HomeMy WebLinkAboutMINUTES - 10271998 - C1-C5 ......................................................................................................................................................
..................................................
CONTRA COSTA co Recorder's office
Recording Requested By: STEPHEN L. WEIR, County Recorder
Contra Costa County Public Works Dept.
Construction Division DOC - 9B-026B233—00
255 Glacier Drive Wednesday, OCT 28, 1998 15:57:55
Martinez, CA 94553 FRE $0.00.' ',
Ttl Pd $0.0() Nbr-0000316696
Return to: Ire/R9/1-1
WHEN RECORDED, RETURN TO CLERK
BOARD OF SUPERVISORS
BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA
In the Matter of Accepting and Giving RESOLUTION OF ACCEPTANCE
Notice of Completion of Contract for and NOTICE OF COMPLETION
Delta Road Bike Lanes- (C.C. 3 3086, 3093)
Knightsen Avenue Sidewalk
Project No.0WZ!6R4184 & 0662-6R4154 RESOLUTION NO., -98/ 5 9
The Board of Supervisors of Contra Costa County RESOLVES that:
The County of Contra Costa on May 20, 1998 contracted with W.T. Cook Construction, Inc., for bike
lanes along a portion of Delta Road and sidewalk along a portion of Knightsen Avenue, with Star
Insurance Company as surety, for work to be performed on the grounds of the County; and
The Public Works Director reports that said work has been inspected and complies with the approved
plans, special provisions and standard specifications and recommends its acceptance as complete as
of September 9, 1998.
Therefore, said work is ACCEPTED as completed on said date, and the Clerk shall file with the County
Recorder a copy of this Resolution and Notice as a Notice of Completion for said contract.
PASSED BY THE BOARD on October 27, 1998 by the following vote:
AYES: Supervisors Uilkema, Gerber, DeSaulnier, Canciamilla, and Rogers
NOES: None
ABSENT: None
CERTIFICATION AND VERIFICATION
I hereby certify that this is a true and correct
copy of an action taken and entered on ti
minutes of the Board of Supervisors on the
date shown.
Contact: Joseph P.Murphy,(925)313-2321 ATTESTED: October 27, 1998
Orig. Dept.:Public Works(Const.) PHIL BATCHELOR, Clerk of the Board
cc: Record and return of Supervisors and C urr#y Administrator
Auditor
Public Works - Accounting By Deputy
- Construction,R.Bruno
- Traffic,S.Kersevan
Contractor
RBIft
11PWSI\SHARDATAkGrpData\Const\BO1DBKS-27-tiO.doc 549
RESOLUTION NO. 98/
Advertise -No Environmental
TO: BOARD OF SUPERVISORS
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
DATE: October 27, 1998
SUBJECT: APPROVE PLANS AND SPECIFICATIONS AND ADVERTISE FOR BIDS FOR THE SAN
PABLO AVENUE INTERCONNECT PROJECT, WEST COUNTY AREA.
PROJECT NO. 4650-5X4010
Specific Request(s) or Recommendation(s) & Background &Justification
I. RECOMMENDED ACTICIN:
APPROVE the Plans and Specifications for the Project and
ADVERTISE for bids to be received on Tuesday, December 1, 1998, at 2:00 p.m.
DIRECT the Clerk of the Board to publish the Notice to Contractors in accordance with Section
22037 of the Public Contract Code,
Continued on Attachment: SIGNATURE
RECOMMENDATION EF COUNTY ACtMINISTRATOR ;
_RECOMMENDATION OF BOARD COMMITTEE
—APPROVE —OTHER
SIGNATURE(S):
ACTION OF BOARD ON 0,tuber 27, 1998 APP MO D AS RECOMMENDED xavow_
VOTE OF SUPERVISORS
X UNANIMOUS(ABSENT" Nrw.�
AYES: NOES:
ABSENT: ABSTAIN:
I hereby certify that this is a true and correct
MM:sd copy of an action taken and entered on the
\%PWSlNSHARDATAkGrpDatalOssign\80%1990kSan Pablo Avenue Interconnect 10-27.doe Minutes of the Board Of supervisors on the
Orig.Div: Public Warks(Design Division)
Contact: M.Morton(313-2226) date shown.
