconstruction 7 project for each of said sub-parcels are as follows: 8 A. Parcels 51260-1, 51260-2 and 51260-5: for joint-use for State, County and 9 BART purposes, more particularly described as follows: 10 i. For State and Countghway and freeway_purposes: to 11 reconstruct the Bailey Road Interchange on State Highway Route 4 12 in the City of Pittsburg and Contra Costa County; and the widening 13 and improving of State Highway Route 4. 14 ii. For BART purposes: to provide a median of sufficient width to 15 accommodate a BART rail system and the construction of BART 16 transit facilities up to subballast in the Route 4 median including the 17 Bailey Road BART station platform and foundation. 18 B. Parcel 51260-3: For BART purposes: for the Bailey Road BART Station 19 parking lot servicing the Bailey Road BART Station. 20 19. Providing public transportation is a function of the County. 21 20. The statutes that authorizes County to acquire the property described in Appendix 22 "A" by eminent domain are specified in the alternative as follows: 23 A. AS A JOINT EXERCISE OF THE RESPECTIVE POWERS OF 24 EMINENT DOMAIN POSSESSED BY THE STATE BART AND THE 25 COUNTY. Pursuant to Code of Civil Procedure §1240.140, the respective 26 powers of eminent domain possessed by the Public Agencies party to the 27 JPA are: 28 H 6 1 i. COUNTY: Government Code Section 25350.5, Streets and 2 Highway Code Sections 943(a) and 941.1, Code of Civil Procedure 3 Section 1240.120(a), and Government Code Section 26006. 4 County is authorized by statute to acquire said property for 5 highway, freeway and public transportation purposes and for the 6 purpose of carrying out and making effective the principal purpose 7 of the public transportation project, including uses for the protection 8 and preservations of the safety and usefulness of the public 9 transportation project. 10 ii. STATE: Streets and Highways Code Section 102. State is 11 authorized by statute to acquire for State highway purposes; 12 iii. BART: Public Utilities Code Sections 28953 29030 and 29031. 13 BART is authorized to acquire for BART rapid transit purposes 14 including rights-of-way, rail lines, stations, platforms and parking 15 lots and facilities necessary for said rapid transit service. 16 B. FOR COUNTY HIGHWAY AND PUBLIC TRANSPORTATION 17 PURPOSES . (i) Pursuant to Government Code Section 25350.5 and 18 Streets and Highway Code Section 943 for County highway, County public 19 transportation and County public parking purposes; and (ii)Pursuant to 20 Code of Civil Procedure Section 1240.120(a); Government Code Section 21 25350.5; Streets and Highway Code Section 943 as an acquisition necessary 22 to carry out and make effective the principal purpose for highway and 23 public transportation use. 24 C. FOR COUNTY PUBLIC TRANSPORTATION AND HIGHWAY 25 PURPOSES TO BE CONVEYED TO THE STATE FOR STATE 26 HIGHWAY PURPOSES AND TO BART FOR BART RAPID TRANSIT 27 PURPOSES. Pursuant to Code of Civil Procedure Sections 1240.120(a) 28 and 1240(b), Government Code Sections 25350.5, Streets and 7 1 Highways Code Sections 15, 113, 943, and Public Utilities Code 28970: 2 i. for highway and public transportation purposes, which property to 3 be acquired herein is to be conveyed upon completion of the Project 4 to the Caltrans, for State highway purposes; and 5 ii, for rapid transit use together with required station and parking 6 facilities, which property acquired herein is to be conveyed upon 7 completion of construction of the Project to BART. 8 21. The Property to be acquired is generally located in the Pittsburg, Bay Point area. 9 22. On April 8, 1993, notice of the County's intention to adopt a resolution of necessity 10 for acquisition by eminent domain of the Property described in Appendix "A" was sent to persons 11 whose names appear on the last equalized County Assessment role as owners of said property. 12 The Notice specified April 27, 1993, at 11:00 a.m. in the Board of Supervisors Chambers in the 13 Administration Building, 651 Pine St., Martinez, California as the time and place for the hearing. 14 23. The hearing was held at that time and place and all interested parties were given an 15 opportunity to be heard. Based upon the evidence presented to it, this Board found, determined 16 and thereby declared the following: 17 A. The public interest and necessity require the proposed project. 18 B. The proposed project is planned and located in the manner which will be 19 most compatible with the greatest public good and the least private injury. 20 C. The property described herein is necessary for the proposed project. 21 D. The offer required by and consistent with section 7267.2 of the Government 22 Code, together with the accompanying statement of the amount established 23 as just compensation, was made to the owner or owners of record. 24 E. Some of the property sought to be acquired is appropriated to a public use. 25 The determination and finding is made that the proposed use is a more 26 necessary use than the use to which the property is now appropriated, or a 27 compatible public use. This resolution is adopted pursuant to Code of Civil 28 procedure sections 1240.510 and 1240.610. 8 1 F. All conditions necessary to establish the right to take the property required 2 for the highway project have been complied with. 3 On April 27, 1993 RESOLUTION OF NECESSITY NO. 93/226 was passed and adopted 4 by a unanimous vote of the Board. 5 24. On September 15, 1994, notice of the County's intention to amend and re-adopt as 6 amended RESOLUTION OF NECESSITY NO. 93/226 for acquisition by eminent domain of the 7 real property described in Appendix "A" was sent to persons whose names appear on the last 8 equalized County Assessment role as owners of said property. The Notice specified October 4, 9 1994, at 11 a.m. in the Board of Supervisors Chambers in the Administration.Building, 651 Pine 10 Street, Martinez, California, as the time and place for the hearing thereon. 11 25. The hearing was held at that time and place, and all interested parties were given an 12 opportunity to be heard. Based upon the evidence presented to it, this Board finds, determines and 13 hereby declares the following: 14 A. The public interest and necessity require the proposed Project. 15 B. The proposed Project is planned and located in the manner which will be 16 most compatible with the greatest public good and the least private injury. 17 C. The property described herein is necessary for the proposed Project. 18 D. The offer required by and consistent with section 7267.2 of the Government 19 Code, together with the accompanying statement of the amount established 20 as just compensation, was made to the owner or owners of record. 21 E. All conditions necessary to establish the right to take the property required 22 for the project have been complied with. 23 26. The County Counsel of this County is hereby AUTHORIZED and EMPOWERED: 24 To acquire in the County's name, by condemnation, the Property described in Appendix "A", 25 attached hereto and incorporated herein by this reference in accordance with the provisions for 26 eminent domain in the Code of Civil Procedure and the Constitution of California: 27 The following sub-parcels are to be acquired in fee simple absolute: 51260-1, 51260-2 and 28 51260-3. 9 A L 1 The following sub-parcel is to be acquired as a temporary construction easement: 51260-5. 2 To prepare and prosecute in the County's name such proceedings in the proper court as are 3 necessary for such acquisition; 4 To deposit the probable amount of compensation, based on an appraisal, and to apply to 5 said court for an order permitting the Count to take immediate possession and use said real 6 property for said public purposes and uses and to continue in possession. 7 8 Adoption of this Resolution on October-4, 1994_ X1994 by the following vote: 9 10 AYES: Supervisors Smith, Bishop, DeSaulnier, Torlakson and Powers 11 NOES: None 12 ABSENT: None 13 14 I HEREBY CERTIFY, that the foregoing resolution was duly and regularly introduced, 15 passed and adopted by the vote of two-thirds or more of the Board of Supervisors of Contra Costa 16 County, California, at a meeting of said Board on the date indicated. 17 Dated: October 4, 1994, 1994, 18 19 1 hereby Certify that this Is a true and comecteopyof 20 an aBoaCtio taken and enteredon the minutes Ot the of he dal&A"m ATTESTED: 21 PHIL BATCHELOR,derk of the Board of Supervisors and my Administrator 22 ey Deputy 23 24 25 26 27 28 10 State Highway 4 Bailey Road Interchange North State Development 04-CC-4-19.6 (51260-1 , 51260-2, 51260-3 & 51260-5) APPENDIX "A" PARCEL 51260-1 (FEE) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the South Quarter corner of Section 14; thence N. 0' 05' 46" E. along the east line of said Southwest Quarter of Section 14 a distance of 1188.97 feet to the intersection with the centerline of Leland Road as shown on Oak Hills, Unit 1 , Subdivision 6887, Book 324 of Maps, at Page 44, Contra Costa County Records; thence N. 89' 54' 35"W. a distance of 893.22 feet along said centerline; thence 183.83 feet along the arc of a tangent curve to the right with a radius of 1 ,041 .94 feet and a central angle of 10' 06' 31"; thence N. 79' 50' 33" W. a distance of 314.04 feet to the southwesterly corner of that parcel of land described in deed to San Francisco Bay Area Rapid Transit District, in Book 12258, at Page 988, Official Records; thence N. 0'05' 25" E. along the westerly line of that - parcel described in said Book 12258 at Page 988, a distance of 1 ,070.97 feet to a point in the proposed southerly right of way of State Route 4; thence N. 82' 43' 58"W. along said proposed right of way a distance of 366.8,7 feet; thence S. 0' 05' 25"W. a distance of 45.45 feet; thence N. 76' 23' 27"W. a distance of 414.54 feet; thence N. 71' 55' 27"W. a distance of 339.30 feet to a point in the existing Route 4 right of way which lies 16148 feet right of"E4" line station 567+88.76; thence . leaving said proposed right of way and continuing along said existing Route 4 right of way N. 71' 55' 27" W. a distance of 83.31 feet to the TRUE POINT OF BEGINNING of herein described real property; thence continuing N. 71' 55' 27"W. along said existing Route 4 right of way a distance of 139.26 feet to a point on the west line of the southwest quarter of said Section 14, said point lies S. 0' 36' 27" W. a distance of 78.09 feet from the west quarter corner of said Section 14 and N. 0' 36' 27" E. a distance of 2,583.20 feet from the southwesterly corner of said Section 14; thence leaving said existing right of way S. 0' 36' 27" W. a distance of 51 .41 feet to a point on the proposed State Route 4 southerly right of way; thence along said proposed southerly right of way N. 86' 28' 11" E. a distance of 133.19 feet to the TRUE POINT OF BEGINNING. Lands abutting said freeway shall have no rights or easement of access thereto. Page 1 of 5 Containing a grid area of 3,415 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. 04-CC-4-19.6 (51260-2) PARCEL 51260-2 (FEE) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the South Quarter corner of Section 14; thence-N. 0' 05' 46" E. along the east line of said Southwest Quarter of Section 14 a distance.of 1,188.97 feet to the intersection with the centerline of Leland Road as shown on Oak Hills, Unit 1 , Subdivision 6887, Book 324 of Maps, at Page 44, Contra Costa County Records; thence N. 89' 54' 35"W. along said centerline of Leland Road_a distance of 893.22 feet; thence 183.83 feet along the arc of a tangent curve to the right with a radius of 1 ,041 .94 feet and a central angle of 10' 06' 31"; thence N.' 79* 50' 33"W. a distance of 314.04 feet to the southwesterly corner of that parcel of-land described in deed to San Francisco BayArea Rapid Transit District, in Book 12258, at Page 988, Official Records; thence leaving said centerline N. 0' 05' 25" E: along the westerly line of that parcel described in said Book 12258 at Page 988, a distance of 1 ,070.97 feet to a point in the proposed southerly right of way of State Route 4 and the TRUE POINT OF BEGINNING of the herein described real property; thence N. 82' 43' 58" W. along said proposed right of way a distance of 366.87 feet; thence S. 0' 05' 25" W. a distance of 45.45 feet; thence N. 76' 23' 27"W. a distance of 414.54 feet; thence N. 71' 55' 27" W. a distance of 339.30 feet to a point on the existing southerly right of way of State Route 4 which lies 163.48 feet right of "E4" line station 567+88.76, thence S. 88' 50' 04" E. along said existing right of way a distance of 253.13 feet; thence S. 75' 34' 12" E. a distance of 105.24 feet; thence S. 81' 41' 29" E. a distance of 210.43 feet; thence S. 74' 00' 18" E. a distance of 105.33 feet; thence S. 83' 57' 01" E. a distance of 104.96 feet; thence N. 83' 10' 16" E. a distance of 107.22 feet; thence S. 84' 25' 39" E. a distance of 208.40 feet; thence N. 85' 20' 38" E. a distance of 6.92 feet to the westerly line of the parcel described in said Book 12258, at Page 988; thence along said westerly line and departing from said existing right of way S. 0' 05' 25" W. a distance of 94.99 feet to the TRUE POINT OF BEGINNING. Page 2 of 5 Lands abutting said freeway shall have no rights or easement of access thereto. Containing a grid area of 83,305 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. 04-CC-4-19.6 (51260-3) PARCEL 51260-3 (FEE) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the South Quarter corner of Section 14; thence N. 0' 05' 46' E. along the east line of said Southwest Quarter of Section 14 a distance of 1 ,1.88.97 feet to the intersection with the centerline of Leland Road as shown on Oak Hills, Unit 1 , Subdivision 6887, Book 324 of Maps, at Page 44, Contra Costa County Records; thence N. 89' 54' 35"W. along said centerline of Leland Road a distance of 893.22 feet; thence 183.83 feet along the arc of a tangent curve to the..right with a radius of 1 ,041 .94 feet and a central angle of 10' 06' 31"; thence N.:79' 50' 33"W. a distance of 314.04 feet to the southwesterly corner of that parcel of land described in deed to San Francisco Bay Area Rapid Transit District, in Book 12258, at Page 988, Official Records; thence leaving said centerline N. 0' 05' 25" E. along the westerly line of that parcel described in said Book 12258 at Page 988, a distance of 42.65 feet to the northerly right of way of Leland Road as shown on Oak Hills, Unit 2, Subdivision 7242, Book 338, at Page 8, Contra Costa County Records and the TRUE POINT OF BEGINNING of herein described real property; thence N. 79' 50' 33" W. along said northerly right of way, a distance of 12.89 feet;thence 29.87 feet along the arc of a non-tangent curve concave northwesterly with a radial bearing of S. 10' 11' 23" W., a radius of 957.94 feet and a central angle of 1' 47' 11"; thence N. 78' 01' 27" W. a distance of 329.05 feet; thence leaving said northerly right of way, N. 0' 05' 25" E and parallel with the westerly line of that parcel of land described in said Book 12258, at Page 988, a distance of 998.44 feet to a point in the proposed southerly right of way of State Route 4; thence S. 82' 43' 58" E. along said proposed southerly right of way, a distance of 366.87 feet to a point in the westerly line of that parcel of land described in said Book 12258, at Page 988; thence S. 0' 05' 25" W. along said westerly line, a distance of 1 ,028.32 feet to the TRUE POINT OF BEGINNING. Lands abutting said freeway shall have no rights or easement of access thereto. Page 3 of 5 Containing a grid area of 369,019 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. 04-CC-4-19.6 (51260-5) PARCEL 51-260-5 (Temporary Construction Easement) 1 All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the South Quarter corner of Section 14; thence N. 0' 05' 46" E. along the east line of said Southwest Quarter of Section 14 a distance of 1188.97 feet to the intersection with the centerline of Leland Road as shown on Oak Hills, Unit 1 , Subdivision 6887, Book 324 of Maps, at Page 44, Contra Costa County Records; thence N. 89' 54' 35"W. along said centerline a distance of 893.22 feet; thence 183.83 feet along the arc of a tangent curve to the right with a radius of 1 ,041 .94 feet and a central angle of 10' 06' 31"; thence N.. 79' 50' 33" W. a distance of 314.04 feet to the southwesterly corner of that parcel of land described in deed to San Francisco Bay Area Rapid Transit District, in Book 12258, at Page 988, Official Records; thence leaving said centerline N. 0' 05' 25" E. along the westerly line of that parcel described in said Book 12258 at Page 988, a distance of 42.65 feet to a point in the northerly right of way of said Leland Road as shown on Page 338 at Page 8 of Oak Hills, Unit 2, Subdivision 7242, Contra - Costa County Records; thence N. 79' 50' 33" W. along said northerly right of way a distance of 12.89 feet, thence 29.87 feet along the arc of a tangent curve to the right with a radius of 957.94 feet and a centr6al angle of 1' 47' 11"; thence N. 78' 01' 27" W. a distance of 329.05 feet to the TRUE POINT OF BEGINNING of the herein described temporary construction easement; thence continuing N. 78' 01' 27"W. a distance-of 25.55 feet; thence departing from said northerly right of way of Leland Road N. 0' 05' 25" E. a distance of 800.00 feet; thence N. 68' 00' 00"W. a distance of 81 .50 feet; thence N. 46' 00' 00"W. a distance of 271 .97 feet to the proposed southerly right of way of State Route 4; thence S. 76' 23' 27" E along said southerly right of way, a distance of 305.00 feet; thence departing from said proposed right of way S. 0' 05' 2 5"W. a distance of 952.99 feet to the TRUE POINT OF BEGINNING. The term of herein described temporary construction easement is set to expire December 31 , 1995. Page 4 of 5 Containing a grid area of 48,860 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. Page 5of5 1 . SUMMARY 1 . 1 Proiect Description The proposed project involves modifying the State Route 4/Bailey Road interchange and local streets to accommodate the circulation and transportation needs resulting from existing and planned development in this portion of eastern Contra Costa County and to accommodate the extension of BART to Bailey Road and the resulting increase in traffic associated with a BART terminal station at Bailey Road. The extension of the existing BART Concord line to West Pittsburg has been approved by the Bay Area Rapid Transit District . The approved plans call for a BART station in the State Route 4 median just west of the Bailey Road interchange and the construction of a parking lot on the BART property south of State Route 4 . The widening and lowering of State Route 4 between Willow Pass Road in Concord and Bailey Road in West Pittsburg (the Willow Pass Grade Lowering Project) is designed to provide for the extension of the Concord BART line to Bailey Road in the State Route 4 median. The State Route 4/Bailey Road interchange improvements are designed to compliment and tie into the Willow Pass Grade Lowering Project . The proposed project would involve reconstructing State Route 4 in the vicinity of the Bailey Road interchange, to provide a 104 foot wide median to accommodate the BART station and BART tracks, six through lanes and two High Occupancy Vehicle (HOV) lanes . The Bailey Road interchange would be reconstructed with new interchange ramps in a reverse partial cloverleaf design which consists of loop off-ramps and diagonal on-ramps . local circulation improvements would also be provided, including the widening of Bailey Road to six lanes between Maylard Street and Canal road; relocation of Canal Road west of Bailey Road to follow the existing alignments of Mims and Amberson Avenues; extending Los Palos Drive north of Leland Road; installation of signals at off-ramp intersections and at the Canal Road/Bailey Road intersection; and, other local access improvements . Pedestrian access would be provided through the interchange area and would be designed to connect to the Delta-De Anza Regional- Trail . egionalTrail . The project would also involve the relocation of affected electrical power, sewer, water, and natural gas lines so that no disruption in service would occur. Drainage improvements would be installed in the vicinity of the BART parking lot to accommodate runoff from the project, future BART facilities, and planned development in the area. 1-1 TO: I BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: October 8, 1991 SUBJECT: Approving Bailey Road Interchange Project Project No. 0357-6X4156 SPECIFIC REQUEST(S) OR REOOMMENDiATIC 1M.&SACMP40UND AND JU6TWWA' T10N 1. RecomM_e1)d2d Action• APPROVE Project, and CERTIFY that the final EiR for the project was completed in compliance with the California Environmental Quality Act, that the final EIR was presented to the Board and the Board reviewed and considered the Information contained in it, and FIND that the project will have significant effects on the environment. each of which is determined to be unavoidable, and as to each makes the following findings: See attached findings. DiRECT the Public Works Director to begin right-of-way acquisition and to prepare contract plans and specifications for oonstruction. DIRECT the Director. of Community Development to file a Notice of Determination with the County Clerk. DIRECT the Public Works Director to arrange for payment of the $25.00 handling fee to the County Clerk for filing of the Notice of Determination. and for the $850.00 Fish and Game filing fee to be transferred to the County Clerk. 11. EINANCIAL. IMPAC T; The estimated project cost Is$62.3 minion.funded by Measure C Funds (40%). BART(50%). and State and local partnership (10%). Continued on Attachment: SIGNATURE: _ RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE w-OTHER SiQNATURE(8): ACTION OF BOARD ON /f 77 APPROVED AS RECOMMENDED OTHER VO T� OF SUPERVISORS UNANIMOUS (ABSENT 1 AYES: NOES-,-- ABSENT,.— OES:ABSENT: ABSTAIN: I tw eby a dy*.M ihr M a WM•nd Owl copy or an taction taken and entered on the mi-ASS of the . BB:drg t;twrd of*UP*-%— Show Show+t~ c180:68 t10 Ptn enT m&M Cie*di the B"rd of 6tmerWoM and County AtlMWwatoa Orig. Div; Public Works (Major Projects) cc: County Admin.: E. Kuevor �, _. _ - .Deputy Community Development PW Accounting Road Engineering-H. Ballenger Approving Salley Road lrn®....minge Project Oa6ber 8,11991 Page TWo Ill. 89ASONS E0E H9C.OM„MMMATIQNI13AQK2��: The project Is needed to reduce congestion and provide a median width sufficient to ' accommodate the SART trackway and Interim terminal station site just west of Bailey Road. This project has been determined to be in compliance with the General Pian. The Final Environmental Impact Report pertaining to this project was considered by the Zoning Authority on October T. 1991, and found to be complete and prepared In compliance with the Callfomla Environmental Quality Act and State and County Guidelines. IV. C0NSEQUENQF8 OFNCOATI ACTION: Delay In approving the project will result In a delay of design and construction and may jeopardize funding. 5:10'd gGe0TB65Tt?TG ni ��+>+nm nT-lama -, LommunityContra Harvey E. Bragdon ! Director of Community Development development Department Costa County Administration Building County 651 Pine Street 4th Floor, North Wing Martinez, California 94553-0095 Phone : 646-2035 •''` � TO: INTERESTED AGENCIES, ORGANIZATIONS & INDIVID S SUBJECT: NOTICE OF COMPLETION AND NOTICE OF PUBLIC HEARING ON THE DRAFT ENVIRONMENTAL IMPACT REPORT FOR STATE ROUTE 4/ BAILEY ROAD INTERCHANGE, WEST PITTSBURG AREA COUNTY FILE #CP 90-6 DATE: JUNE 7, 1991 The subject Draft Environmental Impact Report is being distributed for review and comment in conformance with the California Environmental Quality Act of 1970 (CEQA) and State and County Guidelines. Public review copies of the Draft EIR will be found at the following locations: 1 . Central Branch: 1750 0 a Park Blvd., Pleasant Hill 2. Concord Branch: 2900 Salvio Street, Concord 3. Pittsburg Branch: 80 Power Avenue, Pittsburg 4. County Community Development Department: 651 Pine Street, North Wing - 4th Floor,`Martinez 5. County Public Works Department: 255 Glacier Drive, Martinez In addition, copies may be purchased (plus postage, if mailed) at the offices of the County Community Development Department, 651 Pine Street, Martinez. For accuracy of record, written comments are desirable and encouraged, and should be supported by-factual information whenever possible. Comments should be mailed to the Contra Costa County Public Works Department, Attention: Vickie Germany, 255 Glacier Drive, Martinez, California 94553, by Monday, July 22, 1991, 5:00 p.m. If written comments cannot be made, an oral presentation may be made at the public hearing which will be held on Thursday, July 11, 1991, 7:30 p.m., at the Ambrose Community Center, 3105 Willow Pass Road, Pittsburg, California. t ...tee-w T �: S iG �- - - - �- - •E4.•� ,1y�Y. m.~ - -... _ 3 � �,ti► to Wt n . tN' r n .�n x ti t ut n n Y < a -• -.o►' �+3` .< d,: r v. , m c• o� v of - o. .►. .eo-p-•<`•j fi,, qtr•`-..a.s. `ems LJ. 'r„m Cs ""T "' �,'ri_le` - :. � 1�• KLg U4 w A); r•••4 r.,''U vT. r, '� , - c ':2 S Z '`� Qrit' •Cc -_n ..-_"tlai..�. `-_ - w � � � t♦d CC . b� � ` ' M1I'•Y � � - I. O V .:..,..�< su- :'Z U. ..._ 0:.-.. u - - - t7 <a - O D V - - 0 U 3,--C --.N¢r< .-. If7 r< i. N Y.< oo- - (U 3-1 1 - - U 3- C 'O JY4 !� Y < - to -! WaU ..L <'U - �'! .: OC C> a < a'U L - 2U ` / _ 2U 'i a< _ t < tY U- / mzu , a • -bU O 4.a Ml W O .,��00¢ _ ' m a¢ - M1 r cr - a W cr - r¢¢ < P w cr ,o =at N Cc r'• M1 3 - F, r: O _ w O f a 1 •'O.W Cl! "O 7J W.. M7 tY W -M 2 W Ffffff M a W U N>W N U W N W w ji M1 O 1 r O<aM2 O<J O O/--O cA O <O M Cl Z CO V' r O <(n L* H O U> O J O O ,h O a co U' O Y m cZr O J V c -• +�Y¢ I.f-0: 4?:!',f Z Ta • C Ya • W >tr • "7 Ya' I • Z 3-+--._ l 4 YQ' F • < >Z' I L►+Y a' '- l'3- Jw +u¢!p ?'Ntrf< N O< O ! w <7 �; .. 2< p t -e �, r+10 < O 1 ra< O # ^tea 0 N 2 W 0 u r P<9 tII- ..T C m I P S 9 Co tE P O to 0 f: P m m i' P 2 9� t'' O` O 0: '_ P J co 02 I't P m 0 iJ P m O _Co Q 3 w O - M 2 to I+l-< A i' _ M►O 1 M c0 to M W t0 - M to --O M W to M N O M a d M a o N -.I• .I' Q4- t fOf i T UOf t f of t Z LA 6-- i• t O.+t-. j`' t OU y 1 S t' • W a`f 7wan I- I� t ONt- .M1<df K¢O3- E ••M1 <►- t- M12N1- M1 r7t- (� M1Wlttif F. M1 02 i; Af d1-• M1adF- ^ M1Yt�t-• I, M1Uof + .Pf N.•+ 'PO M I P2 (V Ir P<Nw PW N�'•� GI O!W N►a P "?O (E P«aN P.O 3{t est P.< N^ -PU da c �- _ O O ru a O Z S I L i 0 9 N a O W N O L O J N a- 1 O ¢N� L2 O 2�+V O Y l u l= �l O J N a ' 0 0 N a 0 0-^a `I {y ' VA �.• -- �IfT� in n Y -V1•\` V1 ItJ1`Il d ,� - j' •-1 d i. to nj• u+ ` n n ,nL n ! � E' n in aE' a1 aI: -v , si: al' al vF a a. a P I! _ I .Q,.a 03 J h a r I,. i - cx W Y - w - - a UL w - Z ' -_I ty - - - '6 - I' O - - Cr . .. Y ¢ -� - ' x btY - cr - - a' r I, Ja C Sa O ¢ cc z M � H b M • Q H M • H � ~ �• • �O H �: ¢M b U. • .. V I O WO - M{p Y1 v Y! , a o r<�� o r -�, _ Mr+}< - -P rQ L tDY Y< � r d Y< I(10 ra j �-' >< •' oc U � t a U� - t -=tz U t-a�O F � s 2¢ U t'- tz U � • ¢ U t 2 a U I : s r IZ U � 1 a s U 1 4¢ U E{ Pw 2 Cp tz i ills P J� 's I e0 JK tl7 a' ` N Y P OOCG E' M1 R a' �. M 2 �: ^OH 2W - Q Q W." M wW �• M Lu t 7 2W +1{` MW W 1 N aW N C.9W ` --N7W N O m U O m 0 I o Z CO V• �� O m cm 00 9 ul i� O Z 000 1� O J O U' �1 O< m f� Fi O C a c7 ` O<O C.J N, . I a Y z l� / f Y S I O T tz t Q Y CX �' / a T(z I F ..Y',�• t <3'- cc • t Z I.' t. J Y� I 1 7 Y a • 'J 3 r N < O f tut « N7 <7 ...¢<7 `p2 ......<7 ..+}< O i' «.LL.<O ^Z < O .-. . < O I:. -CO <O - a- ' P« a P =W tD �' _ ? .. WtD {.1 PUO cc P <9 cc P cc PpO to PYmO P 29 co �i P2Om - .!?W O --M a O �' M n M Us 07 i M< m f' M o O i. M t.! V7 M a aQ M O Co i t M W " co M O -ca I' r-N �-. f O d ✓- t 2 d f Y Y Ih H �i f 2«.�-'_ / P �- f.: / 2 Ilf t- M1 2 tl'1 t- �'� •'r+� f !- t Z M f - 1 d P f-- t�fdf M1V o-r M1< M1t- ' .�< Nt-- -C In M1T drCl,O N�•+ '' P U N.�+}'r- P ¢N r.� I P <N+••I' P <N •+ !: P W N�+ !j P-7 N•••� i P <N" P N N ►+ P O N ^ i P W tQ^•�' OaNa f OONa l;' Of NQ Oto(ua p OO NIL Ci OJCuCL l O ZNtL OS/u 03roSrl O roa l 0.2 N.a M; I tr - N r e un j -tr - Y'I Ill Ut - Ln to W to . a P P!� P j. P P S P P P i a '. P 0• tD { I W f f" Jcr mz z z I r¢ 1 z ! az a a j Id cc "3aC 5 .•� Y e0 U U I - U j U U U V>U U { •")U j U I -0 < xL) (z L) t raV I, t •+crU 1 = zU r < a' U 1 SU / I-2U 1 ►-'YU a I N <tY M1 J OG d W 2 d tz -- tz �Q W S tlt ^_ _ "' 2 fz --�•-W { O W O W J 7 W a J W M = W 7 s W M W N W N Z W N W 002 'J' C> co 0 O m J O�°•0 L* O r••rm V oam L7 o .-•a tD O mc.9 OZO CD�- O ZD cD � Ot19 t5 U Y Z� O Y'1' I.• / !� Y 2' • Y C; Y'S' ♦ W Y'Y / S Y a' / r Y�' 1 W T 2 I y Y Y I Z Y Z P 99P Z 0 D `'. P< 00 T Pa' 9m I' PYmO ?f00 a- :m < S 00 S 00 P D9 P7 :3 7�f rff O -n r ;A M a V, ! M > to I M J 11 M d M < In M 1 In _ M = - of M.y N j M J O t Zo I- i - / .per 9 -7 a- ► 2P3- i ► < Pr- t fDr�- t ; MI- / OM1f- t UM^ / I•-S " / ��' t� <d �-. ', n O.D I-.I' M1 U.� H M1 f«. f I� =M I••- M1 Z r n T J'1 .- M1 U:Ct /- r• 2 d r .. -..p r r Z M1 n- P}fu P < N^ P U N'+ P<N r..r �' P W N'••l S 0 N-+ P < N•-+ P U N.-r ?> N-� P Z N-� P< A; J w•v 2 ad N 2 O '0 eu i l O E M1id i O Y!u a O ;'�i a 4 O S N 'i 1 O N 2 O J N a O �ru 3. 0 >N "L �` _ � .: +� •' _� � Z +`�:' _ _ j.Y c. _1 '.�I :�' ._ � ; _ � - a�, L } Vii. .91+ = . _:: z 'dw a1 - a .} .a if +► a a ♦ `a — !' a 4M _'I* ani Nu Cooperative Agreement No. 14.00.00 MASTER COOPERATIVE AGREEMENT BETWEEN THE CONTRA COSTA TRANSPORTATION AUTHORITY AND CONTRA COSTA COUNTY THIS AGREEMENT is made and entered into this fifth day of December, 1990, by and between CONTRA COSTA COUNTY, hereinafter referred to as COUNTY and the CONTRA COSTA TRANSPORTATION AUTHORITY hereinafter referred to as "AUTHORITY". RECITALS 1. AUTHORITY and COUNTY pursuant to the Contra Costa Transportation Improvement and Growth Management program adopted on August 3, 1988 and approved by the voters of Contra Costa County in November 1988, hereby enter into a Cooperative Agreement for transportation improvements in Contra Costa County. 2. COUNTY desires transportation improvements consisting of widening and improving Route 4 between Willow Pass Road in Concord to at least Railroad Avenue in Pittsburg, including widening and lowering the grade over Willow Pass and various interchange improvements, hereinafter referred to- as "PROJECT". PROJECT is specifically cited in the Expenditure Plan of the Transportation Improvement and Growth Management Program. 3. Pursuant to Measure C, the AUTHORITY is committed to make available 'up to . $80,000,000 in 1988 dollars for projects eligible under Route 4 East, to assist with preliminary studies, design, right-of-way acquisition and construction, less specific costs associated with overall program management by AUTHORITY. The costs incurred by the AUTHORITY shall not exceed 1.5 percent of funds made available for the PROJECT The precise amount of funds available to help fund individual projects will be determined by the AUTHORITY'S Strategic Plan. AUTHORITY anticipates that the COUNTY will continue to seek. other funds to supplement Measure C funds; including but not limited to: a. State-local partnership Program funds, pursuant to Streets and Highway Code Section 164(d) (7) b. Local contributions C. State highway funds 4. Consistent with this AGREEMENT and Measure C, AUTHORITY will from time to time authorize specific funding amounts, pursuant to a Request for Appropriation of Funds by the Director of Public Works of the COUNTY. Consistent with this AGREEMENT and Measure C, the Funding Appropriation Resolution will set forth additional 1 Cooperative Agreement No. 14.00.00 conditions, purpose, and timing for release of identified funds to COUNTY for PROJECT. A chronological listing of appropriation resolutions will be included in and made a part of Exhibit A (attached), which is hereby incorporated into this AGREEMENT and made a part hereof. Exhibit A will be updated with each new resolution. The Request for Appropriation of Funds will include an overall financial plan for the PROJECT. 5. AUTHORITY and COUNTY have already entered into prior agreements relating to this PROJECT. These include: COOP # Date $ Amount Purpose 14.01.01 12-12-89 3,000,000 design, right-of-way engineering 14.01.01A 6-20-90 400,000 environmental reports 14.01.02 9-27-90 900,000 right-of-way acquisition 14.02.01 6-20-90 400,000 environmental studies & prelim. engineering These prior agreements are ratified and confirmed and shall remain in effect, except for all references to AUTHORITY's method of payment to COUNTY which are amended and superseded by Exhibit B of the AGREEMENT (attached) . SECTION I COUNTY AGREES: 1. To submit a Request for Appropriation-of Funds for specific components of the PROJECT as set forth in Paragraph 4 of Recitals above, and to apply any funds . received under this AGREEMENT to PROJECT consistent with the mutually agreed-to terms and conditions specified in the specific Resolution approved by the AUTHORITY. 2. To allow the AUTHORITY to audit all expenditures relating to any projects funded through this AGREEMENT. For the duration of the. PROJECT, and for three (3) years following completion of the PROJECT, COUNTY will make available to the AUTHORITY all records relating to expenses incurred in performance of this AGREEMENT 3. To provide invoices, and progress reports consistent with Exhibit B, along with the summary of expenditures to date. 4. To prepare a report on an annual basis at the end of the fiscal year which itemizes (a) the annual expenditure of the funds for the PROJECT, and (b) progress to date in its implementation. 5. To comply with AUTHORITY Policy 001 regarding project management (Exhibit C attached) . Cooperative Agreement No.14.00.00 Between Contra Costa Transportation Authority &Contra Costa County (mvJan. 17, 1991) 2 Cooperative Agreement No. 14.00.00 6. To be responsible for evaluation of prospective consultants and subsequent award of work consistent with this AGREEMENT and any Appropriation Resolutions. 7. To provide technical direction ection consistent with thd scope of work of any Appropriation Resolution. 8. To provide- Project Management of consultant activities, including responsibility for schedule, budgef and oversight of the services. - 9. If any, Measure C funds are to be used for construction; to install a sign that identifies Measure C and the Contra Costa Transportation Authority as a funding source. SECTION 11 AUTHORITY AGREES: . 1. In response to COUNTY Request for Appropriation of Funds, to consider Resolution(s) consistent with this AGREEMENT and consistent with available sales tax revenues to finance specific work components for the PROJECT, setting fort.1, the level of funding, purpose, timing, and scope of work to be performed by COUNTY pursuant to this AGREEMENT. Such resolutions will be incorporated into Exhibit A (attached) . To the extent that available AUTHORITY funds are insufficient to fulfill any request for Appropriation of Funds hereunder, taking into consideration all AUTHORITY funding commitments, such Request shall be deemed a Request for a lesser amount equal to funds which are available to meet such Request. 2. To.transfer funds to COUNTY for the purposes described in the relevant resolution in the manner specified as attached in Exhibit B. 3. To provide timely notice if an audit is to be conducted. SECTION III IT IS MUTUALLY AGREED: 1. Term: The term of this AGREEMENT will remain in effect until terminated as provided in Paragraph 2 and 11 hereof. Cooperative Ag=mcnt No.14.00.00 Bctwccn Contra Costa Transportation Authority &Contra Costa County (revJan. 17, 1991) 3 Cooperative Agreement No. 14.00.00 . 2. Termination: This AGREEMENT shall be subject to termination as follows: a. This AGREEMENT may be terminated for breach of any obligation, covenant or condition hereof, upon notice to the breaching party. With respect to .any breach which is reasonably capable of being cured, the breaching party shall have 30 days from the date of the notice to initiate steps to cure. If the breaching party diligently pursues cure, such party shall be allowed a reasonable time to cure, not to exceed 60 days from the date of the initial notice, unless a further extension is granted by the AUTHORITY,- b. UTHORITY;b. By mutual written consent of both parties, this. AGREEMENT may be terminated at any time; C. Except as expressly provided herein, this AGREEMENT shall terminate upon disbursement of amounts- totalling the amount set forth in Recital 3 above, less specific AUTHORITY project management costs referred to therein; d. In the event this AGREEMENT is terminated, payment shall be made by the. AUTHORITY for all services rendered up to the time of termination, subject to any expenditure limits applicable to this AGREEMENT or the prior agreements referred to in paragraph 5 of the Recitals to this AGREEMENT. 3. Indemnity: It is mutually understood and agreed, relative to the mutual indemnification of AUTHORITY and COUNTY a. That neither AUTHORITY, 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 under or in connection with any work, authority or jurisdiction. delegated to COUNTY under the AGREEMENT. It is also understood and agreed that, pursuant to Government Code Section 895.4, COUNTY shall fully indemnify and hold the AUTHORITY harmless from any liability imposed for injury .as defined by Government Code Section 810.8 occurring by reason of anything done or omitted to be done by COUNTY under this AGREEMENT or in connection with any work, authority, or jurisdiction delegated to COUNTY under this AGREEMENT. b. That neither COUNTY, 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 AUTHORITY under or in connection with any work, authority or jurisdiction delegated, to AUTHORITY under the AGREEMENT. It is also understood and agreed that, pursuant to Government Code Section 895.4, AUTHORITY shall fully indemnify and hold the COUNTY harmless from any liability imposed for injury as defined by Government Code Section 810.8 occurring by reason of anything done or omitted to be done by AUTHORITY under this AGREEMENT or in connection with any work, authority, or jurisdiction delegated to AUTHORITY under this AGREEMENT. C. The provisions of this section shall survive the termination of this AGREEMENT. Cooperative A =mcat No.14.00.00 Bctweca Contra Costa Transportation Authority &Contra Costa County (revJan.17,1991) 4 Cooperative Agreement No. 14.00.00 4. Notices: Any notice which may be required under this AGREEMENT shall be in writing, shall be effective when received, and shall be given by personal service, or by certified or registered mail , return receipt requested, to the addresses set forth below, or to such addresses which may be specified in writing to the parties hereto. ?' J. Michael Walford Robert K. McCleary County Public Works Director Executive Director 255 Glacier Drive Contra Costa Transportation Authority Martinez, CA 94553 2702 Clayton Road, Suite 202 Concord, CA 94519 5. Additional Acts and .Documents: Each party agrees to do all such things and take all such actions, and to make, execute and deliver such other documents and instruments, as shall be reasonably requested to carry out the provisions, intent and purpose of the AGREEMENT. 6. Integration: This AGREEMENT represents the entire AGREEMENT of the parties with respect .to the subject matter hereof, with the exception of the Cooperative Agreements specifically cited in Paragraph 5 of the Recital Section of this AGREEMENT. No representations, warranties, inducements or oral agreements have been made by any of the parties except as expressly set forth herein, or in other contemporaneous written agreements. 7. Amendment: This AGREEMENT may not be changed, modified or rescinded except in writing, signed by all parties hereto, and any attempt at oral modification of this AGREEMENT shall be void and of no effect. 8. Independent Agency: COUNTY renders its services under this AGREEMENT as an independent agency. None of the COUNTY's agents or employees shall be agents or employees of the AUTHORITY. 9. Assignment: The AGREEMENT may not be assigned, transferred, hypothecated, or pledged by any party without the express written consent of the other party. 10. Binding on Successors, Etc. : This AGREEMENT shall be binding upon the successors, assigns or transferees of the AUTHORITY or COUNTY as the case may be. This provision shall not be construed as an authorization to assign, transfer, hypothecate or pledge this AGREEMENT other than as provided above. ' 11. Severability: Should any part of this AGREEMENT be declared unconstitutional , invalid,, or beyond the authority of either party to enter into or carry out, such decision shall not affect the validity of the remainder of this AGREEMENT which shall continue in full force and effect; provided that, the remainder of this AGREEMENT can, absent the excised portion, be reasonably interpreted to give effect to the intentions of the parties. Cooperative Agrccmcnt No.14.00.00 Bctwcca Contra Costa Transportation Authority &Contra Costa County 5 (rcvJan.17, 1991) Cooperative Agreement No. 14.00.00 CONTRA COSTA COUNTY CONTRA COSTA TRANSPORTATION AU by: . Mi Walf or Davis Dir ctor4 of Publ-ic Works - Chair ATTES by: c Robe K. M pry Executive Di Wctor APPROVED as to legal form and content: Victor J. Westman, County Counsel by- St n yl or Authority Legal Cou el by: i Deputy County Counsel Cooperative Agreement No.14.00.00 Between Contra Costa Transportation Authority &Contra Costa County (revJan. 17, 1991) 6 Cooperative Agreement No. 14.00.00 COOPERATIVE AGREEMENT NO. 14.00.00 between the Contra Costa Transportation Authority and Contra Costa County EXHIBIT A Chronological Listing of Fund Appropriation Resolutions Project Resolution $ Funds $ Cumulative Number Number Date Appropriated Total 1401 14.01.01 12-12-89 3,000,000 3,000,000 1401 14.01.01A 06-20-90 400,000 3,400,000 1402 14.02.01 06-20-90 400,000 39800,000 1401 14.01.02 09-27-90 . 900,000 4,700,000 1401 90-17 12-05-90 500,000 5,200,000 1400 90-20 12-19-90 30,000 5,230,000 Cooperative Ag=mcnt No.14.00.00 between Contra Costa Transportation Authority and Contra Costa County Exhibit A 1 Cooperative Agreement No. 14.00.00 AGREEMENT NO. 14.00.00 between the CONTRA COSTA TRANSPORTATION AUTHORITY and -CONTRA COSTA COUNTY EXHIBIT B Method of Payment 1. COUNTY will submit monthly invoices to the AUTHORITY which includes all costs of the project for the stated time period. 2. Attached should be: a. narrative quarterly report; b. a summary of hours by name of each public agency employee charging time to the project for the stated time period; C. all overhead charges including multiplier (if used) incurred by the public agency; d. a copy of_invoice summary (detail is unnecessary) of any work performed by a consultant or contractor. Summary should have letterhead of consultant or contractor; e. a list of all other direct costs involved. 3. Request for payment should cite the Fund Appropriation Resolution. 4. AUTHORITY will reimburse the COUNTY within ten working days after receipt by the AUTHORITY of the monthly invoice. dp:Coop\14-00-00.Agr (12.06.90) Cooperative Agreement No.14.00.00 between Contra Costa Transportation Authority and Contra Costa County Eadubit LETTER OF TRANSMITTAL CONTRA COSTA TRANSPORTATION AUTHORITY 1340 Treat Blvd., Suite 1S0 Walnut Creek, CA 94596 (41S) 938-3970 fax (415) 938-3993 To: Date: .2 - File No.: i -ao .oy Re: Attention: We Are Per Your _Enclosed _By UPS/Special Delivery For Your _Action Sending Request _By Mail _Under Separate Cover Approval _By Fax —Review/Comments _By Messenger vUse/Information QUANTITY DESCRIPTION d REMARKS -� sS To: For C. C ;S7TAIIION AUTHORITY BY . T. I ORIGINAL COOPERATIVE AGREEMENT 14.01.02 BETWEEN CONTRA COSTA TRANSPORTATION AUTHORITY AND CONTRA COSTA COUNTY FOR FUNDING RIGHT OF WAY ACQUISITION FOR THE WIDENING AND LOWERING OF STATE ROUTE 4 AT WILLOW PASS GRADE This AGREEMENT, entered into on the 20th day of June, 1990, is between the COUNTY OF CONTRA COSTA, a political subdivision of the State of California,hereinafter referred to as "COUNTY" and the CONTRA COSTA TRANSPORTATION AUTHORITY, hereinafter referred to as "AUTHORITY". RECITALS A. The voters of the COUNTY approved Measure C, a one-half cent sales tax, in an election'in November 1988. The State Route 4 widening project between Willow Pass Road in Concord and at least Railroad Avenue in Pittsburg, and the BART rail extension from Concord to North Concord and eastern Contra Costa are included in the Expenditure Plan approved by the voters. The State Route 4 widening between Willow Pass Road in Concord and Bailey Road in West Pittsburg and lowering of the Willow Pass Road portions of the projects are collectively referred to herein as the "PROJECT'. B. AUTHORITY and COUNTY do mutually desire to set forth the terms and conditions for COUNTY to acquire right of way for the PROJECT and its funding which is to be accomplished within the scope of this Agreement. C. The estimated cost for right of way acquisition for the PROJECT is two million six hundred thousand dollars ($2,600,000), which sum includes nine hundred thousand dollars ($900,000) for hardship acquisition. D. Due to cash-flow constraints at this time the AUTHORITY can only approve the hardship acquisition funding of nine hundred thousand dollars ($900,000). The additional funds will be requested prior to March 1991 at the completion of the Subsequent EIR and the appropriate amendment to this AGREEMENT will be processed. E. AUTHORITY and COUNTY contemplate entering into additional separate but related cooperative agreements for utility relocation and construction of the PROJECT. AGREEMENT NOW, THEREFORE, for and in consideration of their mutual promises and agreements, and subject to the terms, conditions, covenants and provisions hereinafter set CO-OP AGREEMENT 14.01.02 1 forth, the AUTHORITY and COUNTY do hereby agree as follows: SECTION I COUNTY AGREES: 1. . To provide technical direction for and acquire right of way for PROJECT consistent with Caltrans standards and the funding provided by the AUTHORITY. 2. To provide COUN71'Y staff throughout the right of way acquisition process as necessary. COUNTY shall either employ staff on COUNTY payroll or hire and supervise consultants to perform right of way acquisition. Right of way acquisition includes notices to property owners, appraisals, negotiations, land rights document preparation, escrow instructions, right of way certification decision to commence condemnation action, and condemnation assistance to legal staff as well as cost of Legal Counsel. All right of way acquisition services, whether provided by COUNTY staff or by consultants retained by the COUNTY, shall be charged to the COUNTY and subject to reimbursement by the AUTHORITY only to the extent that such services are provided on a time and materials basis,without override or surcharge by the COUNTY. Staff time charges shall be the actual COUNTY base labor charge out rate, which includes fringe benefits, plus appropriate overhead, as approved by the County Auditor Controller.' In addition, the AUTHORITY will reimburse necessary and reasonable direct costs incurred by the COUNTY, its staff and consultants to carry out its obligations hereunder. The foregoing are referred to herein as "allowable PROJECT costs". 3. To enter into separate cooperative agreements with Caltrans; to identify PROJECT responsibilities regarding condemnation of necessary right of way. 4. To review each month a copy of each invoice, statement or other expenditure document related to right of way acquisition, and to pay such allowable PROJECT costs directly after reasonable review. 5. After review, approval, processing for payment, and payment of such costs, to submit an invoice to AUTHORITY for reimbursement of such allowable PROJECT costs. 6. Upon the earlier of cessation of work pursuant to paragraph 1 of Section III below or the completion of right of way acquisition and settlement of all claims and bills, to prepare and deliver to AUTHORITY a final right of way acquisition expenditure report which includes a detailed statement of the total costs incurred. 7. To retain during the term of the Agreement and for a period of five (5) years following the earlier of its termination or completion of right of way acquisition, all books and records related to expenses for which reimbursement has been requested, and to make ,such records available for review and copying by the AUTHORITY and its authorized CO-OP AGREEMENT 14.01.02 2 representatives and gents, upon reasonable notice given by AUTHORITY to COUNTY during the term of this Agreement and during the period of such record retention. 8. To follow the applicable policies and procedures required by the Federal "Uniform Relocation and Real Property Acquisition Policies Act," and related applicable policies, procedures and regulations. 9. To reimburse the AUTHORITY of the actual sales price for any property acquired with Measure C funds which is subsequently determined to not be required for completion of the PROJECT ("surplus" property). SECTION II AUTHORITY AGREES: 1. Subject to the expenditure cap set forth in paragraphs 1 and 2 of Section III below, to reimburse COUNTY within 10 working days (for purposes of this Agreement, a "working day" is any Monday through Friday, excluding any holiday observed by the COUNTY or the AUTHORITY)after receipt by the AUTHORITY of the monthly invoice from COUNTY of allowable PROJECT costs. 2. Subject to completion of negotiations satisfactory to AUTHORITY, to enter into separate cooperative agreements with BART, Caltrans and the COUNTY regarding PROJECT construction funding. SECTION III IT IS MUTUALLY AGREED: 1. The AUTHORITY's obligation to reimburse right of way acquisition costs pursuant to this Agreement shall in no event exceed the sum of nine hundred thousand dollars ($900,000) unless this Agreement is amended to increase such amount. The sum of nine hundred thousand dollars ($900,000) as amended from time to.time by amendment to this Agreement is referred to herein as the "expenditure cap". If at any time it is determined that the cost of right of way acquisition agreed to be reimbursed by the Authority pursuant to this Agreement shall exceed or has exceeded the expenditure cap, the parties agree to negotiate to consider an increase in the amount which the AUTHORITY agrees to reimburse. Unless the parties agree otherwise, if the parties have not entered into an amendment within 15 working days from the date of notice from the COUNTY to the AUTHORITY that the agreed-upon expenditure cap will be or has been exceeded, the COUNTY will cease work on the PROJECT and all allowable PROJECT costs incurred to date, up to the expenditure cap, will be subject to reimbursement by the AUTHORITY. 