cc: County Administrator ]'j 'T�
Attn: E.Kusvor ATTESTED:--.-- --- ----
Auditor-ContmlierPHiI BATCHELOR, Clerk of the Board
PW Accounting
Construction sof Supervisors and Co my Ad
rnlnlstratcar
Community Development /
TO: BOARD OF SUPERVISORS
FROM: J. MICHAEL.WALFORD, PUBLIC WORKS DIRECTOR
MATE: OCTOBER 27, '1998
SUBJECT: APPROVE LAUREL ROAD DRAINAGE IMPROVEMENTS, OAKLEY AREA
Project No. 0662-6U4264 CDD-CP #98-64
Specific Request(s) or Recommendation(s) & Background & Justification
1. RECOMMENDED ACTION:
APPROVE Laurel Road Drainage Improvements Project, and
DETERMINE that the project is a California Environmental Quality Act (CEQA) Class 1 C
Categorical Exemption, and DIRECT the Public Works Director to prepare contract plans and
specifications for construction.
COtiI:It3UeC1 on Attachtn
$nt: SIONATUR. "'` L. L Ly f
RECOMMENDATION OF COt1NTY ADMINISTRATOR
_RECOMMENDATION OF BOARD COMMITTEE
—APPROVE —OTHER
SIGNATURES):
ACTION OF BOARD ON to r 27, 1997 APPROVED AS RECOMMENDED X
VOTE OF SUPERVISORS
X UNANIMOUS(ABSENT None )
AYES: DOES:
ABSENT: ABSTAIN:
I hereby certify that this is'a true and correct
TC:sd copy of an action taken and entered on the
11PWS1iSHARDATA1GrpDatalDesign1BO41Offit_aurel Road Drainage Improv 10-27.doc minutes of the-Board of Supervisors on the
Crig.Div: Public Works(Design Division} date shown,
M,
Contact: S.Fernandez,Design �7r ry
County Administrator
Attn: E.Kuavor ATTE51"EATTESTED:
Auditor-Contro8er PHIL BATCHELOR, Clerk of the Board
Acwung
Const tion of Supervisors and County Administrator
Community Development-A-Woods
J.Frattin� Design By��r r .• -va 2. '` Deputy
SUBJECT: Laurel Road Drainage Improvements, Oakley area.
Project No. 0662-6014264
DATE: October 27, 1998
PAGE: 2
DIRECT the Director of Community Development to file a Notice of Exemption 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 Exemption.
II. FINANCIAL IMPACT:
The estimated project cost is $83,000, funded by road funds (100%)
III. REASONS FOR RECOMMENDATIONIBACKGROUND:
The project includes the placing of 22m (72 ft.) of reinforced concrete pipe underground along
Laurel Road and placing a 600 gpm sump pump within this pipe. The ends of this pipe will be
sealed and a 100m (4 in.) steel discharge pipe will be connected to the pump. This pipe will
carry water west past Live Oak Avenue to a Swale, which will be graded to drain to a roadside
ditch along Neroly Road.
It is needed to alleviate the flooding on Laurel Road which occurs annually between Empire
Avenue and Live Oak Avenue.
IV. CONSEQUENCES OF NEGATIVE ACTION:
Delay in approving the project will result in a delay of design and construction.