2. Section III, Paragraph 1 notwithstanding, if through a condemnation action an CO-OP AGREEMENT 14.01.02 3 award has become final and non-appealable, which award together with all other amounts paid or payable pursuant to this Agreement to the date of such award, exceeds the expenditure cap,both parties agree that the expenditure cap shall be increased in an amount sufficient to cover such award together with any accrued and unpaid legal and other expenses related to such award to the date of such award. 3. Any amounts within an agreed upon expenditure cap not used to reimburse the COUNTY for allowable PROJECT costs shall be retained by the AUTHORITY and may be reallocated to other projects or purposes in the sole discretion of the AUTHORITY and without limitation under this Agreement. 4. All work product produced by the COUNTY,its staff and consultants pursuant to this Agreement and included within allowable PROJECT costs, including but not limited to copies of appraisal reports, property acquisition files and supporting documentation shall be the property of the AUTHORITY and, if requested, shall be delivered to the AUTHORITY upon completion of the PROJECT or earlier termination of this Agreement. 5. It is the intention of each of the parties hereto to indemnify and hold harmless the other party and to provide for insurance against certain liabilities and damages in accordance with and subject to applicable law. Accordingly: (a) Neither COUNTY, nor any officer or employee thereof, shall be responsible for any damages or liability occurring by reason of anything done or omitted to be done by AUTHORITY under this Agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4,AUTHORITY shall fully indemnify and hold COUNTY harmless from any liability imposed for injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by AUTHORITY pursuant to this Agreement. (b) Neither AUTHORITY nor any officer or employee thereof, shall be responsible for any damages or liability occurring by reason of anything done or omitted to be done by COUNTY under this Agreement. It is also understood and agreed that, pursuant to Government Code Section'895.4, COUNTY shall fully indemnify and hold AUTHORITY harmless from any liability imposed for injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by COUNTY pursuant to this Agreement. (c) COUNTY,through separate agreements with consultants,shall require each consultant awarded a contract pursuant hereto, to secure and maintain, in full force and effect at all times during the duration of the contract, comprehensive general liability insurance, including blanket contractual (or contractual liability) coverage, broad form property CO-OP AGREEMENT 14.01.02 4 damage coverage, and coverage for owned and non-owned automobiles, in forms and limits of liability satisfactory to AUTHORITY and COUNTY, naming AUTHORITY and COUNTY and their respective officers and employees as additional insured, from and against all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence. The aforementioned policies shall contain a provision that the insurance afforded thereby to the AUTHORITY and COUNTY and their respective officer and employees, shall be primary insurance to the full limits of liability of the policy, and that if AUTHORITY or COUNTY or their respective officers and employees have other insurance against a loss covered by such policy, such other insurance shall be excess insurance only. (d) COUNTY,through separate agreements with consultants, shall require each consultant awarded a contract pursuant hereto, to defend, indemnify, save and hold harmless AUTHORITY, COUNTY, their boards, officers and employees from any and all claims, costs and liability for any damages, injury or death arising directly or indirectly or indirectly from, or connected with, the consultant's services and due to, or claimed or alleged to be due to, negligence or willful misconduct of the consultant, its employees, subcontractors, or any person under its direction or control, save and except claims or litigation arising through the sole negligence or sole willful misconduct of AUTHORITY or COUNTY, and to make good to and reimburse AUTHORITY and COUNTY for any expenditures, including reasonable attorney's fees, AUTHORITY or COUNTY may make by reason of such matters, and if requested by AUTHORITY or COUNTY, to defend any such suits at the sole cost and expense of the consultant. Nothing in this paragraph or this Agreement is intended, nor shall it have the effect of altering ithe standard of care due third parties by either party. 6. This agreement may be modified or amended only upon the consent of both parties in writing. Neither party shall unreasonably withhold its consent to the implementation and accomplishment of the overall purposes for which this Agreement has been made,provided that, the preceding notwithstanding, the AUTHORITY shall have the right to withhold its consent to an amendment to the Agreement to alter the expenditure cap for any reason except as provided otherwise in paragraph 2 of this Section III. 7. This Agreement shall expire upon completing of the report of final costs the CO-OP AGREEMENT 14.01.02 5 delivery of any work product requested by the Authority pursuant to Section III, paragraph 4, and the payment of funds between the AUTHORITY and COUNTY provided that, indemnity and insurance provisions contained in Section III, Paragraph 5 shall survive expiration of this agreements. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the date and year set forth above. COUNTY OF CONTRA COSTA CONTRA COSTA TRANSPORTATIO ",N7jQRITY G� lam By._ -� Chair, Board o upervisors Tayl r Davis, Chairperson ATTEST: ATTEST: Phil Batchelor, By- Clerk of the Board of Supervisors Robert McCle ry, and County Administrator Executive Director By: . - J'1" Deputy Recommended for Approval J. Michael Walford Public Works Director By: Form Approved: Form Approved: Victor J. Westman, County Counsel By: ! By: Deputy Authority Coun el RVF:eh a:cctarw.agn (6/90) dpCO-OP:14-01.02 CO-OP AGREEMENT 14.01.02 6 TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: July 31, 1994 SUBJECT: Approve Cooperative Agreement With Contra Costa Transportation Authority To Fund Right Of Way Acquisition For State Route 4 Willow Pass Grade Widening And Lowering Project No.:4660-6X4107. SPECIFIC REQUEST(S) OR RECOMMENDATIONS) &BACKGROUND AND JUSTIFICATION Recommended Action: Approve and Authorize the Chair to execute the Cooperative Agreement with Contra Costa Transportation Authority (CCTA) to fund Right of Way Acquisition for the State Route 4 Willow Pass Grade Widening and Lowering Project. 111. Financial Impact: There will be no impact to the County General Fund. The estimated cost for the Hardship acquisition is estimated to be $900,000. The funds will come from CCTA as part of Measure C project allocations. 111111. Reasons for Recommendations and Back-ground: Right of way acquisition for this project is scheduled to commence by April 1991, after certifica- tion of the Subsequent EIR. Mr. Charlie Walker's property and house will be acquired inorder to construct the new interchange at Willow Pass Road east. On May 25, 1990, Mr. Walker requested by letter that the County acquire his property under the hardship acquisition provisions of the Advance Acquisition, Chapter 460 of the State of California, Department of Transportation, Right of Way Procedures Handbook, Volume 4A. The County, Caltrans and CCT*A have agreed to the advanced acquisition. The County on behalf of CCTA has also applied to Caltrans and FHWA for reimbursement of the right of way funds as part of the Federal Highway Demonstration Project identified in the Federal Highway Act of 1987. Continued on Attachment: X SIGNATURE: Cooperative Agreement With Contra Costa Transportation Authority. July 31, 1990 Page 2 Ill. Reasons for Recommendations and Background (cont.)*. . After the SEIR is certified by Caltrans the right of way acquisition process will commence. At e'%_r A I I t- ­:LL- e ORIGINAL Cooperative Agreement No. 21.00.02 COOPERATIVE AGREEMENT BETWEEN THE CONTRA COSTA TRANSPORTATION AUTHORITY AND SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT THIS AGREEMENT is made and entered into effective this 20 day of MU. 19_92, by and between the SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT hereinafter referred to as "BART" and the CONTRA COSTA TRANSPORTATION AUTHORITY, hereinafter referred to as "AUTHORITY". RECITAIS A. AUTHORITY and BART, pursuant to the Contra Costa 'Transportation Improvement and Growth Management Program adopted on August 3, 1988 and approved by the voters of Contra Costa County in November 1988 as Measure C, hereby enter into a Cooperative AGREEMENT for transportation improvements in east Contra Costa County. B. BART desires transportation improvements consisting of BART rail extension from the existing Concord Station to the vicinity of Bailey Road/West Pittsburg in Eastern Contra Costa County, known as the Phase I Extension, and.from there east toward and to Aveau&East Antioch, known as the Phase II Extension. Phase I is hereinafter referred to as the "PROJECT". The PROJECT and Phase II Extension are eligible under the terms of the Expenditure Plan of the Transportation Improvement and Growth Management Program. C. AUTHORITY is committed to make available Measure C revenues, and BART is committed to supplement Measure C funds with revenues from other sources, all as set forth below. Cooperative Agreement No. 21.00.02 Page 1 of 17 5-18-92 SECTION I - PRINCIPLES OF AGREEMENT IT IS MUTUALLY AGREED: 1. PRINCIPLE #1: AUTHORITY will commit $178 million (1988 dollars) for East County Rail(BART) 1&dension expenditures over the life of Measure C, between now and 2009. By way of clarification, "now" refers to the operative date of the Measure C ordinance: April 1989. All obligations of AUTHORITY under the terms of this AGREEMENT are expressly subject to the AUTHORITY's continued authorization to collect and expend the sales tax proceeds provided by MEASURE C. If for any reason the AUTHORITY's right to collect or expend such sales tax proceeds is terminated or suspended in whole or part, the AUTHORITY shall promptly notify BART, and the parties shall consult on a course of action. If,after twenty five(25)working days, a course of action is not agreed upon by the parties, this AGREEMENT shall be deemed terminated by mutual or joint consent; provided, that any further obligation to fund from the date of the notice shall be expressly limited by and subject to () the lawful ability of the AUTHORITY to expend sales tax proceeds for the purposes of the AGREEMENT; and (u) the availability, taking into consideration all the obligations of the AUTHORITY under all outstanding contracts, agreements or other obligations of the AUTHORITY, of funds for such Purposes- 2. PRINCIPLE#2:BART and AUTHORITY acknowledge that should all of the funding sources envisaged in MTC Resolution 1876 materialize (New Rail Starts and Extensions), not all of this amount will be necessary to complete the Phase I Extension to Bailey Road. (Assuming the current budget estimate of$506 million, plus approximately $S million in debt service (escalated?.does not change.) The balance will be available to help construct the Phase R Extension further into East County to Hillcrest. By way of clarification, "available" means "will be committed as provided in Principle W. As of the effective date of this AGREEMENT, BART's estimate of its debt service is approximately $24 million, not the $5 million cited above. 3. PRINCIPLE #3: AUTHORITY may set aside up to 1 1/2 percent of this amount to cover overall Measure C program management. By way of clarification, program management costs consist only of the portion of the salaries and benefits of AUTHORITY'S Executive Director and staff and salaries and overhead Cooperative Agreement No. 21.00.02 Page 2 of 17 5-18-92 r i Of program management consultants engaged by AUTHORITY which is directly related to work regarding the PROJECT, and a prorata share of program management costs charged by AUTHORITY—adopted policy to all project funding categories by AUTHORITY. At BART's request, AUTHORITY shall promptly provide BART with reasonably detailed information regarding such costs as estimated and as actually incurred. The costs, up to the $2.67 million (1988 dollars) maximum (1 1/2 percent of$178 million), will be deducted from the balance of the $178 million commitment and not from the CCTA PROJECT FUNDS as defined in paragraph 5. 4. PRINCIPLE #4: Near term financial commitments will be made consistent with AUTHORITY'S Strategic Plan, as adopted or amended. By way of clarification, it is AUTHORITY'S intent to update the Strategic Plan on a biennial basis to maintain a 7-8 year programming "window". At the time of such updates the AUTHORITY will consider appropriate programming amounts for the PROJECT for the additional two years that will be added into the Plan at that time. AUTHORITY will consult with BART as to the appropriate funding amounts that could be added into the Plan. BART understands that prompt response to AUTHORITY-requested information is vital to receiving favorable consideration. 5.. PRINCIPLE#5: The 1991 Strategic Plan commits Authority to provide$120 million (1988 $) for BART expenditures through Fiscal Year 1997, on a cash basis as follows: Year ions Fiscal Year 1991: $ 4.500 Fiscal Year 1992: 46.108 Fiscal Year 1993: 49.438 Fiscal Year 1994: 16.499 FLscal Year 1995: 3.455 Total: $120.000 Should any funds remain at the close of a particular Fiscal Year, such funds will be "rolled over" to the following Fiscal Year. By way of clarification, when disbursements of Measure C funds are made to BART under this AGREEMENT for the PROJECT, they shall be adjusted to their 1988 dollar equivalent in the following manner. promptly after the June 30 end of each Fiscal Year the total Cooperative Agreement No. 21.00.02 . Page 3 of 17 5-18-92 disbursements received by BART for eligible tasks completed during that year shall be multiplied by an adjustment factor determined by dividing 117.8 (i.e., the average CPI INDEX for Fiscal Year 1988, ending June 30, 1988)by the average CPI INDEX for that year. AUTHORITY will make such calculations and provide them to BART. If the CPI INDEX is revised or discontinued, the parties shall convert to the revised index or adopt the successor index in accordance with guidelines therefore issued by the federal government. As used herein, CPI INDEX means the Consumer Price Index for All Urban Consumers for the. San Francisco/Oakland/San Jose Metropolitan Area, All Items, 1982-84 Equals 100, published by the United States Department of Labor, Bureau of Labor Statistics. [For example, if BART receives disbursements of$8.3 million for tasks completed in Fiscal Year 1990 and the average CPI INDEX for that year is 128.7, dividing 117.8 by 128.7 yields an adjustment factor of 0.92 (based on the fust two decimal places of 0.9153069, with rounding) which, when multiplied by $8.3 million, yields $7,636,000.] At the conclusion of the PROJECT, the total disbursements .made by AUTHORITY, adjusted to their 1988 dollar equivalents in the manner described above, will be deducted from the AUTHORITY's overall commitment of$178 million to the East County Rail Exfension. The balance, less AUTHORITY's program management costs, will be committed as provided in Principle #1 for Phase 11. This specific AGREEMENT details an initial amount of $120 million (1988 dollars) hereinafter "CCTA PROJECT FUNDS", for the PROJECT. CCTA PROJECT FUNDS may be increased by an amendment to this AGREEMENT, but will not be decreased by finance costs resulting from AUTHORITY'S issue of bonds. As of the effective date of this AGREEMENT, it is the AUTHORITY'S intent to absorb the financing costs resulting from the issue of revenue bonds by utilizing a portion of its un-allocated contingency reserve. However, should the Measure C sales tax.receipts be less than the official forecast prepared by Deloitte Touche, as described .in Table 5.1 of the Strategic Plan, the contingency reserve would be less than originally projected, therefore the AUTHORITY reserves the right to charge a portion of BART's share of financing costs, (not to exceed. $15 million in 1988 dollars), against the remaining$58 million balance of the$178 million commitment. The parties recognize that the AUTHORITY's decision to issue long term debt through a bond issue was predicated in part upon BART's assurances that the timetable incorporated in the Strategic Plan was reasonable. However, future circumstances may result in BART being unable to expend all of the CCTA PROJECT FUNDS consistent with the time frames implied in this paragraph. In such circumstances, the AUTHORITY will use its best efforts to program and expend, on a time frame consistent with that envisaged in this paragraph, a portion of the funds derived from the AUTHORITY's bond issue and programmed for the PROJECT, on other eligible Measure C project(s). To the degree that the AUTHORITY is successful in achieving this objective, it will reduce BART's potential liability for its share of the financing costs of the bond issue accordingly. Cooperative Agreement No. 21.00.02 Page 4 of 17 5-18-92 t CCTA PROJECT FUNDS are the minimum commitment of AUTHORITY for the PROJECT and shall not be decreased by amendment of the Strategic Plan or otherwise except as provided in paragraphs 11, 13 and 17 hereof. As noted in Principle #4, the AUTHORITY and BART may .mutually agree to adjust annual programmed amounts in the Strategic Plan amendments, These amendments will not reduce the CCTA PROJECT FUNDS commitment for Phase I. Disbursements of Measure C funds made to BART under this paragraph shall be adjusted to their 1988 dollar equivalent in the manner set forth above, and then deducted from the CCTA PROJECT FUNDS . If the Fiscal Year amount for a given year were projected to be exceeded, BART may request an increase in such amount pursuant to paragraph 6.hereof. Should the AUTHORITY disburse funds in a particular fiscal year that exceed the programmed amount, then the excess shall reduce the fiscal year amount for the following fiscal year. [For example, if disbursements to BART exceed the $49.438 million for Fiscal Year 1993 by $2 million (1988 dollars), the excess shall reduce the $16.499 for Fiscal Year 1994 to $14.499 million.] The $4.5 million for now-ended Fiscal Year 1991 will be reduced by the 1988 dollar equivalent of the-funds which AUTHORITY disbursed to BART for tasks completed during that Fiscal Year under the January 16, 1991 Final Design Agreement. The balance of the $4.5 million is added to the$46.108 million for Fiscal Year 1992. The Fiscal Year 1992 amount will be reduced by the disbursements for final design made by the AUTHORITY from July 1, 1991 through the effective date of this AGREEMENT. 6. PRINCIPLE #6: In accordance with Principle #1, should financial circumstances result in the West Pittsburg Extension requiring supplemental funds in excess of the amounts committed in the then-current Strategic Plan, or on a different time frame, AUTHORITY will amend the Strategic Plan. The amendment will take into account AUTHORITY'S overall project funding needs. In this amendment, both BART and AUTHORI'T'Y will examine the overall funding needs in light of the amounts programmed in the Strategic Plan, .Principles 1, 14 and 17, and take appropriate steps to minimize adverse financial implications for the projects. By way of clarification, any such amendment shall be mutually agreeable to the AUTHORITY and BART. 7. PRINCIPLE#7: Of this total,AUTHORITY will directly fund BART's share of the Route 4, Willow Pass Grade Lowering and Bailey Road Interchange projects, including BART civil structures that are part of the Caltrans contract, through AUTHORITY funding of design, right of way, utility relocation, etc. and 'a joint cooperative agreement for construction between Caltrans, AUTHORITY, and BART. BART's share of those costs will be mutually agreed upon and covered in a separate Cooperative Agreement No. 21.00.02 Page 5 of 17 5-18-92 agreement between AUTHORITY and.BART. [Note: The parties prefer that BARrs share of the highway projects be funded directly by AUTHORITY. However, should the Measure C funds be necessary to show as a match for Proposition 108, 116 or TCI funds, AUTHORITY will, for accounting Purposes, pass the BART share of the highway project "through" BART.) By way of clarification, rather than the separate agreements envisaged hi the above principle, there will be two separate joint cooperative agreements for construction and two separate cost sharing attachments to this agreement, one set for Willow Pass, (Attachment #1, which is incorporated herein by this reference as though set forth at length), and one set for Bailey Road, (Attachment#2 which is to be incorporated by reference as though set forth in full, which incorporation shall not constitute an amendment to this AGREEMENT). If BART's share of 0 such costs exceeds the $52.5 million (1988 dollars) now contemplated in the Strategic Plan, AUTHORITY will increase the CCTA PROJECT FUNDS committed to BART under paragraph 5 hereof by such excess in the fiscal year(s) that the funds are needed. As of the effective date of this AGREEMENT, the Strategic Plan assumes that of the CCTA PROJECT FUNDS, BART's share of the Willow Pass Grade and Bailey Road interchanges is estimated at (in 1988 dollars) $26.536 million and $25.915 million respectively. Disbursement of Measure C funds by the AUTHORITY for BART's share of the two highway projects cited above will cause the availability of the Fiscal Year programmed amounts cited in paragraph 5 to be depleted. Depletion of the programmed amounts will be consistent with the two Cost Sharing Attachments to this Agreement. Upon execution of each Cost Sharing Attachment, the AUTHORITY may deduct, from the then current fiscal year programmed amount,BART's share of the highway environmental,right-of-way utility relocation, and design costs expended to date. 8. PRINCIPLE#8:Subsumed within the overall commitment is the$14.4 million (escalated dollars) already committed by previous cooperative agreement for partial design of the Fzctension. By way of clarification, the January 16, 1991 Final Design Agreement is hereby subsumed within this AGREEMENT, and the funds disbursed thereunder, as referred to in paragraph 5 hereof, shall be treated as if disbursed under this AGREEMENT. Cooperative Agreement No. 21.00.02 Page 6 of 17 5-18-92 9. PRINCIPLE #9: The remaining funds available, after subtracting the $14.4 million (escalated dollars) above for final design, and the BART share of Willow Pass Grade and Bailey Road Interchange projects, together with an additional$35.5 million in Proposition 116 funds,are available for vehicles, right of way acquisition, utility relocation, systems procurement, and construction, preferably in the North Concord Extension area. The following project components are eligible for reimbursement: Component Estimated Prop 108. 116 & Measure C Right of Way Acquisition $50M Train Control 30M Traction Power and Trackwork 24M Line Section from Concord to 50M North Concord Tail Track from North Concord 10M Station to Route 4 North Concord Station 21M 1�8 AUTHORITY recognizes that proposed application of Measure C funds may change, however BART must demonstrate compliance with the above uses of funds, and seek an amendment to this AGREEMENT if additional components are to be funded with Measure C. By way of clarification, as noted in paragraphs 5 and 8 hereof the amount deducted as a result of the now subsumed final design agreement is that set forth in paragraph 5, not$14.4 million. The Measure C funds referred to in this paragraph are also available for, and the listed eligible PROJECT components also include $12 million for vehicles and $6 million for the Concord yard south leads, utility relocation of $1 million, and $18 million for engineering. Following a written request from General Manager of BART, the Executive Director of the AUTHORITY may permit shifts in Measure C funds from one of the eligible PROJECT components to another, providing that the Measure C funds assigned to any of the above cited PROJECT components do not exceed the amounts specified above by more than 10%, if the overall amounts fit within the plan referred to in paragraph 22a hereof. The eligible components relate only to the PROJECT. Inclusion of additional eligible PROJECT components would require an amendment to this AGREEMENT. Expenditure of Measure C funds on the Phase II Extension will be the subject of an amendment to this AGREEMENT. BART will establish an internal accounting report to keep track of the disbursement of the various fund categories detailed in paragraph 12 to cover expenditures for each major PROJECT element (preliminary engineering, final design, systems & standards, right-of-way, Cooperative Agreement No. 21.00.02 Page 7 of 17 5-18-92 etc.) since July 1, 1990. BART will prepare a monthly report which compares actual expenditures against the commitments identified in paragraph #12. In order to expedite the development of Standards and Systems, BART may initially charge a disproportionate share to fund sources earmarked for the PROJECT. However, whenever an extension enters final design, the new extension will immediately be charged its share of the Standards and Systems costs incurred to date and a corresponding amount will be credited against the specific fund sources earmarked for the PAX extension that actually financed the Standards and Systems. The procedures set forth in Exhibit E will apply to the degree that BART requests AUTHORITY.to finance final design of Systems and Standards. AUTHORITY will pay only for its proportionate share assuming that other BART extensions included in MTCs Resolution 1876 benefit from the Systems and Standards. 10. PRINCIPLE #10- Expenditures by BART shall be on a reimbursable basis, with invoices tied to specific expenditures with AUTHORITY possibly proviaing'a one- mouth advance if appropriate for construction, and depositing directly into escrow where appropriate for right of way acquisition. By way of clarification, the procedure f6r AUTHORITY disbursement of funds to BART is detailed in paragraphs 25(a)and 26 of this AGREEMENT. With respect to funding right-of- way, the AUTHORITY's bond indenture will prevent deposit of bond proceeds into an escrow account, unless any interest earned on the escrow account is restricted so that it cannot exceed the yield on the AUTHORITY's bonds. To the extent.that AUTHORITY, pursuant to a request from BART, funds right-of-way escrows, BART specifically agrees to comply with such restrictions on investment yield. 11. PRINCIPLE#11: AUTHORITY and BART endorse the underlying financial assumptions and principles embodied in MTC Resolution 1876 (New Rail Starts and Extensions Program) as amended on February 27, 1991, as it applies to Contra Costa County. By way of clarification, should additional funds from other sources become available, or should the already-included fund sources increase, in accordance with footnote 11 of Table 1 of attachment A to MTC Resolution 1876, amended 2/27/91, the CCTA PROJECT FUNDS programmed for the PROJECT will decrease with the balance committed as provided in Principle#1 to the Phase 11 Extension. Principle (paragraph) 13 of this AGREEMENT is also relevant to this understanding. Cooperative Agreement No. 21.00.02 Page 8 of 17 5-18-92 12. PRINCIPLE #12: Assuming that all of the revenue sources that Resolution 1876 envisaged become available, over the life of the Measure C program the range in project costs to reach Bailey Road will be: Phase 1-to Bailey Road Range of Funding_ff&mlated $ millions) AUTHORITY tAimate based on BART's MTC Proposition 116 Fund Source &esolution 1876 gpplication BART Funds 45.8 44.4 San Mateo (Buy-in& "wash") 97.4 97.4 State TCI "Wash" 37.2 42.7 Tolls 49,8 49.8 TCIlART XIS 62.5 57.1 Prop 108 35.0 35,4 - Prop 116(x) 35.5 35.5 Measure C 189.5 153.6 Total(b) 552.3 510.7 Range for Measure C: $154 to $194 million. (a)Resolution 1876 assumes that the full$37 million in Proposition 116 funds would be earmarked for the Phase I Extension to Bailey Road. AUTHOR= has committed $35.5 million.. (b) The total project costs both assume $5 million in debt service. By way of clarification, the figures used in this paragraph are all estimates. It is anticipated that$70 million of the$97 million shown above as possibly coming from San Mateo will be received after the PROJECT is completed, a fact which the report contemplated by paragraph 22(a)hereof shall be allowed to accommodate, such as via a BART commercial paper program float. The parties acknowledge that the$510.7 million estimate includes, (as BART's share of the Willow Pass Grade Lowering and Bailey Road Interchange projects), substantially less costs than currently estimated for completion of the two projects. 13. PRINCIPLE#13: Should the project costs for the Phase I Extension to Bailey Road exceed those anticipated in Resolution 1876, Measure C would be an appropriate funding source up to a maximum available of$178M (1988$). Should the project costs be less than those anticipated in Resolution 1876,Measure C contribution to reach-Bailey Road Cooperative Agreement No. 21.40.02 Page 9 of 17 5-18-92 would be adjusted downward to reflect the lesser cost. The balance of Measure C funds are reserved for the Phase H Extension beyond Bailey Road. By way of clarification, "reserved" means "will be committed as provided in Principle 14. PRINCIPLE #14: Because of cash flow constraints, AUTHORII`Y is willing to make an early up front financial commitment disproportionate to its overall share. However as BART accesses the other sources of funds,specifically the San Mateo "buy in" funds,the SFO "wash",and TCI, AUTHORITY'S proportionate share will be reduced such that,at the completion of the Extension to Bailey Road, AUTHORIITY'S expenditure share would not exceed the range depicted in Principle #12 (above). 15. PRINCIPLE #15: BART acknowledges that all Measure C funds committed by AUTHORITY and all of the funds committed under Resolution 1876 from other sources for Contra Costa, shall be used for Contra Costa County, specifically on the East County Rail Extension. By way of clarification, this AGREEMENT only concerns the use of Measure C funds from the East County Rail Extension project category. It does not, for example, concern funding from the BART Parking project category. 16. PRINCIPLE#16: BART will actively seek commitment and programming of each of the funding sources included in MTC Resolution 1876, as it applies to Contra Costa County, and SB1715 (Boatwright) for the East County rail Extension. Funding sources include (1) BART Reserves, (2) San Mateo "buy in", (3) State TCl/ART XIX funds, including those "washed" through the San Francisco Airport Extension, (4) Bridge Tolls, (5)Proposition 108 rail funds. The range of the escalated funds is depicted in Principle#12 (above). By way of clarification, BART will exercise due diligence to ensure that it complies with current and future statutes and regulations pertaining to the several fund sources envisaged for the east Contra Costa extension. It will further exercise due diligence in applying for and drawing down such funds. 17. PRINCIPLE#17:Should a major change in the overall financial plan implicit in Resolution 1876 occur, then AUTHORITY and BART will jointly determine the phasing and timing of the East County BART rail Extension. Cooperative Agreement No. 21.00.02 Page 10 of 17 5-18-92 18. PRINCIPLE #18: BART's debt service for its "commercial paper" program will qualify as an eligible BART project expenditure for the purposes of the above funding table. By way of clarification, since AUTHORITY intends to reimburse BART with bond proceeds, it will be unable to reimburse for BART'S debt service on its "commercial paper program." However, AUTHORITY is supportive of BART'S intent to issue short.term debt. If AUTHORITY reimburses BART with bond proceeds, it will not reimburse BART's debt service on its commercial paper program because to do so would yield adverse tax consequences. Anything to the contrary'n the foregoing notwithstanding, the AUTHORITY shall have the right to fund its obligations hereunder with bond proceeds, sales tax proceeds, or otherwise, provided that the use of sales tax proceeds for the payment of any obligation hereunder shall not obligate the AUTHORITY to use sales tax proceeds for any other purpose. 19. PRINCIPLE #19: The Proposition 116 funds will require a joint BART/Authority application to the CTC, for project spec'ifc costs to be covered. By way of clarification, the joint application was submitted to the CTC on July.25, 1991. The AUTHORITY approved BART as the designated recipient of$35.5 million in Proposition 116 funds on March 18, 1992. 20. PRINCIPLE #20: AUT11011ITY and BART will,continue to work with the CTC to ensure that the full amount of Proposition 108 and 116 bonds, approved by the voters, are issued by the state. 21. PRINCIPLE#21: BART shall apply for State/Local Partnership funds when eligible. By way of clarification, the State Local Partnership funds are those provided by Streets and Highways Code Section 2600. BART will apply on an annual basis for Partnership funds and provide a copy of all such applications to AUTHORITY. To the extent that BART receives Partnership funds for the PROJECT, they will be credited to the PROJECT, in such a manner that the overall commitment of non-Measure C funds identified in paragraph #12 is not diminished. The funds will be credited to a BART capital account specific to the PROJECT. These funds will be expended as quickly as possible on the PROJECT so as to delay charges to OCTA PROJECT FUNDS under this AGREEMENT as long as possible. BART will include the capital Cooperative Agreement No. 21.40.02 Page 11 of 17 5=18-92 account status in the CPR-200 (Capital Program Report) and the BART Capital Extensions Program Financial Status Report required under Exhibit B of this AGREEMENT. 22. PRINCIPLE #22: BART will prepare and submit the following reports: a) BART will prepare and update on a quarterly basis an overall financial plan for the Phase I Extension. to Bailey Road indicating escalated costs and sources of funds. b) BART will prepare and update on a quarterly basis a funding matrix for upcoming construction contracts, right-of-way acquisition and procurements. The funding matrix will depict, by,month, the expected drawdown of each fund source. c) BART will prepare and update on a quarterly basis a drawdown of proposed Measure C disbursements by month in accordance with attached EXHIBIT A. - The Executive Director will review and comment on these submittals. By way of clarification, such reports will be prepared -and forwarded to AUTHORITY at the beginning of each calendar quarter, and will also include the disbursement report cited in paragraph 9 of this AGREEMENT. BART will also submit, along with the reports cited in this paragraph, the latest master schedule for the PROJECT showing the current status. 23. PRINCIPLE #23: BART staff will meet on a regular basis, or upon request, to review AUTHORITY staff comments on the overall progress, design and funding of the Extension. BART will respond to AUTHORITY staff comments. 24. PRINCIPLE #24: Funds from sale of surplus R-O-W shall be reimbursed to AUTHORITY or successor agency in the same proportion as they were used for the purchase. By way of clarification, if any Measure C funds are used for right-of-way acquisition, BART will: a) follow the requirements of state law and the federal Uniform Relocation and Real Property Acquisition Act as applicable. Cooperative Agreement No. 21.00.02 Page 12 of 17 5-18-92 b) transfer net proceeds, after deducting reasonable costs of sale, to AUTHORITY resulting from the sale of excess lands purchased in whole or in part with Measure C funds, in the same proportion to the net proceeds as the original contribution of Measure C funds was to the purchase of the original parcel. SEC710N II-GENERAL BART AGREES: 25.(a) Invoices. Wgrts. To provide monthly invoices and progress reports consistent with Exhibit B including the summary of expenditures to date. 25.(b) Management. To provide management of consultant and contractor activities including evaluation of proposals/bids, award of contracts, and to assume responsibility for schedule, budget, and oversight of the services. 25.(c) OCTA construction sign. If any Measure C funds are to be used for construction, to install a sign that identifies Measure C and AUTHORITY as a funding source, consistent with hit C to this AGREEMENT, no later than 30 days after commencement of the construction. The rail extension to North Concord and Eastern Contra Costa County represents the largest single line item in the Measure C Expenditure Plan. In order to ensure that taxpayers are made aware that the BART extension projects are being made possible by substantial contribution of Measure C funds, BART agrees to the following: If commemorative plaques are installed at the North Concord and/or Bailey Road BART stations, they shall include an acknowledgement that the extension was funded in part by Contra. Costa one-half percent sales taxes from Measure C, and the Authority's logo and name shall also be displayed on the plaques(s). The AUTHORITY's name and logo and mention of Measure C shall be included in those written materials intended for public and press use (including posters, invitations, brochures, press packets, etc.) produced in connection with public relations events, groundbreaking_ ceremonies and press conferences, specific to the PROJECT. BART shall consult with the AUTHORITY staff, provide advance notification and invite representation of one or more of its members and/or staff persons, with respect to all public relations events, ceremonies and scheduled press conferences and public briefings pertaining to BART projects funded in whole or in part by the AUTHORITY. Cooperative Agreement No. 21.00.02 Page 13 of 17 5-18-92 25.(d) Consultant contracts. Upon request, to provide copies to AUTHORITY of all executed contracts between BART and consultants, contractors or vendors involved in the PROJECT. 25.(e) Responsibility. In recognition of the commitment of the initial $120 million in Measure C funds, to assume responsibility for securing financing, designing and constructing the PROJECT. 25.(f) Records:. To retain during the term of this AGREEMENT and for a period of three (3) years following the later of the last disbursement by AUTHORITY pursuant to this AGREEMENT or completion of the PROJECT funded under this AGREEMENT, all books and records related to expenses for which reimbursement has been requested, and to make such records available for review, audit and copying by AUTHORITY and its authorized representatives and agents, upon reasonable notice given by AUTHORITY to BART and at reasonable times and places during the term of this AGREEMENT and during the period of such record retention. AUTHORITY AGREES: 26. Reimbursement: To reimburse BART consistent with the procedures detailed in Exhibit D (Method of Payment). 27. Audit: To provide timely notice if an audit is to be performed pursuant to paragraph 25 (f) hereof. . 28. Policies: AUTHORITY'S policies do not apply to the scope, schedule, budget or other aspects of the PROJECT. IT IS MUTUALLY AGREED: 29. Term: This AGREEMENT shall remain in effect until discharged as provided in paragraph 30 of this AGREEMENT. 30, Disch e: This AGREEMENT shall be subject to discharge as follows: a)This AGREEMENT may be terminated for material breach of any obligation,covenant or condition hereof, upon notice to the breaching party. The breaching party shall have 30 days from the date of the notice to initiate steps to cure; however, if steps to cure are not initiated within 30 days then the contract will be terminated. If the breaching party diligently pursues cure, such party shall be allowed a reasonable time to cure, not to exceed 90 days from the date Cooperative Agreement No. 21.00.02 Page 14 of 17 5-18-92 of the initial notice. If the breach is cured within the cure period, the AGREEMENT shall not terminate. During the cure period the parties shall meet to attempt to resolve.the dispute, without termination of the AGREEMENT. Termination shall not affect such rights, if any, as the parties may have under the Contra Costa Transportation Improvement and Growth Management Program. b) By mutual consent of both parties, this AGREEMENT may be terminated at any time. 31. Indemni It is mutually understood and agreed, relative to the mutual indemnification of AUTHORITY and BART: a) That neither AUTHORITY, 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 BART under or in connection with any work, authority or jurisdiction delegated to BART under this AGREEMENT. It is also understood and agreed that,pursuant to Government Code Section 895.43. BART shall fully indemnify and hold AUTHORITY harmless from any liability imposed for injury as defined by Government Code Section 810.8 occurring by reason of anything done or omitted to be done by BART under this AGREEMENT or fi connection with any work, authority, or jurisdiction delegated to BART under this AGREEMENT. b) That neither BART 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 AUTHORITY under or in connection with any work, authority or jurisdiction delegated to AUTHORITY under this AGREEMENT. It is also understood and agreed that, pursuant to Government Code Section 895.4, AUTHORITY shall fully indemnify and hold BART harmless from any liability imposed for injury as defined by Government Code Section 810.8 occurring by reason of anything done or-omitted to be done by AUTHORITY under this AGREEMENT or in connection with any work, authority, or jurisdiction delegated to AUTHORITY under this AGREEMENT. 32. Notices: Any notice which may be required under this AGREEMENT shall be in writing, shall be effective when received, and shall be given by personal service, or by certified or registered mail, return receipt requested, to the addresses set forth below, or to such addresses which may be specified in writing to the parties hereto. Frank J. Wilson Robert K. McCleary General Manager Executive Director Bay Area Rapid Transit District Contra Costa Transportation 800 Madison Street Authority P.O Box 12688 1340 Treat Blvd., Suite 150 Oaldand, CA 94604-2688 Walnut Creek, CA 94596 Cooperative Agreement No. 21.00.02 Page 15 of 17 5-18-92 33. Additional Acts and Documents: Each party agrees to do all such things and take all such actions, and to make, execute and deliver such other documents and instruments, as shall be reasonably requested to carry out the provisions, intent and purpose of this AGREEMENT. 34. Integration: This AGREEMENT represents the entire agreement of the parties with respect to the matters covered hereby. No representations, warranties, inducements or oral agreements have been made by any of the parties except as expressly set forth herein, or in other contemporaneous written agreements. 35. Amendment: This AGREEMENT may not be changed, modified or rescinded except in writing, signed by all parties hereto, and any attempt at oral modification of this AGREENU24 T shall be void and of no effect. 36. Independent Agency: BART renders its services under this AGREEMENT as an independent agency. None of the BART agents or employees shall be agents or employees of AUTHORITY. 37. Assi nment: This AGREEMENT may not be assigned,transferred, hypothecated, or pledged by any party without the express written consent of the other party. The foregoing notwithstanding, BART may assign, pledge, hypothecate or otherwise encumber, as security for a commercial paper program or other form of borrowing, amounts receivable by BART under this AGREEMENT in reimbursement for expenditures made by BART for PROJECT purposes. AUTHORITY will comply with reasonable requests with regard to perfecting such security. If any such borrowing requires further assurances regarding the availability of funds to meet AUTHORITY's obligations under this AGREEMENT or otherwise, AUTHORITY will cooperate therewith if the assurances are consistent with the Indenture for AUTHORITY's bonded indebtedness, and tax and other applicable laws. In the event that any rebate liabilities arise because of any investment made by BART of money received from AUTHORITY, BART agrees to reimburse AUTHORITY for any rebate liabilities. 38. Binding on Successors. Etc.: This AGREEMENT shall be binding upon the successors, assigns and transferees of AUTHORITY or BART as the case may be. This provision shall not be construed as an authorization to assign, transfer, hypothecate or pledge this AGREEMENT other than as provided above. 39. Severability: Should any part of this AGREEMENT be declared unconstitutional, invalid, or beyond the authority of either party to enter into or carry out, such decision shall not affect the validity of the remainder of this AGREEMENT which shall continue in full force and effect, provided that the remainder of this AGREEMENT can, absent the excised portion, be reasonably interpreted to give effect to the intentions of the parties. Time is of the essence Cooperative Agreement No. 21.00.02 Page 16 of 17 5-18-92 under this AGREEMENT. 40. No diminution of rights. This AGREFIVIENT does not diminish either party's rights under applicable law. 41. Incorporation of Exhibits: The Exhibits attached hereto are incorporated in this AGREEMENT by this reference: Exhibit A Project Drawdown Schedule Exhibit B Monthly Invoice and Progress Report Exhibit C Measure C Project Sign Exhibit D Method of Payment Exhibit E Method of Payment for Final Design Costs of Systems and Standards Attachment#1 Cost Allocation for Willow Pass Grade Project Attachment#2 Cost Allocation for Bailey Road Project(yet-to-be-developed as of 5/20/92) 42. Choice of Law: This AGREEMENT shall be construed in accordance with and governed by the Iaws of the State of California. - 43. Valid AGREEMENT: Each party represents and warrants to the other party that it is duly organized and validly existing, that it has full power and authority to enter into and perform this AGREEMENT, that this AGREEMENT has been duly authorized, executed and delivered by it and is legal, valid and binding on it and enforceable in accordance with its terms against it and that this AGREEMENT does not violate any agreement, law or regulation by which it is bound or require the consent of anyone else. , SAN=WO BAY AREA CONTRA COSTA RAPTf ANSPORTATION A OR= by. C r, .✓ ,� A Frank n /Bv�iyw4tun Gene ager Chair ATTEST: ATTEST: by: by: p�3 f r:c f Secrthar Robert K. McOjeary Executive Director APPROVED as to legal form: APPROVED as to legal form: %by: by: Legal Counsel Legal Ccknsel V Cooperative Agreement No. 21.00.02 Page 17 of 17 5-18-92 ca 06 b e s3S Ooa Sas C V 0 V ♦ �c 3 oN o p O O fps lot d . � 4 M P P [ ♦ V V W{ 0 0 �s e Z�^ m in $ s W • c � A O 8 V ♦ d P • 5 d L � s tj O C t y 4 Y OO pp S 6 N V ' 4 IJ is .P. +P.s 4 ►e iJ 1 N R u e o 0 0 o P o 0 0 o P� g H °• u $ Q o '' L• O . j b •� COOPERATIVE AGREEMENT BETWEEN THE CONTRA COSTA TRANSPORTATION AUTHORITY AND THE SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT Cooperative Agreement No. 21.00.02 Exhibit B Monthly Invoice and Progress Report On or before the twentieth day of each month, BART will provide to the AUTHORITY a narrative progress report along with the following reports: (A) BART CAPITAL EXTENSIONS PROGRAM FINANCIAL STATUS REPORT (To include a summary of Measure C expenditures under this AGREEMENT by project components described in Paragraph 9. This report will show the total reimbursements for the period, and to date.) (B) BART FINANCIAL MANAGEMENT SYSTEM CFR 200(Capital Program Report) (Portions Showing activities funded by CCTA funds.) (C) BART EXTENSIONS PROGRAM - BATC BILLING EDIT REPORT - SYNERGY BILL EDIT (Portions covering contracts funded by CCTA funds). (D) The following information for payments reimbursed with Measure C as contained in report B (above); (a) BART internal tracking number (b) Name of vendorlconsultanticontractor (c) Description of services performed or product delivered (d) Total amount of payments (e) Total amount paid by BART (f) Percent reimbursed by Measure C (g) Amount reimbursed by Measure C Cooperative Agreement No. 21.00.02 Exhibit B Page 1 of 1 5-18-92 DRAFT O x5; 0 o ° ch oa z U5: o � - 0 «-x 00 0 , z COOPERATIVE AGREEMENT BETWEEN THE CONTRA. COSTA TRANSPORTATION AUTHORITY AND THE SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT Cooperative Agreement No. 21.00.02 Exhibit D Method of Payment (A) Should the AUTHORITY choose to reimburse with bond proceeds, the following procedures will be followed: 1. The AUTHORITY will maintain a separate sub-account within the California Arbitrage Management Program (hereinafter "CAMP") designated for the PROJECT (hereinafter "CAMP BART F)ind"). The CAMP BART Fund will be funded with bond proceeds transferred by the AUTHORITY from its Construction Fund within CAMP. The amount transferred to the CAMP BART Fund at any time will be mutually agreed by BART and the AUTHORITY, and will be adjusted pdriodically depending on the cash flow requirements of the PROJECT, the overall cash flow implicit in the AUTHORITY'S Strategic Plan, paragraph 5 of Section I of this AGRIE DENT, and CCTA PROJECT FUNDS available in the BART ]End described under section (B), below. 2. BART will make payments to vendors, contractors and consultants, and for staff support, consistent with the terms of this AGREEMENT. 