CONTRA PUBLIC WORKS DEPARTMENT
COSTA INITIAL STUDY
COUNTY OF ENVIRONMENTAL. SIGNIFICANCE
PROJECT#0662-6U4264
CWP#98-64
PROJECT NAME: Laurel Road Drainage Improvements
PREPARED BY: Janet Frattini L.11..-1 BATE: August 10, 1998
APPROVED BY:'��� � DATE: j. 114j t
-RECOMMENDATIONS-
W) Categorical Exemption (Class_1 c) ( ) Negative Declaration
( ) Environment Impact Report Required ) Conditional Negative Declaration
The project will not have a significant effect on the environment. The recommendation is based
on the following: The project consists of a minor alteration of existing public facilities involving no
expansion of use beyond that previously existing. No removal of a scenic resource will occur as a result
of this project.
What changes to the project would mitigate the identified impacts . NIA
USGS Quad Sheet Brentwood Base Map Sheet# N-24 Parcel # NIA
GENERAL. CONSIDERATIONS:
1. Location: Laurel Road is located in the east county area of Oakley (Figures 1 - 3).
2. Project Description: The project consists of placing approximately 60 linear feet of 72-inch
diameter reinforced concrete pipe(rcp)underground along a small section of Laurel Road. The
pipe will function as a retention basin to collect runoff. The ends of the pipe will be sealed and
a manhole and inlet will be constructed in the roadway to provide access and direct runoff. An
approximately 4-inch diameter outflow pipe will be connected to the retention basin (rcp)to allow
runoff to be pumped out. The runoff will be redirected down Laurel Road where it will outfall to
an existing roadside ditch approximately 50 feet past Live Oak Avenue. Additionally, an 18-inch
diameter culvert will be installed beneath Laurel Road. Th culvert will redirect runoff from the
south side of the roadway to the north side where it can enter the inlet to the retention basin.
Minor grading will be required to facilitate drainage.
3. Coes it appear that any feature of the project will generate significant public concern?
[] yes M no [] maybe (Nature of concern):
4. Will the project require approval or permits by other than a County',agency?
[] yes [T] no Agency Name(s)
5. Is the project within the Sphere of Influence of any city? No.
hAcatexmptMaurelyddrahini
{Rev M7)
..........I.............................I..........
. .. ..............................................................................................................
...........................
m
0
> 71
0
z
F=CA
> >
z0 C) z
0 >
-q C
> —4
z Mamma
Q � z0 C z -n 0
CD 0 > C)
C) Z > <
z r—
> -4
rn V) Z
M > > U)
> < C
zr ---i 17D >
0
> 0
rn
rri
31VOS 01 ION
# DUCH "- FfERy of
LOW
r a
% AY
E*
° u66AV
3
4 w
:TENS 17011 � l i � AY i i iy j
ra )tl1N1 ...A •~.� t;......�.ti_.---..-_
Ov
ww
cl � —�....-...,. .,. .*706
roK N T # zi
m
k #
Did 3► » k { # OHAPA AVS,,.
r f I AkadEASOM � ; t
2706 - Lm ,.... -------- —
_
_--
T f
# k
7906
40 LVD w { '«� 8. # # +rrrnw
t _ MAIN k S7 9
Wfu
31
u
�CktE srY
f
k 0-4�ffAV A-LIN101A
it
t
103 rd # #
k
ti
8 CL
V)
n
u,
Ca S }
C-5 ! I
t
2459
24191 cc��
"350 , f
p f
! ' f
2401 #
A
# J t
l<� f o I
"e7
t�
"t3 f
}
C I }f
bCy !
m 89CD 11�81
~ —+ 0 !
r+
c !
�
v2301 2300
Q
rte; A
� C[i I a 2190 1-31 at
-W—
n,t� W_
�
- ` ��« �~�^� onnn�wuBo,��Au�P
��U Uk�o� Contra�� �����
v~��x � v. , ..~. . �� ��~�, ,�, ~~ Commvnnyoavompmen Director
Development Costa
' Department Co
unty
County Administration Building
651 Pine Street
4th Floor, North Wing
Martinez, California 84S53-OOQ5
Phone:
336'1235 October 14, 1998
County File #CP98'G4
Attention: Public Works Department
Janet Fratt{ni -Design Division
Dear Applicant:
The Contra Costa County Community Development Department has completed an initial study of the environmental
significance of the project represented by your pending application bearing County File Number
In conformance with Contra Costa County Guidelines for
implementing the California Environmental Quality Act of 1970 (CEQA), it has been determined that your project
will not have asignificant effect nnthe environment. Your project falls within the following category:
W ANENVIRONMENTAL IMPACT REPORT (EIR) USNOT REQUIRED'
(*/) The project iocategorically exempt (Class-In_).
< > The C6OA requirements are accommodated by the E|R previously prepared fnr_____
0 Astatement that onBR ionot required (Negative Declaration uf Environmental Significance has
been filed by the Community Development Department (unless appealed).
0
Other: General Rule ofApplicability [Section 15081 (b)(3U.
( ) ANSENVIRONMENTAL IMPACT REPORT (GIR) IS REQUIRED.
< )
The complexity nfyour project requires your submission nfadditional opeuial reports or information
(un outlined onthe attached sheet) (which will beoutlined inaforthcoming lette/).
( >
A consultant will be hired to prepare the environmental impact report. This procedure is explained
onthe attached sheet.
Preparation of the EIR cannot be started until the fee and additional information requested is
m»cmWvwd by the Community Development Department.
Kyou have questions concerning this determination ordesire additional information relative to environmental impact
report regulations, please call (510) 335-1210.
Sincerely yours,
Dennis Kx. Barry, A|CP
Community Development Director
By: &4dAV
'oM° � �
^m� ��
Office Hours Monday' Friday:8:OOmm.-G:O0pm.
Office iaclosed the 1st. 3rd &5th Fridays ofeach month
. ........................ ................................................................ ..........
CALIFORNIA ENVIRONMENTAL QUALITY ACT
Notice of Exemption
Contra Costa County Community Development Department
651 Pine Street, 4th Floor-North Wing, McBrien Administration Building
Martinez, CA 94553-0095
Telephone:(510) 313-2296 Contact Person:Cece Sellgren - Public Works Dept.
Project Description, Common Name (if any) and Location: Laurel Road Drainage Improvements
1. County File #CP 98-64: Project Description: The project consists of placing approximately 60 linear feet of
72-inch diameter reinforced concrete pipe (rep) underground along a small section of Laurel Road. The pipe will
function as a retention basin to collect runoff. The ends of the pipe will be sealed and a manhole and inlet will be
constructed in the roadway to provide access and direct runoff. An approximately 4-inch diameter outflow pipe will
be connected to the retention basin(rcp)to allow runoff to be pumped out. The runoff will be redirected down Laurel
Road where it will outfall to an existing roadside ditch approximately 50 feet past Live Oak Avenue. Additionally,
an 18-inch diameter culvert will be installed beneath Laurel Road. Th culvert will redirect runoff from the south side
of the roadway to the north side where it can enter the inlet to the retention basin. Minor grading will be required
to facilitate drainage. Project location: Laurel Road is located in the east county larea of Oakley.
This project is exempt from CEQA as a:
— Ministerial Project(See. 15268) — Other Statutory Exemption, Section
— Declared Emergency(Sec. 15269(a)) — General Rule of Applicability(Section 15061(b)(3)
Emergency Project(Sec. 15269(b)or(c))
Categorical Exemption, Class I c _
for the following reason(s):The project consists of a minor alteration of existing public facilities involving
no expansion of use beyond that previously existing. No removal of a scenic resource will occur as
a result of this project.
Date: By:
Community Development Department Representative
AFFIDAVIT OF FILING AND POSTING
I declare that on I received and posted this notice as required by
California Public Resources Code Section 21152(c). Said notice will remain posted for 30
days from the filing date.