3. Prior to the twentieth day of the month, BART will request in writing an amount to be transferred to the CAMP BART F)imd in the immediately following month. The request will include a summary of the withdrawals from the CAW BART Fund in the immediately preceding month,consistent with Exhibit B to this Cooperative Agreement. The request will identify any funds *em ininQ in the CAMP BART Fund at the close of the immediately prior month. By the fust Monday of every month, the AUTHORITY will transfer from its Construction Fund within CAMP to the CAMP BART Fund an amount based upon the drawdown schedule fimushed pursuant to paragraph 22(c)of this AGREEMENT, and BART's written request, after deducting any funds remaining in the CAMP BART Fund at the close of a particular month as well as any ineligible reimbursements from the CAMP BART Fund. 4. The General Manager of BART or his/her designee(s), together with the Controller- Treasurer of BART or histher designee(s) will be authorized by the Executive Director of the AUTHORITY to make three monthly withdrawals, from the CAMP BART Fund. The requests shall contain the information specified in paragraph 5 of this Exhibit D and may be transmitted by Facsimile, a copy of which shall also be transmitted to the Cooperative Agreement 21.00.02 Exhibit D, Page 1 of 3 5-18-92 • AUTHORITY. Funds will be made available by CAMP to BART through a wire transfer effective the same day or within one working day following the request. All withdrawals from the CAMP BART Fund are for the sole purpose of reimbursement to BART for project expenses or payment to BART for project expenses then due and payable for which BART will issue checks to a third party before or the same day of the withdrawal including right-of-way escrows as provided in paragraph 10 of this AGREEMENT. Any funds withdrawn from the CAMP by BART for PROJECT-related expenses prior to the same day BART issues checks for PROJECT relayed expenses creates a situation which is a potential conflict of federal arbitrage rules, and if such circumstances occur the AUTHORITY may consider termination of the AGREEMENT pursuant to paragraph 30, Section H of this AGREEMENT. 5. The request for withdrawal from the CAMP BART Fund shall state(i) the item number of such payment; (ii) the 4respective amounts to be paid; (iii) the purpose by general classification for which each obligation to be paid was incurred (for example: design, right-of-way acquisition, construction, etc.); (m) that obligations in the stated amounts have been incurred by BART and are paid or presently due and payable and that each item thereof is a proper charge against the CAMP BART Fund and has not been previously paid from said fund; and (v}that there has not been filled with or served upon BART notice of any lien, right to lien or attachment upon, or claim affecting the right to receive payment of, any of the amounts payable to any of the persons named in such requisition, which has not been released or will not be released simultaneously with the payment of such obligation, other than materialmen's or mechanic's liens accruing by mere operation of law. (B)Should the AUTHORITY choose to reimburse with sales tax revenues rather than bond proceeds, the following procedures will be followed: 1. BART will maintain a separate account to be funded with CCTA PROJECT FUNDS designated for the PROJECT (hereinafter "BART Fund"). The BART Fund will be funded with sales tax revenues transferred by the AUTHORITY The amount transferred to the BART Fund at any time will be mutually agreed by BART and the AUTHORITY, and will be adjusted periodically depending on the cash flow requirements of the . PROJECT, the overall cash flow implicit in the AUTHORITY'S Strategic Plan, paragraph 5 of Section I of this AGREEMENT, and CCTA PROJECT FUNDS available in the CAMP BART Fund described under section (A), above. 2 BART will make payments to vendors, contractors and consultants, and for staff support from the BART Find, consistent with the terms of this AGREEMENT. 3. Prior to the twentieth day of the month, BART will request in writing an amount to be transferred to the BART Fund in the immediately following month. The request will include a summary of the expenditures made in the immediately preceding month, consistent with Exhibit B to this Cooperative Agreement. The request will identify any funds remaining in the BART Fund at the close of the immediately prior month. By the Cooperative Agreement 21.00.02 Exhibit D, Page 2 of 3 5-18-92 first Monday of eve month the AUTHORITY will transf n!amount based upon the drawdown schedule.furnished pursuant to.paragraph 22(c) or this AGREEMENT, and BART's written request, after deducting any funds remaining in the BART Fund at the close of a particular month as well as any ineligible reimbursements from the BART Fund. 4. Reimbursements under this Exhibit are cumulative. The AUTHORITY reserves the right to fund either the CAMP BART Fund or the BART Fund and to direct that certain reimbursements be made from either the CAMP BART Fl and or the BART Fund. Cooperative Agreement 21.00.02 Exhibit D, Page 3 of 3 S-18-92 f • Jam. �' .. .. COOPERATIVE AGREEMEN), BETWEEN THE CONTRA COSTA TRANSPORTATION AUTHORITY AND THE SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT Cooperative Agreement No. 21.00.02 Exhibit E Method of Reimbursement for Final Design costs of Systems & Standards 1. At the time each item of cost for final design of system wide Systems and Standards is incurred by BART, each of the extension projects (Dublin-Pleasanton(DPX),Pittsburg-Antioch (PAX), Colma (CSX), Warm Springs (WSX), and San Francisco Airport (SFX): the "Extensions") then in active final design will be allocated a Fixed Percentage share of such cost. The share so allocated to the PROJECT is an eligible part of the engineering component referenced in Paragraph #9 of this Cooperative Agreement. 2. The Fixed Percentages will be determined prospectively when each Extension commences final design and will be calculated by dividing the estimated total cost of final design for each Extension by the estimated total cost of final design for the Extensions then in final design. As the effective date of this AGREEMENT the Fixed Percentages are calculated for DPX, PAX, CSX, and WSX based on a total final design cost of$86,180,000 and estimated design costs of $32,074,000 for DPX, $21,306,000 for PAX, $7,000,000 for CSX, $25, 800,000 for WSX. Accordingly, the Fixed Percentages to date are as follows: DPX PAX CSX WSX From Inception of 60.09% 39.91% - - Final Design From 8/1/91 53.13% 35.28% 11.59% - Start WSX Final Design 37.22% . 24.72% 8.12% 29.94% 3. Following the initiation of final design for the Warm Springs (WSX) and San Francisco Airport (SFX) extensions, BART will charge an eligible funding source for WSX or SFX and allocate an equal "credit" to PAX. The credit is defined as the dollar difference between the PAX proportionate share of expenditures to date for final design of Systems & Standards determined after including the latest extension to enter final design, versus the determination made excluding the latest extension. For SFX, final design estimates will be made following adoption of an environmental document. Cooperative Agreement 21.00.02 Exhibit E Page 1 of 2 5-18-92 4. With respect to the CSX extension, as soon as funds are paid to BART in accordance with Paragraph #6 below, BART will credit the PAX extension with a funding amount which represents the excess of charges allocated to the extension at the higher percent share prior to 8/1/91 versus the reduced share. The funds credited will be to a BART account specific to PAX and designated for the categories of PROJECT expense in Paragraph #9 of this Cooperative Agreement. 5. When the WSX project has an approved environmental document and as soon as BART receives San Mateo "Buy-in" or "Wash" funds for WSX per the terms of the Comprehensive Agreement Pertaining to BART System Extension, dated February 28, 1990, BART will credit the PAX extension with a funding amount which represents the excess of charges allocated to the extension at the higher percentage share prior to start of Final Design versus the reduced share. The funds credited will be to.a BART capital account specific to PAX and designated for the categories of PROJECT expense in paragraph #9 of this Cooperative Agreement. 6. With respect to the SFX/CSX extensions, BART will determine that the extensions' proportionate share of the development costs of Standards and Systems is a legitimate project cost under the terms of the Comprehensive Agreement pertaining to BART System Extension, dated February 28, 1990. Pursuant to Section IV(C) of the above-referenced Comprehensive Agreement, BART will either(1)seek state reimbursement through state Proposition 108 funds already programmed for the SFO/CSX extension, or(2) seek MTC concurrence that the costs should be borne by the West Bay bridge toll reserves or San Mateo sales tax revenues. 7. The funds in the capital accounts set up by these actions will be expended as quickly as possible so as to delay charges to CCTA PROJECT FUNDS under this AGREEMENT as long as possible. BART will include the capital accounts status in the CPR-200 and the BART Capital Extensions Program Monthly Financial Report required under Exhibit B to this AGREEMENT. Cooperative Agreement 21.00.02 Exhibit E Page 2of2 5-18-92 CO PERATiVE AGREEMENT BETWEI.N THE CONTRA. COSTA TRANSPORTATION AUTHORITY AND SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT Cooperative Agreement 21.00.02 ATTACIiMENT 1 ,Cost Allocation for Willow Pass Project THIS ATTACBAIIEENT 1 is contemplated by paragraph 7 of, and hereby is made a part of, Cooperative Agreement 21.00.02 and together they are referred to as the AGREEMENT. The capitalized terms used herein have the meanings set forth in this Cooperative Agreement 21.00.02 unless otherwise provided herein. This ATTACHMENT 1 sets forth the cost allocation from Measure C and other sources. A. This ATTACHMENT 1 sets forth the relative shares of the cost of the Willow Pass Grade Lowering Project as described in Recital 1 of Cooperative Agreement 90.14.01, (the "Caltrans Cooperative Agreement", between the State of California("Caltrans"), AUTHORITY and BART), as the PROJECT(hereinafter the"WILLOW PASS PROJECT") to be borne by the Rail Extension project account described in paragraph 2(a) below (hereinafter "BART EXTENSION FUNDS") and the fund sources described in paragraphs 2(b) through 2(e) of this ATTACHMENT 1, (hereinafter "HIGHWAY FUNDS".) B. The Contra Costa Transportation Improvement and Growth Management Program (hereinafter "MEASURE C") sets aside$178 million (1988 dollars) for the rail extension from Concord to Eastern Contra Costa. AUTHORITY and BART have entered into Cooperative Agreements relative to the BART rail extension, including Cooperative Agreement 21.00.01 which provided $14.4 million for final design, and this AGREEMENT which establishes the framework for the AUTHORTTY's commitment of $178 million (1988 dollars) to the East County rail project. Cooperative Agreement 21.00.01 is subsumed within this Agreement 21.00.02. The Caltrans Cooperative Agreement provides for construction of the WILLOW PASS PROJECT. C. MEASURE C sets aside$80.million(1988 dollars) for highway projects eligible under the Route 4 (east) category. The WILLOW PASS PROJECT as defined in the Caltrans Cooperative Agreement is specifically mentioned in MEASURE C, and hence is an eligible project to receive MEASURE C sales tax funds. D. Since the highway widening with median for BART, and the resulting grade reduction incorporated in the YM.LOW PASS PROJECT are necessary pre-requisites to the BART rail expansion to East county, both HIGHWAY FUNDS and BART EXTENSION FUNDS are appropriate fund sources. Cost sharing guidelines, needed to determine the appropriate proportion of the WILLOW PASS PROJECT cost that is to be borne by each fund source, are set forth below: Cooperative Agreement 21.00.02 Attachment 1 Page 1 of 5 5-2-92 IT IS MUTUALLY AGI 'D 1. The following tasks are necessary for the completion of the WILLOW PASS PROJECT, and are therefore eligible for funding from the sources identified in paragraph 2 of this ATTACHMENT 1: (a) Preparation of Environmental Documentation; (b) Preliminary and Final Design; (c) Right-of-way acquisition; (d) Utility Relocation; (e) Construction; (f) Construction Management. Funds expended since February 8, 1988 through the settlement of all construction claims are covered by this ATTACHMENT 1. Tasks performed by the County of Contra Costa as the Route 4 Willow Pass Grade project proponent under the terms of Measure C, are eligible for funding under this paragraph. 2. The following fund sources are available for the tasks set forth in paragraph 1 of this ATTACHMENT 1: _ (a) CCTA MEASURE C "Rail Extension from Concord to North Concord and Eastern Contra Costa" project category; (b) CCTA MEASURE C "Route 4 (east)" project category; (c) State highway account funds; (d) Federal highway demonstration funds; (e) Mitigation funds from the U.S. Navy. 3. The allocation of costs under this ATTACHMENT 1 is initially based upon the final engineer's estimate, which is attached hereto as Exhibit 1-A and hereby incorporated into this ATTACHMENT 1 and made a part hereof by reference. As determined by an analysis of the individual bid items contained in Exhibit 1-A for WILLOW PASS PROJECT, BART EXTENSION FUNDS shall bear 40 percent of the cost for tasks described in paragraph 1 of this ATTACEDAENT 1. The balance of the costs are to be borne by HIGHWAY FUNDS, (60 percent). All WILLOW PASS PROJECT costs shall initially be paid from BART EXTENSION FUNDS or HIGHWAY FUNDS in accordance with the percentage allocation set forth in this paragraph. 4. Upon.acceptance of the finally constructed WILLOW PASS PROJECT by Caltrans, the final percentage allocation between the BART EXTENSION FUNDS and HIGHWAY FUNDS shall be recalculated using the awarded bid prices and the actual measured quantities taking into account all approved contract change orders and claims, whose cost allocation shall be determined in accordance with paragraph 6 below. The recalculation shall use the same methodology as was used for determining the initial percentage allocations from the final engineer's estimate, described in paragraph 3 of this ATTACHMENT 1, but in addition it shall take into account the agreed-upon cost allocation of any approved contract change orders and claims. All allocations of WILLOW PASS PROJECT costs between the BART Cooperative Agreement 21.00.02 Attachment 1 Page 2 of 5 5-2-92 • EXTENSION FUNDS an(— ie HIGHWAY FUNDS made in acc ince with paragraph 3 of this ATTACHMENT 1 will then be finally adjusted to reflect the recalculated percentage shares. 5. Should the AUTHORITY be successful in obtaining State Local Partnership funds (authorized by Streets and Highways Code Section 2600) for the WILLOW PASS PROJECT, the "Rail extension from Concord to North Concord and Eastern Contra Costa" project account within the MEASURE C program will be initially credited withsuch Partnership funds in the same proportion that the BART EXTENSION FUNDS funded the WILLOW PASS PROJECT, and finally adjusted as set forth above. For accounting purposes, the credit will be discounted to equivalent 1988 dollars consistent with paragraph 5 of this Cooperative Agreement 21.00.02. 6. For purposes of determining I the final percentage allocation as set forth in paragraph 4, above, Contract Change Orders and construction claims (hereinafter "CCO") paid from AUTHORITY funds shall be allocated between the BART EXTENSION FUNDS and the HIGHWAY FUNDS in accordance with the following: (a) The actual measured quantities and resultant costs of each CCO pay item will be allocated between BART EXTENSION FUNDS and HIGHWAY FUNDS in the same proportion as the particular pay item was allocated in Exhibit 1-A, unless the proposed change in the pay item is attributable to the BART or highway component of the WILLOW PASS PROJECT in a different proportion from that included in the final engineer's estimate. If so the latter proportion shall be used. (b) The actual measured quantities and resultant costs of each CCO pay item that is new, and-hence not included in'Exhibit 1-A, will be allocated between BART EXTENSION FUNDS and HIGHWAY FUNDS,using the methodology of Exhibit 1-A as a guidd. 7. Notwithstanding Article 15 of Section I of the Caltrans Cooperative Agreement, in order to qualify the BART EXTENSION FUNDS as match for either Proposition 108, 116 or other State Tzansit Assistance, AUTHORITY will, if necessary to validate the match, and to the degree permitted by its Master Fund Transfer Agreement with Caltrans, disburse the BART EXTENSION FUND'S share of the WILLOW PASS PROJECT costs to BART for subsequent payment to Caltrans. 8. Upon a written request from BART, AUTHORITY will pursue, to the extent provided in Article 1 of Section I of the Caltrans Cooperative Agreement, additional construction services for the satisfactory completion of the WILLOW PASS PROJECT. 9. Should BART, pursuant to its rights under Article 7 of Section I of the Caltrans Cooperative Agreement, disapprove a change order that is subsequently implemented by CALTR.ANS, the AUTHORITY agrees to seek resolution of the matter pursuant to the "invoice discrepancy procedures" referenced in its Master Fund Transfer Agreement with Caltrans. 10. With respect to the total obligation of funds for the WILLOW PASS PROJECT, the AUTHORITY will obtain written concurrence from an authorized representative of BART Cooperative Agreement 21.00.02 Attachment 1 Page 3 of 5 5-2-92 ided. ,uch concurrence shall not . -. prior to increasing such o(_ation above$66,000;000; provth be required to the extent that sach increase is funded solely from HIGHWAY FUNDS. 11. In the event that the lowest responsible bid for the WILLOW PASS PROJECT exceeds the engineer's estimate by more than 5%, AUTHORITY and BART shall agree on a course of action, before AUTHORITY reaches agreement with STATE. 12. AUTHORITY agrees to provide BART advance written notification, to consult with, to seek written concurrence, and if time permits to obtain a written response, before implementation, on all change orders not wholly allocated to HIGHWAY FUNDS,.which:have an estimated cost of over$50,000, have an estimated schedule impact of over one week or were generated by a request from any agency, company or person other than the parties to this AGREEMENT or a Caltrans Department other than Construction, except when necessary for the safety of motorists and/or pedestrians, or for the protection of property. 13. Upon execution of this ATTACHMENT 1, AUTHORITY will advise BART in writing of the expenses incurred to date by the AUTHORITY (hereinafter "PRIOR AUTHORITY EXPENSES")in connection with tasks accomplished pursuant to paragraphs 1(a) through 1(d) of this ATTACEMENT 1. The PRIOR AUTHORITY EXPENSES will be apportioned between the HIGHWAY FUNDS and the BART EXTENSION FUNDS in accordance with the percentage allocations determined in paragraphs 3 and 4 of this ATTACHMENT 1. The proportion of PRIOR AUTHORITY EXPENSES to be borne by BART EXTENSION FUNDS will be discounted to 1988 dollars, consistent with paragraph 5 of this Cooperative Agreement 21.00.02 and deducted from the remaining balance of the CCTA PROJECT FUNDS defined in paragraph 5 of this Cooperative Agreement 21.00.02. Thereafter, AUTHORITY will advise BART on a quarterly basis of additional expenses incurred by AUTHORITY in connection with paragraph 1 of this ATTACHMENT 1. These additional expenses will be discounted to 1988 dollars and charged to CCTA PROJECT FUNDS consistent with the procedures described earlier in this paragraph 13. 14. With respect to funds expended by BART pursuant to BART Agreement 04CB- 610, dated February 8, 1988 with the County of Contra Costa, upon termination of that Agreement, which is to occur no later than September 30, 1992, BART will advise the AUTHORITY in writing of the funds disbursed by BART under the terms of that Agreement, (hereinafter "PRIOR BART EXPENSES"). These PRIOR BART EXPENSES will be apportioned between the HIGHWAY FUNDS and the BART EXTENSION FUNDS in accordance with the percentage allocations determined in paragraphs 3 and 4 of this ATTACEMENT 1. The proportion of PRIOR BART EXPENSES to be borne by the HIGHWAY FUNDS will be discounted to 1988 dollars, consistent with paragraph 5 of this Cooperative Agreement 21.00.02 and added to the remaining balance of the CCTA PROJECT FUNDS. Cooperative Agreement 21.00.02 Attachment 1 Page 4 of 5 5-2-92 15. This ATTACHMENT 1 will terminate upon completion of construction and settlement of all claims for the WILLOW PASS PROJECT. SAN FRANCISCO BAY AREA CONTRA COSTA RAPID SIT DISTRICT TRANSPORTATION AUMORITY r—� b by: � rank J W n Rob K. Mc Cl Gene er Executive Director Cooperative Agreement 21.00.02 Attachment 1 Page 5 of 5 5-2-92 EXHIBIT 1-A Cooperative Agreement No. 21.00.02 Exhibit 1-A of Attachment 1 5-18-92 -------------- Parsons 303 Second Street Brinckerhoff Suite 700 North Quade& San Francisco. CA 94107-1317 Douglas,lnc. 415-243.4600 Engineers Architects Fax:415-243-9501 Planners May 11, 1992 Contra Costa County Public Works Department 255 Glacier Drive Martinez, California 94223-4897 Attention: Mr. Robert V. Faraone Senior Civil Engineer Reference: State Route 4 - Willow Pass Grade Lowering Willow Pass Road (Concord) to Bailey Road Contra Costa County Project No.4660-6X4110 A _ Subject: Cooperative Agreement Between The Contra Costa Transportation Authority and the San Francisco Bay Area Rapid Transit District Cooperative Agreement 21.00.02 Exhibit 1-A to Attachment 1 Cost Allocation for Willow Pass Project Dear Mr. Faraone: Attached is a revised cost breakdown of the construction costs between highway and BART. Of the total $58,884,000, $35,326,307 is attributed to highway and $23,557,693 is attibuted to BART_ The cost of all items that can be attributed readily to highway or BART were assigned directly. Based on the analysis performed at the 65% submittal, 190101 ROADWAY EXCAVATION was split 67% to BART and 33% to highway. This can be attributed to the wider median and flatter grades required for BART. Because they are closely related to roadway excavation, the following items were arbitrarily split 67% to BART and 33% to highway: 160101 CLEARING AND GRUBBING 180101 BINDER (Dust Palliative) 190191A FURNISH AND INSTALL PIEZOMETER CASING 190191C DRILL HOLE (Piezometer) 203003 STRAW (Erosion Control) 203014 FIBER (Erosion Control) 203040 SEED (Erosion Control) 1.A!. ti u•_. nr.��Rwarc�vs. 203056 COMMERCIAL FERTILIZER (Erosion Control) 681501 FURNISH AND INSTALL DRAIN PIPE (Horizontal Drain) 681502 DRILL HOLE (Horizontal Drain) Supplemental Work 066620A SLOPE DEWATERING 153223A REMOVAL OF UNSUITABLE MATERIAL 681605B ADDITIONAL UNDERDRAINS Retaining walls 5, 6, & 7 along Evora Road and Willow Pass Road were attributed to highway. All of the other retaining walls would not be required if BART were not included and were therefore assigned to BART, the following items were distributed as shown: BART HWY 192037 STRUCTURE EXCAVATION (Ret Wall) 6,970 CY 300 CY 193013 STRUCTURE BACKFILL (Ret Wall) 9,000 CY 440 CY 193031 PERVIOUS BACKFILL MAT(Ret Wall) 505 CY 5 CY 510108 CLASS A CONCRETE (Ret Wall) 2,870 CY 110 CY 520103 BAR REINFORCING STEEL (Ret Wall) 295,200 LB 6,800 LB 800302 CHAIN LINK FENCE (CL-3, Vinyl-Clad) 1,480 LF 0 LF 800361 CHAIN LINK FENCE (CL-6, Vinyl-Clad) 0 LF 430 LF The total of the items above is $46,285,407, of which $27,767,292 was for highway and $18,518,115 is for BART- a ratio of 40% BART to 60% highway. This ratio was then applied to the following items: 070010 PROGRESS SCHEDULE (Critical Path) 071320 TEMPORARY CHAIN LINK FENCE (Type CL-6) 073006 18"TEMPORARY CULVERT 073006A 18"TEMPORARY STEEL FLARED END SECTION 073008 24"TEMPORARY CULVERT 073008A 24"TEMPORARY STEEL FLARED END SECTION 073011 36"TEMPORARY CULVERT 073011A 36"TEMPORARY STEEL FLARED END SECTION 073013 48"TEMPORARY CULVERT 120090 CONSTRUCTION AREA SIGNS 120100 TRAFFIC CONTROL SYSTEM 120120 TYPE III BARRICADE 120150 TEMPORARY PAVEMENT MARKING ' 120161 TEMPORARY TRAFFIC STRIPE 120165 CHANNELIZER (Surface Mounted) 120300 TEMPORARY PAVEMENT MARKER 128201 TEMPORARY DELINEATOR (Class 1) 129000 TEMPORARY RAILING (Type K) 129100 TEMPORARY CRASH CUSHION MODULE 170101 DEVELOP WATER SUPPLY 197040A EARTH RETAINING STRUCTURE (Filter Fabric Wall) 999990 MOBILIZATION 10% State Furnished Materials . 066105 RESIDENT ENGINEERS OFFICE The method used for this cost breakdown is the same as the method used at the 65% submittal. Please call if you require additional information regarding this issue. Very truly yours, PARSONS BRINCKERHOFF QUADE & DOUGLAS, INC. 4 1 Robert L. McFarland Project Manager cc: Paul Maxwell Gary LaBonte attachments: ` PB Logout No.1067 PB File No.3192-375.01 ell M N N eU c0 8 N N Y! N N O a N N 1 N Vl fA O O 8 8 O O O O `O ..O .Q •.$«p p ..O O «O O G1 O � L/ O O O gr iJ A c[! v N N y Pj v b N (V N N vl N N g N N to N N N �l1 N h N 8 8 _8 8 8 8 8 8 8 8 8 .8 ..8 .8 8 8 8 8 8 8 8 8 8 8 8 ►- N N 1�cpp N M c0'f oOD v! W +tG c(N�� es(�y N c07 N tl�ry N rf C> O O Vi N N iM1 cM1 N N N V) iA Of N N N N N N 8i " pp pp l0 4a N N ts Qi O W O O 17 ON tn9 � Of SD O N � .O C� Ov 1�0 QCDi. e� ll� v ai N t tJ O O N Zcc~ C 40 pq 1!N? t0 tD tb N Ci tDCai_ �t O P t0 t� O cD O O tV y s 0 pt- 8 8 8 8 8 8 8 8 8 8 8 8 8 _a 8 8 8 8 8 8 8 8 8 8 8 F Cy N_69L d o g D wi ui h N tJ� .0 ►a=am m . t~n O $m Q Z J w tJt t�t w uJ a u`5 u`5 wtau tr p tL UZ wLU N a U LU co N N Q o 2 2 2 a S y w p Q E- tg 1 ¢ w .Y . . ww L, rr 41L rr 1 y< N < 0 (a uw- w yp J if aLLL w es3 a X }. �L z W N N U Q 0 w � u. � w z Z iL � T' w U tt = a U0o H aaaaaaa U uw. u.`" l1Nill ! OOp p a w 0 0 z p O p p a s H . . . . . . z ..:..:.r. d NN Q. wm {�S OO N tQpp ap tQp t7N N o O o_ o N N_ N N N N A v` Y} w h —co -O O .- N e") v_ N cD n W Q1 -.Q - ..V ..N -N }C^'z t4 0 0' �s' is is zs 1s zs zs 25 2� �3 8 8 8 8 8 8 8 •. N N N h N N N N N N NKKK aVAi N w- p p pp p Q p Q p p op pp pp cc 0o 0 p 0 o o 0 0 0 o a o 0 0 0 0 pp pp pp p�j pp p pp pp oo H h N N N N N N Vi N N N h {n K K N N N N K N K N N K M p p p ._p....p ._p. .p p.. ... .. .. _p_._p....._ «p. 0 0 0 8 8 8 8 8 8. 8 8 8 8 8 8 8 8 8 8 8 8 .8 0 8 8 N 46 40 $ p } O U H N N N N H N N p p VI N M H 8 $$ 8 M N 8 .b y h t0 vs ri h v d N tG 0 0 0 o a o 0 0 0 0 0 'a o 'o a o a a 0 0 o n o 0 0 Q Z F.. �My S �� ^♦ n _M »N M -p tV -YS -tom O N N _ Q�_ r q; M aff l7 a w1I t0 <Ns o F S 8 88 8 -8 C: �j O LL RV N YC15 N N N Yf N 4N4 YN! �q 6 N H N K N RV< K N ' a O Nty(2 S t,L � d � K CMI.- • < G < � a O U� S z 5 5 w w w u� u� w u� u� ul s UUZ 4 X ars X w It �' F ( o o z z w aaja ww () 4 d a a ¢ a iz z cis n cc o� C9 99 9 m w 0 0 yr 0 w w � � to n ° °a ° o o 4 QAUco CC s a a a a a JFw !A 10 y ¢ ¢ a a a ¢ U m wwry pp� ° Ol ppN rl Spp7 co N N cy pN ca � W nN M M M rn of ci tp� �t�y c� +n N (m N �t a cp c�� *- .�s o 4 0 o n co n sad n .vn a pj oo Yqy VD 8 8 8 $ 8 $ $ 8 " spa 0 " 1 $OIL O p �p N fV to 4 O N HN V! N lVQj � (QJ M N 8 8 8 8 8 8 8 8 8 8 8 -8 8 8 8 _8 8 8 8 8 8 .8 8 8 8 _ a�rtyy {a� tp� ft�J �, Of t+} tY�� d W ccgppl eO�l a hM- O e� spy Clay [y� a N Vl N (H Yt `y VW'I V! N N N W N W N b CIT 41 r+ (V Oi CY 40 � N a g o �' 7f, c3 a r- � n a a $ c+ yyy a~i Non `W h N ff OS Q N YI 28 d o S ell ca c3 N 70 � s cs Z $ � - - - -- o�N=8 8 8 5 8 8 8 8 8 8 8 8 8 8 8 $ 8 8 8 8 8 8 8 8 8 taS U {oy Re Ri yob W n .Qi v ��jj pp ��jj N -i C 1d- Z O Y1 Ntj yd a q 'o <"o z d <� o O U� S a t d IS O LJ 55 O O � O 9� � -- — - - o LL ul0 LUg 3 a IL z g U -; c� o z ¢ cc U 3 iz o w i < F- w � 9U, ¢ a Z �+ - Z cc a p 0 Woil ¢ 2 a 3 }Z Z o C9 y 2 4 a w "a o tc o �O}, m twJ} w w ¢ O m 2 U ti N m ca m a F OIL) o p t° � > N ° UU000U Z8Uwqz 3 U' C7 t- U z m m m Z y a o LL cn 00 N d cc U U zO 3 p N to 7 2 O a a i- w 7d m uwi a ;° 2 UU �y to Q LL t3 V1 N N VJ Cn fA N !L M 64 1i lA U N ti U U �w d U N t� .A R7 d � Oq spy ♦ O Q (� O 4 fJ O 1y1 Ui b O O d O O O O Q Op7 q�� O_p 44O cO� C V V 8O C7h aD Q Cf IT t? p N N N t7 !� t") M c'! h t•y t� �'y O N 4 � 6 N U (d fh Cs Sn 4T tT C7� O� ll� O� O� Of 0 O N N RlV7 iN7 SOV CN N N � In z N N u 4"1 O O a 25 2$ N r` P n N N N „ y� N V/ - o f` /� N N N N N N •_ o O 8O 8ao Opp O� 8 C1 O 8 8 a CV �Opj! OpQ� t�Oj�r O: O 88pOp Op p8 {8� tp> iA e8 N N N h tali N N .p$�i $' N y V' �q !ap t0 N N W N O Vi N F. N 8 a 8 8 8 �SH99_ 9 � g � � � � � � � � � �: �q� � � � �p � � R R t7 N N N N N N a+S N N N 88t act � N8 Ns el C) 8 n h C'i Cl COV N t7 fJ N (6t'f tp 0 y a 0 0 0 0 c Q f o o N a o o a N �i f1 a co 8888Ng $ � -8 -a � � � -� � N tci l'1 sLi 0 Q uir os 8 8 8 8 8 8 h 8 8 8 8 8 8 8 8 $ 8 8 $ 8 8 $ 8 8 8 F p a ari rrui Q to g pp� q doi cx vi o_ a1 tJ N 0N y i/) Vai d@<fg. k N _ N cto ' C w"ara OM tm 07- OZ pts w w tt w z w w o m w w U o d x o m O 2 4 w w w 4 gayep g w cc m oUra p !Q 22 ca z1 m m * 2 a .12 33 mww I0 6 Zs Z p tZ Z W tapUUUto aO p O p ock. ' z ¢t U. U a '00 w�z rcc a < p a b c wwwo o !� cococc 000 z hs E s a 0dm , ia � � � � � N 28 0 400 � 8 r n a m m 4m to a Us T M M M M M M M e v v < H1 N N til N h 4-1-- cl h � N N N 1 _ ._.. _.. .... ..._._...... .... .. _.� .._ —_ 7 Z hf. !+f pp�� pp �tt� pQ�� pp fp h ham- h 40 W coNeA m m w 40 aD Qi W Qi A Oi v^i Qui Qi O m 4m tv 40 C24 46 44 40 2 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 4A 8 8 8 8 88 8 8 8 8 'WO) 40 0 CO I C-i W) co 0 4n0 0 C� C> 43,76 C*-6 IV w 43, Ci Of to co 40 m 03 ---F C4 to go CO -9- z o 8 'In 2 40Q 40 417 8* 8 8 8 8 R 8 8 8 8 8 8 8 8 8 8 CL P 0 —C< vi C-i 2 KA RCL yaeo3 z An tz= 0 0 0 tL w a0 w w wV) z LL (L ui w G — sao8o 2 t L z LL LL ;z z z rr rc r, IE rr li li IE rr rr IE cc o (9 co �1mgmmm' s -mms - to Co Iw uj w 0 z W WW 0 w w w w w w w w (a U) 0 -j CL CL 6 & 0- LL 0. % 4& & I K K 0. CL 0- CL 0. 0- K cc w Z Z Z Z gL 0 0 0 0 0 0 Y2 Zjj0QUlWWW ,O i y ¢ ¢ cc a ¢ ¢ 0 cc 0, 0 UJ (py Ry 'D4.0 O .n .0 .0 C-14) o6n Ino 0 "D n 40 Yf w w w 40 %D 10 4n C�, 8 8 8 8 8 01 hOi tpN cli ' r. .ir•¢ Nr N N N N N N V! N N 1•r#! O O pOo pp8 8op P 8 N N N 8 8 o a 88 8 8 y8aO '8 N aooN 8 a NNhNNN NQNpN ui oqW pQp6 8 p Q h. O <O tL CLl1 O N �8pp 88 88 "8 88A f88� 8 � opS 8 YoB� (p8y •S p8 y8 88 •8 8p 88 8 88 8pp 8 88ty 8pp J Q ISD( t{Opp 1�7p h ftp� N N O (V C1 O till 8 N N M . " N O N h N Oht N W .. f� Y► N N N N H N ti'Si y N CIO H �- P7 to N U _ ... .0 0 0 0 O 0 a O O O b!o •O _40 o EO lNS tIDV i0 OO {6� n � n � `c pad io„ 0 8 ca o o h d 05 Of !+ cv 4) iA N tD .- 0 p r; ° «s {�J a8{ 8 8 tp 8p 8 8 8 0 8 8 8 8 8 8 8 8 p 8 8 8 8 8 8 8p 8 8 r 2 4 (� H N t8 QN1 O O .N•- ' N N Y01 N N 1D o} N h V! 44 M. v► N Q �� EC N N N N N N N N N y N V► H H ¢N�(.jt�j�0 Z �► N o tL }4� a•-7{Cs�1J 5 5 (� {-y {y J {?",it,P z J � �.i J J �] J J ONQx 0 LL {{ti•.. w U U U z t=o 0 z Z Z = Za 2 O a H Q. 2- d a y N w wa cc cc W ? O w w w w w w w w w w w w w w CL h a g 4 a a a a n. g S a g a a o j j U 3 a CL a a a a o. a a a n, n, a a a i a U a a a a a z "o Z aZ O � u� au2 u� ¢ ¢ a ¢ ¢ ¢ ¢ ¢ O IL-j -j tai 0 O O = a o 0 00 0Ow 0 00 0 0 0 0 0 0 0 0 U U U UU U U U UUU U 0sv N 0t u w O .O O O O OO OO 0 0 0O W— - ¢ 0►" cc ww w w ww wwww w w Z0 Q O O OO O O O O O O O b a4 ¢ U V w 4 M t4 LL LL IL LL LL LL w k to 2 w 0 r F x _ z z 4z _zZ z z z Z z Z z w w w w m w us w w O O 0 ba a ¢ tt ao :r :r b +` Io Iv Eo ba io co q is +� a a a ¢ N N M M v v v n -� io co e7 M N O 4L O W a .r a> to cdo N o M h to O T J8 z (D h 07 Q1 O N t}' 'C t� tD 1� S6 Of O .- N V) tD r, OJ 0, O ;F N N N N co .0 -0 ZK ;-: g 9 ;"; § an an § 6m gf- .61 44 "44 0 44 6—cc e: g g g g Clt Z,7 0 th 8 8 8 8 8 8 8 8 8 8 8 $ g 5i g g g � g g v Ei g ct -t 4q V 46a a 4n O N cli r 0 0 0 0 0 0 O. 0 -O :O 0 0 C14 co C- to C%[ z CY O qq 0 8 88 8 88n` 8 8 8 8ciVvl 8 8 8ma(yy 8 pq 8 8 8 8 8 g g C< po%2�a - U g -g g cc 46 fa gr-g ej 46 z <N- <g 0 tz 0 0 ul tc LU cc 0 cr < 0 co X z 0 0 P z 0 tL 0 z z z z LU ci z ZZOOOO 5 Z 0 W W < cc R 0 0 0 .1 , w w cr w U) 0 2 2 2 2 -0 4L 5; w w tu LU a: to z z W(L W 0 W - tu w C) a 0 0 12 U, 0 0 U, uj w 0 0 4 Ln Z IL ir 0 o e 0 b 0— `l 0 cc Z rr 2 ow 0 C) 0 j 0 cL a- cc l LLJ LA. dx cc w 0 CL z CL 0- w 0 Z y .I M jr gr CC 0 0 j 0 z z z LL U, I z iL D :3 D O w w o z z z to to 0 0 0 o 0 Q 0� IL ;o :r &D io o (1) m 0 0 to 5 z ? I I to LL UJ An 8 cli 0 n 0 rT do 20 A . ss s8 �pgp � 8sppggSgBss� g -BssF�SQ`��gs -g8g8s88g8sR-X88 -g8 Opo 0 40 4n F cc g g 4n 44 N N 4a 8 8 8 's 6 C5 lyt Ci 4N C4 t0 N N cm O e 7 0 0 C4 o —.C; -6. 6 C o 0 co t% z 0 Ei CL-6 xg z 8 8 88 8 8 8 8 8 8 8 8 8 8 8 .8- 2 8 8 8. w Nc; N9 C5 0 w 0 9 mi 0 4n 0 ad 0 o C< -X N00 40 co to CL .1 W< W< ul 6 6 <W < 6 6 6 6 0 9' w 0 0 c� UZ w z z o z z z z z z 0 fn 0 0 0 rn z Fis rh zin z z z IL di cli w w U U U U ui CSO N Nw w La. � m. L w w 0- wtu w L cc cc cc cc E � Ic � W U. W W W z U- %L z z z 0 CD to w Z z Z Z -J -J z z z z C, D _3 0 0 1-- Z ZJ 2 Z Z < 0 F- Ca w 0 Z z z zI z < < j § I x z 4L < D w w t7u 0 1 0 0 0 100- 000 < < < In too 0 0 R paco In 0 m to 0 9 9 9 8 9 �2 8 § S." co co .0 w -0 co 10 -0 co C� ca� -n > 10 co C) n fb t- Cb 0 o CY C-1 I n Z — — — — C2 4n C; 4* 44 44 40 4* 'wi 4y tT 44 O 4A 44 9 9 9 9 2 2 2 42 ' $ 2 $ 9 9 9 9 O 8 8 8 8 8 8 88 8 8 9 9 tt t•1 t,: v m 0 W --t C4 0 o 0- o 0 o o 0 0 a 0 co W) ci to0 f.-t C4 ci 1,: .07 to ri cc W, 8 8 8 8 8 8 8 8 j5 cs gi j C< «a z <%.-0, = Cim ct U w w N f w z z IF 0— z cc 0 0 0 0 z w tu w w W UJ p< 1t1 S- (L IL LL 9 0 ul 0 z z fs cc cc CC !� 0 w z 0 0 fn w I.- I P A , w W 0 ,, 0 a acc w wtL Z tu z 1 !s 9 9 z !2 0 M w w w w 200ozz 44 tL o o cr ¢ ¢ Co Z 0z 0 0 z 0 0 0 'L a. LL 0 a in Lu 0 -i -i E o o o o 4 Z z< 0 w m Ir W w w � w w :E :2 M � F m CE w 0 V8ui !2 C04 ton toph qp < o :? 0 0 %n 0 cl 4m IM 0) C) a) 0 0 0 0 0 1 a0 2 2 . V, 8 :9 2 z 00 w w w 0 C20 0 cm cly py Cli 'CR, N . . . cw -PA FJ F� cl S4 t2 :Eo N N iVAt N N N �j N MN} N M y N •r J Y1 8 8 8 8 8 8 8 $ 8 8 8 8 8 $ 8 8 8 8 8 8 8 8 s8 0Q � g � � � y � � � M1 o N N - O N N F ri . pOp O pO O pO O 6 O O O pO p� p� O OO Oi pO Opp 8O CCO� pp� O8 68 pp� (Opy c� N C7 N N N N O O O O w -p O v N 8 co 8 8 N 8 Q g $ - N M M1 M N cc N 0 - I ...0 CO N n„ M N ul 'N Y N` C-4 ci Ci dz n a in ��j cv zao N Z<�pwG O OOtJ=Af n m �b v N h ado nt n0. o0i $ N .q $ O $ $ $ $ O $ 4 $ _ d U d tit �p ai Q0 :02 ai N QNs rt cavi v_ of ai » � te�� cC pp S (p} gyp} pp pp pp pp N Q ; U N N N VY N N N N N N N N N N pO ON G1 O qOt Ory tQp Ci CL < t t K <Z0� j a A 0 Lh 2 a wul y cc H t12 vs z C .S N oen 10z O cri w vs a c v v v 3 a iLU dc c v _. .. .. w � � 'v :r :r Y 'v < v to s � LL w W w ca co ca �a V -pia U U U t= t7a .b .azz000zo5zov Co C3 CO CO Co M O O s ¢� OC v ¢ z z z z o U V x a a O °z z z X X X Y X x X Y X X X X Y X !- 4 0. Q F ►- c c c c c c c c c c c c 5 m � � A N c c c c E c c of A b `, la Q] m m d J1a d Oa d m m sll CI Q1 t- u u ti vv �i u u v u is v is Li Lj w w w Q > > 'D D n 5 7 J 7 ? � D N M N M b < d O d d d d Gl d Cl. 6 d O O O O W W w F F F CO w oh$m ¢M1was M1wo� M1wco M1c�ao Ohawao wwhww hwao hwso hwao xhwM1wcM1w zpamOo $ t 0 rn O a o 0 0 o a a o o (GM1000 a u o a oz w wo]5 coo Fws fwa+ hww aw w to s }� �y �y phi — — -- - - C 0 N N N 04 N N N N N N N N N N N N N N N N N N (V 04 , u i:a o o a 25 25 25( 2S ZS 25 2S 2S 25 25 25 2S- �$ Qj Q cp p (p a� 44 pppp (4 CD N n N N N N N Vi N y (� p� Vl N N tp. N y N I— Q�j fry y r � fffM1M1M1 N atppp tb N N t0 N N N N N N y N N 0 0 0 0 o a 0 o c d o t iy Q d o d d �p INQ�z� �r p p p p rn f0m 2 J J J J J J J #LL UU LL f� g w W U Z cc w OL a Y t7 ca Q a N< Z F 1 Z < < C QCD O ¢ cc CA O w o w w a N N m Q _ O ccy N t t ul w co ca Ir 9L w a y LL O z 2 u- Z U -J ca d ¢ U. N a } y a U a LL LL N —1 0 O fn y w 2 }cc jy Uco ¢ ¢ V Z Z w Q O Q 8 .0 Q w 6 w 0 t O f V w > w p -� U y fL Q 6 N a e S c7 Ow.. �w $ a ¢ o 4n v a - a $ S 8 8 R o � � N ci :C�N�Fza �Y . .t �'Zo cli IL R e� )� <O o =Z) ' C < L a �}.Q�� +Y4 sn O gfn Y z -i N w.; IOC Z:z ;UC) m w_J=: N Z C CL CL z O d W m c c uui m z C7 ` �' o as tu O ctIL CX .t m wO ca m LU LL. cr z z K c o a a r r0 N a w ccc g 19 i - �w r �0 z - ;� , ORIGINAL �lareG�rr� �._ 4-cc-4 19.7/20.8 Bailey Road Interchange 4303-228011 Dist. Agmt. No,. 4-1431-C Document No- C,C-7- CCTA Agreement No. 4014.0:. o COOPERATIVE AGREEMENT This AGREEMENT, entered into on J_a 14ro is between the STATE OF CALIFORNIA, acting by and through its De- partment of Transportation, referred to herein as "STATE", CONTRA COSTA TRANSPORTATION AUTHORITY a public entity, referred to herein as "AUTHORITY" , AND SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT, a public entity, referred tAp-" herein as "BART" . C140 RECITALS STATE, AUTHORITY, and BART contemplate jointly constructing improvements consisting of reconstructing the Bailey Road Interchange on State Highway Route 4 in the City of Pittsburg, to provide a median of sufficient width to accommodate a six lane highway expandable to eight lanes and a BART rail sys- tem, construction of BART transit facilities up to subballast in the Route 4 median including station platform and foundations, and construction of pedestrian improvements and a bicycle path, all referred to herein as "PROJECT" . DUPLICATE ORIC- District Agreement No. 4-1431-C (2) STATE is authorized to do all acts necessary, con- venient or proper for the construction or improvement of all . highways under its jurisdiction, possession, or control. ? (3 ) The Contra Costa County Transportation Improvement and Growth Management Ordinance (No. 88-01) which was approved by the Contra Costa County voters on November 8, 1988, referred to herein as "MEASURE C", authorized the creation of AUTHORITY and empowered AUTHORITY to impose a 1/2 percent transactions and use (sales) tax for a period of 20 years, commencing April 1, 1989, to finance transportation improvements in Contra Costa County. AUTHORITY is authorized to fund the design, acquisition .of right of way for and construction of MEASURE C projects on the State Highway System. (4) AUTHORITY is willing to initially bear 100 percent of the total actual costs of construction of PROJECT. AUTHORITY will be reimbursed by STATE for a portion of said costs from State-Local Partnership funds according to the procedures con- tained in the State-Local Partnership Program. The construction of PROJECT is not receiving any other State funds, in accordance with Streets and Highways Code Sec. 2601(b) (3) . (5) STATE, AUTHORITY, and BART are public agencies au- thorized under the Streets and Highways Code, Government Code Section 14529. 11 and Public Utilities Code Sections 28500 et seq. to enter into an agreement under which STATE will advertise, award and administer the construction contract and provide con= struction oversight for PROJECT. STATE and AUTHORITY will pro- -2- District Agreement No. 4-1431-C t r vide construction services. AUTHORITY will fund the costs of construction, contract administration, and construction services for PROJECT and the costs of right of way and utility protection, relocation and removal. (6) As part of a pilot program .STATE and AUTHORITY do mutually desire to use electronic procedures for monthly billing and payments for costs incurred for construction and services for PROJECT. . The terms and requirements of electronic fund transfer are addressed in a separate Master Agreement for Electronic Fund Transfer between STATE and AUTHORITY, STATE District Agreement No. 4-1382-C and AUTHORITY Cooperative Agreement Number 90.00.03, referred to herein as "MASTER AGREEMENT", and all terms and con- ditions thereof shall apply except for right of way capital costs and right of way services costs which are not applicable to PROJECT. (7) STATE, AUTHORITY, and BART do mutually desire to jointly participate in the construction of PROJECT and desire to specify herein the terms and conditions under which PROJECT is to be constructed, financed and maintained. (8) The preliminary and design engineering are ad- dressed in a separate design Master Agreement between STATE` and AUTHORITY, STATE District Agreement No. 4-1376-C and. AUTHORITY Cooperative Agreement Number 90.00.02 . -3- District Agreement No. 4-1431-C i SECTION I STATE AGREES: (1) To provide all labor, materials, tools and equip- ment for PROJECT including advertising, award, contract adminis- tration, field office facilities, Resident Engineer, Structures Representatives, Principal Assistant Resident Engineer, Field Of- fice Engineer, available Entry Level Engineers, material source inspection, independent assurance and specialty testing, survey- ing coordination and other construction services as may be re- quested by AUTHORITY for satisfactory completion of PROJECT. The terms in the preceding sentence are as defined in various STATE manuals, policies and procedures. The services to be provided by STATE, when combined with resources and work to be provided by AUTHORITY, are referred to herein as "SERVICES" for the purpose of determining AUTHORITY' s share of the cost of SERVICES. (2) At no cost to AUTHORITY or BART, to provide that portion of SERVICES that are included in STATE' s oversight re- sponsibility. for construction of PROJECT, including, but not lim- ited to: District Office Engineer time; a full time Resident Engineer; Resident Engineer' s Supervisor time; Structures Repre- sentatives' Supervisor time; Assurance, Specialty and , Source testing; in accordance with the provisions of STATE' s Policy and Procedure Memorandum No. P90-01. (3) To construct PROJECT by contract in accordance with plans and specifications for STATE Contract Number 04-228014 pre- -4- 4 District Agreement No. 4-1431-C pared for AUTHORITY by Contra Costa County' s Consultants, BART and BART' s consultants and overseen by STATE. AUTHORITY and BART shall be named as additional indemnitees and, to the extent ap- plicable, as additional insureds in the construction contract be- tween STATE and the contractor for PROJECT. (4) To establish separate PROJECT accounts to accumu- late charges and credits for all costs to be paid for by AUTHOR- ITY pursuant to this Agreement. (5) As construction of PROJECT proceeds, to use proce- dures, as set forth in the MASTER AGREEMENT, to submit to AUTHOR- ITY monthly summaries of charges for actual expenditures for construction and SERVICES. (6) Thereafter, to prepare and submit two copies of de- tailed monthly billing statements to AUTHORITY for construction and SERVICES, as set forth in the MASTER AGREEMENT. (7) To provide advance written notification, to consult with, to seek written concurrence and if time permits to obtain a written response, before implementation, from AUTHORITY on all change orders, and from BART on all change orders affecting BART facilities, which either have an estimated cost of over $50,000, have an estimated schedule impact of over one week, or were gen- erated by a request from any agency, company or person other than the parties to this Agreement or a Caltrans Branch other than Construction, except when necessary for the safety of motorists and/or pedestrians or for the protection of property. If AUTHOR-. ITY or BART provides written objection to a change order, AUTHOR- -5- - District Agreement No. 4-1431-C ITY shall have the right to seek resolution pursuant to the discrepancy provisions of Section III of MASTER AGREEMENT. (8) To submit to BART for review and obtain written ap- proval of all design changes and contractor submittals, such as shop drawings or requests for substitution of materials, affect- ing BART facilities. Upon completion of construction, to provide BART with a copy of contractor's record drawings affecting BART facilities. (9) To submit to AUTHORITY each month two copies of a construction progress report which describes the work performed and completed during the reporting period and gives pertinent contract data such as change orders issued, cumulative costs of change orders, progress payments, made (reported in dollars) , and percentage progress achieved to date, all in accordance with STATE' s standard accounting practices. (10) Upon completion of PROJECT and all work incidental thereto,. to furnish AUTHORITY with two copies of detailed state- ments of the total actual costs of construction and SERVICES for PROJECT, including the costs of any contract claims which have been allowed to the construction contractor. STATE thereafter shall refund to AUTHORITY (promptly after completion of STATE' s audit) any amount of AUTHORITY' s payments STATE is holding,- after actual costs to be borne by AUTHORITY have been deducted, or to bill AUTHORITY for any additional amount required to complete AUTHORITY' s financial obligations pursuant to this Agreement. -6- District Agreement No. 4-1431-C (11) Upon presentation of documentation acceptable to STATE, to accept the additional rights of way acquired for PROJECT pursuant to Article (1) of Section II, and to own, oper- ate and maintain all STATE highway facilities as constructed un- der PROJECT in accordance with the provisions of the freeway agreements and freeway maintenance agreements presently in effect or as may be executed or modified hereinafter and make no claim against AUTHORITY or BART for any portion of such maintenance ex- pense. STATE shall transfer to BART at no cost to BART, upon ac- ceptance by STATE of the PROJECT construction contract, the right of way for BART facilities outside STATE' s and other public enti- ties right of way, as referenced in Article 2 of Section III . Maintenance of the bicycle path, pedestrian improvements, traffic signals, local roads, and BART facilities within STATE right of way will be covered in separate Maintenance Agreements with the respective agencies. (12) To consider AUTHORITY' s payment of the BART share of the PROJECT, determined in accordance with the provisions of the Cost Sharing Attachment to Cooperative Agreement No. 21 .00.02 between AUTHORITY and BART, as a portion of the local match for Proposition 108, 116 or TCI funds for the BART Rail Extension to West Pittsburg. BART' s eligibility for these funds will be de- termined in accordance with established California Transportation Commission policies and procedures and will be addressed in a separate agreement(s) . -7- District Agreement No_ 4-1431-C ( 13) STATE will, insofar as STATE may legally do so, defend, indemnify and hold free and harmless BART and AUTHORITY and their respective directors, officers and employees, and each of them, from any and all claims, demands, suits, loss,` damages, injury and liability, direct or indirect (including any and all expenses in connection therewith) alleged to have resulted from the construction by STATE of STATE facilities as part of PROJECT. (14) After completion and acceptance of PROJECT, to the extent it may legally do so, STATE agrees that upon request by BART or AUTHORITY, and at BART' s or AUTHORITY' s sole cost and ex- pense, STATE will pursue its legal remedies, if any, against STATE' s construction contractor with regard to PROJECT. SECTION II AUTHORITY AGREES: (1) To have Contra Costa County acquire all additional right of way required for PROJECT in accordance with all applica- ble State and Federal laws and regulations and in full conform- ance with all STATE right of way procedures and practices, and to: provide for Contra Costa County to certify, subject to STATE con- currence, that legal and physical control of right of way has been acquired, that same is ready for construction, and that all right of way was acquired in accordance with applicable State and Federal laws and regulations and in full conformance with all. STATE right of way procedures and practices. -8- District Agreement No. 4-1431-C 1 (2) To provide, at no cost to STATE, qualified support staff and other resources necessary to supplement STATE resources to accomplish PROJECT construction, including inspection, materi- als acceptance sampling and testing, review of contractor submit- tals, engineering support, and field office staff. Said resources provided by AUTHORITY must be coordinated by and under the specific direction of the STATE' s Resident Engineer. (3) To provide, at no cost to STATE, surveying and staking services. Said resources provided by Authority must be coordinated by and under the specific direction of the STATE' s Resident Engineer. (4) To bear 100 percent of the actual costs of right of way and utility protection, relocation and removal costs of PROJECT estimated to be $14,000,000. (5) To bear one hundred percent (100%) of the total ac- tual construction costs of PROJECT, estimated to be $39,700,000, including the costs of STATE-furnished materials, supplemental work, change orders, contract claims paid to the construction contractor, and the costs of STATE' s defense of all PROJECT-related claims which may be filed by said contractor un- der Section 9-1.07 of STATE' s Standard Specifications; less any reimbursement from State-Local Partnership funds. The, actual construction costs of PROJECT shall be based upon the final quan- tities which shall be determined after completion of all work and upon final accounting of costs_ -9- District Agreement No. 4-1431-C (5) To bear one hundred percent (1007.) of the actual costs of SERVICES for PROJECT, estimated to be $3,970,000. Said costs of SERVICES shall include costs of providing personnel re- sources, their equipment, and field office facilities and all di- rect and indirect costs (functional and administrative overhead assessment) attributable to STATE' s portion of SERVICES applied in accordance with STATE' s standard accounting procedures, except those costs which are determined to be included in STATE' S over- sight responsibility. The actual costs of SERVICES for PROJECT shall be determined after completion of all work and upon final accounting of costs. (7) AUTHORITY' s initial total obligation for the costs of right of way, utility protection, relocation and removal, con- struction and SERVICES for PROJECT is $57,670,000. This amount is subject to increase to cover the costs of utility protection, relocation and removal as provided in Article (10) of Section IV of this Agreement. The total obligation may also be increased to cover costs in excess of the initial estimated total costs of construction. and SERVICES. The total obligation may also be in- creased to cover costs of archeological monitoring and recovery for PROJECT, should any be required. Any increase in total obli- gation will be subject to the written concurrence of AUTHORITY, which will be incorporated by reference into this Agreement with- out the necessity of a written amendment. -10- District Agreement No. 4-1431-C (8) To use procedures, in accordance with the - MASTER AGREEMENT, to make monthly payments to STATE for actual costs , incurred for construction and SERVICES. (9) To make supplemental payments and payments for SER- VICES when required, in accordance with the MASTER AGREEMENT. (10) To pay STATE upon completion of all work and within 25 working days after receipt of a detailed statement made upon final accounting of costs therefor, such amount as required to complete AUTHORITY' s financial obligation pursuant to this Agreement. ( 11) To provide BART with a copy, upon receipt from STATE, of the statements and reports to be provided .by STATE in accordance with Section I . (12) At no cost to STATE to retain services of original design ,.consultant and its subcontractors to provide design sup- port during construction. SECTION III BART AGREES• (1) To provide, at no cost to STATE or AUTHORITY, qual- ified field representatives and other resources necessary to mon- itor PROJECT construction for BART facilities, including; performing independent assurance inspections, testing and re- views; independent specialty testing; independent off-site source inspection; independent materials and workmanship acceptance in- -11- District Agreement No. 4-1431-C spection, sampling and testing; design engineering support; and review of contractor submittals. Said resources provided by BART must be coordinated by and under the specific direction of the STATE' s Resident Engineer, subject to the authority of the BART representative defined in Article (11) of Section IV. BART will not provide support personnel or other resources to supplement STATE resources for the daily inspection, sampling, testing and field office staff .for PROJECT. This article shall in no way di- minish the responsibility of STATE for the satisfactory. con- struction of PROJECT_ (2) To. accept the right of way for BART facilities out- side STATE' s and other public entities' right of way and own, op- erate and maintain all BART facilities as constructed under PROJECT in accordance with the provisions of the cooperative agreements and maintenance agreements presently in effect or as may be executed or modified hereinafter and make no claim against AUTHORITY or STATE for any portion of such maintenance expense. Acceptance of said rights of way by BART is subject to a review of a Policy. of Title Insurance in BART' s name to be provided and paid for by AUTHORITY. (3) At no cost to STATE to retain services of original design consultant and its subcontractors to provide design sup- port during construction. -12- ` District Agreement No. 4-1431-C SECTION IV IT IS MUTUALLY AGREED AS FOLLOWS: (1) All obligations of STATE under the terms of this Agreement are subject to the appropriation of resources by the Legislature and the allocation of resources by the California Transportation Commission. (2) All obligations of AUTHORITY under the terms of this Agreement are limited as provided in the Contra Costa. Trans- portation Improvement and Growth Management Expenditure Plan, dated August 3, 1988, and are subject , to the availability of funds in the annual budget of the AUTHORITY pursuant to Public Utilities Code Sections 180105 and 180108. All obligations of AUTHORITY under the terms of this Agreement are expressly subject to AUTHORITY' s continued authorization to collect and expend the sales tax provided by. MEASURE C. If for any reason AUTHORITY' s right to collect or expend such sales tax is terminated or sus- pended in whole or in part, AUTHORITY shall promptly notify STATE and BART. STATE, BART, and AUTHORITY shall consult on a course of action. If, after twenty five (25) working days, a course of action is not agreed upon between STATE and AUTHORITY, this Agreement shall be deemed to be terminated by joint consent pur- L suant to Article (8) of this Section IV; provided that any fur- ther obligation from the date of notice shall be expressly limited by and subject to (i) the lawful ability of AUTHORITY to expend sales tax proceeds for the purposes of this Agreement; and -13- C. District Agreement No. 4-1431-C (ii ) the availability of funds for such purposes, taking into consideration all the obligations of AUTHORITY under all out- . standing contracts, agreements and other obligations of AUTHOR- ITY. (3) Should any portion of PROJECT be financed with Fed- eral funds or State funds, all applicable laws, rules and poli- cies relating to the use of such funds shall apply notwithstanding other provisions of this Agreement. (4) STATE' s goals for utilization of Minority and Wom- en' s Business Enterprise (MBE and WBE) will be included in the construction contract. The contract goals will be based on a technical analysis of contract items and certified MBE/WBE sub- contractors in the area. STATE will award PROJECT to the lowest responsible bidder who meets the goals or who made, in the sole judgement of STATE, a good faith effort to do so. (5) STATE shall not advertise for bids to,construct . PROJECT until this Agreement is executed by all parties thereto. Unless State-Local Partnership funding is in jeopardy of being lost, STATE shall also not advertise for bids to construct PROJECT until AUTHORITY delivers to STATE control and/or pos- session to rights of way, free and clear of all encumbrances det- rimental to STATE' s present and future uses at the tame of certification of rights of way ready for construction. Accept- ance of said rights of way by STATE is subject to a review of a Policy of Title Insurance in STATE' s name to be provided and paid for by AUTHORITY. -14- a District Agreement No. 4-1431-C (6) If, after opening bids for PROJECT, it i-s found that the lowest responsible bid does not exceed the Engineer' s Estimate by more than 5% of the estimate, STATE may award the contract. (7) If upon opening of bids for PROJECT, it is found that the lowest responsible bid exceeds the Engineer' s Estimate by more than 5% of the estimate, STATE, AUTHORITY, and BART shall consult upon a course of action. If, after twenty five (25) working days, a course of action is not agreed upon between STATE and AUTHORITY, this Agreement shall be deemed to be termi- nated by joint consent and the parties will proceed pursuant to Article (8) of this Section IV. (8) If termination of this Agreement is by joint con- sent, AUTHORITY will bear one hundred percent (100%) of all PROJECT-related costs incurred by STATE pursuant to this Agree- ment, to the date of termination and as provided in Article (9) of this Section IV. (9) After award of the construction contract for PROJECT, should AUTHORITY, after a request by STATE, not author- ize funding beyond the amounts stated respectively in Articles . (4) , (5) , and (6) of Section II, STATE shall insure that all op- erating roadways are in a safe and satisfactory permanent operat- ing condition and then shall cease work on PROJECT. Additional costs incurred in accordance with this article in excess of pay- ments made will be billed and subject to payment by AUTHORITY. -15- District Agreement No. 4-1431-C ( 10) If, during PROJECT construction, any unforseen conflict with existing public and/or private utilities occur, or there is a significant change required in any approved utility relocation plan, then the provisions of STATE' s Standard Specifi- cations, Section 8-1. 