Signature Title
Applicant:
County Public Works Department
255 Glacier Drive
Martinez,CA 94553
Attn: Janet Frattini County Clerk Fee$25 Due
H.\noe's\JaureIrd.noe
(Rev.2/97)
TO: BOARD OF SUPERVISORS
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
DATE: OCTOBER 27, 1998
SUBJECT: Agreement to Provide Services to the Contra Costa Transportation Authority
Work Order No.: 4258
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. Recommended Action: APPROVE the Agreement to provide right of way services to the Contra
Costa Transportation Authority for the State Route 4 East/Bailey to Railroad Avenue project and
AUTHORIZE the Board Chair to sign the agreement on behalf of the County.
11. - Financial Impact: Contra Costa Transportation Authority will pay the actual costs for Real
Property staff right of way services.
Ill. Background and Reasons for Recommendations: Contra Costa Transportation Authority
requires a variety of right of way services but has no right of way staff and has contracted with the
County for these services.
1V. Consequences of Negative Action: Less efficient gov nment because the Contra Costa
Transportation Authority would have to hire additional pri at contractors at greater expense.
Continued on Attachment SIGNATURE: W
_RECOMMENDATION OF COUNTY ADMINISTRATOR -
RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON October= 27, 1998 APPROVED AS RECOMMENDED X
VOTE OF SUPERVISORS
X UNANIMOUS (ABSENT None )
AYES: NOES:
ABSENT: ABSTAIN: I hereby certify that this is a true and correct
o—opy of an action talon and entered on the
NW:gpp
G:tGrpDatalRealProp198-10ibo2010-27.doc thinutes of the Board of Supervisors on the
date shown.
Orig. Div: Public Works (R/P) .2.71 /q9k
Contact: Nancy Wenninger(313-2227) ATTESTED:
cc: County Administrator PHIL_BATCHELOR; Clerk of the Board
Auditor-Controller(via R/P) of Supervisors and County Adrninistrator
P.W. Accounting i3y o 1: _Deputy
................I.................
-----SEP-24-'98 THU 16,00 TD:C C TRANS AUTHORITY FAX N0:5109393993 #093 P02/07
Contract 86
AGREEMENT
i. Effective Q#_e AndPaas. Effective on the COUNTY OF
CONTRA COSTA, a political subdivision of the State of California(hereinafter referred to as
"Count)(1, and the CONTRA COSTA TRANSPORTATION AUTHORITY, a public agency,
(hereinafter referred to as "CCTA"), hereby mutually promise and agree as follows:
2. Pug . CCTA is planning the State Route 4 East Widening project to be constructed from
1999 through 2001. CCTA has no right of way staff and desires to contract with the County
for property appraisal, acquisition, relocation and condemnation services.
3. Sgryloes!Df Spongy. The services to be rendered by County to CCTA include, but are not
necessarily limited to right of way services, including appraisal, appraisal review, negotiation,
land rights document preparation, tight of way acquisition, relocation and/ or supervision of
independent contractors providing such services. The serf/ices to be rendered by County to
CCTA also include legal services to be provided by County Counsel or its designated
contractor(s) or expert(s), including but not limited to consultation, research, opinions, and
advice and preparation of pleadings and documents, court appearances, supervision and
such other services as are requested.
County will initially take title to the parcels that are acquired. Subsequently, upon
direction from CCTA staff, County will work diligently to cause the right of way needed for
the state highway to be transferred expeditiously to the State. Any excess property will
be disposed of at direction of CCTA staff in accordance with CCTA adopted policies.
The County warrants that it will perform these services in compliance with accepted
professional standards and procedures, and that it will, at its cost, re-perform any tasks that
fail to meet generally accepted professional standards,
4. Payment for AqgAAJL4Mon Costs. CCTA shall pay all costs of acquisition and settlement,
including but not limited to the fallowing: CCTA shall reimburse County for all labor costs and
appropriate overhead for County real property agents'and attorneys' labor including overtime
rates for evening or weekend work(See Appendix "A"for pay rates). CCTA shall reimburse
County for expert, consultant, contractor and other expenses (such as recording fees, title
fees, court expenses, etc.) at the actual cost incurred. Total payments shall not exceed
$182,000 unless authorized by CCTA in writing.
CCTA agrees that it will fund, either by direct reimbursement to the County, or payment
directly into escrow, the agreed-upon purchase price, relocation costs, and other related
costs (such as title, condemnation, and consultant legal fees, demolition and clearance costs
which may be a condition of sale. The procedures for payment of such costs is spelled out
in CCTA Resolution 95-35-P.
5. Ln_demnIf1pAkM CCTA agrees to defend, indemnify and save harmless County, its officers,
and employees against any and all loss, damage, liability, expense, claims or demands of
whatever character, direct or consequential, directly or indirectly contributed to or caused by
County assuming and acting for and on behalf of CCTA.
S. Inftoondent§Wua. Nothing herein shall be construed to imply that any County employee
providing services hereunder is a CCTA employee.
7. Term. The term of this agreement shall commence on the effective date hereof and shall
end upon termination by either party upon 30 days written notice. The rights and obligations
of Paragraph 5"Indernnificatioff shall survive any such termination.
.
ORIGINAL
Contract 86
AGREEMENT
1. Effective Oa
te and Parties. Effective as of August 1, 1998, the COUNTY OF CONTRA
COSTA, a political subdivision of the State of California(hereinafter referred to as"County"'),
and the CONTRA COSTA TRANSPORTATION AUTHORITY, a public agency, (hereinafter
referred to as"CCTA'), hereby mutually promise and agree as follows:,'
2. Purpose. CCTA is planning the State Rotate 4 East Widening project to be constructed from
1999 through 2001. CCTA has no right of way staff and desires to contract with the County
for property appraisal,acquisition, relocation and condemnation services.
3. Services by County. The services to be rendered by County to CCTAinclude, but are not
necessarily limited'to right of way services,including appraisal, appraisal review, negotiation,
land rights document preparation, right of way acquisition, relocation and/or supervision of
independent contractors providing such services. The services to be rendered by County to
CCTA also include legal services to be provided by County Counsel or its designated
contractor(s) or expert(s),including but not limited to consultation, research, opinions, and
advice and preparation of pleadings and documents, court appearances, supervision and
such other services as are requested.
County will initially take title to the parcels that are acquired. Subsequently, upon
direction from CCTA staff, County will work diligently to cause the right of way needed for
the state highway to be transferred expeditiously to the State. Any excess property will
be disposed of at direction of CCTA staff in accordance with CCTA adopted policies.
The County warrants that it will perform these services in compliance with accepted
professional standards and procedures, and that it will, at its cast, re-perform any tasks that
fail to meet generally accepted professional standard's.
4. Pavrnent for,Acquisition Costs. CCTA shall pay all costs of acquisition and settlement,
including but not limited to the following. CCTA shall reimburse County for all labor costs and
appropriate overhead for County real property agents' and attorneys'labor including overtime
rates for evening or weekend work(See Appendix"A"for pay rates). CCTA shall reimburse
County for expert, consultant, contractor and other expenses (such as recording fees, title
fees, court expenses, etc.) at the actual cost incurred. Total payments shall not exceed
$182,000 unless authorized by CCTA in writing.
CCTA agrees that it will fund, either by direct reimbursement to the County, or payment
directly into escrow, the agreed-upon purchase price, relocation costs, and other related
costs(such as title, condemnation, and consultant legal fees, demolition and clearance costs
which may be a condition of sale. The procedures for payment of such costs is spelled out
in CCTA Resolution 98-35-P.
5. Indemnification. CCTA agrees to defend, indemnify and save harmless County, its officers,
and employees against any and all loss, damage, liability, expense, claims or demands of
whatever character, direct or consequential, directly or indirectly contributed to or caused by
County assuming and acting for and on behalf of CCTA.
fi. Independent Status. Nothing herein shall be construed to imply that any County employee
providing services hereunder is a CCTA employee.