10 (Utilities and Non--Highway Facilities) shall apply. AUTHORITY will bear one hundred percent (100%) of costs of protection, relocation and removal of said utilities. (11) In the construction of PROJECT, AUTHORITY and BART may, at no cost to STATE, each furnish a field representative, if they so desire. Said representative(s) and STATE' s Resident En- gineer will cooperate and consult with each other, but the deci- sions of STATE' s Resident Engineer shall prevail as final, binding and conclusive in all matters concerning the PROJECT con- struction contract. The BART field representative, working through the STATE' s Resident Engineer, shall have the authority to request cessation of the contractor' s operation on BART facil- ities, wholly or in part, to approve or disapprove workmanship or materials on BART facilities, or to suggest other appropriate action when work on BART facilities is substandard or does not comply with contract provisions. Only the STATE' s Resident Engi- neer shall have the authority to suspend the contractor' s work. ( 12) Upon completion of construction of PROJECT, . STATE will consult with AUTHORITY and BART before final acceptance of the completed PROJECT. District Agreement No. 4-1431-C (13) STATE' s construction contract claims process will be used in consultation with AUTHORITY and BART. AUTHORITY and BART will abide by the outcome of STATE' s claims process. (14) Upon completion of all work under this Agreement, ownership and title to materials, equipment and appurtenances in- stalled within STATE' s right of way will automatically be vested in STATE, except that ownership and title to materials, equipment and appurtenances for BART facilities installed within STATE' s right of way will automatically be vested in BART, and materials, equipment and appurtenances installed outside of STATE' s right of way will be vested in BART or the appropriate public entity ac- cording to the jurisdiction in which these materials, equipment and appurtenances are located. (15) Upon completion and acceptance of the PROJECT con- struction contract by STATE, STATE will accept control of and maintain, at its own cost and expense, those portions of PROJECT lying within STATE' s right of way, except local roads, signals, bicycle path and pedestrian improvements, delegated to the appro- priate public entity and BART facilities delegated to BART for maintenance. (16) Maintenance of those portions of PROJECT lying outside STATE' s and BART' s right of way and local roads, sagnals, bicycle path and pedestrian improvements within STATE' s right of way delegated to another public entity for maintenance will be addressed in separate maintenance agreements between STATE and/or- other respective involved public entities. -17- District Agreement No. 4-1431-C a (17) BART will accept control of and maintain, at BART' s expense, BART facilities within BART' s and STATE' s right of way. BART' s use of STATE' s right of way will be addressed in a separate agreement between STATE and BART. (18) BART will not begin revenue service within STATE' s right of way until the separate right of way and maintenance agreements have been executed. (19) Pursuant to Government Code Section 895 . 4, STATE shall fully indemnify and hold AUTHORITY and BART and their re- spective directors, officers and employees, harmless from any li- ability imposed for injury (as defined by Government Code Section 810.8) occurring by reason of anything done or omitted to be done_ by STATE under or in connection with any work, authority or ju- risdiction delegated to STATE under this Agreement. Neither AU- THORITY, BART, nor any director, officer or employee thereof, shall be responsible for any damage or liability occurring by reason of anything done or omitted to be done by STATE under or in connection with any work, authority or jurisdiction delegated to STATE under this Agreement. (20) Pursuant to Government Code Section 895.4,. AUTHOR- ITY shall fully indemnify and hold STATE and BART and their re- spective directors, officers and employees, harmless from any liability imposed for injury (as defined by Government Code Sec- tion 810.8) occurring by reason of anything done or omitted to be done by AUTHORITY under or in connection with any work, authority or jurisdiction delegated to AUTHORITY under this Agreement. -18- - District Agreement No. 4-1431-C Neither STATE, BART, nor any director, officer or employee thereof, shall be responsible for any damage or liability. occur- ring by reason of anything done or omitted to be done by , AUTHOR- ITY under or in connection with any work, authority or jurisdiction delegated to AUTHORITY under this Agreement. (21) Pursuant to Government Code Section 895.4, BART shall fully indemnify and hold STATE and AUTHORITY and their re- spective directors, officers and employees, harmless from any li- ability imposed for injury (as defined by Government Code Section 810.8) occurring by reason of anything done or omitted to be done by BART under or in connection with any work, authority or juris- diction delegated to BART under this Agreement. Neither STATE, AUTHORITY, nor any director, officer or employee thereof,. shall be responsible for any damage or liability occurring by reason of anything done or omitted to be done by BART under or in con- nection with any work, authority or jurisdiction delegated to BART under this Agreement. (22) Except as expressly provided herein 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 bind- ing on any of the parties hereto. , -19- . District Agreement No. 4-1431-C (23) The parties hereto recognize and agree that sepa- rate counterpart signature pages may be used but that all such pages shall constitute one and the same Agreement. STATE OF CALIFORNIA CONTRA COSTA TRANSPORTATION Department of Transportation AUTHORITY JAMES W. VAN LOBEN SELS Director of Transportation By Chairpers n B H. J G Depulty Dist is Director Attest: t I McClea , APPROVED AS TO FORM AND PROCEDURE Executive ect r -� APPq3 ROVED AS TO FORM AND CEDURE ATTORN Y Department of Transportation Lr'J CERTIFIED AS TO FUNDS AND PROCEDURE S an Tayl 3 r, A t o r n e y I certify that funds have been budgeted for the period and the District Accountin A inistrator purpose of payment to STATE stipulated in the above Agreement ecutive irector -20- District Agreement No. 4-1431-C (23) The parties hereto recognize and agree that separate counterpart signature pages may be used but that all such pages shall constitute one and the same Agreement. STATE OF CALIFORNIA SAN FRANCISCO BAY AREA RAPID Department of Transportation TRANSIT DISTRICT JAMES W. VAN LOBEN SELS Director of Transportation Gene eager DeAA H' ZAMRLING ' D(��ict Direc,16/0r Attest: APPROVED AS TO FORM AND PROCEDURE APPROVED AS TO FORM AND PROCEDURE ATTORNEY Department of Transportation CERTIFIED AS TO FUNDS AND PROCEDURE AW6rney San Francisco Bay A Rapid Transit- District" )T�) Distric+- Accounting .A ini'strator -21- IL ORIG , NA is CONTRA COSTA TRANSPORTATION AUTHORITY Resolution 93-04- RE: APPROPRIATION OF FUNDS AND AUTHORIZATION TO EXECUTE A CONSTRUCTION AGREEMENT FOR THE BAILEY ROAD INTERCHANGE PROJECT 01402). WHEREAS, the Contra Costa Transportation Improvement and Growth Management Expenditure Plan (hereinafter "Plan") includes $80,000,000 in 1988 dollars for the Route 4 (east) project funding category; and WHEREAS, the Plan also includes $178,000,000 in 1988 dollars for the Rail extension to Eastern Contra Costa; and WHEREAS, the Authority has executed Agreement No. 21.00.02 with BART that provides for the allocation of construction costs to both the Route 4 (east) and Rail extension project fund categories; and WHEREAS, the Authority expects that the appropriation of funds by this Resolution will be offset by receipt of state-local partnership funds; and WHEREAS, the Authority has made prior fund appropriations for this project which are summarized in Attachment A to this resolution, WHEREAS, the Authority wishes that Caltrans administer the construction-of the Bailey Road Interchange on Route 4 as well as certain related BART facilities; now therefore be it RESOLVED, that the Chair is authorized to execute Cooperative Agreement No. 90.14.02 between the Authority, BART and Caltrans for the construction of the Bailey Road Interchange; and be it further if RESOLVED, that the Authority appropriates $44,000,000 for,the construction of the Bailey Road Interchange and overall construction management; and be it further RESOLVED, that the disbursed funds will be allocated between the Route 4 (east) and rail extension project fund categories.in accordance with Cooperative Agreement 21.00.02. yn Munn, Chair This RESOLUTION was entered into at a meeting of the Contra Costa Transportation Authority held January 11, 1993 in Walnut Creek, California Attest: Rabe Mc6lExecutive Di ector ATTACHMENT B COOPERATIVE AGREEMENT NO. 14.00.00 between the Coutts Costa Transportation Authority IP and County of Contra Costa X-J 181T A Chronological Listing of Fund Appropriation Resolutions Project Number Resolution Number Date Funds Appropriated Cumulative Total 90-20 12-19-90 30.000 30,000 ' t401" ?r? 14.01.01 12-12-89 3,000,000 3,000,000 14.01.01A 06-20-90 400,000 3,400,000 14.01.02 09-27-90 900,000 4,300,000 90-17 12-05-90 500,000 4,800,000 91-04-P 02-20-91 105,000 4,905,000 91-05-P 03-20-91 572,000 5,477,000 91-06-P 03-20-91 200,000 5,677,000 91-48-P 09-18-91 1,170,000 6,847,000 91-36-P 09-19-91 824,000 7,671,000 91-37-P 09-18-91 3,416,000 11,087,000 91-48-P 02-19-92 -1,170,000 9,917,000 92-07-P 024-92 170,000 10,087,000 92-1I-P 3-18-92 *-66,000,000 76,087,000 91-36-P(revised) 6-17-92 855,000 76,942,000 92-19-P 6-17-92 160,000 77,102,000 92-19-P(revised) 9-16-92 -100,000 77,002,000 92-30-P 11-18-92 ?5,000 77,027,000 92-30-P(revision 1) 12/16/92 25,000 77,052,000 *Actual expenditure of Measure C funds on this project will be allocated between the Route 4(east)project category and the East Contra Costa Rail(SART)project category on a percentage basis provided by CCTA Agmemoru 21.00.02(approximately 60/40 split). "Construction Funds to be disbursed directly to Caltrans,rather than Contra Costa County. "Act7ual expenditure of Measure C funds on this project will be allocated between the Route 4(cast)project category and the East Contra Costa 1 Rad(BART)Project Category on a percentage basis.(approximately 50/50 split). A17ACHMENT B COOPERATIVE AGREEMENT NO.14.00.00 between the Contra Costa Transportation Authority and County of Contra Costa 14.02.01 06-27-90 q120.000 400,000 91-08-P 03-20-91 520,000 91-07-P 3-20-91 2 2,520,000 91-07-P(Revision!) 06-19-91 2,230,000 4,750,000 91-13-P 06-19-91 190.00 4,940.00 91-08-P(Revision 1) 09-18-91 321,00 5,261,00 91-47-P 09-18-91 14,960,000 20,221,000 91-08-P(Revision 2) 12-18-91 70,00 20,291,00 92-16-P 5-20.92 32,00 20,323,00 91-07-P(Revision 2) 7-15-92 735,00 21,058,00 91-08-P(Revision 3) 11-18-92., 172.00 21,230,00 92-31-P 11-18-92 75,00 21,,,305,00 92-31-P(rcvision 1) 12-16-92 35,00 21,340,00 93-03-P 1-20-93 5.00 21,345,00 934)4-P 1-20.93 '•44,00.00 65,345,00 TOTAL FUNDS APPROPRIATED 142,427,00 -Actual expenditure of Measure C funds on this project will be allocated between the Route 4(east)project category and the Eau Contra Costa Rail(BART)project category on a percentage basis provided by CCTA Agreement 21.0.02(approximately 60140 split). --Construction Funds to be disbursed directly to Caltrans,rather than Contra Costa County. -"Actual expenditure of Measure C funds on this project will be allocated between the Route 4(eau)project category and the Eau Contra Costa 2 Rail(BART)project category on a percentage basis.(approximately 50/50 split). March 23, 1993 File: 4-CC-4 19. 7/20.8 4303-228011 Bailey Road IC Mr. Robert K. McCleary Dist. Agmt. No_ 4-1431-C Executive Director Contra Costa Transportation Authority 1340 Treat Blvd. , Suite 150 Walnut Creek, CA 94598 Attention: Mr. Paul Maxwell g n � V 0' Dear Mr. McCleary: � Q3 Subject: Executed Cooperative Agreement for Files Enclosed for the Authority' s files are two (2) copies of the fully executed Cooperative Agreement for reconstructing the Bailey Road Interchange and for other improvements and BART work on State Highway Route 4 in Pittsburg. Sincerely, PRESTON W. KELLEY District Director By ,__�: MR 9; 1 ROBERT A. ANDERSON, Chief Project Development --,--- =- - - Contra Costa II Enclosures AN AGPERM NT BEIWEEN THE COUNTY OF CONTRA COSTA, THE STATE OF CAuFoRNIA, SAN DRANO SCO BAY ARFA RAPID TRANSIT DI►S'"IRICT AND THE CONTRA COSTA TRANSPORTAUON AUTHORITY FOR THE 30INT XM OF THE POMM OF EVVIINFNT DOMAIN FOR THE BAR"ROAD INI(HANGE PRO T-T THIS AGREENENr is entered into the 22 day of se ei s t ems, 1994, bdween the COUNTY OF CONTRA COSTA, a political subdivision of the State of California(refected to herein as "COUNIY), the STATE OF CALIFORNIA, acting by and through its Dept of Transportation(referred to herein as"STATE), SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT, a rapid transit district (referred to herein as 'BARP), and the CONTRA COSTA TRANSPORTATION AUTHORITY,a public entity(referred to herein as"AUTHORITY");pursuant to the joint exercise of powers provisions of California Government Code sections 6500-6522 and the California Code of Civil Procedure Section 1240.140. RE-CITALS 1. On or about December 5, 1990, the AUTHORITY and COUNTY entered into a Master Cooperative Agreement for the widening and improving of State Ffighway Route 4 between Willow Pass Road in Concord to Railroad Avenue in Pittsburg,including the Bailey Road Intercliange Project,as finther described in the Master Cooperative Agreement,the original of which is maintained on file by AUTHORITY as Cooperative Agreement 14.00.00. Said Master Cooperative Agit is mcatporated herein by reference and made a part hereof As part of the Master Cooperative Agreement;it was agreed that COUNTY would acquire all required interests in real property,which included acquisitions to be made on.behalf of BART, as well as the STATE. 2. On or about May 20, 1992, a Cooperative Agreement was entered into between AUTHORITY and BART relating to the BART rail extension from the existing Concord Station to Bailey Road/West Pittsburg,the rail extension being an integral part of the Bailey Road Interchange Project, and from there east to Antioch, as further described in the Cooperative Amt, the original of which is maintained on file by AUTHORITY as Cooperative Agreement 21.00.02. Said Cooperative Agreement is incorporated herein by reference and made a part hereof As part of the Cooperative Agreement, it was agreed that the parties would enter into a Separate joint cooperative agreement for the construction of the Bailey Road Interchange Project. 3. -On or about January 11, 1993, AUTHORITY, BART and STATE entered into a Cooperative Agreement for the purposes of jointly constructing improvements as part of the Bailey Road Interchange Project on State Flighway Route 4 in the City of Pittsburg, as further described in the Cooperative Agreement,the original of which is maintained on file by AUTHORITY as CCTA Agreement No.90.14.02. Said Cooperative Agreement is incorporated herein by reference and made a part hereof and shall hereinafter be referred to as the "January 11, 1993 Cooperative Agreement." As part of the January 11, 1993 Cooperative Agreement, it was agreed that COUNTY would acquire all of the required real property interests on behalf of BART and STATE. 4. It was the intent of the pasties to the Cooperative Agreements referenced in Recitals 1, 2, and 3 of this Agreement (hereinafter collectively referred to as the COOPERATIVE AGREEZvOqM that: a Said COOPERATIVE AGREEMENTS describe and authorize an integrated transportation project which includes a BART and highway component as well as other related fes; and b. Said COOPERATIVE AGREEMENTS were further intended to be a joint exercise of power authorizing COUNTY to exercise the power of eminent domain for the acquisition of property on behalf of the parties. C. Said joint exercise of powers does not constitute the creation of an agency or entity which is separate from the parties to the agreement as described in California Government Code section 6503.5. 5. By this Agreeimeit, AUTHORITY, BART, STATE and COUNTY intend to clarify and reaffirm, in a single integrated agc+eenmt executed by all parties, what was intended in said COOPERATIVE AGREEMENTS, to-wit, that: a I The project includes the joint construction of improvements consisting of the widening and improving of State Highway Route 4 between Willow Pass Road in Concord to Railroad Avenue in Pittsburg,reconstructing the Bailey Road Interchange on State Highway 4 in the City of Pittsburg,to provide a median of sufficient width to accommodate a six lane highway, expandable to eight lanes, and a BART rail system, construction of BART transit facilities up to subballast in the Route 4 median including station platform and foundations and construction of pedestrian improvements, parldng facilities and a bicycle path (the. 'TROJEC'P'); and all references to the PROJECT in said COOPERATIVE AGREEMENTS relevant to the exercise of the power of eminent domain included therein and herein includes all of the above features of the PROJECT together with all supporting features necessary to protect or preserve the safety and usefulness of the project b. With respect to the acquisition of any real property or interest therein required for the PROJECT, or otherwise necessary to protect or preserve the safety or usefulness of the PROJECT, the COOPERATIVE AG are, and at all times relevant to the PROJECT have been intended to be, a joint exercise of powers between AUTHORTTY, BART, STATE and COUNTY; C. All real property or interests therein required for the PROJECT, or otherwise necessary to protect or preserve the safety and usefulness of the PROJECT,may be acquired by eminent domain through the exercise of said joint powers agreement. Page 2 of 6 AGRE.EMENI L nam to Reaffirm AUTHORITY,BART,STATE and COUNTY hereby agree and reaffirm that it was and is their intent that: A. For purposes relevant to the exercise of the power of eminent domain, PROJECT,as that team is used in the COOPERATIVE AGREEMENTS and herein,includes all of the features of the PROJECT as set out in Recital 5.a. of this Agreement; and B. Pursuant to the terms of the COOPERATIVE AGRMMM, they shall jointly exercise their respective powers of eminent domain to acquire all real property or interests therein required for the PROJECT or otherwise necessary to protect or preserve the safety and usefulness of the PROJECT. II. Ind AUTHORITY, BART, STATE and COUNTY hereby agree and reaffirm that, pursuant to the term of the COOPERATIVE AGREEMENTS, COUNTY is and has been designated thereby and hereunder as the party to administer the portion of the COOPERATIVE AGREEMENTS relating to the acquisition of real property, through eminent domain or otherwise, by and through its Board of Supezvisors, County Officials and Departments and its attorneys. III. vers: AUTHORITY,BART, STATE and COUNTY agree and reaffirm that, at all times from and after December 5, 1990, COUNTY has had the powers relating to the PROJECT to conduct all public hearings to the end of adapting a resolution of necessity,to take whatever steps are necessary to initiate and conduct to a conclusion such eminent domain proceedings as are necessary to obtain title to any and all real property interests which are required for the construction of the PROJECT, or otherwise necessary to protect or preserve the safety and usefulness of the . PROJECT and in connection therewith to enter into any and all contracts to obtain performance of all legal, engineering, appraisal, right of way, relocation assistance and related services. IV. Ste= The responsibilities of the parties for costs of acquisition, construction and maintenance of the PROJECT are described in the COOPERATIVE AGREEMENTS, and include, but are not limited to payments for all legal,engineering, appraisal,right of way services and related costs;payments for any and all relocation assistance claims;and payments to property owners of just compensation for any and all property rights acquired by negotiation,settlement,condemnation award or otherwise. V. SSu jeaPtoMIM ZTitie: AUTHORITY, STATE, BART and COUNTY agree and reaffirm that COUNTY haithe right to exercise the powers granted by the Eminent Domain Law to acquire any real property, any interest therein, and any appurtenance thereto, required for the PROJECT,or otherwise necessary to protect or preserve the safety and usefulness of the PROJECT, and to transfer title to STATE or BART. VI. Term: This Agreement shall remain in effect until the COUNT Ys authorization to perform eminent domain services has terminated in accordance with the COOPERATIVE AGREEMENTS. Page 3 of 6 VII. Eoding and Accomgd ilitX: All parties shall be strictly accountable for all funds under their control and, upon request, will report receipts and disbursements. No funds are encumbered or obligated to the Project by any of the parties pursuant to this Agreement. VIII. Chmkwalt: This Agreement may be signed in counterparts and shall become effective upon its execution by the parties hereto, each copy having the same force and effect as an original. CONTRA COSTA COUNTY CONTRA COSTA TRANSFORTATION AUIHORiTY By-A -,G✓J'��� By: — ATTEST: ATTEST: By: By: 2 Clerk of the Board of Supervisors Robert K. McCleary, Executive Director APPROVED AS TO FORNL• APPROVED AS TO FORNL- By: �J ^CJ✓ i4EX�-Couas�el ��� Legal Counsel f Contra Costa Transportation Authority Page 4 of 6 STATE OF CALIFORNIA DEPART1VIIM OF TRANSPORTATION Dindor of 1kanspoiWon 4Gen, 1M=wm, ct Director ger AS TO FORM- for Department of Transportation Page 5 of 6 SAN FRANCLS(D BAY AREA RAPID TRANSIT DISTRICT General Manager APPROVED AS TO FORM Legal Counsel for San Francisco Bay Area Rapid Transit District slat 11aVbaiky jpa STwmbc 9,1994 Page 6 of 6 i 1 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA 2 3 � 4 a < <., 5 �Re: Condemnation of Property for RESOLUTION RE-ADOPTING the State Route 4/Bailey Road RESOLUTION OF NECESSITY 6 Interchange Improvement Project, NO. 93/266 AS AMENDED AS W. Pittsburg Area Project RESOLUTION OF NECESSITY 7 No. 4660-6X4158 NO. 94/501 8 9 10 11 The Board of Supervisors of Contra Costa County, California by a vote of two-thirds 12 or more of its members RESOLVES, FINDS, DETERMINES AND DECLARES THAT:: 13 1. A copy of RESOLUTION OF NECESSITY NO. 93/266 AS AMENDED is 14 attached hereto as Exhibit A and incorporated herein by reference as if set out in full herein. 15 2. The Findings contained in RESOLUTION OF NECESSITY NO. 93/266 AS 16 AMENDED are hereby adopted, found, determined and declared as if set out in full herein. 17 3. RESOLUTION OF NECESSITY NO. 93/226 AS AMENDED by RESOLUTION 18 NO. 94/500 together with the findings therein is hereby re-adopted as RESOLUTION OF 19 NECESSITY'NO. 94/501 . 20 2. On September 15 , 1994, notice of the County's intention to amend 21 RESOLUTION OF NECESSITY NO. 93/226 and to re-adopt RESOLUTION OF NECESSITY 22 NO. 93/226 AS AMENDED was sent to persons whose names appear on the last equalized 23 County Assessment role as owners of said property. The Notice specified October 4, 1994, at 11 24 a.m. in the Board of Supervisors Chambers in the Administration Building, 651 Pine Street, 25 Martinez, California, as the time and place for the hearing thereon. 26 The hearing was held at that time and place, and all interested parties were given an 27 opportunity to be heard in regard to the proposed project. Based upon the evidence presented to 28 it, this Board finds, determines and hereby declares the following: 1 1 1. The public interest and necessity require the proposed project. 2 2. The proposed project is planned and located in the manner which will be most 3 compatible with the greatest public good and the least private injury. 4 3. The property described herein is necessary for the proposed project. 5 4. The offer required by and consistent with section 7267.2 of the Government Code, 6 together with the accompanying statement of the amount established as just 7 compensation, was made to the owner or owners of record. 8 5. All conditions necessary to establish the right to take the property required for the 9 project has been complied with. 10 11 PASSED and ADOPTED on October 4 , 1994, by the following vote: 12 AYES: Supervisors Smith, Bishop, DeSaulnier, Torlakson and Powers 13 NOES: None 14 ABSENT: None 15 16 I HEREBY CERTIFY, that the foregoing resolution was duly and regularly introduced, 17 passed and adopted by the vote of two-thirds or more of the Board of Supervisors of Contra Costa 18 County, California, at a meeting of said Board on the date indicated. 19 Dated: f October 4; 1994 20 21 I hereby certify that this Is a true and oorreetwpyof an OCUOn talo and enteredIre on the minutes of the 22 Board of ft T ATTESTED: PHIL BATCHELOR,Clerk of the Board 23 of Supervisors and County Administrator 24 �' La� .t7eputy 25 26 27 28 2 1 THEBOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA 2 3 4 5 Re: Condemnation of Property for RESOLUTION OF NECESSITY the State Route 4/Bailey Road NO. 93/266 AS AMENDED 6 Interchange Improvement Project, Bay Point Area Project RE-ADOPTED AS RESOLUTION OF 7 No. 4660-6X4158 NECESSITY NO. 94/501 8 (C.C.P. §1245.230) (C.C.P. §1240.610) 9 (C.C.P. §1240.510) 10 11 12 The Board of Supervisors of Contra Costa County, California, by vote of two-thirds of its 13 members RESOLVES, FINDS, DETERMINES AND DECLARES THAT: 14 1. At a public meeting and hearing on April 27, 1993, the Board of Supervisors 15 ('Board"), the governing body of Contra Costa County, California("County"), adopted 16 RESOLUTION OF NECESSITY NO. 93/226 by a unanimous vote. 17 2. RESOLUTION OF NECESSITY NO. 93/226 authorized the acquisition of Parcels 18 51260-1, 51260-2, 51260-3, and 51260-5, sub-parcels of a single parcel (hereinafter referred to as 19 the "Property")by eminent domain. Other parcels were included, but have since been acquired. 20 3. RESOLUTION OF NECESSITY NO. 93/226 contains a general statement of the 21 public use for which the Property is to be taken ("a road reconstruction project, a public 22 improvement, to widen State Highway 4 at Bailey Road") as distinguished from a detailed 23 description of the project for which the Property is required. 24 4. The general statement of the public use contained in RESOLUTION OF 25 NECESSITY NO. 93/266 was intended by the Board to describe a public use for a road 26 reconstruction project required by and for the integrated intermodal public transportation project 27 described in the State Route 4/Bailey Road Interchange Project Environmental Impact Report 28 dated September 1991 ("EIR"). EXHIBIT "A" 1 1 5. The State Route 4Bailey Road Interchange Improvement Project EIR describes in 2 detail said integrated intermodal public transportation project and its purpose. A copy of the EIR 3 Project Description Summary set out at Section 1.1 of the EIR is attached hereto as Exhibit B and 4 incorporated herein by reference. The EIR, approved and certified by the Board on October 8, 5 1991, and was reviewed and considered by the Board prior to approving the State Route 4/Bailey 6 Road Interchange Improvement Project . A copy of said certification is attached hereto as 7 Exhibit C. 8 6. Pursuant to Public Resources Code Section 21092 County gave written notice of 9 the preparation of the draft State Route 4/Bailty Road Interchange Project Environmental Impact 10 Report, invited comments, and held public hearings on said draft EIR prior to the adoption of the 11 EIR by the County. The owner of Parcels 51260-1, 51260-2, 51260-3, and 51260-5 was given 12 said written notice, a copy of which together with the relevant portion of the mailing list is 13 attached hereto as Exhibit D and incorporated herein by reference. 14 7. Features of the State Route 4/Bailey Road Interchange Improvement Project 15 include a highway/freeway/interchange/surface street improvement component, a Bay Area Rapid 16 Transit District ('BART")rail extension component, a BART Bailey Road Station component, a 17 BART Bailey Road Station Parking Facility component, and a bicycle and pedestrian component. 18 The components together comprise an integrated intermodal public transportation project; and are 19 each necessary features of said joint BART, California Department of Transportation("Caltrans"), 20 County and Contra Costa Transportation Authority("CCTA") project. 21 8. The BART, highway/freeway/interchange/surface street, bicycle trail and pedestrian 22 components of the State Route 4/Bailey Road Interchange Project are all related to the purpose 23 and objective of the project, to-wit: an integrated intermodal public transportation project as 24 described in the EIR; and the interrelated components are required for the protection and 25 preservation of the usefulness and safety of the project. 26 9. At the public hearing held at the Board of Supervisors meeting of April 27, 1993, 27 prerequisite to consideration of the adoption of RESOLUTION OF NECESSITY NO. 93/226, 28 no written or oral objections were made by any property owner or their representative. In 2 1 particular, no objections were made that the general statement of the public use contained in the 2 proposed Resolution of Necessity did not adequately describe all of the features of the integrated 3 intermodal public transportation project as described in the EIR. 4 10. The acquisition by County of the real property required for the joint State Route 5 4/Bailey Road Interchange Project is authorized by the Cooperative Agreements Dated December 6 5, 1990 (Cooperative Agreement 14.00.00);June 20, 1990 (Cooperative Agreement 14.01.02); 7 May 20, 1992 (Cooperative Agreement 21.00.02); and January 11, 1993 (Cooperative Agreement 8 90.14.02.00)which Cooperatives Agreements are attached hereto as Exhibit E and incorporated 9 herein by reference. 10 11. The four Cooperative-Agreements together were intended to be collectively an 11 agreement for the joint exercise of the respective powers of eminent domain of the parties within 12 the meaning of Code of Civil Code of Procedure Section 1240.140 whereby Contra Costa County 13 was authorized by BART, Caltrans and CCTA to exercise their respective powers of eminent 14 domain to acquire the property necessary for the State Route 4/Bailey Road Interchange Project. 15 // 16 12. In an eminent domain action [Contra Costa County v. North State Development 17 Co. Contra Costa Superior Court No. C93-02098] to acquire Parcels 51260-1, 51260-2, 51260-3, 18 and 51260-5 described in RESOLUTION OF NECESSITY NO. 93/226, the owner has claimed 19 that the BART component of the State Route 4/Bailey Road Interchange Project is not a part of 20 the general statement of public use alleged in the eminent domain complaint. Said eminent domain 21 complaint incorporates said Resolution of Necessity by reference together with the general 22 statement of the public use contained in RESOLUTION OF NECESSITY NO. 93/226. The 23 owner further threatens to challenge the statutory authority of Contra Costa County to acquire the 24 Property for the joint public transportation project. 25 13. On September 20, 1994, the Board approved and the County entered into an 26 Agreement between and previously approved by Caltrans, BART, and CCTA which Agreement 27 was entitled an Agreement for the Joint Exercise of the Power of Eminent Domain for the Bailey 28 Road Interchange Project (a copy of which is attached as Exhibit F and incorporated herein by 3 1 reference). Said Agreement between the County, Caltrans, BART and CCTA was intended to be 2 a Code of Civil Code of Procedure Section 1240.140 agreement for the joint exercise of their 3 respective powers of eminent domain by County to acquire the properties required by the State 4 Route 4/Bailey Road Interchange Improvement Project. It is the County's position that said 5 CooperativerAgreements constituted an agreement for the joint exercise of the power of eminent 6 domain within the meaning of Code of Civil Procedure Section 1240.140. Rather than to litigate a 7 legal challenge to the sufficiency of said Cooperative Agreements, it was the purpose of said 8 Resolution adopting said Agreement for the Joint Exercise of the Power of Eminent Domain to 9 clarify and reaffirm said Cooperative Agreements in the form of a single integrated joint exercise of 10 powers agreement executed by all the Public Agencies party thereto. 11 14. It is the position of County that Code of Civil procedure Section 1245.230(a) 12 requires only a general statement of the public use for which the property is to be taken and that 13 RESOLUTION OF NECESSITY NO. 93/226 contained a sufficient general statement. Rather 14 than to litigate a legal challenge to the sufficiency of said general statement, it is the purpose of this 15 Resolution: (a)to more particularly describe the public use intended by the Board in 16 RESOLUTION OF NECESSITY NO. 93/226 so as to clarify and to clear up any uncertainty or 17 ambiguity in said general statement of the public use; and (b)to supplement and more particularly 18 reference the statutes which authorize the County to acquire the Property by eminent domain for 19 the joint public transportation project. 20 15. Contra Costa County seeks to acquire a single Parcel 51260 which parcel is divided 21 into Sub-Parcels 51260-1, 51260-2, 51260-3, and 51260-5 (referred to collectively herein as the 22 "Property"). Said Property is described in Appendix "A" attached hereto and incorporated herein 23 by reference. The Property sought to be acquired is a part of a single larger parcel. 24 16. The public use generally described as the State Route 4/Bailey Road Interchange 25 Improvement Project, a road reconstruction project, which requires the acquisition of the Property 26 sought to be acquired and condemned herein is: 27 for the purposes of a road reconstruction project known as the State Route 4/Bailey Road 28 Interchange Improvement Project. The State Route 4/Bailey Road Interchange 4 1 Improvement Project is a joint intermodal public transportation project and is hereinafter 2 referred to as the "Project". The Project is a public use, and is more particularly described 3 as follows: 4 An intermodal public transportation Project, which Project is a joint Project 5 r of the Bay Area Rapid Transit District, the State of California(Department 6 of Transportation), Contra Costa Transportation Authority, and Contra 7 Costa County. Said intermodal public transportation Project shall include 8 the joint construction of improvements consisting of the widening and 9 improving of State Higbway Route 4 between Willow Pass Road in 10 Concord to Railroad`Avenue in Pittsburg, which improvement includes 11 reconstructing the Bailey Road Interchange on State Highway Route 4 in 12 the City of Pittsburg and Contra Costa County; and providing a median of 13 sufficient width to accommodate a BART rail system and a six lane 14 highway, expandable to eight lanes; construction of BART transit facilities 15 up to subballast in the Route 4 median including station platform and 16 foundation at the Bailey Road Interchange and the construction of parking 17 facilities servicing the BART Bailey Road station; and pedestrian 18 improvements and a bicycle path. All references to the Project herein 19 includes all of the above features and components, together with all 20 supporting features necessary to protect or preserve the safety and 21 usefulness of the Project as a integrated intermodal transportation system. 22 17. The County entered into agreements, pursuant to Code of Civil Procedure 23 §1240.140 with the San Francisco Bay Area Rapid Transit ("BART"), the State of California, 24 acting by and through the Department of Transportation ("Caltrans"), and the Contra Costa 25 Transportation Authority("CCTA") for the joint exercise of their respective powers of eminent 26 domain for the acquisition of the property described herein in the name of the County for the 27 public use herein set forth. BART, Caltrans, CCTA, and County which are a party to said 28 agreements are referred to herein collectively as the " the Public Agencies." Said agreements are 5 1 in the form of Cooperative Agreements and an Agreement for the Joint Exercise of the Power of 17 111 2 Eminent Domain, and are attached hereto as Exhibits E and F respectively and incorporated herein 3 by reference. Said Cooperative Agreements and the Agreement for the Joint Exercise of the 4 Power of Eminent Domain are collectively referred to herein as the "JPA". 5 H f 6 18. The respective public purposes requiring the Route 4/Bailey Road reconstruction 7 project for each of said sub-parcels are as follows: 8 A. Parcels 51260-1, 51260-2 and 51260-5: for joint-use for State, County and 9 BART purposes, more particularly described as follows: 10 i. For State and County highway and freeway_purposes: to 11 reconstruct the Bailey Road Interchange on State Highway Route 4 12 in the City of Pittsburg and Contra Costa County; and the widening 13 and improving of State Highway Route 4. 14 H. For BART purposes: to provide a median of sufficient width to 15 accommodate a BART rail system and the construction of BART 16 transit facilities up to subballast in the Route 4 median including the 17 Bailey Road BART station platform and foundation. 18 B. Parcel 51260-3: For BART purposes: for the Bailey Road BART Station 19 parking lot servicing the Bailey Road BART Station. 20 19. Providing.public transportation is a function of the County. 21 20. The statutes that authorizes County to acquire the property described in Appendix 22 "A" by eminent domain are specified in the alternative as follows: 23 A. AS A JOINT EXERCISE OF THE RESPECTIVE POWERS OF 24 EMINENT DOMAIN POSSESSED BY THE STATE BART AND THE 25 COUNTY. Pursuant to Code of Civil Procedure §1240.140, the respective 26 powers of eminent domain possessed by the Public Agencies party to the 27 JPA are: 28 H 6 1 i. COUNTY: Government Code Section 25350.5 Streets and 2 Highway Code Sections 943(a) and 941.1, Code of Civil Procedure 3 Section 1240.120(aa), and Government Code Section 26006. 4 County is authorized by statute to acquire said property for 5 r highway, freeway and public transportation purposes and for the 6 purpose of carrying out and making effective the principal purpose 7 of the public transportation project, including uses for the protection 8 and preservations of the safety and usefulness of the public 9 transportation project. 10 ii. STATE: Streets and Highways Code Section 102. State is 11 authorized by statute to acquire for State highway purposes; 12 iii. BART: Public Utilities Code Sections 28953 29030 and 29031. 13 BART is authorized to acquire for BART rapid transit purposes 14 including rights-of-way, rail lines, stations, platforms and parking 15 lots and facilities necessary for said rapid transit service. 16 B. FOR COUNTY HIGHWAY AND PUBLIC TRANSPORTATION 17 PURPOSES . (i)Pursuant to Government Code Section 25350.5 and 18 Streets and Highway Code Section 943 for County highway, County public 19 transportation and County public parking purposes; and (ii)Pursuant to 20 Code of Civil Procedure Section 1240.120(a); Government Code Section 21 25350.5; Streets and Highway Code Section 943 as an acquisition necessary 22 to carry out and make effective the principal purpose for highway and 23. public transportation use. 24 C. FOR COUNTY PUBLIC TRANSPORTATION AND HIGHWAY 25 PURPOSES TO BE CONVEYED TO THE STATE FOR STATE 26 HIGHWAY PURPOSES AND TO BART FOR BART RAPID TRANSIT 27 PURPOSES. Pursuant to Code of Civil Procedure Sections 1240.120(a) 28 and 1240(b), Government Code Sections 25350.5, Streets and 7 1 Highways Code Sections 15, 113, 943, and Public Utilities Code 28970: 2 i. for highway and public transportation purposes, which property to 3 be acquired herein is to be conveyed upon completion of the Project 4 to the Caltrans, for State highway purposes; and 5 , ii. for rapid transit use together with required station and parking 6 facilities, which property acquired herein is to be conveyed upon 7 completion of construction of the Project to BART. 8 21. The Property to be acquired is generally located in the Pittsburg, Bay Point area. 9 22. On April 8, 1993, notice of the County's intention to adopt a resolution of necessity 10 for acquisition by eminent domain of the Property described in Appendix "A" was sent to persons 11 whose names appear on the last equalized County Assessment role as owners of said property. 12 The Notice specified April 27, 1993, at 11:00 a.m. in the Board of Supervisors Chambers in the 13 Administration Building, 651 Pine St., Martinez, California as the time and place for the hearing. 14 23. The hearing was held at that time and place and all interested parties were given an 15 opportunity to be heard. Based upon the evidence presented to it, this Board found, determined 16 and thereby declared the following: 17 A. The public interest and necessity require the proposed project. 18 B. The proposed project is planned and located in the manner which will be 19 most compatible with the greatest public good and the least private injury. 20 C. The property described herein is necessary for the proposed project. 21 D. The offer required by and consistent with section 7267.2 of the Government 22 Code, together with the accompanying statement of the amount established 23 as just compensation, was made to the owner or owners of record. 24 E. Some of the property sought to be acquired is appropriated to a public use. 25 The determination and finding is made that the proposed use is a more 26 necessary use than the use to which the property is now appropriated, or a 27 compatible public use. This resolution is adopted pursuant to Code of Civil 28 procedure sections 1240.510 and 1240.610. 8 1 F. All conditions necessary to establish the right to take the property required 2 for the highway project have been complied with. 3 On April 27, 1993 RESOLUTION OF NECESSITY NO. 93/226 was passed and adopted 4 by a unanimous vote of the Board. 5 24. , On September 15, 1994, notice of the County's intention to amend and re-adopt as 6 amended RESOLUTION OF NECESSITY NO. 93/226 for acquisition by eminent domain of the 7 real property described in Appendix "A" was sent to persons whose names appear on the last 8 equalized County Assessment role as owners of said property. The Notice specified October 4, 9 1994, at 11 a.m. in the Board of Supervisors Chambers in the Administration Building, 651 Pine 10 Street, Martinez, California, as the time and place for the hearing thereon. 11 25. The hearing was held at that time and place, and all interested parties were given an 12 opportunity to be heard. Based upon the evidence presented to it, this Board finds, determines and 13 hereby declares the following: 14 A. The public interest and necessity require the proposed Project. 15 B. The proposed Project is planned and located in the manner which will be 16 most compatible with the greatest public good and the least private injury. 17 C. The property described herein is necessary for the proposed Project. 