Contract 86
7. Term. The term of this agreement shall commence on the effective date hereof and shall
end upon termination by either party upon 30 days written notice. The rights and obligations
of Paragraph 5 "Indemnification"shall survive any such termination.
COUNTY OF CONTRA COSTA CONTRA COSTA
TRANSPORTATION AUT ORITY
-- f
By By
Chair, 6 1j oard of upervisors Chair, Board'of Commissioners
ATTEST: Phil Batchelor, ATTEST:
Clerk of the Board of Supervisors
and County Administrator
By By�Ctr
Deputy Robert . c lea
Executive Director
Recommended to the County Approved as to Form:
Board of Supervisors for Approval: Legal Counsel for CCTA
By BY
Princ eal Prope t
B
-Public'W6Ks Dir r
Approved as to Form:
Victor J. Westman, County Counsel
46A
By
/' 4'
Deputy
Contract 86
APPENDIX" '
Real Property Division
Rei[, OT
Principal Real Property Agent 112.47 114.86
SupervisingReal Property Agent 102.03 103.29
Senior Real Property Agent 90.60 90.65
Associate Real Property Agent 79.41 78.94
Assistant Real Property Agent 63.51 62.22
Senior Real Property Technical Assistant 60.36 58.88
Real Property Technical Assistant 54.01 52.23
County Counsel
Billing Rate
County Counsel $140.19
Assistant County Counsel $120.47
Deputy County Counsel $102.64
Clerical Support Staff $38.00
Note: Rates will change'periodically due to contracted salary increases and increases in overhead
charges.
. ..
TO: BOARD OF SUPERVISORS
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
DATE: OCTOBER 27, 1998
SUBJECT: Agreement to Provide Services to the Contra Costa Transportation Authority
Work Order No.: 4152
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
1. Recommended Action: APPROVE the Agreement to provide right of way services to the Centra
Costa Transportation Authority for the State Route 4 West Gap project and AUTHORIZE the
Board Chair to sign the agreement on behalf of the County.
11. Financial Impact: Contra Costa Transportation Authority will pay the actual costs for Real
Property staff right of way services.
III. Background and Reasons for Recommendations: Contra Costa Transportation Authority
requires a variety of right of way services but has no right of way staff and has contracted with the
County for these services.
IV. Consequences of Negative Action: Less efficient government because the Contra Costa
Transportation Authority would have to hire additions ivate contractors at greater expense.
Continued on Attachment: SIGNATURE: t
RECOMMENDATION OF COUNTY ADMINISTRATOR
_RECOMMENDATION OF BOARD COMMITTEE
APPROVE —OTHER
SIGNATURE(S):
ACTION OF BOARD ON October 27, 2998 APPROVED AS RECOMMENDED
VOTE OF SUPERVISORS
X_ UNANIMOUS (ABSENT None )
AYES: NOES:
ABSENT: ABSTAIN:
I hereby certify that this is a true and correct
DD:gpp copy of an action taken and entered on the
G:\GrpDatatRealProp198-10\ba2010-27.doc C 1 ut of the Board of Supervisors an the
Orig. Div: Public Works (R/P) t8t@ shown'
fL
Contact: gonna Dawkins(313-2224) ATTESTED: dl'..,2!`, al, (I
cc: County Administrator PHIL BATCf f.1_01 t Clerk of the Board
Auditor-Controller(via R/P) of Supervisors and Cognty Administrator
P. W.Accounting __r3 -=�r .r3 f d.4
By Deputy
........................
iff I-J
ORIGINAL
Contract 87
AGREEMENT
1. Effective Date and Parties. Effective as of August 1, 1998, the COUNTY DE CONTRA
COSTA, a political subdivision of the State of California (hereinafter referred to as"County"),
and the CONTRA COSTA TRANSPORTATION AUTHORITY, a public agency, (hereinafter
referred to as "OCTA"), hereby mutually promise and agree as follows:
2. Purpose. CGTA is planning the State Route 4 West Gap project to be constructed from
1999 through 2001. CGTA has no right of way staff and desires to contract with the County
for property appraisal, acquisition, relocation and condemnation services.
3. Service, s by Coutrty. The services to be rendered by County to CGTA include, but are not
necessarily limited to right of way services, including appraisal, appraisal review, negotiation,
land rights document preparation, right of way acquisition, relocation and/or supervision of
independent contractors providing such services. The services to be rendered by County to
CGTA also include legal services to be provided by County Counsel or its designated
contractor(s) or expert(s), including but not limited to consultation, research, opinions, and
advice and preparation of pleadings and documents, court appearances, supervision and
such other services as are requested.
County will initially take title to the parcels that are acquired. Subsequently, upon
direction from OCTA staff, County will work diligently to cause the right of way needed for
the state highway to be transferred expeditiously to the State. Any excess property will
be disposed of at direction of OCTA staff in accordance with OCTA adopted policies.
The County warrants that it will perform these services in compliance with accepted
professional standards and procedures, and that it will, at its cost, re-perform any tasks that
fail to meet generally accepted professional standards.
4. Payment for Acquisition Costs. CGTA shall pay all costs of acquisition and settlement,
including but not limited to the following: OCTA shall reimburse County for all labor costs and
appropriate overhead for County real property agents' and attorneys' labor including overtime
rates for evening or weekend work(See Appendix"A"for pay rates). OCTA shall reimburse
County for expert, consultant, contractor and other expenses (such as recording fees, title
fees, court expenses, etc.) at the actual cost incurred. Total payments shall not exceed
$138,000 unless authorized by CGTA in writing.
OCTA agrees that it will fund, either by direct reimbursement to the County, or payment
directly into escrow, the agreed-upon purchase price, relocation costs, and Cather related
costs(such as title, condemnation, and consultant legal fees, demolition and clearance costs
which may be a condition of sale. The procedures for payment of such costs is spelled out
in OCTA Resolution 98-34-P.
5. Indemnification. OCTA agrees to defend, indemnify and save harmless County, its officers,
and employees against any and all loss, damage, liability, expense, claims or demands of
whatever character, direct or consequential, directly or indirectly contributed to or caused by
County assuming and acting for and on behalf of OCTA.
6. Independent Status. Nothing herein shall be construed to imply that any County employee
providing services hereunder is a OCTA employee.
. . ........ .
Contract 87
7. Term. The term of this agreement shall commence on the effective date hereof and shall
end upon termination by either party upon 34 days Witten notice. The rights and obligations
of Paragraph 5"Indemnification" shall survive any such termination.
COUNTY OF CONTRA COSTA CONTRA COSTA
TRANSPORTATION AUTHORITY
By")s
By_ �n A44114-11- By`
Chair, and ofpervisors Chair, Board of Cohfmissioners
ATTEST: Phil Batchelor, ATTEST:
Clerk of the Board of Supervisors
and County Administrator
BBy
Deputy Robert t . cClea
Executive Di ctor
Recommended to the County Approved as to Form:
Board of Supervisors for Approval: Legal Counsel for OCTA
By By L:��
Princi eal Prope Igen
Approved as to Form:
Victor J. Westman, County Counsel
fi
'rT
By
eputy
Contract 87
APPENDIX"A"
Beat Prc►oerty Division
Bpq. OT
Principal Real Property Agent 112.47 114.86
Supervising Real Property Agent 102.03 103.29
Senior Real Property Agent 90.60 90.65
Associate Real Property Agent 79.41 78.94
Assistant Real Property Agent 63.51 62.22
Senior Real Property Technical Assistant 60.36 58.88
Real Property Technical Assistant 54.01 52.23
County Counsel
Billing Rate
County Counsel $140.19
Assistant County Counsel $120.47
Deputy County Counsel $102.64
Clerical Support Staff $ 38.00
Note: Rates will change periodically due to contracted salary increases and increases in overhead
charges.
__