18 D. The offer required by and consistent with section 7267.2 of the Government 19 Code, together with the accompanying statement of the amount established 20 as just compensation, was made to the owner or owners of record. 21 E. All conditions necessary to establish the right to take the property required 22 for the project have been complied with. 23 26. The County Counsel of this County is hereby AUTHORIZED and EMPOWERED: 24 To acquire in the County's name, by condemnation, the Property described in Appendix "A", 25 attached hereto and incorporated herein by this reference in accordance with the provisions for 26 eminent domain in the Code of Civil Procedure and the Constitution of California: 27 The following sub-parcels are to be acquired in fee simple absolute: 51260-1, 51260-2 and 28 51260-3. 9 1 The following sub-parcel is to be acquired as a temporary_construction easement: 51260-5. 2 To prepare and prosecute in the County's name such proceedings in the proper court,as are 3 necessary for such acquisition; 4 To deposit the probable amount of compensation, based on an appraisal, and to apply to 5 said court for an order permitting the Count to take immediate possession and use said real 6 property for said public purposes and uses and to continue in possession. 7 8 Adoption of this Resolution on October 4 , 1994 by the following vote: 9 10 AYES: Supervisors Smith;-Bishop, DeSaulnier, Torlakson and Powers 11 NOES: None 12 ABSENT: None 13 14 I HEREBY CERTIFY, that the foregoing resolution was duly and regularly introduced, 15 passed and adopted by the vote of two-thirds or more of the Board of Supervisors of Contra Costa 16 County, California, at a meeting of said Board on the date indicated. 17 Dated: October 4 , 1994 18 19 f hereby certify that this is a true and correct copyof an action taken and entered on the minutes of the 20 Board of Su LT ATTESTED: t+1 t own. PHIL BATCHELOR,Clerk of the Board 21 Of Supervisors and unty Administrator w 22 By ,Deputy 23 24 25 26 27 28 10 State Highway 4 Bailey Road Interchange North State Development 04-CC-4-19.6 (51260-1 , 51260-2, 51260-3 & 51260-5) APPENDIX "A" PARCEL 51260-1 (FEE) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the South Quarter corner of Section 14; thence N. 0' 05' 46" E along the east line of said Southwest Quarter of Section 14 a distance of 1188.97 feet to the intersection with the centerline of. Leland Road as shown on Oak Hills, Unit 1 , Subdivision 6887, Book 324 of Maps, at Page 44, Contra Costa County Records; thence N. 89" 54' 35"W. a distance of 893.22 feet along said centerline; thence 183.83 feet along the arc of a tangent curve to the right with a radius of 1 ,041 .94 feet and a central angle of 10' 06' 31"; thence N. 79" 50'. 33" W. a distance of 314.04 feet to the southwesterly corner of that parcel of land described in deed to San Francisco BayArea Rapid Transit District, in Book 12258, at Page 988, Official Records; thence N. 0'05' 25" E along the westerly line of that parcel described in said Book 12258 at Page 988, a distance of 1 ,070.97 feet to a point in the proposed southerly right of way of State Route 4; thence N. 82` 43' 58"W. along said proposed right of way a distance of 366.87 feet; thence S. 0' 05' 25"W. a distance of 45.45 feet; thence N. 76' 23'27"W. a distance of 414.54 feet; thence N. 71' 55' 27"W. a distance of 339.30 feet to a point in the existing Route 4 right of way which lies 163:48 feet right of"E4" line station 567+88.76; thence leaving said proposed right of way and continuing along said existing Route 4 right of way N. 71' 55' 27" W. a distance of 83.31 feet to the TRUE POINT OF BEGINNING of herein described real property; thence continuing N. 71' 55127"W. along said existing Route 4 right of way a distance of 139.26 feet to a point on the west line of the southwest quarter of said Section 14, said point lies S. 0' 36' 27" W. a distance of 78.09 feet from the west quarter corner of said Section 14 and N. 0' 36' 27" E a distance of 2,583.20 feet from the southwesterly corner of said Section 14; thence leaving said existing right of way S. 0' 36' 27" W. a distance of 51 .41 feet to a point on the proposed State Route 4 southerly right of way; thence along said proposed southerly right of way N. 86' 28' 11" E a distance of 133.19 feet to the TRUE POINT OF BEGINNING. Lands abutting said freeway shall have no rights or easement of access thereto. Page 1 of 5 Containing a grid area of 3,415 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. 04-CC-4-19.6 (51260-2) PARCEL 51260-2 (FEE) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the South Quarter corner of Section 14; thence N. 0' 05' 46" E along the east line of said Southwest Quarter of Section 14 a distance of 1,188.97 feet to the intersection with the centerline of Leland Road as shown on Oak Hills, Unit 1 , Subdivision 6887, Book 324 of Maps, at Page 44, Contra Costa County Records; thence N. 89' 54' 35"W. along said centerline of Leland Road a distance of 893.22 feet; thence 183.83 feet along the arc of a tangent curve to the right with a radius of 1 ,041.94 feet and a central angle of 10' 06' 31"; thence N. 79' 50' 33"W. a distance of 314.04 feet to the southwesterly corner of that parcel of land described in deed to San Francisco BayArea Rapid Transit District, in Book 12258, at Page 988, Official Records; thence leaving said centerline N. 0' 05' 25" E along the westerly line of that parcel described in said Book 12258 at Page 988, a distance of 1 ,070.97 feet to a point in the proposed southerly right of wayof State Route 4 and the TRUE POINT OF BEGINNING of the herein described real property; thence N. 82' 43' 58" W. along said proposed right of way a distance of 366.87 feet; thence S. 0' 05' 25" W. a distance of 45.45 feet; thence N. 76' 23' 27" W. a distance of 414.54 feet; thence N. 71' 55' 27" W. a distance of 339.30 feet to a point on the existing southerly right of way of State Route 4 which lies 163.48 feet right of"E4" line station 567+88.76, thence S. 88' 50' 04" E along said existing right of way a distance of 253.13 feet; thence S. 75' 34' 12" E a distance of 105.24 feet; thence S. 81' 41' 29" E a distance of 210.43 feet; thence S. 74' 00' 18" E a distance of 105.33 feet; thence S. 83' 57' 01" E a distance of 104.96 feet; thence N. 83' 10' 16" E. a distance of 107.22 feet; thence S. 84' 25' 39" E a distance of 208.40 feet; thence N. 85' 20' 38" E a distance of 6.92 feet to the westerly line of the parcel described in said Book 12258, at Page 988; thence along said westerly line and departing from said existing right of way S. 0' 05, 25" W. a distance of 94.99 feet to the TRUE POINT OF BEGINNING. Page 2 of 5 Lands abutting said freeway shall have no rights or easement of access thereto. Containing a grid area of 83,305 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone 111 (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. 04-CC-4-19.6 (51260-3) PARCEL 51260-3 (FEE) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the South Quarter corner of Section 14; thence N. 0' 05' 46" E. along the east line of said Southwest Quarter of Section 14 a distance of 1 ,188.97 feet to the intersection with the centerline of Leland Road.as shown on Oak Hills, Unit 1 , Subdivision 6887, Book 324 of Maps, at Page 44, Contra Costa County Records; thence N. 89' 54' 35"W. along said centerline of Leland Road a distance of 893.22 feet; thence 183.83 feet along the arc of a tangent curve to the right with a radius of 1 ,041 .94 feet and a central angle of 10' 06' 31"; thence N. 79' 50' 33"W. a distance of 314.04 feet to the southwesterly corner of that parcel of land described in deed to San Francisco Bay Area Rapid Transit District, in Book 12258, at Page 988, Official Records; thence leaving said centerline N. 0' 05' 25" E along the westerly line of that parcel described in said Book 12258 at Page 988, a distance of 42.65 feet to the northerly right of way of Leland Road as shown on Oak Hills, Unit 2, Subdivision 7242, Book 338, at Page 8, Contra Costa County Records and the TRUE POINT OF BEGINNING of herein described real property; thence N. 79' 50' 33" W. along said northerly right of way, a distance of 12.89 feet;thence 29.87 feet along the arc of a non-tangent curve concave northwesterly with a radial bearing of S. 10' 11' 23" W., a radius of 957.94 feet and a central angle of 1' 47' 11"; thence N. 78' 01' 27" W. a distance of 329.05 feet; thence leaving said northerly right of way, N. 0' 05' 25" E and parallel with the westerly line of that parcel of land described in said Book 12258, at Page 988, a distance of 998.44 feet to a point in the proposed southerly right of way of State Route 4; thence S. 82' 43' 58" E. along said proposed southerly right of way, a distance of 366.87 feet to a point in the westerly line of that parcel of land described in said Book 12258, at Page 988; thence S. 0' 05' 25" W. along said westerly line, a distance of 1 ,028.32 feet to the TRUE POINT OF BEGINNING. Lands abutting said freeway shall have no rights or easement of access thereto. Page 3 of 5 Containing a grid area of 369,019 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. 04-CC-4-19.6 (51260-5) PARCEL 51260-5 (Temporary Construction Easement) All that real property situated in the City of Pittsburg, County of Contra Costa, State of California, being a portion of the Southwest Quarter of Section 14, Township 2 North, Range 1 West, Mount Diablo Base and Meridian more particularly described as follows: Commencing at the South Quarter corner of Section 14; thence N. 0' 05' 46" E. along the east line of said Southwest Quarter of Section 14 a distance of 1188.97 feet to the intersection with the centerline of Leland Road as shown on Oak Hills, Unit 1 , Subdivision 6887, Book 324 of Maps, at Page 44, Contra Costa County Records; thence N. 89' 54' 35"W. along said centerline a distance of 893.22 feet; thence 183.83 feet along the arc of a tangent curve to the right with a radius of 1 ,041 .94 feet and a central angle of 10' 06' 31"; thence N. 79' 50' 33" W. a distance of 314.04 feet to the southwesterly corner of that parcel of land described in deed to San Francisco BayArea Rapid Transit District, in Book 12258, at Page 988, Official Records; thence leaving said centerline N. 0' 05' 25" E. along the westerly line of that parcel described in said Book 12258 at Page 988, a distance of 42.65 feet to a point in the northerly right of way of said Leland Road as shown on Page 338 at Page 8 of Oak Hills, Unit 2, Subdivision 7242, Contra Costa County Records; thence N. 79' 50' 33"W. along said northerly right of way a distance of 12.89 feet, thence 29.87 feet along the arc of a tangent curve to the right with a radius of 957.94 feet and a centr6al angle of V 47' 11"; thence N. 78' 01' 27" W. a distance of 329.05 feet to the TRUE POINT OF BEGINNING of the herein described temporary construction easement; thence continuing N. 78' 01' 27"W. a distance of 2 5.5 5 feet; thence departing from said northerly right of way of Leland Road N. 0' 05' 25" E. a distance of 800.00 feet; thence N. 68' 00' 00"W. a distance of 81 .50 feet; thence N. 46' 00' 00"W. a distance of 271 .97 feet to the proposed southerly right of way of State Route 4; thence S. 76' 23' 27" E. along said southerly right of way, a distance of 305.00 feet; thence departing from said proposed right of way S. 0' 05' 25"W. a distance of 952.99 feet to the TRUE POINT OF BEGINNING. The term of herein described temporary construction easement is set to expire December 31 , 1995. Page 4 of 5 Containing a grid area of 48,860 square feet of land more or less. Bearings and distances are based on the California Coordinate System Zone III (C.C.S. 83), all distances referenced herein are grid. Multiply distances shown by 1 .0000609 to obtain ground level distances. Multiply grid area by 1 .0001218 to obtain ground area. Page 5 of 5 1 . SU1MARY 1 . 1 Project Description The proposed project involves modifying the State Route 4/Bailey Road interchange and local streets to accommodate the circulation and transportation needs resulting from existing and planned development in this portion of eastern Contra Costa County and to accommodate the extension of BART to Bailey Road and the resulting increase in traffic associated with a BART terminal station at Bailey Road. The extension of the existing BART Concord line to West Pittsburg has been approved by the Bay Area Rapid Transit District . The approved plans call for a BART station in the State Route 4 median just west of the Bailey Road interchange and the construction of a parking lot on the BART property south of State Route 4 . The widening and lowering of State Route 4 between Willow Pass Road in Concord and Bailey Road in West Pittsburg (the Willow Pass Grade Lowering Project) is designed to provide for the extension of the Concord BART line to Bailey Road in the State Route 4 median. The State Route 4/Bailey Road interchange improvements are designed to compliment and tie into the willow Pass Grade Lowering Project . The proposed project would involve reconstructing State Route 4, in the vicinity of the Bailey Road interchange, to provide a 104 foot wide median to accommodate the BART station and BART tracks, six through lanes and two High Occupancy Vehicle (HOV) lanes . The Bailey Road interchange would be reconstructed with new interchange ramps in a reverse partial cloverleaf design which consists of loop off-ramps and diagonal on-ramps . local circulation improvements would also be provided, including the widening of Bailey Road to six lanes between Maylard Street and Canal road; relocation of Canal Road west of Bailey Road to follow the existing alignments of Mims and Amberson Avenues; extending Los Palos Drive north of Leland Road; installation of signals at off-ramp intersections and at the Canal Road/Bailey Road intersection; and, other local access improvements . Pedestrian access would be provided through the interchange area and would be designed to connect to the Delta-De Anza Regional- Trail . egionalTrail . The project would also involve the relocation of affected electrical power, sewer, water, and natural gas lines so that no disruption in service would occur. Drainage improvements would be installed in the vicinity of the BART parking lot to accommodate runoff from the project, future BART facilities, and planned development in the area. 1-1 '. " y SEP-26-1994 10=49 FROM C C C PUBLIC WORKS TO 914159810896 P.02 TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: October 8, 1991 SUBJECT: Approving Bailey Road interchange Project Project No. 0357-6X4156 SPECIFIC REQUESTS) OR RECOMMEMDATi W(8).4 BACX*ftJMMD AND JUSTIFICATION 1. Recomm 0ded Action: APPROVE Project, and CERTIFY that the final EIR for the project was completed In compliance with the California.Environments! Quality Act. that the final EiR was presented to the Board and the Board reviewed and considered the Information contained in it, and FiND that the project will have significant effects on the environment. each of which Is determined to be unavoidable, and as to each makes the following findings: See attached findings. DiRECT the Public Works Director to begin right-of-way acquisition and to prepare contract plans and specifications for construction. DIRECT the Director. of.Community Development to file a Notice of Determination with the County Clerk. DIRECT the Public Works Director to arrange for payment of the $25.00 handling fee to the County Clerk for filing of the Notice of Determination, and for the $850.00 Fish and Game filing fee to be transferred to the County Clerk. 11. FINANCIAL IMPACT: The estimated project cost Is$62.3 mIliion.funded by Measure C Funds (40°x). BART(50%), and State and local partnership (10%). Continued on Attachment: SIGNATURE: _RECOMMENDATION OF COUNTY ADUMNISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(s): ACTION OF BOARD , If y, APPROVED AS RECOMMENDED OTHER VOT>r OF SUPERVISORS -_� UNANIMOUS (ABSENT 1 AYES: NOES; ABSENT: ABSTAIN: i fWaby awft that ithM N a a, W4 Cwr*a COPY a an salon taken and oMared on VO -U-1008 of IM BB:drg 00*fd of sup'6nAser10. e tin. SIMMIl c1l�o:as.tto Paul.BATCMEIOA.Q**61"8"rd o{Bupadaon and County Admiftnt6f Orifi. Div; Public Works (Major Projects) cc: County Admin.: E. Kuevor ey aoutr Community Development PW Accounting Road Engineering-H. Ballenger APproving Salley (load Into. .range Project October 8.'1 991 Page '2'Wo M. 85ASONS E08 89COMM12ATtQNIBA ZKQ$QUND: The project Is needed to reduce congestion and provide a median width sufficient to accommodate the BART trackway and interim terminal station site just west of Batley Road. This project has been determined to be in compliance with the General Plan. The Final Environmental Impact Report pertaining to this project was considered by the Zoning Authority on October 7. 1591, and found to be complete and prepared In compliance with the Callfomla Environmental Quality Act and State and County Guidelines. IV. CONSEQUEbJCCS OF NI gAMYe ACTION: Delay In approving the protect will result In a delay of design and construction and may jeopardize funding. CommunityHarvey E. Bragdon Contra Director of Community Development Development Costa Department County Administration Building County 651 Pine Street 4th Floor, North Wing Martinez, California 94553-0095 Phone: C TO: INTERESTED AGENCIES, ORGANIZATIONS & INDIVID S SUBJECT: NOTICE OF COMPLETION AND NOTICE OF PUBLIC HEARING ON THE DRAFT ENVIRONMENTAL IMPACT REPORT FOR STATE ROUTE 4/ BAILEY ROAD INTERCHANGE, WEST PITTSBURG AREA COUNTY FILE #CP 90-6 DATE: JUNE 7, 1991 The subject Draft Environmental Impact Report is being distributed for review and comment in conformance with the California Environmental Quality Act of 1970 (CEQA) and State and County Guidelines. Public review copies of the Draft EIR will be found at the following locations: 1 . Central Branch: 1750 Oak Park Blvd., Pleasant Hill 2. Concord Branch: 2900 Salvio Street, Concord 3. Pittsburg Branch: 80 Power Avenue, Pittsburg 4. County Community Development Department: 651 Pine Street, North Wing - 4th Floor,-Martinez 5. County Public Works Department: 255 Glacier Drive, Martinez In addition, copies may be purchased (plus postage, if mailed) at the offices of the County Community Development Department, 651 Pine Street, Martinez. iE For accuracy of record, written comments are desirable and encouraged, and should be supported by factual information whenever possible. Comments should be mailed to the Contra Costa County Public Works Department, Attention: Vickie Germany, 255 Glacier Drive, Martinez, California 94553, by Monday, July 22, 1991, 5:00 p.m. If written comments cannot be made, an oral presentation may be made at the public hearing which will be held on Thursday, July 11, 1991, 7:30 p.m., at the Ambrose Community Center, 3105 Willow Pass Road, Pittsburg, California. ' All Interested Agencit.-j Jrgs. June 7, 1991 SR4113ailey.Road Interchange -2- For additional information on the environmental review process, please feel free to M. contact me at (415) 646-2035. if you require information on the projectitself, please contact Mr. Bob Faraone of the Public Works Department, Road Engineering Division, at (415) 313-2252. Sincerely yours, enn s� Barry, AICD Assistant Director DMB:gms cp1:SR4inter.NOC cc: File #CP 90-6 Contra Costa County Community. Development 651 Pine Street North Wing, 4th Floor Martinez, CA 94553 is � �` �. .. �',.`.'f—�.-�;;,���.� �.. -.�:' _,,�:.:r�.�.... �;- �•- `� ..r.tw'_-•!mow f „'�'� � _w ! G t ,. _.�. �. 1 -�- 'S. _. r .�-N <s„ -it h � 1r1 � � .0, w V1 if• -{�+tf�°s. ffl' '► Y!. Vie ' yip: M` }' -16 r ..4-••„"�. wt- Ye1n, _ in ti ion t - _<t. yAt1 �.Y1 = r Y1 t'• .. •ISA ;fG' �„- v- +t a. .a ! r t'`a v tt" sY er s •a v .+ cr y� � -:r.'s O•.• ---r,71.x .�.6�i? f.w�-.� P' .Q i•a+ - ? t P = P O�. , y P :y4 r O• - -. •C.,�''N..ii•-�fl'•• y ,�1• _4�K.o.� 1 l J: ..X�, T ��^^4 R••—. fA w` "-0..•. -sa..c. � 7; l,.ac�� ' c c rL""., •�.. ...� S < '�- '`"p�` `A� 'l "' •'�� - -�..Zr •d►.� „. AN s t f. a .:CZ C s r�. ,a^••. W .: .. __ ;.s.,L `tX "tit- •.X W -:a .•- y 3 t[" s d wC G3 <QSO' tl C H 0: ►- _ - - Q _. ou• - Ou _ -. in Q O < 1 -O m-< N(x}< j -.' in Y< j. N Y.< j O O ;• N >t < Y'• O< -f W C U .••.L <U :Z..< (.7• s ! -W C U"- i t2 t _C G:7 ftj ♦ Z y V. (� ■ -6 t) ! 4 0..Cr M(r7 O ...m 2 - Z 4cr- Ix I; a W C C Q < a•H Cr •O 7 2 N Y V h 3 - O ttt .� i.O f--at -�Ow ttf 7a CO W P4 cc W N -M2 W MQ WU N>W NU III NW W O<m'-C? -� O<JO •C....OHm O 'O<m fD O 2m (m O<m.tv O U> ' co-j cc O Oa)mt9 O YID O? 1 O.. J 1-1 ■ w t� _ .•.t- —cr,}i i:.-! z }Q. . .0 O>CL !uA I� t -f}Q •.1 2►_•�_.. l < Y Y +! t < >Z' 1 L►r}.L' c :- L 1- Jam'.•.. .N C<7 •1."A A< 7-•1 4-.•~N O<O ".+ < 44 �+ 2< O li ... t D. < 7 �i{ -..n.< O � -...E< O ttY" N Z to O 0<in or O• CID '• a•2IDm a Q. co P � mm is P.2'IDmr ` 4` OC -" PJID@ Ii C' �IDm P am co 4 =m«m 107- 40 M 2 ID 1 ~:_Ih -< l* I' - M O -ce• 1 M 0 Off I+ M W CD '� M Of --O M W W M N 40 { M C Of !: M y m }� • a•- r►-o«- I �svmt- L ar- Ini- • z0# as r:I: ! ovp A�o� !� • W�r- ! rWvii- i r �vi- I, .r<.D 1- K¢O►-•t,•-•f•. <i-�-j' rr =-7 i- {r r W w•.- {: n C a 2 1j t; r•a.O t.- p. ti Y ►- U o 1- aO•-N- _ -PO Mr-..1 ` PC N" 11 P<N••+ PW N�••• {j PW Ns••�.`' P "P•O P"'�N"'� [ PO70 h•• 0< N.-f �: -PU•O►+ . OIDN 0. O2 a'0. 1 OIDN O. Ii cl,03 L ' GJN O. _ 43.w OZ-+V �� O VOLS `i O JNQ �'. O aL vi R to a+ in -1r+ n + w Y -vi + 1n Ln 4° in ? v+ I• v+ u+ vi .. in I h , u' i' in v+ a �- a - s )- _ Q s is aj, a a I a co P 1: P C P I i -PCP .a. cr ato I {; to O < Z ' > t S m h '.f.C. M i 2 - - H r -cr. C J C ` _ C - tlr, y(� cf U cf t� ►+u cf - ov aU o Wo MfA 3.- 1- Q >< ao ><- - O )- M++7f*< -a, Y< 40 3e >< r •� >4 Yi0>< s c•'•< ;• • OLU f KU • DC U •-02U i t CL 0! iF CU ! OLU f 2CU - F }CU ). • CD:U i OCU Is I CC 4 4. ��~�... PWC a C ' NSC s TJC '� 7 m-rC m C lj Y1>C - (: MWW _ Ii 0�2C ,C, c M Q . Q. W O W O O_W v<W M W W '. M W !: z 2 W li (( N C W N C!W '`N>W O J ID O I 0 r o m U j' O 2 m aw �? o m C7 1 o O 9 t� 1' 0 2 m(D • -.1 C I 7 Y C �; •O O 0' );- • Q>Y ji • r }a: . ! �} cr F t-O}5 ► O>a 4..••>-C i [ <YC :, .+z<� !�. _ PCmm ' P<9 a P 4=CD j ? _ mco PUmm P <Dm P co m " MOID cc i` PYmm P 2.m ID i �P Zmto 1 O - M d of 1 M n t1 M W O f M< co f` M'� d1 I< M C:! ID n• Q ' M q m ? M W oD M O t s�N n- • O•0 • Z d i-- I I Y Y fn f- 1 t Z.-.f- t P !.. • z tti A Z r t.••.N t- �- • 2 M s•- -r t m?f- r•ti.a f-•. f-U •O'••-i f+< r•r- �' .f�< N i••- I 1+J ?►- �: ti 4 a f- ti< f- {L I►2•o r (, r-'z 1+►- r-J-f•.•'-' P O N Hs PUN.•'+�••. 0 CNK P <N�+ " P <N ••+!: P W N�"'• !1 .-P O N o.s P <ro w r' ►+N f•� P O N ►� I P W f4 K}i { O S N 0. O O OV a. I O r-Al Q h Oaf N 0. O O.N•0_ (i O J N d _ O S N C- O'S N O 3 N m i O0 N(L i O 2 N Q I ti JtF[ • -l ! w . �+ • to wt • �+ ui yr wt ' `* , I[7 tft' I -Vt'- N :/1 U1 1 Sn N N P cr. P '- - P 0- t:1: co < I z 1 L: I• � � - N W w 11 < ac j. 5 �z 1 z �� oD .e Y as a. U of u V b U U I: U I tl I E b wt -c il < 1 r� } < ,. •o .-r < ' m } < I o S>< �. r OCU t ac C.7 f fYU ► }(>r U ' • ••+OCU t Y U r < Cu i SU • BTU • �-ZU • «U O f•••Y I n .. i ..� 0: ro < rL _ e� J 2 .O W 2 O f K -- C �0 W S fA `•�Z _ ..^•2 cr '•H W O W O W �T "7 W I J W M r W O W M W N Z W N Z W N W O Oat '.9 { O�-9 t.7 O m aj O•-O /.7 O �••.m (.. O 0_M C7 O w m t, O -'- D O.D O C.^9 O • y I R O >Y i • s- }2' • »C 1 • 3 }Y • W }2 f S >Y t r }Y • W T Y { W }Y • Nq?< J N7< N 2 < D -+ < OI� -� < U � .-.�•-< _ -+ < J - .+ Z < D -• Y < O .+ L< O P m0 T x D m 1. P< m.n PC 9m I' P>mm 7. 77m D T x .99 SQ 9m T D9 P Dm Pm D'D f�i 11 of ;� .r7 o-.. :77 M '3• (n ! M O O M J (A M O < T , M 1 O M x 0 M.y u7 j� wt J 07 ' • .O- f ?- ' • x P F- • < P • 0 r�.- • � M'- � • D U • r... ►- r- x f•i �-• r Z .- .!� ••- f�U L^t r` 2,0 �- .► •...d r �•- . T>N••+'1. T< N P U N•••� 0<N•••f )' P W N•-� O` C)N--� '. P < N-••, P U'N••+ ?► N-+ Cr' 2 N•"� 1. O>N 1. 7 W N b O-a N `S. O O N Z ` '3 E m&n j• O Y N a_ O T-'U d 'O i N 2 '�O N 2 O J N M O 'r-N a. I 00 INAL t Cooperative Agreement No. 14 00.00 MASTER COOPERATIVE AGREEMENT BETWEEN THE CONTRA COSTA TRANSPORTATION AUTHORITY AND CONTRA COSTA COUNTY THIS AGREEMENT is made and entered into this fifth day of December, 1990, by and between CONTRA COSTA COUNTY, hereinafter referred' to as COUNTY and the CONTRA COSTA TRANSPORTATION AUTHORITY hereinafter referred to as "AUTHORITY". RECITALS 1. AUTHORITY and COUNTY pursuant to the Contra Costa Transportation Improvement and Growth Management program adopted on August 3, 1988 and approved by the voters of Contra Costa County in November 1988, hereby enter into a Cooperative Agreement for transportation improvements in Contra Costa County. 2. COUNTY desires transportation improvements consisting of widening and improving Route 4 between Willow Pass Road in Concord to at least Railroad Avenue in Pittsburg, including widening and lowering the gradeoverWillow Pass and various interchange improvements, hereinafter referred to- as "PROJECT". PROJECT is specifically cited in the Expenditure. Plan of the Transportation Improvement and Growth Management Program. 3. Pursuant to Measure C, the AUTHORITY is committed to make available up to $80,000,000 in 1988 dollars for projects eligible under-Route 4 East, to assist with preliminary studies, design, right-of-way acquisition and construction, less specific costs associated with overall program management by AUTHORITY. The costs incurred by the. AUTHORITY shall not exceed 1.5 percent of funds made available for the PROJECT The precise amount of funds available to help fund individual projects will be determined .by the AUTHORITY'S Strategic Plan. AUTHORITY anticipates that the COUNTY will continue to seek. other funds to supplement Measure C funds; including but not limited to: a. State-local partnership Program funds, pursuant to Streets and Highway Code Section 164(d) (7) b. Local contributions C. State highway funds 4. Consistent with this AGREEMENT and Measure C, AUTHORITY will from time to time authorize specific funding amounts, pursuant to a Request for Appropriation of Funds by the Director of Public Works of the COUNTY. Consistent with this AGREEMENT and Measure C, the Funding Appropriation Resolution will set forth additional Cooperative Agreement No. 14.00.00 conditions, purpose, and timing for release of identified funds to COUNTY for PROJECT. A chronological listing of appropriation resolutions will be included in and made a part of Exhibit A (attached), which is hereby incorporated into this AGREEMENT and made a part hereof. Exhibit A will be updated with each new resolution. The Request for Appropriation of Funds will include an overall financial plan for the PROJECT. 5. AUTHORITY and COUNTY have already entered into prior agreements relating to this PROJECT. These include: COOP # Date $ Amount Purpose 14.01.01 12-12-89 3,000,000 design, right-of-way engineering 14.01.O1A 6-20-90 400,000 environmental reports 14.01.02 9-27-90 900,000 right-of-way acquisition 14.02.01 6-20-90 400,000 environmental studies & prelim. engineering These prior agreements are ratified and confirmed and shall remain in effect, except for all references to AUTHORITY'S' method of payment to COUNTY which are amended and superseded by Exhibit B of the AGREEMENT -(attached). SECTION I COUNTY AGREES: 1. To submit a Request for Appropriation-of Funds for specific components of the PROJECT as set forth in Paragraph 4 of Recitals above, and to apply any funds received under this AGREEMENT to PROJECT consistent with the mutually agreed-to terms and conditions specified in the specific Resolution approved by the AUTHORITY. 2. To allow the AUTHORITY to audit all expenditures relating to any projects funded through this AGREEMENT. For the duration of the PROJECT, and for three (3) years following completion of the PROJECT, COUNTY will make available to the AUTHORITY all records relating to expenses incurred in performance of this AGREEMENT. 3. To provide invoices, and progress reports consistent with Exhibit 6, along with the summary of expenditures to date. 4. To prepare a report on an annual basis at the end of the fiscal year which itemizes (a) the annual expenditure of the funds for the PROJECT, and (b) progress to date in its implementation. 5. To comply with AUTHORITY Policy 001 regarding project management (Exhibit C attached) . Cooperativc AV=mcat No-14.00.00 Bawcen Contra Costa Transportation Authority &Contra Costa County (mvJan. 17, 1991) 2 Cooperative Agreement No. 14.00.00 6. To be responsible for evaluation of prospective consultants and subsequent award of work consistent with this AGREEMENT and any Appropriation Resolutions. 7. To provide technical direction consistent with the scope of work of any Appropriation Resolution. 8. To provide' Project Management of consultant activities, including responsibility for schedule, budget and oversight of the services. 9. If any, Measure C funds are to be used for. construction; to install a sign that identifies Measure C and the Contra Costa Transportation Authority as a funding source. SECTION II AUTHORITY AGREES: 1. In response to COUNTY Request for Appropriation of Funds, to consider Resolution{s} consistent with this AGREEMENT and consistent with available sales tax revenues to finance specific work components for the PROJECT, setting forth the level of funding, purpose, timing, and scope of work to be performed by COUNTY pursuant to this AGREEMENT. Such resolutions will be incorporated into Exhibit A (attached). To the extent that available AUTHORITY funds are insufficient to fulfill any request for Appropriation of Funds hereunder, taking into consideration all AUTHORITY- funding commitments, such Request shall be deemed a Request for a lesser amount equal to funds which are available to meet such Request. 2. To.transfer funds to COUNTY for the purposes described in the relevant resolution in the manner specified as attached in Exhibit B. 3. To provide timely notice if an audit is to be conducted. SECTION III IT IS MUTUALLY AGREED: 1. Term: The term of this AGREEMENT will remain in effect until terminated as provided in Paragraph 2 and 11 hereof. Cooperative Agrmatcat No.14.00.00 Between Contra Ceuta Transportation Authority &Contra Costa County (rcvJan. 17. 1991) 3 IIIS , Cooperative Agreement No. 14.00.00 . 2. Termination: This AGREEMENT shall be subject to termination as follows: a. This AGREEMENT may be terminated for-breach of any obligation, covenant or condition hereof, upon notice to the breaching party. With respect to .any breach - which is reasonably capable of being cured, the breaching party shall have 30 days from the date of the notice to initiate steps to cure. If the breaching party diligently pursues cure, such party shall be allowed a reasonable time to cure, not to exceed 60 days from the date of the initial notice, unless a further extension is granted by the AUTHORITY; b. By mutual written consent of both parties, this. AGREEMENT may be terminated at any time; C. Except as expressly provided herein, this AGREEMENT shall terminate upon disbursement of amounts- totall-ing the amount set forth in Recital13 above, less specific AUTHORITY project management costs referred to therein; d. In the event this AGREEMENT is terminated, payment shall be made by the. AUTHORITY for all services rendered up to the time of termination, subject to ,any expenditure limits applicable to this AGREEMENT or the prior agreements referred to in paragraph 5 of the Recitals -to this AGREEMENT. 3. Indemnity: It is mutually understood and agreed; relative to the mutual indemnification of AUTHORITY and COUNTY a. That neither AUTHORITY, 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 under or in connection with any work, authority -or jurisdiction. delegated to COUNTY under the AGREEMENT.- It is also understood and agreed that, pursuant to Government Code Section 895.4, COUNTY shall fully indemnify and hold the AUTHORITY harmless from any liability imposed for injury as defined by Government Code Section 810.8 occurring by reason of anything done or omitted to be done by COUNTY under this AGREEMENT or in connection with any work, authority, or jurisdiction delegated to COUNTY under this AGREEMENT. b: That neither COUNTY, 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 AUTHORITY under or in connection with any work, authority or jurisdiction delegated, to AUTHORITY under the AGREEMENT. It is also understood, and agreed that, pursuant to Government Code Section 895.4, AUTHORITY shall fully indemnify and hold the COUNTY harmless from any liability imposed for injury as defined by Government Code Section 810.8 occurring by reason of anything done or omitted to be done by AUTHORITY under this AGREEMENT or in connection with any work, authority, or jurisdiction delegated to AUTHORITY under this AGREEMENT. C. The provisions of this section shall survive the termination of this AGREEMENT. Cooperatme Agr=ment No.14.00.00 Dow=n Contra Costa Transportation Authority &Coatra Costa Couatp (rcvJan.17,1491) Cooperative Agreement No. 14.00.00 4. Notices: Any notice which may be required under this AGREEMENT shall be in writing, shall be effective when received, and shall be given by personal service, or by certified or registered mail , return receipt requested, to the addresses set forth below, or to such addresses which may be specified in writing to the parties hereto. „ J. Michael Walford Robert K. McCleary County Public Works Director Executive Director 255 Glacier Drive Contra Costa Transportation Authority Martinez, CA 94553 2702 Clayton Road, Suite 202 Concord, CA 94519 5. Additional Acts and-Documents: Each party .agrees to do all such things and take all such actions, and to make, execute and deliver such other documents and instruments, as shall - be reasonably requested to carry out the provisions, intent and purpose of the AGREEMENT. 6. Integration: This AGREEMENT represents the entire AGREEMENT of the parties with respect .to the subject matter hereof, with the exception of the Cooperative Agreements specifically cited in Paragraph 5 of the Recital Section of this AGREEMENT. No representations, warranti.es, inducements or oral agreements have been made by any of the parties except as expressly set forth herein, or in other contemporaneous written agreements. 7. Amendment: This AGREEMENT may not be changed, modified or rescinded except in writing, signed by all parties hereto, and any attempt at oral modification of this AGREEMENT shall be void and of no effect. 8. Independent Agency: COUNTY renders its services under this AGREEMENT as an independent agency. None of the COUNTY's agents or employees shall be agents or employees of the AUTHORITY. 9. Assignment: * The AGREEMENT may not be assigned, transferred, hypothecated, or pledged by any party without the express written consent of the other party. 10. Binding on Successors, Etc. : This AGREEMENT shall be binding upon the successors, assigns or transferees of the AUTHORITY or COUNTY as the case may be. This provision shall not be construed as an authorization to assign, -transfer, hypothecate or pledge this AGREEMENT other than as provided above. ' 11. Severability: Should any part of this AGREEMENT be declared unconstitutional , invalid,. or beyond the authority of either party to enter into or carry out, such decision shall not affect the validity of the remainder of this AGREEMENT which shall continue in full force and effect; provided that, the remainder of this AGREEMENT can, absent the excised portion, be reasonably interpreted to give effect to the intentions of the parties. Cooperativc Agtncmcnt No.14.00.00 Bctwccn Contra Costa Transportation Authority &Contra Costa County (rcvJan. 17, 1991) 5 Cooperative Agreement No. 14.0O.00 CONTRA COSTA COUNTY CONTRA COSTA TRANSPORTATION AU . Mior,kf Wal f or Davis Dir ctor of Publ t Works - Chair ATTES by:_ Robe K. M e ry Executive Di ctor APPROVED as to legal form and content: Victor J. Westman, County Counsel by• St n Fylr A Authority Legal Cou el by: i Deputy County Counsel Cooperativc Ap=mcnt No.14.00.00 Bctwcca Contra Costa Transportation Authority &Contra Costa County (rcvJan. 17, 1991) 6 �IQ j Cooperative Agreement No. 14.00.00 COOPERATIVE AGREEMENT NO. 14.00.00 between the Contra Costa Transportation Authority and Contra Costa County EXHIBIT A Chronological Listing of Fund Appropriation Resolutions Project Resolution $ Funds $ Cumulative Number Number Date Appropriated Total 1401 14.01.01 12-12-89 3,000,000 3,000,000 1401 14.01.01A 06-20-90 400,000 3,400,000 - 1402 ,400,0001402 14.02.01 06-20-90 400,000 39800,000 1401 14.01.02 09-27-90 _ 900,000 4,700,000 1401 90-17 12-05-90 500,000 5,200,000 1400- 90-20 12-19-90 30,000 5,230,000 Cooperativc Agrcc=nt No.14.00.00 betwcca Contra Costa Transportation Authority and Contra Costa County Exhibit A 1 Cooperative Agreement No. 14.00.00 AGREEMENT NO. 14.00.00 between the CONTRA COSTA TRANSPORTATION AUTHORITY and -CONTRA COSTA COUNTY EXHIBIT B Method of Payment 1. COUNTY will submit monthly invoices to the AUTHORITY which includes all costs of the project for the stated time period. 2. Attached should be. a. narrative quarterly report; b. a summary of hours by name of each public agency employee charging time to the project for the stated time period; C. all overhead charges including multiplier (if used) incurred by the public agency; d. a copy of.invoice summary (detail is unnecessary) of any work performed by a consultant or contractor. Summary should have letterhead of consultant or contractor; e. a list of all other direct costs involved. 3. Request for payment should cite the Fund Appropriation Resolution. 4. AUTHORITY will reimburse the COUNTY within ten working days after receipt by the AUTHORITY of the monthly invoice. dp:Coop\14-00-0OAgr (12.06.90) s Cooperative Agreement No.14.00.00 betwcea Contra Costa Transportation Authority and Contra Costa County exhibit As LETTER OF TRANSMITTAL CONTRA COSTA TRANSPORTATION AUTHORITY 1340 Treat Blvd., Suite ISO Walnut Creels, CA 94596 (415) 938-3970 fax (41S) 938-3993 To: Date: - a-t- 71 ` File No.: �a �,o _I5�-oa.oy S�3 Re: Attention: � - We Are _Per Your _Enclosed _By UPS/Special Delivery For Your' '—Action Sending Request By Mail _Under Separate Cover Approval _By Fax 9eview/Comments _By Messenger vUse/Information QUANTITY DESCRIPTION all REMARKS �� To: i ForC. C SP TATTON AUTHORITY By 1 , 7 ORIGINAI- COOPERATIVE AGREEMENT 14.01.02 BETWEEN CONTRA COSTA TRANSPORTATION AUTHORITY AND CONTRA COSTA COUNTY FOR FUNDING RIGHT OF WAY ACQUISITION FOR THE WIDENING AND LOWERING OF STATE ROUTE 4 AT WILLOW PASS GRADE This AGREEMENT, entered into on the 20th day of June, 1990, is between the COUNTY OF CONTRA COSTA, a political subdivision of the State of California,hereinafter referred to as "COUNTY" and the CONTRA COSTA TRANSPORTATION AUTHORITY, hereinafter referred to as "AUTHORITY". RECITALS A. The voters of the COUNTY approved Measure C, a one-half cent sales tax, in an election in November 1988. The State Route 4 widening project between Willow Pass Road in Concord and at least Railroad Avenue in Pittsburg, and the BART rail extension from Concord to North Concord and eastern Contra Costa are included in the Expenditure Plan approved by the voters. The State Route 4 widening between Willow Pass Road in Concord and Bailey Road in West Pittsburg and lowering of the Willow Pass Road portions of the projects are collectively referred to herein as the "PROJECT'. B. AUTHORITY and COUNTY do mutually desire to set forth the terms and conditions for COUNTY to acquire right of way for the PROJECT and its funding which is to be accomplished within the scope of this Agreement. C. The estimated cost for right of way acquisition for the PROJECT is two million six hundred thousand dollars ($2,600,000), which sum includes nine hundred thousand dollars ($900,000) for hardship acquisition. D. Due to cash-flow constraints at this time the AUTHORITY can only approve the hardship acquisition funding of nine hundred thousand dollars ($900,000). The additional funds will be requested prior to March 1991 at the completion of the Subsequent EIR and the appropriate amendment to this AGREEMENT will be processed. E. AUTHORITY and COUNTY contemplate entering into additional separate but related cooperative agreements for utility relocation and construction of the PROJECT. AGREEMENT NOW, THEREFORE, for and in consideration of their mutual promises and agreements, and subject to the terms, conditions, covenants and provisions hereinafter set CO-OP AGREEMENT 14.01.02 forth, the AUTHORITY and COUNTY do hereby agree as follows: SECTION I COUNTY AGREES: 1. To provide technical direction for and acquire right of way for PROJECT consistent with Caltrans standards and the funding provided by the AUTHORITY. 2. To provide COUNTY staff throughout the right of way acquisition process as necessary. COUNTY shall either employ staff on COUNTY payroll or hire and supervise consultants to perform right of way acquisition. Right of way acquisition includes notices to property owners, appraisals, negotiations, land rights document preparation, escrow instructions, right of way certification decision to commence condemnation action, and condemnation assistance to legal staff as well as cost of Legal Counsel. All right of way acquisition services, whether provided by COUNTY staff or by consultants retained by the COUNTY, shall be charged to the COUNTY and subject to reimbursement by the AUTHORITY only to the extent that such services are provided on a time and materials basis,without override or surcharge by the COUNTY. Staff time charges shall be the actual COUNTY base labor charge out rate, which includes fringe benefits, plus appropriate overhead, as approved by the County Auditor Controller. In addition, the AUTHORITY will reimburse necessary and reasonable direct costs incurred by the COUNTY, its staff and consultants to carry out its obligations hereunder. The foregoing are referred to herein as "allowable PROJECT costs". 3. To enter into separate cooperative agreements with Caltrans to identify PROJECT responsibilities regarding condemnation of necessary right of way. 4. To review each month a copy of each invoice, statement or other expenditure document related to right of way acquisition, and to pay such allowable PROJECT costs directly after reasonable review. 5. After review, approval, processing for payment, and payment of such costs, to submit an invoice to AUTHORITY for reimbursement of such allowable PROJECT costs. 6. Upon the earlier of cessation of work pursuant to paragraph 1 of Section III below or the completion of right of way acquisition and settlement of all claims and bills, to prepare and deliver to AUTHORITY a final right of way acquisition expenditure report which includes a detailed statement of the total costs incurred. 7. To retain during the term of the Agreement and for a period of five (5) years following the earlier of its termination or completion of right of way acquisition, all books and records related to expenses for which reimbursement has been requested, and to make such records available for review and copying by the AUTHORITY and its authorized CO-OP AGREEMENT 14.01.02 2 l representatives and gents, upon reasonable notice given by AUTHORITY to COUNTY during the term of this Agreement and during the period of such record retention. 8. To follow the applicable policies and procedures required by the Federal "Uniform Relocation and Real Property Acquisition Policies Act," and related applicable policies, procedures and regulations. 9. To reimburse the AUTHORITY of the actual sales price for any property acquired with Measure C funds which is subsequently determined to not be required for completion of the PROJECT ("surplus" property). SECTION II AUTHORITY AGREES: 1. Subject to the expenditure cap set forth in paragraphs 1 and 2 of Section III below, to reimburse COUNTY within 10 working days (for purposes of this Agreement, a "working day" is any Monday through Friday, excluding any holiday observed by the COUNTY or the AUTHORITY)after receipt by the AUTHORITY of the monthly invoice from COUNTY of allowable PROJECT costs. 2. Subject to completion of negotiations satisfactory to AUTHORITY, to enter into separate cooperative agreements with BART, Caltrans and the COUNTY regarding PROJECT construction funding. SECTION III IT IS MUTUALLY AGREED: 1. The AUTHORITY's obligation to reimburse right of way acquisition costs pursuant to this Agreement shall in no event exceed the sum of nine hundred thousand dollars ($900,000) unless this Agreement is amended to increase such amount. The sum of nine hundred thousand dollars ($900,000) as amended from time to.time by amendment to this Agreement is referred to herein as the "expenditure cap". If at any time it is determined that the cost of right of way acquisition agreed to be reimbursed by the Authority pursuant to this Agreement shall exceed or has exceeded the expenditure cap, the parties agree to negotiate to consider an increase in the amount which the AUTHORITY agrees to reimburse. Unless the parties agree otherwise, if the parties have not entered into an amendment within 15 working days from the date of notice from the COUNTY to the AUTHORI'T'Y that the agreed-upon expenditure cap will be or has been exceeded, the COUNTY will cease work on the PROJECT and all allowable PROJECT costs incurred to date, up to the expenditure cap, will be subject to reimbursement by the AUTHORITY. 2. Section III, Paragraph 1 notwithstanding, if through a condemnation action an CO-OP AGREEMENT 14.01.02 3 award has become final and non-appealable, which award together with all other amounts paid or payable pursuant to this Agreement to the date of such award, exceeds the expenditure cap,both parties agree that the expenditure cap shall be increased in an amount sufficient to cover such award together with any accrued, and unpaid legal and other expenses related to such award to the date of such award. 3. Any amounts within an agreed upon expenditure cap not used to reimburse the COUNTY for allowable PROJECT costs shall be retained by the AUTHORITY and may be reallocated to other projects or purposes in the sole discretion of the AUTHORITY and without limitation under this Agreement. 4. All work product produced by the COUNTY,its staff and consultants pursuant to this Agreement and included within allowable PROJECT costs, including but not limited to copies of appraisal reports, property acquisition files and supporting documentation shall be the property of the AUTHORITY and, if requested, shall be delivered to the AUTHORITY upon completion of the PROJECT or earlier termination of this Agreement. 5. It is the intention of each of the parties hereto to indemnify and hold harmless the other party and to provide for insurance against certain liabilities and damages in accordance with and subject to applicable law. Accordingly: (a) Neither COUNTY, nor any officer or employee thereof shall be responsible for any damages or liability occurring by reason of anything done or omitted to be done by AUTHORITY under this Agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4,AUTHORITY shall fully indemnify and hold COUNTY harmless from any liability imposed for injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by AUTHORITY pursuant to this Agreement. (b) Neither AUTHORITY nor any officer or employee thereof shall be responsible for any damages or liability occurring by reason of anything done or omitted to be done by COUNTY under this Agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4,COUNTY shall fully indemnify and hold AUTHORITY harmless from any liability imposed for injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by COUNTY pursuant to this Agreement. (c) COUNTY,through separate agreements with consultants,shall require each consultant awarded a contract pursuant hereto, to secure and maintain, in full force and effect at all times during the duration of the contract, comprehensive general liability insurance, including blanket contractual (or contractual liability) coverage, broad form property CO-OP AGREEMENT 14.01.02 4 damage coverage, and coverage for owned and non-owned automobiles, in forms and limits of liability satisfactory to AUTHORITY and COUNTY, naming AUTHORITY and COUNTY and their respective officers and employees as additional insured, from and against all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence. The aforementioned policies shall contain a provision that the insurance afforded thereby to the AUTHORITY and COUNTY and their respective officer and employees, shall be primary insurance to the full limits of liability of the policy, and that if AUTHORITY or COUNTY or their respective officers and employees have other insurance against a loss covered by such policy, such other insurance shall be excess insurance only. (d) COUNTY,through separate agreements with consultants,shall require each consultant awarded a contract pursuant hereto, to defend, indemnify, save and hold harmless AUTHORITY, COUNTY, their boards, officers and employees from any and all claims, costs and liability for any damages, injury or death arising directly or indirectly or indirectly from, or connected with, the consultant's services and due to, or claimed or alleged to be due to, negligence or willful misconduct of the consultant, its employees, subcontractors, or any person under its direction or control, save and except claims or litigation arising through the sole negligence or sole willful misconduct of AUTHORITY or COUNTY, and to make good to and reimburse AUTHORITY and COUNTY for any expenditures, including reasonable attorney's fees, AUTHORITY or COUNTY may make by reason of such matters, and if requested by AUTHORITY or COUNTY, to defend any such suits at the sole cost and expense of the consultant. Nothing in this paragraph or this Agreement is intended, nor shall it have the effect of altering tthe standard of care due third parties by either party. 6. This agreement may be modified or amended only upon the consent of both parties in writing. Neither party shall unreasonably withhold its consent to the implementation and accomplishment of the overall purposes for which this Agreement has been made, provided that, the preceding notwithstanding, the AUTHORITY shall have the right to withhold its consent to an amendment to the Agreement to alter the expenditure cap for any reason except as provided otherwise in paragraph 2 of this Section III. 7. This Agreement shall expire upon completing of the report of final costs the CO-OP AGREEMENT 14.01.02 5 delivery of any work product requested by the Authority pursuant to Section III, paragraph 4, and the payment of funds between the AUTHORITY and COUNTY provided that, indemnity. and insurance provisions contained in Section III, Paragraph 5 shall survive expiration of this agreements. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the date and year set forth above. COUNTY OF CONTRA COSTA CONTRA COSTA TRANSPORTAT`19A7JORITY y. Chair, Board o upervisors Tayl r Davis, Chairperson ATTEST: ATTEST: Phil Batchelor, By: F, Al,- Clerk of the Board of Supervisors Robert C. McCle ry, and County Administrator Executive Director By: Z&" Deputy Recommended for Approval J. Michael Walford Public Works Director By: Df Form Approved: Form Approved: Victor J. Westman, County Counsel By: By: Deputy Authority Coun el WF.eh a:cctarw.agn (6/90) dpCQOP:14-01.02 CO-OP AGREEMENT 14.01.02 6 � -7 TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: July 31, 1990 SUBJECT: Approve Cooperative Agreement With Contra Costa Transportation Authority To Fund Right Of Way Acquisition For State Route 4 Willow Pass Grade Widening And Lowering Project No.:4660-6X4107. SPECIFIC REQUEST(S) OR RECOMMENDATION(S) &BACKGROUND AND JUSTIFICATION 1. Recommended Action: Approve and Authorize the Chair to execute the Cooperative Agreement with Contra Costa Transportation Authority (CCTA) to fund Right of Way Acquisition for the State Route 4 Willow. Pass Grade Widening and Lowering Project. 11. Financial Impact: There will be no impact.to the County General Fund. The estimated cost for the Hardship acquisition is estimated to be $900,000: The funds will come from CCTA as part of Measure C project allocations. 111. Reasons for Recommendations and Background: Right of way acquisition for this project is scheduled to commence by April 1991, after certifica- ton of the Subsequent EIR. Mr. Charlie Walker's property and house will be acquired inorder to construct the new interchange at Willow Pass Road east. On May 25, 1990, Mr. Walker requested by letter that the County acquire his property under the hardship acquisition provisions of the Advance Acquisition, Chapter 460 of the State of California, Department of Transportation, Right of Way Procedures Handbook, Volume 4A. The County, Caltrans and CCTA have agreed to the advanced acquisition. The County on behalf of CCTA has also applied to Caltrans and FHWA for reimbursement of the right of way funds as part of the Federal Highway Demonstration Project identified in the Federal Highway Act of 1987. Continued on Attachment: X SIGNATURE: �,� /-7 Cooperative Agreement With Contra Costa Transportation Authority. July 31, 1990 Page 2 III. Reasons for Recommendations and Background (cont.): . A fa.... at-... OCtrf { .. ORIGINAL Cooperative Agreement No. 21.00.02 COOPERATIVE AGREEIMENT BETWEEN THE CONTRA COSTA TRANSPORTATION AUTHORITY AND SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT THIS AGREEMENT is made and entered into effective this 20 day of May. 1992, by and between the SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT hereinafter referred to as "BART" and the CONTRA COSTA TRANSPORTATION AUTHORITY hereinafter referred to as "AUTHORITY". - RECITALS A. AUTHORITY and BART, pursuant to the Contra Costa Transportation Improvement and Growth Management Program adopted on August 3, 1988 and approved by the voters of Contra Costa County in November 1988 as Measure C, hereby enter into a Cooperative AGREEM]ENT for transportation improvements in east Contra Costa County. B. BART desires transportation improvements consisting of BART rail extension from the existing Concord Station to the vicinity of Bailey Road/West Pittsburg in Eastern Contra Costa County, known as the Phase I Extension, and•from there east toward and to Avenue/East Antioch, known as the Phase II Extension. Phase I is hereinafter referred to as the "PROJECT". The PROJECT and Phase II Extension are eligible under the terms of the Expenditure Plan of the Transportation Improvement and Growth Management Program. C. AUTHORITY is committed to make available Measure C revenues, and BART is committed to supplement Measure C funds with revenues from other sources, all as set forth below. Cooperative Agreement No. 21.00.02 Page 1 of 17 5-18-92 E: 3 a SECTION I - PRINCIPLES OF AGREEMENT TT IS M =ALLY AGREED.- 1. GREED:1. PRINCIPLE #1: AUTHORITY will commit $178 million (1988 dollars) for East County Rail(BART) Extension expenditures over the life of Measure C, between now and 2009. By way of clarification, "now" refers to the operative date of the Measure C ordinance: April 1989. All obligations of AUTHORITY under the terms of this AGREEMENT are expressly subject to the AUTHORITY's continued authorization to collect and expend the sales tax proceeds provided by MEASURE C. If for any reason the AUTHORITY's right to collect or expend such sales tax proceeds is terminated or suspended in whole or part, the AUTHORITY shall promptly notify BART, and the parties shall consult on a course of action. If, after twenty five(25)working days,a course of action is not agreed upon by the parties, this AGREEMENT shall be deemed terminated by mutual or joint consent; provided, that any further obligation to fund from the date of the notice shall be expressly limited by and subject to () the lawful ability of the AUTHORITY to expend sales tax proceeds for the purposes of the AGREEMENT; and (ii) the availability, talang into consideration all the obligations of the AUTHORITY under all outstanding contracts, agreements or other obligations of the AUTHORITY, of funds for such Purposes- 2. PRINCIPLE Oft:BART and AUTHORITY acknowledge that should all of the funding sources envisaged in MTC Resolution 1876 materialize (New Rail Starts and Extensions), not all of this amount will be necessary to complete the Phase I Extension to Bailey Road. (Assuming the current budget estimate of$506 million, plus approximately $5 million in debt service (escalated).does not change.) The balance will be available to help construct the Phase R Extension further into East County to Hillcrest. By way of clarification, "available" means "will be committed as provided in Principle W. As of the effective date of this AGREEMENT, BART's estimate of its debt service is approximately $24 million, not the $5 million cited above. 3. PRINCIPLE 03: AUTHORITY may set aside up to 1 1/2 percent of this amount to cover overall Measure C program management. By way of clarification, program management costs consist only of the portion of the salaries and benefits of AUTHORITY'S Executive Director and staff and salaries and overhead Cooperative Agreement No. 21.00.02 Page 2 of 17 5-18-92 of program management consultants engaged by AUTHORITY which is directly related to work regarding the PROJECT, and a prorata share of program management costs charged by AUTHORITY—adopted policy to all project funding categories by AUTHORITY. At BART's request, AUTHORITY shall promptly provide BART with reasonably detailed information regarding such costs as estimated and as actually incurred. The costs, up to the$2.67 million (1988 dollars) maximum (1 1/2 percent of$178 million), will be deducted from the balance of the $178 million commitment and not from the CCTA PROJECT FUNDS as defined in paragraph 5. 4. PRINCIPLE #4: Near term financial commitments will be made consistent with AUTHORITY'S Strategic Plan, as adopted or amended. By way of clarification, it is AUTHORITY'S intent to update the Strategic Plan on a biennial basis to maintain a 7-8 year programming "window". At the time of such updates the AUTHORITY will consider appropriate programming amounts for the PROJECT for the additional two years that will be added into the Plan at that time. AUTHORITY will consult with BART as to the appropriate funding amounts that could be added into the Plan. BART understands that prompt response to AUTHORITY-requested information is vital to receiving favorable consideration. 5.. PRINCIPLE#5: The 1991 Strategic Plan commits Authority to provide$120 million (1988 $) for BART expenditures through Fiscal Year 1997, on a cash basis as follows: Year $ billions Fiscal Year 1991: '$ 4.500 Fiscal Year 1992: 46.108 Fiscal Year 1993: 49.438 Fiscal Year 1994: 16.499 Fiscal Year 1995: 3.455 Total• $120.000 Should any funds remain at the close'of a particular Fiscal Year, such funds will be "rolled over" to the following Fiscal Year. By way of clarification, when disbursements of Measure C funds are made to BART under this AGREEMENT for the PROJECT, they shall be adjusted to their 1988 dollar equivalent in the following manner. promptly after the June 30 end of each Fiscal Year the total Cooperative Agreement No. 21.00.02 . Page 3 of 17 5-18-92 l ' disbursements received by BART for eligible tasks completed during that year shall be multiplied by an adjustment factor determined by dividing 117.8 (i.e., the average CPI,INDEX for Fiscal Year 1988, ending June 30, 1988)by the average CPI INDEX for that year. AUTHORITY will make such calculations and provide them to BART. If the CPI INDEX is revised or discontinued, the parties shall convert to the revised index or adopt the successor index in accordance with guidelines therefore issued by the federal government. As used herein, CPI INDEX means the Consumer Price Index for All Urban Consumers for the. San Francisco/Oakland/San Jose Metropolitan Area, All Items, 1982-84 Equals 100, published by the United States Department of Labor, Bureau of Labor Statistics. [For example, if BART receives disbursements of$8.3 million for tasks completed in Fiscal Year 1990 and the average CPI INDEX for that year is 128.7, dividing 117.8 by 128.7 yields an adjustment factor of 0.92 (based on the first two decimal places of 0.9153069, with rounding) which, when multiplied by $8.3 million, yields $7,636,000.] At the conclusion of the PROJECT, the total disbursements made by AUTHORITY, adjusted to their 1988 dollar equivalents in the manner described above, will be deducted from the AUTHORITY's overall c6mmitment of$178 million to the East County Rail Exfension. The balance, less AUTHORITY's program management costs, will be committed as provided in Principle #1 for Phase IL This specific AGREEMENT details an initial amount of $120 million (1988 dollars) hereinafter "CCTA PROJECT FUNDS", for the PROJECT. CCTA PROJECT FUNDS may be increased by an amendment to this AGREEMENT, but will not be decreased by finance costs resulting from AUTHORITY'S issue of bonds. As of the effective date of this AGREEMENT, it is the AUTHORITY'S intent to absorb the financing costs resulting from the issue of revenue bonds by utilizing a portion of its un-allocated contingency reserve. However, should the Measure C sales tax receipts be less than the official forecast prepared by DeLoitte Touche, as described ,in Table 5.1 of the Strategic Plan, the contingency reserve would be less than originally projected, therefore the AUTHORITY reserves the right to charge a portion of BART's share of financing costs, (not to exceed $15 million in 1988 dollars), against the remaining$58 million balance of the$178 million commitment. The parties recognize that the AUTHORITY's decision to issue long term debt through a bond issue was predicated in part upon BART's assurances that the timetable incorporated in the Strategic Plan was reasonable. However, future circumstances may result in BART being unable to expend all of the CCTA PROJECT FUNDS consistent with the time frames implied in this paragraph. In such circumstances,ces, the AUTHORITY will use its best efforts to program and expend, on a time frame consistent with that envisaged in this paragraph, a portion of the funds derived from the AUTHORITY's bond issue and programmed for the PROJECT, on other eligible Measure C project(s). To the degree that the AUTHORITY is successful in achieving this objective, it will reduce BART's potential liability for its share of the financing costs of the bond issue accordingly. Cooperative Agreement No. 21.00.02 Page 4 of 17 5-18-92 OCTA PROJECT FUNDS are the minimum commitment of AUTHORITY for the PROJECT and shall not be decreased by amendment of the Strategic Plan or otherwise except as provided in paragraphs 11, 13 and 17 hereof. As noted in Principle #4, the AUTHORITY and BART may _mutually agree to adjust annual programmed amounts in the Strategic Plan amendments. These amendments will not reduce the CCTA PROJECT FUNDS commitment for Phase I. Disbursements of Measure C funds made to BART under this paragraph shall be adjusted to their 1988 dollar equivalent in the manner set forth above, and then deducted from the CCTA PROJECT FUNDS . If the Fiscal Year amount for a given year were projected to be exceeded, BART may request an increase in such amount pursuant to paragraph 6,hereof. Should the AUTHORITY disburse funds in a particular fiscal year that exceed the programmed amount, then the excess shall reduce the fiscal year amount for the following fiscal year. (For example, if disbursements to BART exceed the $49.438 million for Fiscal Year 1993 by $2 million (1988 dollars), the excess shall reduce the $16.499 for Fiscal Year 1994 to $14.499 million.] The $4.5 million for now-ended Fiscal Year 1991 will be reduced by the-1988 dollar equivalent of the funds which AUTHORITY disbursed to BART for tasks completed during that Fiscal Year under the January 16, 1991 Final Design Agreement. The balance of the $4.5 million is added to the$46.108 million for Fiscal Year 1992. The Fiscal Year 1992 amount will be reduced by the disbursements for final design made by the AUTHORITY from July 1, 1991 through the effective date of this AGREEMENT. 6. PRINCIPLE #6: In accordance with Principle #1, should financial dmumctances result in the West Pittsburg Extension requiring supplemental funds in excess of the amounts committed in the then-current Strategic Plan, or on a different time frame, AUTHORITY will amend the Strategic Plan. The amendment will take into account AUTHORITY'S overall project funding needs. In this amendment, both BART and AUTHORITY will examine the overall funding needs in light of the amounts programmed in the Strategic Plan, _Principles 1, 14 and 17, and take appropriate steps to minimize adverse financial implications for the projects. By way of clarification, any such amendment shall be mutually agreeable to the AUTHORITY and BART. 7. PRINCIPLE#7: Of this total,AUTHORITY will directly fund BART's share of the Route 4, Willow Pass Grade Lowering and Bailey Road Interchange projects, including BART civil structures that are part of the Caltrans contract, through AUTHORITY funding of design, right of way, utility relocation, etc. and a joint cooperative agreement for construction between Caltrans, AUTHORITY, and BART. BART's share of those costs will be mutually agreed upon and covered in a separate Cooperative Agreement No. 21.00.02 Page 5 of 17 5-18-92 agreement between AUTHORITY and BART. [Note: The parties prefer that BARrs share of the highway projects be funded directly by AUTHORITY. However, should the Measure C funds be necessary to show as a match for Proposition 108, 116 or TCI funds, AUTHORITY will, for accounting purposes, pass the BART share of the highway project "through" BART.] By way of clarification, rather than the separate agreements envisaged in the above principle, there will be two separate joint cooperative agreements for construction and two separate cost sharing attachments to this agreement, one set for Willow Pass, (Attachment #l, which is incorporated herein by this reference as though set forth at length), and one set for Bailey Road, (Attachment#2 which is to be incorporated by reference as though set forth in full, which incorporation shall not constitute an amendment to this AGREEMENT). If BART's share of 0 such costs exceeds the $52.5 million (1988 dollars) now contemplated in the Strategic Plan, AUTHORITY will increase the CCTA PROJECT FUNDS committed to BART under paragraph 5 hereof by such excess in the fiscal year(s) that the funds are needed. As of the effective date of this AGREEMENT, the Strategic Plan assumes that of the CCTA PROJECT FUNDS, BART's share of the Willow Pass Grade and Bailey Road interchanges is estimated at (m 1988 dollars) $26.536 million and $25.915 million respectively. Disbursement of Measure C funds by the AUTHORITY for BART's share of the two highway projects cited above will cause the availability of the Fiscal Year programmed amounts cited in paragraph 5 to be depleted. Depletion of the programmed amounts will be consistent with the two Cost Sharing Attachments to this Agreement. Upon execution of each Cost Sharing Attachment, the AUTHORITY may deduct, from the then current fiscal year programmed amount,BART's share of the highway environmental,right-of-way utility relocation, and design costs expended to date. 8. PRINCIPLE#8:Subsumed within the overall commitment is the$14.4 million (escalated dollars) already committed by previous cooperative agreement for partial design of the Extension. By way of clarification, the January 16, 1991 Final Design Agreement is hereby subsumed within this AGREEMENT, and the funds disbursed thereunder, as referred to in paragraph 5 hereof, shall be treated as if disbursed under this AGREEMENT. Cooperative Agreement No. 21.00.02 Page 6 of 17 5-18-92 y i 9. PRINCIPLE #9: The remaining funds available, after subtracting the $14.4 million (escalated dollars) above for final design, and the BART share of Willow Pass Grade and Bailey Road Interchange projects, together with an additional$35.5 million in Proposition 116 funds,are available for vehicles, right of way acquisition, utility relocation, systems procurement, and construction,preferably in the North Concord Extension area. The following project components are eligible for reimbursement: Component Estimated Prop 108. 116 & Measure C Right of Way Acquisition $50M Train Control 30M Traction Power and Trackwork 24M Line Section from Concord to SOM North Concord Tail Track from North Concord 10M Station to Route 4 North Concord Station 21M 185M - AUTHORITY recognizes that proposed application of Measure C funds may change, however BART'must demonstrate compliance with the above uses of funds, and seek an amendment to this AGREEMENT if additional components are to be funded with Measure C. By way of clarification, as noted in paragraphs 5 and 8 hereof the amount deducted as a result of the now subsumed final design agreement is that set forth in paragraph 5, not$14.4 million. The Measure C funds referred to in this paragraph are also available for, and the listed eligible PROJECT components also include $12 million for vehicles and $6 million for the Concord yard south leads, utility relocation of $1 million, and $18 million for engineering. Following a written request from General Manager of BART, the Executive Director of the AUTHORITY may permit shifts in Measure C funds from one of the eligible PROJECT components to another, providing that the Measure C funds assigned to any of the above cited PROJECT components do not exceed the amounts specified above by more than 10%, if the overall amounts fit within the plan referred to in paragraph 22a hereof. The eligible components relate only to the PROJECT. Inclusion of additional eligible PROJECT components would require an amendment to this AGREEMENT. Expenditure of Measure C funds on the Phase 11 Extension will be the subject of an amendment to this AGREEMENT. BART will establish an internal accounting report to keep track of the disbursement of the various fund categories detailed in paragraph 12 to cover expenditures for each major PROJECT element (preliminary engineering, final design, systems & standards, right-of-way, Cooperative Agreement No. 21.00.02 Page 7 of 17 5-18-92 etc.) since July 1, 1990. BART will prepare a monthly report which compares actual expenditures against the commitments identified in paragraph #12. In order to expedite the development of Standards and Systems, BART may initially charge a disproportionate share to fund sources earmarked for the PROJECT. However, whenever an extension enters final design, the new extension will immediately be charged its share of the Standards and Systems costs incurred to date and a corresponding amount will be credited against the specific fund sources earmarked for the PAX extension that actually financed the Standards and Systems. The procedures set forth in Exhibit E will apply to the degree that BART requests AUTHORITY to finance final design of systems and Standards. AUTHORITY will pay only for its proportionate share assuming that other BART extensions included in MTC's Resolution 1876 benefit from the Systems and Standards. 10. PRINCIPLE #10: Expenditures by BART shall be on a reimbursable_ basis, with invoices tied to specific expenditureswith AUTHORITY possibly providing a one- month advance if appropriate for construction, and depositing directly into escrow where appropriate for right of way acquisition. By way of clarification, the procedure for AUTHORITY disbursement of funds to BART is detailed in paragraphs 25(a)and 26 of this AGREEMENT. With respect to funding right-of- way, the AUTHORITY's bond indenture will prevent deposit of bond proceeds into an escrow account, unless any interest earned on the escrow account is restricted so that it cannot exceed the yield on the AUTHORITY's bonds. To the extent that AUTHORITY, pursuant to a request from BART, funds right-of--way escrows, BART specifically agrees to comply with such restrictions on investment yield. 11. PRINCIPLE#11:AUTHORITY and BART endorse the underlying financial assumptions and .principles embodied in MTC Resolution 1876 (New Rail Starts and Extensions Program) as amended on February 27, 1991, as it applies to Contra Costa County. By way of clarification, should additional funds from other sources become available, or should the already-included fund sources increase, in accordance with footnote 11 of Table 1 of attachment A to MTC Resolution 1876, amended 2/27191, the CCTA PROJECT FUNDS Programmed for the PROJECT will decrease with the balance committed as provided in Principle#1 to the Phase 11 Extension. Principle (paragraph) 13 of this AGREEMENT is also relevant to this understanding. Cooperative Agreement No. 21.00.02 Page 8of17 5-18-92 12. PRINCIPLE #12: Assuming that all of the revenue sources that Resolution 1876 envisaged become available, over the life of the Measure C program the range in project costs to reach Bailey Road will be: Phase I to Bailey Road Range of finding (Escalated $ millions) AUTHORITY Estimate based on BART's AM Proposition 116 Fund Source Resolution 1876 application BART Funds ,. 45.8 40.0 San Mateo (Buy-in& "wash") 97.0 97.0 State TCI "Wash" 37.2 42.7 Tolls 49.8 49.8 TCl/ART XIS 62.5 57.1 Prop 108 35.0 - 35.0 Prop 116(a) 35.5 35.5 Measure C 18 .5 153.6 Total(b) 552.3 510.7 Range for Measure C: $154 to $190 million. (a)Resolution 1876 assumes that the full$37 million in Proposition 116 funds would be eaanarked for the Phase I Extension to Bailey Road, AUTHORITY has committed$35.5 million. (b) The total project costs both assume $5 million in debt service. By way,of clarification, the figures used in this paragraph are all estimates. It is anticipated that$70 million of the$97 million shown above as possibly coming from San Mateo will be received after the PROJECT is completed, a fact which the report contemplated by paragraph 22(a)hereof shall be allowed to accommodate, such as via a BART commercial paper Program float. The parties acknowledge that the$510.7 million estimate includes, (as BART's share of the Willow Pass Grade Lowering and Bailey Road Interchange projects), substantially less costs than currently estimated for completion of the two projects. 13. PRINCIPLE#13:Should the project costs for the Phase I Extension to Bailey Road exceed those anticipated in Resolution 1876, Measure C would be an appropriate funding source up to a maximum available of$178M(1988$). Should the project costs be less than those anticipated in Resolution 1876,Measure C contribution to reach-Miley Road Cooperative Agreement No. 21.00.02 Page 9 of 17 5-18-92 would be adjusted downward to reflect the lesser cost. The balance of Measure C funds are reserved for the Phase II Extension beyond Bailey Road. By way of clarification, "reserved" means "will be committed as provided in Principle 14. PRINCIPLE #14: Because of cash flow constraints, AUTHORTII'Y is willing to make an early up front financial commitment disproportionate to its overall share. However as BART accesses the other sources of funds,specifically the San Mateo "buy in" funds,the SFO "wash",and TCI,AUTHORITY'S proportionate share will be reduced such that,at the completion of the Extension to Bailey Road, AUTHORITY'S expenditure share would not exceed the range depicted in Principle #12 (above). 15. PRINCIPLE#15: BART acknowledges that all Measure C funds committed by AUTHORITY and all of the funds committed under Resolution 1876 from other sources for Contra Costa, shall be used for Contra Costa County, specifically on the East County Rail Extension. By way of clarification, this AGREEMENT only concerns the use of Measure C funds from the East County Rail Extension project category. It does not, for example, concern funding from the BART Parking project category. 16. PRINCIPLE#16:BART will actively seek commitment and programming of each of the funding sources included in MTC Resolution 1876,as it applies to Contra Costa County, and SB1715 (Boatwright) for the East County rail Extension. Funding sources include (1) BART Reserves, (2) San Mateo "buy in", (3) State TCl/ART = funds, including those "washed" through the San Francisco Airport Extension, (4) Bridge Tolls, (5)Proposition 148 rail funds. The range of the escalated funds is depicted in Principle#12 (above). By way of clarification,BART will exercise due diligence to ensure that it complies with current and future statutes and regulations pertaining to the several fund sources envisaged for the east Contra Costa extension. It will further exercise due diligence in applying for and drawing down such funds. 17. PRINCIPLE#17:Should a major change in the overall financial plan implicit in Resolution 1876 occur, then AUTHORITY and BART will jointly determine the phasing and timing of the East County BART rail Extension. Cooperative Agreement No. 21.00.02 Page 10 of 17 5-18-92 18. PRINCIPLE #18: BART's debt service for its "commercial paper" program will qualify as an eligible BART project expenditure for the purposes of the above funding table. By way of clarification, since AUTHORITY intends to reimburse BART with bond proceeds, it will be unable to reimburse for BART'S debt service on its "commercial paper program." However, AUTHORITY is supportive of BART'S intent to issue short term debt. If AUTHORITY reimburses BART with bond proceeds, it will not reimburse BART's debt service on its commercial paper program because to do so would yield adverse tax consequences. Anything to the contrary in the foregoing notwithstanding,the AUTHORITY shall have the right to fund its obligations hereunder with bond proceeds, sales tax proceeds, or otherwise, provided that the use of sales tax proceeds for the payment of any obligation hereunder shall not obligate the AUTHORITY to use sales tax proceeds for any other purpose. 19. PRINCIPLE #19: The Proposition 116 funds will require a joint BART/Authority application to the CTC, for project specific costs to be covered. Byway of clarification, the joint application was submitted to the CTC on July 25, 199 L. The AUTHORITY approved BART as the designated recipient of$35.5 million in Proposition 116 funds on March 18, 1992. 20. PRINCIPLE #20: AUTHURM and BART will.continue to work with the CTC to ensure that the full amount of Proposition 108 and 116 bonds, approved by the voters, are issued by the state. 21. PRINCIPLE#21: BART shall apply for State/Local Partnership funds when eligible. By.way of clarification, the State Local Partnership funds are those provided by Streets and Highways Code Section 2600. BART will apply on an annual basis for Partnership funds and provide a copy of all such applications to AUTHORITY. To the extent that BART receives Partnership funds for the PROJECT, they will be credited to the PROJECT, in such a manner that the overall commitment of non-Measure C funds identified in paragraph #12 is not diminished. The funds will be credited to a BART capital account specific to the PROJECT'. These funds will be expended as quickly as possible on the PROJECT so as to delay charges to CCTA PROJECT FUNDS under this AGREEMENT as long as possible. BART will include the capital Cooperative Agreement No. 21.00.02 Page 11 of 17 5=18-92 account status in the CPR-200 (Capital Program Report) and the BART Capital Extensions Program Financial Status Report required under Exhibit B of this AGREEMENT. 22. PRINCIPLE #22: BART will prepare and submit the following reports: a) BART will prepare and update on a quarterly basis an overall financial plan for the Phase I Extension.to Bailey Road indicating escalated costs and sources of funds. b) BART will prepare and update on a quarterly basis a funding matrix for upcoming construction contracts,right-of-way acquisition and procurements. The funding matrix will depict, by.month, the expected drawdown of each fund source. c) BART will prepare and update on a quarterly basis a drawdown of proposed Measure C disbursements by month in accordance with attached_ EXHIBIT A. The Executive Director will review and comment on these submittals. By way of clarification, such reports will be prepared and forwarded to AUTHORITY at the beginning of each calendar quarter, and will also include the disbursement report cited in paragraph 9 of this AGR . BART will also submit,along with the reports cited in this paragraph, the latest master schedule for the PROJECT showing the current status. 23. PRINCIPLE#23:BART staff will meet on a regular basis, or upon request, to review AUTHORITY staff comments on the overall progress, design and funding of the Extension. BART will respond to AUTHORITY staff comments. 24. PRINCIPLE#24: Funds from sale of surplus R-O-W shall be reimbursed to AUTHORITY or successor agency in the same proportion as they were used for the purchase. Byway of clarification, if any Measure C funds are used for right-of-way acquisition, BART will: a) follow the requirements of state law and the federal Uniform Relocation and Real Property Acquisition Act as applicable. Cooperative Agreement No. 21.00.02 Page 12 of 17 5-18-92 s b) transfer net proceeds, after deducting reasonable costs of sale, to AUTHORITY resulting from the sale of excess lands purchased in whole or in part with Measure C funds, in the same proportion to the net proceeds as the original contribution of Measure C funds was to the purchase of the original parcel. SECTION IPGENERAL BART AGREES: 25.(a) Invoices. reports. To provide monthly invoices and progress reports consistent with Exhibit B including the summary of expenditures to date. 25.(b) Management. To provide management of consultant and contractor activities including evaluation of proposals/bids, award of contracts, and to assume responsibility for schedule, budget, and oversight of the services. 25.(c) OCTA construction sign. If any Measure C funds are to be used for construction, to install a sign that identifies Measure C and AUTHORITY as a funding source, consistent with Exhibit to this AGREEMENT, no later than 30 days after commencement of the construction. The rail extension to North Concord and Eastern Contra Costa County represents the largest single line item in the Measure C Expenditure Plan. In order to ensure that taxpayers are made aware that the BART extension projects are being made possible by substantial contribution of Measure C funds, BART agrees to the following: If commemorative plaques are installed at the North Concord and/or Bailey Road BART stations, they shall include an acknowledgement that the extension was funded in part by Contra Costa one-half percent sales taxes from Measure C, and the Authority's logo and name shall also be displayed on the plaques(s). The AUTHORITY's name and logo and mention of Measure C shall be included in those. written materials intended for public and press use (including posters, invitations, brochures, press packets, etc.) produced in connection with public relations events, groundbreaking ceremonies and press conferences, specific to the PROJECT. BART shall consult with .the AUTHORITY staff, provide advance notification and invite representation of one or more of its members and/or staff persons, with respect to all public relations events, ceremonies and scheduled press conferences and public briefings pertaining to BART projects funded in whole or in part by the AUTHORITY. Cooperative Agreement No. 21.00.02 Page 13 of 17 5-18-92 25.(d) Consultant contracts. Upon request, to provide copies to AUTHORITY of all executed contracts between BART and consultants, contractors or vendors involved in the PROJECT. 25.(e) Rhe,ponsibilit�►. In recognition of the commitment of the initial $120 million in Measure C funds, to assume responsibility for securing financing, designing and constructing the PROJECT. 25.(f) Records: To retain during the term of this AGREEMENT and for a period of three (3) years following the later of the last disbursement by AUTHORITY pursuant to this AGREEMENT or completion of the PROJECT funded under this AGREEMENT, all books and records relaxed to expenses for which reimbursement has been requested, and to make such records available for review, audit and copying by AUTHORITY and its authorized representatives and agents, upon reasonable notice given by AUTHORITY to BART and at reasonable times and places during the term of this AGREEMENT and during the period of such record retention. J AUTHORITY AGREES: 26. Reimbursement: To reimburse BART consistent with the procedures detailed in Exhibit D (Method of Payment). 27. Audit: To provide timely notice if an audit is to be performed pursuant to paragraph 25 (f) hereof. 28. Policies AUTHORITY'S policies do not apply to the scope, schedule, budget or other aspects of the.PROJECT. 1T IS MUTUALLY AGREED: 29. T�ermi This AGREEMENT shall remain in effect until discharged as provided in paragraph 30 of this AGREEMENT. 30. 'Discharge: This AGREEMENT shall be subject to discharge as follows: a)This AGREE14EN'T may be terminated for material breach of any obligation,covenant or condition hereof, upon notice to the breaching party. The breaching party shall have 30 days from the date of the notice to initiate steps to cure; however, if steps to cure are not initiated within 30 days then the contract will be terminated. If the breaching party diligently pursues cure, such party shall be allowed a reasonable time to cure, not to exceed 90 days from the date Cooperative Agreement No. 21.00.02 Page 14 of 17 5-18-92 of the initial notice. If the breach is cured within the cure period, the AGREEMENT shall not terminate. During the cure period the parties shall meet to attempt to resolve.the dispute, without termination of the AGREEMENT. Termination shall not affect such rights, if any, as the parties may have under the Contra Costa Transportation Improvement and Growth Management Program. b)By mutual consent of both parties, this AGREEMENT may be terminated at any time. 31. ndemni : It is riiutually understood and agreed, relative to the mutual indemnification of AUTHORITY and BART: a) That neither AUTHORITY, 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 BART under or in connection with any work, authority or jurisdiction delegated to BART under this AGS. It is also understood and agreed that,pursuant to Government Code Section 895.4, BART shall fully indemnify and hold AUTHORITY harmless from any liability imposed for injury as defined by Government Code Section 810.8 occurring by reason of anything done or omitted to be done by BART under this AGREEMENT or it connection with any work, authority, or jurisdiction delegated to BART under this AGREEMENT. b) That neither BART 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 AUTHORITY under or in connection with any work, authority or jurisdiction delegated to AUTHORITY under this AGREEMENT. It is also understood and agreed that, pursuant to Government Code Section 895.4,AUTHORITY shall fully indemnify and hold BART harmless from any liability imposed for injury as defined by Government Code Section 810.8 occurring by reason of anything done or.omitted to be done by AUTHORITY under this AGREEMENT or in connection with any work, authority, or jurisdiction delegated to AUTHORITY under this AGREEMENT. 32. Notices: Any notice which may be required under this AGREEMENT shall be in writing, shall be effective when received, and shall be given by personal service, or by certified or registered mail, return receipt requested, to the addresses set forth below, or to such addresses which may be specified in writing to the parties hereto. Frank 7. Wilson Robert K. McCleary General Manager Executive Director Bay Area Rapid Transit District Contra Costa Transportation 800 Madison Street Authority P.O Boz 12688 1340 Treat Blvd., Suite 150 Oakland, CA 94604-2688 Walnut Creek, CA 94596 Cooperative Agreement No. 21.00.02 Page 15 of 17 5-18-92 33. Additional Acts and Documents: Each party agrees to do all such things and take all such actions, and to make, execute and deliver such other documents and instruments, as shall be reasonably requested to carry out the provisions, intent and purpose of this AGREEMENT. 34. Integration: This AGREEMENT represents the entire agreement of the parties with respect to the matters covered hereby. No representations, warranties, inducements or oral agreements have been made by any of the parties except as expressly set forth herein, or in other contemporaneous written agreements. 35. Amendment: This AGREEMENT may not be changed, modified or rescinded except in writing, signed by all parties hereto, and any attempt at oral modification of this AGREEMENT shall be void and of no effect 36. Independent Agency: BART renders its services under this AGREEMENT as an independent agency. None of the BART agents or employees shall be agents or employees of AUTHORITY. 37. Assignment: This AGREEMENT may not be assigned,transferred,hypothecated, or pledged by any party without the express written consent of the other party. The foregoing notwithstanding, BART may assign, pledge, hypothecate or otherwise encumber, as security for a commercial paper program or other form of borrowing, amounts receivable by BART under this AGREEMENT in reimbursement for expenditures made by BART for PROJECT purposes. AUTHORITY will comply with reasonable requests with regard to perfecting such security. If any such borrowing requires further assurances regarding the availability of funds to meet AUTHORITY's obligations under this AGREEMENT'or otherwise, AUTHORITY will cooperate therewith if the assurances are consistent with the Indenture for AUTHORITY's bonded indebtedness, and tax and other applicable laws. In the event that any rebate liabilities arise because of any investment made by BART of money received from AUTHORITY, BART agrees to reimburse AUTHORITY for any rebate liabilities. 38. Binding on Successors. Etc.: This AGREEMENT shall be binding upon the successors, assigns and transferees of AUTHORITY or BART as the rase may be. This provision shall not be construed as an authorization to assign, transfer, hypothecate or pledge this AGREEMENT other than as provided above. 39. everabilitX: Should any part of this AGREEMENT be declared unconstitutional, invalid, or beyond the authority of either party to enter into or carry out, such decision shall not affect the validity of the remainder of this AGS which shall continue in full foice and effect, provided that the remainder of this AGREEMENT can, absent the excised portion, be reasonably.interpreted to give effect to the intentions of the parties. Time is of the essence Cooperative Agreement No. 21.00.02 Page 16 of 17 5-18-92 • .y . 1 under this AGREEMENT- 40. No diminution of rights. This ;AGREEMENT does not diminish either party's rights under applicable law. 41. Incorporation of Exhibits: The Exhibits attached hereto are incorporated in this AGREEMENT by this reference: Exhibit A Project Drawdown Schedule Exhibit B Monthly Invoice and Progress Report Exhibit C Measure C Project Sign Exhibit D Method of Payment Exhibit E Method of Payment for Final Design Costs of Systems and Standards Attachment#1 Cost Allocation for Willow Pass Grade Project Attachment#2 Cost Allocation for Bailey Road Project(yet-to-be-developed as of 5/20/92) 42. Choice of Law: This AGREE shall be construed in accordance with and governed by the laws of the State of California. - 43. Valid AGREEMENT: Each party represents and warrants to the other party that it is duly organized and validly existing, that it has full power and authority to enter into and perform this AGREEMENT, that this AGREEMENT has been duly authorized, executed and delivered by.it and is legal, valid and binding on it and enforceable in accordance with its terms against it and that this AGREEMENT does not violate any agreement, law or regulation by which it is bound or require the consent of anyone else. SAN FRAN,9SPO BAY AREA CONTRA COSTA RAPID �TNSPORTATIONA ORTTY by FlankVn "�Teipn�ai F= erL Chair ATTEST: ATTEST: by D S f r:c t SE c r r Robert K. McGrauy Executive Director APPROVED as to legal form: APPROVED as to legal form: f by. by.*Legalunsel Legal CQ(insel Cooperative Agreement No. 21.00.02 Page 17 of 17 5-18-92 :Set 4 cp ri I I I m20 JAI I I f I I Ir ps 7- w m R-1 'I 4 9 .9 lei g A i0 P a t 6 al O ZI SL 6 r6 COOPERAUVE AGREEMENT BETWEEN THE CONTRA COSTA TRANSPORTATION AUTHORITY AND THE SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT Cooperative Agreement No. 21.00.02 Exhibit B Monthly Invoice and Progress Report On or before the twentieth day of each month, BART will provide to the AUTHORITY a narrative progress report along with the following reports: (A) BART CAPITAL EXTENSIONS PROGRAM FINANCIAL STATUS REPORT (To include a summary of Measure C expenditures under this AGREEMENT by Project components descri"bed in Paragraph 9. This report will show the total reimbursements for the period, and to date.) (B) BART FINANCIAL MANAGEMENT SYSTEM CPR-200(capital Program Report) (Portions Showing activities funded by CCTA funds.) (C) BART EaMNSIONS PROGRAM-BATC BILLING EDIT REPORT - SYNERGY BILL EDIT (Portions covering contracts funded by CCTA funds). (D) The following information for payments reimbursed with Measure C as contained in report B (above): (a) BART internal tracking number (b) Name of vendor/consultant/contractor (q) Description of services performed or product delivered (d) Total amount of payments (e) Total amount paid by BART (f) Percent reimbursed by Measure C (g) Amount reimbursed by Measure C Cooperative Agreement No. 21.00.02 Exhibit B Page I of 1 5-18-92 DRAFT • xro � 0 oao oy z Q lid 0 Ci t_ CCD D Q 4 lam• Vt V�'�V" ` N u ..,j (b CO x _ z COOPERATIVE AGRFEM(ENT BETWEEN THE CONTRA COSTA TRANSPORTATION AUTHORITY AND THE SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT Cooperative Agreement No. 21.00.02 Exhibit D Method of Paayment (A) Should the AUTHORITY choose to reimburse with bond proceeds, the following procedures will be followed.- 1. ollowed:1. The AUTHORITY will maintain a separate sub-a000unt within the California Arbitrage Management Program (hereinafter "CAMP") designated for the PROJECT (hereinafter "CAMP BART Fund"). The CAMP BART Fund will be funded with bond proceeds transferred by the AUTHORITY from its Construction Fund within CAMP. The amount transferred to the CAMP BART Fund at any time will be mutually agreed by BART and the AUTHORITY, and will be adjusted periodically depending on the cash flow requirements of the PROJECT, the overall cash flow implicit in the AUTHORITY'S Strategic Plan, paragraph 5 of Section I of this AGREEMENT, and CCTA PROJECT FUNDS available in the BART Fund described under section (B), below. 2. BART will make payments to vendors,contractors and consultants, and for staff support, consistent with the terms of this AGREEMENT. 3. Prior to the twentieth day of the month, BART will request in writing an amount to be transferred to the CAMP BART Fund in the immediately following month. The request will include a summary of the withdrawals from the CAMP BART Fund in the immediately preceding month,consistent with Exhibit B to this Cooperative Agreement. The request will identify any funds Semalning in the CAMP BART Fund at the close of the immediately prior month. By the first Monday of every month, the AUTHORITY will transfer from its Construction Fund within CAMP to the CAMP BART Fund an amount based upon the drawdown schedule furnished pursuant to paragraph 22(c)of this AGREEN FITT, and BART's written request, after deducting any funds remaining in the CAMP BART Fund at the close of a particular month as well as any ineligible reimbursements from the CAMP BART Fund. 4. The General Manager of BART or his/her designee(s), together with the Controller- Treasurer of BART or his/her designee(s) will be authorized by the Executive Director of the AUTHORITY to make three monthly withdrawals, from the CAMP BART Fund. The requests shallcontain the information specified in paragraph 5 of this Exhibit D and may be transmitted by Facsimile, a copy of which shall also be transmitted to the Cooperative Agreement 21.00.02 Exhibit D, Page 1 of 3 5-18-92 AUTHORITY. Funds will be made available by CAMP to BART through a wire transfer effective the same day or within one working day following the request- All withdrawals from the CAMP BART Fund are for the sole purpose of reimbursement to BART for project expenses or payment to BART for project expenses then due and payable for which BART will issue checks to a third party before or the same day of the withdrawal including right-of-way escrows as provided in paragraph 10 of this AGREEMENT. Any funds withdrawn from the CAMP by BART for PROTECT-related expenses prior to the same day BART issues cheeks for PROJECT rela'ed expenses creates a situation which is a potential conflict of federal arbitrage rules, and if such circumstances occur the AUTHORITY may consider termination of the AGREEMENT pursuant to paragraph 30, Section II of this AGREEMENT. 5. The request for withdrawal from the CAMP BART Fund shall state()the item number of such payment; (u) the zc spective amounts to be paid; (-iii) the purpose by general classification for which each obligation to be paid was incurred (for example; design, right-of-way acquisition, construction, etc.); (W) that obligations in the stated amounts have been incurred by BART and are paid or presently due and payable and that each item thereof is a proper charge against the CAMP BART Fund and has not been previously paid from said fund;and(v)that there has not been filed with or served upon BART notice of any lien, right to lien or attachment upon, or claim affecting the right to receive payment of, any of the amounts payable to any of the persons named in such requisition, which has not been released or will not be released simultaneously with the payment of such obligation, other than materialmen's or mechanic's liens accruing by mere operation of law. (B)Should the AUTHORITY choose to reimburse with sales tax revenues rather than bond proceeds, the following.procedures wM be followed: L BART will maintain a separate account to be funded with OCTA PROJECT FUNDS designated for the PROJECT (here "BART Fund"). The BART Hind will be funded with sales tax revenues transferred by the AUTHORITY. The amount transferred to the BART Fu d at any time will be mutually agreed by BART and the AUTHORITY, and will be adjusted periodically depending on the cash flow requirements of the . PROJECT, the overall cash flow implicit in the AUTHORITY'S Strategic Plan, paragraph S of Section I of this AGREEMENT, and CCTA PROJECT FUNDS available in the CAMP BART Mmd described under section(A), above. 2. BART will make payments to vendors, contractors and consultants, and for staff support from the BART_Fund, consistent with the terms of this AGREEMENT. 3. Prior to the twentieth day of the month, BART will request in writing an amount to be transferred to the BART Find in the immediately following month. The request will include a summary of the expenditures made in the immediately preceding month, consistent with Exhibit B to this Cooperative Agreement. The request will identify any funds remaining in the BART Fund at the close of the immediately prior month. By the Cooperative Agreement 21.00.02 Exhibit D, Page 2 of 3 5-18-92 . *• first Monday of eve month, the AUTHORITY will transf n amount based upon the y drawdown schedule furnished Pursuant to paragraph 22(c) of this AGRFXIvEEM, and BART's written request, after deducting any funds remaining in the BART Fund at the close of a particular month as well as any ineligible reimbursements from the BART Fund. 4. Reimbursements under this Exhibit are cumulative. The AUTHORITY reserves the right to fund either the CAMP BART Fund or the BART Fund and to direct that certain reimbursements be made from either the CAMP BART ftnd or the BART ftud. Cooperative Agreement 21.44.02 Exhibit D, Page 3 of 3 5-18-92 ` COOPERA.TME AGREEMENT ENT BETWEEN E CONTRA COSTA TRANSPORTATION AU'IfORI'I'Y AND THE SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT Cooperative Agreement No. 21.00.02 Exhibit E Method of Reimbursement for Final Design cysts of Syyns & Standards 1. At the time each item of cost for final design of system wide Systems and Standards is incurred by BART, each of the extension projects(Dublin Pleasanton(DPX),Pittsburg-Antioch (PAX), COIma (CSX), Warm Springs (WS) ), and San Francisco .Airport (SFX): the "Extensions") then in active final design will be allocated a Frxed Percentage share of such cost. The share so allocated to the PROJECT is an eligible part of the engineering component referenced in Paragraph #{9 of this Cooperative Agreement 2. The Fixed Percentages will be determined prospectively when each Extension commences final design and will be calculated by dividing the estimated total cost of final design for each Extension by the estimated total cost of final design for the Extensions then in final design. As the effective date of this AGREEMENT the Fined Percentages are calculated for DPX, PAX, CSX, and WSX based on a total final design cost of$86,180,000 and estimated design costs of $32,074,000 for DPX, $21,306,000 for PAX, $7,000,000 for CSX, $25, 800,000 for WSX. Accordingly, the Fixed Percentages to date are as follows. DPX PAX CSX WSX From Inception of 60.09% 39.91% - - Final Design From 8/1/91 53.13% 35.28% 11.59% - Start WSX Final Design 37.22% 24.72% 8.12% 29.94% 3. Following the initiation of final design for the Warm Springs (WSX)and San Francisco Airport (SFX) extensions, BART will charge an eligible funding source for WSX or SFX and allocate an equal "credit" to PAX. The credit is defined as the dollar difference between the PAX proportionate share of expenditures to date for final design of Systems & Standards determined after including the latest extension to enter final design, versus the determination made excluding the latest extension. For SFX, final design estimates will be made following adoption of an environmental document. Cooperative Agreement 21.00.02 Exhibit E Page 1 of 2 5-18-92 4. With respect to the CSX extension, as soon as funds are paid to BART in accordance with Paragraph #6 below, BART will credit the PAX extension with a funding amount which represents the excess of charges allocated to the extension at the higher percent share prior to 8/1/91 versus the reduced share. The funds credited will be to a BART account specific to PAX and designated for the categories of PROJECT expense in Paragraph #9 of this Cooperative Agreement. 5. When the WSX project has an approved environmental document and as soon as BART receives San Mateo "Buy-in" or "Wash" funds for WSX per the terms of the Comprehensive Agreement Pertaining to BART System Extension, dated February 28, 1990, BART will credit the PAX extension with a funding amount which represents the excess of charges allocated to the extension at the higher percentage share prior to start of Final Design versus the reduced share. The funds credited will be to a BART capital account specific to PAX and designated for the categories of PROJECT expense in paragraph #9 of this Cooperative Agreement. 6. With respect to the SFXICSX extensions, BART will determine that the extensions' proportionate share of the development costs of Standards and Systems is a legitimate project cost under the terms of the Comprehensive Agreement pertaining to BART System Extension, dated February 28, 1990. Pursuant to Section IV(C) of the above-refefenced Comprehensive Agreement, BART will either(1)seek state reimbursement through state Proposition 108 funds already programmed for the SFO/CSX extension, or(2)seek MTC concurrence that the costs should be borne by the West Bay bridge toll reserves or San Mateo sales tax revenues. 7. The funds in the capital accounts set up by these actions will be expended as quickly as possible so as to delay charges to CCTA PROJECT FUNDS under this AGREEMENT as long as possible. BART will include the capital accounts status in the CPR-200 and the BART Capital Extensions Program Monthly Financial Report required under Exhibit B to this AGREEMENT. Cooperative Agreement 21.00.02 Exhibit E Page 2 of 2 5-18-92 COPOPERATIVE AGREEIMENT BETWEEN THE CONTRA COSTA TRANSPORTATION AUTHORITY AND SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT Cooperative Agreement 21.00.42 ATTACHMENT 1 Cost Allocation for Willow Pass PrgJ THIS ATTACHMENT 1 is contemplated by paragraph 7 of, and hereby is made a part of, Cooperative Agreement 21.00.02 and together they are referred to as the AGREEMENT. The capitalized terms used herein have the meanings set forth in this Cooperative Agreement 21.00.02 unless otherwise provided herein. This ATTACHMENT 1 sets forth the cost allocation from Measure C and other sources. A. This ATTACMENT 1 sets forth the relative shares of the cost of the Willow Pass Grade Lowering Project as described in Recital l of Cooperative Agreement 90.14.01,(the "Caltrans Cooperative Agreement",between the State of California("Caltrans"), AUTHORITY and BART), as the PROJECT(hereinafter the"WEU.OW PASS PROJECT") to be borne by the Rail Extension project account described in paragraph 2(a) below (hereinafter "BART EXTENSION FUNDS")and the fund sources described in paragraphs 2(b) through 2(e) of this ATTACHMENT 1, (hereinafter "HIGHWAY FUNDS".) B. The Contra Costa Transportation Improvement and Growth Management Program (hereinafter "MEASURE C") sets aside$178 million (1988 dollars) for the rail extension from Concord to Eastern Contra Costa. AUTHORITY and BART have entered into Cooperative Agreements relative to the BART rail extension, including Cooperative Agreement 21.00.01 which provided $14.4 million for final design, and this AGREEMENT which establishes the framework for the AUTHORITY's commitment of $178 million (1988 dollars) to the East County rail project. Cooperative Agreement 21.00.01 is subsumed within this Agreement 21.00.02. The Caltrans Cooperative Agreement provides for construction of the WII.LOW PASS PROJECT. C. MEASURE C sets aside$80 million(1988 dollars) for highway projects eligible under the Route 4 (east) category. The WILLOW PASS PROJECT as defined in the Caltrans Cooperative Agreement is specifically mentioned in MEASURE C, and hence is an eligible project to receive MEASURE C sales tax funds. D. Since the highway widening with median for BART, and the resulting grade reduction incorporated in the WIU.OW PASS PROJECT are necessary pre-requisites to the BART rail expansion to East county, both HIGHWAY FUNDS and BART EXTENSION FUNDS are appropriate fund sources. Cost sharing guidelines, needed to determine the appropriate proportion of the VaUDW PASS PROJECT cost that is to be borne by each fund source, are set forth below: Cooperative Agreement 21.00.02 Attachment 1 Page 1 of 5 5-2-92 Ti IS *UnJ LLY AGI 7D 1. The following tasks-are necessary for the completion of the WILLOW PASS PROJECT, and are therefore eligible for funding from the sources identified in paragraph 2 of this ATTACHMENT 1: (a) Preparation of Environmental Documentation; (b) Preliminary and Final Design; (c) Right-of-way acquisition; (d) Utility Relocation; (e) Construction; (f) Construction Management. Funds expended since February 8, 1988 through the settlement of all construction claims are covered by this ATTACEMENT 1. Tasks performed by the County of Contra Costa as the Route 4 Willow Pass Grade project proponent under the terms of Measure C, are eligible for funding under this paragraph. 2. The following fund sources are available for the tasks set forth in paragraph 1 of this ATTACHMENT 1: _ (a) CCTA MEASURE C "Rail Extension from Concord to North Concord and Eastern Contra Costa" project category; (b) CCTA MEASURE C "Route 4 (east)" project category; (c) State highway account funds; (d) Federal highway demonstration funds; (e) Mitigation funds from the U.S. Navy. 3. The allocation of costs under this ATTACHMENT 1 is initially based upon the final engineer's estimate, which is attached hereto as Exhibit 1-A and hereby incorporated into this ATTACHMENT 1 and made a part hereof by reference. As determined by an analysis of the individual bid items contained in Exhibit 1-A for WILLOW PASS PROJECT, BART EXTENSION FUNDS shall bear 40 percent of the cost for tasks described in paragraph 1 of this ATTAR 1. The balance of the costs are to be bome by HIGHWAY FUNDS, (60 percent). All WILLOW PASS PROJECT costs shall initially be paid from BART EXTENSION FUNDS or HIGHWAY FUNDS in accordance with the percentage allocation set forth in this paragraph- 4. Upon.acceptance of the finally constructed WILLOW PASS PROJECT by Caltrans, the final percentage allocation between the BART EXTENSION FUNDS and HIGHWAY FUNDS shall be recalculated using the awarded bid prices and the actual measured quantities taking into account all approved contract change orders and claims, whose cost allocation shall be determined in accordance with paragraph 6 below. The recalculation shall use the same methodology as was used for determining the initial percentage allocations from the final engineer's estimate, described in paragraph 3 of this ATTACHMENT 1, but in addition it shall tape into account the agreed-upon cost allocation of any approved contract change orders and claims. All allocations of WILLOW PASS PROJECT costs between the BART Cooperative Agreement 21.00.02 Attachment 1 Page 2 of 5 5-2-92 4 NSION FUNDS an( ie HIGHWAY FUNDS made in acc�ince with paragraph 3 of this ATTACHMENT 1 will then be finally adjusted to reflect the recalculated percentage shares. 5. Should the AUTHORITY be successful in obtaining State Local Partnership funds (authorized by Streets and Highways Code Section 2600) for the WILLOW PASS PROJECT, the "Rail extension from Concord to North Concord and Eastern Contra Costa" project account within the MEASURE C program will be initially credited with.such Partnership funds in the same proportion that the BART EXTENSION FUNDS funded the WILLOW PASS PROJECT, and finally adjusted as set forth above. For accounting purposes, the credit will be discounted to equivalent 1988 dollars consistent with paragraph 5 of this Cooperative Agreement 21.00.02. 6. For purposes of determining the final percentage allocation as set forth in paragraph 4, above, Contract Change Orders and construction claims (hereinafter "CCO") paid from AUTHORITY funds shall be allocated between the BART EXTENSION FUNDS and the HIGHWAY FUNDS in accordance with the following: (a) The actual measured quantities and resultant costs of each CCO pay item will be allocated between BART EXTENSION FUNDS and HIGHWAY FUNDS in the same proportion as the particular pay item was allocated in Exhibit 1-A31 unless the proposed change in the pay item is attributable to the BART or highway component of the WILL-OW PASS PROJECT in a different proportion from that included in the final engineer's estimate. If so the latter proportion shall be used. (b) The actual measured quantities and resultant costs of each CCO pay item that is new, and-hence not included in Exhibit 1 A, will be allocated between BART EXTENSION FUNDS and HIGHWAY FUNDS, using the methodology of Exhibit 1-A as a guidd. 7. Notwithstanding Article 15 of Section I of the Caltrans Cooperative Agreement, in order to qualify the BART EXTENSION FUNDS as match for either Proposition 108, 116 or other State Transit Assistance, AUTHORITY will, if necessary to validate the match, and to the degree permitted by its Master Fund Transfer Agreement with Caltrans, disburse the BART EXTENSION FUND'S share of the WI .WW`PASS PROJECT costs to BART for subsequent payment to Caltrans. 8. • Upon a written request from BART, AUTHORITY will pursue, to the extent provided in Article 1 of Section I of the Caltrans Cooperative Agreement, additional constriction services for the satisfactory completion of the WILLOW PASS PROJECT. 9. Should BART, pursuant to its rights under Article 7 of Section I of the Caltrans Cooperative Agreement, disapprove a change order that is subsequently implemented by CALTRANS, the AUTHORITY agrees to seek resolution of the matter pursuant to the"invoice discrepancy procedures" referenced in its Master Fund Transfer Agreement with Caltrans. 10. With respect to the total obligation of funds for the WILLOW PASS PROJECT, the AUTHORITY will obtain written concurrence from an authorized representative of BART Cooperative Agreement 21.00.02 Attachment 1 Page 3 of 5 5-2-92 prior to increasing such 0ation above$66,000,000; provided tic,uch concurrence shall not be required to the extent that such increase is funded solely from HIGHWAY FUNDS. 11. In the event that the lowest responsible bid for the WILLOW PASS PROJECT exceeds the engineer's estimate by more than 5%, AUTHORITY and BART shall agree on a course of action, before AUTHORITY reaches agreement with STATE. 12. AUTHORITY agrees to provide BART advance written notification, to consult with, to seek written concurrence, and if time permits to obtain a written response, before implementation, on all change orders not wholly allocated to HIGHWAY FUNDS, which'have an estimated cost of over$50,000, have an estimated schedule impact of over one week or were generated by a request from any agency, company or person other than the parties to this AGREEMENT or a Caltrans Department other than Construction, except when.necessary for the safety of motorists and/or pedestrians, or for the protection of property_ 13. Upon execution of this ATTACHMENT 1, AUTHORITY will advise BART in writing of the expenses incurred to date by the AUTHORITY (hereinafter "PRIOR AUTHORITY EXPENSES")in connection with tasks accomplished pursuant to paragraphs 1(a) through 1(d) of this ATTACHMENT 1. The PRIOR AUTHORITY EXPENSES will be apportioned between the HIGHWAY FUNDS and the BART EXTENSION FUNDS in accordance with the percentage allocations determined in paragraphs 3 and 4 of this ATTACHMENT 1. The proportion of PRIOR AUTHORITY EXPENSES to be borne by BART EXTENSION FUNDS will be discounted to 1988 dollars, consistent with paragraph 5 of this Cooperative Agreement 21.00.02 and deducted from the remaining balance of the CCTA PROJECT FUNDS defined in paragraph 5 of this Cooperative Agreement 21.00.02. Thereafter, AUTHORITY will advise BART on a quarterly basis of additional expenses incurred by AUTHORITY in connection with paragraph 1 of this ATTACHMENT 1. These additional expenses will be discounted to 1988 dollars and charged to CCTA PROJECT FUNDS consistent with the-procedures described earlier in this paragraph 13. 14. With respect to funds expended by BART pursuant to BART Agreement 04CB- 610, dated February 8, 1988 with the County of Contra Costa, upon termination of that Agreement, which is to occur no later than September 30, 1992, BART will advise the AUTHORITY in writing of the funds disbursed by BART under the terms of that Agreement, (hereinafter "PRIOR BART EXPENSES"). These PRIOR BART EXPENSES will be apportioned between the HIGHWAY FUNDS and the BART EXTENSION FUNDS in accordance with the percentage allocations determined in paragraphs 3 and 4 of this ATTACHMENT 1. The proportion of PRIOR BART EXPENSES to be borne by the HIGHWAY FUNDS will be discounted to 1988 dollars, consistent with paragraph 5 of this Cooperative Agreement 21.00.02 and added to the remaining balance of the CCTA PROJECT FUNDS. Cooperative Agreement 21.00.02 Attachment l Page 4 of 5 5-2-92 15. This ATTACHMENT 1 will terminate upon completion of construction and settlement of all claims for the WILLOW PASS PROJECT. SAN FRANCISCO BAY AREA CONTRA COSTA RAPID SIT DISTRICT TRANSPORTATION AUTHORITY b by: Wn rank J Rob K. M 1 Gen er Executive Director Cooperative Agreement 21.00.02 Attachment 1 Page 5 of 5 5-2-92 E=rr 1-A Cooperative Agreement No. 21.00.02 Exhibit 1-A of Attachment 1 5-18-92 - Parsons 303 Second Street Brinckerhoft Suite 700 North Quade& San Francisco, G4 94107-1317 . ..... ._..,.,. ..<,:-..........: .- Douglas,Inc- 415-243-4600 Engineers Architects fax. 415-243-9501 Planners May 11, 1992 Contra Costa County Public Works Department 255 Glacier Drive Martinez, California 94223-4897 Attention: Mr. Robert V_ Faraone Senior Civil Engineer Reference: State Route 4 - Willow Pass Grade Lowering Willow Pass Road (Concord) to Bailey Road Contra Costa County Project No.4660-6X4110 Subject: Cooperative Agreement Between The Contra Costa Transportation Authority and the San Francisco Bay Area Rapid Transit District Cooperative Agreement 21.00.02 Exhibit 1-A to Attachment 1 Cost Allocation for Willow Pass Project Dear Mr. Faraone: Attached is a revised cost breakdown of the construction costs between highway and BART. Of the total $58,884,000, $35,326,307 is attributed to highway and $23,557,693 is attibuted to BART_ The cost of all items that can be attributed readily to highway or BART were assigned directly. Based on the analysis performed at the 65%submittal, 190101 ROADWAY EXCAVATION was split 67% to BART and 33% to highway. This can be attributed to the wider median and flatter grades required for BART. Because they are closely related to roadway excavation, the following items were arbitrarily split 67% to BART and 33% to highway: =' 160101 CLEARING AND GRUBBING 180101 BINDER (Dust Palliative) 190191A FURNISH AND INSTALL PIEZOMETER CASING 190191C DRILL HOLE (Piezometer) 203003 STRAW (Erosion Control) 203014 FIBER (Erosion Control) 203040 SEED (Erosion Control) tn 203056 COMMERCIAL FERTILIZER (Erosion Control) 681501 FURNISH AND INSTALL DRAIN PIPE (Horizontal Drain) 681502 DRILL HOLE (Horizontal Drain) Supplemental Work 066620A SLOPE DEWATERING 153223A REMOVAL OF UNSUITABLE MATERIAL 681605E ADDITIONAL UNDERDRAINS Retaining walls 5, 6, & 7 along Evora Road and Willow Pass Road were attributed to highway. All of the other retaining walls would not be required if BART were not included and were therefore assigned to BART, the following items were distributed as shown: BAR HWY 192037 STRUCTURE EXCAVATION (Ret Wall) 6,970 CY 300 CY 193013 STRUCTURE BACKFILL (Ret Wall) 9,000 CY 440 CY 193031 PERVIOUS BACKFILL MAT(Ret Wall) 505 CY 5 CY 510108 CLASS A CONCRETE (Ret Wall) 2,870 CY 110 CY 520103 BAR REINFORCING STEEL(Ret Wall) 295,200 LB 6,800 LB 800302 CHAIN LINK FENCE(CL-3, Vinyl-Clad) 1,480 LF 0 LF 800361 CHAIN LINK FENCE (CL-6, Vinyl-Clad) 0 LF 430 LF The total of the items above is $46,285,407, of which $27,767,292 was for highway and $18,518,115 is for BART'- a ratio of 40% BART to 60% highway. This ratio was then applied to the following items: 070010 PROGRESS SCHEDULE (Critical Path) 071320 TEMPORARY CHAIN LINK FENCE (Type CL-6) 073006 18"TEMPORARY CULVERT 073006A 18"TEMPORARY STEEL FLARED END SECTION 073008 24"TEMPORARY CULVERT 073008A 24"TEMPORARY STEEL FLARED END SECTION 073011 36"TEMPORARY CULVERT 073011A 36"TEMPORARY STEEL FLARED END SECTION 073013 48"TEMPORARY CULVERT 120090 CONSTRUCTION AREA SIGNS 120100 TRAFFIC CONTROL SYSTEM 120120 TYPE III BARRICADE 120150 TEMPORARY PAVEMENT MARKING r ' 120161 TEMPORARY TRAFFIC STRIPE 120165 CHANNELIZER (Surface Mounted) 120300 TEMPORARY PAVEMENT MARKER 128201 TEMPORARY DELINEATOR (Class 1) 129000 TEMPORARY RAILING (Type K) 129100 TEMPORARY CRASH CUSHION MODULE 170101 DEVELOP WATER SUPPLY 197040A EARTH RETAINING STRUCTURE (Filter Fabric Wall) 2 rAnmmV .:t y 'f 999990 MOBILIZATION 10% State Furnished Materials . 066105 RESIDENT ENGINEERS OFFICE The method used for this cost breakdown is the same as the method used at the 65% submittal. Please call if you require additional information regarding this issue. Very truly yours, PARSONS BRINCKERHOFF QUADE& DOUGLAS, INC. Robert L. McFarland Project Manager cc: Paul Maxwell Gary LaBonte attachments: P8 Logout No.1067 PB File No.3192-375.01 a zs is t3 8 8 8 8 8 8 8 C. act V$ uj h N H N 4! N H N N R N N 0 H N N N r+ O O O O O 8 O O O S 8 O O O 8 8 O 8 8 Y •O O O < i 9 g h 3 �- °D t'L°i � ��p wt R n '�o v`3 'i,� `$ f° tN� w � c`0•� lt�ry "� '� �r6 0 m m O b � l7 O e r v +t tD v N v -< .•f0 O -� O O O O O O }}.. Gd N N O O C N O .O Otr SO R of N 1� RST � O N "�U app tip �y - pp -•• �y .1 —• Op 8 - Fes- O t�~'f O O •N -O^t •tD O COvi v !'. +!! Y O tb O Cc,Qzo �T z m a�-CA!ii 8 8 8 8 8 8 8 8 8 -8 8 8 8_p 8 8 8 8 Q 8 4 8 8 $ 8p • �d��o a_ lo�� '� �i � t� � a� � v� � � � �i 4► � � � o. a� iii � � t� $ � tv H VpD QQ H �O¢q1-0 t�N 0 WOOppp&p2� • 0.UUC�tit;z Z) - au Ux - r d J 0 0 0 U U u1 w to ca w O to a 8 d d O .. y w Q ui 0 0 a z ww 0 � _ W N N N U Z 0 t1! ?q N W 3 d go y o a a a a a a �C I(U) o 0 o U w k 0 y a o 0 0 0 0 0. 0. w N N M U t- .� F i- U i- F F 4 Q Q !L -. 2 w o Y ¢ SR +l7 C3 Cl Rh C) l7 O O O O O O O G0 N Q O a7+ O b O Q O O O O O N N N N N N N N N afi N N OZ[ � ^ N +C3 •r N b v u7 b n b O1R N (V N N N •. 8 � o o a is rs is rs o 2i. 2s 23 t3 8 8 8 8 8 8 N ., N N N N N � N N N N r O O 8 O O O O O ppN ON ppN ON ppN ppN ON N NO 8 8N N8 ON ON ON ON 8 O O O 8 O 8 CON OC O O O O N N N pp ppp N H M 8 88 88 pq8 Op8 88 88 88 $ 8 8 88 p8 8y p8 -8 .8 88 c8 8 88 '8 88 p8 88 9 NT t�D� N t lV N t0 N Y N e0'!_ t�'p4��7C O O O N ah N b y V1 N N a 11e N N N V! N N N N N N s. e7 O vv N 8 40 ...43 c f0 N t7 h C7 tf t0 a Q Q� _ h Y ¢ Ia m mi a ri et a as +YippRp88p888 �8 ,888g_ 88g888IV- 88888 99 ON N N iY M H� Y! N y y 9 w 8 8 K 9 O lV�t Vi t1N} NN Yt C N y 2.0 N N wca U W U r t- co to w O C7 q C9 O m to to UJ to W W W0 0 {{.� w w w w 9 9 � ca f] U W l'L d ' ini�If i�lt N 2 CA to CO U U ..t a a o 0 0 a 0 0 _ ¢ ¢ ¢ ¢ o o a a vi °0 .w w w w a 2 2 U U n o o o OzO w w ww w w w a d d a w w w w w ¢ ¢ a ¢ ¢ ¢ ¢ ¢ v► w cn to ¢ ¢ ¢ a[ a ¢ t8 . f� 88 � N88 �l � 8 � � & 8 < e Z` r .n t- m co 40 w N N N N N t7 M 0 (y i ((��f pp ayt ap c3 cry c v v 0 Q p ro a d v N • N N .- C� N N H a a H O O O O 8.. O O 8 OO S O O -O S 8 O O O S 8 $ 8 8 8 +O/i 8 $ m N 8 8 8 $ g ON 4 O y NN N N 4n N N N N N N N r N 8 8 8 8 $ $ 8 8 8 -8 8 8 8 8 8 8 $ $ 8 8 8 8 8 8 8 O Cy H M N Nn flY Vi 44 d 44 N Vi N N to e0 N N N N N N O �7 N N N P R N $ ab g $ S g fD co Oi N Y c t0 !1 � yy S � tV fA t). Ci �C O Obi. O N •O O O —O Q. � � � v 4 O � � O O N O! N W �D � $ �t _O 1D O � .O •$ Kf. Qf �D t9 .` � .. ,r h -O +p pp pp 8 r o 1 0 � h 4 v a N -N cc m or rtr « R ao $ d 9w - — o t- z 8 8 S8 8 (O8V 8 8 R8 18 8 188() y�8�V 8 88� 8� $_ 8 88 8 8 8 88 8 88+y} . 5—C< Vi 4! N +Ili N N N N N ^ �q} O O N N N - •t .. �. F NN p � N V! °ad o }}N :M°O- z z C} 15 J 4? ?J } } 6 }} (} 6 } O O 5 O 5 1 } }} }iO 8 00 XR OL _ �':.Vii:_• � U U O w '3 4 U o _j ¢ 3 ¢ qtu -� r w 3 j cc t7 �uz z z z cc 0 � � � � � �, • m w w CL CO a > z ��„ 0 vi w ¢ r N ri w o U o U U s VS tJi tq 0. df fn u. N U C y� m�$ a o a _a w o+ � m m oNi rn w m QQ c• a o za » .?i .i w `.� v"i -w w w a"s ` .� +"� c'$ ' 2 w o n �" f- n C- WD 44 4i (VU., o7i H 8 8 8 N 9 9 4ft W3, 44 40 w #40, -:1 § § 44 I'D 40 m I; Q1 r C7 C4 ur �o C; w t% S�L Iq cq lo� 'd �w 1% 8 8 8 8 !�! 8 CD h t9 td ci 46 ros CM 8 8 8 8 8 8 8Q8 8 8 e C< z z z fz? oz to- 0 LL tu co iti cc 0 P ¢¢ wus co Ul 0 0 uj IA. w o a g mo occ U, w ac z to co CL co lujl2wly 4L a 0 8 8 w 8 0 8 8 oojMAL 0 lUj4L :) CL x < 8 w w wQ ' a w 2 2 0 cr CLQ. G- U U U Z 0. cc a. a !2 0 U. to CL 0 0 0 to 0 U. N 0 0 40 m m 4m 0 4m 4n W coo F. cm, pti a{opy S Q" • � � _ pp p p p pp p p pp pp pp p pp p p p p pp pp . O n � 4 O O O S S p p � •O O S] O O OS p�p iiiryryry qpo pp '� O O O O O O O O O op gO p O pO pp pp • N O N N N N N N N N N N N N N N N N N 'N pry r 8pq +yv 8 8 8 8 .8 8 $p $ p8p t$. $ $pN 8 �8y �8p yp8� tOBD 8pp $ 8pp 8pp8f $8 tY tOp q9p �. N 9— ��0.. nD lY O� Vi tpNV� t0 to i�Opy aQ. N r al ri =N N a N N � � N N N N N N i � •c)' �Nd 49 •• -- O Y O N O 0 0 C 0 C 76 O O O O O O O 0 0 0 0 O O Y O O O O O tr N zZ �i ai as •i C4 .o ao to ��-=�� srt � � s � � sssssg � g 'sssssssgss N X a, a a N os d N W o+ t4f w! tD r 7% �+� w<Eo z46 <c •i go Sx a j ul °� 3 '�} `J s ii ut ta7 ut '..j` `J `.ai u] "3 `5 `5 5 `.5 '.,.1` 5 IOU. } w z a F < w a o a a cc v o 0 0 0 w w w w w W CD LL ui � gy &L4 e a N ttt7'a c�� n a rii O a a a °w � a a a a a +w& w z z t t a s o, a a a a a a a d 4cz`r cc cc ez oz z % 9avi ¢ v � 9s 9 9 9 9 oaa o H t? a7aIt W va o � a a;S CCo a o a cc o0 a N o a N & tr cc cc Q ? tV N C4 05 Oi U � a tPV Gt n R h � n h R R40 wO OO .O O O O O O O O N </ ♦ N tit n m m N N N N N N Ctz .6 wi Ci N40 C4 N crVi 8 8 8 8 8 CY C,1 81 81 I't Ci Cl! Vb 40V 46 44 vt QI VI 8 - IcIt — t� at 40 471 a 6 0 Z 0 o v a a v c .0 c p An 10 10 10 40 Q CY NhN 0 v to a 8 a 0, 0 0 a t- t- W tv 0 o z 0 8 8 8 8 8 8 8 8 8 8 8 8 8 8 is 8 8 8 8 8 8 8 2 C'. -i j g -i i g c CY 136 9 9 9 4110: 10, rc 40 . . . 44 4* 44 O�g 0§. c go 5 5 15 5 5 5 5 b b 15 5 5 5 b 5 5 5 b a :3 a0La I IL) 0 LL w 0 0 O z z L4 CL W cc cc 0 i? Z; !a o tu us tu tu tu 2 2 CL O w w w w w w w w w w w w w w (L - 2� & S 96 Q-. 1 1 1 2. CL LL 0.- 4-. S LL ? -S. -S. 5 5 ? E IL CL CL CL AL CL m m Ck. & & CL CL w w o CL tu L) E (L cle w ul w w ILU w L cc cc cc cc cc Ir -j -1 0 0 0 w w F w w ? �i ? 2 ? 9 W V s o o o 0 0 0 8 8 0 "o 0 0 0 0 � 0 00 .0 0000008 ,8000 44 OOC2 �- v 0a o o o a o a o o a 4L K IL 0 CC w w w w w v w a a !k E z OCC < .< LL a: 0 & 0 0 0 0 0 0 0 0 0 0 0 0 0 0 b 0 wU. LL U. LL to 0 0 cc Cc cc T w v cc w w w w w w w C 0 it m a ¢ m x w ? ? us w j - !- t- cc ;,I b Z, A t, 8 0 t7 CM 8 8 1.0 0.1 12 M ch !2 :1 j7_ cl rt- 0 N N 44 N44 44 4n 8 8 8 8 8 8 9 9 9 9 9 9 9 9 g g g cli at r- t6 t, N 8 EF 8 -8 8 8 to to 1, 41 co r: 4D idsIRE C4 0 0 0 0 0 0 0 0 „o 0 0 r) 0 N C4 0 ca < —C,4 —o N W40 to t40. 4n O co f, Cl! Ci tJ nzo or 8 8 8 8 8 8 . 8 8 8 8 8 8 8 8 8 g 8 8 8 8 r oNX 03; 8 9 9 6. 9 9 9 *c6q 9 9 9 6 9 :i ct 1, v 0 v 44 ci 60 d. 1&0 1- 0 D d0&22 z i 66 0 0 0 w ir uj M cc is S cc C3 o cc 7 z 0 0 0 E 0 p IIw so cn 0 0 ui t t t 1. IIE 10 W W W W < 0 0 tu w cc rc rc 2 2 2 2 W wW CL w w 2 2 ZZ 0 w w a 0 0 a wlww 0 cc -, cc cc D 0 w U. 0 gr 0 CC CC .1 0 ro- rom 0- c P- W — a w w 0 K CL cc w us LU cc cc S- w uwf c LL LL. tL w AM 0 1 & AL E ; .0 0 15C x y IL 9wwwcc !q 00 .5< 00 ui zzz IL 0 0 j -i 4x 0 � � P- r- 0. w W 0 M W X _j tJl 0 0 0 w cr w 0 z z z i� :� 4 '< 'CL af ? Zo ;r �6 ut o 0 OC Q 2wN < < < O o o a G cv, 4D f- W O N4a 4 -A 4n 44 W) 40 • 0 0.-Icc 44 Us ci ej as C4 O 8 8 8� 8 8 Op 8 R 4N co t-t 40 O N 0 16 0 C, 0 N 10 a 06 S2 Mfi 25:o. tu N c; i g 8- 2. 2- 8. C S C4- 1ff sD O fa- 0- C< oN N N CY Wt 0<� 'o Z) 0C, 0 w aW -a z z q O Q� ¢� 9 S? z co 0 z z z z z 0 z 0 0 0 wz µZj NO 0 Z Z z LL co 8 1 1 -0 go co 0 Z C-4 Of w 0 0 0 0 tu w w w us ,u w W W W & cc G W C1 W w cr V cc cc CC CC ¢ z m w a w w w w U CLU. IA. Y zzzu- yyZi , Z 0 cc cc 2 < Z Z y 2 J J z z z 0 0 :1 Z z Z Zz z z z w 0 Z z z z I < 3: Z (L w w s- 0 0 0 Z.) ic 0) M 0 � U CL 0 0 0 < < < UJt0 c� 0 a < c < 0 0 t, 0 — — — Gn C, w co CD co CD w m 0 w co OD co a 8 8 C> :f 8 8 8 8 1� 8 8 $p8 g 6 6 g a a a 0� YO O 8 8 8 8 8 8 8 8 •8 8 8 8 8 12 Od d , 0 a 0 0 0 0 0 o 0 o 8 C, Id: cd; g 0 8 8 8 C< 9 9 0 eo'F Cq 'o 10 0 W< 5 40t3=:— CO 0 O LU to w z IL z z 0 106 P 0 z CL 0 0— 0 Ir -cc e T e 0 co w < a-W W s w w 5 — -j 0 w cc Im u 0 LU uj us Z, N z tai co CD tm V- 2 0 IL %J- 2 ui al w w w PQr- W9 n- cc cr t 2 z z 0 cc O o p 0 9 O -1 000 0 0 0 0 < < 'Z-- z cc zz . & IMMM2 �- ww w w 1 2 cc 4x 2 ui w ti !i 44- -k 0 0009 co ;o ;c a- a. a a rA 0 C%l An w 0 t8 .. 0.. fi 0 10, Cc> 00 r- coo 0, :D zN N9 z." " . . . . . . _-T—1 ...... � 8 �? � �• $ 8 8 8 53 5 8 8 8 8 8 8 8 8 8 8 8 8 8 � . '"; fps • • l •r^ O N N N Ny N N Nast N N O A N N N 0¢ N N N N N i N N tN'1 N N N Nh CY O N N N N N N N N N N CY H N 88 8 8 0O O O 8 8 8 S8� 8 8 0O 8 0O pO O O O Q 8� 8 8 88 OO 1<p N N N N N N N N N N N N N N 8 O 00 ad O H ao e� � N CER 8 8 (O O O O O O O O Q O N N l7 N v O O O O O O O O O O •O O O O •O Y 6 N p IFC LOQ — N n° $� � a� Y R S 8 N 8 8 8 8 8 8 8 8 8 8 L'F Q C Q T — •0 �f Oi Oi Oi ^ Oi .f eO�i tr Oi Q1 �C tN� c;cc 8 8 S 8 8 8 8 8 y M Y► N •� N lNV N N N lVN y N N N O O O O O O O O N L tc4L N N =0. y«O� 2 O �. QZ�C►-o O � V > � - - 0 L UZ wm O c 5 to a O1 p ¢ 222 _ F - w m t r Y �f '� it v :� v < Ob ( m LL W w w .a O ! m 1 1 1 1 ! t ! to m m m _ _ I m L LL s o 0 0 `0 0 0 c m a ` 0 In CD An co co ca o D ;o `o O O O y 0� O O ¢ ¢c ¢ S ¢ ¢ a Z Z VL 2 Z U U Y Y X X Y Y Y Y Y X Y Y Y Y z ¢cc ¢ sc c c c c c c c c c c c 5 mQ � 15 U Za a s A c fD c c c c c c c c fc T m m m m CO Co m m m m m m m }- a � � � �I� t 1� � CL d u ti `u v ti u u u v v 'u u ti U w w w I- P I- m 7 > > 7 > > > > > > > J O NO N O O b Y o 0 o a o o O o o 0 0 0 0 0 o w w wo 1- h- F- (J h f� f, t- f� f� f� t- /1 h 1, n /� n f� f� f� O pp O O O O O O O O O O- O O O O oo O (pA� eQp�� eQnp�� (V �D c0 tD c0 tp 10 (L co c0 ID c0 cD t0 c0 tD tD 1D cp w (0 w �p tp b+ m m co a9 co m co co m O m m O tD to cD m co tb b O .O O c0 A I Z N N N N N N N N N N N N N N N N N N N N N N (V N N a.:r o a d' 8 25 2$ 2i Y 1S 2i a 25 o b Lti 2S 2S •i... pp p p pp pp �j o p o p �j o p o p a O8 8 0 0Oq Epp O � C! Qp �p Op �p pO pQ pQ Op Qp � � O �Q' �O Q N N N N N N N N/ N N N ✓e V4 QJ C Q � N N �QJ}dy � $pp g _ tip tp � O a a a o ci d ci !c iv~-ig�P !Mui 8 8 8 8 88 8 $ 8 8 8 c8 8 8 v88 8 $ N a <a a V!! 6 �— � a T co w ¢ v cr w q a CL. LU w c a z a z ` d w z O -t a o i S 0i 4 O � y w w N m w c= m d 0 ca Ic 1 O N } w W .� D � }o-- a � w �y � � pa„ tau X v CZ_s J a of 01 a N z z O Z �d �� cr CL cr w p O U a z w u ct cz C: N O 9 V a 0 0 � 0 0 � U � d N w U � z w tu $ tu U w - VA 8 �- oa o cc MCC 10 8w t� �pdp d_ sd� t3 C3 d 4 W_ 4 d tQ ..._-J-_.IT._ __ - �OL Q � 4� ]oc�Qxz o •:• . V t��,c of CA a CA do tu so � � C'3 is avi -•y 417 W d O AL (I a c t = a7 cc o o } x a sy 10 o l2! to S N lip n O CVVYYO ry ' 1• Z � 1 Y first Monday of eve nonth, the AUTHORITY will transf n amount baked upon the ' drawdown schedule furnished pursuant to paragraph 22(c) of this AGREEMENT, and BART's written request, after deducting any funds remaining in the BART Fund at the close of a particular month as well as any ineligible reimbursements from the BART Fund. 4. Reimbursements under this Exhibit are cumulative. The AUMORNY reserves the right to fund either the CAMP BART Fund or the BAPT Fund and to direct that certain reimbursements be made from either the CAMP BART Fund or the BART Fund. Cooperative Agreement 21.00.42 Exhibit D, Page 3 of 3 5-18-92 COOPERAIWE AGREEMENT BETWEEN TBE CONTRA COSTA TRANSPORTATION AUTHORITY AND TBE SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT Cooperative Agreement No. 21.00.02 Exhibit E Method of Reimbursement for Final Design costs of Systems & Standards 1. At the time each item of cost for final design of system wide Systems and Standards is incurred by BART, each of the extension projects(Dublin Pleasanton(DPX),Pittsburg-Antioch (PAX), Colma (CSX), Warm Springs (WSX), and San Francisco .Airport (SFX): the "Extensions") then in active final design will be allocated aFixed Percentage share of such cost. The share so allocated to the PROJECT is an eligible part of the engineering component referenced in Paragraph #9 of this Cooperative Agreement. 2. The Fined Percentages will be determined prospectively when each Extension commences final design and will be calailated by dividing the estimated total cost of final design for each Extension by the estimated total cost of final design for the Extensions then in final design. As the effective date of this AGREEMENT the Fixed Percentages are calculated for DPX, PAX, CSX, and WSX based on a total final design cost of$86,180,000 and estimated design costs of $32,074,000 for DPX, $21,306,000 for PAX, $7,000,000 for CSX, $25, 800,000 for WSX. Accordingly, the Fixed Percentages to date areas follows: DPX PAX CSX WSX From Inception of 60.09% 39.91% - - Final Design From 8/1/91 53.13% 35.28% 11.59% - Start WSX Final Design 37.22% . 24.72% 8.12% 29.94% 3. Following the initiation of final design for the Warm Springs (WSX) and San Francisco Airport (SFX) extensions, BART will charge an eligible funding source for WSX or SFX and allocate an equal "credit" to PAX. The credit is defined as the dollar difference between the PAX proportionate share of expenditures to date for final design of Systems & Standards determined after including the latest extension to enter final design, versus the determination made excluding the latest extension. For SFX, final design estimates will be made following adoption of an environmental document. Cooperative Agreement 21.00.02 Exhibit E Page 1 of 2 5-18-92 4. With'respect to the CSX extension, as soon as funds are paid to BART in accordance with Paragraph #6 below, BART will credit the PAX extension with a funding amount which represents the excess of charges allocated to the extension at the higher percent share prior to 8/1/91 versus the reduced share. The fluids credited will be to a BART account specific to PAX and designated for the categories of PROJECT expense in Paragraph #9 of this Cooperative Agreement. 5. When the WSX project has an approved environmental document and as soon as BART receives San Mateo "Buy-in" or "Wash" funds for WSX per the terms of the Comprehensive Agreement Pertaining to BART System Extension, dated February 28, 1990, BART will credit the PAX extension with a funding amount which represents the excess of charges allocated to the extension at the higher percentage share prior to start of Final Design versus the reduced share. The funds credited will be to.a BART capital account specific to PAX and designated for the categories of PROJECT expense in paragraph #9 of this Cooperative Agreement. 6. With respect to the SFX/CSX extensions, BART will determine that the extensions' proportionate share of the development costs of Standards and Systems is a legitimate project cost under the terms of the Comprehensive Agreement pertaining to BART System Extension, dated February 28, 1990. Pursuant to Section IV(C) of the above-refefenced Comprehensive Agreement, BART will either(1)seek state reimbursement through state Proposition 108 funds already programmed for the SFO/CSX extension, or(2)seek MTC concurrence that the costs should be borne by the West Bay bridge toll reserves or San Mateo sales tax revenues. 7. The funds in the capital accounts set up by these actions will be expended as quickly as possible so as to delay charges to CCTA PROJECT FUNDS under this AGREEMENT as long as possible. BART will include the capital accounts status in the CPR-200 and the BART Capital Extensions Program Monthly Financial Report required under Exhibit B to this AGREEMENT. Cooperative Agreement 21.00.02 Exhibit E Page 2of2 5-18-92 r _ OPERATIVE AGREEMTIVT BETWEEN THE CONTRA. COSTA TRANSPORTATION AUTHORITY AND SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT Cooperative Agreement 21.00.02 ATTACHMENT 1 Cost Allocation for Willow Pass Project THIS ATTACHMENT 1 is contemplated by paragraph 7 of, and hereby is made a part of, Cooperative Agreement 21.00.02 and together they are referred to as the AGREEMENT. The capitalized terms used herein have the meanings set forth in this Cooperative Agreement 21.00.02 unless otherwise provided herein. This ATTACHMENT 1 sets forth the cost allocation from Measure C and other sources. A. This ATTACHMENT 1 sets forth the relative shares of the cost of the Willow Pass Grade Lowering Project as described in Recital l of Cooperative Agreement 90.14.01,(the "Caltrans Cooperative Agreement", between the State of California("Caltrans"), AUTHORITY and BART), as the PROJECT(hereinafter the"WILLOW PASS PROJECT") to be borne by the Rail Extension project account described in paragraph 2(a) below (hereinafter "BART EXTENSION FUNDS")and the fund sources described in paragraphs 2(b)through 2(e) of this ATTACHMENT 1, (hereinafter "HIGHWAY FUNDS".) B. The Contra Costa Transportation Improvement and Growth Management Program (hereinafter "MEASURE C") sets aside$178 million(1988 dollars) for the rail extension from Concord to Eastern Contra Costa. AUTHORITY and BART have entered into Cooperative Agreements relative to the BART rail extension, including Cooperative Agreement 21.00.01 which provided $14.4 million for final design, and this AGREEMENT which establishes the framework for the AUTHORITY's commitment of $178 million (1988 dollars) to the East County rail project. Cooperative Agreement 21.00.01 is subsumed within this Agreement 21.00.02. The Caltrans Cooperative Agreement provides for construction of the WII.LOW PASS PROJECT. C. MEASURE C sets aside$80 million(1988 dollars) for highway projects eligible under the Route 4 (east) category. The WILLOW PASS PROJECT as defined in the Caltrans Cooperative Agreement is specifically mentioned in MEASURE C, and hence is an eligible project to receive MEASURE C sales tax funds. D. Since the highway widening with median for BART, and the resulting grade reduction incorporated in the WKWW PASS PROJECT are necessary pre-requisites to the BART rail expansion to East county, both HIGHWAY FUNDS and BART EXTENSION FUNDS are appropriate fund sources. Cost sharing guidelines, needed to determine the appropriate proportion of the WEU.OW PASS PROJECT cost that is to be borne by each fund source, are set forth below: Cooperative Agreement 21.00.02 Attachment 1 Page 1 of 5 5-2-92 11 M TATIN A(TR` -' D 1. The following tasks-are necessary for the completion of the WILLOW PASS PROJECT, and are therefore eligible for funding from the sources identified in paragraph 2 of this ATTACHMENT 1: (a) Preparation of Environmental Documentation; (b) Preliminary and Final Design; (C) Right-of-way acquisition; (d) Utility Relocation-, (e) Construction; (f) Construction Management. Funds expended since February 8, 1988 through the settlement of all construction claims are covered by this ATTACHMENT 1. Tasks performed by the County of Contra Costa as the Route 4 Willow Pass Grade project proponent under the terms of Measure C, are eligible for funding under this paragraph. 2. The following fund sources are available for the tasks set forth in paragraph I of this ATTACHMENT 1: (a) CCTA MEASURE C "Rail Extension from Concord to North Concord and Eastern Contra Costa* project category; (b) CCTA MEASURE C "Route 4 (east)' project category; (c) State highway account funds; (d) Federal highway demonstration funds; (e) Mitigation funds from the U.S. Navy. 3. The allocation of costs under this ATTACHMENT 1 is initially based upon the final engineer's estimate, which is attached hereto as Exhibit 1-A and hereby incorporated into this ATTACHMENT I and made a part hereof by reference. As determined by an analysis of the individual bid items contained in Exhibit I-A for WILLOW PASS PROJECT, BART 11 ''I'ENSION FUNDS shall bear 40 percent of the cost for tasks described in paragraph I Of this ATTACEMIENT 1. The balance of the costs are to be borne by HIGHWAY FUNDS, (60 percent). All WILLOW PASS PROJECT costs shall initially be paid from BART EXTENSION FUNDS or HIGHWAY FUNDS in accordance with the percentage allocation set forth in this Paragraph. 4. Upon.acceptance of the finally constructed WILLOW PASS PROJECT by Caltrans, the final percentage allocation between the BART EXTENSION FUNDS and HIGHWAY FUNDS shall be recalculated using the awarded bid prices and the actual measured quantities taking into account all approved contract change orders and claims, whose cost allocation shall be determined in accordance with paragraph 6 below. The recalculation shall use the same methodology gy as was used for determining the initial percentage allocations from the final engineer's estimate, described in paragraph 3 of this ATTACHMENT 1, but in addition it shall tale into account the agreed-upon cost allocation of any approved contract change orders and claims. All allocations of WILLOW PASS PROJECT costs between the BART Cooperative Agreement 21-00.02 Attachment I Page 2 of 5 5-2-92 EXTENSION FUNDS an ie HIGHWAY FUNDS made in a cc( ince with Paragraph 3 of this ATTACHMENT i will then be finally adjusted to reflect the recalculated percentage shares. 5. Should the AUTHORITY be successful in Obtaining State Local Partnership funds (authorized by Streets and Highways Code Section 2600) for the WILLOW PASS PROJECT', the "Rail extension from Concord to North Concord and Eastern Contra Costa" project account within the MEASURE C program will be initially credited with.such Partnership funds in the same proportion that the BART EXTENSION FUNDS funded the WILLOW PASS pR0jpCT1 and finally adjusted as set forth above. For accounting purposes, the credit will be discounted to equivalent 1988 doll=consistent with paragraph 5 of this Cooperative Agreement 21.00.02. 6. For purposes of determining the final percentage allocation as set forth in paragraph 4, above, Contract Change Orders and construction claims (hereinafter -CCO-) paid from AUTHORITY funds shall be allocated between the BART EXTENSION FUNDS and the HIGHWAY FUNDS in accordance with the following: (a) The actual measured quantities and resultant costs of each CCO pay item will be allocated between BART EXTENSION FUNDS and HIGHWAY FUNDS in the same proportion as the particular pay item was allocated in Exhibit I-A, unless the proposed change in the pay item is attributable to the BART or highway component of the VaUDW PASS PROJECT in a different proportion from that included in the final engineer's estimate. If so the latter proportion shall be used. (b) The actual measured quantities and resultant costs of each CCO pay item that is new, and-hence not included in Exhibit I-A, will be allocated between BART EXTENSION FUNDS and HIGHWAY FUNDS, using the methodology of Exhibit 1-A as a guidd. 7. Notwithstanding Article 15 of Section I of the Caltrans Cooperative Agreement, m Order to qualify the BART EXTENSION FUNDS as match for either Proposition 108, 116 or other State Trarmt Assistance, AUTHORITY will, if necessary to validate the match, and to the degree permitted by its Master Fund Transfer Agreement with Caltrans, disburse the BART EXTENSION FUND's share of the WILLOW PASS PROJECT costs to BART for subsequent payment to Caltrans. 8. - Upon a written request from BART, AUTHORITY will pursue, to the extent Provided in Article I of Section I of the Caltrans Cooperative Agreement,additional construction services for the satisfactory completion of the WILLOW PASS PROJECT. 9. Should BART, Pursuant to its rights under Article 7 of Section I of the Caltrans Cooperative Agreement, disapprove a change order that is subsequently implemented by CALTRANS, the AUTHORITY agrees to seek resolution of the matter pursuant to the "invoice discrepancy procedures" referenced in its Master Fund Transfer Agreement with Caltrans. 10. With respect to the total obligation of funds for the WILLOW PASS PROJECT, the AUTHORITY will obtain written concurrence from an authorized representative of BART Cooperative Agreement 21.00.02 Attachment I Pagge 3 of 5 5-2-92 .. prior to increasing such otC ation above$66,000,000; provided " ,uch concurrence shall not # bet required to the extent that such increase is funded solely from HIGHWAY FUNDS. 11. In the event that the lowest responsible bid for the WILLOW PASS PROJECT exceeds the engineer's estimate by more than 5%, AUTHORITY and BART shall agree on a course of action, before AUTHORITY reaches agreement with STATE. 12. AUTHORITY agrees to provide BART advance written notification, to consult with, to seek written concurrence, and if time permits to obtain a written response, before implementation, on all change orders not wholly allocated to HIGHWAY FUNDS, which-have an estimated cost of over$50,000, have an estimated schedule impact of over one week or were generated by a request from any agency, company or person other than the parties to this AGREEMENT or a Caltrans Department other than Construction, except when,necessary for the safety of motorists and/or pedestrians, or for the protection of property. 13. Upon execution of this ATTACHMENT 1, AUTHORITY will advise BART in writing of the expenses incurred to date by the AUTHORITY (hereinafter "PRIOR AUTHORITY EXPENSES")in connection with tasks accomplished pursuant to paragraphs 1(a) through 1(d) of this ATTACHMENT 1. The PRIOR AUTHORITY EXPENSES will be apportioned between the HIGHWAY FUNDS and the BART ENT WSION FUNDS in accordance with the percentage allocations determined in paragraphs 3 and 4 of this ATTACHMENT 1. The proportion of PRIOR AUTHORITY EXPENSES to be borne by BART EXTENSION FUNDS will be discounted to 1988 dollars, consistent with paragraph 5 of this Cooperative Agreement 21.00.02 and deducted from the remaining balance of the CCTA PROJECT FUNDS defined in paragraph 5 of this Cooperative Agreement 21.00.02. Thereafter, AUTHORITY will advise BART on a quarterly basis of additional expenses incurred by AUTHORITY in connection with paragraph 1 of this ATTACHMENT 1. These additional expenses will be discounted to 1988 dollars and charged to CCTA PROJECT FUNDS consistent with the-procedures described earlier in this paragraph 13. 14. With respect to funds expended by BART pursuant to BART Agreement 04CB- 610, dated February 8, 1988 with the County of Contra Costa, upon termination of that Agreement, which is to occur no later than September 30, 1992, BART will advise the AUTHORITY in writing of the funds disbursed by BART under the terms of that Agreement, (hereinafter "PRIOR BART EXPENSES"). These PRIOR BART EXPENSES will be apportioned between the HIGHWAY FUNDS and the BART EXTENSION FUNDS in accordance with the percentage allocations determined in paragraphs 3 and 4 of this ATTACHMENT 1. The proportion of PRIOR BART EXPENSES to be borne by the HIGHWAY FUNDS will be discounted to 1988 dollars, consistent with paragraph 5 of this Cooperative Agreement 21.00.02 and added to the remaining balance of the CCTA PROJECT FUNDS. Cooperative Agreement 21.00.02 Attachment 1 Page 4 of 5 5-2-92 15. This ATTACHMENT 1 will terminate upon completion of construction and settlement of all claims for the WILLOW PASS PROJECT_ SAN FRANCISCO BAY AREA CONTRA COSTA R;14DDISTRICT TRANSPORTATION AUTHORITY b by: Rob K Executive Director Cooperative Agreement 21.00.02 Attachment 1 Page 5 of 5 5-2-92 EXHIBIT 1-A Cooperative Agreement No. 21.00.02 Exhibit 1-A of Attachment 1 5-18-92 Parsons 303 Second Street BrinckerhoK Suite 700 North Quade& San Francisco, CA 94107-1317 ' Douglas,tnc- 415-243-4600 Engineers Architects Fax-415-243-9501 Planners May 11, 1992 Contra Costa County Public Works Department 255 Glacier Drive Martinez, California 94223-4897 Attention- Mr. Robert V. Faraone Senior Civil Engineer Reference: State Route 4- Willow Pass Grade Lowering Willow Pass Road (Concord) to Bailey Road Contra Costa County Project No.4660-6X4110 Subject: Cooperative Agreement Between The Contra Costa Transportation Authority and the San Francisco Bay Area Rapid Transit District Cooperative Agreement 21.00.02 Exhibit 1-A to Attachment 1 Cost Allocation for Willow Pass Project Dear Mr. Faraone: Attached is a revised cost breakdown of the construction costs between highway and BART_ Of the total $58,884,000, $35,326,307 is attributed to highway and $23,557,693 is attibuted to BART- The cost of all items that can be attributed readily to highway or BART were assigned directly. Based on the analysis performed at the 65%submittal, 190101 ROADWAY EXCAVATION was split 67% to BART and 33%v to highway. This can be attributed to the wider median and flatter grades required for BART. Because they are closely related to roadway excavation, the following items were arbitrarily split 67% to BART and 33%to highway: - 160101 CLEARING AND GRUBBING 180101 BINDER (Dust Palliative) 190191A FURNISH AND INSTALL PIEZOMETER CASING 190191C DRILL HOLE (Piezometer) 203003 STRAW (Erosion Control) 203014 FIBER (Erosion Control) 203040 SEED (Erosion Control) 203056 COMMERCIAL FERTILIZER (Erosion Control) 681501 FURNISH AND INSTALL DRAIN PIPE (Horizontal Drain) 681502 DRILL HOLE (Horizontal Drain) Supplemental Work 066620A SLOPE DEWATERING 153223A REMOVAL OF UNSUITABLE MATERIAL 681605B ADDITIONAL UNDERDRAINS Retaining walls 5, 6, & 7 along Evora Road and Willow Pass Road were attributed to highway. All of the other retaining walls would not be required if BART were not included and were therefore assigned to BART, the following items were distributed as shown: BART HWY 192037 STRUCTURE EXCAVATION (Ret Wall) 6,970 CY 300 CY 193013 STRUCTURE BACKFILL (Ret Wall) 9,000 CY 440 CY 193031 PERVIOUS BACKFILL MAT (Ret Wall) 505 CY 5 CY 510108 CLASS A CONCRETE (Ret Wall) - 2,870 CY 110 CY 520103 BAR REINFORCING STEEL(Ret Wall) 295,200 LB 6,800 LB 800302 CHAIN LINK FENCE (CL-3, Vinyl-Clad) 1,480 LF 0 LF 800361 CHAIN LINK FENCE (CL-6, Vinyl-Clad) 0 LF 430 LF The total of the items above is $46,285,407, of which $27,767,292 was for highway and $18,518,115 is for BART- a ratio of 40% BART to 60% highway. This ratio was then applied to the following items: 070010 PROGRESS SCHEDULE (Critical Path) 071320 TEMPORARY CHAIN LINK FENCE (Type CL-6) 073006 18"TEMPORARY CULVERT 073006A 18"TEMPORARY STEEL FLARED END SECTION 073008 24"TEMPORARY CULVERT 073008A 24"TEMPORARY STEEL FLARED END SECTION 073011 36"TEMPORARY CULVERT 073011A 36"TEMPORARY STEEL FLARED END SECTION 073013 48"TEMPORARY CULVERT 120090 CONSTRUCTION AREA SIGNS 120100 TRAFFIC CONTROL SYSTEM 120120 TYPE III BARRICADE 120150 TEMPORARY PAVEMENT MARKING ' 120161 TEMPORARY TRAFFIC STRIPE 120165 CHANNELIZER (Surface Mounted) 120300 TEMPORARY PAVEMENT MARKER 128201 TEMPORARY DELINEATOR(Class 1) 129000 TEMPORARY RAILING (Type K) 129100 TEMPORARY CRASH CUSHION MODULE 170101 DEVELOP WATER SUPPLY 197040A EARTH RETAINING STRUCTURE (Filter Fabric Wall) 999990 MOBILIZATION 10% State Furnished Materials 066105 RESIDENT ENGINEERS OFFICE The method used for this cost breakdown is the same as the method used at the 65% submittal. Please call if you require additional information regarding this issue. Very truly yours, PARSONS BRINCKERHOFF QUADE & DOUGLAS, INC. Robert L. McFarland Project Manager cc: Paul Maxwell Gary LaBonte attachments: PB Logout No.1067 PB File No.3192-375.01 ej 4n f w cc 41) 8 8 8 VC4 Z6 tq t: C4 C4 CV ri ui 4 1 44 44 CM 4n 4n C4 46 Nr N 49 8 -8-8 8 8 $ 8 a 8 8 $ g g g 6 g g 00 CM C) cv FJ zi v :8. 44 4n N N 40 44 44— N ill Im VI 40 V2 ej cr; 6 W 00 41, C> 0 cu 0 w 0 0 ea C, 0 'D 0 a 0 1. 1- -W 40 1 Ci N40 0 C1 v 4o as ci ci to Z < -b 40TV ul FC I.- c; at d Ci vi .0—M 8 8 8 8 8 8 8 8 8 8 8 a 8 8 8 8 8 a 8 Ln CL OWJ� c A 2S `� .` 7K + v� $ Z5 , chi. M' rl� *' a E.0 0 0 0 cog b 5 ul IL w in o z z z 0 0 0 LL d w uj tu C4 D w - t to o z 0 w 0 1 w H cc w t7c t2 I.- V) V 0) j 1�- ul !i , �w ti 0 4L W W2 * w 08 z Ir UJ � Lz < _j tU 7- to coo S W a < w CL �- WCLPI 119: 111ME05 6 — MM 0 0 0 :) 0 4L CL I I ww 20 0 0 0 0 0 z 0 0 0 0 ICL Q. & 9L AL cc 0 W 40 8 0 0 -Ji 8` -?' 8O O 'pO Z5 625 25 •� •• N 'Y8} - -� "O O G7 o¢O pqQ • 1 f �y �}�lffyy § t0 N . Y § YYQDD .tt�J.•OOttjJJ __ Vi (N� tOOLr Cp �}' [N7 C7i •. CIJ O O O O O O O O O O O O O O O O O O O p p Q N N N N N N N N N N N N N N N N N V/ N ON N Vi N r 8 p8 pp8 Q$p� pp8 Qa8 ppb pp$ 8 p8 8 ppb p8 8gp8p _8 on 8 88 c8 p8N 88 �sp8p 88 88 88 ' ..1 K � �(1 {{i��D (V l� N �q •D N N e O� A n e9 b � N O N ID e? O O O • }" N Y) OJ �_ �_ tS Oi N N vJ Mt � MMM!!t R411 N N N N N N yxs N h— N N �,y ^ •9 N O b �tiMU 10 b e7 h tc 7 N [O d O O O O O O O O ZN Q U ma O SZ N CC N 46 h h v ci � xj cel Zicy 0n J, g a - -- - 0+~''� 8 8 R 8 8 8 8 8 8 8 8 8 8 8 $ $ 8 8 8 8 8 8 Q 8 8 �' O r N N N t7 Yf N N N H y N N V! tNN ci N +rt N N N O a N V!! Y! N N .- 'Y�.+o a OUo $ a w w www w w w w w tJi o � S r m w Z «� w cc CL aIr •`�' O `� 2 Z 2 to p q ¢¢ pLU �w J yw w w wO tw w W W� wNm ] 15 o o ¢ ; m a n !q 0 0 0 0 a ac w o o W 1 m m Q m b O 'w w w w y t} (�}' (} ? V v ' 4 ¢ Q p t7 O O ;-- ai w w 2 wa a a a 11Cwc ¢ IC cin ti ai ai ¢ ¢ a ¢ g $ IL IL m �a U m UJ 5 �jj .p�y p Op pR �Op q° N C. N N 0 0 l�ryy l<� ev b b b b N N N M N b N h i - q� p V p N oN N N F. O ci � _ M_ cam` ti o .ri .6 r: •% � eAa $f � v_ 46N e N•"N N N N „ N r H N M w pp pp QQ N p pp p p �+ pp po pp oo pp pp pp a�y p pp pp pp pp {b� Oct 44 f"' L► H �C d N 4 N W) N N N K yy O 8 S 8 O Q O O O '•O S 6 O -s 8 -s O O O S O O O O O O tl N N N N N Y! N Vi N N N N N H N N N O aD aQ A N O) N 4* N 40 1- pp ..�. � yyy 8 O N O� t7 !7 � O GAi o N •9 O �17r O t0 t�tJ � � � Q O l") vi IA b IM d N QI Q N Yf Z8 $ a 46 cJ cJ ¢ c3 of ti ^ ` is Op 'o j 1 $ �g a s - - F�N= 8 8 88 8 (spy 8 8 R s soN s 8 8 s p sN s� � 8 o8N 8 8 s 8s 8 8 8Ny •.�• _ 1[l O N H N ci i? i!J N N N V3 H H < O N N K N H LNl' V! „} .( I(} t 9 R z z z to 4$m o 2 4 O t7 v v h O O FO J O0 za 0 LL fj O auj tuj LL " C tl o o S 3 ¢ ¢ w 92 F � -' r < w 3 z �, z ¢ O a tl o a w N z z n 0 zzzzrrH 'w oQ drQk' kQ' FFF 0 8 ¢ o 0 0m J J 0 kaO F3 42 - d0 �> > > U oU m k' O T ly T a V m Yt a 0 0 � � d .[ d W Q 5 L f N l7 � � 3 � xE 9099E m 3cr : o d a R 2 R R 2 w W � co arc o ai in inn ai ai ren v� a in ar 0 20 LL � C3 UJ _ d U N spy 'Q oq � oy[j ��yyppyy sTi Vb f3 p�p o�o CQ' � O O O O o O O O Q iV O' U ID W Q1 O� f71 LN71 .�N- ON1 W N N N N N N � zN N Kl u7 b sf1 4n'! �,(! h [ND t0 t0 4D t0 40 A h r A r . N R R co N VP y N „ p p p Q pp p p p O O p pp p p p p p p 8 8 8 o o p p p •_ - O O O 8 O 0 0 8 8 8 8 0 N 8 8 S 8 8 0 8 $ cS vdn q - Q = N {R N N N N O O O O O O � S S 8 8 8 r 8 •O 8 � � O O S � 8 y as Y NS N t'1 Oh N N N Vi 4S N ah N j{ y � ss884ns � 40C3 v � � � g C7 tD N 0 ci N rD n7 t0 tD (V Q Q Q O O O O O OO % O N a ~fa O O QQ Nr O Q Q O v N Q ci � V r a 8 8 8 8 8 8 a COM 4 N N M tD O O .2L o s $ 8 8 8 _ 8 8 8 $ 8ppp 8 8 8Opp o8 $J 8 88l 8 8a. 8 N N N A C ltc+` N V! YYI/ NNN N fKh iM1 ion � Q QUff� O Z� Ott UZ wy w CC 6 w O a C) w w w ¢ o O y = ? to {� w z U U U 0 N _ �_ U z O w n (w9 _ w m tUyt U O o a a Z O a O �, ,J 0. QO A q '� (A 3 J UQJ w w �+� P— Q z t °d 4 2 ID cc N U ¢ ani OZ F U V U ty-' C U O O D U J 2 d Z t J J J Z J Z A A A a a OJ. 4 (J Iii O tl N N e N 0 co �i 28 �Cf� dO� CCS m m cn o w ti c 0 w ed co w W �0 aD co O� Ql 01 QMi Ct �m M m u `2 at a, 40 t j 41 2 401 40 pp .0 C5 C) go #4 44 WW V) N 44 44 V) 8 8 8 8 8 8 8 8 8 V) 44 c ,�! a - § #� C4 cl;C2� 06 •17 N V! > 2 2 2 co W I i qr <4 ,4Z' O O O O o C) a o a c, o o C) 40 40 10 40 40 cli In 40 40 00 r) of W 8 8 8 8 8 8 8 8 8 30:OL M, 46 tL< 0 Z < of-- F -.- --—-.-—— Cc, tz= 5 5 5 5 5 0 0Qra D Q) w z 0 w w yy w us U. 0 0 CA N U. tL a acz z 0 tE rr t: rr tE tE t IE IE t o 0 0 rL E w w w w w w w w w 6 v F ; o w W ca 0 -j & cL 9: 0- 96 LL & LL S: a t f K a a: CL 0. CL 0. CL 0. a 4L Z Z Z Z jL v z � cc cc c 0 0 0 0 0 0 0 < ! I CA g IZL V V Us W Ul UA W i tc cc cc 9L JXXQQQQ -j cc . Q0 In to to PL Z a3 tr cc a: C4 OCN14 IN C, C4 fo to -n -0 An -0 40 'n <1 F1 <1 � 8 l fl 40 t, 0 t8 t 8 40 4n O co at 4n 4-1 2ci 5�� 0; !ft ci 41) 44 44 44 *0 cc 8 8 8 8 N w 40 N to 44 8 8 8 8 8 's 8 9 6 g g Ct Ci CY act b: t� :i 40 vt to C. C4 C4 0 0 'o 'D .0 'D 'm O --o 0 0 a 0 &1 O O 0 app sO� 'D o —qn- fz oli Op 8• 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 2 9L Zi vi i vi 9 vi 6 44 9 9 mi I.: W, to 11 11 44 40 44 mu iIi R t= ao jYl— � %- I —!� 00o tz= ' ca 9L C* U >- o w w w M o CI W W w w W W W W W W IL IL IL CL &a. CL 0. M (L 0. CL 0. IL M w w ti! tit it! til tu us W TO 'm T T M, o o o 0 w w z � w w s , - - v 0 0 0 0 0 0 0 0 0 0 0 0 x 0 0 0 ca fA 00 .000000 00000woo 9L AL CL V) 0 0 a 0 0 a 0 0 Z z w w w w W< ,W< E IRU 2 2 2 2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LL LL IL UL t &L IL &L '0 0 0 9 9 0 z z z z z z z z a ¢ X Cc tu 0 o it & s � 9 1 — W2 w a ¢ w w R b cc 0 0 w wa4 m e 4N 0 0 t, 4-1 4-0 2 10 'n 2 ILO W) .40 2 CC"OZ11F In mm p6� N N b b t!�� N •O'" n f ♦ 00 •.•. N N N N ',N � N "• q', N N N N v-0 N N a.' N fr7 • i s p pp p Q p p �j p p p pp �j �j o p p p �o} • � , S O S a g g H O g $ S g g $ -O $ O O g a a g 4$ a O 0 �,( <p N N. N N +•. is • O N N N N N � g � gag $ a « a $ a gggg � 00 N gC4nao n +n r N �n Cv Y N „r. O N .....• O O O O O O Q O O O �O O O in ..+eT O O O t7 . Q N F- .. U. O < N M O tp h h, in p OO O •O O O O n N N N O a Ig o ::E 888888888 �888888889888 $ 888 p qQ}UX}�•...� �(,1�,ii Q O g G> Hf vi n p p Ui p K> t�+ {'p n 5s kh U _ 8 0� OY � N y S 1�9 N 6 O N N kf 8 M N V! N 44 LU a.� 40 N �-o D q q } } }- } }. d c o w y`"'" w w m a y o O m co s. a 8co Z � a Zo U ZZOOOOO W m z F U ZZ y 1 0 0F Z O U to o W W W Q O WW22 A Z2 ? - a v Sc-� v Dort!! a}} w O W W W a O O z 00 N .4 w t3 C9 1 pj w w UL U. J ku tL U W N ]] li W LL LL !- Z ((((tittll11 X11 ((!!!! + V O a a (~y (�� • cc K 9 F W W 2 Z ¢ 8 V ¢ O 'z 'z iW+. LL IOL ILU u Mfoz1cc cc cc � chi o a ' 4 .0 o n z i z p �CLOO MWD3D 1 0 � ZV v `� N In v � � its Occ ¢ 0 N V � � U � � m U U U , < Q {oQy jOAQ�a pp p p N O O O O O n O N N N, N F1 N N ti3 til N ny+� �f nyy t� n� n r�p n e npp O N C-4 fnD t0 tD - YC Z 10 C> A. -0. . . 9 $6 cd44 CM C. 4n 0 44 9 —8 —8- s- 9. . . . . . . . U 0 0 ci C4 N 8 8 8 1 8 8 8 O 8 O O O O O 8 8 8 .8 8 8 C5 IV8SaEa <> C> N in 40 44 at C4 0 Cm 8 Nco C-t N to N 0 N 4s C� O 0 O 8 O 0 0 O O Z8 8 < C� a C4 r- -W 06 N�tv—X S2 10 �2 < 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 rz c; 0* 40' 0' w a 0 40 <—c<9 0 8 " !� z a '" 44 44 0 0, :z:, 0 <1 <cQ ot to U.,2 5 w< W 0 10 QS2 b I :3 O UV ul CL co AL Z z 02 0 co F- z z z 0 z 0 0 s z z 0 0 IL 6) z ra FA z U) 6 z z z rr w 40 V) LL ui 8 G C6t. "E o I 1 7 6, 0 0 3 3 7 J . w-1 4 -4 1 G, tm. #- 1 -, " 0 w w w 0 0 w w w ww wul 0. 0- Wwwwo. :3 UWP w w cc cc Cc ui , , 00a0 ,<21M - OCLS ; CCM =) z z a Q o T LU tu w tu y w i S P- I T T o LL. U. U- IL W I z z C, ca ca in Y !I� tez — uy, zzoocc < lz z � z _5 z z z z :2 2 1= I � w -j D D :3 9 :E < z z I I I z I < < z w 0 13 1 z z z a. 0 0 — , O , Z, I p 2 CL :D ui -2 0 4n w — — — 0 tn w 0 :2U o o o UJ < < < 0 0 t� 0 An Nco 40 919 9 C) co8 co8 co co :20i 'o co 4m 0 n -n `8i rn co t2 4 N #A r 4A 4a t 0 88 8 8 8 IWO ts fti C; -i ri • g g f, " el 116 41C to 0) — C4 4m t; C; 8 8 8 8 8 8 8 8 L ezo.c fti g - cc 0 rn 0' CL ,Ica go =a w w w w 0 to: > 2 as Cy 0 2 0 w w w z z 0 A F 0— z 0 0 0 < Z g3 : 0 �I I Us 2 ca w o < 0 z z w P 0 w fs 0 0 .2 < N o 0 luni w U. LL LLgLL, WX a IP z z U. vw- www (L 0 zLL *.- W< cc cr CL cr cc cr Co z 0 0 0 Z* gm w 0 x 4L LL. I OfAww -J ' 50004L .; :�: :� 0 — < :z 0 z z Z w x a m cc I.- & W W w w w 41 zi cc Z 0 0 0 0 < 0 cy C-J CO to 40 (D 40 M 011 O 'n0 :9 8p 2 Cc, co Zo 43 MM S In 09 FJcl `�. ,.� • r r.Y N N N N N NN N N rlyyy O y N N y O O¢ N N N N �N ." 8 Q 8Q N 8 8 8 8 8 'q' 8 8 8 8 8 8 8 8 8 8 8 8 8 8CY 40 8 8 8 J N FO NN � eD Cc N N C- N NN N N •�Nq p8 O pOp 8 88p O 8 8 O O ppO ooO p8p O 88p 8�1 ppO o8 o88 CCO pO Q a O V� N H N N N N N N N N N N N N N O O O 8 �8p 8 c8p 8 C7 N N tN� N N N f7 8 8p p p p o O N R ONQi O O O g N �D Q N O 8 (y R N N m r eo N w N (V " 4-> (V N e7 ON O O 00 R O ^ C; N N Al R -R O O O O O O N O O cc Q O O O O O O O O O W-6 O O O O y N N tc; _ .. Zpa u L ��N3�rza` n Z 9 w(��1 p p —.�f p —O p O H•-•� q n ONi 4Oo �D v N n m a0 R 01 p N N O O O O 8 O O O 8 O • =F a N U d ai ai mn o; ((ppYY�� K�oppf .' ((ppVV�� ai ori w �N.} apf 8 8 8 8 8 8 8 8 L Q Q O EC a N N N N N N N N N N N N v1 N y a< C <ZcO ? NN N O N u a Z.UNO o� UZ wm v c O c p N a 40 o v O cc p p p p Wb V J V J < 6 . E 0 13 w �r �f ( �t a v Y zr v t m tt W W w 1 t 1 1 1 1 1 1 t 1 1("1 m m m b U 1 d -m m m i m m m b b o w 3 o 55 -d „ O O O O O m O ^� O V < 8 O O X X X 0 CO 0 CO CD 90 4M o � Ires � � � � r � � � Lx c 0 U o o o 0 Y x x x x x x x Y x x Y x x F P c c c c c c c c c c c c cc �'j V - a a no m N m M 47 A W m N N W T m m m m m m m m m m m m m J CL s 'U2i v u —u u `U u 'U t, uw w w W- m ] ] 7 ] ] 7 J ] J ] 7 7 ] J O N N e7 O W � < Q pm �a) Qw LLp g x xO ' � oO a Q ao OOi Oi d� ai Oi Oi m OOi �i a�i Oi Qi OOi Oi pi g n r n r n a r r n n n r n a n r r n r n U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .- o Q m CO 0n Q en cc 0 m 0 m w m W 0 0 o ao m o 0 0 o m o 0 0 0 0 0 0 0 0 0 'o to 0 1 N (y pyo -1. ep p Z N N N N Ta N N N N N N N N N N N N N N N N N N u o 0 2S 25 2y Zy a b a o 0 0 0 0 0 Rci • !' 4' 88 W f0 N Nr N „ N an N N 40 l 1' a yj NN N N 4 NN . - � 8 0 86Q OqQ OpA ppQ p S � Oo Op pO pS pO Op Bo p� O4 O! O V fD �j (V N N N N N N N YY N N N N o Ci � N !- N act N tD N N N i0 N N N N N N YI VS N N #- Cy 44 N N A 0 0 0 o a a o o a o 0 0 0 iy Q o 0 0 0 i�pZ0. �— Cw ! Nz N N N N eo v y y y y a i G w co t3 Z w O () co CL z o !2 < o A ` 3. z Q ' CC o Q S r c L A ¢ 0 w y w w CL y &L ra0} z co uj N tit 0( 2 � � A Gam. Z T (� 2 � o=. cr w P to �u N Z z d U }�t-1 � wz z p Q ux1 g w U 5 cr A W w � w 0 Cf i d A W p U (-1 �p U •UNy qU C* U co Q Q a c N � 2 Civ � � s} Q z 4 2 w r�� Q t< co (Np ��p {Qp 4 6_ m_ Q Q p�p�� Q G1 O G1 C-4 N 1 A • +7 N • Q ... _..i D ... F• .Si; $d u U���rza OZ r C Q O iL •h- Scn Co- j i..: =<as c (31 .; 41) a E o, E au ro 2 N s 93ca 4 - "' w ir a CL CL CL to to d «r a + d C vai z co w a a zc O a a v s "z 8 N D m O Q Q d tr (a UJI toz N �LU a �a � ORiGINAL 4-CC-4 19.7/20.8 Bailey Road Interchange 4303-228011 Dist. Agmt. No. 4-1431-C Document No. CC-7- CCTA Agreement No. Y14.02-ao COOPERATIVE AGREEMENT This AGREEMENT, entered into on J-C4,hU4 ,, - �, s between the STATE OF CALIFORNIA, acting by and through its De- partment of Transportation, referred to herein as "STATS", - CONTRA COSTA TRANSPORTATION AUTHORITY a public entity, referred to herein as "AUTHORITY", AND SAN FRANCISCO BAY AREA RAPID TRANSIT DISTRICT, a public entity, referred t4� herein as "BART" . CC LO RECITALS Co (1) STATE, AUTHORITY, and BART contemplate jointly constructing* improvements consisting of reconstructing the Bailey Road Interchange on State Highway Route 4 in the City of Pittsburg, to provide a median of sufficient width to accommodate a six lane highway expandable to eight lanes and a BART rail sys- tem, construction of BART transit facilities up to subballast in the Route 4 median including station platform and foundations, and construction of pedestrian improvements and a bicycle ycle path, all referred to herein as "PROJECT" . -1- DUPLICATE ORIC, 4 . District Agreement No. 4-1431-C (2) STATE is authorized to do all acts necessary, con- venient or proper for the construction or improvement of all . highways under its jurisdiction, possession, or control. (3) The Contra Costa County Transportation Improvement and Growth Management Ordinance (No. 88-01) which was approved by the Contra Costa County voters on November 8, 1988, referred to herein as "MEASURE C", authorized the creation of AUTHORITY and empowered AUTHORITY to impose a 1/2 percent transactions and use (sales) tax for a period of 20 years, commencing April 1, 1989, to finance transportation. improvements in Contra Costa County. AUTHORITY is authorized to fund the design, acquisition of right of way for and construction of MEASURE C projects on the State Highway System. (4) AUTHORITY is willing to initially bear 100 percent of the total actual costs of construction of PROJECT. AUTHORITY will be reimbursed by STATE for a portion of said costs from State-Local Partnership funds according to the procedures con- tained in the State-Local Partnership Program. The construction of PROJECT is not receiving any other State funds, in accordance with Streets and Highways Code Sec. 2601(b) (3) . (5) STATE, AUTHORITY, and BART are public agencies au- thorized under the Streets and Highways Code, Government Code Section 14529. 11 and Public Utilities Code Sections 28500 et seq. to enter into an agreement under which STATE will advertise, award and administer the construction contract and provide con- struction oversight for PROJECT. STATE and AUTHORITY will pro- -2- District Agreement No. 4-1.431-C tt vide construction services_ AUTHORITY will fund the costs of construction, contract administration, and construction services for PROJECT and the costs of right of way and utility protection, relocation and removal. (6) As part of a pilot program STATE and AUTHORITY do mutually desire to use electronic procedures for monthly billing and payments for costs incurred for construction and services for PROJECT. The terms and requirements of electronic fund transfer are addressed in a separate Master Agreement for Electronic Fund Transfer between STATE and AUTHORITY, STATE District Agreement No. 4-1382-C and AUTHORITY Cooperative Agreement Number 90.00.03, referred to herein as "MASTER AGREEMENT" , and all terms and con- ditions thereof shall apply except for right of way capital costs and right of way services costs which are not applicable to PROJECT. (7) STATE, AUTHORITY, and BART do mutually desire to jointly participate in the construction of PROJECT and desire to specify herein the terms and conditions under which PROJECT is to be constructed, financed and maintained. ' (8) The preliminary and design engineering are ad- dressed in a separate design Master Agreement between STATE` and AUTHORITY, STATE District Agreement No. 4-1376-C and. AUTHORITY Cooperative Agreement Number 90.00.02 . -3- District Agreement No. 4-1431-C SECTION I STATE AGREES: (1) To provide all labor, materials, tools and equip- ment for PROJECT including advertising, award, contract adminis- tration, field office facilities, Resident Engineer, Structures Representatives, Principal Assistant Resident Engineer, Field Of- fice Engineer, available Entry Level Engineers, material source inspection, independent assurance and specialty testing, survey- ing coordination and other construction services as may be re- quested by AUTHORITY for satisfactory completion of .PROJECT. The terms in the preceding sentence are as defined in various STATE manuals, policies and procedures. The services to be provided by STATE, when _combined with resources and work to be provided by AUTHORITY, are referred to herein as "SERVICES" for the purpose of determining AUTHORITY' s share of the cost of SERVICES. (2) At no cost to AUTHORITY- or BART, to provide that portion of SERVICES that are included in STATE' s oversight re- sponsibility. for construction of PROJECT, including, but not lim- ited to: District Office Engineer time; a full time Resident Engineer; Resident Engineer' s Supervisor time; Structures Repre- sentatives' Supervisor time; Assurance, Specialty and , Source testing; in accordance with the provisions of STATE' s Policy and Procedure Memorandum No. P90-01- (3) To construct PROJECT by contract in accordance with plans and specifications for STATE Contract Number 04-228014 pre- -4- District Agreement No_ 4-1431-C pared for AUTHORITY by Contra Costa County' s Consultants-, BART and BART' s consultants and overseen by STATE. AUTHORITY and BART shall be named as additional indemnitees and, to the extent ap- plicable, as additional insureds in the construction contract be- tween STATE and the contractor for PROJECT. (4) To establish separate -PROJECT accounts to accumu- late charges and credits for all costs to be paid for by AUTHOR- ITY pursuant to this Agreement. (5) As construction of PROJECT proceeds, to use proce- dures, as set forth in the MASTER AGREEMENT, to submit to AUTHOR- ITY monthly summaries of charges for actual expenditures for construction and SERVICES. (6) Thereafter, to- prepare and submit two copies of de- tailed monthly billing statements to AUTHORITY for construction and SERVICES, as set forth in the MASTER AGREEMENT. (7) To provide advance written notification, to consult with, to seek written concurrence and if time permits to obtain a written response, before implementation, from AUTHORITY on all change orders, and from BART on all change orders affecting BART facilities, which either have an estimated cost of over $50,000, have an estimated schedule impact of over one week, or were gen- erated by a request from any agency, company or person othr_r than the parties to this Agreement or a Caltrans Branch other than Construction; except when necessary for the safety of motorists and/or pedestrians or for the protection of property. If AUTHOR-. ITY or BART provides written objection to a change order, AUTHOR- -S- - District Agreement No. 4-1431-C ITY shall have the right to seek resolution pursuant to the discrepancy provisions of Section III of MASTER AGREEMENT. (8.) To submit to BART for review and obtain written ap- proval of all design changes and contractor submittals, such as shop drawings or requests for substitution of materials, affect- ing BART facilities. Upon completion of construction, to provide BART with a copy of contractor' s record drawings affecting BART facilities. (9) To submit to AUTHORITY each month two copies of a construction progress report which describes the work performed and completed during the reporting period and gives pertinent contract data such as change orders issued, cumulative costs of change orders, progress payments made (reported in dollars) , and percentage progress achieved to date, all in accordance with STATE' s standard accounting practices. (10) Upon completion of PROJECT and all work incidental thereto, to furnish AUTHORITY with two copies of detailed state- ments of the total actual costs of construction and SERVICES for PROJECT, including the costs of any contract claims which have been allowed to the construction contractor. STATE thereafter shall refund to AUTHORITY (promptly after completion of STATE' s audit) any amount of AUTHORITY' s payments STATE is holding.,• after actual costs to be borne by AUTHORITY have been deducted, or to bill AUTHORITY for any additional amount required to complete AUTHORITY' s financial obligations pursuant to this Agreement. -6- District Agreement No. 4-1431-C (11) Upon presentation of documentation acceptable to STATE, to accept the additional rights of way acquired for PROJECT pursuant to Article (1) of Section II, and to own, oper- ate and maintain all STATE highway facilities as constructed un- der PROJECT in accordance with the provisions of the freeway agreements and freeway maintenance agreements presently in effect or as may be executed or modified hereinafter and make no claim against AUTHORITY or BART for any portion of such maintenance ex- pense. STATE shall transfer to BART at no cost to. BART, upon ac- ceptance by STATE of the PROJECT construction contract, the right of way for BART facilities outside STATE' s and other public enti- ties right of way, as referenced in Article 2 of Section III . Maintenance of the bicycle path, pedestrian improvements, traffic signals, local roads, and BART facilities within STATE right of way will be covered in separate Maintenance Agreements with the respective agencies. (12) To consider AUTHORITY' s payment of the BART share of the PROJECT, determined in accordance with the provisions of the Cost Sharing Attachment to Cooperative Agreement No. 21.00.02 between AUTHORITY and BART, as a portion of the local match for Proposition 108, 116 or TCI funds for the BART Rail Extension to West Pittsburg. BART' s eligibility for these funds will be de- termined in accordance with established California Transportation Commission policies and procedures and will be addressed in a separate agreement(s) . -7- t District Agreement No_ 4-1431-C (13) STATE will, insofar as STATE may legally do so, defend, indemnify and hold free and harmless BART and AUTHORITY and their respective directors, officers and employees, and each of them, from any and all claims, demands, suits, loss; damages, injury and liability, direct or indirect (including any and all expenses in connection therewith) alleged to have resulted from the construction by STATE of STATE facilities as part of PROJECT. (14) After completion and acceptance of PROJECT, to the extent it may legally do so; STATE agrees that upon request by BART or AUTHORITY, and at BART' s or AUTHORITY' s sole cost and ex- pense, STATE will pursue its legal remedies, if any, against STATE' s construction contractor with regard to PROJECT. SECTION II AUTHORITY AGREES• (1) To have Contra Costa County acquire all additional right of way required for PROJECT in accordance with all applica- ble State and Federal laws and regulations and in full conform- ance with all STATE right of way procedures and practices, and to: provide for Contra Costa County to certify, subject to STATE con- currence, that legal and physical control of right of way has been acquired, that same is ready for construction, and that all right of way was acquired in accordance with applicable State and Federal laws and regulations and in full conformance with all. STATE right of way procedures and practices. -8- District Agreement No. 4-1431-C 1 (2) To provide, at no cost to STATE, qualified support staff and other resources necessary to supplement STATE resources to accomplish PROJECT construction, including inspection, materi- als acceptance sampling and testing, review of contractor submit- tals, engineering support, and field office staff. Said resources provided by AUTHORITY must be coordinated by and under the specific direction of the STATE' s Resident Engineer. (3) To provide, at no cost to STATE, surveying and staking services. Said resources provided by Authority must be coordinated by and under the specific direction of the STATE' s Resident Engineer. (4) To bear 100 percent of the actual costs of right of way and utility protection, relocation and removal costs of PROJECT estimated to be $14,000,000. (5) To bear one hundred percent (100%) of the total ac- tual construction costs of PROJECT, estimated to be $39,700,000, including the costs of STATE-furnished materials, supplemental work, change orders, contract claims paid to the construction contractor, - and the costs of STATE' s defense of all PROJECT-related claims which may be filed by said contractor un- der Section 9-1.07 of STATE' s Standard Specifications, less any reimbursement from State-Local Partnership funds. The, actu.al construction costs of PROJECT shall be based upon the final quan- tities which shall be determined after completion of all work and upon final accounting of costs. -9- C a District Agreement No. 4-1431-C (6) To bear one hundred percent (100%) of the actual costs of SERVICES for PROJECT, estimated to be $3,970,000. Said costs of SERVICES shall include costs of providing personnel re- sources, their equipment, and field office facilities and all di- rect and indirect costs (functional and administrative overhead assessment) attributable to STATE' S portion of SERVICES applied in accordance with STATE' s standard accounting procedures, except those costs which are determined to be included in STATE' s over- sight responsibility. The actual costs of SERVICES for PROJECT shall be determined after completion of all work and upon final accounting of costs. (7) AUTHORITY' s initial total obligation for the costs of right of way, utility protection, relocation and removal, con- struction and SERVICES for PROJECT is $57,670,000. This amount is subject to increase to cover the costs of utility protection, relocation and removal as provided in Article (10) of Section IV of this Agreement. The total obligation may also be increased to cover costs in excess of the initial estimated total costs of construction. and SERVICES. The total obligation may also be in- creased to cover costs of archeological monitoring and recovery for PROJECT, should any be required. Any increase in total obli- gation will be subject to the written concurrence of AUTHORITY, , which will be incorporated by reference into this Agreement with- out the necessity of a written amendment. -10- District Agreement No. 4-1431-C (8) To use procedures, in accordance with the . MASTER AGREEMENT, to make monthly payments to STATE for actual costs.... . incurred for construction and SERVICES. (9) To make supplemental payments and payments for SER- VICES when required, in accordance with the MASTER AGREEMENT. (10) To pay STATE upon completion of all work and within 25 working days after receipt of a detailed statement made upon final accounting of costs therefor, such amount as required to complete AUTHORITY' s financial obligation pursuant to this Agreement. (11) To provide BART with a copy, upon receipt from STATE, of the statements and reports to be provided .by STATE in accordance with Section I . (12) At no cost to STATE to retain services of original design consultant and its subcontractors to provide design sup- port during construction. SECTION III BART AGREES: (1) To provide, at no cost to STATE or AUTHORITY, qual- ified field representatives and other resources necessary to mon- itor PROJECT construction for BART facilities, including; performing independent assurance inspections, testing and re- views; independent specialty testing; independent off-site source inspection; independent materials and workmanship acceptance in- -11- District Agreement No. 4-1431-C spection, sampling and testing; design engineering support; and review of contractor submittals. Said resources provided by BART must be coordinated by and under the specific direction of the STATE' s Resident Engineer, subject to the authority of the BART representative defined in Article (11) of Section IV. BART will not provide support personnel or other resources to supplement STATE resources for the daily inspection, sampling, testing and field office staff for PROJECT. This article shall in no way di- minish the responsibility of STATE for the satisfactory con- struction of PROJECT. (2) To accept the right of way for BART facilities out- side STATE' s and other public entities' right of way and own, op- erate and maintain all BART facilities as constructed under PROJECT in accordance with the provisions of the cooperative agreements and maintenance agreements presently in effect or as may be executed or modified hereinafter and make no claim against AUTHORITY or STATE for any portion of such maintenance expense. Acceptance of said rights of way by BART is subject to a review of a Policy- of Title Insurance in BART' s name to be. provided and paid for by AUTHORITY. (3) At no cost to STATE to retain services of original design consultant and its subcontractors to- provide -design sup- port during construction. -12- District Agreement No_ 4-1431-C SECTION IV IT IS MUTUALLY AGREED AS FOLLOWS: (1) All obligations of STATE under the terms of this Agreement are subject to the appropriation of resources by the Legislature and the allocation of resources by the California Transportation Commission_ (2) All obligations of AUTHORITY under the terms of this Agreement are limited as provided in the Contra Costa Trans- portation Improvement and Growth Management Expenditure Plan, dated August 3, 1988, and are subject to the availability of funds in the annual budget of the AUTHORITY pursuant to Public Utilities Code Sections 180105 and 180108. All obligations of AUTHORITY under the terms of this Agreement are expressly subject to AUTHORITY' s continued authorization to collect and expend the sales tax provided by. MEASURE C. If for any reason AUTHORITY' s right to collect or expend such sales tax is terminated or sus- pended in whole or in part, AUTHORITY shall promptly notify STATE and BART. STATE, BART, and AUTHORITY shall consult on a course of action. If, after twenty five (25) working days, a course of action is not agreed upon between STATE and AUTHORITY, this tO Agreement shall be deemed to be terminated by joint consent pur- suant to Article (8) of this Section IV; provided that any fur- ther obligation from the date of notice shall be expressly limited by and subject to (i) the lawful ability of AUTHORITY to expend sales tax proceeds for the purposes of this Agreement; and -13- District Agreement No. 4-1431-C (ii) the availability of funds for such purposes, taking into consideration all the obligations of AUTHORITY under all out- standing contracts, agreements and other obligations of AUTHOR- ITY. (3) Should any portion of PROJECT be financed with Fed- eral funds or State funds, all applicable laws, rules and poli- cies relating to the use of such funds shall apply notwithstanding other provisions of this Agreement. (4) STATE' s goals for utilization of Minority and Wom- en' s Business Enterprise (MBE and WBE) will be included in the construction contract. The contract goals will be based on a technical analysis of contract items and certified MBE/WBE sub- contractors in the area. STATE will award PROJECT to the lowest responsible bidder who meets the goals or who made,in the sole judgement of STATE, a good faith effort to do so. (5) STATE shall not advertise for bids to ,construct . PROJECT until this Agreement is executed by all parties thereto. Unless State-Local Partnership funding is in jeopardy of being lost, STATE shall also not advertise for bids to construct PROJECT until AUTHORITY delivers to STATE control and/or pos- session to rights of way, free and clear of all encumbrances det- rimental to STATE' s present and future uses at the tune of certification of rights of way ready for construction. Accept- ance of said rights of way by STATE is subject to a review of a Policy of Title Insurance in STATE' s name to be provided and paid for by AUTHORITY- -14- s District Agreement No. 4-1431-C (6) If, after opening bids for PROJECT, it i-s found that the lowest responsible bid does not exceed the Engineer' s Estimate by more than 5% of the estimate, STATE may award the contract. (7) If upon opening of bids for PROJECT, it is found that the lowest responsible bid exceeds the Engineer' s Estimate by more than 5% of the estimate, STATE, AUTHORITY, and BART shall consult upon a course of action. If, after twenty five (25) working days, a course of action is not agreed upon between STATE and AUTHORITY, this Agreement shall be deemed to be termi- nated by joint consent and the parties will proceed pursuant to Article (8) of this Section IV. (8) If termination of this Agreement is by joint con- sent, AUTHORITY will bear one hundred percent (100%) of all PROJECT-related costs incurred by STATE pursuant to this Agree- ment, to the date of termination and as provided in Article (9) of this Section IV. (9) After award of the construction contract for PROJECT, should AUTHORITY, after a request by STATE, not author- ize funding beyond the amounts stated respectively in Articles (4) , (5) , and (6) of Section II, STATE shall insure that all op- erating roadways are in a safe and satisfactory permanent operat- ing condition and then shall cease work on PROJECT. Additional costs incurred in accordance with this article in excess of pay- ments made will be billed and subject to payment by AUTHORITY. c -15- District Agreement NO. 4-1431-C (10) If, during PROJECT construction, any unforseen conflict with existing public and/or private utilities occur, or there is a significant change required in any approved utility relocation plan, then the provisions of STATE' s Standard Specifi- cations, Section 8-1. 10 (Utilities and Non-Highway Facilities) shall apply. AUTHORITY will bear one hundred percent (100%) of costs of protection, relocation and removal of said utilities. (11) In the construction of PROJECT, AUTHORITY and BART may, at no cost to STATE, each furnish a field representative, if they so desire. Said representative(s) and STATE' s Resident En- gineer will cooperate and consult with each other, but the deci- sions of STATE' s Resident Engineer shall prevail as final, binding and conclusive in all matters concerning the PROJECT con- struction contract. The BART field representative, working through the STATE' s Resident Engineer; shall have the authority to request cessation of the contractor' s operation on BART facil- ities, wholly or in part, to approve or disapprove workmanship or materials on BART facilities, or to suggest other appropriate action when work on BART facilities is substandard or does not comply with contract provisions. Only. the STATE' s Resident Engi- neer shall. have the authority to suspend the contractor' s work. (12) Upon completion of construction of PROJECT,, • STATE will consult with AUTHORITY and BART before final acceptance of the completed PROJECT. District Agreement No. 4-1431-C (13) STATE' s construction contract claims process will be used in consultation with AUTHORITY and BART. AUTHORITY and BART will abide by the outcome of STATE' s claims process. (14) Upon completion of all work under this Agreement, ownership and title to materials, equipment and appurtenances in- stalled within STATE' s right of way will automatically be vested in STATE, except that ownership and title to materials, equipment and appurtenances for BART facilities installed within STATE' s right of way will automatically be vested in BART, and materials, equipment and appurtenances installed outside of STATE' s right of way will be vested in BART or the appropriate public entity ac- cording to the jurisdiction in which these materials, equipment and appurtenances are located. (15) Upon completion and acceptance of the PROJECT con- struction contract by STATE, STATE will accept control of and maintain, at its 'own cost and expense, those portions of PROJECT lying within STATE' s right of way, except local roads, signals, bicycle path and pedestrian improvements, delegated to the appro- priate public entity and BART facilities delegated to BART for maintenance. (15) Maintenance of those portions of PROJECT lying outside STATE' s and BART' s right of way and local roads, signals, bicycle path and pedestrian improvements within STATE' s right of way delegated to another public entity for maintenance will be addressed in separate maintenance agreements between STATE and/or- other nd/orother respective involved public entities. -17- District Agreement No. 4-1431-C (17) BART will accept control of and maintain, at BART' s expense, BART facilities within BART' s and STATE' s right of way. BART' s use of STATE' s right of way will be addressed in a separate agreement between STATE and BART. (18) BART will not begin revenue service within STATE' s right of way until the separate right of way and maintenance Agreements have been executed. (19) Pursuant to Government Code Section 895.4, STATE shall fully indemnify and hold AUTHORITY and BART and their re- spective directors, officers and employees, harmless from any li- ability imposed for injury (as defined by Government Code Section 810.8) occurring by reason of anything done or omitted to be done. by STATE under or in connection with any work, authority or ju- risdiction delegated to STATE under this Agreement. Neither AU- THORITY, BART, nor any director, officer or employee thereof, shall be responsible for any damage or liability occurring by reason of anything done or omitted to be done by STATE under or in connection with any work, authority or jurisdiction delegated to STATE under this Agreement. (20) Pursuant to Government Code Section 895.4, AUTHOR- ITY shall fully indemnify and hold STATE and BART and their re- spective directors, officers and employees, harmless from any liability imposed for injury (as defined by Government Code Sec- tion 810.8) occurring by reason of anything done or omitted to be done by AUTHORITY under or in connection with any work, authority- or jurisdiction delegated to AUTHORITY under this Agreement_ -18- District Agreement No. 4-1431-C Neither STATE, BART, nor any director, officer or employee thereof, shall be responsible for any damage or liability occur- ring by reason of anything done or omitted to be done by AUTHOR- ITY under or in connection with any work, authority or jurisdiction delegated to AUTHORITY under this Agreement. (21) Pursuant to Government Code Section 895.4, BART shall fully indemnify and hold STATE and AUTHORITY and their re- spective directors, officers and employees, harmless from any li- ability imposed for injury (as defined by Government Code Section 810.8) occurring by reason of anything done or omitted to be done by BART under or in connection with any work, authority or juris- diction delegated to BART under this Agreement. Neither STATE, AUTHORITY, nor any director, officer or employee thereof, shall be responsible for any damage or liability occurring by reason of anything done or omitted to be done by BART under or in con- nection with any work, authority or jurisdiction delegated to BART under this Agreement. (22) Except as expressly provided herein 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 bind- ing on any of the parties hereto. -19- District Agreement No. 4-1431-C (23) The parties hereto recognize and agree that sepa- rate counterpart signature pages may be used but that all such pages shall constitute one and the same Agreement. STATE OF CALIFORNIA CONTRA COSTA TRANSPORTATION Department of Transportation AUTHORITY JAMES W_ VAN LOBEN SELS Director of Transportation Chairperson B H. J NG Deputy- Dist is Director Attest.704j� Robert I . McClea , APPROVED AS TO FORM AND PROCEDURE Executive ect r APPROVED AS TO FORM AND �EDURE ATTORN Y Department of Transportation LTJ CERTIFIED AS TO FUNDS AND PROCEDURE S an Tayl r, A torney I certify that funds have been budgeted for the period and the District' Accountin A inistrator purpose of payment to STATE stipulated in the above Agreement ecutive. irector -20- District Agreement No. 4-1431-C (23) The parties hereto recognize and agree that separate counterpart signature pages may be used but that all such pages shall constitute one and the same Agreement. STATE OF CALIFORNIA SAN FRANCISCO BAY AREA RAPID Department of Transportation TRANSIT DISTRICT JAMES W. VAN LOBEN SELS Director of Transportation B Gen al r6nager R. H. G De ty D �ict�IN Direc or ' Attest: APPROVED AS TO FORM AND .PROCEDURE PPROVED AS TO FORM AND 1 PROCEDURE ATTORNEY Department of Transportation f . CERTIFIED AS TO FUNDS AND PROCEDURE A orney San Francisco Bay A4vba Rapid Transit District GO L� w Districk Accounting A ini trator -21- ORIGINAL CONTRA COSTA TRANSPORTATION AUTHORITY Resolution 93-04-P RE: APPROPRIATION OF FUNDS AND AUTHORIZATION TO EXECUTE A CONSTRUCTION AGREEMENT FOR THE BAILEY ROAD INTERCHANGE PROJECT (#1402). WHEREAS, the Contra Costa Transportation Improvement and Growth Management Expenditure Plan (hereinafter "Plan") includes $80,000,000 in 1988 dollars for the Route 4 (east) project funding category; and WHEREAS, the Plan also includes $178,000,000 in 1988 dollars for the Rail extension to Eastern Contra Costa; and WHEREAS, the Authority has executed Agreement No. 21.00.02 with BART that provides for the allocation of construction costs to both the Route 4 (east) and Rail extension project fund categories; and WHEREAS, the Authority expects that the appropriation of funds by this Resolution will be offset by receipt of state-local partnership funds; and WHEREAS, the Authority has made prior fund appropriations for this project which are summarized in Attachment A to this resolution, WHEREAS, the Authority wishes that Caltrans administer the construction-of the Bailey Road Interchange on Route 4 as well as certain related BART facilities; now therefore be it RESOLVED, that the Chair is authorized to execute Cooperative Agreement No. 90.14.02 between the Authority, BART and Caltrans for the construction of the Bailey Road Interchange; and be it further RESOLVED, that the Authority appropriates $44,000,000 for•the construction of the Bailey Road Interchange and overall construction management-, and be it further RESOLVED, that the disbursed funds will be allocated between the Route 4 (east) and rail extension project fund categories'.in accordance with Cooperative Agreement 21.00.02. n MuI nn, Chair This RESOLUTION was entered into at a meeting of the Contra Costa Transportation Authority held January 11, 1993 in Walnut Creek, California Attest: —7�e Rob Mccl Executive Di ector ATTACHMENT B COOPERATIVE AGREEMENT NO-14-00.00 between, the Contra Costa Transporta£ioa Authority and Couady of Contra Costa EXHIBIT A Chronological Listing of Fund Appropriation Resolutions Project Number Resolution Number Date tun&Appropriated Cumulative Total 90-20 12-19-90 30.004 30,000 14.01.01 12-12-89 3,000,000 3,000,000 14.01.01A 06-20-90 400,000 3,400,000 14.01.02 09-27-90 900,000 4,300,000 90-17 12-05-90 500,000 4,800,000 91-04-P 02-20.91 105,000 4,905,000 91-05-P 03-20-91 572.000 5,477,000 91-06-P 03-20-91 200,000 - 5.677.000 91-48-P 09-18-91 1.170,000 6,847.000 91-36-P 09-18-91 824,000 7,671,000 91-37-P 09-18-91 3,416,000 11.087.000 9148-P 02-19-92 -1,170,000 9,917.000 92-07-P 02-19-92 170.000 10,087,000 92-11-P 3-18-92 •*66,000,000 76,087.000 91-36-P(revised) 6-17-92 855,000 76,942.000 92-19-P 6-17-92 160,000 77.102,000 92-19-P(revised) 9-16-92 -100,000 77,002,000 92-30-P 11-18-92 25.000 77.027.000 92-30-P(revision 1) 12/16/92 25,000 77,052,040 sf.'S'9 GO Lrn 'Actual expenditure of Measure C funds on this project will be allocated between the Route 4(cast)project category and the East Contra Costa Rail(SART)project category on a percentage basis provided by CCTA Agreement 21.00-02(approximately 60140 split). "Construction Funds to be disbursed directly to Caltrans,rather than Contra Costa County. '•'Actual expenditureof Measure C funds on this project will be allocated between the Route 4(east)project category and the East Contra Costa 1 Rail(BART)project category on a percentage basis.(approximately 50!50 split). A-1-1-ACHMENT B COOPERATIVE AGREEMENT NO-14.00.00 between the Contra Costa Traasportafioa Authority and County of Contra Costa 14.02.01 06-27-90 400,000 400,000 91-08-P 03-20-91 120,000 520,000 91-07-P 3-20-91 2,000,000 2,520,000 91-07-P(Revisionl) 06-19-91 2,230,000 4,750,000 91-13-P 06-19-91 190,000 4,940,000 91-0&P(Revision 1) 09-18-91 321,000 5,261,000 91-47-P 09-18-91 14,960,000 20,221,000 91-08-P(Revision 2) 12-18-91 70,000 20,291,000 92-16-P 5-20-92 32,000 20,323,000 91-07-P(Revision 2) 7-15-92 735,000 21,058,000 91-08-P(Revision 3) 11-I8-92, 172,000 21,230,000 92-31-P 11-18-92 75,000 21,305,000 92-31-P(revision 1) 12-16-92 35,000 21,340,000 93-03-P 1-20-93 5,000 21,345,000 93-04-P 1-20-93 -•44,000,000 65,345,000 TOTAL FUNDS APPROPRIATED 142,427,000 'Actual expenditure of Measure C funds on this project will be allocated between the Route 4(cast)project category and the Fast Contra Costa Rail(BART)project category on a percentage basis provided by CCTA Agreement 21.00.02(approximately 60140 split). —Construction Funds to be disbursed directly to Caltrans,rather than Contra Costa County. ­Actual expenditure of Measure C funds on this project will be allocated between the Route 4(east)project category and the East Contra Costa 2 Rail(BART)project category on a percentage basis.(approximately 50150 split). March 23, 1993 File: 4-CC-4 19.7/20.8 4303-228011 Bailey Road IC Mr. Robert K. McCleary Dist. Agmt. No. 4-1431-C Executive Director Contra Costa Transportation Authority 1340 Treat Blvd. , Suite 150 Walnut Creek, CA 94598 Attention: Mr. Paul MaxwellG Dear Mr. McCleary: � Q3 Subject: Executed Cooperative Agreement for Files Enclosed for the Authority' s files are two (2) copies of the fully executed Cooperative Agreement for reconstructing the Bailey Road Interchange and for other improvements and BART work on State Highway Route 4 in Pittsburg. Sincerely, PRESTON W. KELLEY District Director By run I PD Mm ROBERT A. ANDERSON, Chief i Project Development Contra Costa II Enclosures 11 • ri a:i •� o• • st•. o• • ' , 14 W o o: • lot 1: - / •• u- • l • ' 1 .«• ! • t .0• ul r Lll 1. 1:•sl ul::n • N:Ws or 1 to " 1 111 6"p. 07 1 •• �r .' • 0'1� 1 •'tl '• :•1111:/1 ••- :Y1 •'ll. . 11 • /� .I/,• 11" a di, 11 all I �sdll all • .�`+ : ••'•: .11 •J ::11:11 •' 11 • ••:il 1 • .11• Illtl t 11 • • `Y.1 1 LII • ' t' I •:: • ::1 • • ' .�.\ ' •:t 11 1./••' 1 • ' •:.1 .11M'Ill' 11.•' I • 11' •1 / ' 1/ :.1 ' •:.f ti : YI.+1 •'" ' •' :Y I 11: •.:�« •:• ►1 11' : t•'•i .11 J 6:11:11 t/ • LJ 1 • • 11 Y,1 11✓.1111 V.IU:• 1.1 1 • • ' •t'•: .1 •J ::It,al 1 1 1 1 .1 • : 1•'•: .11 J :fell i! 11►•' ••. .I :I 1: - 1 • : :1•" •II• 1/.•" •a 1� �t •:1 • 1/ - i ••'1. .11 J ::11:11 ` J .:t 11.1 �• 1 • i 1 :• 11 :• 11 :� :�� 1 � • t't: • / 1 •1 •' t• 1 1 •• ••'•:' .11 J 6:11,:1 :1 : a 11 • •� ::1 • ' :11 • : ' .11 1 • • 11" : ' .1 :1• i1 •'1 1 1''11 11 - :►• `+iil • t'1.••' • �Y.11 •'i 1 :. ' •: • �Y ' Ib 1 1 • tl- :1 1't •G 1 • .11 Itl - :J •:1 • 11 - :. ' •:• 1 YI✓.11 ''" ' • :M :11 • 1 1'11 1: ::'+ 1 111 • .1 I 11: ••�Y •:• 1 it ••7: .11 J ::11::11 11" •• L11. • • 1 .t 11:1 IIV. 11.1 •'1 1 • • ' t•'•i .11 • !� ::11.:'•1 1 1 1 • ••'•: .11 !J ::Ir:11 1 Yt' ••' . :• 1 o 1 • : :I Y' .11• If.•�- •.+ 1: :• •:1 • i/- ••'•:r UP 11.1 It •:1 :11 : 101 • W:1 .1 1 / •••'•:r. .+• J :.11:11 •' 11 Y•1 r1 M1 •1 • :. ' t.• / : •'1.11 •" ' t :« •1 r . tt 1 .n •• • ' : • ' .n• :n : :1 u • to'/;", .11 J ::11:1 1 11 " t 1 t•.:� • • 11 Y•'Iw`II ,YI i • Ilit' • :11:! 1. .I� •;1 • 11- :. ' •.• i : i.11 •- ' • i« •1 Y. JI ' 0 1 � 1 11" • t ' !►,t' 1 • 1 11:� •�:�« •:• / 11 - 11't: . 1 - J ::tl:1 /1 " •' J 1. • 1 t 11. i 1�• 11 1 t • ' J ::11:1 1 •1 • 1 • ••t: 1 • � ::tl:t 1 Yt' •• :• 1► 1 t :� :1 1• !1.•' t: 1: :• .11 1. 1• • t' �' �• • 1 . 1 •• •t•: .1 ' J :al i'1 t :• :• • •t' • • • : ' • .1 1 ' 4. It was the intent of the parties to the Cooperative Agreements ref=nced in Recitals 1, 2, and 3 of ties Agreement,(hadmfer collectively referred to as the COOPERATIVE A that: a. Said COOPERATIVE AGREEMENTS describe and authorize an integrated transportatim project winch includes a BART and highway component as well as other related features; and b. Said COOPERATIVE AGREEMENTS were finther intended to be a joint exercise of powers authorizing COUNTY to exercise the power of eminent domain for the acquisition of property on behalf of the parties. C. Said joint exercise of powers does not constitute the caseation of an agency or entity which is separate from the parties to the agreement as described in California Gavemmeut Code section 6503.5. 5. By this Ate, AUTHORITY, BART, STATE and COUNTY intend to clarify and reaffirm, in a single integrated agreement, executed by all parties, what was intended in said COOPERATIVE AGREEMENTS, to-wit, that: a. The project includes the joint construction of improvements consisting of the widening and improving of State Highway Route 4 betwem Willow Pass Road in Concord to Railroad Avenue in Pittstxug the Bailey Road Interchange on State H&way 4 in the City of Pittsburg,to provide a median of sufficient width to accommodate a six lane highway, expandable to eight lanes, and a BART rail system, construction of BART transit ficilities up to subballast in the Route 4 median including station platform and foundations and construction of pedestrian improvements, paddng facilities and a bicycle path (the "FROJF:M; and all references to the PROJECT in said COOPERATIVE AGREEMENTS relevant to the exercise of the power of eminent domain included therein and herein includes all of the above features of the PROJECT together with all supporting features nay to prated or preserve the safety and usefulness of the project; b. With respect to the acquisition of any real property or mterest therein required for the PROJECT, or otherwise necessary to protect or preserve the safety or usefulness of the PROJECT, the COOPERATIVE AGREEMENTS are, and at all times relevant to the PROTECT have been intended to be, a joint exercise of powers between AUTHORITY, BART, STATE and COUNTY; C. All real property or interests therein required for the PROJECT,or otherwise necessary to protect or preserve the safety and usefulness of the PROJECr,may be acquired by eminent domain through the exercise of said joint powers agreement. Page 2 of 6 it PWAS ' :11• i i r :• : .0• Wool of.1 4 • r' 1 •r,:, .Irt • 11- :► � t //' r• : rrn r.0 1.•yr./ / • 11- ::1 1 :, • 11. ' • ! 1 • 1 ! ' r. • 11 � ::Irl:It .1!• 1t r r1 ••• ' tit ' t•1' r'ti.� (�! u' 1. • u/ a : 1- :.•:wI 1• . r :+ul /:'It Lrn. 1 • .•.r 1 r: ir► is It,1 r 1 .at �• t/ u • u ii• " 0!' r' V:0 1V 1:.1 r.:.. .1.1 :r tr. :• • r• - u•, u• 1'.1 • :.•nn 1 :. Ir- rr rrl r u• i•• ' !' r' DO (J .1• r • • u • r r 1 • r rr: ul • !JI :Ir 1:+n r.•n. I r r r; r .0 r rn • "JI :•.1 • • Ir • r r i it . 1 r •. lu�1 ./• ./ •rr to I Iu:, Irn :nr . ': •:•..Its. '•1 i! I . t./ u� rr w .Irl • • u- • • • 1 .r'//I .w t` t i:.:i 1 �. 1 1' �1 t • .•.•'r r 1 • :.• II •'i • 1:•:.^�. • Y. • r,I : :.,, a 1:•:.�.1 r t r .1 .0 r •r'1•1 w r •r'I ti rl � ,«/ ul 1</ e.ur/. t r • .:• t �. .1 - 1:.:.\.i 1 ••'r: 1 r • .I .n r ;. • rr:� I : :.,•+1. 1 ,r .1 :• 1 :r r• 1t• ••,/,n «I rt r u • • • • r ru:� t:•:.•... • •' r :w 1 • :.: u • :� .ur v• 1:,� • t' " i .nr 1 • I:VMrr 11:x ` 11 • :'1 :! 1 r . M . Ir •It .w 1 r•' . 1 •:+ r' It+l•' • _1��11• 1' .,M•1 • r:, • N' •dl • :, • 1, • • Irl •r i 1 .wr 1 I .1 1 of Ill • n • • • .1 •,:.« r:r I tr iii ' " fl.' :71:II L'1. Iur 1 .1 r 1 .1 1• Ir :r • 1. u:+nw r •. :i I 1 • .u•1' . �r • •: ./1 :• ••+�.. 1: it:111. •' It rr •W. Ir1 .11 Its .11• •: It�l r t ••:• • 1: 1 �. ••'1111:1 .N r'1 •' .1 .1• •' r'r:� JI r 1 :1 • 1' '•r .IM •/ a +'il VI 1'11:!Illr•Ir 1'1 .1 1 0 Is I/ :M _ysl 1•�1 1 i ' i ' ' t 1 ii . J :' .1• :. i/ a 11.1 i• r. rl- JI r r •• � !� .0 :r • r- a r«r iru. I • :,.r . 1 :: r r•:r 1 :. r:� - 1 . / r .1 :nr 1 +'I. 1•- a: : • :1 1 :1 r u- _ 1 � :• :� : 1 t • i :w Ilr ii . Illr .• rt r • ' •1;11 iil VII. Emft and AccomtMtr All parties shall be strictly accountable for all funds under their control and, upon request, will report receipts and disbursements. No funds are encumbered or obligated to the Project by any of the parties pursuant to this Agreement VIII. C&udMn s: This Agreement may be signed in counterparts and shall became effective upon its execution by the parties hereto, each copy having the same force and effect as an original. CONTRA COSTA COUNTY CONTRA COSTA TRANSPORTATION AUTHORITY ATrES"T: ATTEST: By. By: WPB Clerk of the Board of Supervisors Robert K. McCleary, Executive Director APTROVED AS TO FOM- APPROVED AS TO FORNt- By: )!�^ 1 Legal Counsel f Contra Costa Transportation Authority Page 4 of 6 *Svo lo..�Ov � �toc N� t t o� Yam 5 j6 ,i SAN FRANCySM BAY AREA RAPID TRANSIT DISTRICT By: /Y.,6&4 t,' General Manager AFFROVED AS TO FORM By- Legal Caimsel for San Francisco Bay Area Rapid Transit District 9z994 Page 6 of 6